Top Banner
Tender No.: WRRC/2020-21/PT/112 Tender id : 2020_WRO_123342_1 Indian Oil Corporation Ltd (Marketing Division) Page 1 of 165 TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat INDIAN OIL CORPORATION LTD (Marketing Division) TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM PRODUCTS – MS/ HSD/ Branded Fuels LOCATION: VADINAR, GUJARAT TENDER NO.: WRRC/2020-21/PT/112 TENDER ID: 2020_WRO_123342_1 DUE DATE-27.10.2020 TIME – 15:00 Hrs INDIAN OIL CORPORATION LTD (MD),PLOT NO. C-33, "G" BLOCK, BANDRA- KURLA COMPLEX, BANDRA(E), MUMBAI - 400 051
165

DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Jan 12, 2023

Download

Documents

Khang Minh
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: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 1of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

INDIAN OIL CORPORATION LTD(Marketing Division)

TENDER FOR ROAD TRANSPORTATION OF BULKPETROLEUM PRODUCTS – MS/ HSD/ Branded Fuels

LOCATION: VADINAR, GUJARAT

TENDER NO.: WRRC/2020-21/PT/112

TENDER ID: 2020_WRO_123342_1

DUE DATE-27.10.2020TIME – 15:00 Hrs

INDIAN OIL CORPORATION LTD (MD),PLOT NO. C-33, "G" BLOCK, BANDRA-KURLA COMPLEX, BANDRA(E), MUMBAI - 400 051

Page 2: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 2of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TABLE OF CONTENTS

Sr. Description Page No.

1 Notice Inviting Tender 051.1 Scope of Work& Contract Period 051.2 Important Dates Related to Tender 061.3 Pre- Qualification Criteria (PQC) 061.4 Important Notes 071.5 Reservation Criteria 101.6 Earnest Money Deposit (EMD) 101.7 Power of Attorney 111.8 Multiple Bids 111.9 PriceBid - Reverse Auction Process 111.10 Submission of Tender (Technical Bid) 121.11 Evaluation of Tenders 131.12 Opening of Tender 162 Instructions to Tenderers for participation in E-Tendering 182.1 Important instruction to bidder 192.2 Tender Role/Activity Matrix 21

Blacklisting /Holiday Listing clause 223 Application By Tenderer 233.1 Particulars of TTs offered in 12-16 KL Capacity Cluster 253.2 Particulars of TTs offered in 18-40 KL Capacity Cluster 263.3 List of Documents Required for Technical Evaluation 274 Tender Terms & Conditions 29A General Terms 29B Earnest Money Deposit (EMD) 32C Negotiations 34D Security Deposit (SD) 35E Contract Period 36F Execution of Agreement and Issuance of Work Order 38G Reservation –SC/ST 39H Reservation –MSE Tenderers 39I Statutory Compliances 41J Age/Model of the Tank Truck Offered 42K Procedure to deal in case of Demise of Tenderer after LOA 42L Escalation/De-escalation of Rates during the Contract 43M Special Taxation Clause 46N Duplication of Clause 50O Reverse Auction (Electronic Bidding) 50P Instructions to Tenderers for implementation of guideline pertaining to

insolvency and Bankruptcy Code (IBC)52

Q Instructions to Tenderers for provision of Clauses related to BusinessTransaction status

53

5 Special Terms & Conditions 54A Prioritisation of TTs & Higher Capacity Indents 54

Page 3: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 3of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

B Performance Monitoring System 54C Replacement of TTs 55D Non-replacement/Withdrawal of Tank Trucks 55E Non Reporting TTs 56F Branding &Colour Coding of TTs 56G VTS, ABS & SS Locking System 58H Third Party Inspection of Tank Trucks 59

TABLE OF CONTENTSSr. Description Page No.

6 Format for Caste Certificate (SC/ST Tenderers) (Attachment-1) 607 Format for Confirmation of applicability of MSMED Act-2006 (Attachment-2) 628 Format for Undertaking by Tenderer on Black/Holiday Listing (Attachment-3) 649 Format for General Irrevocable Power of Attorney (Attachement-4) 6610 Format for Undertaking by Tenderer on No Multiple Bidding (Attachment-5) 6711 Format for Undertaking by Tenderer on Tender Document (Attachment-6) 6812 Format for Undertaking by Tenderer on Change in bid document (Attachment-

7)69

13 Format for details of relationship with IOCL Directors etc. (Attachment-8) 7014 Format for Integrity Pact & Agreement (Attachment-9) 7315 Format for Undertaking by Tenderer on ABS, VTS, Locking System, Overspill

Sensor & Reverse Auction (Attachment-10)82

16 Format for Bank Guarantee (Attachment-11) 8317 Format for Bulk Petroleum Products Road Transport Agreement (Attachment-

12)85

18 Oil Industry Transport Discipline Guidelines (Attachment-13) 9919 Scheme for Contractor Tank Truck Branding (Attachment-14) 11420 Drawing of Single Locking System for Tank Trucks (Attachment-15) 11521 Specifications of Overspill Prevention device on Tank Trucks (Attachment-16) 11822 Specifications for Manhole Cover (Attachment-17) 12223 Relevant extracts of OISD- RP-167 (Attachment-18) 12324 GST declaration by the bidder for applicable GST rates Attachment-19)25 Performa For Declaration On NCLT/ NCLAT /DRT/ DRAT/ Court Receivership /

Liquidation) (Attachment-20)155

26 Declaration for bidder to participate in NIC and MSTC portal(Attachment-21) 15627 User Guide for participation in e-reverse auction (Attachment-22) 157

Page 4: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 4of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ABBREVIATIONS

Sr. Abbreviation Description1. IOCL Indian Oil Corporation Limited2. HPCL Hindustan Petroleum Corporation Limited3. BPCL Bharat Petroleum Corporation Limited4. NIT Notice Inviting Tender5. EOI Expression of Interest6. TT/TTs Tank Truck/Tank Trucks7. RO Retail Outlet9. RTKM Round Trip Kilo Meter10. FDZ Free Delivery Zone11. BFDZ Beyond Free Delivery Zone12. MS Motor Spirit13. HSD High Speed Diesel14. KL Kilo Litres15. MSE Micro and Small Enterprise16. RTO Regional Transport Officer17. RC RTO Registration Certificate18. PESO Petroleum Explosive & Safety Organization19. EMD Earnest Money Deposit20. SD Security Deposit21. LOA Letter of acceptance22. WO Work Order23. QC Quality Control24. SAP Software Application – Enterprise Resource Planning Package25. TAS Terminal Automation System26. VTS Vehicle Tracking System27. VMU Vehicle Mounted Unit28. LIC Location in Charge29. ITDG Industry Transport Discipline Guidelines30. MSTC Metal Scrap Trading Corporation

Page 5: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 5of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

e-TENDER ENQUIRY (https://iocletenders.nic.in)

NOTICE INVITING TENDER

Indian Oil Corporation Limited (IOCL), a Public Sector Oil Company and the largest Commercialundertaking in the country, is engaged in the business of refining, transportation and marketing ofcrude oil and petroleum products. Indian Oil Corporation Limited is one of the Fortune “Global500” Corporations.

Indian Oil Corporation Limited (IOCL) hereby invites e-tenders under TwoBid system from TankTruck (TT) owners for award of contracts for road transportation of bulk petroleum products witheffectfrom 01.12.2020 or at a date to be decided at the discretion of the company for a period ofTHREE years with option for extension up to further TWO years at the sole discretion of thecompany.

1.1 SCOPE OF WORK& CONTRACT PERIOD:

Road transportation of bulk petroleum products like MS/ HSD/ Branded Fuels etc. from bulkoil storage & handling location given hereunder in Gujarat State to locations within the stateand outside the state.

a) The estimated requirement of Tank Trucks in different capacity cluster is below :-

Name oflocation

Address of location Estimated Tank Truck Requirement(Nos.)Capacity Cluster Wise

12 -16 KL 18 - 40 KL

VADINARC/O Nayara Energy Ltd VADINAR,

40 KM IN JAMNAGAR OKHAHIGHWAY, VADINAR

12 45

Note:-The above Tank Truck requirement is for the total volumes anticipated to be dispatchedfrom the tendered location.

The requirement of 12-16 KL TTs and 18-40 KL TTs as mentioned above is indicative. IOCLmay revise the actual number of 12-16 KL and 18-40 KL TTs for allocation as per the offersreceived in this Tender.b) Anticipated Volume to be moved from the above location for first year of tender is given

below, which is indicative.

Sr. No. Sector Volume in KL1. Within FDZ 59522. BFDZ 119484

Note:-IOCL does not commit any firm assurance for above volume of business.

Page 6: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 6of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

1.2 IMPORTANT DATES RELATED TO TENDER:Tender documents can be downloaded from https://iocletenders.nic.in

Particulars Date & timeDate of Publishing the Tender Documents 02.10.2020 @15:00 HrsStart date and time for downloading Tender Documents 02.10.2020 @15:00 Hrs

Date and Time of Pre-Bid meeting 15.10.2020 @11:00 Hrs

Closing date and time for Tender submission 27.10.2020 @15:00 HrsOpening date & time for the Tender 28.10.2020 @15:00 Hrs

*Bidders are suggested to post their doubt or query, if any, through mail, in theperiod of COVID-19 lockdown or containment. The query must reach our office oneday before Pre Bid day i.e. 14.10.2020 in order to be addressed in time on E-tenderportal. Queries submitted beyond Pre-Bid meet time may not be responded.** In order to address queries of prospective bidder the pre bid video conference meet withbidders is planned through A Cisco Webex (https://www.webex.com) has been scheduled on15.10.2020 at 11:00 am. Bidder advised to participate through video conference on website. The

login Details of the meeting are as follows :

Meeting number (access code): 170 052 6811

Meeting password: 112PREBIDMEET

1.3 PQC (PRE QUALIFICATION CRITERIA):

Sr. Description Unit Requirement1 Minimum no. of TTs to

be offered(All Owned)

Nos. Minimum 3 nos. in case of General & GeneralMSE tenderers and minimum 2 nos. in case ofSC/ST & SC/ST MSE tenderers. Tenderers canparticipate with ready built TT as well as withPurchase Invoice of the chassis. SC/ST &SC/ST MSE tenderers can also participate withbooking slip of TT.

2 Age/Model of TT Years Age/Model of Tank Truck, as reckoned fromthe date of manufacture in RTORegistration(Certificate of Registration / Form23) offered should be necessarily BS-III orhigher model (manufactured on or afterApril’2010) as on the closing date of thetender.

Page 7: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 7of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

3 Valid RTO Registration(Certificate ofRegistration / Form 23)and PESO License forready TTs offered

Legible Copies need to be submitted. TTsoffered without documents shall not beconsidered for evaluation.

4 Purchase Invoicecontaining Chassis no.for chassis offered bytenderers.

Legible Copies need to be submitted. TTsoffered without documents shall not beconsidered for evaluation.

5 Booking slip for chassisfor SC/ST tenderersoffering TTs on bookingslips.

Legible Copies need to be submitted. TTsoffered without documents shall not beconsidered for evaluation.

Notwithstanding any other condition/ provision in the tender documents,bidders are required to submit complete documents pertaining to PQC alongwith their offer. Failure to meet the PQC will render the bid to be summarilyrejected.

IOC reserves the right to complete the evaluation based on the detailsfurnished by the bidder, with or without seeking any additional supportingdocuments/ clarifications.

1.4 IMPORTANT NOTES :

1. The general tenderer shall have to offer minimum 3 (three) tank trucks. All the TTsoffered by the tenderers should be owned tank trucks only. Tenderers may offer readyTTs with valid RTO registration and CCOE License or may offer TTs based on purchaseinvoice of chassis. Separate purchase invoice shall be required to be submitted for eachof the TT offered.

2. In case of SC/ST & MSE SC/ST, tenderers shall be required to offer minimum 2(Two) TTs. All the TTs offered by the tenderers should be owned tank trucks only.Inaddition to participation with ready TTs,in this category, tenderers will also be allowedto participate with a Purchase Invoice of Chassis or Booking Slip for the Chassis.Separate purchase invoice/booking slip shall be required to be submitted for each ofthe TT offered.

3. Above minimum requirement of TTs is only for qualification criteria, however IOCL mayaward the work to tenderer for lesser no. of TTs also to meet the total requirement ofTTs.

4. The successful tenderers offering ready built TTs, upon placement of LOA shall producethe TT for physical inspection with all licences within 30 days from the date of LOA.The successful tenderers offering TTs based on purchase invoice of chassis upon

Page 8: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 8of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

placement of LOA shall produce the TT for physical inspection with all licences within 3months from the date of LOA.

5. SC/ST tenderers participating with booking slips are required to produce PurchaseInvoice of TT within one month of date of LOA and shall produce the TT for physicalinspection with all licences within 3 months from the date of LOA.

6. The Maximum number of TTs that can be offered by a tenderer is6. In case, number ofTTs offered is more thanSix only6 TTs (TTs with newest age) will be taken forevaluation.

7. TTs to be offered in Ratio and LOT System: The tenderers will have to offer TTs inthe ratio of number of TTs required Capacity Cluster Wise, i.e. 12-16 KL: 18-40 KL asindicated above.

8. Requirement forVadinar is 45nos. of 18-40KL and 12nos. of 12-16 KL, Total 57 nos.Hence tenderers shall offer TT in the ratio of 4:1

9. Tenderers can offermaximum 6 TTs. However in matching ratio, one tenderercanoffer maximum 4 nos. of 18-40KL and 1 nos. of 12-16 KL capacity TTs. Like this minimumTTs which can be offered by a SC /ST /MSE SC/ST in the same ratio shall be 02 nos., i.e.01 no. of 12-16 KL and 1 no. of 18-40 KL capacity TTs. A tabular form in the ratio from 05nos. TTs to 02 nos. is as below :-

Sr. Total TTs offered 18-40 KL Cap 12-16 KL Cap1. 5 4 1

All the TTs which are falling in the ratio specified shall be considered as LOT-1.

Tenderer is free to offer TTs other than the above combination, i.e. not exactly in desiredratio, however limited to max. no. of 6TTs (10% of location requirement).

In case a tenderer has offered TTs not in the desired ratio, then TTs falling in desired ratioshall be considered in LOT-1 (TTs with newest age). Other TTs offered beyond ratio shallbe considered in LOT-2.

All the Offers of TTs with only Chassis and not readily built TTs shall be placed in LOT-3.

While allocation of TTs within L-1 rate finalised, the offers from LOT-1 will be allocated andif the location’s requirement is still not met, then allocation will be made from LOT-2 andafter exhausting all offers of LOT-1 & LOT-2, still if the location’s requirement is not met,then offers under LOT-3 shall be considered.

In case of tie between tenderers in LOT-1, the tenderer whose average age of fleet(considering only TTs of LOT-1) is low (newest age) shall get priority over others.

In case of LOT-2, all the TTs (Capacity Cluster Wise) irrespective of tenderershall bearranged in order with newest TT on top and allocation will be made till locationsrequirement is met.

Page 9: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page 9of 165TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUM

PRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Further, ranking procedure is explained in evaluation criteria below.

10. The tank trucks offered or purchase invoice or booking slip should be in the name oftenderer i.e. in the name of Firm or Partner or Company or Proprietor. In case ofpartnership firm participating in this tender, the formation of such partnership firm shallnot be later than closing date of the tender. The partnership firm should be registered.Un-registered partnership firms will not be considered. The partnership firm shouldhave a valid PAN card in the name of the partnership firm as on the date of the closingof the Tender.

Tenderers are required to submit copy of Registration Certificate from Registrar ofFirms to establish the registered partnership firm enclosing all annexures whereinnames of all the partners of the said partnership firm are mentioned or Certificate ofIncorporation (as applicable).

In case, partnership firm registration certificate is not uploaded with the bid, thetenderers shall be given one opportunity to submit the same during technicalevaluation. If the tenderer fails to submit the same within stipulated time, the tender ofthe tenderer shall not be considered for further evaluation. However it may be notedthat the date ofpartnership firm registration in thecertificate shall not be later thanclosing date of the Tender.

11. All readybuilt TTs offered should have valid RTO registration and PESO License. All TTsoffered against purchase invoice should necessarily have chassis no. mentioned on theinvoice. Tenderers offering TTs against purchase invoice/booking slips should submitseparate purchase invoice/booking slip for each of the TT offered. Capacity againsteach Purchase Invoice/Booking slip shall be clearly mentioned by Tenderer.

12. Age/Model of Tank Truck (as reckoned from the date of manufacture in RTORegistration) offered should be necessarily BS-III or higher model (manufactured on orafter April’2010). In case local laws of the particular location/State prescribesage/model limit for TTs (which is more stringent like BSIV/BSVI/8yrs/10yrs etc), thesame shall prevail and the age/model of TT shall be valid on the date of closing of thetender. In case only year of manufacturing is mentioned in the RTO Registration, theage should be reckoned from 1st January of the year of manufacturing. In case bothmonth and year of manufacturing is mentioned in the RTO Registration, the age shouldbe reckoned from 1st day of the month of manufacturing.

13. RO dealer can also quote as General/SC/ST/MSETenderer, however accordingly allrequirement as General/SC/ST/MSE tenderer has to be fulfilled. Such RO Dealer/Consumers applying under General transport category can include TT/Chassis offeredagainst EOI for being eligible or to get benefit of selection criteria under generalcategory. However TTs offered against EOI will be for own use only or can be utilizedat Corporation discretion for undertaking other than own supplies. RO Dealer, howevercannot claim for RTKM equalization for those TTs. All terms and condition of EOI will beapplicable for those TTs which RO Dealer will earmark for their own use.

14. The tenderers shall fill the details of ownership of TTs, Age of TT, RTO Registration,PESO License, purchase invoice, booking slip etc as applicable in the particulars of TTs

Page 10: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page10 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

offered. There will be no verification of these documents at the time of tenderevaluation and tenderers will be selected on the basis of information submitted bythem. RTO registration and PESO licence of ready built TTs offered in the tender willbe verified from www.peso.gov.in and that of TT registration from state specific site(where ever applicable) on internet before issuance of LOA. All necessary credentialsshall be verified further by the respective locations for which LOA have been issuedbefore being recommended for issuance of work order by State Office.

15. Please note that at any stage if it is found that the information/ document submitted inthe tender is false/ forged, suitable action as deemed fit including rejection of tenderand forfeiture of EMD shall be taken. Hence, tenderers are advised to submittrue/correct information/ document in the tender.

16. INTEGRITY PACT AGREEMENT: Integrity Pact is a mandatory prerequisite for Bids tobe eligible for further evaluation. Bidder is advised to signed Integrity PactAgreement (Attachment-9) in the tender document. Bidders failing to submitIntegrity Pact Agreement with their bid will be summarily rejected without consideringany further Levels of evaluation. The signed IP should be complete in all respect and isrequired to be uploaded in tender.

1.5 RESERVATION CRITERIA:

The provision of reservation shall be 15% (fifteen percent) & 7½% (seven and a halfpercent) for Scheduled Castes (SC) and Scheduled Tribes (ST) respectively on all Indiabasis as per Govt. of India directives. The SC/ST tenderers shall not be eligible for anyprice preference or relaxation of any standards other than whatever mentioned in thetender document.

In line with “Public Procurement policy for Micro and Small Enterprises (MSEs) order 2012&Amendment order 2018”, 25% of the total quantity shall be earmarked for procurementfrom MSEs. Out of the above 25 percent, a sub-target of 16% (i.e.,16% out of 25%, whichis 4%) is earmarked for Micro and Small Enterprises owned by the Scheduled Caste or theScheduled Tribe entrepreneurs and a sub-target of 3% is earmarked for Micro and SmallEnterprises owned by women entrepreneurs.

1.6 EARNEST MONEY DEPOSIT (EMD):

The detailed procedure for payment of EMD online is given in the tender document.

Sr. Category Amount1 Tenderers participating with ready

built TT i.e., along with RC & PESOlicence

Rs.5000/- per TT offered

2 General category Tenderersparticipating with Purchase Invoicecontaining Chassis No.

Rs.100,000/- per TT offered

3 SC/ST Tenderers participating withready built TT or Purchase Invoice of

Rs.5000/- per TT offered

Page 11: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page11 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Chassis or with Booking Slip

4 MSE tenderers including MSE-General&MSE-SC/ST

EMD exempted for MSE tenderershaving valid registration certificate

Tenders without EMD as prescribed above are liable to be rejected.

Example:In case a general category tenderer is participating/offering 2ready built TTs (having RTOregistration & PESO licence) and 1 nos. TTs with Purchase Invoice of the chassis, thenthe EMD payable shall be Rs.110,000/-

1.7 POWER OF ATTORNEY:

Authority of the person uploading the bids with his Digital Signature Certificate (DSC) shallbe required to be submitted in the bids. Only one POA is allowed for a person. Documentrequired showing the authority of the person uploading & submitting the bid with hisDigital Signature Certificate shall be as given as follows:

Sr. Type of Firm Submission/POA for Bids1 Proprietary Firm Bids to be submitted by Sole Proprietor only2 Company Power of Attorney and certified copy of Board

Resolution and authorizing the person submitting thebids on behalf of the Company.

3 Partnership Firm/ LLP Power of Attorney along with Registered deed ofPartnership along with Registration Certificate fromRegistrar of Firms / LLP agreement.

4 Co-operative society Copy of the resolution passed as per Society Rules

An Individual/POA holder is not allowed to submit multiple bids in the tender (even withauthorization /POA) with one DSC.

1.8 MULTIPLE BIDS:

A person shall be deemed to have submitted multiple bids in the tender, if he submitsmore than one bid either individually or in any combination of person (individual capacity,proprietor, affiliates, partnership, association of persons, Company). All such multiplebids shall be liable for rejection.

An affidavit to be submitted by the tenderer(as per Attachment 5in the tender) that nomultiple bids have been submitted.

1.9 PRICE BID- REVERSE AUCTION PROCESS

Post completion of Technical evaluation, IOCL shall finalize the tender through Electronicbidding (Reverse Auction). The e-Reverse Auction shall be conducted on notified Date &Time. IOCL has made arrangement with M/s MSTC who shall be IOCL’s authorized serviceprovider for the Reverse Auction. The technically qualified tenderers are required to

Page 12: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page12 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

register themselves with MSTC portal, www.mstcecommerce.com, within thedue date informed, for participation in the Reverse Auction. Each tenderer will be assignedUnique username & password by M/s MSTC for participation in the Reverse Auction.

