Top Banner
Tender No. : JRMM144120 Page 1 of 25 INDIAN OIL CORPORATION LIMITED Gujarat Refinery GLOBAL E-TENDER NO. : JRMM144120 SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING AND PWCAMC OF COMPLETE PLC SYSTEM AT GUJARAT REFINERY – (QTY – 1 SET) INVITED BY: SENIOR MATERIALS MANAGER(I/C) INDIAN OIL CORPORATION LTD. (IOCL), GUJARAT REFINERY PO: JAWAHARNAGAR VADODARA PIN: 391320
25

144120 Tender Doc

Dec 20, 2015

Download

Documents

psatyasrinivas

gujtender
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: 144120 Tender Doc

Tender No. : JRMM144120

Page 1 of 25

INDIAN OIL CORPORATION LIMITED Gujarat Refinery

GLOBAL E-TENDER NO. : JRMM144120

SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING AND PWCAMC OF COMPLETE PLC SYSTEM AT GUJARAT REFINERY – (QTY – 1 SET)

INVITED BY:

SENIOR MATERIALS MANAGER(I/C) INDIAN OIL CORPORATION LTD. (IOCL),

GUJARAT REFINERY PO: JAWAHARNAGAR

VADODARA PIN: 391320

Page 2: 144120 Tender Doc

Tender No. : JRMM144120

Page 2 of 25

2. INDEX

DOCUMENT FORMAT PAGE

1. COVER PAGE PDF 1 Page 2. INDEX PDF 1 Page 3. NOTICE INVITING TENDER (NIT) PDF 1 Page 4. PRE QUALIFICATION CRITERIA (PQC) PDF 1 Page 5. SPECIAL TERMS & CONDITIONS PDF 3 Page 6. SCOPE OF WORK CUM TECHNICAL SPECIFICATION PDF 1 Page 7. GENERAL INSTRUCTIONS TO BIDDERS PDF 4 Page 8. INSTRUCTIONS TO BIDDERS PARTICIPATING IN E-TENDERING PDF 3 Page 9. TENDER CONDITIONS FOR BENEFITS/PREFERENCE FOR MSEs PDF 2 Page 10. PROFORMA FOR DETAILS OF ANNUAL TURNOVER AS PER PQC PDF 1 Page 11. PROFORMA FOR DETAILS OF PAST EXPERIENCE AS PER PQC PDF 1 Page 12. PROFORMA FOR EXCEPTIONS AND DEVIATIONS (TECHNICAL &

COMMERCIAL)

PDF 1 Page 13. PROFORMA FOR DECLARATION OF BLACK LISTING / HOLIDAY

LISTING

PDF 2 Page 14. PROFORMA FOR DECLARATION OF ACCEPTANCE OF TENDER

SCOPE, SPECIFICATIONS, TERMS & CONDITIONS

PDF 1 Page 15. PROFORMA FOR BANK MANDATE DETAILS PDF 1 Page 16. LIST OF IOCL APPROVED THIRD PARTY INSPECTION AGENCIES PDF 1 Page 17. GENERAL PURCHASE CONDITIONS AND GPC ADDENDUM PDF

(UPLOADED

SEPARATELY

AS

ADDITIONAL

DOCUMENT)

18. AGREED TERMS AND CONDITIONS (INDIGENOUS) XLS

19. AGREED TERMS AND CONDITIONS (IMPORT) XLS

20. PRICED SHEDULE (BOQ) – PRICED AND UNPRICED XLS

21. PROCEDURE FOR OBTAINING DIGITAL SIGNATURE CERTIFICATE

BY FOREIGN BIDDERS

PDF

List of IOCL directors is available at https://www.indianoiltenders.com/StandardDoc/Download.aspx ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS. In the event of any irreconcilable conflicts, the hierarchy for the acceptance shall be –

(i) Scope of Work cum Technical specifications. (ii) Notice Inviting Tender (NIT) – e-Tender (iii) Special Terms and Conditions (iv) Agreed Terms & Conditions (Indigenous) (for Indian Bidder) / (Imported) (for Foreign

Bidder) (v) General Purchase Conditions and GPC Addendum

Page 3: 144120 Tender Doc

Tender No. : JRMM144120

Page 3 of 25

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT

3. GLOBAL NOTICE INVITING TENDER (NIT)– E-TENDER GLOBAL E-TENDER NO. : JRMM144120 Indian Oil Corporation Limited, a Company incorporated in India and having its registered office at G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites E-tender under TWO BID (PART-I: Techno-Commercial Bid and PART-II: Price Bid) from bonafide experienced manufacturers/supliers of sound financial standing and reputation for the job defined in this tender covering following items. The details of the tender are given below:

Description SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING AND PWCAMC OF COMPLETE PLC SYSTEM AT GUJARAT REFINERY – (QTY – 1 SET) Qty 1 Set Tender No. JRMM144120 Type of tender Open (E-Tender) EMD Amount (in INR/USD) INR 82,000/- OR US $ 1330/- Please refer “Instruction to bidders” for information on EMD submission. TENDER DOWNLOAD/ SALE PERIOD 24/03/2015 10:00 hrs (IST) to 20/04/2015 15:00

hrs (IST) BID SUBMISSION PERIOD 08/04/2015 10:00 hrs (IST) to 20/04/2015 15:00

hrs (IST) BID OPENING DATE & TIME 21/04/2015 after 15:00 Hrs (IST) on

www.iocletenders.gov.in

Address of the Tender Issuing Authority : Senior Materials Manager (I/C), GUJARAT REFINERY, PO: JAWAHARNAGAR, VADODARA-391320 GUJARAT, Phone- +91-2652237254/53/59 , 2233353 / Fax- +91 2652233350, E-mail : [email protected]/[email protected]/[email protected] • It may please be noted by all bidders that Pre Bid Meeting for this tender shall be conducted in our office at Purchase Section, Administrative Building, Indian Oil Corporation Limited, Gujarat Refinery, Vadodara, India on 06/04/2015 at 10.30 AM onwards. Accordingly, all intending bidders are requested to depute their authorized representative in time for this purpose. It may please be noted by all bidders that this will be final and no other queries will be entertained from any bidders there-after. • Tender document (Non-Transferable) can be downloaded from IOCL e-tendering web site https://iocletenders.gov.in/ • Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website. • Bids in physical form sent through fax / email / courier / post will not be acceptable.

