+ All Categories
Home > Documents > TECHNICAL CUM PRICE BID - Amazon AWS

TECHNICAL CUM PRICE BID - Amazon AWS

Date post: 31-Jan-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
63
INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) TENDER INVITING OFFICE: IOCL, SOUTHERN REGION CONTRACT CELL, NUNGAMBAKKAM, CHENNAI TENDER INVITED FOR: TELANGANA & ANDHRA PRADESH STATE OFFICE, # 3-6-436 TO 438, 2ND FLOOR, NASPUR HOUSE, HIMAYATHNAGAR, HYDERABAD – 500 029. TECHNICAL CUM PRICE BID NAME OF WORK : PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO TENDER NO : SRCC/LT/061/TAPSO/2018-19 EMD : Rs.1,65,770/- TYPE OF TENDER : SINGLE BID DUE ON : 24/07/2018 @ 11:00 HRS
Transcript

INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION)

TENDER INVITING OFFICE: IOCL, SOUTHERN REGION CONTRACT CELL,

NUNGAMBAKKAM, CHENNAI

TENDER INVITED FOR: TELANGANA & ANDHRA PRADESH STATE OFFICE, # 3-6-436 TO 438, 2ND FLOOR, NASPUR HOUSE,

HIMAYATHNAGAR, HYDERABAD – 500 029.

TECHNICAL CUM PRICE BID

NAME OF WORK : PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

TENDER NO : SRCC/LT/061/TAPSO/2018-19 EMD : Rs.1,65,770/- TYPE OF TENDER : SINGLE BID DUE ON : 24/07/2018 @ 11:00 HRS

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 2 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

LIST OF DOCUMENTS AND THEIR SUBMISSION (ALL DOCUMENTS SHALL FORM PART OF THE CONTRACT)

SN. DESCRIPTION PAGE NO MODE OF SUBMISSION

TECHNICAL BID TO BE DIGITALLY SIGNED AND UPLOADED

AUDITED BALANCE SHEET FOR PRECEEDING THREE

FINANCIAL YEARS(i.e.,2015 – 16, 2016 – 17 & 2017-18) TO BE DIGITALLY SIGNED AND UPLOADED

1. LIST OF DOCUMENTS 2

2. NOTICE INVITING E TENDER 3 – 7

3. SPECIAL TERMS AND CONDITIONS 8 – 28

4. LED SPECIFICATIONS 29 – 33

5. FLEXIBLE PIPE SPECIFICATIONS 33 - 34

5. DECLARATIONS & FORMATS 35 - 44

6. LIST OF APPROVED MAKES 45 - 52

7. CONSTRUCTION SAFETY CHECKLIST FOR ROS 53 - 55

8. DO’S & DON’TS FOR RO CONSTRUCTION 56 - 57

9. INDEMNITY BOND AND DECLARATION 58 - 60

10. PURCHASE REQUESTITION(DETAILED BOQ) 30 PAGES

11. SITE SPECIFIC DRAWING 24 PAGE

GENERAL CONDITIONS OF CONTRACT WITH COVER PAGE AND INDEX STANDARD IOC GCC & APPENDIX-III FORMING PART OF GCC,

STANDARD DRAWINGS AND IOC SPECIFICATIONS FORMING

PART OF EMPANELMENT CONTRACT ISSUED AND SIGNED AND

ACCEPTED PART OF EMPANELMENT ACCEPTANCE WILL FORM

PART OF THIS TENDER. TENDERERS CAN GIVE AN

ACCEPTANCE FOR THE SAME IN THEIR LETTERHEAD.THIS

WILL FORM PART OF THE TENDER.

APPENDIX –III (SAFETY PRACTICES DURING CONSTRUCTION)

CIVIL SPECS, MECHANICAL SPECS &

ELECTRICAL SPECS

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 3 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

NOTICE INVITING E-TENDER Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in under single bid system for the work as detailed below from indigenous bidders fulfilling the qualifying requirements as stated hereunder.

1 TENDER NO. :

SRCC/LT/061/TAPSO/2018-19

2 E-Tender ID :

2018_SROTN_78801_1

3 NAME OF WORK

: PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

4 LOCATION OF WORK

: Sn WORK LOCATION Technical Estimate Amount(Rs)

1 PROVISION OF PAVER DRIVEWAY AT SAI RATNA RETAIL OUTLET

DVK ROAD, NALGONDA

Total: 29,67,833.35 (Rs. 25,15,113.01

+ GST (18%))

2 PROVISION OF PAVER DRIVEWAY AT MOULA SERVICE STATION

BUDWEL, RANGAREDDY

Total: 16,51,791.85 (Rs. 13,99,823.60

+ GST (18%))

3 PROVISION OF PAVER DRIVEWAY AT R KRISHNA FILLING POINT

SAFILGUDA, MALKAJGIRI

Total: 13,79,176.51 (Rs. 11,68,793.65

+ GST (18%))

4 PROVISION OF PAVER DRIVEWAY AT SAI VEERA SERVICE STATION

TOWLICHOWKI, HYDERABAD

Total: 16,61,598.89 (Rs. 14,08,134.65

+ GST (18%))

5 PROVISION OF PAVER DRIVEWAY AT HIGHWAY SERVICE STATION

BAHADURPURA Total: 18,12,175.27 (Rs. 15,35,741.75

+ GST (18%))

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 4 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

6 PROVISION OF PAVER DRIVEWAY AT AMAR SERVICE STATION

ASIFNAGAR Total: 14,38,647.64 (Rs. 12,19,192.92

+ GST (18%))

7 PROVISION OF CANOPY AT RP FILLING STATION

PAMANGANDLA Total: 26,87,061.38 (Rs. 22,77,170.66

+ GST (18%))

8 PROVISION OF CANOPY AT KAMALA FILLING STATION

KONDAMALLEPALLY Total: 29,78,480.88 (Rs. 25,24,136.34

+ GST (18%))

5 ESTIMATED VALUE OF WORK

: Rs. 1,65,76,765.77 (including GST @ 18%)

6 TENDER FEE : Nil

Bidders are required to download the tender documents free of cost from IOCL e-tender website (https://iocletenders.nic.in)

7 EARNEST MONEY DEPOSIT

: Rs. 1,65,770/-( Rs. One Lakh Sixty Five Thousand Seven Hundred and Seventy )

EMD should be deposited as detailed below :

Tenderers who had paid PEMD against e – Tender ID : 2016_SROTN_36312_1 need not upload anything towards EMD exemption.

Tenderers not paid PEMD PEMD against e – Tender ID : 2016_SROTN_36312_1 and claimed EMD exemption need to upload valid EMD exemption certificate along with the tender.

Tenderers not paid PEMD PEMD against e – Tender ID : 2016_SROTN_36312_1 and not claimed EMD exemption has to pay Online EMD through Net Banking or

NEFT/RTGS.

For detail about process of payment of online EMD, bidders shall refer “ Special Instructions to the Bidder (SITB) ” and “ FAQs - Online EMD Facility in IOCL e-Tendering ” documents attached separately along with the tender.

Offline EMD payment through Demand Draft (DD) which should be valid for 3 months, Bankers Cheque (BC) and Swift Transfer shall not be accepted.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 5 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

In case of Bank Guarantee, bidder will upload scanned copy of BG as exemption document. Original BG shall be sent by the bidders /bank to Tender Issuing Authority as mentioned in the tender. Original BG should reach to Tender Issuing Authority within 7 working days from the date of opening of technical bids. For the purpose of receipt of BG, the time recorded in the receipt/DAK section against receipt shall also be considered as receipt time. Only those physical BG instruments found matching with the copy submitted in the e-portal shall be considered as valid. Bank Guarantee is to be executed by Nationalised / Scheduled Bank towards EMD and should be valid for 07 (seven) months from the date of opening of technical bid . If needed, validity of BG should be extended by the party / Bank. Bank Guarantee should be submitted as per enclosed proforma only by the Tenderer. Such BG should be submitted only in a sealed envelope of the issuing Bank and should not be in open condition. If BG towards EMD is submitted in any manner other than aforesaid, the Tender is liable to be rejected. If the original BG instrument is not received by the due date and time as specified above, the bid shall be summarily rejected. Exemption from submission of EMD: a. Parties registered with any of the following agencies/bodies as per Public Procurement Policy for Micro & Small Enterprises(MSE) Order 2012 are exempted categories from payment of EMD provided that the registration certificate issued by any one of these below mentioned agencies must be valid as on close date of tender . Bidders who have applied for registration or renewal of registration with any of these agencies/bodies but have not obtained the valid certificate as on close date of tender are not eligible for exemption.

i. District Industries Centre(DIC)

ii. Khadi and Village Industries Commission (KVIC)

iii. Khadi and Village Industries Board

iv. Coir Board

v. National Small Industries Corporation(NSIC)

vi. Directorate of Handicraft and Handloom

vii. Udyog Aadhar Memorandum (UAM)

viii. Any other body specified by Ministry of MSME

Note: Against UAM, copy of acknowledgement generated online shall be acceptable

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 6 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

a. PSUs (Central & State) and JVs of IOCL are exempted from submission of EMD.

A copy of the EMD instrument or exemption certificate in case of exempted categories shall 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.

Tenderers not paying EMD or not uploading valid exemption certificate or scan copy of BG on or before tender submission date and time will be summarily rejected.

8 TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

a) Starts on : 12/07/2018 @ 11:00 HRS.

b) Ends on : 24/07/2018 @ 11:00 HRS.

9 PRE BID MEETING :

NA

10 SUBMISSION OF TENDER IN e-TENDER PORTAL:

a) Starts on : 12/07/2018 @ 11:00 HRS.

b) Ends on : 24/07/2018 @ 11:00 HRS.

11 DUE DATE FOR OPENING OF TENDER:

12 Opening of Tender 25/07/2018 @ 11:00 HRS.

13 TENDER VALIDITY :

Offer shall be valid for 120 Days from date of opening of technical bid. In case of requirement, IOCL may seek further extension of the validity of the offer from the bidders.

14 WORK COMPLETION TIME

: Sn WORK Completion Time

1 PROVISION OF PAVER DRIVEWAY AT SAI RATNA RETAIL OUTLET, DVK ROAD, NALGONDA

45 Days

2 PROVISION OF PAVER DRIVEWAY AT MOULA SERVICE STATION, BUDWEL, RANGAREDDY

45 Days

3 PROVISION OF PAVER DRIVEWAY AT R KRISHNA FILLING POINT, SAFILGUDA, MALKAJGIRI

45 Days

4 PROVISION OF PAVER DRIVEWAY AT SAI VEERA SERVICE STATION, TOWLICHOWKI, HYDERABAD

45 Days

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 7 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

5 PROVISION OF PAVER DRIVEWAY AT HIGHWAY SERVICE STATION, BAHADURPURA

45 Days

6 PROVISION OF PAVER DRIVEWAY AT AMAR SERVICE STATION, ASIFNAGAR

45 Days

7 PROVISION OF CANOPY AT RP FILLING STATION, PAMANGANDLA

60 Days

8 PROVISION OF CANOPY AT KAMALA FILLING STATION, KONDAMALLEPALLY

60 Days

NOTE: The commencement date of work for all the 4 sites shall be same and the work has to go on concurrently at all sites, as per the schedule completion time mentioned above.

Starting Date shall be from the 10th day from the date of issue of commencement order or actual handing over of the site whichever is earlier

15 MODE OF TENDER SUBMISSION

: You may please note that this is an e-Tender and can only be downloaded and submitted in the manner specified in ‘Special Instructions to bidders for participating in e-tender’ attached separately in this tender

16 CONTACT PERSON :

Name: G. Tamil Oli Designation: DGM (Contracts), SRO Contact No_044-28333765 E Mail – [email protected]

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 8 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

SPECIAL TERMS & CONDITIONS OF TENDER

1. 0 GENERAL: 1.1 PARTY/ CONTRACTOR: Whenever the term ‘Party/Contractor is used the same shall mean “Successful Tenderer”. 1.2 COMPLIANCE OF SAFETY CODE: Following clause is also included in the General Conditions of Contract (GCC), which forms part of this tender / contract, under Section-10 (Safety Code). Penalty for non-compliance: a. Violation of applicable Safety. Health and Environment related norm, a penalty of Rs.5,000/- per occasion. b. Violation as above resulting in: i. Any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,00,000/-) per injury in addition to Rs.5,000/- as in item 1. ii. Fatal accident a penalty of 1% of the contract value (maximum of Rs.10,00,000/-) per fatality in addition to Rs. 5,000/- as in item 1. The aforesaid penalty clause is over and above the applicable statutory requirements. 1.3 ORDER OF PRECEDENCE: In case of contradictions between Indian Standards, General conditions of contract, Special conditions of contract, item wise description of works etc, the following shall prevail in order of precedence. 1. Formal contract 2. Acceptance of tender 3. Item wise description of work 4. Price schedule annexed to work order 5. Special terms & conditions of contract 6. General conditions of contract 7. Instructions to tenderers 2.0 NATURE, SCOPE & LOCATION OF WORK:

The Work Under this tender comprises: PROVISION OF 2 CANOPIES AND 6 DRIVEWAYS AT VARIOUS RO’s UNDER SECUNDERABAD DO, TAPSO Scope of works include works mentioned in detailed BOQ as per the work descriptions & specifications and drawings. 3.0 The estimated quantum of work is given in the Price Schedule. Please note that this is the estimated quantum of work and payment will be based on actual measurement of works executed at site as per requirement. 4.0 EARNEST MONEY DEPOSIT (EMD): 4.1 Tenderers are required to submit an EMD in online in e-tender portal.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 9 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

4.2 Tenders received without EMD shall be rejected outright. a) Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central & State) and JV’s of IOCL are exempt from payment of EMD. The MSME parties must note that the certificate issued to them shall be valid on the date of tender opening and the certificate contains the items tendered as mentioned in price schedule. Tenderers are also required to note that no exemption other than EMD will be given to MSME parties. 4.5 Tenderers may note that the EMD shall be forfeited in case of any of the following situations: Canvassing of information or submission of false/ forged documents/ information by tenderers. Backing out after placement of work order. Failure to deposit or furnish requisite ISD/ SD as specified in the work order 4.6 Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central & State) and JV’s of IOCL are exempt from payment of EMD. THE MSME parties must note that the certificate issued to them shall be valid on the date of tender opening and the certificate contains the items tendered as mentioned in price schedule. Tenderers are also required to note that no exemption other than EMD will be given to MSME parties.