Although requirement of TTs has been mentioned in two capacity clusters and tenderersare required to offer TTs accordingly, Transportation rates shall be offered for threecapacity clusters in four types of RTKM categories as detailed below. In reverse auction,Tenderers shall have to offer single percentage and the same will be applicable for all therate itemsmentioned below:-

Transportation Rates as per Departmental EstimateCapacity Cluster FDZ

(Rs./KL)BFDZ up to500 RTKM

(Rs./KL/KM)

BFDZ 501 to1000 RTKM

(Rs./KL/KM)

BFDZ beyond1001 RTKM

(Rs./KL/KM)

12 KL to 16 KL 188.41 2.14 2.14 2.1418 KL to 25 KL 184.37 2.03 2.03 2.03Above 25 KL to 40 KL 181.52 1.61 1.61 1.61** Rates shall be mentioned by IOCL and tenderers to offer single %ge in allowableband of 0% to (-)10% in reverse auction process, which shall apply to all the aboverates.

In the Reverse Auction process, the tenderer will be allowed to place his offer in terms of%geof the departmental estimate displayed on the portal. The allowable band for the sameshall be 0% to (-)10 % of the departmental estimate. During the process, immediate lastL-1 rate offered shall be displayed and the individual tenderer can revise his offer (onlydownward) with a predefined decremental value (in %ge).

Tenderers are required to offer their best price offer in the “On-line Reverse Auction”.Detailed terms & conditions & procedure of Reverse Auction are given in the Tenderdocument.

“Bidders to note, The above rate is exclusive of GST and evaluation shall be done on theNet Landed Rate (inclusive of GST). In the reverse auction option will be given to thebidders to choose the applicable tax rate i.e 5%under RCM or 12% under FCM. Bidder hasto select the tax rate in reverse auction as per the declaration submitted by the bidder inattachment -19. Net landed L1 price will be shown to the bidder in the bid floor duringreverse auction”

1.10 SUBMISSION OF TENDER (TECHNICAL BIDS) :a) The tenderer shall submit separate tenders for each location for which tenderer wishes to

offer Tank Trucks. If same TT is offered by more than one tenderer, the TT shall not beconsidered for evaluation for both the Tenderers and the EMD of the commonly offered TTwill be forfeited. In case same TT is offered at two locations, the same will be rejected atboth the locations. The EMD of TT commonly offered will also be forfeited at both thelocations.

Page 13: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page13 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

b) The tenderers are advised to carefully go through the following and comply:i. Terms and Conditions of the tender document.ii. Bulk Petroleum Road Transportation agreementiii. Instructions for tenderers participating in e-tenders.

c) The tenderers shall, while quoting the rates for transportation, take into consideration theprovisions of the rules thereto and the hazardous nature of the POL products and theliability to pay the loss for non delivery/damage to the product at higher risk rate.

1.11 EVALUATION OF TENDERS:

a) All tenderers are expected to offer TTs in the same ratio of capacity as per the NITrequirement. Ranking of tenderers will be based on the highest nos. of TTs offered inthe desired ratio as explained below:

Example : Tenderer can offer maximum 06 TT for Vadinar Desired ratio of TT shallbe 4:1TTs requirement floated is 45 nos. 18-40 KL capacity TT, and 12 nos. 12-16 KLcapacity TT, considering various combination of offers of ready built TTs , illustration ofcategorization in LOT-1 & LOT-2 is depicted below for reference:-

Nos. of TTs offered Categorized in LOT-1 Categorized in LOT-2Capacity of

TTs 18-40 KL 12-16 KL 18-40 KL 12-16 KL 18-40 KL 12-16 KL

TenderedRequirement 45 12NIT Ratio

desired 4 1

Tenderer 1 0 6 0 0 0 6Tenderer 2 6 0 0 0 6 0Tenderer 3 1 5 0 0 1 5Tenderer 4 5 1 4 1 1 0Tenderer 5 2 4 0 0 2 4Tenderer 6 4 2 4 1 0 1Tenderer 7 3 3 0 0 3 3Tenderer 8 0 5 0 0 0 5Tenderer 9 5 0 0 0 5 0Tenderer 10 4 1 4 1 0 0Tenderer 11 1 4 0 0 1 4Tenderer 12 3 2 0 0 3 2Tenderer 13 2 3 0 0 2 3Tenderer 14 0 4 0 0 0 4Tenderer 15 4 0 0 0 4 0Tenderer 16 3 1 0 0 3 1Tenderer 17 1 3 0 0 1 3Tenderer 18 2 2 0 0 2 2

Page 14: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page14 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Tenderer 19 2 1 0 0 2 1Tenderer 20 1 2 0 0 1 2Tenderer 21 3 0 0 0 3 0Tenderer 22 0 3 0 0 0 3Tenderer 23

(SC/ST) 2 0 0 0 2 0

Tenderer 24(SC/ST) 0 2 0 0 0 2

Tenderer 25(SC/ST) 1 1 0 0 1 1

RANKING IN LOT SYSTEM:

i. LOT-1 - TTs offered in NIT ratio:-Tenderers offering highest number of TTs in LOT-1 will be ranked in the top. In case of more than one tenderers are in the same positionin LOT-1, further ranking among them shall be based on the average age of their fleet(considering only TTs of LOT-1). Newest age fleet shall be preferred. In case theaverage age is also the same, then allocation will be divided proportionately amongsuch tenderers.

ii. LOT-2 - All the TTs (having RTO Registration & PESO licence) falling outside theratio mentioned above will be segregated into LOT-2, where TTs will be ranked basedon age of TT (Capacity cluster wise) irrespective of the tenderer. In case the age of TT(Capacity cluster wise) is also the same, then allocation will be divided proportionatelyamong such tenderers. These shall be considered, in case of shortfall of TTs afterexhausting TTs in LOT-1.

iii. LOT-3 - TTs offered on Purchase Invoice of Chassis and Booking Slip -Theseshall be considered, in case of shortfall of TTs after exhausting TTs in LOT-1 & LOT-2.List of offered TTs in LOT-3 shall be maintained tenderer and capacity cluster wise.Then the ratio of offered TTs capacity Category wise by all tenderers shall becalculated. (Priority to be given with more numbers of Tank offered with same Ratiomentioned for the location). Accordingly, selection will be done with higher ratio gettingpriority. In case the Ratio is also same then allocation to be done based on the newestage of the purchase of Invoice / Booking slip.

b) PRICE BID RANKINGof the tenderers i.e. L-1, L-2, L-3, etc shall be decided onminimum percentages quoted for all categories in the Reverse Auction. In case ratesoffered by L-1 tenderers in the Reverse Auction, are not acceptable, then IOCL has thediscretion to negotiate with L-1 tenderers to bring down the rates. L-1 rate shall befinalized and first allocation of TTs shall be done to L-1 tenderers.

Selection Matrix of TTs at finalized L-1 rates shall be as follows :-

Rank as per Price Bid LOT-1 LOT-2 LOT-3L1 Selection 1 Selection 2 Selection 3

Page 15: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page15 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

c) If the total requirement of TTs is not met by above process from at b), IOCL shall offerL-1 rates to balance tenderersin order of their ranking i.e. L-2, L-3, L-4……………etc. fortheir acceptance.

The above process shall continue till requirement of the trucks is fully met against thistender.

d) If the total requirement of TTs is not met by above process at b) and c), IOCL reservesthe right to either further negotiate with L2,L3………Ln tenderers OR Cancel the tenderand go for fresh NIT OR invite public EOI at established L-1 rates to fulfill the requirednos. of TTs.

e) The total requirement of 12-16 KL TTs and 18-40 KL TTs mentioned in tender isindicative. IOCL reserves the right to revise the requirement nos. of 12-16 KL and 18-40 KL TTs at the time of placement of LOA.

f) The technically qualified SC/ST/MSE tenderers shall be ranked separately. Tank Trucksoffered by these technically qualified SC/ST/MSE tenderers shall be allocated as perGovt. of India directives.

g) Note:- While allocating proportion of trucks, fraction less than 0.5 will beconsidered as 0 and fractions between 0.5 to 1 will be taken as 1 Truck.

SC/ST Allocation : LOT-1, LOT-2 &LOT-3 as stated above will be prepared for SC & STcategory separately and reservation will be as per government norms. In case of SC/STtenderers, offers with Purchase Invoice as well as Booking slips will be considered in LOT-3. However, during allocation, the offers with purchase invoice will be preferred and if therequirement of reservation is still un-met, allotment to offers under booking slips shall bedone. Pro-rata approach shall be followed for allocation in LOT-3 as explained at para 1.11a)iii subject to acceptance of L1 rate by bidder.

In case nos. of reservedcategory TTs are not filled, the balance requirement of TT will bemet from General Category. Unfulfilled quota of SC/ST if any shall be carry forward to nexttender.

h) MSE Reservation : In line with “Public Procurement policy for Micro and SmallEnterprises (MSEs) order 2012& Amendment order 2018”, 25 % of the total quantityshall be earmarked for procurement from MSEs, with a sub target of 16% (i.e. 16% of25% which is 4 %) shall be further earmarked for procurement from MSEs owned byScheduled Caste or the Scheduled Tribe Entrepreneurs and a sub target of 3% shall befurther earmarked for procurement from MSEs owned by women Entrepreneurs.Provided that, in the event of failure of such Micro and Small Enterprises to participatein tender process or meet tender requirements and L-1 price, 4% sub-target forprocurement earmarked for Micro and Small Enterprises owned by Scheduled Caste orScheduled Tribe entrepreneurs and 3% sub-target for procurement earmarked forMicro and Small Enterprises owned by women entrepreneurs shall be met from otherMicro and Small Enterprises.

Page 16: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page16 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The above provision will be subject to MSEs quoting price within price band (L-1+15%); i.e. L-1 plus 15% and bringing down their price to L-1 in a situation wherethe L-1 price is from someone other than an MSEs. In case of more than one suchMSEs, the supply shall be shared proportionately from the MSE bidders.

In case the L-1 tenderer is an MSE bidder, the ranking criteria as elaborated forGeneral category shall prevail amongst the MSE tenderers and allocation will be doneupto the location’s requirement.

In case MSE tenderer do not accept to match the L-1 rate, the unfulfilled quota underMSE will be met from General Category and no carry forward will be done for any othertenders.

1.12 OPENING OF TENDER:

a) The ‘Technical Bids’ of the tender shall be opened as per the schedule given in the e-Tender.After scrutiny of the ‘Technical bids’, the eligible tenderers shall be notifiedregarding date, time for participating in the Reverse Auction (PRICE BID).

b) IOCL reserve the right to accept or reject any or all the tenders in part or in totality, or tonegotiate with any or all the tenderers, or to withdraw/cancel/modify this tender withoutassigning any reason whatsoever, or to accept some or all of the tank trucks offered.

c) Tenderer’s offer complete in all respects must be submitted on or before thedue date ofclosing of the tender in line with the instructions given using own/authorized class IIIdigital signature on our website address : https://iocletenders.nic.in.

d) Tenderers are advised to visit Location falling under the corresponding State office forwhich bid is submitted and familiarize himself of the existing facilities & environment, andshall collect all other information which he/she may require for preparing and submittingthe bid and entering into the contract. Claims & objections due to ignorance of existingconditions or inadequacy of information will not be considered after submission of the bidand during implementation.

e) Further, tenderer shall give an undertaking on their letter head that the content of thebidding document has not been altered or modified. Any change in bid document orconditional bid is liable to be summarily rejected.

f) An Undertaking by tenderers for Acceptance of all Terms & Conditions of Tender includingall corrigendum/addendum issued instead of uploading the complete set of tenderdocuments as a token of their acceptance should be uploaded by Tenderer in the formatenclosed in the Tender document.The scanned copy of filled in undertaking on Tendererletter head as per requirement with description as “Undertaking by the Tenderer” is to beuploaded with the documents.

g) Corporation reserves the right to revise/extend any Date/time from scheduled timelines ofpublished tender

Page 17: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page17 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

h) Bids in physical form will not be acceptable. Bidder(s) are advised to quote strictly as perterms and conditions of the tender documents for e-bidding through IOCL E-tender portalhttps://iocletenders.nic.in and www.mstcecommerce.com.

i) “Any query with regard to tender documents or rejection of the tender may be forwardedto e-mails as stated on page 21 in line with Tender Role/Activity Matrix/Web site/Contactdetails.

j) By submission of the technical bid the bidder abides by all the requirement of the tenderand it will be considered that the bidder agrees to the various provisions and applicableAnnexure of tender at tender evaluation and execution stage.

Thanking you,Yours faithfully,

For Indian Oil Corporation Limited,

Dy General Manager (CC), WRIndian Oil Corporation Ltd.

IOC GST REGITRATION NOS. ARE AS UNDER :-

IOCL GSTIN Gujarat 24AAACI1681G1ZVIOCL GSTIN Daman & Diu 25AAACI1681G1ZTIOCL GSTIN Dadra & Nagar Haveli 26AAACI1681G1ZR

Page 18: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page18 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2. Instructions to Tenderers for participation in E-Tendering

Indian Oil Corporation Ltd. has developed a secured and user friendly system which will enableVendors / Tenderers to Search, View, Download tenders directly from Indian Oil Corporation Ltd.,secured website and also enables them to participate & submit Online Bids on the e-tendering sitehttps://iocletenders.nic.in directly from the website in secured and transparent mannermaintaining confidentiality and security throughout the tender evaluation process and award.All interested tenderers are requested to register themselves with the portal indicated above andenroll their digital certificate with the user id for participation in the tender.

Tenderers are requested to read following conditions in conjunction with various conditions,wherever applicable appearing with this bid invitation for e-Tendering. The conditions mentionedhere in under shall supersede and shall prevail over the conditions enumerated elsewhere in thetender document.

How to submit On-line Bids / Offers electronically against E-tendering?Vendors / Tenderers are advised to read the following instructions for participating in theelectronic tenders directly through internet:

i) Late and delayed Bids / Offers after due date / time shall not be permitted in E-tendering system. No bid can be submitted after the last date and time ofsubmission has reached. (However if tenderer intends to revise the bid alreadysubmitted, they may change / revise the same on or before the last date and timeof submission of bid). The system time (IST) that will be displayed on e-tenderingweb page shall be the reference time and no other time shall be taken intocognizance.

ii) Tenderers are advised in their own interest to ensure that bids are uploaded in e-tendering system well before the closing date and time of bid.

iii) No bid can be modified after the dead line for submission of bids.

iv) No Manual Bids / Offers along with electronic Bids / Offers shall be permitted.

What is a Digital Signature?This is a unique digital code which can be transmitted electronically and primarily identifies aunique sender. The objective of digital signature is to guarantee that the individual sending themessage is who he or she really claims to be just like the written signature. The Controller ofCertifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) whoin turn allot on a regular basis Digital Certificates, Documents which are signed digitally are legallyvalid documents as per the Indian IT Act (2000).

Why is a Digital Signature required?In order to bid for Indian Oil e-tenders all the vendors are required to obtain a legally valid DigitalCertificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under theRoot Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. TheDigital Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on

Page 19: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page19 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

behalf of his Company. A Vendor / Tenderer can submit their Bids / Offers On-line only afterdigitally signing the bid / documents with the above allotted Digital Signatures.Tenderers have to procure Class 3 Digital Certificate on their own from any of the CertifyingAuthorities in India.Submission of DocumentsThe relevant documents as mentioned in the Tender and Price Bid have to be submitted onlineonly. Prices should not be submitted in a physical sealed envelope. Indian Oil shall not beresponsible in any way for failure on the part of the tenderer to follow the instructions.It is advised that the tenderer uploads small sized documents (preferably up to 5 MB) at a time tofacilitate in easy uploading into e-tendering site. Indian Oil does not take any responsibility in caseof failure of the tenderer to upload the documents within specified time of tender submission.Submission and Opening of BidsBid along with all the copies of documents should be submitted in the electronic form only throughIndian Oil e-tendering system.Before the bid is uploaded, the bid comprising of all attached documents should be digitally signedusing digital signatures issued by an acceptable Certifying Authority (CA) in accordance with theIndian IT Act 2000.Last Date for Submission of BidsTenderers are advised in their own interest to ensure that bids are uploaded in e-Procurementsystem well before the closing date and time of bid.

Resource RequirementVendors / Tenderers must use any computer having Windows XP or higher of Window operatingsystem and an internet web browser version internet explorer V6.0 or higher recommended.Note: Tenderers are requested to go through the “Tenderers Manual Kit” available inthe homepage of the e-tendering portal i.e. https://iocletenders.nic.in to have a clearunderstanding

2.1 Important instruction to bidders for Reverse Auction

System Requirement:

Windows 7 or above OperatingSystem IE-7 and abovebrowser. Signing type digitalsignature Latest updated JRE 8 (x86 Offline) software to be

downloaded and installed in the system.

To disable “Protected Mode” for DSC to appear in the signer box followingsettings may be applied.Tools => Internet Options =>Security => Disable protected Mode (If enabled- removethe tick from the tick box mentioning “Enable Protected Mode”).

To enable ALL active X controls and disable ‘pop up blocker’Tools=>Internet Options=>customlevel (Please run IE settings from the pagewww.mstcecommerce.com once)

Page 20: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page20 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Other Settings:Tools => Internet Options => General => Delete Browsing HistoryTools => Internet Options => General =>Settings=> Delete Temporary Internet FilesTools => Internet Options => General =>Settings=> Activate “Every time I Visit theWebpage”.

Finally, click on ‘Apply’ and ‘Ok’ and close the browser.

The vendor should allow running JAVA application. This exercise has to be doneimmediately after opening of Bid floor.

For system related settings, please Contact Helpdesk No (MSTC Ltd): 033-2290-1004

Process to participate in e-reverse auction:

Login as vendor => Go to My Menu => Select Auc Floor => Select live events => Clickon event number to participate => Enter your bids => Click on ‘Bid’.

In all cases, vendor should use their own ID and Password along with Digital Signatureat the time of submission of their bid.

During the entire reverse auction process, the vendors will remain completelyanonymous to one another and also to everybody else.

All electronic bids submitted during the process shall be legally binding on the vendor.Any bid will be considered as the valid bid offered by that vendor and acceptance of thesame by the Buyer will form a binding contract between Buyer and the Vendor forexecution of supply.

It is mandatory that all the bids are submitted with digital signature certificateotherwise the same will not be accepted by the system.

Buyer reserves the right to cancel or reject or accept or withdraw the auction in full orpart as the case may be without assigning any reason thereof.

Page 21: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page21 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2.2 Tender Role/Activity MatrixSrNo.

Activity Department Portal Contact No./E-mail ID

1 a. Information on submission of TenderDocument , Pre-Bid meet upto stage of evaluationof technicalBid.

b. Finalized Technically qualified bidder will beinformed to Operation Dept, Gujarat StateOffice.

CH.Mgr(Contracts), WRCC

https://iocletenders.nic.in

022-26722750,

[email protected]

2 a. Informing the technically qualified bidderfor participation in MSTC portal forreverseauction.

b. Uploading of offered price by IOCL forperforming Reverse auction on MSTCPortal.

CM(Ops), GSO www.mstcecommerce.com

079-26474286/[email protected]

c. Witnessing and Coordinating with technicallyqualified bidders for performing the ReverseAuction for Transportation rate.

d. Finalized L1 price and different rates obtainedfrom multiple bid Reverse auction completed onMSTC portal to WRCC.

3 a. Matching of finalized L1 rate as per tenderEvaluation criteria.

Ch.Mgr(Contracts), WRCC

https://iocletenders.nic.in

022-26722750,

[email protected]

b. Allotment of successful transporter and TankTruck as per tender Evaluation criteria.

c. Final Allocation of TT list to StateDepartment for verification of document as perTender.d. Issuance of Letter Of Intent.

4 a. Physical verification of TT along withsubmitted documents against PQC as pertender document.

CM(Ops), GSO At stateoffice/Location.

079-26474286/4287Email-

[email protected]

b. Submission of security Deposit to financeas per tender terms.

Page 22: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page22 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

c. Issuance of work order as per tender.

“Party may be put on holiday list in the event of any one ormore of thefollowing :

If a PartyA.Has indulged in malpractices such as bribery, corruption, fraud and pilferage.B. Is bankrupt or is being dissolved or has resolved to be wound up or proceedings for winding

up or dissolution has been instituted.C.Has submitted fake, false or forged documents/ certificates.D.Has obtained official company information or copies of documents, in relation to the tender/

contract, by questionable methods/ means.E.Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules,

safety norms or other statutory requirements.F. Has deliberately indulged in construction and erection of defective works or supply of

defective materials.G.Has not cleared IOCL’s previous dues.H.Has committed breach of Contract or has failed to perform a contract or has abandoned the

contract.I. Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase Order/ Work Order

after the same is issued by IOCL within the validity period and as per agreed terms andconditions.

J. After opening of Price Bid, on becoming L1, withdraws/ revises his bid upwards within thevalidity period.

K.Has parted with, leaked or provided confidential/ proprietary information of IOCL given to theparty only for his use (in discharge of his obligations against an order) to any third partywithout prior consent of IOCL.

L. Any other ground for which in the opinion of the Corporation makes it undesirable to deal withthe party.

If a communication is received from the Administrative Ministry of IOCL to ban a partyfrom dealing with IOCL, the party shall be automatically put on Holiday list.”

FRAUDULENT CLAIMS/COMMUNICATIONS

Beware of Fake Communications - IOCL officials never asks for any financialtransaction other than as mentioned in NIT or Tender doc. Any communication likeCall SMS Email etc. can be made by fraudster. Please do not act on suchcommunication.

Contract foreclosure clause

Page 23: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page23 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The Corporation reserves its right to curtail the order and foreclose the same. Contractor/Suppliershall not be entitled to claim any damages from the Corporation on account of increase/decreaseof order quantity OR foreclosing of order/contract.