Note :- Non-press e-tender(s) /Any Addendum / Corrigendum / Sale date extension in respect of above tender(s) shall be issued on our website : https://iocletenders.gov.in only and no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep themselves updated.

Place: Vadodara Senior Materials Manager (I/C)

Page 4: 144120 Tender Doc

Tender No. : JRMM144120

Page 4 of 25

4. PRE QUALIFICATION CRITERIA: 4.1 TECHNICAL PRE-QUALIFICATION CRITERIA :

(i) The bidder should only be a reputed manufacturer or system integrator and supplier of PLC/DCS/SCADA system who are engaged in design, engineering, supply, installation, testing and commissioning of DCS/PLC/SCADA system in Refinery or Petrochemical industries. Bidder to furnish at least two no. of Purchase order copies along with completion certificate as documentary evidence for the above in last five years ending on the last day of month immediately preceding the month of date of bid submission.

(ii) If the bidder is a system integrator then bidder has to submit authorization letter from original equipment manufacturer to provide support & service of the supplied system for back up engineering, maintenance, service and spare part support for a period of 10 years from the date of placement of Purchase Order.

(iii) Bidder who are having service and support set up in India can only bid. Those who are not having service and support set up in India with relevant experience shall not be considered. Bidder to submit documentary evidence for the same.

4.2 FINANCIAL PRE-QUALIFICATION CRITERIA : (i) The bidder should have an annual turnover of Rs.42,43,700/- or US $ 68,740/- in any

of the last three preceding financial years (2011-12, 2012-13 and 2013-14). Tenderer to submit the copy of audited balance sheet as a proof towards meeting turnover.

4.3 EXPERINCE PRE-QUALIFICATION CRITERIA :

(i) The bidder to submit PO copies executed by them for “DCS/ PLC/ SCADA” during any of the last 5 years ending on last day of the month immediately previous to the month in which last date of bid submission falls, as per below:

a) Three completed orders each costing not less than Rs. 21,21,900/- or US $ 34370/- OR

b) Two completed orders each costing not less than Rs. 28,29,200/- or US $ 45830/- OR

c) One completed order costing not less than Rs. 35,36,400/- or US $ 57290/-. NOTE :-

a. The Bidder shall furnish documentary evidence by way of copies of Purchase Order along with invoice(s) with certification that supplies against invoices have been executed or along with Bank Certificate indicating payment against the PO, Execution Certificate by the client with order value, Audited Balance Sheet or Financial Statements including Profit & Loss Account or Published Annual Report, necessary undertakings etc., along with the un-priced bid to establish that the bidder meets the stipulated Pre-qualification criteria. IOCL reserves the right to complete the evaluation based on the details furnished with the bid without seeking any additional information.

b. In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given only one opportunity with a fixed deadline after bid opening to provide complete and unambiguous documents in support of meeting the Pre Qualification Criteria. In case the bidder fails to submit any document or submits incomplete documents within the given time, the bidder’s tender will be rejected.

c. A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet the Experience Criteria.

d. Submission of authentic documents is the prime responsibility of the bidder. e. Wherever IOCL has concern or apprehension regarding the authenticity/correctness of any

document, IOCL reserves the right of getting the documents cross verified from the document issuing authority.

Page 5: 144120 Tender Doc

Tender No. : JRMM144120

Page 5 of 25

5. SPECIAL TERMS AND CONDITIONS TO BE FILLED IN BY VENDORS AND SUBMITTED WITH UNPRICED TECHNO-COMMERCIAL BID DULY SIGNED AND STAMPED. Sr. No.

Terms & Conditions Bidder's Comments / Acceptance

5.1 Service Tax on Transportation Charges, Site Work charges including Installation, testing, commissioning, Site Acceptance Test, Final Acceptance Test, Training and PWCAMC Charges: Please indicate the Cenvatable portion of Service Tax on the Transportation charges, Site Work charges Installation, testing, commissioning, Site Acceptance Test, Final Acceptance Test, Training and PWCAMC Charges separately, if extra in the space provided here for which necessary documents will be provided to IOCL to avail Cenvat benefit to the extent indicated, otherwise IOCL has the right to deduct the differential amount for which necessary documents have not been provided for availing Cenvat benefit, from your Invoices. In case necessary documents cannot be provided to IOCL to avail Cenvat, applicable Service tax shall be included in the quoted Transportation charges, Site Work charges and PWCAMC charges.

Cenvatable portion of Service Tax on Transportation Charges (%) : ……………. Cenvatable portion of Service Tax on Site Work charges (%) : …………… Cenvatable portion of Service Tax on PWCAMC charges (%) : …………… NOTED AND CONFIRMED

5.2 DELIVERY SCHEDULE: Preferred delivery requirement for supply part is within 4 months from the date of Letter of Acceptance (LOA). Preferred time period for site work part (Installation, testing & commissioning, FAT, SAT etc.) is within 6 months from the date of Letter of Acceptance (LOA). However, tenderer to indicate : a) best delivery period for supply part from date of

LOA on F.O.R. Dispatch Point basis for Indigenous vendor and on FOB major International Seaport of Exit basis for Foreign vendor.

b) best completion time for site work part from the

date of LOA for Indigenous vendor as well as for Foreign vendor.