5.0 EVALUATION OF TENDERS: 5.1 The tenders are advised to submit their quote as a percentage (+/ -) on the total amount indicated in the price schedule. In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be asked to submit discount bid in terms of percentage discount over previous quoted amount in a sealed envelope. In case there is a tie again, the bidder with the highest turnover worked out to three decimal points in any of the preceding three years (FY 2015-16, 2016-17 & 2017-18) shall be considered as L1 bidder. In case the filled returns for FY 2017-18 is not available then the returns of FY 2014-15 shall be considered. (This is applicable only for the period April’18 to Sep’18). Returns filled on Calendar year basis also shall be accepted. Provisional statement will not be considered. Unaudited balance sheet / profit and loss statements will not be considered.

5.2 The Tenderers must note that the rate in terms of percentage must be submitted limited to 3 decimal places. In case the rates in terms of percentage is quoted to more than 3 decimal places, then the offer shall be worked out to the first 3 decimal places without rounding off.

5.3 For execution of the subject work, (1) One contractor will be selected. “Negotiations will not

be conducted with the bidders as a matter of routine. However, the Corporation reserves the right to conduct negotiations”.

6.0 PLACEMENT OF WORK ORDER: 6.1 On finalization of tender, detailed work order in duplicate shall be released to the successful

tenderer. The Successful Tenderers shall arrange to submit Initial Security Deposit of Two

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 10 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

and one half percent of the Total Contract value or Full Security Deposit of Ten percent of Total Contract Value within a period of TEN DAYS from date of DETAILED WORK ORDER. (Please refer Clause 1.9.5 below in this regard). SD by BG shall be in prescribed format enclosed with Work Order and on requisite value stamp paper as per Stamp Duty Act for Telangana State (format enclosed as Annexure).

6.2 Second copy of work order along with all enclosures signed with the office seal on all pages and all agreements/warranties/ declaration shall be submitted to our office within TEN DAYS from date of work order.

6.3 On receipt of Initial Security Deposit or Total Security Deposit as above, and compliance of all requirements as stipulated in Work Order, site will be handed over by the concerned Divisional Engineer.

6.4 The Contractor shall digitally sign on all the pages of the TENDER DOCUMENTS including the following re-confirming having studied, understood and quoted accordingly :

Tender covering letter Special Terms & Conditions of Contract Price Schedule including offer page Item wise description of work (as per Item Code on second column of price schedule) General Conditions of Contract Working Drawings Set I – Site specific Standard Drawings – RO Construction IOC Civil works Specifications List of Approved makes QAP and formats for record – RO Construction

7.0 SECURITY DEPOSIT: As per Section 2, clause 2.1.1.0 of the GCC, the successful tenderer shall pay security deposit OR initial security deposit up on placement of work order .

7.1 In case of 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.Crossed Demand draft/ Pay order/ Bankers Cheque drawn on a nationalized/ scheduled bank drawn in favour of Indian Oil Corporation Limited payable at Hyderabad. (Cheques shall not be accepted) 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.

b. 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. c. Bank Guarantee is permitted if the value of ISD amount is more than Rs 1 Lac.

7.2 In case of SECURITY DEPOSIT: Either by DD or BANK GUARANTEE (BG Only if the quantum of security deposit is in excess of Rs. 1,00,000/-):

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 11 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

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 end of defects liability period (12 months from the date of successful completion of works as per contract) i.e. BG towards SD should be initially valid for a period of 17 months [ 2 months completion time + 12 months defect liability + 3 months]. This BG shall be submitted directly by the bankers under their covering letter to the office of the Corporation in a sealed cover. The SD will be held for a period of 12 months from the date of successful completion of works as per contract.

7.3 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.

7.4 In case the tenderer does not accept the work order and complete the formalities of work order acceptance along with submission of Security deposit within stipulated time of 15 days then, Corporation shall reserve the right to cancel the work order awarded and forfeit the EMD. 8.0 VALIDITY OF OFFER : Tender offer shall be valid for a period of 4 months(120 days) from the date of opening of tender for consideration. IOC reserves the right to place work order at anytime within 4 months from date of opening of tender. Once work order is placed the rates shall remain firm till completion of entire work in all respects. 9.0 FIRM PRICE: Once the offer is accepted and agreement executed, the rate shall be valid till the completion of work in all respects and no escalation whatsoever will be entertained due to extension of time on any grounds. Similarly no variations or reimbursement shall be entertained due to revision in statutory tax or levies imposed by governments of state or center. GST at actual shall be paid as per prevailing rates at the time of payment. 10.0 MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization clause, mentioned in the GCC, shall not be valid for this tender. 11.0 GCC – DELETION / MODIFICATION OF CLAUSE: These Special terms and conditions shall be read in conjunction with the General term & Conditions (GCC) of Contract. Following clauses forming part of the GCC issued along with the tender are deleted / modified: a. Deleted – Clause 2.6.1.0, 2.6.2.0, 4.5.0.0 b. Deleted – 3.0 of Instruction to tenders c. Deleted – GCC contains provisions 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 term & condition in GCC, which may be general or special in nature shall also stand deleted to the extent they said contents are applicable to the arbitration provisions.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 12 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

d. Modified – In partial modification of clause 4.4.0.0 of GCC, price adjustment for delay in completion shall be deducted at applicable percentage from RA bills, on cumulative value of works done up to the concerned RA bill. However, in cases of abandonment of site / termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on the Total Contract Value as specified in the Acceptance of Tender. 12.0 QUOTED RATES : 12.1 Schedule of rates shall be read with work description, relevant Specifications, Instructions to Tenderers, Particular Conditions of Contract, Works Contract Agreement and other Special Terms and Conditions including relevant drawings. 12.2 Parties are required to make prior visit to the sites and quote accordingly. The price quoted by the tenderer shall remain firm for the entire duration of the Contract till completion of work. The rates quoted shall be inclusive of all materials, labour, Building Cess and other levies, packing, forwarding and transportation charges on materials & machinery, all leads and lifts, hire charges, insurance coverage etc., wherever as applicable and no separate payment will be made for the same however only Goods and Service Tax (GST) will be paid extra as per the prevailing rates at the time of payment. 12.3 The Contractor will have to execute the work in accordance with the drawings, Technical specifications and other conditions laid down in the Work Order documents and issued from time to time as well as to the full satisfaction of the Corporation/Consultants. The drawings accompanying the Work Order are indicative in nature. 12.4 The rates quoted by the tenderer in the schedule of rates will be deemed to be for the finished work and shall also include all charges for testing of materials, assisting taking joint measurements, all safety related requirements in connection with execution of works included in the schedule. 12.5 Any additional item if required to be operated, prior approval to be obtained from IOCL . For the additional items operated which are available in SOR. The additional item rate available in SOR shall be paid on quoted price (+/-). For the additional items operated which are not available in SOR. Rate analysis to be submitted for approval based on the market rates. The additional items rate not available in SOR shall be paid on the rate analysis only and not on quoted price (+/-). 12.6 The rates once accepted shall remain unchanged till the expiry of Contract and no request for revision of rates shall be entertained from the successful tenderer for any reason. 12.7 The Corporation reserves the right to accept the whole or any part of the tender received and the Contractor shall be bound to perform the same at the quoted rate.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 13 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

12.8 Making of any cut / opening for electrical wiring/ fitting in masonry work etc. and proper finishing of the masonry surface is deemed to be included in the work and shall not be paid extra. 12.9 All materials supplied by the Contractor shall be of best quality and shall be got approved by the Site Engineer before use. 12.10 Unless otherwise provided in the description of various items of work, the rates tendered by the Contractor shall be for complete items of work covering all liabilities, obligations and risk arising out of the conditions of contract and carrying the work in part(s) or under/across/along pipes, cables drains etc complete and shall apply to all heights, depths, leads and lifts. No extra charges whatsoever consequent on any misunderstanding or otherwise shall be allowed. All materials required for the entire work unless specifically mentioned in rate schedule shall be supplied by Contractor. 12.11 Any damage caused to the existing work including finished work by the Contractor while executing the work shall be made good by the Contractor at his own cost. 12.12 Payment to the Contractor shall be made for the actual quantity of work measured at the site at the rates agreed. All the items of work given in the schedule of rates shall be executed strictly in accordance with the relevant approved drawings, item wise description work, specifications and instructions of Site Engineer. 12.13 The quoted prices for items shall include all accessories, consumables, spares etc as required, whether specifically mentioned in the item or not, to make the item complete in all respects compatible with other related /associated items and fully functional. 12.14 Loading, transporting, unloading, handling / double handling, hoisting to all levels, setting, fittings and fixing in position protecting, disposal of debris and other labour necessary in and for job in accordance with the Contract documents, good practice and recognized principles shall be responsibility of the Contractor. 12.15 All hardware / fasteners and other components shall function smoothly without any friction or crack when fixed in position. 12.16 Wherever any specified capacity of equipment/ fixture, thickness of material or size of section is not available, the next higher available capacity, size or thickness is to be provided without any extra cost. 12.17 Plans, drawings, and other information forming part of the tender documents shall constitute only a general guidance to enable the Tenderer to visualize the work and/or supplies contemplated under the Contract. These have been prepared and released in good faith on the basis of information available to the OWNER. IOC assumes no responsibility as to the correctness thereof and the Tenderer is expected prior to submission of offer to have

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 14 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

undertaken a complete and independent survey and to have made his own study of all factors relevant to the performance of the work or making the supplies. 12.18 Should there be any doubt or ambiguity in the interpretation of the Tender Documents or error, omission or contradiction therein or any of them the Tenderer shall sufficiently in advance prior to submission of offer, apply in writing to IOC the Engineer-in-Charge for clarification or resolution of the doubt, ambiguity or contradiction or correction of the error or omission as the case may be. Should the Tenderer fail to apply to IOC for decision as aforesaid, the Tenderer shall, if awarded the work perform the said work at their own risk and the provisions relevant clauses of General Conditions of Contract shall apply to any such work performed by the CONTRACTOR. a) ACTION WHERE THERE IS NO SPECIFICATIONS: In case of any class of work for which no specifications is mentioned, the same shall be carried out in accordance with the latest Bureau of Indian Standards specifications subject to the approval of the Corporation. In case the items are already covered under Schedule of Rates being followed by the respective Divisional Office, then the same rate with applicable discount as quoted in the tender shall be applied. However, in case the rates are not covered under Schedule of Rates, then 3 quotations shall be taken and approval shall be given by the respective Engg-in-charge for the rates.. b) APPLICABILITY OF IS CODES : It shall be the responsibility of Contractor to ensure correctness of applicable IS code and conformity of material, equipment, makes, workmanship, testing etc to IS codes and standards. 13.0 COMMENCEMENT OF WORK AND REFUSALS: 13.1 The Contractor shall have to start the work within 10 days from the date of issuance of commencement order or the actual date of handing over, whichever is earlier, failing which price adjustment shall be done as per provisions of clause No.4.4.0.0 of General Conditions of Contract. 13.2 It shall be noted that for the purpose of price adjustments for delay in completion, completion time, extension, delay and the time of commencement shall be calculated separately for each RO and not on the entire work order value in case multiple ROs are covered in the same tender. However, work has to be done simultaneously at all locations, unless there are some site specific issues which needs to be recorded from time to time in the hindrance register. 13.3 If the Contractor accept the work order does not start the work by the above stated period and if the Corporation is not satisfied with the reason for not starting the work in time or if Contractor refuses to carry out the work due to any other reason, the Corporation can cancel that work order by giving a Registered Notice after the expiry of the specified period

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 15 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

as per the order and the same work shall be carried out by any other Contractor at the entire risk and cost of original Contractor. 13.4 In the event of such cancellation, the ISD/SD for the subject work will be forfeited and the empanelment of the contractor in all categories shall be cancelled forthwith, without any further intimation to the contractor. In addition the Corporation also reserves the right to holiday list the contractor in the event of such default. 14.0 HANDING OVER OF SITE BY CORPORATION: The site will be handed over to the party on “as is where is” basis. Any bushes/vegetation etc. required to be cut during the start/ course of the work shall be done by the party and no separate payment shall be made for the same. 15.0 COMPLETION SCHEDULE :