3. APPLICATION BY TENDERER( Bidder is advised to NECESSARILY submit the Excel File

“BidderDetail112” with worksheet PT112and“TruckDetails”dully filled along with Technical bid )

1 Name of the firm of tenderer: M/s.

2 Registered office address (proof ofaddress to be submitted):

3 Address for correspondence:

4 Contact Details: Phone Mobile Email

5 Type of Tenderer (Please write YES inapplicable category)

ProprietorshipPartnershipCo-operative SocietyLimited CompanyOthers (Pl. specify)

6 Permanent Account No.7 GSTIN8 Registration No./Company

Identification Number9 Name and address of

Proprietor/Partners/DirectorsSr. Name Status Address for Correspondence

10 Name of authorized Signatory11 Category (Please write YES in applied

category)GeneralSCSTMSE-GeneralMSE-SC/STMSE-Women

12 In case of RO Dealer participated in Sr. TT No.

Page 24: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page24 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

EOI & applying as transporter. Pleasespecify TT nos. offered in EOI

13 Nos. of TTs Offered (Details attached) Ready TTs ChassisPurchased

ChassisBooked

14 EMD Submitted (YES/NO)and Amountin Rs.(Rs. 5000/- per ready TT,Rs. 1,00,000/- per chassis purchasedfor General Tenderers & Rs. 5000/-per ready TT/chassispurchased/booking slip for SC/STTenderers)

15 List of Documents Submitted Attached16 We confirm that neither tenderer nor any Tank Truck (TT) offered are blacklisted by any

oil company as on due date of tender (closing).17 We confirm that neither tenderer is convicted nor any Tank Truck(s) offered is/are

involved in crime/litigation as on due date of tender (closing), which would render theperformance of any obligation impossible in case, the contract is awarded to us.

18 Integrity Pact Agreement Annexure (Attachment-9)

Seal & Signature of the Tenderer

Page 25: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page25 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Bidder is advised to NECESSARILY submit the Excel FileBidderDetail112”with worksheet “TruckDetails” dully filled along withTechnical bid

PARTICULARS OF TTs OFFERED IN 12-16 KL CAPACITY CLUSTERREADY TTs OFFERED

Sr.No.

RTORegistration

No.

BharatStage*-III / IV

CarryingCapacity

in KL

Manufacturing Dateas mentioned in RC

PESO License Name ofRegistered

Owner

Chassis No.

Month Year No. Validity

Valid RTO registration certificate and PESO License for ready TTs offered must be submitted withclear detail of Registration number, Manufacturing Date , Owner name, Chassis no, PESO license

no. with validity etc.TTs OFFERED WITH PURCHASE INVOICE OF CHASSIS

Sr.No.

CarryingCapacity in

KL

BharatStage-III / IV

Purchase InvoiceNo.

Date Name of Owner Chassis No.

Legible copies of Invoice must be submitted with clear detail of Invoice Number, Invoice Date ,Owner name and Chassis number. Quotation copies will not be entertained

TTs OFFERED WITH BOOKING SLIP OF CHASSIS (IN CASE OF SC/ST)Sr.No.

CarryingCapacity in

KL

BharatStage-

III / IV*

Booking Slip No. Date Name of Owner Make/Model Booking Amountin Rs.

Page 26: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page26 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Legible copies of Booking Slip must be submitted with clear detail of Booking Slip Number, Date ,Owner name and Make and Model and Booking Amount . Quotation copies will not be entertained.

PARTICULARS OF TTs OFFERED IN 18-40 KL CAPACITY CLUSTERREADY TTs OFFERED

Sr.No.

RTORegistration

No.

BharatStage-

III / IV*

CarryingCapacity

in KL

Manufacturing Dateas mentioned in RC

PESO License Name ofRegistered

Owner

Chassis No.

Month Year No. Validity

Valid RTO registration certificate and PESO License for ready TTs offered must be submitted withclear detail of Registration number, Manufacturing Date , Owner name, Chassis no, PESO license

no. with validity etc.TTs OFFERED WITH PURCHASE INVOICE OF CHASSIS

Sr.No.

CarryingCapacity in

KL

BharatStage-

III / IV*

Purchase InvoiceNo.

Date Name of Owner Chassis No.

Legible copies of Invoice must be submitted with clear detail of Invoice Number, Invoice Date ,Owner name and Chassis number. Quotation copies will not be entertained.

TTs OFFERED WITH BOOKING SLIP OF CHASSIS (IN CASE OF SC/ST)Sr.No.

CarryingCapacity in

KL

BharatStage-

III / IV*

Booking Slip No. Date Name of Owner Make/Model Booking Amountin Rs.

Page 27: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page27 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Legible copies of Booking Slip must be submitted with clear detail of Booking Slip Number, Date ,Owner name and Make and Model and Booking Amount . Quotation copies will not be entertained

LIST OF DOCUMENTS REQUIRED FOR TECHNICAL EVALUATION

Tenderers to ensure to upload following documents on e-tender portal as partof technical bid :-

Sr. Description of Document Requirement Submitted/NotSubmitted

Please put √ for YES and X for NO in the box1 Application by Tenderer Duly Filled In

2 Particulars of TTs offered Duly Filled In

3 Valid RTO Registration Certificate and PESOLicense, for each of ready TTs offered.

Self attested copies

4 Purchase Invoice for each of the Chassisoffered

Self attested copies

5 Booking Slip for each of the Chassis bookedand offered by SC/ST Tenderer

Self attested copies

6 Caste certificate (SC/ST Tenderers) issuedby Competent Authority as per format(Attachment-1).

Self attested copy

7 Confirmation of applicability of MSMED Act-2006 and copy of MSE certificate (ifapplicable) (Attachment-2)

Duly filled in and selfattested copy

8 Undertaking that the firm is notBlack/Holiday listed (Attachment-3).

On non judicial stamppaper of appropriate value(scanned copy)

9 General Irrevocable Power of Attorney(Attachment-4).

On non judicial stamppaper of appropriate valueand notorized(scannedcopy)

10 Registration Certificate from Registrar ofFirms to establish the registeredpartnership firm enclosing all Annexureswherein names of all the partners of thesaid partnership firm are mentioned orCertificate of Incorporation in case ofcompany.

Self attested copy

11 Undertaking by the tenderer on No MultipleBidding (Attachment-5).

On non judicial stamppaper of appropriate value(scanned copy)

12 Undertaking by the tendereron tender On Letter Head (scanned

Page 28: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page28 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

documents. Confirmation to all the termsand conditions of the tender including allcorrigendum/addendum, if any andminutes of the pre-bid meeting(Attachment-6)

copy)

13 Undertaking by tenderer that the contentof the bidding document has not beenaltered or modified. Any change in biddocument or conditional bid is liable to besummarily rejected.(Attachment-7)

On Letter Head (scannedcopy)

14 Details of relationship with Directors ofIOCL – Part A,B& C and Declaration ‘I’, ‘II’and ‘III’ (Attachment-8).

Duly Filled In

15 Integrity Pact Agreementwith coveringletter (Attachment-9)

As mentioned in TenderDoc (scanned copy)

16 Undertaking by tenderer on ABS, VTS,Locking system, Overspill Sensor&ReverseAuction (Attachment-10)

On non judicial stamppaper of appropriate value(scanned copy)

17 PAN Card Self attested copy

18 GST Registration Certificate, if registered Self attested copy

19 Performa For Declaration On NCLT/ NCLAT/DRT/ DRAT/ Court Receivership /Liquidation) (Attachment-20)

Duly Filled In

20 Declaration for bidder to participate in NICand MSTC portal(Attachment-21)

Duly Filled In

Page 29: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page29 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

4. TENDER TERMS & CONDITIONSA. GENERAL TERMS:

1. The term “IOC”, “IOCL”, IOC (M), “The Corporation” and “Indian Oil Corporation Ltd.(M.D.)” in the appropriate context means Indian Oil Corporation Limited, a Companyregistered under the Companies Act, 1956 and having its registered office at G-9, Ali YavarJung Marg, Bandra (E), Mumbai- 400 051 and its successors and assigns.

2. Relatives (as per annexure-8) of officer/s responsible for award and execution of thiscontract in IOCL are not permitted to quote against this tender. The tenderer shall beobliged to report the name/s of person/s who are relatives of any officers of IOCL & any oftheir subsidiary companies or any officer in the State or Central Government, and who areworking with the tenderer in their employment or are subsequently employed by them.Any violation of this condition even if detected subsequent to the award of contract, wouldamount to breach of contract on tenderer’s part entitling IOCL to all rights and remediesavailable thereof including termination of contract.

3. Rates finalized through Reverse Auction and further negotiations if any would be valid andbinding on the tenderer for 300 days from the date of closing of tender unless extended bymutual consent in writing. During the validity period, tenderer shall not be allowed eitherto withdraw or revise his offer. Breach of this provision shall entail forfeiture of the EarnestMoney Deposit. Once the tender is accepted and work awarded, the rates shall be valid forthe entire contractual period.

4. IOCL reserve the right, at their sole discretion, and without assigning any reasonwhatsoever, to:

a) Negotiate with any or all tenderers,b) Divide the work among Contractor(s),c) Reject any or all tenders either in full or in part,d) Assign the offered and accepted Tank Trucks to any of the contracts, ande) Engage additional Contractors/ Tank Trucks at any time without giving any notice

whatsoever to the Contractor/s already appointed against this Tender.f) Induct TTs of new RO (commissioned after finalisation of EOI) for their own supply or bulk

consumers at L-1 rates finalized in the tender.g) Induct bulk consumer’s TT who did not quote during EOI provided they give undertaking

to uplift product from IOCL for minimum one year with specific approval of State Head.h) Induct owned/leased TTs of present/future channel partners like TFM (Total Fuel

Management) contractor at any point of time during contract period.i) Induct TTs of new bulk consumer filling station at any point of time during contract period.

Page 30: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page30 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

5. Tenderers will not be allowed to offer such Tank Trucks (TTs) in this tender, which arealready under contract with HPCL/BPCL. In case tenderer wishes to offer such (TTs), the bidssubmitted should accompany with a written “No Objection Certificate” (NOC) issued by theconcerned Oil Company.

Tenderers whose trucks are in contract at some other IOCL locations will not be allowed tooffer such Tank Trucks (TTs) in this tender. In case tenderer wishes to offer such (TTs), thebids submitted should accompany with a written “No Objection Certificate” (NOC) issued byrespective IOCL Location/ State Office. However, the same is not required if the TTs are beingoffered for the same location in which they are already running under contract.

In case an existing location is being re-sited to a new location with top/bottom loadingfacility, the Contractor of existing location can offer their TT in the tender for new locationbesides new tenderers. Under such circumstances, no “NOC” is required for TTs undercontract at the existing location.

6. Tenderers should not offer in the tender, any Tank trucks that are blacklisted by any of theOil companies i.e., HPCL/BPCL/IOCL. In case so found, the Tenderer’s tender will beevaluated excluding such TTs.

7. The tenderer should study all the operations/ local conditions at the loading/ unloadingpoint/s and route/s. Tenderers would be presumed to have acquainted themselves with theworking conditions existing at the location, before submission of the tender. Claims &objections due to ignorance of existing conditions or inadequacy of information will not beconsidered after submission of the bid and during implementation.

8. The tank trucks offered or purchase invoice or booking slip should be in the name of tendereri.e. in the name of Firm or Partner or Company or Proprietor. In case of partnership firmparticipating in this tender, the formation of such partnership firm shall not be later thanclosing date of the tender. The partnership firm should be registered. Un-registeredpartnership firms will not be considered. The partnership firm should have a valid PAN card inthe name of the partnership firm as on the date of the closing of the Tender.

9. Tenderers are required to submit copy of Registration Certificate from Registrar of Firms toestablish the registered partnership firm enclosing all annexures wherein names of all thepartners of the said partnership firm are mentioned or Certificate of Incorporation (asapplicable).In case partnership firm registration certificate is not uploaded with the bid, thetenderers shall be given one opportunity to submit the same during technical evaluation. Ifthe tenderer fails to submit the same within stipulated time, the tender of the tenderer shallnot be considered for further evaluation. However it may be noted that date of partnershipfirm registration in the certificate shall not be later than closing date of the Tender.

10. IOCL reserve the right to reject the tender of any or all the tenderers without assigning anyreason whatsoever at its absolute discretion. IOCL reserves the rights to withdraw/ cancel/modify this tender without assigning any reason whatsoever.

11. IOCL reserve the right to accept all or some of the Tank Trucks offered by the successfultenderers, without assigning any reason whatsoever. The decision of the IOCL shall be finaland binding.

Page 31: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page31 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

12. IOCL shall have the right to assign the Tank Trucks offered in any one tender to any contractin any other State Office/ Region/Location, on any route, temporarily or permanently, and thedecision of IOCL shall be final and binding on the successful tenderers/ Contractors.

13. No unsolicited correspondence/ queries shall be entertained while the award of the transportcontract is under review/ consideration. IOCL regret their inability to answer individualqueries.

14. List of Documents required to be submitted for technical bids should be uploaded as per therequirement as applicable. Documents should be uploaded in prescribed formats only as perthe attachments. Also, documents need to be self attested or notorized as prescribed.

15. If additional sheets are required, photocopies may be signed, scanned & uploadedaccordingly.

16. All entries are to be made in ink whose scanned copies are to be uploaded. No over-writing/whitening/ erasing out is permitted. All corrections are to be made by scoring out incorrectentries, and such corrections are to be signed by the legally authorized representative of thetenderer, with the official seal. Tenders deficient in this respect are liable to be rejected.

17. The tenderers shall fill the details of ownership of TTs, Manufacturing date of TT, RTORegistration, PESO License, purchase invoice, booking slip etc. as applicable in the particularsof TTs offered. There will be no verification of these documents at the time of tenderevaluation and tenderers will be selected on the basis of information submitted by them. RTOregistration and PESO licence of ready TTs offered in the tender will be verified fromwww.peso.gov.in and that of TT registration from state specific site (where ever applicable)on internet before issuance of LOA. All necessary credentials shall be verified further by therespective locations for which LOA have been issued before being recommended for issuanceof work order by State Office.

18. Please note that at any stage if it is found that the information/ document submitted in thetender is false/forged, suitable action as deemed fit including rejection of tender andforfeiture of EMD shall be taken. Hence, tenderers are advised to submit true/correctinformation/ document in the tender.

19. If the contract is awarded and case of false/forgedinformation/document is detectedsubsequent to award of contract, the contract shall be liable to be terminated, all TTsblacklisted on industry basis and IOCL shall be entitled to recover such damages/ losses/claims/ etc as the IOCL may undergo. In such cases, the Security Deposit (SD) shall also beforfeited.

20. In case the RO dealer cum Contractor not participating in EOI but participating intransportation Tender, the supplies to their retail outlet shall be made at the discretion ofIOCL. Such Dealers cum Contractor shall be evaluated as other tenderers and EMD & SD willbe as applicable to other Tenderers.

Page 32: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page32 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

21. Tank trucks quoted in this tender should have valid documents such as PESO license, RTORegistration certificatesetc. at the time of submission of bids. Temporary PESO permissionwill not be considered in LOT-1&LOT-2 during the evaluation of the tender.

22. The Court of Jurisdiction till the placement of LOA is High Court of Mumbai and thereafter theHigh Court of Ahmedabad during the contract period.

If any dispute or difference of any kind whatsoever shall arise between the Parties inconnection with or arising out of this Agreement, such dispute or difference shall be resolvedthrough arbitration as per the procedure mentioned herein below:

a. The dispute or difference shall be referred to a sole arbitrator.

b. The arbitration shall be through …………………………“Name of Institutional ArbitrationForum”

c. The Rules of the above-mentioned Institutional Arbitration Forum shall be applicable tothe arbitral proceedings.

d. The Indian Arbitration and Conciliation Act 1996 and Arbitration and Conciliation(Amendment) Act 2015 or any statutory modification or re- enactment thereof and therules made there under for the time being in force shall apply to the arbitrationproceedings under this clause.

e. The seat of arbitration shall be …………….

f. The proceedings shall be conducted in English language.

g. The cost of the proceedings shall be equally borne by the parties, unless otherwisedirected by the sole arbitrator.

h. The following shall not be referred to arbitration:

i. Disputes having financial claims less than Rs. 5 lakhs.

23. Notwithstanding anything contained herein above (except ‘h’), upon arising of dispute theparties may agree to refer the same to arbitration of mutually acceptable sole arbitratorincluding employee of Indian Oil Corporation Ltd

24. All LOA holders will be informed by a separate communication to produce the TTs at thelocation on the specified date and time along with the original documents for verificationbefore the issuance of Work Order. Tenderer must ensure compliance to all tender conditionslike Safety Fittings, Locking System, Colour Coding, ABS, VTS, Overfill Protection System,Valid Calibration Certificate, TT fitness certificate etc. Location shall recommend for issuanceof Work Order by State Office to such tenderers only after physical verification of TTs and onproduction of all documents.

Page 33: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page33 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

B. EARNEST MONEY DEPOSIT (EMD):

1. Tenderer’s not paying requisite EMD will be disqualified. In case of EMD paid is found to benot in line with category/no. of TTs offered, then accordingly, TTs shallbe considered forevaluation. Decision of IOCL shall be final and binding on the tenderer.

2. MSE tenderers having valid registration certificate as MSE are exempted from payment ofEMD subject to submission of MSE certificate in the tender.

3. Cheques or request for adjustment against any previously deposited EMD/ pending dues/bills/ security deposits for other contracts etc. shall not be accepted as EMD. Any tenderwith such stipulation shall be treated as without EMD and shall be rejected.

4. The EMD for General tenderers offering ready TTs (with RTO Registration & PESO licence) isRs. 5000/- per TT. The EMD for General tenderers offering Chassis with proof of PurchaseInvoice is Rs. 100,000/- per TT. The EMD for SC/ST tenderers for all categories of ready TTor Purchase Invoice of Chassis or Booking slip of Chassis is Rs.5000/- per TT. No Interest ispayable on EMD.

5. EMD submitted by a tenderer shall remain with IOCL till validity of the tender as extendedfrom time to time. EMD would be refunded only after finalization of tender. In case,however, the tenderer commits a breach of the tender terms which defeating the purpose ofEMD, IOCL shall have right to forfeit the EMD.

6. EMD Payment:EMD payment through Demand Draft (DD), Bankers Cheque (BC) and Swift Transfer (ST)shall not be accepted. Various modes of EMD payment available post implementation of100% Online EMD are given below and the tenderers may follow the following process:

Sr. Instrument /Category

Process

1 Net Banking Tenderer shall choose “Net Banking” option and submit whichwill redirect tenderer to payment gateway where he shall choosehis bank and proceed to pay the EMD payment. After successfulpayment, system will bring him back to e-Tendering portal forfurther submission of offer.

2 NEFT/ RTGS Tenderers shall choose “NEFT/RTGS” option and submit. Onnext page he shall get the option to download NEFT/ RTGSchallan (ICICI NEFT/ RTGS form) having unique bank accountnumber for that particular EMD. Tenderer shall pay NEFT/ RTGSas per details in generated challan either using online banking orby visiting his bank branch

3 BG – BankGuarantee

Not Applicable in Transportation Tender

4 ExemptedCategory

Tenderer shall select YES against EMD exemption and shallselect exemption type as “Percentage”. Tenderer shall enter 100

Page 34: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page34 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(General) in Percentage/Amount field.Subsequently tenderer shall upload the scanned copy ofsupporting EMD exemption document in the space provided foruploading EMD exemption document.

5 PartialExemptedCategory (e.g.TransportationTender)

Tenderer shall select YES against EMD exemption and shallselect exemption type as “Fixed”. Tenderer shall calculate theexemption amount (i.e. Total EMD amount – EMD amountpayable by the tenderer) and enter the same inPercentage/Amount field.Subsequently tenderer shall upload the scanned copy of thedocument specifying the reason for claiming. (E.g. In case oftransportation tender, tenderer shall mention the nos. ofvehicle(s) is going to offer and EMD payable by him for thatTender within the document itself.)

Please refer “Special Instructions to the Tenderer (SITB)”and “FAQs - Online EMD Facility inIOCL e-Tendering” documents uploaded in e-Tendering portal for detailed process andprecautions to be taken.

7. EMD Refund :

a) Before Bid Opening:In case if tenderer’s money has been debited more than once, except one successfulEMD transaction, all others subsequent EMDs shall be initiated for refund by the bankon next working day. Any other failed transactions shall be initiated for refund by bankon next working day.

b) Bid Opening stage:On completion of bid opening stage and uploading Bid Opening Summary document,refund of EMD of following tenderers shall be initiated:

Tenderer(s) who have paid online EMD but not submitted their offer / frozen the bid. Tenderer(s) who have paid online EMD and frozen the bid but later withdrawn the

bid from system.

c) Techno-Commercial Evaluation:On completion of Techno-Commercial evaluation stage and uploading EvaluationSummary document, refund of EMD of following tenderers shall be initiated:

Tenderers rejected at this stage in the system

d) Financial Evaluation:On completion of Financial evaluation ( Reverse Auction) and uploading EvaluationSummary document, refund of EMD of following tenderers shall be initiated:

Tenderers rejected at this stage in the system

e) Award of Contract (AOC): On completion of AOC stage and uploading AOC document,refund of EMD of following tenderers shall be initiated:

All the remaining tenderers who have not been selected for AOC.

Page 35: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page35 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

8. EMD of successful Tenderers: EMD shall be transferred to the respective tenderer. Noconversion of EMD to SD/ISD is permitted.

C. NEGOTIATIONS:

1. The Corporation (IOCL) reserves the right to:

a) Negotiate with L1 Tenderers (lowest quote): If the rates quoted by L-1 tenderer(s)are at the lowest of the rate band, there will not be any negotiations with suchtenderer(s).

b) However, if the quoted rates of L1 tenderer(s) (lowest quoted) is more than thelowest of the rate band, then Corporation shall have discretion to negotiate withsuch L1 tenderer(s) to establish the lowest rate.

c) After establishing the lowest rate, if requirement of Trucks is not met fromestablished L1 tenderers, Corporation will offer the established L1 rate to othertenderers in order of their ranking, i.e. L-2,L-3……..etc. for their acceptance. Theabove process shall continue till requirement of the trucks is fully met against thistender.

d) If any tenderer does not respond to the above exercise of negotiation/ratematching within the date and time given in order of their ranking, such tenderermay lose their chance and opportunity shall be extended to the next tenderer asper the ranking.

e) No tenderer shall be allowed to counter offer rates lower than the negotiated L1rate in any category. Any such offer shall be rejected.

f) In case the requirement is not met with tenderers accepting L-1 rate, IOCL reservesthe right to either further negotiate with L2,L3………Ln tenderers OR Cancel thetender and go for fresh NIT OR invite public EOI at established L-1 rates to fulfillthe required nos. of TTs.