For supply part: ___ months from date of LOA on F.O.R. Dispatch Point basis (for Indigenous vendor) or ___ months from date of LOA on FOB major International Seaport of Exit basis (for Foreign vendor). For site work part: ___ Month from the date of LOA (for Indigenous vendor as well as for Foreign vendor)

5.3 PAYMENT TERMS: Preferred payment terms are as below: a) For supply part for Indigenous Vendor: Please

confirm 85% payment within 30 days of receipt and acceptance of material at IOCL Gujarat Refinery Stores/Site along with submission of Performance Bank Guarantee (PBG) for 10% of total contract value (supply part + site work excluding PWCAMC). Balance 15% after

NOTED AND CONFIRMED

Page 6: 144120 Tender Doc

Tender No. : JRMM144120

Page 6 of 25

installation, commissioning, SAT & handing over of the functional system to IOCL and submission of Invoice by the bidder and certification by IOCL Engineer-in-Charge.

b) For supply part for Foreign Vendor: Please

confirm 85% payment through irrevocable & unconfirmed letter of credit or Cash against documents through bank along with submission of Performance Bank Guarantee (PBG) for 10% of total contract value (supply part + site work excluding PWCAMC). Balance 15% after installation, commissioning, SAT & handing over of the functional system to IOCL submission of Invoice by the bidder and certification by IOCL Engineer-in-Charge through Cash against documents through bank.

c) For site work for Indigenous Vendor: Please

confirm 100% payment within 30 days of successful completion of site work part (installation, commissioning, SAT & handing over of the functional system to IOCL after final acceptance test), submission of Invoice by the bidder and certification by IOCL Engineer-in-Charge.

d) For site work for Foreign Vendor: Please

confirm 100% payment within 30 days of successful completion of site work part (erection, installation, commissioning, SAT & handing over of the functional system to IOCL after final acceptance test), submission of Invoice by the bidder and certification by IOCL Engineer-in-Charge through Cash against documents through bank.

e) For post warranty comprehensive annual

maintenance contract (PWCAMC): 100% within 30 days in quarterly installment basis after successful completion of site services under PWCAMC at IOCL Gujarat Refinery site based on invoice to be submitted by the vendor and certification by IOCL Engineer-in-Charge.

Vendor to confirm acceptance of above payment terms. Any deviation may lead to suitable loading or rejection of offer at the discretion of IOCL.

NOTED AND CONFIRMED NOTED AND CONFIRMED NOTED AND CONFIRMED NOTED AND CONFIRMED NOTED AND CONFIRMED

5.4 Performance Bank Guarantee (PBG): Performance Bank Guarantee for 10% of total contract value (supply part + site work excluding PWCAMC) for a period of 18 months from the date of last supply or 12 months from the date of SAT whichever is earlier plus 3 months shall be submitted by successful bidder.

NOTED AND CONFIRMED

5.5 Vendor is requested to quote their prices as per the Schedule of Rates/Bill of Quantity (BOQ) (Priced NOTED AND CONFIRMED

Page 7: 144120 Tender Doc

Tender No. : JRMM144120

Page 7 of 25

Part) attached with tender failing which the offer shall not be considered. Vendor to indicate “Quoted” or “Not Quoted” only under Unit Rate column of Schedule of Rates/Bill of Quantity (BOQ) (Unpriced Part).

5.6 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost at IOCL Site (including P&F, Freight, Taxes & Duties, Transit Insurance, Commissioning Spares, Installation, Testing & Commissioning, SAT, FAT, Training and PWCAMC Charges and Techno-Commercial loadings for deviations to our tender terms) after considering applicable & available Cenvat benefits. Evaluation / ordering shall be done on overall basis.

NOTED AND CONFIRMED

5.7 Site work (Installation, testing, commissioning, SAT, FAT and Training Charges etc): Please confirm that vendor has quoted firm and fixed lumpsum charges, if any, for Site work like Installation, testing, commissioning, SAT, FAT and Training Charges etc of the material as per scope of tender specifications. No charges for boarding, lodging, transportation will be borne by IOCL. Per diem rates will not be acceptable and may lead to rejection of the offer without any correspondence. Vendor has to quote for these charges in BOQ.

NOTED AND CONFIRMED

5.8 Vendor is requested to not quote any charges including supply and site work etc. in price schedule format of technical specification. (refer sl no. 16). Prices are to be filled in BOQ only.

NOTED AND CONFIRMED

5.9 Drawings and Documents etc: Drawings and Documents shall be supplied along with the material as per tender document requirement. These shall be given free of cost by vendor as per Tender Document requirement.

NOTED AND CONFIRMED

5.10 Third Party Inspection (TPI): Third Party Inspection is not required for this case.

NOTED AND CONFIRMED

5.11 Certificate of Origin and Phytosanitary Certificate: Certificate of Origin from Chamber of Commerce and Phytosanitary Certificate (as per current Indian customs statutory requirement) will be submitted by foreign bidder along with shipping documents. These shall be given free of cost by vendor.

NOTED AND CONFIRMED

PLACE: FULL NAME: DATE: DESIGNATION :

Page 8: 144120 Tender Doc

Tender No. : JRMM144120

Page 8 of 25

6. SCOPE OF WORK CUM TECHNICAL SPECIFICATION SUPPLY, INSTALLATION, TESTING & COMMISSIONING, TRAINING AND PWCAMC OF COMPLETE PLC SYSTEM AT GUJARAT REFINERY – (QTY – 1 SET) Technical Specification : DMR PLC BASED SCADA SYSTEM INTERGARTED IN STANDARD CONTROL PANEL FOR MONITORING & CONTROL OF COOLING TOWER PRAMETERS OF AU-5,CGP-1 & FCC COOLING TOWERS WITH 5 YEARS PWCAMC AS PER ATTACHED TENDER DOCUMENT. Bidder to quote as per specification and scope of work defined in attached tender document. Vendor to quote for post warranty comprehensive AMC for 5 years also with year-wise breakup as per scope of job defined in attached tender document. Detailed technical specification is attached separately as 144120_TECH_SPEC. Bidder to go through the same and quote accordingly. Offers will only be considered for technical evaluation after fulfillment of Pre Qualification Criteria (PQC). Vendor is requested to submit all the attached documents of tender duly signed and stamped as a token of acceptance. Vendor is requested to quote their prices as per the Schedule of Rates/Bill of Quantity (BOQ) attached with tender.