15.1 The entire work of PROVISION OF ALL 2 CANOPIES AND 6 DRIVEWAY AT VARIOUS RO’s UNDER SECUNDERABAD DO,TAPSO should be completed as per the completion schedule specified in the NIT ie. Canopy – 60 days: Driveway – 45 days including all items of work specified in the price schedule shall be completed as specified in NIT from the date of handing over the site, which will be taken as 10th day from the date of commencement order or the actual date of handing over which ever is earlier, failing which price adjustment shall be made as mentioned below: In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion shall be deducted at applicable percentage from RA Bills, on cumulative value of works done up to the concerned RA Bill. However, in case of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total contract value as specified in Acceptance of tender. 15.2 The Contractor shall submit within 10 days of the receipt of detailed work order, a detailed construction programme mutually agreed by the Corporation and the Contractor giving the complete schedule of executing the work. The programme thus submitted shall shall be binding on the Contractor. However, the Corporation reserves the right to alter the programme if necessary. No claim whatsoever of the Contractor on this account, shall be entertained. All works intimated by the Corporation shall have to be carried out at the quoted rates irrespective of Contractor’s schedule for completing the works. 15.3 In case of failure to adhere to the time limit or if the pace of progress is not satisfactory, the Corporation will be at liberty to terminate the contract and get the works executed by an alternate agency at the risk and cost of the Contractor. No claims on account of loss in profits on this or on any other grounds shall be entertained. 15.4 SITE ORGANISATION & WORKING HOURS 15.4.1 Adequate technical man power and site organization should be provided by the Contractor during execution of the works. The Corporation reserves the right to ask for

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 16 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

replacement/enhancement in the site organization depending upon the progress of the work and Contractor shall agree to abide by them. 15.4.2 The time limit for completion of the work is determined depending upon the nature of jobs and site conditions etc. and the stipulated time of completion shall be strictly adhered to, failing which price adjustments shall be made as mentioned below: In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion shall be deducted at applicable percentage from RA Bills, on cumulative value of works done up to the concerned RA Bill. However, in case of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total contract value as specified in Acceptance of tender. 15.4.3 Depending upon the requirement, with the concurrence of Site Engineer, the Contractor may be permitted to work beyond the normal working hours to the extent of round the clock and holidays also for which no extra claim would be entertained. A prior notice will be required from the Contractor for nighttime working. In the event of nighttime working, the Contractor shall provide and maintain at his own cost sufficient lights and Security Personnel, if so required, to enable the work to proceed satisfactory without hindrance. 15.4.4 Similarly, if the Contractors required to work on holidays or extended hours to complete the work within time schedule, a prior notice will have to be given to the Corporation and no claims regarding payment of overtime etc will be entertained by the Corporation. 15.4.5 The progress of work shall be proportionate to time of completion and amount of order. If at any stage the progress is found to be below the schedule, the Corporation will have option to cancel the work order and get the balance work executed from other agencies at the risk, cost and consequences of the Contractor. 15.4.6 After issuance of the work order, under some special circumstances, the Corporation may advise postponement of commencement date or to carry out the work in stages, in which case the time of completion shall be extended suitably depending upon the actual delay/interruptions caused. The Corporation will not however be liable under any circumstances for payment of compensations of any nature to the Contractor for such delay or interruptions. 15.4.7 If the Contractor fails to complete work within the completion period, does not show sufficient progress as per schedule fixed for completion of the work, the Corporation can terminate the contract by giving sufficient notice by a Registered Letter and get the full or remaining job done through any other Contractor at even higher rate than the Order Rates and recover the difference from the Contractors’ pending bill/security deposit. If the work is done through any other Contractor at the same rate the Corporation shall in that event forfeit party’s initial EMD/SD for a particular state office/Category. 15.4.8 The Contractor, if they so desire, can make an application sufficiently in advance before the completion time, if they anticipate any obstacle/ hindrances in completion of

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 17 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

their work, before the schedule date of completion. The Corporation however shall not be bound to give any extension of time if the delay is on the part of the Contractor. 15.4.9 Acceptance of facility/facilities by the Corporation does not constitute final completion of the contract. The contract shall be deemed to be executed in full and final measurement certified only when the Contractor has fully discharged all his obligations in terms of all the contract documents. 16.0 PROGRESS MEETINGS: During the progress of the work, progress review meetings will be held at regular intervals in the Corporation’s office/ site. The Contractor shall be represented by a competent officer who shall be qualified to accept instructions and take decisions on behalf of the Contractor. The Contractors are required to advise the Corporation every month on the progress of works as per the standard format. 17.0 SCOPE OF WORK: 17.1 The scope of work is as detailed in the schedule of rates, Item wise detailed description of work, enclosed drawings and technical specifications enclosed. 17.2 The work described in the specifications and other Work Order documents along with their various elements to be supplied and erected by the Contractor shall be complete with all components and accessories which are necessary, or are usual for their efficient performance and satisfactory maintenance. Such works shall be deemed to be within the scope of the Contract, whether specifically included or not in the schedule. All material and workmanship shall be best of its particular kind. 18.0 POWER / WATER: IOC will not make available electrical power / water, required for the job. The contractor should make their own arrangements at their cost for required power / Diesel Generator sets and water for all leads and lifts for completion of works within stipulated time limit. No delay shall be entertained on account of non-availability of water or power supply. Electrical work shall be carried out through licensed electrical personnel only. 19.0 TERMS OF PAYMENT: 19.1 The following payment terms shall apply for this tender: 19.1.1. CIVIL WORKS: A. Upto 95% of the item rate on completion of each item in RA Bills B. Balance 5% on completion of all works and in final bill. 19.1.2 TANK WORKS: A. 60% of the item rate on completion of tank installation, hydro testing & sand filling. B. 30% of the item rate on completion of top slab. C. 5% of the item rate on commissioning of tank, provision of tank manhole covers and in final bill. D. 5% of the item rate on completion of all works & in final bill.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 18 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

19.1.3 EQUIPMENTS LIKE COMPRESSOR, DAG , SUBMERSIBLE PUMP ETC & ITEMS LIKE YARD LIGHT ETC. A. Upto 80% of the item rate on supply of equipment/ items to site including test certificates B. 15% After installation & grouting of equipment C. Balance 5% on completion of all works & in final bill 19.1.4 ELECTRICAL & PIPELINE WORKS A. 60% of the item rate on supply of items to site B. 35% of the item rate on installation of items C. Balance 5% on completion of all works & in final bill. 19.1.5 CANOPY WORK a. 60% of item rate quoted on supply to site. The structural items supplied to site must be in prefabricated condition and in readiness for erection. b. 35% of item rate quoted on completion of erection. c. Balance 5% on completion of all works and in the final bill. 19.2 Submission of Bills: The Contractor is required to submit the bills in the standard Performa of the Corporation only. 19.3 E-PAYMENT SYSTEM : To enable quick release of payments, Corporation has implemented SYSTEM OF PAYMENTS THROUGH EFTT/RTGS/ INTERNET. Tenderer is required to positively furnish Particulars of their Bank Account in prescribed format enclosed with Tender (Annexure A of Special Terms and Conditions). 20.0 SAFE CUSTODY AND STORAGE: Contractor shall make necessary arrangements for the safe custody of their materials and the Corporation shall in no case be responsible for any loss or damage to the same. Any temporary structure if allowed to be erected by the Corporation for the purpose shall be demolished and removed on completion of works. Further, safe custody of all machinery and equipment used by the Contractor for the work shall be their sole responsibility. They shall therefore employ sufficient staff for watch and ward at their expenses if felt necessary. 21.0 WORKS BY OTHER CONTRACTORS / NON HINDRANCE TO SALES:

Along with the works covered under this contract other works shall be carried simultaneously by other Contractors. The Contractor shall extend full co-operation to the Contractors and the works, shall be carried out in such a way as not to affect the progress of the project. Any damage caused to other works shall be rectified by the Contractor at their entire risk and cost. The works are to be carried out at functioning petrol pumps and suitable safety precautions, as advised, will have to be taken by the Contractor. The Contractor will be fully responsible for implementation of all precautionary measures and for ensuring safety of all structures till the work is completed in all respects. The working of the Contractor should cause minimum hindrance to the sales activity of the petrol pump.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 19 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

22.0 DAMAGE TO EXISTING FACILITIES: Any damage caused to the existing facilities while carrying out the work shall be made good by the Contractor to the entire satisfaction of the Corporation at his own risk and cost. 23.0 FORCE MAJEURE: The term “Force majeure” as employed in the contract shall mean declared civil war, tidal waves, fire, major flood, earthquakes (above 7 magnitude on Richter scale), damage from aircraft, nuclear fission, riots, (other than among the Contractor’s employees), lightening and other such causes over which the Contractor has no control and are accepted as such by Corporation whose decision shall be final and binding. Delays resulting from such reasons shall extend the time for completion for the work and commencement of free maintenance period without any financial obligation of any kind from either side. 24.0 Insurance Policy : Contractor to obtain necessary Insurance to cover any accident in line with General Conditions of Contract . 25.0 ESIC Registration:

The Contractor shall enforce the provision of ESI Act/ scheme and other Acts/ Scheme with regard to this contract and shall fulfill other obligations/ requirements of the Act/Scheme for proper compliance as may be directed by the ESI Authorities or the Corporation. The successful contractor also needs to obtain applicable registration in this regard. 26.0.REMOVAL OF DEBRIS: Contractor shall arrange to dispose off debris and any other waste product created while carrying out the work, outside Corporation’s premises. The Contractor shall take due care while disposing of such waste materials and ensure that any rules/ regulations laid down by Municipal Corporation or any other statutory body are not violated. The Contractor shall be responsible and answerable to any complaint arising out of improper disposal of waste material. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account. 27.0 CLEARING THE SITE OF WORKS: The Contractor shall clear the site of works as per the instructions of the Site Engineer. The site of works shall be cleaned of all men, site equipment, materials, etc and shall be delivered back to the Corporation in a clean and neat condition as required by the Site Engineer within a period of one week after the job is completed after ensuring that all surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean. In case of failure to do so by the Contractor, the Corporation will have the right to get the site cleared at the risk and cost of the Contractor.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 20 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

28.0 OBSERVATION OF RULES: The Contractor shall have to observe all local rules for safety/ security. The Contractor shall also be required to comply with all acts and regulations for the successful completion of the contract works and shall give due notices and pay all fees. 29.0 TYPOGRAPHICAL OR CLERICAL ERRORS: The Corporation’s clarifications regarding partially omitted particulars or typographical or clerical errors shall be final and binding on the Contractor. 30.0 CONFIDENTIALITY OF DOCUMENTS/CONTRACT DETAILS : The Contractor shall not without the Corporation’s prior written consent disclose any specification, plan, drawing, pattern, sample or information furnished by or on behalf of Corporation in connection to a person other than a person employed by the Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so as may be necessary for the purpose of such performance. The Contractor will bind such employee to secrecy of information. The Contractor shall not make use of any document or information set out above or in this contract except for the purpose of performing the contract. The Contractor shall indemnify and make good any loss that may be sustained by the Corporation In the event of non-fulfillment of the above condition by the Contractor . 31.0 INSPECTION OF WORKS/SHOP/SITE BY CONSULTANT OR THIRD PARTY INSPECTION AGENCY: The Corporation if engaged the services of third party inspection agency /consultant to carry out any stage/ final inspection or for supervising a part or whole of the works and as authorized representatives of the Corporation, the Contractor will be required to take instructions from them regarding all aspects of the work. 32.0 On execution of the Contract, all prior proposals of the Contractor, quotations, and agreements between the parties, understandings, representations and arrangements not specifically incorporated in the Contract shall be superseded. 33.0 DRAWINGS:

Wherever dimensions or sizes are not specified in schedule of rates, the drawings provided may be referred. Figured dimensions are to be followed in all cases. Large-scale details take precedence over small-scale drawings. In general, the drawings shall indicate the dimensions, positions and type of construction, the specifications shall indicate the quantities and methods, and the schedule of rates shall indicate the quantum and rate for each item of work. Any work indicated in the drawings and not mentioned in the specifications or vice-versa, shall be treated as though fully set forth in both. Any ambiguity, conflict of interpretation, errors or inconsistencies discovered in the drawings/documents shall be promptly brought to the attention of the Corporation shall prevail, but in the event of disagreement between the Contractors and the Site Engineer, decisions of Engineer-In-charge shall be final. In

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 21 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

case of any discrepancy, the Contractor is to ask for explanation before proceeding with the work. 34.0 MATERIALS/EQUIPMENT : 34.1Any sub standard materials, used during execution will be rejected and the Contractor shall replace the same to the entire satisfaction of the Corporation at their own cost. 34.2 All material required for this work shall be supplied by Contractor except dispensing pumps and horizontal tanks which will be supplied by IOC. It will be the responsibility of the party to provide at their cost qualified welders, labour, equipments, machinery, power and all materials as detailed in our price bid schedule, scope of work/item wise detailed description of work, specification and relevant IS codes so as to complete the job in all respects. 34.3 Materials supplied by party shall be utilized only after getting approval from Site Engineer. 34.4 Corporation shall not be responsible for the security of the party’ material/ equipments. 34.5 No covered space shall be made available for storage/stacking of party’s materials. The party shall make their own arrangement for the same. 35 ISSUE OF MATERIALS BY CORPORATION : 35.1 The tank/ pump and the miscellaneous fittings/fixtures, engineering materials etc. for Retail Outlet, are usually dispatched in the name of Dealer OR Contractor and the Contractor after taking over the site shall take delivery of the above materials from dealer for installation and keep them in safe custody till the time of handing over. If any material is found to be missing or short from the list of materials, the Contractor shall immediately inform the concerned Divisional Engineer in writing of such shortages. If any material is lost or damaged while it is in Contractors custody, the Contractor will have to make up for the losses. The Corporation can ask for Bank Guarantee or security in the form of cash deposit for any material issued to Contractor for the work outside any established premises of the Corporation. 35.2 For works at any other site where Corporation has no established premises, the Corporation may request the Contractor to take charge of equipment till handing over and Contractor shall be responsible for security of the same. 35.3 The Contractor will not have any legal ownership on materials issued for Corporation works. 35.4 The Contractor will submit the name of his authorized representative with his attested signature to Divisional Engineer/Location- in-charge for issue of materials.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 22 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