2. Tenderers may be required to visit IOCL office or any other office of IOCL for negotiations/verification of documents, entirely at the cost of tenderers.

3. Tenderer or the authorized representative of tenderer may personally attend suchnegotiations, as commitments made and/or clarifications given during the negotiationsshall be binding on the tenderer/s. He/She should carry the necessary authorization toattend such negotiations and to hand over an authenticated copy of the same to theIOCL’s representative/s participating in negotiations.

4. Originals of the documents submitted as copies along with the tender documents, as wellas documentation to substantiate statements made in the tender document are to beproduced for verification by the IOCL at any time at the discretion of IOCL during technicalevaluation.

D. SECURITY DEPOSIT (SD):

1. Successful tenderers shall be required to furnish SD within 15 days of issuance of LOA atthe following rates:

Page 36: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page36 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(a) The security deposit shall be Rs.8,00,000/- per contract for general tenderersincluding MSE General Tenderers.Minimum of Rs. 80,000/- shall be paid in the formof Demand Draft drawn on any Scheduled Bank in favour of “Indian Oil CorporationLtd. (M.D.)” and balance amount may be deposited in the form of Bank Guaranteestrictly in specified performa as attached, valid for six months beyond the maximumpossible tenure of the contract.

(b) For SC/ ST tenderers including MSE SC/ST tenderers and also for RODealers/Consumers for own supply, the SD shall be Rs. 50,000/- per contractirrespective of the number of Tank Trucks offered. The SD shall be in the form ofDemand Draft drawn on any Scheduled Bank in favour of “Indian Oil Corporation Ltd.(M.D.)”

2. Adjustment of EMD towards SD is NOT permitted. Cash receipts for SD paid by DD shall beissued by the IOCL. No Interest is payable on SD.

3. Any loss/claim and/or damage arising out of the performance of the contract would beadjustable against the SD. Any loss/ claims/damages higher than SD shall be recoveredfrom payments due to the Contractor under this contract or deposits made by or paymentsdue to the Contractor under any other contract with IOCL. Security Deposit will beforfeited in case of transport contract termination/blacklisting.

4. Security deposit would be refunded after expiry of six months of completion of thecontract. Separate SDs are to be submitted for each contract with IOC.

E. CONTRACT PERIOD:

1. Successful tenderer subject to compliance of all or any other requirement shall beentrusted with transportation work only after signing of Bulk Petroleum Products RoadTransport Agreement (format attached) and payment of Security Deposit.

2. Unless otherwise specified or agreed to, the contract is awarded for 3 (three) years withoption for extension up to 2 (two) more years at the sole discretion of the IOCL at thesame rates, terms and conditions.

3. Each of the Tank Truck would be attached to a particular loading location / storage point ofthe Company as per LOA / Work Order issued by IOCL. The Tank Truck shall be requiredto carry bulk petroleum products from the particular loading location to Company's RetailOutlets / Consumers / other storage points as would be instructed by the Company fromtime to time.

4. In case of exigency, Company would be entitled to utilise any Tank Truck attached to aparticular loading location for bringing the petroleum products (bridging) from anotherloading location to the base loading location, where the Tank Truck is contracted. In suchevent, the rate as detailed in LOA / Work Order issued to the Contractor at the baseloading location shall be applicable.

5. In case of exigency, where ever required Company may ask the existing Contractors tooffer their TTs through Gate Notice for ATF Transportation after Sand Blasting/Epi-

Page 37: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page37 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

coating/upgrading as per QC norms at the same rates, terms and condition finalizedthrough this tender.

6. IOCL shall have the right to assign the TTs under contract in any location to any contractin any other State Office / Region / location, on any route, temporarily or permanently, andthe decision of IOCL shall be final and binding on the tenderers / Contractors. In such caseif the TT is assigned to any other contract in any other location, the applicabletransportation rate will be the existing rate applicable to the Contractor at his base locationor the L1 rate of the new location, whichever is higher.

7. Closure of a location without resitement- In the event of closure of a location withoutany resitement, Company reserves the right to terminate the Contract by giving sixmonth’s advance notice without being liable to give any reason or pay any compensationwhatsoever to the Contractor due to closure.

8. Resitement of an old top loading location to a new top loading location - In casea location is closed and resited to a new location (where closed location and resitedlocation are both top-loading locations), Company will have right to direct Contractors toshift to the new location without any compensation and at the same rates, terms andconditions.

Those Contractors who wish to withdraw from the pool or not offer TTs at the same terms& conditions will be allowed to do so. In such an event where Company will requireadditional TTs (gap created from NIT Nos. vs. TTs not offered during re-sitement) optionwill be given to existing willing Contractors to bridge the gap through a gate notice and ifrequirement is not met from existing Contractors, then, Company reserves the right to gofor NIT or Public EOI.

9. Resitement of an old top loading location to a new bottom loading location - In the eventof re-sitement of a location, which was having top TT loading facility to a new locationhaving bottom TT loading facility, Company reserves the right to direct the existingContractor to convert their vehicle into bottom loading TT and utilize the TT with anincremental transportation rate of Rs.0.20 per KL per KM in BFDZ rates as compared toprevailing transportation rate of old location with top loading TTs.FDZ rates will be newBFDZ rates (for up to 500 RTKM) X Break Even KMs.

In the event sufficient TTs are not available, due to conversion, Company reserves theright to go for NIT or Public EOI for the balance number of tank trucks.

10. Converting one top loading location into a bottom loading location - In the eventof conversion of a location from top loading to bottom loading with all Bottom Loadingfittings as prescribed by IOCL, Company reserves the right to direct the existing Contractorto convert their top loading TTs into bottom loading TTswith an incremental transportationrate of Rs.0.20 per KL per KM in BFDZ rates as compared to prevailing transportation rateof old location with top loading TTs. FDZ rates will be new BFDZ rates (for up to 500RTKM) X Break Even KMs.

In the event sufficient TTs are not available, due to conversion, Company reserves theright to go for NIT or Public EOI for the balance number of tank trucks.

Page 38: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page38 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

F. EXECUTION OF AGREEMENT AND ISSUANCE OF WORK ORDER:

1. The term “Carrier”, “Contractor”, “Transporter” in the appropriate context means thesuccessful tenderer who has been awarded road transportation contract as per execution ofbulk petroleum products road transport agreement.

2. Bulk Petroleum Products Road Transport Agreement (as per attachment) is enclosed alongwith tender documents. All terms & conditions stipulated in the Notice Inviting Tender,Guidelines for Tenderers, Terms & Conditions, Special Terms & Conditions, Declarations,Agreement and other documents furnished with the Tender and related correspondenceshall form part of the contract.

2. When the person signing the tender is not the authorized signatory, necessary power ofAttorney authorizing the signatory to act on behalf of the proprietor/ firm should beproduced before signing the agreement, and an authenticated copy of the power ofAttorney should be submitted for the record of IOCL.

3. Successful tender/s shall be required, before undertaking the contract, to execute theAgreement and furnish required Security Deposit within 15 days of the date of issue of theLOA.

4. The successful tenderers offering ready built TTs upon placement of LOA shall produce theTT for physical inspection with all licences within 30 days from the date of LOA. Thesuccessful tenderers offering TTs based on purchase invoice of chassis upon placement ofLOA shall produce the TT for physical inspection with all licences within 3 months from thedate of LOA.

5. SC/ST tenderers participating with booking slips are required to produce Purchase Invoiceof TT within one month of date of LOA and shall produce the TT for physical inspectionwith all licences within 3 months from the date of LOA.

6. Successful Tenderers upon placement of work order shall produce the TT for loading at thelocation within 15 days from the date of issue of Work Order.

7. Due to local constraints for physical checking of TTs all at a time, WO can be issued forsuch TTs which are physically checked by location and complying to the requirements. Theutilisation of TTs for loading can be done by the location for the TTs which are physicallychecked and WO issued by State Office. Transportation payment will be released only afterissuance of Work Order for all the TTs mentioned in the LOA.

Page 39: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page39 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

8. In case the tenderer fails to produce all TTs for physical verification & does not place allthe ready builtTT for loading within 45 days from the date of LOAand TTs offered underPurchaseInvoice/Booking slip within 3 months from the date of LOA, the WO issued for theTTs of the tenderer in multiple spells shall be cancelled. No payment shall be made for thework undertaken during the period and the Security Deposit shall also be forfeited.

9. In case the Tenderer does not submit SD and execute agreement within 15 days from thedate of LOA, the TTs offered by the Tenderer in the Tender shall be placed on Holidaylisting apart from forfeiture of EMD.

10. In case Tenderer does not place the TT for loading within 15 days from the date of WO or45 days from the date of LOA (for ready built TTs) and and within 3 months from the dateof LOA for TTs offered under PurchaseInvoice/Booking slip, the TTs offered by thetenderer in the Tender shall be placed on Holiday Listing apart from forfeiture of EMD/SD.

11. In case successful tenderer fails to position entire fleet for loading as per LOA, the wholecontract will be terminated and the tenderer will be placed on Holiday listing apart fromforfeiture of SD/EMD.

G. RESERVATION – SC/ST:

(a) The provision of reservation shall be 15% (fifteen percent) & 7½ % (seven and ahalf percent) for Schedule Caste (SC) and Scheduled Tribes (ST) respectively on allIndia basis.

(b) Unless otherwise provided, the SC/ST members should fulfill all tender conditions,and shall not be eligible for any price preference or relaxation of standards.

(c) If adequate numbers of Tank Trucks offered by SC/ ST tenderers are not available inany particular year, the unfilled quota may be allotted to the unreserved categoriesin that year. However the unfilled quota may be carried forward to the next Tenderalso and offered to SC/ST candidates. If the quota of the previous tender is not filledeven in the next tender, the unfilled quota of the previous tender may be de-reserved and allotted to general categories. (Likewise, unfulfilled quota of previoustender also will be carried forward to the current tender).

(d) The SC/ ST tenderer/s desirous of operating under partnership firm, or Private Ltd.Co., or Public Ltd. Co. or a Cooperative Society, or any other, should have all thepartners or members of private / Public / Cooperative firms belonging to the samecategory without exception, i.e., either SC or ST as the case may be. The partnershipfirm should be registered and copy of Registration certificate from the Registrar offirms to be enclosed. Offer from unregistered partnership firm is liable to be rejected.

(e) Caste certificate for each individual member of a Partnership/ Public/ Private/Cooperative Firm should be enclosed as proof along with the technical bid.

(f) In the event of any of the members failing to submit the caste certificate as proof ofbelonging to SC/ST category, the tender shall be treated as a general categorytender.

(h) If any of the Tank Trucks offered do not belong to a member of the categoryconcerned, i.e. SC or ST, as the case may be the tender shall be treated as undergeneral category.

H. RESERVATION – MSE Tenderers:

Page 40: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page40 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Confirmation on applicability of “micro, small and medium enterprises development act,2006 (MSMED Act 2006)” shall be given by the tenderer in the attached format in thetender. (in case of MSE Tenderers)

Selection of vendor [1 No; i.e. L-1 (for 100% Qty.)] will be based on “lowest financialoutgo of the Corporation over the period of contract”; and also as described below; under(B-1), (B-2) and (C).

(B-1) In line with “Public Procurement policy for Micro and Small Enterprises (MSEs) order 2012and Amendment order 2018”, 25% of the total quantity shall be earmarked forprocurement from MSEs, and out of the above 25 percent, a sub-target of 16 per cent (i.e.16 percent out of 25 percent, which is 4%) is earmarked for Micro and Small Enterprisesowned by the Scheduled Caste or the Scheduled Tribe entrepreneurs and a sub-target of3% is earmarked for Micro and Small Enterprises owned by women. Provided that, in theevent of failure of such Micro and Small Enterprises to participate in tender process ormeet tender requirements and L-1 price, 4% sub-target for procurement earmarked forMicro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneursand 3 % sub-target for procurement earmarked for Micro and Small Enterprises owned bywomen shall be met from other Micro and Small Enterprises.

(B-2) The above provision will be subject to MSEs quoting price within price band (L-1+15%);i.e. L-1 plus 15% and bringing down their price to L-1 in a situation where the L-1 price isfrom someone other than an MSEs. In case of more than one such MSEs, the supply shallbe shared proportionately from the MSEs party. In case the L-1 tenderer is MSE party,then the ranking as detailed in tender shall prevail and NOT proportionately sharedamong tenderers within L1+15%.

Necessary certificate issued by Authorized body under the Ministry of Micro, Small &Medium Enterprises shall be valid as on the date of closing of the tender. All the technicalspecifications/techno commercial terms and conditions and the pre qualification criteriaare also to be fulfilled by the MSEs. Tenderer submitting the tender under MSE categoryshall produce a certificate from the competent authority to show that the tenderer isregistered as MSE rendering transport services. The tenderer submitting the tender underMSE shall satisfy that they have valid certificate from the competent authority beforeclaiming the benefit under MSME act.

In the event of failure of such Micro and Small Enterprises to participate in tenderprocess or meet tender requirements and match L-1 price, the unfulfilled quota underMSE will be met from General Category and no carry forward will be done for any othertenders.

(C) In case of situation (B-1) and (B-2) above, bifurcating of 25% quantity; will be allocatedout of 100% of the tendered qty. In such a situation, IOCL shall place two separate POs(one P. O. each on L-1, ‘Non-MSE-Vendor’ for 75% of the tendered quantity and anotherP. O. on ‘MSE-Vendor’ falling in the Price Band of (L-1+15%); i.e. L-1 plus 15 % and alsosubject to bringing down their price to L-1; for the remaining 25% of the tenderedquantity.)

Page 41: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page41 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

In case of more than one ‘MSE-Vendor’ falling in the Price Band of (L-1+15%); i.e. L-1plus 15 % and also subject to bringing down their price to L-1; the supply shall be sharedproportionately from the earmarked quantity, as described in (B-2) above. In such asituation, additional P.Os shall be placed by IOCL.

Further, it is also to be noted that in case of MSEs owned by Scheduled Caste or theScheduled Tribe Entrepreneurs, IOCL shall place an additional P.O. on ‘MSE-SC-ST’ andalso in case of MSEs owned by women Entrepreneurs, IOCL shall place an additional P.O.on ‘MSE-WOMEN’. However, qualifying terms and conditions for placement of P.O. andthe quantity allocation shall be as described in (B-1) and (B-2) above.

It is to be noted that choice of delivery locations will not be given to MSE party allocated25 % of the tendered quantity vide purchase preference clause.

I. STATUTORY COMPLIANCES

1. The Contractorshall have to provide specified number of Tank Trucks for operation withinthe state where the loading/ unloading locations are situated and within the same stateand sections where axle load restrictions are imposed, they shall supply TTs meeting axleload restrictions.

2. The Tank Trucks offered should comply at all times with valid permits, rules andregulations of Statutory/ Government authorities.

3. Explanation for one factor:As per the petroleum rules 2002, clause 64, the net carrying capacity of a tank shall be97% of its gross carrying capacity in case of Petroleum Class ‘A’ and Petroleum Class ‘B’and 98% in case of Petroleum Class ‘C’. The maximum safe carrying capacity (in weight)of petroleum that can be carried in a tank vehicle shall not exceed the difference betweenthe unladen weight of the vehicle and the maximum gross weight permitted for the Classof vehicle under the appropriate transport regulations.

4. Wherever the word T/T or Tank Truck or TTs has been mentioned, the same applies toPetroleum Product Tank Trucks. Tank Trucks (TT) fabrication and all fittings provided inthe TT must be in line with OISD-RP-167standards, as amended from time to time.

5. The Tank Trucks offered should be only Diesel Engine driven TTs and should be compliantto Motor Vehicle act regulations and Gazette Notification no SO 728(E) dated 18.10.1996and/or any modification thereof.

6. All the TTs have to have calibration certificate certified by the Department of LegalMetrology. Tenderers shall be required to calibrate the TT at IOCL premises or at the placedirected by IOCL. Cost of calibration shall be borne by the tenderer.

7. For carrying out Hot work in TT, engaged in transportation of POL products, certainprecautions need to be taken. Tenderer should ensure all the safety precautions, asdirected by company from time to time, are taken before and/or during hot work in TTs.

Page 42: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page42 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

8. Successful Tenderer shall be responsible for all taxes, transit, levies and other costs ofrunning the Tank Trucks / transportation business.

9. Tank Trucks covered by this Agreement shall operate at the sole risk of the Contractor. Inno case, Company would be held responsible for any loss or damage done to / by the TankTruck while on the Company's work or parked in their premises or anywhere else.

10. The Contractor shall comply with all statutory provisions relating to his trade / business /profession including his own employees or employees engaged by the Contractor and IOCLshall not be responsible for his omission or commission.

J. AGE/MODEL OF THE TANK TRUCK OFFERED

1. Age/Model of Tank Truck (as reckoned from the date of manufacture in RTO Registration)offered should be necessarily BS-III or higher model (manufactured on or after April’2010). Incase local laws of the particular location/State prescribes age/model limit for TTs (which ismore stringent like BSIV/BSVI/8yrs/10yrs etc), the same shall prevail and the age/model ofTT shall be valid on the date of closing of the tender.

2. In case only year of manufacturing is mentioned in the RTO Registration, the age should bereckoned from 1st January of the year of manufacturing. In case both month and year ofmanufacturing is mentioned in the RTO Registration, the age should be reckoned from 1st dayof the month of manufacturing. During contract period, Tank Trucks attaining 15 years of ageshall be removed from contract and contractor can replace the said TT with only BSIV orhigher model with higher capacity TT (18-40KL).

K. PROCEDURE TO DEAL IN CASE OF DEMISE OF TENDERER AFTER LOA

In case tenderer is a RO dealer and demise of a tenderer happens afterplacement of LOA:(a) In case of Proprietory FirmTransfer of LOA can be made in favour of legal heirs of the deceased after carrying outnecessary amendments in RC as well as PESO licence and no objection from other legalheirs. WO shall be issued thereafter only after fulfilling LOA conditions. In case the firm isconverted into partnership firm within family, all relevant conditions of the tender w.r.tpartnership firm have to be fulfilled. The above transfer of LOA is subject to continuance ofRO dealership.(b) In case of Partnership FirmTransfer of LOA can be made in favour of new partnership firm after reconstitution of thefirm by inducting the legal heirs of the deceased partner and/or the surviving partner andafter carrying out necessary amendments in RC as well as PESO license. WO shall be issuedthereafter only after fulfilling the LOA conditions. In case the firm is converted toproprietorship and the legal heirs of the deceased partner are not willing to join partnership,all the relevant conditions of the tender in respect of proprietorship have to be fulfilled andNOC from legal heirs in favour of surviving partner should be obtained. The above transferof LOA is subject to continuance of RO dealership.

In case tenderer is a transport contractor and demise of tenderer happens afterplacement of LOA:

(a) In case of Proprietory Firm :

Page 43: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page43 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Transfer of LOA can be made in favour of legal heirs of the deceased after carrying outnecessary amendments in RC as well as PESO license and no objection from other legalheirs. WO shall be issued thereafter only after fulfilling the LOA conditions. In case thefirm is converted to partnership within family, all the relevant conditions of tender inrespect of partnership firm has to be fulfilled.

(b) In case of Partnership Firm :

Transfer of LOA can be made in favour of the partnership firm after reconstitution of thepartnership after induction of the deceased partner and/or the surviving partner and aftercarrying out necessary amendments in RC as well as PESO license. WO shall be issued,thereafter, only after fulfilling the LOA conditions. In case the firm is converted to aproprietorship firm and legal heirs of the deceased partner are not willing to join thepartnership, all the relevant conditions of the tender in respect of proprietorship have to befulfilled and NOC from legal heirs in favour of surviving partner should be obtained.

L. ESCALATION/DE-ESCALATION OF RATES DURING THE CONTRACT :

1. The Company shall pay to the Contractor through electronic payment system in vogue forthe transportation work undertaken from the loading location and at the rates detailed inLOA/Work Order. This rate shall be valid for all roads and weather conditions and arecalculated from loading location.

2. The above rates are subject to escalation / de-escalation as per formula given in SchedulesA, B & C. On escalation of rates as per Schedule C at the end of the third year, furtherescalation on this rate for 4th and 5th year will also be guided by escalation/de-escalation asper Schedule A & B.

3. Escalation/ de-escalation shall be applicable as per increase/ decrease in RSP (Retail SellingPrice) of HSD, which will be the weighted average of RSPs of HSD during immediateprevious fortnight, and the new transportation rates arrived at on the above dates shall beapplicable for a period of subsequent fortnight.

Page 44: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page44 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

SCHEDULE –A

FORMULA FOR WORKING OUT ESCALATION/ DE-ESCALATION IN TRANSPORTATIONRATES ON ACCOUNT OF INCREASE/ DECREASE IN RETAIL SELLING PRICE OF HSD

Increase/ decrease in the transportation rate in Rs. Per KL Per KM:

FORMULA: Increase/ Decrease in 1 litre of HSD Retail Selling Price (RSP) ex-State Capital cities(within municipal limits) of the supply point concerned inclusive of taxes (with followingclarifications)------------------------------------------------------------------------------------------------------------------------

Q x Average KM/Lt

Where Q represents notional capacity of a Tank Truck and it is taken as 12KL or 18 KL or 26 KLfor three capacity clusters of TTs and average KM/Lt, is the distance, which a Tank Truck can runwith 1 litre of HSD (loaded or otherwise) for the purpose of calculations.

NOTE:1. The retail-selling price of HSD as on the date 01/04/2020(Date of preparation of

estimate) will be the base price. The transportation rates shall be finalized based on thisbase price of HSD.