PLACE : SIGNATURE AND SEAL OF THE BIDDER

DATE : FULL NAME :

Page 9: 144120 Tender Doc

Tender No. : JRMM144120

Page 9 of 25

7. GENERAL INSTRUCTIONS TO BIDDERS: 7.1 The Bids shall be uploaded in 2 (TWO) PARTS (PART-I: Techno-Commercial Bid and PART-II: Price Bid) in electronic form only through Indian Oil e-tendering system on IOCL E-Tendering website ( https://iocletenders.gov.in/) PART-I: Techno-Commercial Bid i.e. Un-Priced Bid should contain: i. Scanned Copy of EMD Demand draft/Bankers Cheque/Bank Guarantee ii. Documents towards fulfillment of Pre-Qualification Criteria of the Tender. iii. Tender documents, Instruction to Bidders, Tender conditions for benefits/preferences for MSEs, Other documents forming part of the Tender documents duly filled. iv. IOCL General Purchase Conditions v. Agreed Terms & Conditions (ATC) – Duly filled as applicable vi. Proforma of Exceptions & Deviations if any. vii. Proforma of Declaration of Black Listing / Holiday Listing duly filled. viii. Proforma for declaration by the bidder duly filled, signed and stamped. ix. Un-priced Price Schedule(BOQ) indicating Quoted/Not Quoted against Each item(PRICE SHOULD NOT BE FILLED IN UNPRICED BOQ) Note :- In case EMD is applicable, the bidder should also ensure that the above mentioned Original EMD instrument in physical form should be enclosed in a sealed envelope super-scribed with “Offline EMD”, Bidder’s Name, Tender No., Due Date & Item, duly addressed to SENIOR MATERIALS MANAGER (I/C), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 and the same should reach to above office on or before last date of bid submission, otherwise the offer is liable for rejection. IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

In case EMD exemption is being availed by the bidder on account of Micro or Small enterprise registration for the tendered Item, the bidder should also ensure that copy of valid notarized registration certificate in physical form in a sealed envelope super-scribed with “MSE/NSIC Registration certificate”, Bidder’s Name, Tender No., Due Date & Item, duly addressed to SENIOR MATERIALS MANAGER (I/C), Indian Oil Corporation Ltd., Gujarat Refinery, P.O. Jawaharnagar, Dist. Vadodara – 391 320 should reach to above office on or before last date of bid submission, otherwise the offer is liable for rejection. IOCL shall not be responsible for postal/courier delay, non-receipt or loss in transit.

PART-II: PRICED BID should contain: i. Prescribed Price Schedule (BOQ) with Prices. The priced BOQ should be uploaded strictly as per format available with the tender in the website failing which the offer is liable for rejection. 7.2 Offer shall be submitted ONLY through online mode on above given IOCL e-tendering website during the prescribed period indicated in NIT. The UNPRICED BIDS shall be opened on the date and time indicated in NIT. IOCL reserves the right to extend the Tender due date before bid opening. The PRICED BIDS of the Techno-Commercially

Page 10: 144120 Tender Doc

Tender No. : JRMM144120

Page 10 of 25

acceptable bidders shall be opened on a suitable date for which separate intimation shall be sent. 7.3 Bids in physical form sent through fax / email / courier / post will not be acceptable. 7.4 IOCL shall not be responsible for any delay, non-submission of the offer due to website, internet connectivity or any other problem. 7.5 All payments to be made by demand draft or banker’s pay order (Indian vendors) or banker’s cheque (for foreign vendors only) in “New CTS-2010 compliant format” in favour of Accounts Officer, IOCL, Gujarat Refinery payable at Vadodara. 7.6 In case of involvement of foreign vendors, tenders can be submitted either by the vendor directly or by their Indian agent on behalf of them, but not both. The Indian agent should represent only one vendor and he is not allowed to quote on behalf of another vendor for subsequent or parallel tender for the same job. 7.7 If EMD amount is up to Rs.1,00,000.00, EMD shall be accepted in the form of a Pay Order or Demand Draft. If EMD amount is more than Rs.1,00,000.00, EMD shall be accepted in the form of Demand Draft / Pay Order / Banker Cheque or Bank Guarantee. Validity of BG in lieu of EMD shall be 3 months beyond bid validity. In case of foreign bidders, the EMD shall be in equivalent US Dollar in the form of Demand Draft / Bank Guarantee. Based on authorization by foreign bidder, their Indian associates may be allowed to submit EMD in INR in form of only Demand Draft / Bankers Cheque. Bank guarantee must be strictly as per IOCL format as per Annexure-A of IOCL GPC. 7.8 Release of EMD : a. EMD of bidders disqualified during techno-commercial bid evaluation shall be released immediately after approval of Price Bid Opening. b. EMD of bidders qualified in the techno-commercial bid but unsuccessful in the price bid stage shall be released immediately after final approval of the ordering proposal by the competent authority. c. EMD of the successful bidder shall be released after receipt of an acceptable PBG. 7.9 EMD exempted categories: Micro & Small Enterprises (MSE) registered with agencies as mentioned later in this Tender document, only for the items for which the MSE is registered, Central/State PSUs & Govt. Organizations and JVs of IOCL. IOCL reserves the right to allow purchase preference to MSEs and to JV Companies as per IOCL policy in vogue. 7.10 Please quote your rates, other charges and applicable taxes & duties in the space provided in the Prescribed Price Schedule (BOQ) & Agreed Terms & Conditions applicable only. 7.11 In case any Taxes, Duties, freight and other components asked for in the Tender are not indicated by the Bidder, the same shall be considered to be borne by the Bidder. 7.12 Techno-Commercially acceptable bids shall be evaluated on the basis of Total Cost at IOCL Site (including P&F, Freight, Inspection charges, Taxes & Duties, Transit Insurance