35.5 Contractor will preserve MIN/MRN (for receipt of material from the Corporation/ Return of balance material to the Corporation after the individual work has been completed) till the submission of final bill for individual works. The consumption of material for work will be settled on the basis of MIN/MRN if any materials is found short, the Corporation will recover its cost either book value plus 10% or market rate whichever is higher. 35.6 The Contractor on completion of job will hand over the facilities and site to Corporation or its authorized representative and will have no legal claim of ownership on materials, equipment and site. 36 DEALING WITH OUTSIDE PARTIES : The Contractor should purchase all materials from the market, which they require for the work allotted to them in cash or credit in their own firm name only. If any material has been purchased by the Contractor or credit and payment is not cleared, Corporation on receipt of such complaint from any party can recover the amount from Contractor’s pending bill or a security deposit, on account of non-clearance of such transaction where the Corporation’s name/ dealing is likely to be adversely affected and may make the payment to the concerned party. Contractors in their own interest should purchase material from the authorized sources and should fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe that any material has been brought to its premises from unauthorized sources, the Corporation can refer the matter to police for verification. The Contractor can then be debarred from Corporation and EMD/SD shall be forfeited for such lapses. 37.0 SECURED ADVANCE FOR SUPPLY OF MATERIALS: No Secured Advance Shall Be Payable For Materials Brought To Site By Contractor. 38.0 INCOME TAX, STATUTORY LEVIES : a. The contractor shall note that the rates quoted shall be inclusive of all taxes, duties, statutory levies, royalty, Income tax, , building cess, transportation etc, except GST which will be paid extra as per the prevailing rates. b. Contractor is liable to pay the prevailing taxes and all other statutory levies on the materials purchased by them which shall be utilized or consumed to carry out this work. The quantities in the schedule are approximate. There may be variation in the quantities. Payment shall be made only on the actual work carried out by the party 39.0 CODES AND STANDARDS: The party shall arrange, at their own cost, to keep a set of latest edition of all applicable standards and codes at site.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 23 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

40.0 SAFETY PRECAUTIONS & HOT WORK : a.The Contractor shall have to take all safety precautions for carrying out hot work in the Retail Outlet if required, at his own cost as directed by the site Engineer. Necessary safety equipments such as safety belts, helmets and other equipment are to be positioned by the contractor and used as per requirement b. Heating the stone metal, sand, bitumen and hot mixing shall be done outside the Retail Outlet. Safety distances as per CCE Rules & OISD shall be maintained strictly. c. Any casualty or damage caused by any untoward incidents while executing this contract will be at the Contractors’ risk and cost. d. Welding work may not be allowed during the daytime when Operation is on and may have to be done during scattered hours or during night hours, however, no compensation will be paid on account of idling of labour/equipment. e. Since the work shall be carried out at running retail outlets, hot work permit on day to-day basis as required under prevailing guidelines shall be obtained from the dealer of the retail outlet. f. The successful tenderer shall be responsible for observance of all conditions as per appendix 3 furnished along with GCC with regard to safety. 41.0 SECURITY OF MATERIAL/ EQUIPMENT : Contractor is fully responsible for the equipment/materials handed over to him for the execution of the work and in case these are mishandled or stolen, he has to arrange these entirely at his own cost to the satisfaction of Site Engineer. Corporation shall not be responsible for the security of Contractor’s material / equipment. 42.0 ELECTRICAL WORK: During the execution of job temporary connections are to be provided by the Contractor and all possible assistance shall be rendered by the Contractor for the smooth operation of the Retail Outlet. No extra payment shall be made on this account. All temporary connections are to be spark proof/ flame proof and shall be got approved from Site Engineer. Test Report (if required for this job as decided by the engineer) duly approved by the local Electricity Department shall be submitted by the Contractor after completion of the work. Any payment to Electricity Department needed shall be borne by the Contractor. The entire electrification work shall be carried out by the Contractor under supervision of licensed Electrical supervisor to the satisfaction of local Electricity Dept./Site Engineer. The entire electrification work shall be carried out as per I.E. Rules/ Local Electricity regulation/ IOC specification as applicable.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 24 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

43.0 MAKES OF MATERIAL/EQUIPMENT : LIST OF MAKES IS ATTACHED WITH TENDER FOR REFERENCE. NO MATERIAL/EQUIPMENT SHALL BE BROUGHT TO SITE WITHOUT PRIOR APPROVAL FROM IOC ENGINEER. The Contractor shall produce all invoices in original for the materials purchased as called for by the Corporation Engineers for proof of having purchased approved makes / authorized dealers, etc. The Contractors should produce manufacturers test certificates as and when called for. The Contractors have to get the materials tested from the Laboratories as approved by IOC Engineer at no extra cost. The materials, which do not meet the minimum requirements, have to be replaced with new materials. The Contractor should get new materials tested at no extra cost. 44.0 OTHER SPECIFICATIONS : The work shall be carried out as per Corporation’s specifications/drawings and to the entire satisfaction of site engineer. Unless otherwise stated above the work shall be carried out as per IOC Specifications. 45.0 ADDITIONAL ITEM : The Contractor shall not take up any extra item unless he receives specific written instructions from the concerned office or from IOC Engineer. For the additional items operated which are available in SOR. The additional item rate available in SOR shall be paid on quoted price(+/-). For the additional items operated which are not available in SOR. Rate analysis to be submitted for approval based on the market rates. The additional items rate not available in SOR shall be paid on the rate analysis only and not on quoted price (+/-). 46. SECRECY AGREEMENT: Contract shall, as a part of his obligation sign an agreement for secrecy of the drawings/documents with IOC. Contractor, shall hereby expressly undertake to keep all drawings/documents as well as other technical information given in the contract document secret and shall not diverse or leak or otherwise cost to be known to the competitors or otherwise having any interest in such process in any way the contents in any form shape or method. 47.0 SPECIAL CONDITONS: 47.1. The works at site will be supervised either by IOC site engineer or by Project Management Consultant (PMC) agency appointed by IOC. It shall be the responsibility of the contractor to ensure that the works are carried out with due inspection of works by PMC agency as per approved QAP at every stage of work. Further it shall also be the responsibility of the successful tenderer to submit bills for payment which are duly certified by PMC agency. Bills shall be processed for the works completed, measured and entered in the MB duly signed by both successful tenderer and TPI. During execution of works, it shall be noted that deviations shall be put up duly endorsed by TPI agency.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 25 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

47.2. Since the work is to be carried out in running location also in some cases, the work is likely to be hampered / delayed due to operational reasons. No claims on account of the above and any other reason whatsoever shall be entertained by the corporation and work shall be completed by the Contractor within the stipulated period considering the above conditions also the Corporation shall not pay any compensation whatsoever for idling of labour/ equipment. 47.3. Acceptance of the facility/ facilities by the Corporation does not constitute final completion of the contract. The contract shall be deemed to be executed in full and final measurement certified only when the Contractor has fully discharged all his obligations in terms of all the contract documents. 47.4. Facilities dismantled/ Damaged while executing the works shall be restored to its original condition without any extra cost to the Corporation. 47.5.THE BILLS ARE TO BE CERTIFIED BY CONCERNED DIVISIONAL ENGINEERS AND THE PAYMENT WILL BE MADE BY STATE OFFICE AS PER PREVAILING POLICY OF THE CORPORATION FROM TIME TO TIME. 47.6. Many works executed may need clearance from an Acceptance Committee formed by Corporation at any stage of the work. Contractor shall render full cooperation and comply with all the observations, instructions of the Committee at no extra cost to IOC. 47.7. The work orders shall be cancelled in the event of negligence in carrying out the works or poor quality of work/workmanship. 47.8. The relevant clauses in the GCC shall also be applicable for termination of individual work order / contract. 47.9. The checklist for bills and the materials / makes used is enclosed. The same has to be filled and enclosed with the Running / Final bills along with the relevant documents, failing which the bill shall not be passed for payment. The list is not exhaustive and hence, items may be added, as applicable, by the Site Engineer. 47.10. PHOTOGRAPHS OF WORKS CARRIED OUT: The contractors shall submit 4” X 6” size coloured photographs of the work carried out from time to time, at their own cost as per the instructions of the TPI Agency/ IOCL prior to clearance of final bill. Photographs to be submitted for each of the major items of work such as Sales Building, Tank Installation, Piping, Driveway, Compound/Retaining wall/ Chain link fencing, canopy etc and shall indicate final completion of works. 48. Tenderers are advised to note that GST at prevailing rates will be paid to the party,

Taking in to account of the Reverse Charge Mechanism (RCM) as applicable.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 26 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

49. DELETIONS IN GCC CLAUSE:

A. MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization

clause, mentioned in the GCC, shall not be valid for this tender.

B. Following clauses forming part of GCC already issued are deleted from the scope of this tender: Clause 2.6.1.0 & 2.6.2.0- General, Section 2 of GCC Clause 3.0 – Instruction to tenderers of GCC C. 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 term & condition in GCC, which maybe general or special in nature shall also stand deleted to the extent the said contents are applicable to the arbitration provisions. 50. CLARIFICATIONS ON DESCRIPTION OF WORK: 50.1 Item of GI sheet mentioned as 0.4m shall be up to 1.2 m at the same rate mentioned in the SOR/ Detailed description. 50.2 Item of tank kerb wall in underground tank installation shall be paid separately and is not part of tank installation item as mentioned in the SOR. 50.3 Item of structural steel used for canopy fabrication and erection shall be considered under built up section. 50.4 Unit of ductile manholes is EA instead of KG. TAXATION CLAUSES: DEFINITIONS

1. Contractual period / Work Completion Period /Contractual Delivery Date / Contractual Completion Period shall mean the Scheduled Delivery / Completion Period as mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work Order and shall also include approved extensions, if any.

GENERAL

1. Where any portion of the GCC/any other section of tender, is repugnant to or at variance with any provision of the Standard Taxation Condition (STC), then the provision of the STC shall be deemed to override the provisions of the GCC and shall, to the extent of such repugnance or variations, prevail.

2. For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 27 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

GST Compensation Cess Acts, also includes any duties, cess or statutory levies levied by central or state authorities.

3. Rate variation in Taxes and any new promulgated taxes after last date of the submission of price bid only on the final product and/or services (applicable to invoices raised on IOCL) within the contractual delivery date /period (including extension approved if any) shall be on IOCL’s Account against submission of documentary evidence. Further , in case of delay in delivery of goods and/or services, any upward rate variation in Taxes and any new promulgated taxes imposed after the contractual delivery date shall be to the Seller’s / Contractor’s Account. Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission of price bid relevant to the Contract and the date of execution of activities under the contract, the Contractor shall pass on the benefit of such reduction to IOCL with the view that IOCL shall pay reduced duty/Tax to Govt.

4. It would be the responsibility of the contractor to get the registration with the respective Tax authorities. Any taxes being charged by the Contractors would be claimed by issuing proper TAX Invoice indicating details /elements of all taxes charged and necessary requirements as prescribed under the respective tax laws and also to mention his correct and valid registration number(s) along with IOCL’s registration number as applicable for particular supply on all invoices raised on IOCL.

5. Wherever any escalation / de-escalation linked to raw material price (Basic price excluding taxes) is allowed as per terms of the contract, Variation to the extent related to escalation / de-escalation of value of material shall be allowed without Tax unless specified otherwise.

6. The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards tax credit rejected /disallowed by any tax authorities due to non deposit of taxes or non updation of the data in GSTIN network or non filling of returns or non compliance of tax laws by the Contractor by issuance of suitable credit note to IOCL. In case, contractor does not issues credit note to IOCL, IOCL would be constrained to recover the amount including interest payable alongwith Statutory levy/Tax, if any, payable on such recovery.

7. Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be reimbursed by IOCL as long as the same is within the permissible time limit as per the respective taxation laws and also permissible under the Contract terms and conditions. Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns as may be prescribed from time to time.

8. The contractor will be under obligation for quoting/charging correct rate of tax as prescribed under the respective Tax Laws. Further the Contractor shall avail and pass on benefits of all exemptions/concessions/benefits/waiver or any other benefits of similar nature or kind available under the Tax Laws. In no case, differential Tax Claims due to wrong classification of goods and/or services or understanding of law or rules or regulations or any other reasons of similar nature shall be entertained by IOCL.

9. In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e. payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa, the contractor is liable to make good the loss suffered by IOCL by issuance of

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 28 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

suitable credit note to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be constrained to recover the amount including interest payable along with Statutory levy, if any, payable on such recovery.

10. In case the contractor is opting for Composition scheme under the GST laws, in such event the evaluation of his bid will be based on the Quoted Price. In case the contractor is falling under Unregistered category, then GST liability, if any, on IOCL will be included for the purpose of evaluation.

11. In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the delivered price to arrive at the net landed cost.

12. IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under section 31 of the CGST Act and respective states and Rules.

13. To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all certificates, documents and declarations as are required by IOCL to avail of the ITC with respect to GST reimbursed by IOCL on materials sold to IOCL.

14. Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price Bid provided delivery is within the Contractual period.

ROAD PERMIT/WAY BILL

1. IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only in those cases where materials is purchased by IOCL directly and/or IOC is statutorily required to issue the Road permit/Way Bill, by whatever name it is called. Contractor will be under obligation for proper utilization of road permits for the specific supply and in case of seizure of goods/vehicle, the Contractor will be wholly responsible for release and reimburse the litigation cost to IOCL.

2. IOCL shall on no account be responsible for delay or hold up due to the timely non availability of such documents as are required to be furnished by the owner to obtain the Road Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts to provide sufficient number of Road Permits/way bill, by whatever name it is called. on demand to avoid any delay or Hold up.