2. In case of commencement of new contract in between a fortnight, (the dates 1-15 and 16-31 shall be considered as first & second fortnights respectively), the escalation & de-escalation shall be applied as per Illustrative example given below. The initial escalation/de-escalation while placement of the work order shall be calculated based on the baseprice of HSD and the weighted average of the RSP of HSD of the fortnight preceding thefortnight in which work order is issued.

3. The escalation/ de-escalation of transportation rates will be allowed every fortnight i.e., on1st of every month and 16th of every month.

4. After placement of work order, further escalation/ de-escalation shall be applicable as perincrease/decrease in RSP (Retail Selling Price) of HSD, which will be the weighted averageof RSPs of HSD during immediate previous fortnight, and the transportation rates thusarrived at on the above dates shall be applicable for a period of subsequent fortnight.

5. Only the increase/ decrease in RSP of HSD at the State Capital cities (Within MunicipalLimits) of the supply point concerned shall be considered and the escalation/ de-escalationfactor shall apply for all the Locations coming under the respective State. In case of anydispute, the decision of the IOCL shall be final and binding.

Illustrative Example:The RSP of HSD as on date of estimate (05/11/16) is Rs. 60.00 (say)Estimated Transportation rate for beyond FDZ is 2.00 per KL/KM (say)The RSP of HSD on the date of WO (25/11/17) is Rs. 62.00 (say)

The weighted average of RSP of HSD for the fortnight 01/11/17 to 15/11/17 is Rs. 61.00 (say)

Page 45: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page45 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

As per tender condition, the weighted average of RSP of previous fortnight to be taken.Then Transportation rate for which WO will be placed =

Rs.2.00 + {(61.00 -60.00)/(Notional Capacity of TT x Average Kms per Ltr)}.

This rate shall be applicable for the period (25/11/17 to 30/11/17). From 01/12/17, the rateapplicable will be based on the escalation / de-escalation calculated considering the weightedaverage RSP of HSD during the period 16/11/7 to 30/11/17.

SCHEDULE - B

INCREASE/ DECREASE IN TRANSPORTATION RATE: IN RS. PER KL.

Increase/decrease in transportation rate in Rs. Per KL shall be increase/ decrease in transportationrate as per SCHEDULE - A in Rs. Per KL Per KM (for up to 500 RTKM) X Break even KMs

(Break Even KMs means: where transportation rates (per KL) and (per KL per KM for up to 500RTKM) become equal.

SCHEDULE - C

FORMULA FOR WORKING OUT ONE TIME ESCALATION AT THE END OF 3RD YEAR OFCONTRACT:

Let the rate at the end of the 3rd year of the contract be R in Rs/KL/KM.Let H be the Retail Selling Price (RSP) of HSD in Rs/Ltr (As in Schedule A) at the end of the 3rd

year of the contract.The capacity of the tank truck is taken to be 12/18/26 KL and the average distance travelledby the tank truck in 1 ltr of HSD as considered by the State Office for each of its location. (Forexplanation of the formula, the same is taken as to be 4 Kms for 12 KL tank truck.)The Fuel component F, is given by:F = H ÷ (12) ÷ (4) = (H/48) in Rs/KL/KM

The Non-Fuel Component N, is given by:N = (R – F)

The increment of 5% is applied to N, which becomes N#, given by:N# = (1.05) x N

The revised rate would be: (N# + F)

Illustration:Let the rate R, at the end of the 3rd year of the contract be Rs. 1.95 per KL per KM.Let the Retail Selling Price RSP of HSD, H, be Rs 45/- per Ltr.The Fuel Component in the above rate R is Rs. 0.9375 per KL per KMThe Non Fuel Component N = 1.95-0.9375 = Rs 1.0125 per KL per KMApplying the increment of 5% on Rs 1.0125 per KL per KM, we have:N# = 1.05 X 1.0125 = Rs 1.0631 per KL per KMThe revised rate at the end of 3rd year would be: 1.0631 + 0.9375 = Rs 2.00 per KL per KM.

Page 46: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page46 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

For arriving at per KL transportation rates, formula as at Schedule B will apply at the end ofthe third year to the per KL per KM rates arrived as illustrated above.

M. SPECIAL TAXATION CONDITIONS :

The following clauses are relevant for tenders for Transportation contract under GSTLaw

ClauseNo.

Description

DEFINITIONS1 Contractual period / Work Completion Period /Contractual Delivery Date /

Contractual Completion Period shall mean the Scheduled Delivery / CompletionPeriod as mentioned in the LOA (Letter of Acceptance) or Purchase Order or WorkOrder 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 atvariance with any provision of the Standard Taxation Condition (STC), then theprovision of the STC shall be deemed to override the provisions of the GCC andshall, to the extent of such repugnance or variations, prevail

2 For the purpose of this STC, the term “tax” in addition to tax imposed underCGST (Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (UnionTerritory Tax)/ GST Compensation Cess Acts, also includes any duties, cess orstatutory levies levied by central or state authorities

3 Rate variation in Taxes and any new promulgated taxes after last date of thesubmission of price bid only on the final services (applicable to invoices raised onIOCL) within the contractual delivery date /period (including extension approvedif any) shall be on IOCL’s Account against submission of documentary evidence.

Further , in case of delay in delivery of services, any upward rate variation inTaxes and any new promulgated taxes imposed after the contractual deliverydate 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 ofsubmission of price bid relevant to the Contract and the date of execution ofactivities under the contract, the Contractor shall pass on the benefit of suchreduction to IOCL with the view that IOCL shall pay reduced duty/Tax to Govt..

4 Wherever any escalation / de-escalation linked to raw material price (Basic priceexcluding taxes) is allowed as per terms of the contract, Variation to the extentrelated to escalation / de-escalation of value of material shall be allowed withoutTax unless specified otherwise. .

5 It would be the responsibility of the contractor to get the registration with therespective Tax authorities. Any taxes being charged by the Contractors would beclaimed by issuing proper TAX Invoice indicating details /elements of all taxescharged and necessary requirements as prescribed under the respective tax lawsand also to mention his correct and valid registration number(s) along with IOCL’s

Page 47: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page47 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ClauseNo.

Description

registration number as applicable for particular supply on all invoices raised onIOCL.

Contractor to provide the GSTIN number from where the supply is proposed to beunder taken. Further the Service Accounting Code (SAC) as applicable for thesubject tender needs to be provided in the columns provided in the technical bid.

In case the contractor is falling under Unregistered category, the contractorshould confirm the same

6 Contractor / Successful bidder’s i.e Goods Transport Agency to issue consignmentnote to IOCL for transportation of goods undertaken by them.

7 In terms of notification no. 13/2017-Central Tax (Rate), dated 28-6-2017 (Sr. No.1) as amended by Notification No. 22/2017-Central Tax (Rate), dated 22-8-2017,the liability to pay tax devolves on the recipients for supply of services (i.e IOCL)in case the goods transport agency (GTA) has not paid central tax @ 6% + Statetax @ 6% / Integrated Tax @ 12%, in respect of transportation of goods by road.Contractor Opting for discharge of tax on forward charge to specify the same inthe columns provided in the technical bid

8 Contractor opting for discharge of tax under forward charge, to provide taxinvoice as provided under rule 54(3) of CGST Rule 2017. Payment to Contractorwould be released only on receipt of invoice wherever the tax liability is to bedischarged by the Contractor under forward charge mechanism. Toll charges andother reimbursement if any paid to the transporter would attract tax as applicablefor the main service.

9 In case the contractor does not opt for discharge of tax on forward charge, thenfor evaluation purpose, tax payable by IOCL under reverse charge will beconsidered.

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

11 Tax element on any Debit Note / Supplementary invoice, raised by the contractorwill be reimbursed by IOCL as long as the same is within the permissible timelimit as per the respective taxation laws and also permissible under the Contractterms and conditions. Contractors to ensure that such debit Notes are uploadedwhile filing the Statutory returns as may be prescribed from time to time

12 The contractor will be under obligation for quoting/charging correct rate of tax asprescribed under the respective Tax Laws. Further the Contractor shall avail andpass on benefits of all exemptions/concessions/benefits/waiver or any otherbenefits 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 orunderstanding of law or rules or regulations or any other reasons of similar natureshall be entertained by IOCL.

Page 48: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page48 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ClauseNo.

Description

13 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of taxi.e. payment of Integrated Tax in place of Central Tax+ State/Union Territory Taxor vice versa, the contractor is liable to make good the loss suffered by IOCL byissuance of suitable credit note to IOCL. In case, contractor does not issue creditnote to IOCL, IOCL would be constrained to recover the amount including interestpayable alongwith Statutory levy, if any, payable on such recovery..

14 In case the contractor is falling under Unregistered category, then GST liability, ifany, on IOCL will be included for the purpose of evaluation. .

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

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

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

18 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case atthe time of raising Invoice if the invoices raised are not as per Tax ratesmentioned in the bid, payment will be limited to the rate quoted as per BIDsubject to increase /decrease in Rates after last date of submission of Price Bidprovided delivery is within the Contractual period.

19 E-way bill wherever applicable needs to be issued by the Goods TransportAgency.

20 The GST at applicable rates shall be recoverable from the contractor over andabove the penalty and or recovery if any.

21 Wherever provisions of Tax deduction at Source (TDS) are applicable under theCGST / SGST / UTGST/IGST Act ,2017 on supplies of goods or services or both toIOCL , tax will be deducted from the invoice raised and deposited with theauthorities by IOCL. TDS certificate as per provisions of CGST / SGST /UTGST/IGST Act, 2017 shall be issued by IOCL.

22 INCOME TAX

Resident Bidders:

a) The contractor shall be exclusively responsible and liable to pay Taxes onIncome arising out of payment made out of the contract.

b) Wherever withholding tax i.e. Tax deduction at source (TDS) is applicableunder the Income tax Act, 1961 the same will be deducted from the Invoicesraised and TDS Certificate as per provision of the Income tax Act and Rules shallbe issued to the contractor.c) PAN is mandatory. If PAN is not provided TDS would be deducted at higherrate as per the provisions of Income Tax Act.

Non Resident Bidder:

Page 49: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page49 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ClauseNo.

Description

a) Notwithstanding anything mentioned in the contract, Letter of Acceptance,BID Documents or any correspondences, following clauses shall be applicablewith respect to Indian Income Tax including withholding tax.

b) The CONTRACTOR shall be exclusively responsible and liable to pay all incometaxes on any payments arising out of the Contract, whether payable in India oroutside India.

c) Any payment to non-resident or its permanent establishment (PE) in Indiawhich is chargeable to tax in India attracts withholding tax in India under IncomeTax Act, 1961 shall be subject to provisions of Double Taxation AvoidanceAgreement (DTAA) wherever applicable, for withholding tax purposes only.

d) Contractor shall not include withholding tax / tax deductible at source in itsquoted price. Withholding tax as applicable as per Indian Income Tax Act readwith respective Double Taxation Avoidance Agreements (DTAA) will be borne byIOCL.

e) Any payment to non-resident or its permanent establishment (PE) in Indiawhich is chargeable to tax in India attracts withholding tax in India under IncomeTax Act, 1961 shall be subject to provisions of Double Taxation AvoidanceAgreement (DTAA) wherever applicable, for withholding tax purposes only.

f) Contractor shall not include withholding tax / tax deductible at source in itsquoted price. Withholding tax as applicable as per Indian Income Tax Act readwith respective Double Taxation Avoidance Agreements (DTAA) will be borne byIOCL.

g) Notwithstanding Clause “3” above, where Contractor intends to obtain aCertificate of Lower or NIL Withholding Tax/Tax deductible at source in terms ofprovisions of Indian Income Tax Act, 1961 and rules made thereunder,Withholding tax/Tax deductible at source will be deducted from amount payableunder the contract as per Certificate issued by tax authorities under Income TaxAct, 1961 and rules made thereunder,

h) In all cases whether Withholding tax/Tax deductible at source is borne by IOCLas described in Clause “4" above or deducted from amount payable as percontract as described in Clause “5" above, Certificate of Withholding tax/Taxdeducted at source will be provided by IOCL enabling contractor to claim credit ofthe same in their country of residence.

i) To facilitate benefits of DTAA, Contractor shall provide copy of:(i) Tax Residence Certificate (TRC),(ii) Form 10F as described in Rule 21AB of Income Tax Rules, 1962,(iii) NO PERMANENT ESTABLISHMENT CERTIFICATE (NO PE) as may be

required,

Page 50: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page50 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ClauseNo.

Description

(iv) Permanent Account Number (PAN), if available or(v) Declaration in lieu of PAN as per Rule 37BC of Income Tax Rules,

1962.’

Any other document(s) which might be required to enable IOCL to apply LowerOR NIL rate of withholding tax.

Tenders for Transportation of Products- Order to placed from the respective dispatch or receiving location, as the case may be. Confirmation needs to be obtained from the bidder (transporter) in form of declaration

with regards too transporter opting for payment of GST under forward chargeo transporter opting not to take ITC on his inward supplies.

In case, transporter is opting to pay tax under forward charge, implication to be arrivedaccordingly for evaluation.

Transporter to raise invoice on IOCL for transportation services specifying IOCL GSTIN. Consignment note needs to be obtained from the transporter for each movements. Consignment note to specify clearly the location from where order has been issued as a

payer. Any shortage recovery would be leviable to GST hence tax invoice needs to be issued by

IOCL. Prevailing rate of GST is 18%. Recovery of amount for full load loss shall also attract GST. Transporter needs to carry invoice copy and e-way bill for movement of the products

wherever e-way bill generation is required.

N. DUPLICATION OF CLAUSE:

Whenever there is duplication of clause either in the terms and conditions or in theAgreement, the clause, which is beneficial to IOCL, will be considered applicable at thetime of any dispute

O. REVERSE AUCTION (ELECRONIC BIDDING)

1. Post completion of Technical evaluation, IOCL shall finalize the transportation rates throughElectronic bidding (Reverse Auction). The eligible tenderers shall be notified through theirregistered e-mail regarding the date and time of the e-Reverse Auction. The tenders includingthe Price Bid in Reverse Auction shall remain valid for 300 days from the tender closing dateunless extended by mutual consent in writing.

2. IOCL has made arrangement with M/s MSTC who shall be IOCL’s authorized service providerfor conducting the Reverse Auction (online bidding event). M/s MSTC Ltd, shall conductreverse auction on behalf of IOCL, on a pre-determined date, while the tenderers shall bequoting from their own offices/place of their choice. It is the responsibility of Tenderers toensure Internet connectivity for participation in the Reverse Auction. IOCL shall not have anyliability to tenderers for any interruption or delay in access to the site irrespective of the cause.IOCL & MSTC shall not be responsible for any damages or consequential damages, arising out

Page 51: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page51 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

of the bidding process including but not limited to systems problems, inability to use thesystem, loss of electronic information etc.

3. M/s MSTC after successful completion of the Reverse Auction (on-line bidding event) shallsubmit to IOCL a consolidated bidding report with status of L-1, L-2, L-3….L-n tenderers andtheir names along with quoted %ge. In case rates offered by L-1 tenderers in the ReverseAuction, are not acceptable to IOCL then IOCL has the discretion to negotiate with L-1tenderers to bring down the rates.

4. Tenderers are required to offer their best price in the “On-line Bidding (Reverse Auction)”,within the allowable band of 0% to (-)10% of departmental estimate.

5. Bids once made by the tenderer during reverse auction, cannot be cancelled/withdrawn.However, they will be permitted to revise their bids and the last bid put by her/him shall betaken as final bid. Incase,the tenderer backs out and not execute the contract as per the pricequoted, IOCL shall take action as appropriate including putting the Tenderer& his TTs onHoliday List and forfeiture of EMD.

6. Reverse Auction (RA) event shall be for a period of 60 minutes. During Reverse Auction, if nobid is received within the specified time, IOCL, at its sole discretion, may decide to revise theElectronic Bidding (Reverse Auction) procedures, and/or re-perform the Reverse Auction.

7. INSTRUCITON TO TENDERERS FOR PARTICIPATION IN E-REVERSE AUCTION :

System Requirement:

Windows 7 or above OperatingSystem IE-7 and abovebrowser. Signing type digitalsignature Latest updated JRE 8 (x86 Offline) software to be

downloaded and installed in the system.

To disable “Protected Mode” for DSC to appear in the signer boxfollowing settings may be applied.Tools => Internet Options =>Security => Disable protected Mode (If enabled-remove the tick from the tick box mentioning “Enable Protected Mode”).

To enable ALL active X controls and disable ‘pop up blocker’Tools=>Internet Options=>custom level (Please run IE settings from thepagewww.mstcecommerce.com once)

Other Settings:Tools => Internet Options => General => Delete Browsing HistoryTools => Internet Options => General =>Settings=> Delete Temporary Internet FilesTools => Internet Options => General =>Settings=> Activate “Every time I Visit the Webpage”.

Page 52: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page52 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Finally, click on ‘Apply’ and ‘Ok’ and close the browser.

The vendor should allow running JAVA application. This exercise has to be doneimmediately after opening of Bid floor.

For system related settings, please Contact Helpdesk No (MSTC Ltd): 033-2290-1004

Process to participate in e-reverse auction:

Login as vendor => Go to My Menu => Select Auc Floor => Select live events => Clickon event number to participate => Enter your bids => Click on ‘Bid’.

In all cases, vendor should use their own ID and Password along with Digital Signatureat the time of submission of their bid.

During the entire reverse auction process, the vendors will remain completelyanonymous to one another and also to everybody else.

All electronic bids submitted during the process shall be legally binding on the vendor.Any bid will be considered as the valid bid offered by that vendor and acceptance of thesame by the Buyer will form a binding contract between Buyer and the Vendor forexecution of supply.

It is mandatory that all the bids are submitted with digital signature certificateotherwise the same will not be accepted by the system.

Buyer reserves the right to cancel or reject or accept or withdraw the auction in full orpart as the case may be without assigning any reason thereof.

P. BIDDERS UNDER INSOLVENCY OR LIQUIDATION OR BANKRUPTCYPROCEEDINGS UNDER INSOLVENCY AND BANKRUPTCY CODE, 2016

a. Offers from the following type of bidders shall not be considered:

i. If the bidder is undergoing insolvency resolution process or liquidation or bankruptcyproceeding under Insolvency and Bankruptcy Code, 2016 (Code) or any otherapplicable law (in cases where code is not applicable),

ii. Insolvency resolution process or liquidation or bankruptcy proceeding isinitiated under the Code or any other applicable law (in cases where code is notapplicable) against/by the bidder at any stage of evaluation of the bid.

b. In the event, insolvency resolution process or liquidation or bankruptcy proceeding is

Page 53: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page53 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

initiated under the Code or any other applicable law (in cases where code is notapplicable) against/by the bidder, after submission of its bid but at any stage ofevaluation of the bid, it will be the responsibility of the bidder to inform IOCL within 15days from the date of · order of insolvency resolution process or liquidation orbankruptcy proceeding passed by the Adjudicating Authority namely, National CompanyLaw Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the Code or any otherapplicable law (in cases where code is not applicable)

c. If bidder refuses or fails to share the information regarding their status of insolvencyresolution process or liquidation or bankruptcy proceeding as sought hereinabove, intheir bid or at any later stage, as applicable, their offer is liable to be rejected by IOCLand without prejudice to any other remedy or action available with IOCL, IOCL shallforfeit the Earnest Money Deposit provided by the bidder, is any form whatsoever

d. IOCL reserves the right to cancel/terminate the contract without any liability on thepart of IOCL immediately on the commencement of insolvency resolution process orliquidation or bankruptcy proceeding of any party under the contract.

e. In case where the bid of the L-1 bidder is rejected on the aforesaid grounds duringthe period between Price-Bid-Opening and Award of Contract, then the bid of the nexthigher eligible bidder will be considered for further processing.

f. If bidder fails to share or misrepresents the information regarding their status ofinsolvency resolution process or liquidation or bankruptcy proceeding as soughthereinabove and the bidder's bid results in a contract, IOCL, without prejudice to anyother any other remedy or action available with IOCL, shall be within its rights toterminate the resultant contract.

g. A Declaration / Undertaking shall be submitted by the bidder in the attached formatalong with the techno-commercial bid.(Attachment-20)

Q. Business transaction status of Bidder:-

a. Tenders who have transferred their ownership rights either in whole or in part to another entityor under process of transfer shall intimate the same to IOCL in their letter head while submittingthe bid. IOCL reserves its right to reject the tender of any entity, which has transferred itsownership rights in whole or in part or which is in process of transfer without assigning anyreason for such rejection.

b. If the tenderer refuses or fails to share the information regarding their status of any kind ofbusiness transfer process/restructuring etc, in their tender or at any later stage, as applicable,their tender is liable to be rejected by IOCL and without prejudice to any other remedy or actionavailable with IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the tenderer, in anyform whatsoever.

Page 54: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page54 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

5. SPECIAL TERMS & CONDITIONS

A. PRIORITISATION OF TTs & HIGHER CAPACITY INDENTS:

Priority in allocation of loads amongst general tenderers will be given to Contractorsoperating at L-1 transportation rates. On utilization of all available tank trucks operating atL-1 transportation rates at the time of load allocation, further indents will be allocated toContractor TTs with L-2, L-3 etc. ensuring least outgo to the Corporation. Within L-1 ranktenderers, the transportation work will be allocated equally as far as possible. Similarly for L-2, L-3 etc., ranking tenderers.

With a view to promote Transportation with higher capacity TT for environmental reasonsand operational convenience, TTs of higher capacity TTs (>18KL) will be given preferenceduring execution of indents.

There will be provision of split loads among the understanding partners, and applicableDealers who have offered higher capacity TT i.e. 18 KL & above through EOI. The firstconsignee (Dealer whose destination is the first) shall be provided with locks and for otherconsignees of the split loads, seals will be provided at the loading location. Thetransportation payment in case of split load shall be as per Split Load policy as amendedfrom time to time. The dealers taking split loads shall have to follow the guidelines ascommunicated from time to time.

B. PERFORMANCE MONITORING SYSTEMThe performance of each TT will be monitored and the TTs performing good will berewarded by way of more business (better RTKM). For performance rating of the TT, thefollowing 4 parameters are considered with evaluation on quarterly periodicity basis.