Page 11: 144120 Tender Doc

Tender No. : JRMM144120

Page 11 of 25

and Commercial loadings for deviations to our tender terms) after considering applicable & available Cenvat benefits. Generally the lowest bid (Item-wise) shall be accepted, unless otherwise specified/decided by IOCL in its own Interest. 7.13 Bidders must submit specific loss control aspects of the offered materials. 7.14 Only Biodegradable packing material should be used for supply of materials. 7.15 Suo-moto increase in price or withdrawing of Offer within the validity period shall not be allowed and the Offer shall be rejected. Further the vendor shall be liable for action as per Holiday Listing Procedure of IOCL. Suo-moto price reduction by a supplier shall not be considered for evaluation. However, if the same supplier happens to get the order based on original price bids, the benefit of such reduction shall be availed of for placement of order. 7.16 On account of exigencies, in case bids have to be revalidated before PBO beyond the originally sought validity, the same may be allowed with or without change in prices. However, IOCL reserves the right to cancel such tender and refloat the same. 7.17 Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the right to conduct Negotiations. 7.18 IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding process without assigning any reason whatsoever. Tendering can be abandoned without assigning any reason. No compensation shall be paid for the efforts made by the bidder. 7.19 Payment may be made by E-payment or Cheque at discretion of IOCL. 7.20 A Tender is also liable for rejection in the following circumstances: i. Does not pay the EMD before deadline ii. Does not fulfill minimum pre qualification criteria as per the Tender Documents iii. Submits the tender late i.e. after due date and time iv. Unsolicited tenders v. Stipulates the validity period less than what is stated in the Tender Documents vi. Stipulates his own conditions and does not agree to withdraw the deviations, rendering his bid unacceptable vii. Does not disclose the full names and addresses of all his partners or Directors as applicable wherever called for in the tender. viii. Does not fill in and sign the required annexures, specifications, etc. as specified in the tender. ix. Does not submit bid in the prescribed format making it impossible to evaluate the bid x. Indulges in tampering of tender documents xi. Does not conform to any tender condition which stipulates non-conformance of tender conditions as a rejection criteria 7.21 EMD shall be forfeited and the vendor may be put in holiday list in case:

Page 12: 144120 Tender Doc

Tender No. : JRMM144120

Page 12 of 25

a) The Tender is accepted and the vendor fails to furnish Performance Bank Guarantee (if applicable) or to execute the contracts within the stipulated period. b) In case the tenderer alters/modifies/withdraws the bid suo-moto after opening the bids (un-priced bids in case of 2 bid tender) and within the validity period. 7.22 Bidders should declare if the offered product is based on IOCL (R&D) formulation, and if yes, whether the agreement for royalty payment with IOCL is valid. The vendor should also enclose an undertaking for the applicable royalty rate payable to IOCL (R&D), while submitting the offer. Gujarat refinery shall cross check the applicable royalty from R&D centre, while evaluating the bids. Incentive will be considered while evaluating the bids by applying negative loading to the rates quoted by manufacturers using IOCL (R&D formulations, to the extent of royalty inflow to IOCL (R&D, after adjustment of taxes and surcharges, if any. 7.23 Supplemental letters for revision in prices received from bidders shall be considered only in those cases where the revision in the price is asked for by IOCL based on changes in specification/scope of work/commercial terms and conditions. 7.24 ALL CORRESPONDENCE SHALL BE IN ENGLISH LANGUAGE ONLY. 7.25 It shall be the responsibility of the tenderers to fill complete, correct and accurate information in line with the requirements / stipulations of the tender documents, regarding their past experience and other information required to facilitate due evaluation / consideration of their tenders. 7.26 The bidder entity should ensure that only one bid is submitted by them directly or by their Agent* on behalf of the bidder entity or as a Consortium Partner. In case it is found that bidder entity has submitted more than one bid, all their bids in the tender are liable for rejection. * Agent for this above purpose would be one who agrees and is authorized to act on behalf of another, a principal, to legally bid and individual in particular business transactions with third parties pursuant to an agency relationship. Submission of bids by different offices / branches of the bidder entity will be considered as bids from the same bidder entity and will be liable for rejection. If any information given by the bidder / tenderer is found to be incorrect in any particular considered by the OWNER to be relevant for the evaluation of the bid / tender, or is found by the OWNER to misrepresent the facts, or if any of the documents submitted by the tenderer / bidder in support of or relevant to the bid /tender is found by the OWNER to be forged, false or fabricated, the owner may reject the bid, and without prejudice to any other right(s) of action or remedy available to the owner, the owner may forfeit the Earnest Money given by the bidder in the form of Earnest Money deposit or bank guarantee in lieu of Earnest Money Deposit in order to compensate the OWNER for the expenses incurred by it in considering the bid (and not by way of penalty) and take action for putting the bidder / tenderer on holiday list for such period as the OWNER in this behalf considers warranted and / or to remove the bidder / tenderer from the approved list of vendors.