WORKS CONTRACT / COMPOSITE SUPPLY / MIXED SUPPLY

1. Works contracts as defined under the GST law includes Contracts for Building, Construction, Fabrication, Completion, Erection, Installation, Fitting out, Improvement, Modification, Repair, Maintenance, Renovation, Alteration or Commissioning of any immovable property wherein transfer of goods is involved in the execution of such contracts. Composite Supply has been defined as supply in which two or more supply of goods or service or both or any combination are naturally bundled and supplied in conjunction with each other in the ordinary course of Business, and then the rate as applicable for principal supply will be applicable on the entire transaction.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 29 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Mixed supply has been defined as supplies of goods or service or both which are made in conjunction with each other for a single price and which does not constitute a composite supply then the rate as applicable for the highest rate will be applicable. In view of the above various definitions under GST law, bidders are required to evaluate the jobs to be undertaken covered under the tender and quote accordingly by taking in to account the nature of Job read with the legal provision. The place of supply in relation to an immovable property shall be the location at which the immovable property is located or intended to be located.

2. In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned in the price Bid.

3. To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all certificates, documents and declarations as are required by IOCL to avail of the ITC with respect to VAT reimbursed by IOCL on materials sold to IOCL

4. Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price Bid provided delivery is within the Contractual period.

APPLICABLE TDS FOR INCOME TAX & GST

1. The contractor has to get registered under GST in the state where the work is to be executed and should raise invoices only on the GST registration of the executing state. In case contractor brings any material from other state or import from outside the state, then same needs to be brought under its own registration and road permit. IOCL will not issue any road permit for such transactions.

2. It may please be noted that the Bidders shall furnish copies of GST registration under Govt. of (name of political state)Telangana/Andhra Pradesh for carrying out the works within the state.

3. Parties not having GST registration of the State in which the works have to be carried out shall be considered provided they obtain the GST number within 6 weeks from the date of receipt of the work order. However, no payment shall be released till such time GST registration is obtained by the parties and copies of the same are submitted to the Corporation. In case, GST Registration is not available at the time of submitting the tender, the Bidder shall furnish a written undertaking that they shall obtain GST registration within 6 weeks from the date of receipt of work order and furnish the proof of the same to the Corporation.

4. In case of failure to obtain the GST registration as above, the work order/ Contract shall be liable for cancellation.

5. Tax Deducted at Source wherever applicable under the state law where the Work is being executed will be deducted and deposited to concerned authorities and certificates will be issued as per provision of the State Statute.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 30 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

6. Where the contractor is eligible for deduction at lower rate of TDS, supporting documents to be furnished to paying authority of IOCL before the payment is released. Once the deduction is made at higher rate and TDS is deposited to authorities, no claim will be entertained by IOCL.

INCOME TAX:

1. The contractor shall be exclusively responsible and liable to pay Taxes on Income arising out of payment made out of the contract.

2. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the Income tax Act, 1961 the same will be deducted from the Invoices raised and TDS Certificate as per provision of the Income tax Act and Rules shall be issued to the contractor.

3. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per the provisions of Income Tax Act.

IOCL GST NUMBER: IOCL GSTIN TELANGANA : 36AAACI1681G1ZQ IOCL GSTIN ANDHRA PRADESH : 37AAACI1681G2ZN

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 31 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

LED Fittings

a. The detailed specification for LED Luminaire is attached with this tender document.

b. The scope of work for LED fitting for under Canopy lighting shall include submission of the detailed lighting design (developed by use of software), as per the requirement of IOCL, in order to attain the required level of illumination.

c. The required level of illumination to be achieved in ROs is defined as under.

1) Category – I – A Class of Market City ROs

Sl. No Location of RO In Lux Required Levels

1 Under Canopy Max 325 – 350(at the Pump Island)

2 Under Canopy Min 125-150

3 Under Canopy Avg 200-225

4 In Approach Area 50-60

5 In Yard 50-60

2) Category – II – ROs on Highways and B/C Class of Market

Sl. No Location of RO In Lux Required Levels

1 Under Canopy Max 250-300(at the Pump Island)

2 Under Canopy Min 100-120

3 Under Canopy Avg 150-160

4 In Approach Area 50-60

5 In Yard 40-50

TECHNICAL SPECIFICATIONS 1. Technical Specifications for LED: a. LED Efficiency shall be greater than 140 Lumens/Watt @ 350mA drive current. In respect of LEDs of higher power ratings, drive current greater than 350mA can be accepted if the LED’s LM 80 / IS:16105 test report support the same. b. LED shall be SMD (Surface mounted device) type LED for all applications. COB type to be considered only for applications such as Highbays, Flood Lights & Flameproof Light Fittings. c. Approved makes of different LED technology / types shall be as below:

LED Technology / Type Approved Make

SMD Nichia, Osram, Lumileds (Erstwhile Phillips Lumileds), CREE

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 32 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

COB Citizen, Bridgelux

Domestic/Decorative Luminaries

Everlight Taiwan, Edison Taiwan, Samsung Korea, Osram Germany along with makes approved for SMD

d. Test report for Ambient Temperature of 55 / 85 / 105 Deg C at Rated and Maximum current shall be submitted for SMD type LED. For COB type LED, as soldering temperature is not applicable for COB technology, LM 80 test report shall be submitted. e. TM 21 life projection calculations along with LM 80 for all three ambient temperature of 55 /85 /105 Deg C as per applicable standard shall be submitted to substantiate that life of LED Chip shall be more than 50,000 Hrs for both commercial and industrial range and 25,000 Hrs for LED Bulb, domestic and decorative range. f. Reported life span of LEDs used in the Luminaire shall be greater than 50,000 Hrs at the soldering point temperature of 85 Deg C and at luminaire driving current. g. The LEDs shall comply to Photo biological Safety norms as per IEC62471 / EN62471 / IS:16108 and should fall in the exempt or low risk group for outdoor LED luminaires. h. View angle: typical 120 Deg. i. Colour temperature of the proposed white colour LED shall be from 5700K (i.e. 5665K ± 355K) to 6500K for indoor type luminaire Step 5 or Step 3 McAdam as per ANSI standard C78.377A & 5700 K (I.e. 5665K±355K). For outdoor type luminaires Step 5 McAdam as per ANSI standard C78.377A, will be accepted on account of colour consistency.

Colour Rendering Index (CRI): CRI should include all colour ranges from R1 to R15, shall be > 80 for indoor luminaire and > 70 for outdoor luminaire. 2. Technical requirements for LED driver: a. Minimum efficiency of driver: The minimum efficiency of LED driver shall be 85% for driver power output rating <= 40Wand 87% for driver power output rating > 40 W. b. Power factor of complete fitting: Greater than 0.9 (Except for Domestic / Decorative LED luminaire). c. In-built high voltage cutoff: >=290 Volt (High). d. Short circuit protection / Open load protection shall be required. e. Driver Surge Protection standard: Surge Protection for minimum 2kV for indoor and minimum 3kV for outdoor LED systems shall be provided. However if a site is prone to lightning and surges 10kV surge protection shall be required. In case of outdoor luminaires, the Surge Protection Devise (SPD) should be series type with fail safe. f. Total Harmonic Distortion (THD): Less than 10% for full load for more than 20W and less than 20% for less than 20W. Not applicable for Domestic / Decorative LED fixtures. g. Isolated driver should be used.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 33 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

h. Potting of LED Driver: For driver power output rating > 50W, potted driver shall be mandatory requirement. i. The power supply shall be connected to the LED PCBs through proper connectors. j. EMI /EMC compliance: Compliance to the following EMI /EMC standards:

i. CISPR 15 / IS:6873 (CE, RE, CDN) or compliance to equivalent EN standard.,

ii. IEC: 61547 (reference standards are listed as follows) k. Driver shall comply with the safety requirements laid down in IEC:61347-2-13 / EN:61347-2-13 / IS:15885-2-13. l. Driver shall also comply with the performance requirements as per IEC:62384 / IS:16104. 3. Technical requirements of electronic components used: The circuit boards and electronic components to be used in the luminaire should be of rating / type so as to provide reliable functioning. Following shall be the requirements during procurement: a. MCPCB is to be used for SMD technology for LED wattage in excess of 0.5. The minimum thickness should be 1.0 mm for indoor and 1.6 mm for outdoor type luminaire. However the same is not applicable for COB. b. FR4 grade PCBs of minimum thickness of 1.6mm shall be used in driver circuits. The same is not applicable for COB. 4. Technical requirement of luminaire: a. The luminaire shall have LM – 79 / IS:16106 test report from NABL accredited laboratory. b. The minimum system lumen efficacy of the luminaire shall be 95 lm/W for luminaire system wattage ≤ 15 W and 100 lm/W for wattage > 15 W. The same shall be at least 50 lm/W for decorative fixtures. c. Following shall be required in terms of secondary lens / optics:

i. Indoor lights like bulb, tube, down lighter with a diffuser may not have secondary lens.

ii. Outdoor Industrial luminaire like well glass, flat glass may not have secondary lens / optics.

iii. For other Industrial and Outdoor fixtures, luminaire must have secondary lens / optics of type PMMA / Borosilicate glass / Polycarbonate.

d. Color temperature: 5700 K (5665K ± 355K, as per ANSI standard C78.377A).

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 34 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

e. CRI: CRI should include all color range from R1 to R15 and Ra shall be > 80 for Indoor luminaire and > 70 for Outdoor luminaire. f. Housing of luminaire: Housing of Outdoor and / or FLP shall be Pressure die-cast LM6 / ADC12 / LM24. For Indoor, non-weather proof items like CRCA / PC / Aluminium Extrusion housing can be used. g. Cover type: For Outdoor type fittings, cover type shall be toughened glass or UV stabilized polycarbonate whereas for Indoor and non-weather proof items, UV stabilized Polycarbonate can be used. h. Housing Ingress protection:

Application Type Minimum Ingress Protection required

LED Street Light IP 66 LED Flood Light / Outdoor Industrial IP 65 Domestic and Commercial Indoor (Such as Administrative Building, Stores)

IP 20

Toilet Fixtures IP 44

Industrial Indoor (such as High bay fittings, Medium bay fittings)

IP 54

i. Impact resistance: For Outdoor fittings minimum impact resistance shall be IK-05 and not applicable for Indoor fixtures. j. Temperature rise test: When the luminaire has stabilized thermally, soldering point temperature shall be ≤ 85 Deg C for SMD type but for COB type the temperature rise test shall not be applicable. k. Temperature rise (above ambient) of heat sink should generally remain within 20 Deg C – relaxation on this account can be granted as long as the soldering point temperature limit of 85 Deg C is not violated and there is no unacceptable outcomes. l. BIS registration: The luminaire shall have BIS approval for surface mounted luminaire as applicable. m. Flameproof light fittings shall be certified for use in hazardous are as per area classification and the flameproof certificate shall be submitted along with the offer. Explosion proof certificate from PESO shall be submitted before or along with supply of such light fittings.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 35 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

5. Inspection & Testing: a. Following acceptance tests shall be carried out as per relevant standards and approved sampling plan: i. Visual and dimensional checks.

ii. Resistance to humidity test.

iii. Insulation resistance (IR) test.

iv. High Voltage test.

v. Over-voltage Protection test.

vi. Surge Protection test.

vii. Total Harmonic Distortion (THD) test.

viii. Reverse polarity test.

ix. Temperature rise test.

x. Ingress protection test.

Type test report / routine test certificates from NABL accredited labs shall be submitted. 6. WARRANTEE & PERFORMANCE GUARANTEE: The Supply of LED fittings shall be covered by following minimum warranty from the date of supply of the fittings: a) 60 Months warranty for Indoor & Outdoor commercial / Industrial complete luminaries including LED.

b) 24 Months for LED Bulbs, Domestic or Decorative Luminaries including LEDs.

c) Defect liability period, for which 10% Security Deposit / Performance Bank Guarantee shall be held toward performance as per following details.

i) 5 Years in case of Indoor & Outdoor commercial / Industrial complete luminaries including LED.

ii) 2 Years in case of LED Bulbs, Domestic or Decorative Luminaries including LEDs.

iii) In case of composite tender which includes LED also the above mentioned defect liability period and performance BG of 10% will be for the LED part of the tender and for other works it will be as per existing guideline in practice i.e. for 1 Year.

SPECIFICATIONS OF FLEXIBLE PIPES

1. Description of Pipes Primary Carrier (Single Wall) pipe system comprising of Non – metallic HDPE (flexible) pipelines with manufacturer supplied fittings for underground use in the distribution of petroleum-base flammable and combustible liquids, alcohol-blended fuels.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 36 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

2. Sizes

a) 2” (50 mm) b) 4” (110mm)

3. Certifications and Approvals

a) The non-metallic HDPE (flexible) pipelines and various types of fittings used

shall be certified to be conforming to UL 971/EN 14125 or equivalent standards. Pipe-work/Pipe-system, certified as above, shall have designated means of connectors specified by the manufacturer or supplier.

b) The Pipeline system comprising of the HDPE pipeline along with the other fittings shall be approved by CCOE/PESO.

4. Rating of Pipelines & Fittings

a) Operating Pressure: 3.5 bar (3.57 kg/cm2) b) Test Pressure : 5.0 + 0.1 bar (5.10 + 0.1 kg/cm2)

5. Product Compatibility

The pipes shall be suitable for use with Petroleum and blended fuels(Alcohol-Gasoline mixtures etc.,)

6. Installation

a) The manufacturer of the pipe system or an authorized representative of the manufacturer shall carry out installation.

b) Piping trench width shall be such that a clearance of 100mm is available from the pipe edges to the sides of the trench. All piping within the trench shall be separated by at least 2” of clear spacing. Trench turns shall not be sharp.

c) The bottom of the trench shall be compacted to avoid high spots and also to obtain an even layer of bedding material. All sharp rocks/materials shall be removed before spreading the bedding material.

d) Clean sand shall be used for bedding and back filling the trench. Minimum thickness of the bedding layer beneath the pipeline shall be 150mm.

e) The joints in the pipelines, except the end connections at the tanks and dispensers, shall be made by electro-fusion welding.

f) Pressure Testing shall be done before the final backfilling. g) The minimum gap between the top of the paved surface and the top of the

buried pipe shall be 450mm.