Rating will be based on :1) Shortage Data from SAP 25% weightage2) TT attendance from TAS 25% weightage3) VTS deviation - Vendor portal 25% weightage4) Rating by the Consignee through Parivahak app. 25% weightage

Page 55: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page55 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Proposed Scale of Rating :PARAMETER Rating/Instances

in one cycle(Qrtr)

Scoreachieved

Shortage Data from SAP NIL 51 to 3 33 to 10 1>10 0

TT attendance from TAS 100% 580%-99% 360%-79% 1<60% 0

VTS deviation - Vendorportal

</= 5 5

6 to 10 310 to 15 1>15 0

Av.Rating by the Consignee 3.5 to 4 5Excellent = 4 2.5 to 3.49 3Very Good = 3 1.5 to 2.49 1Average = 1 0 to 1.49 0Bad = 0

The score from the above shall be maximum of 20 and hence it is proposed to reward byway of maximum 20% additional RTKM in auto planning in the succeeding quarter. TTsscoring 20 will be eligible to get 20% additional RTKM in auto planning in the succeedingquarter

C. REPLACEMENT OF TTs

No replacement of Chassis is allowed before issuance of WO. During the contract period,replacement of any capacity TT is permitted with higher capacity (18-40KL) TT only andthat too of BS-IV or higher model.

D. NON-REPLACEMENT/WITHDRAWAL OF TANK TRUCKS

a) In case the contractor withdraws his TTs during the period of contract, for any reason(including the vehicles attaining maximum age and unable to submit replacement TT in theplace of old TT within 1 month of withdrawal), a facilitation charge of Rs.50,000/- per TTplus applicable GSTshall be imposed on the contractor.

b) In case due to sudden reduction of IOCL business at a particular location if there is drasticfall in the RTKM of the TTs, IOCL at its discretion may foreclose the WO for some of the

Page 56: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page56 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TTs for the balance period of contract and release them from the contract. For thispurpose, the IOCL shall give equal opportunity to all the contractors without any facilitationcharge. In case IOCL requires additional TTs in future, the same contractors will be givenpreference for induction of additional TTs for the same location in future.

c) The above provision of Withdrawal of TT or Cancellation of WO of any TT will be applicableonly after one year from the date of the work order.

d) The above is applicable to all cases of TT replacement viz., TT attaining maximum age,Accident or any other reason.

E. NON-REPORTING TTs

a) An auto-generated warning letter by e-mail will be sent to contractor, in case of any non-reporting TT at location for 03 consecutive days under copy to LIC.

b) If a TT does not report to loading location for loading for a continuous period of 7 days in acalendar month or 10 days cumulative in a calendar month, a penalty of Rs. 20,000/- plusapplicable GST will be levied by way of auto debit from the transport bill.

c) If TT remains non-reported for continuous 90 days, the TT will automatically be removedfrom contract and a penalty of Rs.200,000/- plus applicable GST will be imposed on thetransporter by way of auto debit and further action as per ITDG shall be taken.

d) In case the non-reporting of TT is conveyed to Location In-charge for valid reasons likeAccident of TT etc., and approved in system, such cases are exempted from above penalty.

e) RO Dealer TTs inducted through (EOI) are exempted from the penalty as the TT mayreport only when load is required for the Dealer / Consortium partners.

F. BRANDING & COLOR CODING OF TTs:

1. Branding of tank truck as per approved design shall be carried out by the contractor attheir own cost on all tank trucks operating under their contract.

2. Tank trucks are to be painted (including application of Vinyl Stickers) at the cost ofcontractor as per the style and graphic design of Visual Manifestation as advised by IOCLfrom time to time.

3. The Specifications of Painting & Vinyl Stickers approved brands / Modalities / Third PartyInspection of branding details are mentioned under:

a) Painting: Painting of the tank truck shall be carried out with 100% Acrylic Aliphatic PUpaint. Surface preparation shall be done using ‘Isopropyl’ solution. Approved makepaints are Berger, ICI, Asian or other reputed make and only paints supplied by thesemanufacturers shall be used and color shades shall conform to the specificationmentioned in the drawing. Painting of body of tank should be carried out with One coat

Page 57: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page57 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

of protecto mastic paint (base course) - 1x100 micron Two coat of PU base High glossenamel paints - 2x 40 micron.

b) Vinyl Stickering: Vinyl Branding elements consist of Logo, Promotion Graphics &Lettering. All these Branding Elements are required to be made from Vinyl as perspecifications given below and shall be provided as Vinyl stickering only. Painting ofthese elements is not permitted.

i. Vinyl characteristics - Permanent 2-mil White Opaque film which should havePressure-sensitive adhesive. Film should have property to Resists gasoline vaporsand occasional petroleum spills. The film can be converted using screen printingwith selected more durable solvent inks / UV inks.

ii. Colour- Opaque White and Transparent Cleariii. Thickness of Vinyl- Without Adhesive: 2 mils (0.05mm)iv. With Adhesive: 3 to 4 mils (0.08 to 0.10 mm)v. Type of Adhesive - Pressure Sensitivevi. Adhesive Colour- Grey Pigmented Adhesive for Opaque White Film, Clear Adhesive

for Transparent Clear Filmvii. Liner –Polyethylene-coated layflatviii. Tensile strength - Vinyl should have a good Tensile strength in the range of 5.5

pounds/inchix. Adhesion - 24 hours after Application @ 30Degree Celsiusx. Aluminum, anodized: 6 pounds/inch (01.1 kg/cm)xi. Pre-painted Aluminum panels: 4 pounds/inch (0.7 kg/cm)xii. Chemical Resistance - Resists mild acids, mild alkalis, and salts. Excellent resistance

to water (This does not include immersion).xiii. Surface Burning Characteristics - Should have ASTM E 84-95 Class A

Certification, Flame spread index -0 and smoke developed index- 0xiv. Toxic Gas generation by material on combustion - No emission of HCN & HFxv. Film should pass below Test Standardsxvi. Flammability - ASTM E84 test reportxvii. Safety and regulatory recognition - comply with UL 969 Standard for Marking and

Labeling Systems. US file MH11410.xviii. RoHS Compliance - Vinyl should be RoHS Compliantxix. EU Reach Compliance - The product should not contain any SVHC >0.1% by weight

according to Article 59.

c) Printing Method - Screen Printingi. Screen Printing Inks

Solvent / Ultraviolet-curable ink formulated for use on any branded graphic filmdesigned for screen printing. These inks should match to IOCL Brand colors viz.IOCL ORANGE & IOCL BLUE with color tolerance of delta ΔΕLAB ≤ 3.0 measuredusing calibrated X-RITE color measurement device and certified by printer. Whichalso includes visual color match which states there is no color deviation in printsfrom those specified brand colors matching to PANTONE as per IOCLspecification.

ii. Clear CoatScreen Printing UV / Solvent Gloss Clear coat to protect printed graphic ink filmfrom scratch, crack and fading due to exposure of graphic in outdoor. Overcoat

Page 58: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page58 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

should be OEM warranted and can be used on graphics for petroleum resistantapplications which can resist occasional oil spills This clear should pass basisresistant test mentioned below -

(A) Appearance Test which determines if the ink visually appears to be cured.(B) Abrasion Resistance Test which determines if the ink is under cured.(C) Tape Snap / Adhesion Test which determines the curing.

iii. Edge SealerThe colour of the edge sealer should be a clear liquid. Edge sealer should be anAcrylic/Vinyl solution in xylene. Should have a Minimum viscosity of 300 Waterresistance.

d) Note:A. Branding shall be treated as completed only if duly certified by Third partyB. Branding has to be carried out freshly for the current contract. However, branding

carried out in the previous contract, shall qualify for compliance till the expiry of thewarranty.

C. The above Branding activities namely, Painting and Stickering have to be carriedout before the expiry of the previous OEM warranty. Sample picture of a BrandedTank Truck enclosed in the tender document.

e) Transporter shall not tamper with branding approved by the Corporation and ensure tomaintain the branded Tank Trucks in good condition. The Tank Truck shall beinspected before the induction by a Third party (Cost to be borne by Transporter)Scope of inspection includes the following:

A. Check whether all the jobs pertaining to branding viz painting, logo, promotiongraphics & lettering etc. have been carried out as per the Corporationspecifications.

B. Check whether Original Warranty has been provided for the branding carriedout.

C. Check for tampering with the branded look of the Tank Truck.D. Check whether the Tank Truck has been maintained in neat and clean

condition.

G. VTS, ABS & SS LOCKING SYSTEM:

1. Any Vehicle Tracking System (VTS) (for e.g.: Global Tracking System) decided by theCompany to track the movement of the Tank Truck shall be unconditionally accepted by theContractor. Undertaking agreeing for recovery of charges towards implementation of VTS onTTs, viz., Instrument cost, Web hoisting and monthly monitoring charges etc. as decided bycompany shall be submitted by the Tenderer.The Contractor shall be responsible to upgradeVMUs and allied fittings/ system as and when directed by IOC. The Contractor shall beentirely responsible for tampering of VMU or its fittings. In case of not working of VMUs,company reserves the right of not accepting such tank trucks for loading and utilizes theservices of other tank trucks. Contractor shall be responsible for safety / maintenance of theequipment and in case the equipment is lost / damaged due to any reason, the Contractorshall replace the same at their own cost. This is in addition to action as per provisions inITDG.

Page 59: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page59 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2. Tenderers shall be required to install Anti-Lock Braking System for all the TTs finallyselected through this tender. All tank trucks offered for carrying hazardous goods shall befitted with Anti-Lock Braking System conforming to IS:11852:2003 (part 9). Tenderer shallprovide certificate w.r.t. ABS provision on tank truck.

3. Any security system (including digital locking system) decided by company to guardagainst malpractices shall be unconditionally accepted by Contractor. Cost of provision ofequipment, modification/modifications of fittings if any on TT shall be borne by theContractor. Contractor shall be responsible for safety/maintenance of such security systems.Tenderers shall be required to install SS non-magnetic grade locking system (Stainless Steellocking system – 20 mm dia rod& as per the specifications from time to time) for all the TTsselected through this tender.

4. Tenderer shall comply to the Provision of Overspill Prevention Device in the chambers ofthe tank truck as specified by IOCL in the tender document. The tenderer shall be requiredto get overspill sensor provided for all his Tank Trucks thru’ PESO approved tank lorry tankfabricator.

5. Tenderer shall comply to the provision of Manhole cover with provision of installation ofover fill prevention sensor along with fabrication as per OISD RP and as per specificationsgiven in the tender document.

H. THIRD PARTY INSPECTION OF TANK TRUCKS:

IOCL can appoint third party for verification of documents, inspection of tank trucks withrespect to construction of tank, safety fittings, etc, as per approved PESO drawing, IOCL’ssafety aspects requirements and other specific requirements such as security locking system,vehicle tracking system, Over Fill Prevention Device, bottom loading arrangements, colourscheme of tank trucks, etc.

Page 60: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page60 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-1

SC/ST CERTIFICATE

A tenderer who claims to belong to one of the Scheduled Castes / Schedules tribes shouldsubmit in support of his claim a valid caste certificate issued by an appropriate authority asnotified from time to time by Government.

The enclosed format is to be used for the purpose.

Form of certificate to be produced by a candidate belonging to a Scheduled Caste or Scheduledtribe in support of his claim.

FORM OF CASTE CERTIFICATE

This is to certify that Shri / Smt / Kumari*……………………………………..son /daughter* of……………………….of village / town* …………………in district / division*………………………of the State /Union Territory*………………… belongs to the ……………..caste / tribe* which is recognized asScheduled Caste / Scheduled tribe* under:

The Constitution (Scheduled Castes) Order, 1950*The Constitution (Scheduled Tribes) Order, 1950*The Constitution (Scheduled Castes) (Union Territories) Order, 1951*The Constitution (Scheduled Tribes) (Union Territories) Order, 1951

(As amended by the Scheduled Castes and Scheduled Tribes Lists (ModificationOrder), 1956, theBombay Reorganization Act, 1960, the Punjab Reorganization Act, 1966, the State of HimachalPradesh Act. 1970, the North-Eastern Areas (Reorganization) Act, 1971 and the Scheduled Castesand Scheduled tribes Orders (Amendment) Act, 1976.)

*The Constitution (Jammu & Kashmir) Scheduled Castes Order, 1956*The Constitution (Jammu & Kashmir) Scheduled Tribes Order, 1989

Page 61: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page61 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

*The Constitution (Andaman & Nicobar Islands) Scheduled Tribes Order, 1959, as amendedby the Scheduled Castes and Scheduled Tribes Orders(Amendment) Act, 1976

*The Constitution (Dadra & Nagar Haveli) Scheduled Castes Order, 1962*The Constitution (Dadra & Nagar Haveli) Scheduled Tribes Order, 1962*The Constitution (Pondicherry) Scheduled Castes Order, 1964*The Constitution(Uttar Pradesh), Scheduled Tribes Order, 1967*The Constitution (Goa, Daman & Diu) Scheduled Castes Order, 1968*The Constitution (Goa, Daman & Diu) Scheduled Tribes Order, 1968*The Constitution (Nagaland) Scheduled Tribes Order, 1970*The Constitution (Sikkim) Scheduled Castes Order, 1978*The Constitution (Sikkim) Scheduled Tribes Order, 1978

The Constitution(Scheduled Castes) Orders(Amendment)Act,1990 The Constitution (Scheduled Tribes) Order Amendment Act, 1991 The Constitution (Scheduled Tribes) Order Second Amendment Act, 1991

2. Application in the case of Scheduled Castes/Scheduled Tribe persons who have migratedfrom one State / U.T.:

This certificate is issued on the basis of the Scheduled Castes / Scheduled tribe Certificateissued to Shri / Smt*…………………………….father / mother of Shri / Smt /Kumari*………………………………of village/town………………………………..in District /Division……………………….of the State / Union Territory*………………………………who belongto the . Caste / tribe* which is recognized as a Scheduled Caste / Scheduled tribe* in theState / UnionTerritory*……………………..issued by the ………………………………….. (Name ofprescribed authority) vide their no. …………….dated…………………..

3. Shri / Smt /Kumari*……………………….and/or his / her* family ordinarily reside(s) in village /town………………… of………………………..District / Division of the State / Union territoryof…………………………………..

Signature………………………Place………………………State/Union TerritoryDate……………………… Designation…………………...

(With seal of Office)

* Please delete the words, which are not applicable.@ Please quote specific Presidential Order.

2/3 Delete the paragraph, which is not applicable.

Note: The term ‘ordinarily reside(s)’ used here shall have the same meaning as in Section 20 ofthe Representation of the Peoples Act, 1950.

Page 62: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page62 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-2

PROFORMA’ FOR CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL ANDMEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 (MSMED ACT 2006)”

1.You may aware that “Micro”, Small and Medium Enterprises Development Act 2006” (‘MSMED’)has been come into force w.e.f. 2nd October 2006, which has repealed the provisions of the oldAct regarding Small Scale Industrial undertakings.

2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods orrendering / providing of services are to be classified into Micro, Small and Medium enterprisesbased on the investment in plant and machinery / equipment.

3. Such Enterprises are required to file a memorandum in the prescribed form to the appropriateauthority as mentioned in the MSMED Act.

4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu undividedfamily, Association of persons, Cooperative Society, Partnership firms, undertaking or any otherlegal entity.

5. For your ready reference, the definition of Micro, Small and Medium enterprises are givenbelow:-Classification of enterprises engaged in :

a. Manufacture or production of goods pertaining to any industry specified in the First Schedule tothe industries (Development and Regulation) Act 1951 as :

Nature of Enterprise Investment in Plant & Machinery

Page 63: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page63 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(#)Micro Does not exceed Rs.25 lacsSmall More than Rs.25 lacs but does not

exceed Rs.5 CroresMedium More than Rs.5 Crores but does

not exceed Rs.10 Crores.

b. Providing or rendering Services.

Nature of Enterprise Investment in EquipmentMicro Does not exceed Rs.10 lacsSmall More than Rs.10 lacs but does not

exceed Rs.2 CroresMedium More than Rs.2 Crores but does

not exceed Rs.5 Crores.

(#) In calculating the investment in plant & machinery, the cost of pollution control, research anddevelopment, industrial safety devices and such other items as maybe specified will be excluded.

6. You are therefore requested to fill the “Format” (proforma attached) and submit the same alongwith proof of valid document / certificate, (indicating registration no.) in your offer. In case sameis not submitted along with your offer, it will be presumed that your organization is not a micro,small or medium enterprises as per the provisions of MSMED Act 2006 and consequently you willnot be eligible to the benefits admissible under the MSMED Act 2006.

CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISESDEVELOPMENT ACT, 2006 (MSMED ACT 2006)

1. We confirm that provisions of “Micro, Small and Medium Enterprises Development Act 2006(‘MSMED’) are applicable to us and our organization falls under the definition of :

a. Micro Enterprise - ( )b. Small Enterprise - ( )c. Medium Enterprise - ( )(Please put a tick in the appropriate box)

2. Copy of proof of valid document / certificate (indicating registration no.) of being a Micro /Small / Medium Enterprises are enclosed.

Place : Signature of Authorized SignatoryDate : Name :

Designation :Seal :

Page 64: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page64 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Note : In case above Format along with proof of valid document / certificate (indicatingregistration no.) is not submitted in offer, it will be presumed that your organization is not amicro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequentlyyou will not be eligible to the benefits admissible under the MSMED Act 2006.

Attachment – 3

(On Non-Judicial Stamp Paper as prescribed in the respective State)

UNDERTAKING BY THE TENDERER

We declare as under:

1. In the case of a Proprietary concerns:

I hereby declare that neither I in my personal name or in the case of my Proprietaryconcern M/s._________________, which is submitting the accompanying Bid/Tender, norany other concern in which I am proprietor nor any partnership firm in which I am involvedas a Managing Partner have been placed on black list or holiday list declared by Indian OilCorporation Limited or its Administrative Ministry (the Ministry of Petroleum & Natural Gas)or by any department/s of the State of Central Government/s or by any department/s ofthe State of Central Government/s of by any other Public Sector Undertaking/s and thatthere is no inquiry in respect of any corrupt or fraudulent practice pending againsthim/it/them except as indicated below:

(Here give particulars of blacklisting or holiday listing, an in absence thereof state “NIL”)

2. In the case of a Partnership Firm:

We hereby declare that neither we, M/s. _________________, submitting theaccompanying Bid/Tender nor any partner involved in the management of the said firmeither in his individual capacity or as proprietor or managing partner of any firm or concernhave or has been placed on blacklist or holiday list declared by Indian Oil CorporationLimited or its Administrative Ministry (the Ministry of Petroleum & Natural Gas) or by any

Page 65: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page65 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

department/s of the State or Central Government/s or by any other Public SectorUndertaking/s and that there is no inquiry in respect of any corrupt or fraudulent practicepending against him/it/them except as indicated below:

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

3. In the case of Company:

We hereby declare that the Company nor its Promoter/s /Director/s having controllingstake 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 placedon black list or holiday list declared by Indian Oil Corporation Limited or its AdministrativeMinistry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State orCentral Government/s or by any other Public Sector Undertaking/s and there is no inquiryin respect of any corrupt or fraudulent practice pending against him/it/them except asindicated below:

(Here give particulars of blacklisting 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 havethe right to reject my/our bid, and if the bid has resulted in a contract, the contract is liable to beterminated.

Place:

Date:

Signature____________________Name of Person signing___________________

Tenderer's Name and address with seal___________________

Page 66: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page66 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment – 4

(On Non-Judicial Stamp Paper as prescribed in the respective State and Notorized)GENERAL IRREVOCABLE POWER OF ATTORNEY

We, the undersigned (1) Shri _____________________ (2) Shri _____________________ (3) Shri___________________ all residing at _________________ the Partners / Directors of M/s__________________________ having its registered office at _____________________ dohereby nominate, authorize and appoint Shri ___________________ & Shri_____________________ who are our ___________ in the firm to act as attorneys of our firmM/s ___________________ with full power and authority to exercise the following powers or anyof them on our behalf and on behalf of our firm:

i) To sign, seal, execute, perfect and/or complete the tender document of transportation ofpetroleum products and also other relevant documents required by M/s Indian OilCorporation Ltd. (hereinafter called The “Company”) in respect thereof.

ii) To negotiate, enter into correspondence with the Company and do all and everythingnecessary suitable or proper with regard to the said tender for transportation of petroleumproducts.

iii) To sign, seal, execute, perfect and/or complete Transport Contract Agreement and alland/or any other document, Indemnity Bond etc. Required by the Company in connectionwith the said Transport Contract Agreement.

iv) To do all acts, deeds, as may be necessary for and incidental to the execution of properperformance of the said transport contract agreement with IOCL.

Page 67: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page67 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

We the said partner(s) do hereby agree to allow verify and confirm all and whatsoever the saidShri. __________________, and Shri____________________ shall or may do or cause to be donein or about the said tender and the Transport Contract Agreement, the execution and properperformance thereof by virtue of these presents.

This Power of Attorney shall remain irrevocable till the validity period of our quotation/ TransportContract Agreement/ or refund of our Security Deposit whichever is later.

In witness whereof, we have hereunto set and subscribed our hands at ____________ this_____________ day of ____________ Two thousand __________________.

SignaturesSigned, Sealed and delivered by 1) Shri___________________the within named partners/Directors of M/s _____________ 2) Shri___________________

3) Shri___________________Before me.Notary public(Notary's Stamp)

Attachment – 5

(On Non-Judicial Stamp Paper as prescribed in the respective State)

AFFIDAVIT ON NO MULTIPLE BIDDING

Subject: Tender No: ________________________________ due on ___________.

I/We _________________________________________________ (Name of Tenderer), herebydeclare that:

I/We have not submitted multiple bids. i.e., more than 1 bid either individually or in anycombination of person (individual capacity, proprietor, affiliates, partnership, association ofpersons, Company).

I/We am aware that, in case found that such multiple bids are submitted, all such bids are liablefor rejection.