Page 13: 144120 Tender Doc

Tender No. : JRMM144120

Page 13 of 25

8. Instructions to the Bidder for participating in E-Tender Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system through National Informatics Center (NIC), which enables Vendors / Bidders to Search, View, Download tenders directly and also, enables them to participate & submit online bids on the e-Tendering site https://iocletenders.gov.in in a secured and transparent manner maintaining confidentially and security throughout the tendering process. 8.1 Bidders are advised to download Notice Inviting Tender along with other tender documents from the e-tendering portal https://iocletenders.gov.in free of cost using their digital signature & registered used ID. The tender should be submitted online in softcopy on our e-tendering portal only. The requisite document(s) like ‘Affidavit Format for Non-tampering of Electronic Data’, Earnest Money Deposit (if applicable), etc. in original has to be submitted by dropping it in the Tender-box as per tender conditions before the due date and time of tender submission failing which the bid shall be summarily rejected. A scanned copy of the instrument or exemption certificate in case of exempted category has to be uploaded along with clear scanned copies of required documents to substantiate the claim towards their credentials along with the tender documents at the appropriate space. 8.2 Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India (For details regarding Digital Certificate Provider please refer to point 8 of “Information about DSC” on the home page). All interested bidders are requested to register themselves using the link “Online Bidder Enrollment” on the home page and enroll their digital certificate during their first login attempt. It is advised to take extreme precaution while mapping digital certificate to a particular user profile. Once a digital certificate is enrolled to a user account, it cannot be used for any other registration in the system. 8.3 Bidders are requested to read following conditions in conjunctions with various conditions, wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentioned herein under shall supersede and shall prevail over the contradicting conditions (if any) mentioned elsewhere in the tender documents.

8.4 Procedure to submit On-line Bids For this purpose, Vendors/Bidders are advised to read the instructions available in the homepage of the portal where detailed procedure for submission of bids is available under the section “Bidders Manual Kit”. 8.5 Tender Search

Page 14: 144120 Tender Doc

Tender No. : JRMM144120

Page 14 of 25

All tenders available on the website can be searched by using the “Search Active Tenders” menu under Bidder’s profile. Use any of the searching criteria to search your tender. For a refined search, enter Work Title under “Keywords” and click Submit. The intended tender(s) should be checked and saved as “Favorite” by clicking on the check box. The bid submission process will start by clicking the menu “My Tenders”. 8.6 Size of the Documents Each packet is limited to 10 MB in size. It is advised to the bidder to prepare their bid documents accordingly. 8.7 My Documents Additional 25 MB of space is available in “My Documents” under “My Account” section. Document uploaded once under “My Documents” can also be included for future tenders as per requirement very easily. The repeated uploading of documents under “My Documents” is not required from tender to tender. To include files from “My Documents” to the bid, select “Yes” for “Other Important Documents” after EMD details. Vendors/Bidders are advised to read the instructions available as “Uploading of My Documents” as under the section “Bidders Manual Kit”. 8.8 Preparation of Bids The documents to be uploaded should be in the same format as asked in the e-Tender. Price Bid has to be downloaded and saved in the exact format available in the website (i.e. Microsoft 97-2003 Workbook). All relevant details and quotes are to be filled in the same file (e.g. BOQ_1234.xls) and same sheet (e.g. BoQ1). Same file must be used for uploading. 8.9 Tampering of Documents The following shall be considered as Tampering of documents: o Submission of Scanned copy or Photocopy of Price bid (BOQ); o Submission of any file other than original Price Bid (BOQ); o Insertion of additional sheet(s); o Change in content or context of the original file; o Protection of Workbook over and above Sheet Protection done by IOCL.

Such bids will be summarily rejected at the time of evaluation. 8.10 Uploading and Confirmation Bid along with all the copies of documents should be submitted in the electronic form only through Indian Oil e-tendering system. Bidder has to ensure that their bid submission is complete in all respect by clicking on the ‘FREEZE BID SUBMISSION’ button. Any revision or amendment in bid shall be possible after bid submission only upto the due date and time of

Page 15: 144120 Tender Doc

Tender No. : JRMM144120

Page 15 of 25

submission of tender. Bidder in turn will receive an acknowledgement against his/her bid submission. Successful submission of bid can also be verified under “My Bids” section. 8.11 Help Desk Bidders may contact the following resource persons for any assistance required in this regard. Mr. Ravi Kolkata 8981665512 Mr. Ashwani Mumbai 8879414448 Mr. Shashi Noida 8130634323 Mr. Deepak Mumbai 9036366524 Mr. Sawan Noida 8130269544 Mr. Manu Gurgaon 1242861244 Mr. Vikrant New Delhi 1242861318 Mr. Ankit Gurgaon 1242861317 HelpDesk Tel. No. : +91-022-26447708 HelpDesk Email-id : [email protected] [email protected] Business Hours: Mon – Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs) 8.12 Special Note Ø Bids can only be submitted / resubmitted before the last date and time of submission as per tender. Ø The system time (IST) displayed on e-tendering web page shall be considered as the reference time for all transactions and no other time shall be taken into cognizance. Ø Bidders are advised in their own interest to ensure that bids are uploaded and submitted successfully in e-tendering system well before the closing date and time of bid. Ø No physical bid shall be accepted except the documents as specified in tender. Ø IndianOil does not take any responsibility in case bidder fails to upload the documents in the portal within specified time. Ø Bidders are requested to provide correct “e-Mail address” and “Mobile No.” for receiving updates related to e-tender from time to time.

Page 16: 144120 Tender Doc

Tender No. : JRMM144120

Page 16 of 25

9. Tender Conditions for Benefits/Preference for Micro & Small Enterprises(MSEs)

Benefits/Preference for Micro & Small Enterprises (MSEs) shall be as per below mentioned “Tender Conditions for Benefits/Preference for Micro & Small Enterprises (MSEs)”:

I. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail the benefits/preference available vide Public Procurement Policy MSEs Order, 2012. a. District Industries Centers (DIC) b. Khadi and Village Industries Commission (KVIC) c. Khadi and Village Industries Board d. Coir Board e. National Small Industries Corporation (NSIC) f. Directorate of Handicraft and Handloom g. Any other body specified by Ministry of MSME II. MSEs participating in the tender must submit on date valid certificate of registration with any one of the above agencies indicating the details of the particular tendered item along with their bid. The certificate should be duly notarized. III. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder should ensure that the same is valid till the end of the contract period. IV. The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not eligible for exemption/preference. V. The MSEs registered with above mentioned agencies/bodies for the tendered item are exempted from payment of Tender Fee and Earnest Money Deposit (EMD). VI. Purchase Preference – Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification criteria, MSEs registered with above mentioned agencies/bodies for the tendered item shall be allowed Purchase Preference as under: 1. Single item tender (shall not be split) or Multiple items tender (which cannot be split as per tender conditions): In case the L1 price is that of a non MSE bidder, then the MSE bidder (whose price is nearest to L1 price) shall be allowed to supply total tendered value provided its price is within the price band of L1 price + 15 percent and it matches the L1 price. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, then the next MSE bidder (whose price is 2nd nearest to L1 price and is within a price band of L1 price + 15%) shall be allowed to supply total tendered value, provided it matches the L1 price and so on. If no MSE bidder whose price is within a price band of L1 price + 15% accepts to match the price of the L1 bidder then the Purchase Order shall be placed on the L1 bidder. 2. Multiple items tender (tenders which can be split): a) MSE bidder(s) is/are L1 for item(s) and the total evaluated price of such items >=20% of the total tendered value: Purchase Preference shall not be applicable for the balance items. b) In other cases, items where the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price band of L1 price + 15%, “such” items will be offered to MSE bidder(s) (whose price is

Page 17: 144120 Tender Doc

Tender No. : JRMM144120

Page 17 of 25

nearest to L1 price) for price matching as detailed below. On price matching Purchase Order for “such” items shall be placed on the concerned MSE bidder(s): (i) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s), is less than 20% of the total tendered value: All “such” items will be offered for price matching. In case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder. (ii) Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is >=20% of the total tendered value: “Such” items will be offered for price matching in such a way that the Sum Total of the total evaluated L1 price of “such” items and total evaluated L1 price of items where the L1 price is that of MSE bidder(s) is at least 20% of the total tendered value. The Items to be offered to MSE bidder(s) will be selected on the basis of the % difference between the L1 price and MSE bidder price (whose price is nearest to L1 price) in ascending order. During this exercise in case the MSE bidder (whose price is nearest to L1 price) refuses to match the L1 price, the item will be ordered on the L1 bidder and will not be replaced by new item for price matching even though the above mentioned 20% of the total tendered value is not achieved. For e.g. There are 10 line items in a tender. (A) In 3 line items the L1 price is that of MSE bidder(s) but total evaluated L1 price of these items is less than 20% (B) In 4 line items the L1 price is that of non MSE bidder(s) and price of MSE bidder(s) is within a price band of L1 price + 15%. These 4 line items will be arranged in ascending order as explained above in b)ii). Suppose the total evaluated L1 price of (A) (3 line items where MSE is L1 bidder) along with first 2 line items of (B) adds up to 20% or more of the total tendered value, then first 2 line items of (B) only will offered for price matching. Note: p) Total Tendered value means Total lowest evaluated Price for the entire tender. q) Price means Evaluated Price. r) A line item of the tender shall not be further split in multiple items tender. s) Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the right to conduct Negotiations with the L1 bidder. In such case the eligible MSE bidder will have to match the Negotiated L1 price. The price band of L1 price + 15% shall be based on pre-negotiated L1 price but all other criteria defined above shall be based on Negotiated L1 price. VII. Out of the twenty percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to participate in the tender process or meet the tender requirements and L1 price, four percent sub-target so earmarked shall be met from other MSEs. VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must be submitted by the bidder in addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as: a. In case of proprietary MSE, proprietor(s) shall be SC /ST b. In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the enterprise. c.In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.

Page 18: 144120 Tender Doc

Tender No. : JRMM144120

Page 18 of 25

10. PROFORMA FOR DETAILS OF ANNUAL TURNOVER AS PER PQC POINT SL NO. 4.2. 1. Annual Turnover in any of the last 3 years –

§ 2011 – 2012 § 2012 – 2013 § 2013- 2014 2. Copies of Audited Balance Sheets & Profit & Loss Account Statement for any of the last 3 financial years i.e. 2011 – 12, 2012 – 13 & 2013-14 are to be attached. PLACE: FULL NAME : DATE: DESIGNATION :

Page 19: 144120 Tender Doc

Tender No. : JRMM144120

Page 19 of 25

11. PROFORMA FOR DETAILS OF PAST EXPERIENCE AS PER PQC POINT SL NO. 4.3.

DECLARATION : I/We do hereby certify that the information as furnished above are correct and complete. Documentary evidence are enclosed. PLACE : FULL NAME : DATE : DESIGNATION :

Sl. No Name & full address of the client and contact person Description of Purchase Order items (executed order as per PQC) Value of Contract (Rupees/US $) Purchase Order reference and date

Page 20: 144120 Tender Doc

Tender No. : JRMM144120

Page 20 of 25

12. PROFORMA OF EXCEPTIONS AND DEVIATIONS

Bidder may stipulate here exceptions and deviations to General Purchase Conditions and/ or Bidding Document, if considered unavoidable, separately for Technical and Commercial clauses. Sl. No. Page No. of Bidding Document Clause No. Description of Clause Deviation Proposed By Bidder 1.

2. 3. 4.

Bidder should note that this Annexure has been included in the Bidding Document solely for the convenience of the Bidder so as to facilitate them to list out the deviations/exceptions both of Technical and Commercial nature from/to the Bidding Document. IOCL will not recognize any deviations/exception(s) which is not listed in this Annexure.