7. Recommended Makes

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 37 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Sl. No Manufacturer Distributor/Representatives in India

1. FGS Eco Flex M/s. Sumo Hi-Tech Marketing Pvt. Ltd. 422-424, Gemstar Commercial Complex, Ramchandra Lane Extn., Malad(W), Mumbai – 400 064

2. UPP(M/s Franklin Fuelling Systems India Pvt. Ltd.)

M/s. General Energy Management Systems Pvt. Ltd., B-56, Sector-B1, Phase II, Noida – 201 305

3. Halock(M/s. Hallingplast Norway)

M/s. Kiran Construction Company Engineers & Contractors, H.No.236, Sec. 19-A, Chandigarh – 160 019

4. KPS(M/s. Dover India Pvt. Ltd., OPW Division)

M/s. Midco Ltd, Metro Estate, Vidyanagari Marg Kalina, Mumbai – 400 098

5. DURAPIPE UK make “PLX Brand”

M/s. K.W. Engg & Signs Pvt Ltd., Farm No.2, Club Drive Road, Ghitroni, Delhi - 110030

Format for giving consent and bank details on letter head

(Annexure – A) Dated:

To, 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 Beneficiary’s Bank

4. Address of the Beneficiary’ Bank Branch

5. Contact details of Branch with STD Code

6. Beneficiary’s Bank Account No. ( as per cheque copy )

7. Beneficiary’s Account Type (SB/CC/CA)

8. Beneficiary’s 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.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 38 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

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

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 39 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Annexure – B

CHECK LIST WHILE PREPARING BILLS AT FIELD / DIVISONL OFFICE:

Sr No Name of document

Submitted Yes/No

Submitted Yes/No

1 Site handing over / taking over certificate (in case of 1st bill)

2 Copy of work order (in case of 1st bill)

3 Sales tax certificate (Form 8 AB) of the party)

4 Proforma for Works Contract Bills duly signed by the contractor

5

Measurement book (signed on all pages by Contractor / their authorized representative and IOCL / IOCL representative)

6 Test certificates (Copies with R / A bills & original with final bills)

Manufacturer’s Test Certificate

Reports of test Carried out by Contractor

A Cement (For makes of cement purchased)

B Steel reinforcement (For all lots of steel purchased)

C Bricks (One test for every 100 cum)

D Sand (One test for every change of quarry)

E 20mm metal (One test for every change of crusher)

F Water (One test for every change of source)

G

Field Density Test (One test for every 1000 Sqm for every layer of 200mm thick)

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 40 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

H CBR test before WBM (One test for every 1000 Sqm)

I

Structural Steel (For every lot of steel purchased)

J Roofing sheets (For every batch)

K False ceiling (For every batch)

L Paver blocks (For every load MTC and 5 Nos for every 1000 Sqm)

M Column cladding (For every lot)

N RCC hume pipes (For all diameters)

O Electric cables (For all cable sections / makes)

P Cube Test 7 Days 28 Days

Canopy footings

Sales Bulding footings

Sales building columns

Sales Building lintels

Sales Building slab

Tank strip raft foundation (for every tank)

Tank matt slab (For every tank)

Tank top slab (For every tank)

7 Deviation statement (In case of final bills)

M C Bills signed on all pages by the contractor with seal

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 41 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

INDEMNITY BOND UNDERTAKINGS PROFORMA-‘A’ (FOR PF)

(To be executed if Applicable on obtaining work order )

From :

M/s. ………………………………………………………………………………

(Contractors)

To,

M/s. INDIAN OIL CORPORATION LIMITED

Sub.: (1) Work Order No. ......................................................... dt..............

(2) Agreement No............................................................ dt...............

THIS INDEMNITY BOND/UNDERTAKING executed at ...……………..……...... this

.......................................day ........………....... of ………………………….. by Messers

…………………………………………………………………………………………..

hereafter called the "Contractors" (which expression shall mean and include if the context so

admits, the partners or partner for the time being of the Firm and their his respective heirs,

executors and administrations its successors and assigns in law) in favour of INDIAN OIL

CORPORATION LTD., a Company incorporated under the Company Act 1 of 1956 and having its

Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East). Bombay - 400 051, hereinafter

called "the Corporation” (which expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the

work order No. _____________ dated __________ issued by the Corporation on the

Contractors has caused drawings, specifications and bill of quantity showing and describing

the work to be done prepared and the same have been signed by or on behalf of the parties

hereto AND WHEREAS the Contractors have agreed with the said work Order upon certain

terms and conditions provided in the Agreement executed between the Contractors and the

Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of various

Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant

Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour

(Regulation and Act 1970), Workmen's Compensation Act 1923, Employees State Insurance Act

as also the Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged

by the Contractors but amenities and facilities to the workers under the different labour laws,

not only the contractors but also the Corporation as the principal employer becomes liable for

the acts of omission and commissions by the Contractors.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 42 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND

UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as

stated hereinafter;

The Contractor hereby undertake to furnish a certificate with regard to the number of

labourers employed by them in the Corporation and in other organisation throughout the

country to the Location in-charge of the Corporation where the work is undertaking by

the Contractors.

The Contractors hereby confirm and state that they are duly registered under Contact

Labour (Regulation and Abolition) Act 1979 as amended from time to time and that they

undertake to furnish a certified copy of the requisite License obtained by the Contractors

from the competent authority to the Corporation's representative.

The Contractors hereby undertake to keep proper record of attendance of his labourers

and will give opportunity to the officers of the Corporation to supervise the same and

confer upon the Corporation's representative the right to countersign the said register.

The Contractors shall provide a copy of pay sheets to the Location in-charge of the

Corporation and also confer the right of wages to the labourers on the spot whenever

required by the Corporation.

The Contractors state that they are fully aware of the provisions of the Provident Fund

Act, particularly with regard to the enrolment of labourers as a member of Provident

Fund. The Contractors further confirm that they are aware of the provisions and that

they are obliged to recover Provident Fund contribution from the eligible labourers

engaged by them and after adding their own contribution, remit the same to RPFC. The

contractors state and confirm that they are fully aware of their obligation to remit the

said amounts on account of Provident Fund to the RPFC within the prescribed period and

that they have obtained a separate code number from the Regional Provident Fund

Commissioner which is bearing Sanction No…………….……………………. dated

..................…………....... from ...............................RPFC.

The Contractors will afford all opportunities to the Corporation whenever required to

verity that the Provident Fund is actually deducted by the Contractors from the wages of

the labourers and the same together with the Contractors' contribution has been duly

remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 43 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

undertake to provide photocopy of the receipt issued by the concerned P.F.

Commissioner for having received the P.F. contribution from the Contractors.

In the event the location in-charge of the Corporation is not satisfied about the payment

of wages made and the recovery of P.F. etc. from the labourers employed by the

Contractors, the Contractors hereby agree and authorize the location in-charge to

complete all their obligations by deducting the dues from the bills.

Notwithstanding the provisions contained in clause 6 above, the Contractors hereby

undertake and authorize the Corporation to recover dues payable by the Contractors to

the labourers employed by them as also amounts on account of P.F. contributions

(including the Contractors' -contribution) as also all losses. damages, costs, charges,

expenses, penalties from their bills and other dues including the security amounts.

The Contractors hereby agree, confirm and declare that they have fully complied and will

comply with the provisions of various labour laws, particularly those referred to herein

above and that no violation of the provisions of various amenities and facilities to the

workers under different laws has been done by them and in the events of any past or

future violation of the various labour laws the contractors shall indemnify and keep the

Corporation duly indemnified against all losses, damages, costs, expenses, penalties,

suits or proceeding which the Corporation may incur, suffer or be put to.

The contractors hereby agree that the aforesaid indemnity undertaking are in addition to

and not in substitution of the terms and conditions contained in the tender documents

and the work order and also the Agreement executed by the Contractors with the

Corporation.

The Contractors hereby confirm, agree and record that these terms of undertaking and

indemnity shall be irrevocable and unconditional and shall be binding on their heirs,

executors, administrators and legal representatives and shall ensure for the Corporation's

benefit and for the benefit of its successors and assigns. Yours

faithfully.

Contractor's Name and Signature

Witness (1) …………………………………………………………………………...

(Full address) …………………………………………………………………………...

…………………………………………………………………………...

Witness (2) …………………………………………………………………………...

(Full address) …………………………………………………………………………...

…………………………………………………………………………...

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 44 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

PROFORMA OF DECLARATIONS : B/C/D Since this has been submitted by the tenderers during empanelment, same to be submitted only if any change in declarations.

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

D E C L A R A T I O N - `A'

We declare that we have complied with all the conditions of the tender including technical specifications, drawings, GCC & all the documents etc., forming part of tender. Date: Tenderer’s Place: Signature & Seal

D E C L A R A T I O N - `B'

We declare that we do not have any employee who is related to any officer of the Corporation/Central/State Governments. We have the following employees working with us who are near relatives of the Officer/Director of the Corporation/Central/State Government. Name of the employee Name & designation of

the Officer of the of the Corporation/Central/State Governments Date : Place : Signature & Seal of tenderer:

D E C L A R A T I O N - `C' The Tenderer is required to state whether he is a relative of any Director of our Corporation or the Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other partners of such a firm or alternately the Tenderer is a private company in which Director of our Corporation is a member or Director.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 45 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

1. Name of the Contractor and his relations with the Director in our Corporation : 2. Name of the Director of the Corporation who is related to the Contractor : 3. Name of the Director of the Corporation who is a member or a Director of the firm : Date : Place : Signature & Seal of tenderer

DECLARATION – ‘D’

Tenderer is required to state whether they have employed any retired Director and above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted. Name of the person : Post last held in IOC : Date of retirement : Date of employment in the firm : Date : Place : Signature & Seal of tenderer N.B. 1. A separate sheet may be attached, if the above is not sufficient. Strike out whichever is not applicable. If the Contractor employs any person subsequent to signing the above declaration and the employee/s so appointed happens to be the near relatives of the Officer/Director of the Corporation/Central/State Governments, the Contractor should submit another declaration furnishing the name/s of such employee/s who is/are related to the officer/s of the Corporation/Central/State Governments.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 46 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED

1 Shri Sanjiv Singh Chairman Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.

7. Shri B.S. Canth Director (Marketing) Indian Oil Corporation Limited (Marketing Division) Indian Oil Bhawan, G-9, Ali Yavar jung Marg, Bandra (East)’ Mumbai - 400051

2. Shri SSV Ramkumar Director (R&D), Indian Oil Corporation Limited R&D Center, Sector – 13 Faridabad – 121 002, Haryana.

8. Shri Ajay P. Sawhney Additional Secretary, Ministry of Petroleum & Natural Gas, Shastri Bhavan, New Delhi – 110001.

3. Shri G.K.Satish Director (Planning & Bussiness Development), Indian Oil Corporation Limited Indian Oil Bhawan No.1, Sri Aurobindo marg, Yusuf Sarai, New Delhi – 110016.

9. Shri Ashutosh Jindal Joint Secretary (M), Ministry of Petroleum & Natural Gas, Shastri Bhavan, New Delhi – 110001.

4. Shri A. K. Sharma Director ( Finance) Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.

10. Shri Subroto Bagchi Chairman Mindtree Ltd. Global Village, RCVE post, Mysore Road, Bengaluru - 560059

5. Shri Verghese Cherian Director (Human Resource) Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.

11. Shri Sanjay Kapoor SCO 3, First Floor, Sector 11, Panchkula, Haryana – 134112.

6. Shri Anish Aggarwal Director (Pipelines) Indian Oil Corporation Limited A-1, Udyog Marg, Sector -1, Noida - 201301

12. Shri Parindu K. Bhagat A/F/1, Shapath Tower – IV, Opp. Karnavati Club, Above Central bank, S.G. Highway, Ahmedabad – 380015.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 47 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

DECLARATIONS TO BE FURNISHED BY THE TENDERERS ALONGWITH TENDER IN LETTER HEAD

PROFORMA OF DECLARATION OF BLACK LISTING I HOLIDAY LISTING 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 other concern 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 & 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 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 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/sand 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") In the case of Company: We hereby declare that the Company nor its Promoter/s I 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, Indian Oil Corporation Ltd, shall have the right to reject my/our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.