Tenderer's Signature& SealDate:

Place :

Witness1. Name & Address

Page 68: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page68 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

_______________________________________________________________________________________________________

2. Name & Address______________________________________________________________________________________________________

Attachment- 6(ON LETTER HEAD OF TENDERER)

UNDERTAKING BY THE TENDERER(S) ON TENDER DOCUMENT

NAME OF WORK:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Tender No. : ____________________________________________________________

We confirm that we have participated in the tender considering Inter-alia the

1. Tender Document(s)2. Additional Document(s) (if any)3. Corrigendum (if any)4. Pre Bid Meeting Minutes (if any)

We ___________________________________________________ (Name of the Tenderer)hereby certify that we have fully read and thoroughly understood the tender requirements andaccept all terms and conditions of the tender including all corrigendum/addendum issued, if any.

Page 69: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page69 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Our offer is in confirmation to all the terms and conditions of the tender including allcorrigendum/addendum, if any and minutes of the pre-bid meeting. In the event our offer is foundacceptable and contract is awarded to us, the complete tender document shall be considered forconstitution of Contract Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S)

Name of Tenderer(s)

Date : _ _/_ _/_ _ _ _

Place :

Seal & Signature of Tenderer

NOTE: This declaration should be signed by the Tenderer's authorized representative onCOMPANY LETTERHEAD who is signing the Bid and scanned copy to be uploaded.

Attachment- 7(ON LETTER HEAD OF TENDERER)

UNDERTAKING BY THE TENDERER(S) ON TENDER DOCUMENT NOT TAMPERED

Note: Copy to be uploaded along with tender and original to be submitted during documentsverification.

Subject: Tender No: ________________________________ due on ___________.

I/We _________________________________________________ (Name of Tenderer), herebydeclare that:

* I/We have not tampered or modified the subject tender document in any manner and beforeuploading, same has been cross-checked with documents hosted on your e-portalhttps://iocletenders.nic in. In case, if same is found to be tampered/modified, I/We understandthat my/our tender will be summarily rejected and EMD/SD may be forfeited and I am/We areliable to be banned from doing business with and/or prosecuted.

* I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a futuredate, I/We will abide by all the terms and conditions as per all the documents hosted includingAddendums/Changes/Corrigendum, on your e-portal related with subject tender.

I/We further assure that we agree to all the decisions confirmed in Pre-Bid Conference of thesubject tender.

Page 70: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page70 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Tenderer's Signature& SealDate:

Place :

Witness3. Name & Address

_______________________________________________________________________________________________________

4. Name & Address______________________________________________________________________________________________________

Attachment-8(ON LETTER HEAD OF TENDERER)

DETAILS OF RELATIONSHIP WITH IOCL DIRECTORS ETC.

Tenderers should furnish following details in the appropriate part based on their organizationstructure.

Organizational structure Part of the form applicable.

Sole Proprietor PART – APartnership Firm PART – BCompany Private / Public / Co- operative Society. PART -- C

PART – “A”(Applicable where Tenderer is Sole Proprietor)

1. Name:2. Address:3. State whether tenderer is related to any of the Director(s) of IOCL: YES / NO4. If ‘ YES ‘ to 3, State the name(s) of IOCL Director(s) and Tenderer’s relationship with him /

her.

Page 71: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page71 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Strike off whichever is not applicable.

Date: Signature___________________Name of Person signing___________________

Tenderer's Name and address with seal___________________

PART – “B”(Applicable where the Tenderer is a partnership firm)

1. Name of the partnership firm responding to the tender:2. Address:3. Names of partners:4. State whether any of the partner of the tenderer is a Director of IOCL: Yes/No5. If ‘Yes’ to (4) state the name(s) of the IOCL Director(s).6. State whether any of the partner of the tenderer is related to any of the Director(s) of

IOCL: Yes/No7. If ‘Yes’ to (6) state the name(s) of IOCL Director(s) & the concerned partner’s (of the

tenderer) relationship with him/ her.

Strike off whichever is not applicable.

Date: Signature___________________Name of Person signing___________________

Tenderer's Name and address with seal___________________PART – “C”

(Applicable where the Tenderer is a Public/ Private Limited Company/ Co-operative Society)

1. Name of the Company/ Co-operative Society responding the tender:

2. Address of: (a) Registered Office:

(b) Principal Office:

3. State whether the Company is a Pvt. Ltd. Co. or Public Co. or Co-operative Society.4. Names of Directors of the Company/ Co-operative Society5. State whether any of the Director Of the Tenderer/ Company is a Director of IOCL:

Yes/No6. If ‘Yes’ to (5) state the name(s) of the IOCL Director(s).7. State whether any of the Director of the Tenderer Company is related to any of the

Director(s) of IOCL: Yes/No7. If ‘Yes’ to (7) state the name(s) of IOCL Director(s) & the concerned Director’s (of the

tenderer Co.) relationship with him/her.

Strike out whichever is not applicable.

Date: Signature___________________

Page 72: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page72 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Name of Person signing__________________Tenderer's Name and address with seal_________________

DECLARATION ‘I’

We declare that we have complied with and have not violated any clause of the standardAgreement.

Date: Signature___________________Name of Person signing___________________

Tenderer's Name and address with seal_________________

DECLARATION ‘II’

We declare that we do not have any employee who is related to any officer of the Oil Company/Central/ State Government.

OR

We have the following employees working with us who are relatives of the officers of the OilCompany/ Central /State Government.

Name of the Employee Name and Designation ofof the Contractor the Officer of the Oil Company/ Central/ State

Government and relation.1. ___________________ _____________________________2. ___________________ _____________________________

Strike off whichever is not applicable.Date: Signature___________________

Name of Person signing___________________Tenderer's Name and address with seal___________________

DECLARATION ‘III’

The Tenderer is required to state whether he/she is a relative of any Director of the IOCL or thetenderer is a firm in which Director of IOCL or his relative is a partner or is any other partner ofsuch a firm or alternatively the Tenderer is a private company in which Director of IOCL is memberor Director, (the list of relative(s) for this purpose is given below)

N.B: Strike off whichever is not applicable. If the tenderer employs any person subsequent tosigning the above declaration and the employee so appointed happens to be relative of the Officerof the Oil Company/ Central/ State Government, the tenderer should submit another declarationfurnishing the names of such employees who is/are related to the Officer/s of the Oil Company/Central/ State Government.

Date: Signature___________________

Page 73: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page73 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Name of Person signing___________________Tenderer's Name and address with seal__________________

LIST OF RELATIVES

A person shall be deemed to be a relative of another, if any and only if,i) He / She / They are members of Hindu Undivided family orii) He / She / They are Husband & Wife oriii) The one is related to the other in the manner indicated below.

1. Father2. Mother (including Step Mother)3. Son (including Step Son)4. Son’s Wife5. Daughter (including Step

Daughter)6. Father’s Father7. Father’s Mother8. Mother’s Mother9. Mother’s Father10. Son’s Son

11. Son’s Son’s Wife12. Son’s Daughter13. Son’s Daughter’s Husband14. Daughter’s Husband15. Daughter’s Son16. Daughter’s Son’s Wife17. Daughter’s Daughter18. Daughter’s Daughter’s Husband19. Brother (including Step Brother)20. Brother’s Wife21. Sister (including Step Sister)22. Sister’s Husband

(Uploading of Integrity Pact agreements will be considered as bidders agreement withthe Integrity Pact)

Attachment-9

Covering Letter required to be signed and submitted by the bidderRef :

Dated:To,

IndianOil Corporation LimitedGujarat State OfficeAhmedabad

Sub: Submission of Offer for Tender ForTRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex.Vadinar

The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU withTransparency International India for the adoption of the Integrity Pact Program and standscommitted to following the principles thereof as enumerated in the Integrity Agreement enclosedwith the tender document.

Page 74: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page74 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on thecondition that the Bidder will sign the enclosed Integrity Agreement, which is an integral part oftender documents, failing which the bidder will stand disqualified from the tendering process.The Bidder acknowledges that the Bid would be kept open in its original form without variation ormodification for a period of days (state the number of days from the last date for the receipt oftenders stated in the NIT) AND THE MAKING OF THE BID SHALL BE REGARDED AS ANUNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit andfurther agrees that execution of the said Integrity Agreement shall be separate and distinct fromthe main contract, which will come into existence when bid is finally accepted by IOCL. The Bidderacknowledges and accepts the duration of the Integrity Agreement, which shall be in line withArticle 8 of the enclosed Integrity Agreement.Bidder acknowledges that in the event of Bidder‟s failure to sign and accept the IntegrityAgreement, while submitting the Bid, IOCL shall have unqualified, absolute and unfettered right todisqualify the bidder and reject the Bid in accordance with the terms and conditions of the tender.

Yours faithfully

(Duly authorized Signatory of the Bidder)(Note - One copy of this letter along with the Integrity Agreement duly signed must be returnedalongwith offer).

INTEGRITY PACT(Marketing Division)

Tender no. WRRC/2020-21/PT/112

INTEGRITY AGREEMENT

This Integrity Agreement is made at __________ on this ______ day of ____ _, 2020BETWEENIndian Oil Corporation Limited, a company duly incorporated and validly existing under theprovisions of Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, AliYavar Jung Marg, Bandra (East), Mumbai 400051 (hereinafter referred as the ‘Principal/Owner’,which expression shall unless repugnant to the meaning or context hereof include itssuccessors and permitted assigns)And……………(name and address of the Individual/firm/Company/consortium members through_____(mention details of duly authorized signatory).hereinafter referred as the“Bidder/Contractor” and which expressionshall unless repugnant to the meaning or contexthereof include its successors and permitted assigns. PreambleWHEREAS the Principal/Owner has floated a tender (Tender No. : ) (hereinafter referred to as“Tender” and intends to award, under laid down organizational procedures, contract/s purchase

Page 75: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page75 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

order/work order for ………….. (name of contract/order) or items covered under the tenderhereinafter referred to as the “Contract”.AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,regulations, economic use of resources and of fairness/transparency in its relation with itsBidder(s) and Contractor(s).AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed IndependentExternal Monitors (IEM), to monitor the Tender process and the execution of the Contract forcompliance with the principles as laid down in this Agreement.AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into thisIntegrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms andconditions of which shall also be read as integral part and parcel of the Tender documents andContract between the parties.NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties herebyagree as follows and this Pact witnesseth as under:

Article 1: Commitment of the Principal/Owner

1) The Principal/Owner commits itself to take all measures necessary to prevent corruption

and to observe the following principles:

a) No employee of the Principal/Owner, personally or through any of his/her familymembers, will in connection with the Tender , or the execution of Contract,demand, take a promise for or accept, for self or any person, any material or

immaterial benefit which the person is not legally entitled to.

b) The Principal/Owner will, during the Tender process treat all Bidder(s) with equityand reason. The Principal/Owner will, in particular, before and during theTender process, provide to all Bidder(s) the same information and will not provideto any Bidder(s) confidential I additional information through which theBidder(s) could obtain an advantage in relation to the Tender process or the

Contract execution.

c) The Principal/Owner shall endeavour to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees whichis a criminal offence under the Indian Penal Code (IPC) /Prevention of Corruption Act,1988 (PC Act) or is in violation of the principles herein mentioned or if there be a

Page 76: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page76 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

substantive suspicion in this regard, the Principal/Owner will inform the Chief VigilanceOfficer and in addition can also initiate disciplinary actions as per its internal laid down

policies and procedures.

Article 2-Commitments of the Bidder(s)/Contractor(s)

1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to preventcorruption. He commits himself to observe the following principles during his participation

in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,offer, promise or give to any of the Principal/Owner’s employees involved in theTender process or execution of the Contract or to any third person any material orother benefit which he/she is not legally entitled to, in order to obtain in exchangeany advantage of any kind whatsoever during the Tender process or during the

execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosedagreement or understanding, whether formal or informal. This applies in particularto prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelise in

the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PCAct. Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose ofcompetition or personal gain), or pass on to others, any information or documentprovided by the Principal/Owner as part of the business relationship, regardingplans, technical proposals and business details, including information contained or

transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names andaddresses of agents/representatives in India, if any. SimilarlyBidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses offoreign agents/representatives, if any. In a tender, either the Indian agent onbehalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bidsimultaneously for the same item/product in the same tender. Further, if an agent

Page 77: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page77 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

submits bid on behalf of the Principal/OEM, the same agent shall not submit a bidon behalf of another Principal/OEM in the same tender for the same item/product.

Copy of CVC Guidelines dated 13/01/2012 is annexed hereto as Annexure A.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with eachtender as per proforma enclosed) any and all payments he has made, is committedto or intends to make to agents, brokers or any other intermediaries in connection

with the award of the Contract.

2) The Bidder(s)/Contractor(s) will not instigate any person(s) to commit offences outlined

above or be an accessory to such offences.

Article 3. Disqualification from Tender Process and Exclusion from Future Contracts1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract

has committed a transgression through a violation of Article 2 above or in any otherform, such as to put his reliability or credibility in question, the Principal/Owner isentitled to disqualify the Bidder(s)/Contractor(s) from the Tender process orterminate the Contract, if already executed or exclude the Bidder/ Contractor fromfuture contract award processes. The imposition and duration of the exclusion willbe determined by the severity of transgression and determined by thePrincipal/Owner. Such exclusion may be for a period of 1 year to 3 years as per theprocedure prescribed in the guidelines for holiday listing of the Principal/Owner.

2. The Bidder/ Contractor accepts and undertakes to respect and uphold thePrincipal/Owner’s absolute right to resort to and impose such banning.

3. Apart from the above, the Principal/Owner may take action for banning of businessdealings/holiday listing of the Bidder/Contractor as deemed fit by thePrincipal/Owner.

Article 4-Consequences of BreachWithout prejudice to any rights that may be available to the Principal/Owner under law orthe Contract or its established policies and laid down procedures, the Principal/Owner shallhave the following rights in case of breach of this Integrity Pact by theBidder(/Contractor(s):1) Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the

Bidder(s) from the Tender process prior to the award of the Contract or terminated

Page 78: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page78 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

the Contract or has accrued the right to terminate the Contract according to Article3, the Principal/Owner apart from exercising any legal rights that may have accruedto the Principal/Owner, may in its considered opinion forfeit the Earnest Money

Deposit/ Bid-Security amount of the Bidder/Contractor.

2) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of aBidder or Contractor, or of an employee or a representative or an associate of aBidder or Contractor which constitutes corruption within the meaning of PC Act, orif the Principal/Owner has substantive suspicion in this regard, the Principal/Owner

will inform the same to the Chief Vigilance Officer.

Article 5- Previous Transgression1) The Bidder declares that no previous transgressions occurred in the last 3 years with any

other Company in any country confirming to the anti-corruption approach or with anyother Public Sector Enterprise in India, that could justify his exclusion from the tender

process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from thetender process or action can be taken for banning of business dealings/holiday listing of

the Bidder/Contractor as deemed fit by the Principal/Owner.

3) If the Bidder/Contractor can prove that he has resorted/recouped the damage caused byhim and has installed a suitable corruption prevention system, the Principal/Owner may, atits own discretion, as per laid down organizational procedures, revoke the exclusion

prematurely.

Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment

in conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for anyviolation(s) of the principles laid down in this agreement/pact by any of its sub-contractors/

sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Contractors.

Page 79: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page79 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

3) The Principal/Owner will disqualify Bidders, who do not submit the duly signed Pact,between the Principal/Owner and the Bidder, along with the Tender or violate its provisions

at any stage of the tender process, from the tender process.

Article 7-Independent External Monitor (IEM)1) The Principal/Owner has appointed competent and credible Independent External

Monitor(s) (IEM) for this Pact. The task of the Monitor is to review independently andobjectively, whether and to what extent the parties comply with the obligations under this

Pact.

2) The IEM is not subject to instructions by the representatives of the parties and performshis functions neutrally and independently. He reports to the Chairman, Indian Oil

Corporation Limited.

3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, withoutrestriction, to all Project documentation of the Principal/Owner including that provided bythe Contractor. The Contractor will also grant the IEM, upon his request and demonstrationof a valid interest, unrestricted and unconditional access to his or any of his Sub-Contractor’s project documentation. . The IEM is under contractual obligation to treat theinformation and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with

confidentiality.

4) In case of tenders having value of Rs 150 Crore or more, the Principal/Owner will provideto the IEM sufficient information about all the meetings among the parties related to the

Project and shall keep the IEM apprised of all the developments in the tender process.

5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so informthe Management of the Principal/Owner and request the Management to discontinue ortake corrective action, or to take other relevant action. The IEM can in this regard submitnon-binding recommendations. Beyond this, the IEM has no right to demand from the

parties that they act in a specific manner, refrain from action or tolerate action.

6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within6 to 8 weeks from the date of reference or intimation to him by the Principal/Owner and,

should the occasion arise, submit proposals for correcting problematic situations.

Page 80: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page80 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiatedsuspicion of an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not,within reasonable time taken visible action to proceed against such offence or reported itto the Chief Vigilance Officer, the IEM may also transmit the information directly to the

Central Vigilance Commissioner.

8) The word “IEM” would include both singular and plural.

Article 8- Duration of the PactThis Pact begins when both the parties have legally signed it. It expires for the Contractor 12months after the completion of work under the Contract, or till the continuation of defect liabilityperiod, whichever is more and for all other Bidders, till the Contract has been awarded.If any claim is made/lodged during the time, the same shall be binding and continue to be validdespite the lapse of this Pact as specified above, unless it is discharged/determined by theChairman, IOCL.

Article 9-Other Provisions1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head

Office/Head Quarters of the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been

made.

3) If the Contractor is a partnership or a consortium, this Pact must be signed by all thepartners and consortium members. In case of a Company, the Pact must be signed by a

representative duly authorized by board resolution.

4) Should one or several provisions of this Pact turn out to be invalid, the remainder of thisPact remains valid. In this case, the parties will strive to come to an agreement to their

original intentions.

5) Any dispute or difference arising between the parties with regard to the terms of thisAgreement/Pact, any action taken by the Owner/Principal in accordance with this

Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 10- LEGAL AND PRIOR RIGHTSAll rights and remedies of the parties hereto shall be in addition to all the other legal rights andremedies belonging to such parties under the Contract and/or law and the same shall be deemedto be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of

Page 81: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page81 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

brevity, both the Parties agree that this Pact will have precedence over the Tender/Contract

documents with regard to any of the provisions covered under this Pact.

IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date firstabove mentioned in the presence of following witnesses:

_________________________

(For and on behalf of Principal/Owner)

__________________________

(For and on behalf of Bidder/Contractor)

WITNESSES:

1. _____________ (signature, name andaddress)

_________________

2. ___________ (signature, name and address)_________________

Note: In case of Purchase Orders wherein formal agreements are not signed references towitnesses may be deleted from the last part of the Agreement.

Page 82: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page82 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-10(On Non-Judicial Stamp Paper as prescribed in the respective State)

UNDERTAKING BY TENDERER ON ABS, VTS, LOCKING SYSTEM, OVERSPILL SENSOR& REVERSE AUCTION

I/We _________________________________ S/o Sh. ___________________ resident of________________ (Sole Proprietor/ Partnership firm/Company/Cooperative society)__________________ do hereby solemnly affirm and declare as under :

1. I/We undertake to provide AntiLock Braking system (ABS), Vehicle Tracking system (VTS),Stainless Steel Locking system (SSLS) including e-Locking, Overfill Protection System (OPS)and Manhole Hole cover of approved make & as per the specifications / drawings providedin the tender for the TTs before issuance of Work Order.

Page 83: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page83 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2. I/We undertake and agree to maintain Vehicle tracking system allied fittings provided onour tank trucks in working condition at all times. I/We shall be entirely responsible fortampering of VMU or its fittings on all our tank trucks. I/We authorize IOCL to recoverexpenses incurred on the monitoring of Vehicle Tracking system, viz., Monthly charges,Web hoisting charges, Equipment cost etc., GeoRTD and e-Locking system (whenprovided) either in one time Capex basis or monthly Opex basis from us. IOC may recoverall such expenses involved in upgrading the hardware/software from time to time from us.

3. I/We have read, understood and accept all the procedures of Electronic Bidding (ReverseAuction) & agree to participate in the Reverse Auction process as advised. Non-participation in the Reverse Auction process will lead to rejection of the bid without anyfurther evaluation.

Place:

Date:

Signature____________________Name of Person signing___________________

Tenderer's Name and address with seal___________________

Attachment- 11

(On Non-Judicial Stamp Paper as prescribed in the respective State)

BANK GUARANTEE

1. In consideration of IOC having its registered office at G-9, Ali Yavar Jung Marg, Bandra (E),Mumbai- 400 051 (hereinafter called "The Company") having agreed to accept bankguarantee from M/s ____________________(Hereinafter called "the said Carrier(s)")under the terms and conditions of an Agreement dated ___________ made between_________________ the Company______________ and the Carrier(s) ____________(hereinafter called "the said Agreement") in lieu of the Security Deposit for the duefulfillment of obligations by the said Carrier(s) of the terms and conditions contained in thesaid Agreement on production of Bank Guarantee for Rs. _________ (Rupees________________ only), We ____________________(name of Bank) (hereinafter

Page 84: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page84 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

referred to as "Bank") at the request of M/s _______________________ (Carrier(s)) dohereby undertake to pay to the Company an amount not exceeding Rs. ________(Rupees _________________ only) against any loss or damage caused to or suffered orwould be caused to or suffered by the Company by reason of any breach by the saidCarrier(s) of any of the terms and conditions contained in the said Agreement.

2. We ______________ (name of the Bank) do hereby undertake to pay the amounts dueand payable under this guarantee without any demur, merely on a demand from theCompany stating that the amount claimed is due by way of loss or damage caused to orwould be caused to or suffered by the Company by reasons of breach by the said Carrier(s)of any of the terms and conditions contained in the said agreement or by reason of theCarrier’s failure to perform the said Agreement. Any such demand on the Bank shall beconclusive as regards the amount due and payable by the bank under this guarantee.However, our liability under this guarantee shall be restricted to an amount notexceeding Rs. _________________ (Rupees _________________ only).

3. We undertake to pay to the Company any money so demanded notwithstanding anydispute or disputes raised by the Carrier(s) in any suit or proceeding pending before anyCourt or Tribunal or Arbitrator relating thereto our liability under this present beingabsolute and unequivocal. The payment so made by us under this guarantee shall be avalid discharge of our liability under this guarantee for payment there under andthe Carrier(s) shall have no claim against us for making such payment.