PLACE : DATE : FULL NAME : DESIGNATION :

Page 21: 144120 Tender Doc

Tender No. : JRMM144120

Page 21 of 25

13. PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING

In the case of a Proprietary Concern : I hereby declare that neither I in my personal name or in the name 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 or was involved as a Managing Partner are currently placed on black list or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry, except as indicated below : (Give particulars of black listing or holiday listing and in absence thereof state “NIL”). I, hereby do further declare that the following notice(s) have hitherto been issued against proposed action for holiday / black listing and/or the following action for holiday listing / black listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its Administrative Ministry in my personal name or in the name of any proprietary concern of mine or against any partnership firm of which I was or am the managing partner. No. and Date of Show-cause Notice/ Period of Holiday Present Status Notice of Holiday / Black Listing Listing/Black Listing (State ‘NONE’ if there is no such notice or action). 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 of any concern or as partner of any firm in which he/she was a Managing Partner, are currently placed on Black List or Holiday List declared by Indian Oil Corporation Limited or its Administrative Ministry, except as indicated below : (Give particulars of black listing or holiday listing and in absence thereof state “NIL”). We _____________ hereby further declare that the following notice(s) have hitherto been issued against proposed action for holiday / black listing and or the following action for holiday listing / black listing has hitherto been taken as the case may be, by Indian Oil Corporation Ltd. or its Administrative Ministry against the above firm or any partner involved in the management of the firm in his individual capacity or as proprietor of any concern or as Managing Partner of any firm. No. and Date of Show-cause Notice/ Period of Holiday Present Status Notice of Holiday / Black Listing Listing/Black Listing (State ‘NONE’ if there is no such notice or action).

Page 22: 144120 Tender Doc

Tender No. : JRMM144120

Page 22 of 25

In the case of Company We hereby declare that we are not currently placed on any holiday list or black list declared by Indian Oil Corporation Limited or its Administrative Ministry, except as indicated below : (Give particulars of black listing or holiday listing and in absence thereof state “NIL”). We, _____________ hereby do further declare that the following notice(s) have hitherto been issued against proposed action for holiday / black listing and / or the following action for holiday listing / black listing has hitherto been taken, as the case may be, by Indian Oil Corporation Ltd. or its Administrative Ministry against the Company. No. and Date of Show-cause Notice/ Period of Holiday Present Status Notice of Holiday / Black Listing Listing/Black Listing (State ‘NONE’ if there is no such notice or action). It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Limited or its Administrative Ministry, shall have the right to reject my / our bid, and, if the bid has resulted in a contract, the contract is liable to be terminated. Place: ……………… Signature of the Bidder……….. Date: ……………… Name of the Signatory ………….

Page 23: 144120 Tender Doc

Tender No. : JRMM144120

Page 23 of 25

14. DECLARATION ON ACCEPTANCE OF TENDER SCOPE, SPECIFICATIONS, TERMS & CONDITIONS

[To be submitted by the bidder in the Un-Priced Bid (Technical Bid) duly signed & stamped, otherwise the Offer shall be liable for rejection]

It is hereby declared that we have read and understood the entire tender documents available on IOCL e-tender portal https://iocletenders.gov.in under Tender Reference Number. JRMM144120 and confirm our acceptance to the Tender scope, technical specifications, all terms & conditions etc. as mentioned in these tender documents , subject to deviations (if any) indicated in the prescribed “Deviation sheet” of the tender. The Deviations indicated anywhere else other than prescribed “Deviation sheet” shall be ignored by IOCL. It is also hereby declared that none of these e-documents have been tampered with. In case of tampering of e-documents, our bid shall be rejected outright and EMD forfeited without prejudice to any other rights or remedies available to IOCL. Place: Signature & Stamp of the Bidder : Date: Name of the Signatory:

Page 24: 144120 Tender Doc

Tender No. : JRMM144120

Page 24 of 25

15. PROFORMA FOR REGISTRATION FOR E-PAYMENT

Important note- Vendors who are not registered with IOCL for e-payment must submit the account details as per format enclosed along with copy of cancel cheque and copy of PAN card along with tender document and original hard copy through courier on or before end date of bid submission.

Page 25: 144120 Tender Doc

Tender No. : JRMM144120

Page 25 of 25

16. LIST OF IOCL APPROVED THIRD PARTY INSPECTION AGENCIES (FOR APPLICABLE CASES)

SL.NO. TPI Agencies with their head office details

1 M/s. Mecon Limited (A Government of India Enterprise) Head Office : P.O.Doranda, Ranchi – 834002, Jharkhand

2 M/s. Engineers India Limited (a Govt. of India Undertaking) Regd. Office : Engineers India Bhawan, 1, Bhikaji Cama Place, NEW DELHI – 110066

3 M/s. Project & Development India Ltd. (A Govt. of India Undertaking) PDIL Bhawan, A-14, Sector 1, Post Box No.125, Sector – 1, Post Box No.125, Sector – 1, Post Box No.125, NOIDA – 201301, Distt. Gautam Budh Nagar

4 M/s. Indian Register of Shipping 52-A, Adi Shankaracharya Marg, Opp.Powai Lake, Powai, MUMBAI – 400072

5 M/s. SGS India Pvt. Ltd. Regd. Corp. Office : SGS House, 4B, Adi shankaracharya Marg, Vikhroli(West), MUMBAI – 400083

6 M/s. Bureau Varitas Industrial Services (India) Pvt. Ltd. Registered Office : The Leela Galleria, 5th Floor, Andheri – Kurla Road, Andheri (E), MUMBAI – 400059

7 M/s. Rites Ltd. Northern Region, First Floor, Plot-1, Sector-29, Gurgaon – 122001 (Haryana)

8 M/s. Lloyd’s Register of Shipping Industrial Business Centre, Solitaire Corporate Park, Building No.1, 4th floor, 151, M.Vasanji Road, Chakala, Andheri(East), MUMBAI – 400093

9 M/s. TUV India Pvt. Ltd. Registered Office : 241, Hindustan Kohinoor Indl. Complex, 2nd floor, Opp. MTNL Office, L.B.S.Marg, Vikhroli(West), MUMBAI – 400083

10 M/s. Det Norske Veritas Certification Services – New Delhi, 203, Savitri Sadan – 1, 11, Preet Vihar Community Centre, NEW DELHI – 110092

11 HSB Global Standard (I) – for ASME code certified inspectors only.

12 M/s. TUV Rheinland India Pvt. Ltd., C-27, 3rd floor, South of IIT, Qutab Institutional Area, NEW DELHI – 110016

13 Velosi Certification Services (I) Pvt. Ltd.