Place: Signature of Bidder:________________ Date: Name of Signatory :________________

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 48 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

LIST OF APPROVED MAKES

S

No

Item Description Approved Makes

CIVIL WORKS

1 Tiles (Terrazzo, Mosaic, Chequered

Plain

Cement)

Nitco/ Bharat/ Dura/ Modern or equivalent

2 Ceramic Tiles - White/ Coloured

Glazed

Tiles

Somani Pilkington, Nitco, Bell, Johnson, Kajaria,

Euro

Merchandise (India) Ltd. or equivalent 3 Vitrified Tiles Somani Pilkington, Bell, Nitco, Kajaria, Marbonite,

Johnson, Euro

Merchandise (India) Ltd. or equivalent 4 Ceramic Tiles (Non-Glazed) Somani Pilkington, Bell, Johnson, Spartek, Regency,

Kajaria,

Nitco, Euro Merchandise (India) Ltd. or

equivalent

5 Waterproofing Tiles (West Coast

Tiles)

IS Makes or equivalent

6 PVC Antistatic Flooring/ Tiles Marblex, Premier Vinyl, Krishna Vinyl or

equivalent 7 Cement Tiles Nitco, Dura, Modern or equivalent

8 Flush doors & Plywood

products

including Teak Particle Boards)

Sitaboard , Anchor, India Plywood Mfg. Co. or

equivalent

9 Steel doors, Windows and

Ventilators

Agew Steel, Sen Harvic, Steelage India, Raymos or

equivalent

(to be approved by IPCL) 10 Aluminium Doors, Windows,

Partitions

sections, Extrusion

Jindal, Hindalco, Indal, ECIE or equivalent

11 Rolling Shutter & Grills As per IS Codes or equivalent

12 Waterproofing Compound Fosroc, Multiplas, Pidilite, Cico No.1, Impermo, Acco-proof,

STP,

Impermo, Llyod, ACC or equivalent

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 49 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

13 Hardners Ironite, Fosroc, Hardonite, Walia, Cecco, Ciba Geigy,

Pidilite or

equivalent 14 Paints & Distempers Jenson & Nicholson, Berger, Asian Paints,Bombay Paints,

CDC

Carboline, ICI, Goodlass, Nerolac, Garware, Shalimar,

Solvosol,

Grand Polycoats or equivalent

15 Red Oxide Zinc Phosphate

Primer

Shalimar, Asian Paints, Berger, Bombay Paints, CDC

Carboline,

Nerolac, ICI, Garware Paints or equivalent

16 Waterproof Cement Paint Supersnowcem, Nitcocem, Nitcote, Acrocem, Surfacem,

Apex or

equivalent 17 Marking Compound Shalimar/ MRF or equivalent

18 Glass Modiguard, Ashahi, St. Gobain or equivalent

19 Door Closers, Floor Springs Everite, Godrej, Garnish, Efficient Gadgets,

Sandhu or equivalent 20 A.C. Sheets, Fittings & Fixtures Everest, Charminar, Uppal or equivalent

21 Interlocking Paver Block for driveway and parking

SATYA CONCRETE PAVERS (P) Ltd, VIJAYAWADA, SAI CONCRETE PAVERS, ANAKAPALLI, MAGICOLOR BUILDING PRODUCTS, SECUNDERABAD, AEONS CHENNAI,COBBELSTONE BANGALORE,EARTH PAVERS, PERFECT CONCRETE PAVERS, SRI VENKATESWARA TILES, JADEITE CONCRETE PAVERS (I) pvt Ltd, LEO TILES,NRB Bricks and Blocks.

22 False Ceiling Sheets – Canopy

Precoated

TRAC (INTER ARCH BUILDING PRODUCTS LTD.)/ METACRAFT / LUXALON (HUNTER DOUGLAS)/ SWATHI COLOUR ROOF/SPECO - TECH (SPECO-TECH ROOFING & FALSE CEILINGS PVT. LTD) CONWED ENTERPRISES /METASIL

23 False Ceiling Sheets – Non

Metallic

Anchor, Sinxtex or equivalent

24 Roofing Sheet for Canopy Hi-Rib Bare Galvalume,(including clip on)Hi-Rib Galvalume colour coated,GI Hi-Rib,GI Hi-Rib colour coated roof sheeting /Gutter /Flashings. (Roofing)

TRAC (INTER ARCH) /

METACRAFT/METAFORM/UNIMET PROFILES Pvt.

Ltd., CONWED ENTERPRISES/METASIL/SWATHI

COLOUR ROOF/ SPECOTECH.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 50 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

25 Permoulder Joint fillers STP ltd. or equivalent

26 Sealing Compounds FOSROC, Apoorva, STP, Pidilite or equivalent

27 Bitumen Sealents FOSROC, STP or equivalent

28 PVC Door / Windows Sintex, Rajshree or equivalent

29 HDPE Water Tanks Sintex , Uniplas, Unitank, Devi Polymer, Prakash,

Diplast or

approved ISI equivalent (to be approved by IndianOil ) 30 G.I. Sheet TATA, Jindal ,Bhushan , Essar, Lloyd or

equivalent 31 PVC Pipe & Fittings Finolex, Supreme, Prince, Surya or equivalent

32 Submersible Pump KSB, Crompton, CRI or equivalent

33 Structural Steel Tata, Vizag, SAIL, IISCO, JISCO, Jindal, Essar,

Hindustan, Sujana or equivalent conforming to relevant

IS code of latest edition. Angle upto

50x50, Channels upto 75 x 40mm, Flats & Square bars to

be of

ISI make or equivalent 34 Tubular Section VIZAG /ASIAN /JINDAL / Surya Roshini/ TATA,

SAIL, IISCO or

Equivalent

35 Reinforcement Steel TATA, SAIL, Vizag, SUJANA or IS approved make.

36 Cement ACC, L&T, JK, Birla, Sriram, Jaypee, Ambuja,

Ultratech, KCP, RAMCO, India Cements

Bangur, Binani, Grasim, India Cements or

equivalent

37 White Cement JK, Brila or equivalent

38 Anti-Termite Treatment Pest Control (India) Ltd., Aristo Chemica or equivalent

39 Chromium plated bath/ fitting Plumber, Essco, Jaquar, GEM, SS or equivalent

40 G.I. Pipe Surya Prakash, TATA, Jindal or equivalent

41 Kerb Stone Nimco Prefab, KK Manholes or equivalent

42 Pipeline Duct Covers Nimco Prefab, KK Manholes, Shree Ji Concrete

Industries or

equivalent

43 Plywood National, Kitply, Green ply or equivalent

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 51 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

44 Particle Board/ Pre-laminated Novapan or equivalent

45 Flush Doors Sitapur, Swastic, Duratuf or equivalent

46 MDF Board Nuwud, Duratuf or equivalent

47 Sun Control Film Garware Polyester or equivalent

48 FRP TANK (15/20/30/50 KL) - duly

approved by PESO

M/s Amiantit Fibre Glass Industries India Pvt, Ltd. North

Goa,

M/s Graphite India Ltd, Nahik, M/s Sintex Industries Ltd.,

Kalol,

Gujarath, M/s Ruia Chemicals Pvt. Ltd, Kolkata, M/s

Beluga

Tanks India Pvt. Ltd., Vadodara.

SANITARY WORKS

1 European Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per

detailed

specifications or equivalent

2 Orissa Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per

detailed

specifications or equivalent

3 Vitreous Chinaware Sinks Hindware, Parryware, Neycer, Cera (Catlogue No as per

detailed

specifications or equivalent

4 Wash Basin Hindware, Parryware, Neycer, Cera (Catlogue No as per

detailed

specifications or equivalent

5 Plastic Seat Cover Parryware, Patel, Barbie, Marshel or equivalent

6 Flushing Cistern Hindware, Parryware, Neycer, Cera (Catlogue No as per

detailed

specifications or equivalent

7 Soap Tray Hindware, Parryware, Neycer, Cera, Chilli or

equivalent

8 PVC Pipe Fittings Star, Prince, Supreme or equivalent

9 Tower Rail Metro, Parko, ARK, Soma, Essco, Chilli or

equivalent

10 PVC Pipes TATA, Supreme, Finolex, Prince, Prakash, Surya or

equivalent

11 CP Brass Spray Shower with ball

&

socket

Metro, Parko, ARK, Soma, Essco, or equivalent

12 Paper Holder As per approved by Site Enginner

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 52 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

13 Floor Trap Cast Iron : IS Approved

CP Brass Fitting : Chilli

PVC: Prince, Kishan

14 Brass Float Valves with Copper

Floats

Orient, Leader, Chilli or equivalent

15 CP Brass Pillar Taps Metro, Parko, ARK, Soma, Essco, Gem, Chilli or

equivalent

16 CP Brass Stop Cocks Metro, Parko, ARK, Soma, Essco, Gem, Chilli or

equivalent

17 CI Frame & Cover for

Inspection

Chamber

IS Approved or equivalent

18 Manholes in Sewer RFC, NECO or equivalent IS Approved or

equivalent

19 Flush Valve Metro, Parko, Essco or equivalent

20 Electric Water Heater Johnson, Inalsa, Crompton, Venus, Bajaj, Voltas or

equivalent

21 PVC Waste Pipe Prince, Kishan or equivalent

22 Locks Godrej, Harrison or equivalent

MECHANICAL WORKS

1 Sprinkler & Accessories UL listed to be approved by IndianOil before

execution.

2 Pipe-ERW, Black, GI, API Surya Prakash, Jindal, TATA or equivalent

3 Pipe fittings DRP Melleable, Fit-well Ind. or equivalent

4 Valve Flange- Check Valve, Gate

valve,

Globe valve

Sant, Audco, Leader, GG, Orient, South Point, Hawa

Valve

(India) Ltd or equivalent 5 Valve Screwed - Check Valve,

Gate

valve, Globe valve

OPW, Leader, Syall, South Point, Petro or

equivalent

6 PV Valves OPW, South Point, Pentatech or equivalent

7 Nut & bolts Unbrako, TVS, GKW or equivalent

8 Pressure guage Fiebig, Manometer or equivalent

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 53 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

9 Painting for pipe line Asian Paints, Berger Paints, Nerolac, Jenson &

Nicholson,

Bombay Paints, CDC Carboline, Shalimar, Grand

Polycoats,

Coromondal Prodorite or equivalent

10 Wraping & coating STP Ltd. or equivalent

11 Doping Agent Shalimastic HD of STP Ltd, FOSROC or equivalent

12 Digital type inflator Airtec, Elgi, or equivalent as per Specification to be

approved

by IndianOil L) 13 Rubber hose pipe Dunlop, Swastik, Maxwel/ Gates, Markwel brand or

equivalent 14 Compressed Asbestos Fibre

Gasket

Champion,Telborite or equivalent

15 Electrode ESAB, Advani, D&H, Hanovar, Mailam, Royalarc, Maruti

Weld,

GEE Electrode, Anand Arch or equivalent ELECTRICAL

1 1.1 kV Power & Control cables Cable Corporation of India, Nicco, Finolex, Havells,Fort

Gloster,

Gloster,Polycab, Incab, Nicco, National, L&T or

equivalent as

approved by IndianOil.

2 Cable glands Baliga, FCG, FDS, Victor, Comet, Gripwel, Braco or

equivalent 3 Flame proof glands Comet, Sudhir, Switchgear, FCG, Flexpro, Baliga or

equivalent 4 Lugs Dowells, Jainson or equivalent (as approved by

IndianOil) 5 Cable Jointing Kits Raycham, M Seal, Super Seal or equivalent (as

approved by

IndianOil) 6 MCCB, MCB, TPN, SP, ELCB,

Motor Protection Circuit

Breaker Power

Distribution Board, LDB

Siemens, Havells, MDS-legrand, L&T, Schneider, GE

Power,Hager, Datar, Sprecher+Schuh, HENSEL

Electrical Power

Distribution Systems, Standard or equivalent (as

approved by IndianOil)

7 Normal lighting fixtures, lamps

Phillips, Crompton, Bajaj, Wipro or equivalent

8 Electronic ballast Phillips, Crompton, Bajaj, Wipro or equivalent

9 Flame proof lighting fixtures Sudhir Switchgear, FCG, Flexpro, Baliga or

equivalent

10 Magnetic Induction Lamp Surya, Bajaj, Fortune Arts, Dyanics, Crompton

Greaves.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 54 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

11 Flame proof equipment Sudhir Switchgear, FCG, Flexpro, Baliga or

equivalent

12 L.T. Capacitors Siemens, L&T, GE Power, Shakti, Khatau Junkar,

Universal or equivalent

13 Switch fuse units, switches,

Fuses,

Change over switch, current

transformer

Siemens, Havells, MDS-legrand, Anchor, L&T, Alstom,

C&S, AE

or equivalent

14 Industrial socket outlets Crompton, Havells, MDS-legrand or equivalent

15 Decorative Switches, Sockets Anchor Roma, MK, Havells, Northwest, Toyama,

Crabtree or

equivalent

16 PVC & FRLS PVC wires Anchor, Finolex or equivalent (as approved by

IndianOil)

17 Ceiling/ exhaust fans/ Bracket

Mounted

fans

Crompton, Orient, Usha, Bajaj, Havels, GE, Alstom,

Khaitan or

equivalent (as approved by IndianOil)

18 Octagonal Light pole Bajaj, Phillips, Crompton, Surya or equivalent (as

approved by IndianOil)

19 Fire Extinghisher Ceasefire, Safex, Firetak or equivalent

20 Ammeter /Voltmeter AE, GEC, IMP, L&T, Rishab, Kaycee, Salzer or

equivalent

21 LED Phillips, Crompton, Bajaj, Wipro, Goldwyn or

equivalent

22 Clip On type terminals Phoenix, Wago or equivalent

23 Selector Switch/ Auto manual

switch

Kaycee, Salzer or equivalent

24 Servo controlled stabilizer/

CVT

Technoline, Alacrity, Universal, Servel, Powertron, V-

Guard, Logicstat, Jindal, AE, Bhurji, Spectron,Venus, Sri

Power Max Technologies, Power ,DeTech, DELTECH Pvt Ltd

or equivalent

25 Telephone Cable Doorvani, Delton, Finolam, Havells or

equivalent

26 MS Fan Box Gupta, Homelite, PEW or equivalent

27 MS Junction Box Gupta, Homelite, PEW

28 Electronic Regulator Anchor Roma, Crabtree, Northwest, MK, Havells,

Legrand,

Toyoma or equivalent 29 PVC Conduits Prakash, VIP, Universal, Avon Plast or equivalent

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 55 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

30 Motor Starter L&T, LK, Crompton, Siemens or equivalent

31 Pumps (Jet/Submersible) Usha, Crompton, Kirloskar, KSB, Batliboi, Tullu or

equivalent 32 D.G. set Crompton, Kirloskar, Cummins, Jacksons, Sudhir,

Mahindra,

Eicher or equivalent

33 Water cooler Blue star, Voltas or equivalent

34 Aquaguard, RO system Eureka forbes, ION-Exchange or equivalent

35 Air Compressor Elgi, Ingersall-Rand, Airtec, Kirloskar, KG Khosla or

equivalent 36 Power line conditioners Switching Avo Electro Power Ltd., Consul Neowatt Power

Solutions,Usha Powertech, Elcomponics Technology India

Pvt Ltd., HDC power systems pvt ltd., HBL Power

Systems, Fair Fax Technologies Pvt Ltd., Electro Service

(india).

NOTE: ANY EQUIVALENT MAKE BEFORE USING/INSTALLATION AT SITE, SHALL BE GOT APPROVED BY AUTHORISED REPRESENTATIVE OF INDIANOIL IN WRITING, WITH COST BENEFITS (if any) TO BE PASSED ON TO INDIANOIL BY THE CONTRACTOR.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 56 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Construction Safety Checklist For Retail Outlet ( To be followed on receipt ) R/OUTLET:__________________DIST:________DIV.OFFICE_____________ STATE OFFICE:____________________ CAT:_____YR COM:______PROP:_______________INSP BY:_________________DATE:___/___/___ Sr DESCRIPTION YES NO NA REMARKS 1) Excavation a. Whether safe angle of repose (usually 450 ) maintained while excavating trenches

exceeding 1.5m to 3m. b. Whether suitable bench of 0.5m width at every 1.5m depth of excavation in all

soils except hard rock. c. Whether proper shoring and strutting to prevent cave-in or slides. d. Whether proper precaution taken for live electrical cable passing under the area. e. Whether minimum 2m distance from edge of excavation maintained from vehicles

operating near excavation or whether the support work has been specially designed to permit the vehicle come close to excavation with adequately anchored stop blocks and barriers.

f. Whether area has been cordoned off with warning board displayed. g. Does the excavation not affect the stability of neighbouring structure. h. Are excavated earth kept away from edge of the pit. i. Personal Protective Equipment are in use by the persons. j. Whether proper arrangement is provided in case of flooding of pit with water (Ring

buoys and de-watering pumps etc.) k. Whether sufficient lighting arrangement has been made (in case working in dark).

2) Welding a. Check whether acetylene cylinders are not kept near the hot area and kept in right position. b. Whether electric cables in use for electric arc welding, are armoured and properly

insulated. c. Whether separate earthing conductor provided for the item being welded, in

addition to welding current return cable. d. Whether painting and welding work is not carried out simultaneously at same work

site. e. Whether work area is free from obstruction and combustible material. f. Whether personal protective equipments are in use during welding (face shields

overall, goggles, gloves, shoes). g. Whether the welder during welding work is in ‘Dry’ condition.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 57 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

3) Electrical Safety a. Whether licensed electricians carrying out electrical installation b. Whether ELCBs/double insulation provided in hand tools and tackles c. Whether armoured cables are in use d. Whether electrical equipments are protected from rain/ water e. Whether all electrical equipment are properly earthed f. Whether temporary electrical connections are absent g. Whether bare wire ends are not used in sockets h. Whether guards are provided on all rotating equipments including grinder i. Whether overhead un-insulated electrical lines are deenergised during construction

work. j. Whether proper fire fighting equipments are at place near the electrical

equipment. k. Whether electrical shock treatment chart displayed at site. l. Whether proper Do’s and Don’ts displayed at site. 4) Building Construction Safety a. Whether enough barriers or protection provided to stop people falling from height. b. Whether workers use personal protective equipment (helmet,safety shoes, safety

belt, hand gloves). c. Whether proper ladders are in use for working at height. d. Whether metallic scaffoldings are in use. e. Whether loose clothes are not in use by workers working on roof for reinforcement. f. Whether shuttering is stable or not g. Whether earthing of electrical mixer or vibration have been done. h. Whether people excluded from the area below the roof work or additional

precautions been taken to stop debris falling on them. 5) Structure/facility demolition a. Whether initial survey of the structure to be demolished has been carried out and

method of demolition has been formulated. b. Whether all electrical connections have been cut off before start of demolition c. Whether proper supporting temporary structure has been erected before

demolishing the structure. d. Whether information on previous use of the structure has been obtained to prevent

any hazard from chemicals/flammable material. e. Whether danger zone round the structure has been adequately fenced off and

caution sign board displayed. f. Whether personal protective equipment are in use during demolition work in

progress. g. Whether proper supervision is ensured during demolition work.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 58 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

h. Whether proper precautions have been taken to avoid collapse of neighbouring facilities which may occur during demolition of the structure.

i. Whether clearing of debris from the site is being done from time to time. 6) General a. Whether work is being done under proper supervision. b. Whether DOs / DON’Ts displayed in local language at conspicuous place. c. Whether part of GCC pertaining to safety precaution available at site. d. Whether first aid kit with proper medicines is available. e. Whether no overhead (energized) HT/LT line passes through the area of work. Signature of Signature of Proprietor / Manager Inspecting Officer Distribution of 4 (Four) sets: ⇒Original copy to Inspecting Officer ⇒1st & 2nd photo-copy to Divisional & State Office by Inspecting Officer ⇒3rd photo-copy for Retail Outlet.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 59 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Do’s and Don’ts for Construction site at Retail Outlet Name of the RO : _______________________________ Work Order No : _______________________________ Period of Contract : _______________________________ Name of the Contractor : _______________________________ Do’s 1. Before commencement of work give sufficient input to the workers on safety requirement

of the job. 2. Use personal protective equipment (safety belt, safety shoes, safety helmet etc) at

construction. Safety belts (ISI approved) must be used when working at heights above 3 m height.

3. Keep the site clean from all unwanted materials and properly store the equipment for easy access.

4. Keep the visitors away from the construction site. 5. Use safety net whenever required. 6. Keep fire fighting equipment handy at site. 7. Keep the escape route clear. 8. Provide adequate lighting at site. 9. Use electrical hand tools with double insulation or fitted with ELCB protection. 10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (450 ). Suitable

bench of 0.5 M width at every 1.5 M depth of excavation in all soils to be provided expect in case of hard rock or proper shuttering and shoring . Necessary steps to be provided for escape.

11. Protect the neighbouring structure from collapse where excavation is planned. 12. Take adequate precaution for underground utility lines (cables, sewers) before carrying

out excavation. 13. Make necessary arrangement for de-watering of the pit . 14. Ensure Mechanised excavator is operated by well-trained experienced operator. Ensure

the wheel / belt of the excavator are suitably jammed to prevent accidental movement. 15. Ensure use of metallic scaffolding designed for their maximum load. 16. Check for any overhead electric wire running over the construction site. If exist, ensure

the same is de-energised. 17. Cordon off the excavated pit with proper red and white band / caution board. 18. Provide suitable rubber mat around electrical panels/switches. 19. Provide First Aid kit with proper medicine at the site. 20. Openings of manholes etc should be kept in close condition. 21. Cordon off the area where field radiography is carried out. 22. Ensure all electrical connections, water connections etc have been cut off before start of

demolition. 23. Use 24 Volt FLP lamp fitting only for illumination inside confined space. Don’ts 1. Do not start any work without presence of contractor’s skilled supervisor. 2. Do not wear loose clothing while working near rotating machine or working at height. 3. Do not keep inflammable material, waste and debris near the construction site.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 60 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

4. Do not carry out hot work where inflammable materials are present and also while carrying out painting job.

5. Do not keep the excavated earth within 1M of the edge of the pit. 6. Do not allow vehicles within 2 M distance from the edge of the pit. 7. Do not allow personnel to come within 1 M of extreme reach of the mechanical shovel. 8. Do not exceed safe working load marked on lifting equipment. 9. Do not use unamoured electric cable in construction site. 10. Do not allow electrician without license for carrying out electrical job. 11. Do not use bare wire ends in the socket. 12. Do not use temporary electrical connection. 13. Do not use barrels, boxes, loose bricks etc as working platform 14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing

protective goggles / face shield. 15. Do not start the job without proper work permit. 16. Do not keep any load / equipment near the edge of excavated pit. 17. Do not enter the confined space such as empty product tank without proper safety checks

and in absence of competent persons. 18. Do not demolish any structure without initial survey and formulating the method of

demolition 19. Do not keep the lighted gas torch left unattended. 20. Do not throw or drop material / equipment from height. Site specific Do’s & Don’ts (Date of visit by Site Engineer …………………………………………… ) SITE SPECIFIC DO’S AND DON’TS TO BE NOTED BY THE SITE ENGINEER AFTER MAKING THE SITE VISIT AND THE SAME ALONG WITH ABOVE Do’s & Don’ts SHOULD BE EXPLAINED TO THE CONTRACTOR / HIS SUPERVISOR 1. 2. 3. Name of the Site Engineer: : Signature of the Site Engineer : Date : ALL THE ABOVE POINTS ARE EXPLAINED TO ME BY THE SITE ENGINEER. AND HAVE ALSO BEEN UNDERSTOOD BY ME AND I AGREE TO THE SAME AND TAKE FULL RESPONSIBILITY FOR COMPLIANCE OF ABOVE POINTS. Name of the Contractor : Signature of the Contractor : Date : NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim to

Highlight specific points related to safety. This does not override the details mentioned in the contract in addition to the OISD 192 Guidelines / other safety requirement mentioned therein and included in the GCC.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 61 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

INDEMNITY BOND PROFORMA (On Stamp Paper of Rs. 100/- - to be typed in double spacing)

PROFORMA ‘B’

(To be executed if Applicable on obtaining work order) From: M/s. _____________________________________________

(Contractors) To: M/s. INDIAN OIL CORPORATION LIMITED Subject: (1) Work Order No. _________________, dated __________

(2) Agreement No. __________________, dated _________

THIS INDEMNITY BOND/ UNDERTAKING executed at ............................. this .......... day ……………… of ........................ 2007 by M/s................................................................ hereinafter called “The Contractors” (which expression shall mean and include, if the context so admits, the partners or partner for the time being of the Firm and their or his respective heirs, executors and administrations its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated under the Company Act I of 1956 and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg. Bandra (East), Mumbai 400051, and with their Telangana and Andhra Pradesh State Office in Himayatnagar, Hyderabad, hereinafter called “The Corporation’ (which expression shall include its successors and assigns in law). WHEREAS the Corporation, desirous of having executed certain work specified in the work order No. .................... dated........... issued by the Corporation on the Contractors: has caused drawings, specifications and bill of quantity showing and describing the work to be done prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have agreed with the Corporation to execute and perform the said work specified in the said Work Order upon certain terms and conditions provided in the Agreement executed between the Contractors and the Corporation and also contained in the General Conditions of contract attached thereto. AND WHEREAS the Contractors are bound by law to comply with the provisions of various Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970,

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 62 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

Workmen’s Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of the provisions of various amenities and facilities to the workers under the different labour laws, not only the Contractors but also the Corporation as the principal employer becomes liable for the acts of omissions and commission by the Contractors. IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractors hereby undertake to furnish a certificate with regard to the number of labourers employed by them in Corporation/ in other organization throughout the country to the location in charge of the Corporation where the work is undertaking by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour (Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to furnish a certified copy of the requisite Licence obtained by the Contractors from the competent authority to the Corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his

labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation’s representative the right to countersign the said register if so required by the Corporation. The Contractor shall provide a copy of the pay sheets to the Location in-charge of the Corporation nominated by the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation‘s representative to supervise the payment of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the

Provident Fund Act, and the rules made thereunder. The Contractors hereby confirm that the said act and the rules made thereunder are not applicable to them since they have not employed labourers exceeding ______ at any time and that the labourers so far employed were also not on continuous basis. The contractors further confirm in this regard that no worker employed by them is in service for circumstances none of the workers employed by them is eligible for P.F. benefits under the said Act. The Contractors therefore state that they are exempted from the purview of the said ACT and the rules made there under and they are therefore not required to obtain a separate code No. from the R.P.F.C.

TENDER NO.: SRCC/LT/061/TAPSO/2018-19 E-TENDER ID: 2018_SROTN_78801_1

Page 63 of 63

PROVISION OF CANOPIES AT KAMALA FILLING STATION KONDAMALLEPALLY, RP FILLING STATION PAMANGANDLA AND PAVERED DRIVEWAY AT SAI RATNA OUTLET NALGONDA, MOULA SS BUDWEL, R KISHNA FP MALKAJGIRI, SAI VEERA SS TOLICHOWKI, HIGHWAY SS BAHADURPURA AND AMAR SS ASIFNAGAR UNDER SECUNDERABAD DO,TAPSO

5. The Contractors hereby undertake and agree that in event of any claim on

account of P.F. liabilities arising in future, they shall keep the Corporation duly indemnified against all losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur, suffer or be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may incur, suffer or be put to.

7. The Contractor hereby agrees that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the tender document and the work order and also the Agreement executed by the Contractors with the Corporation.

8. The Contractors hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representatives and shall ensure for the Corporation’s benefit and for the benefit of its successors and assigns.

9. That all questions, issues, disputes and differences between the contractor and the Corporation arising under this indemnity bond/undertaking shall be referred to arbitration in the same manner as indicated in the contract dt ________ executed between the contractors and the Corporation.

Yours faithfully, Date: Contractor’s Name and Signatures Witness (1) _________________________________________ (Full address) _________________________________________ Witness (2) _________________________________________ (Full address) _________________________________________

___________________________________


Recommended