4. We______________ (name of Bank) further agree that the guarantee herein containedshall remain in full force and effect during the period that would be taken for theperformance of the said agreement and that it shall continue to be enforceable till all thedues of the Company under of by virtue of the said Agreement have been fully paid and itsclaims satisfied or discharged or till the Company certifies that the terms and conditions ofthe said Agreement have been fully and properly carried out by the said Carrier(s) andaccordingly discharge this guarantee. Unless a demand or claim under this guarantee ismade on us in writing on or before _____________ we shall be discharged from allliabilities under this guarantee thereafter.

5. We _______________________ (name of Bank) further agree with the __________Company that the Company shall have the fullest liberty without our consent and withoutaffecting in any manner our obligations hereunder to vary any of the terms and conditionsof the said Agreement or to extend time of performance by the said Carrier(s) from time totime or to postpone for any time or from time to time any of the powers exercisable by theCompany against the said Carrier(s) and to forbear or enforce any of the terms andconditions relating to the said Agreement and shall not be relieved from our liability byreason of any such variation or extension being granted to the said Carrier(s) or for anyforbearance, act or omission on the part of the Company or any indulgence by theCompany to the said Carrier(s) or by any such matter or thing whatsoever which under thelaw relating to sureties would but for this provisions have effect of so relieving us.

6. This guarantee shall not be discharged due to the change in the constitution of the Bank orthe Carrier(s).

Page 85: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page85 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

7. We ___________________ (name of the Bank) lastly undertake not to revoke thisguarantee during its currency except with the previous consent of the Company in writing.

Dated ____________________ day of ____________ 20__.

For __________________________(Indicate name of the Bank)

Attachment-12

BULK PETROLEUM PRODUCTS ROAD TRANSPORT AGREEMENT

THIS AGREEMENT made ______________ day of ________ 20__ between Indian Oil CorporationLimited a Company registered under Indian Companies Act, 1913/1956 having registered office atG-9, Ali Yavar Jung Marg, Bandra (E), Mumbai- 400 051 hereinafter called `THE COMPANY' (whichexpression unless repugnant to the context shall include its successors and assigns) of the ONEPART

andM/s _______________________________________ a Proprietorship / Partnership Firm / PrivateLimited / Limited Company having registered office / place of business at___________________________ hereinafter called “THE CARRIER” or Carrier (which expressionshall be deemed to include legal heirs and executors of the present constituents in case of firm orofficial liquidator in case of Company) of the OTHER PART.

Page 86: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page86 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

WHEREAS the Company is engaged in refining Crude oil and storing, distributing and selling of thepetroleum products and for this purpose require Tank Trucks for Road transportation of bulkpetroleum products from their various storage points to customers / other storage points.

WHEREASthe Carrier is engaged in the business of operating Tank Trucks and is interested inabove transportation job of the Company.

WHEREAS the Carrier has offered its services of transportation of POL product and the Company isagreeable to accept the same on certain terms & conditions.

Now therefore, it is agreed between the parties as follows: -

1. The Carrier shall provide the Company with _____ no. of Tank Trucks for transportingpetroleum products as per LOA / Work Order issued by the IOCL. Carrier has certified thatit is the owner and also sufficiently entitled to operate these Tank Trucks throughout theAgreement period and these Tank Trucks are not under Agreement with any other party.Further, these Tank Trucks shall remain under exclusive use with the Company throughoutthe Contract period.

2.a. Each of the Tank Truck would be attached to a particular loading location / storage point of

the Company as per LOA / Work Order issued by IOCL. The Tank Truck shall be required tocarry bulk petroleum products from the particular loading location to Company's RetailOutlets / Consumers / other storage points as would be instructed by the Company from timeto time.

b. Closure of a location without resitement- In the event of closure of a location withoutany resitement, Company reserves the right to terminate the Contract by giving six month’sadvance notice without being liable to give any reason or pay any compensation whatsoeverto the Carrier due to closure.

c. Resitement of an old top loading location to a new top loading location - In case alocation is closed and resited to a new location (where closed location and resited locationare both top-loading locations), Company will have right to direct Carriers to shift to the newlocation without any compensation and at the same rates, terms and conditions.

Those Carriers who wish to withdraw from the pool or not offer TTs at the same terms &conditions will be allowed to do so. In such an event where Company will require additionalTTs (gap created from NIT Nos. vs. TTs not offered during re-sitement) option will be givento existing willing Carriers to bridge the gap through a gate notice and if requirement is notmet from existing Carriers, then, Company reserves the right to go for NIT or Public EOI.

Page 87: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page87 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

d. Resitement of an old top loading location to a new bottom loading location –In theevent of re-sitement of a location, which was having top TT loading facility to a new locationhaving bottom TT loading facility, Company reserves the right to direct the existing Carriersto convert their vehicle into bottom loading TT and utilize the TT with an incrementaltransportation rate of Rs.0.20 per KL per KM in BFDZ rates as compared to prevailingtransportation rate of old location with top loading TTs. FDZ rates will be new BFDZ rates (forup to 500 RTKM) X Break Even KMs.

In the event sufficient TTs are not available, due to conversion, Company reserves the rightto go for NIT or Public EOI for the balance number of tank trucks.

e. Converting one top loading location into a bottom loading location - In the event ofconversion of a location from top loading TT to bottom loading TT with all Bottom Loadingfittings as prescribed by IOCL, Company reserves the right to direct the existing Carriers toconvert their top loading TTs into bottom loading TT with an incremental transportation rateof Rs.0.20 per KL per KM in BFDZ rates as compared to prevailing transportation rate of oldlocation with top loading TTs. FDZ rates will be new BFDZ rates (for up to 500 RTKM) XBreak Even KMs.

In the event sufficient TTs are not available, due to conversion, Company reserves the rightto go for NIT or Public EOI for the balance number of tank trucks.

f. In case of exigency, Company would be entitled to utilise any Tank Truck attached to aparticular loading location for bringing the petroleum products (bridging) from anotherloading location to the base loading location, where the Tank Truck is contracted. In suchevent, the rate as detailed in LOA / Work Order issued to the Carrier at the base loadinglocation shall be applicable. In case of any disputes arising out of such movements, the termsand conditions including Arbitration Clause of this Agreement would be applicable.

g. IOCL shall have the right to assign the TTs under contract in any location to any contract inany other State Office / Region / location, on any route, temporarily or permanently, and thedecision of IOCL shall be final and binding on the carriers / contractors. In such case if theTT is assigned to any other contract in any other location, the applicable transportation ratewill be the existing rate applicable to the Carrier at his base location or the L1 rate of the newlocation, whichever is higher.

h. In case the Company desires to change the basis of loading of Tank Truck i.e. volume toweight or vise versa, the transportation rates shall be altered taken into account of variousfactors such as density, temperature, etc, of the products for determining standardconversion factor at the discretion of Company.

i. In case of exigency, whereever required Company may ask the existing Carriers to offer theirMS/HSD TTs which are already under this contract, through Gate Notice for ATFTransportation after Sand Blasting/Epi-coating/upgrading as per QC norms at the same rates,terms and condition finalized through this tender.

j. IOCL shall have the right to use the TTs under this contract for transportation of any WhiteOil Petroleum Products & Biofuels and/or Blended fuels at the same rates terms & conditions.

Page 88: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page88 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

k. Company shall be free to engage one or more additional Carriers, either to run concurrentlyor separately, for transportation jobs from the same loading location.

3. Carrier shall ensure that Tank Trucks listed in the LOA / Work Order are:

(a) Maintained in sound mechanical conditions and having all the fittings up to the standards laiddown by the Company from time to time.

(b) Meeting the following:i. Tank truck are to be painted as per the style of IOC color scheme at the cost of Carrier.

Additional declarations are made in Emergency Information Panel, logos andadvertisement of the specified Brand names as directed by IOC, etc is painted at thecost of Carrier. The Carrier shall ensure that panels are provided on the tank truck fordisplay of Oil Company Brands as specified by Oil Company on regular basis. TheBranding specifications (Painting & Vinyl stickering) as detailed in the Tender shallbe complied with.

ii. Any infringement, unauthorized usage or misuse of Trademark or Branding includingLogos of Indian Oil or its products, on tank trucks, shall be illegal. Indian Oil shall beentitled to take all appropriate actions including criminal prosecution against suchviolation / infringement under law. The carriers shall forthwith cease and desist fromusing the Trademark or Branding including Logos of Indian Oil or its products, on tanktrucks, in any unauthorized manner after the expiry/termination of the contract.

iii. Tank trucks chambers are cleaned periodically as directed by IOC from time to time.

iv. All tank trucks must be fitted with standard type retractable safety seat belts for bothdriver & cleaner.

v. Crew members report in neat & clean uniform.

vi. Safety helmets/safety shoes for crew members.

vii. Have adequately trained Crew (driver and cleaner) for efficient operations andtraining to TT drivers under Motor Vehicle Act & obtaining the endorsement on thedriving license from RTO would be the responsibility of Carrier.

viii. Drivers’ health check up and medical certificate is submitted to location at the time ofengaging and subsequently once in six months.

(c) Confirm to the statutory regulations like Indian Petroleum Act, Petroleum Rules, MotorVehicle Act etc. as applicable from time to time.Explanation for one factorAs per the petroleum rules 2002, clause 64, the net carrying capacity of a tank shall be97% of its gross carrying capacity in case of Petroleum Class ‘A’ and Petroleum Class ‘B’and 98% in case of Petroleum Class ‘C’. The maximum safe carrying capacity (in weight)of petroleum that can be carried in a tank vehicle shall not exceed the difference betweenthe unladen weight of the vehicle and the maximum gross weight permitted for the Classof vehicle under the appropriate transport regulations.

Page 89: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page89 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(d) Properly calibrated / stamped under the Weights & Measures Act. These shall be calibratedfor single capacity up to maximum permitted under Motor Vehicles Act. Company would beentitled for insisting for calibration at Company's premises at the cost of Carrier.

(e) Be equipped with sufficient number of nitrilerubber hoses having suitable couplings atboth ends, bonding/ earthing with heavy-duty crocodile clips and dip-rods duly certified byWeights & Measures Department.

(f) The officials of the Company would be entitled to inspect at any time, the Tank Trucks and/ or the documents of the Carrier / its crew is liable to carry under any statute / regulationor this Agreement. Further, Carrier shall submit to the Company certified true copies ofcalibration certificate and Explosive Licence and their renewals for every Tank Truck.

(g) IOCL can appoint third party for verification of documents, inspection of tank trucks forconstruction of tank, safety fittings, etc, as per approved explosive drawing, IOC’s safetyaspects requirements and other specific requirements such as security locking system,vehicle tracking system, Over Fill Prevention Device, bottom loading arrangements, colourscheme of tank trucks, etc.

(h) Anti-Lock Braking System: All tank trucks offered for carrying hazardous goods shall befitted with Anti-Lock Braking System conforming to IS:11852:2003 (part 9). Carrier shallprovide certificate w.r.t. ABS provision on tank truck.

(i) Datum plate of size 100 x 100 mm and of thickness 5 mmshall be welded exactlybelow the dip pipe.(The thickness mentioned above to supersede the thickness mentionedin ITDG)

4.(a) The Tank Trucks listed in the LOA / Work Order shall be made available to the Company at

all times during the Agreement period at the loading location. In case of non/irregularreporting action will be taken as per ITDG including blacklisting of TTs/Terminationofcontract.

(b) If a TT does not report to loading location for loading for a continuous period of 7 days in acalendar month or 10 days cumulative in a calendar month, a penalty of Rs. 20,000/- plusapplicable GST will be levied by way of auto debit from the transport bill.

(c) If TT remains non-reported for continuous 90 days, the TT will automatically be removedfrom contract and a penalty of Rs.200,000/- plus applicable GST will be imposed on thecarrier by way of auto debit and further action as per ITDG shall be taken.

(d) In case the non-reporting of TT is conveyed to Location In-charge for valid reasons likeAccident, Maintenance of TT etc., and approved in system, such cases are exempted fromabove penalty.

(e) RO Dealer TTs inducted through (EOI) are exempted from the penalty stated above as theTT may report only when load is required for the Dealer / Consortium partners.

Page 90: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page90 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(f) Due to local constraints for physical checking of TTs all at a time, WO can be issued forsuch TTs which are physically checked by location and complying to the requirements. Theutilisation of TTs for loading can be done by the location for the TTs which are physicallychecked and WO issued by State Office. Transportation payment will be released only afterissuance of Work Order for all the TTs mentioned in the LOA.

(g) For Transporters participating in Tender :(i) In case the carrier fails to produce all TTs for physical verification & does not place all

the ready built TT for loading within 45 days from the date of LOA and TTs offeredunder Purchase Invoice/Booking slip within 3 months from the date of LOA, the WOissued for the TTs of the carrier in multiple spells shall be cancelled. No payment shallbe made for the work undertaken during the period and the Security Deposit shall alsobe forfeited.

(ii) In case carrier fails to position entire fleet for loading as per LOA, the whole contractwill be terminated and the carrier will be placed on Holiday listing apart from forfeitureof SD/EMD.

(iii) In case any of the Tank Trucks is not made available by the Carrier on any day,Company would be free to use the services of any other Tank Truck and recover the

difference in transportation charges from the Carrier.

For RO Dealers/ Direct Consumers participating in EOI : In case RO Dealer/DirectConsumer does not place the TT for loading within 15 days from the date of WO or 45days from the date of LOA (for top loading location) and within 90 days from the date ofLOA (for bottom loading location), the TTs offered by the RO Dealer/Consumer in EOI shallbe placed on Holiday Listing apart from forfeiture of EMD/SD

(h) In the event of breakdown or major repair of any of the Tank Truck, Company at its solediscretion, may accept any other Tank Truck of the Carrier for the period of break-down /major repair. Further, in the event Carrier request for the replacement of Tank Truck/s,Company at its sole discretion may accept the same.

(i) During the contract period, age of the Tank Trucks should not exceed 15 years or asprescribed by local laws whichever is less. Company shall remove the Tank Trucks attainingthe 15 years age, during the contractual period. Carrier shall ensure replacement withanother Tank Truck of higher capacity (>18KL TT) of BSIV or higher model within 30 days.Otherwise, Company shall be free to engage any other Tank Truck. Dispensation beyond30 days can be with the specific approval of State Operation Head.

(j) In case the carrier withdraws his TTs during the period of contract, for any reason(including the vehicles attaining maximum age and unable to submit replacement TT in theplace of old TT within 1 month of withdrawal), a facilitation charge of Rs.50,000/- per TTshall be levied which shall also attract GST as applicable.

(k) In case due to sudden reduction of IOCL business at a particular location if there is drasticfall in the RTKM of the TTs, IOCL at its discretion may foreclose the WO for some of theTTs for the balance period of contract and release them from the contract. For thispurpose, the IOCL shall give equal opportunity to all the carriers without any facilitation

Page 91: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page91 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

charge. In case IOCL requires additional TTs in future, the same carriers will be givenpreference for induction of additional TTs for the same location in future.

(l) The above provision of Withdrawal of TT or Cancellation of WO of any TT will be applicableonly after one year from the date of the work order.

(m) The above is applicable to all cases of TT replacement viz., TT attaining maximum age,Accident or any other reason.

5.(a) Carrier shall be responsible for all taxes, transit, levies and other costs of running the Tank

Trucks/transportation business (except GST on transportation, that will be borne by theCorporation), which shall also include-

i) Salary, wages and other benefits and claims of Crew of Tank Trucks and allmembersof Carrier's staff. Carrier shall make the payment of wages by crediting the bankaccount of the person employed after obtaining the provisions of Payment of WagesAct, 1936.

ii) Payment of road tax, insurance and any other fees like permit, route fee etc., levied bystatutory authorities of the base State. For any inter-State movement, taxes will bereimbursed by IOC on production of Original Receipts.

iii) Cost of fuel, lubricants, tyres, repair etc;iv) Calibration fees and other fee payable to Weights & Measures Department;v) Compensation or any other benefit payable to Tank Truck Crew and it’s other staff or

third party under any statute or regulation both under regular working and arisingfrom accident including damage caused to the person or property of the Company.

(b) All Carriers will give confirmation in their letter head once in a year that they areconfirming to all applicable statutory obligations including minimum wages in respect oftheir TT crew. The transport crews (drivers / cleaners) employed by transporters and IOCLis not the Principal Employer

(c) Payment of toll tax, bridge and Octroi (if not paid through Cash Less Toll Transaction(CLTT)) will be reimbursed at actual on production of receipts. The Carriers should submitreceipts of toll tax, / octroi/ bridge along with the concerned copy of invoice to the locationfor reimbursement. This reimbursement claim has to be taken by the Carrier within threemonths and company will not be under obligation to make such payment after expiry ofthree months, if the same is not claimed by the Carrier within three months of closure ofthe month to which the bills pertain. Any kind of claim of the Carrier will not be entertainedif submitted after three months of tender expiry. The Carriers shall have to intimate to thesupply location-in-charge in writing, the introduction of new toll gates/octroi along withnotification, failing which toll claim for the intervening period (date of introduction of newtoll and date of claim) will not be reimbursed. On location receiving this information fromthe Carrier, will intimate pricing and retail sales for incorporating in price build-up of thedealer / consumer.

(d) Carrier shall indemnify and keep Company indemnified against any loss/ damage whichCompany may suffer as a result of non compliance of above requirements. In case,Company is made liable to pay any part of cost, the same shall be recovered from the

Page 92: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page92 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Carrier, any payment due within this contract or otherwise. The Company shall not beobliged to contest any claim made upon it for payment.

(e) It is agreed that the Tank Trucks covered by this Agreement shall operate at the sole riskof the Carrier. In no case, Company would be held responsible for any loss or damagedone to / by the Tank Truck while on the Company's work or parked in their premises oranywhere else.

(f) Carrier shall make their own arrangement for parking of their vehicle overnight and / orduring holidays.

(g) The Carrier shall comply with all statutory provisions relating to his trade / business /profession including his own employees or employees engaged by the Carrier and IOCLshall not be responsible for his omission or commission.

(h) Carrier shall give confirmation in their letter head once in a year during contract period thatthey are conforming to all applicable statutory obligations including minimum wages inrespect of their TT crew.

6(a) The Company shall pay to the Carrier either through electronic payment system in voguefor the transportation work undertaken from the loading location and at the rates detailedin LOA / Work Order. This rate shall be valid for all roads and weather conditions and arecalculated from loading location.

(b) The above rates are subject to escalation / de-escalation as per formula given in SchedulesA, B & C of the tender document.

On escalation of rates as per Schedule C at the end of the third year, further escalation onthis rate for 4th and 5th year will also be guided by escalation/de-escalation as per ScheduleA & B of the tender document.

(c) The transport charges payable under this Agreement are based on shortest route approvedby the Company on the round trip basis (called RTKM). A list of current RTKMs applicableto storage points where subject Tank Trucks are based, are available with concernedstorage point.

In the event the distance for a particular RTKM gets reduced / increased, it shall be theresponsibility of the carrier to bring the same to the notice of the company, in writing,forthwith. On receipt of this information the company shall re-verify the RTKM andcommunicate the new approved route to the carrier. The date of such first writtenintimation to the Company by any of the Carrier shall be the basis for reduction / increasein RTKM.

In case of failure of the carrier to give such intimation to the Company, the date mentionedin the written communication issued by the concerned local Govt. Authorities / theCompany shall be binding on the Carrier and the Company for the purpose of revision ofRTKM payable / recoverable on account of such revision. The date of intimation by theCarrier or the effective date mentioned in the written communication of the Government /Company, whichever is earlier, shall be the date from which the increase / decrease in

Page 93: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page93 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

RTKM to be made effective. No recovery / payment shall be made, if variation in RTKMs iswithin the limit of +/- 10 RTKM upto a distance of 750 RTKMs and +/- 20 RTKMs fordistance beyond 750 RTKMs, however, company at its sole discretion may revise theselimits from time to time which shall be binding on the carrier.

(d). The XTRAPOWER Fleet Card program is a complete smart card-based fleet managementsolution for fleet operators and corporate for cashless purchase of fuels & lubricants fromdesignated retail outlets (petrol pumps) of Indian Oil through flexible prepaid and creditfacilities. The fleet card also offers exciting rewards along with benefits like personalaccident insurance cover and vehicle tracking facilities. Any business entity owning oroperating a vehicle fleet can become a member of the XTRAPOWER fleet card program.Each fleet owner is issued a Fleet Control Card and vehicle-specific Fleet Cards for everyvehicle enrolled under the program. For enhanced security, the fleet card transactions areauthorized through a unique Personal Identification Number (PIN). Moreover, the card canhelp track each vehicle's movement across remote corners of the country, leading toimprovement in vehicle utilization and route compliance. XTRAPOWER is also backed byIndian Oil's vast infrastructure network and web-based support services. For detailed termsand conditions, you may visit our website at https://www.iocxtrapower.com/ or contact ourfleet card manager stationed at GSO retail section.

Upon signing of transport agreement, the carrier shall be automatically enrolled withThe XTRAPOWER Fleet Card program free of cost and 25% amount payable under his eachtransportation bill will be credited to his fleet card CCMS account. 25% referred above canbe increased as per Carriers request. In case at any time the carrier wishes to opt out ofthis program, he may do so by making a written request to location or he may also opt outfrom the program by submitting an online request by visiting following webaddresshttps://www.iocxtrapower.com/

(e) Company reserves the right to use the Tank Trucks on their return trip based onCompany's own operational convenience / requirement for delivery of petroleum products.Payment in such case would be made only to the extent of any additional distance coveredbeyond the normal RTKM route for which the movement was undertaken.

(f) The procedure for payment of transport bills and reimbursement of entry / transit / bridge/ toll tax / octroi charges prevalent in the Company from time to time would be binding onthe Carrier.

(g) The Company has not guaranteed any minimum billings / mileage or loads for any periodwhatsoever. Hence, Company shall not be responsible for their inability in offering any loadon any day or during any particular period and no idle charges etc. would be payable.

(h) The Company shall endeavor to arrange unloading of the Tank Trucks within reasonabletime. However, no detention charges etc. are payable if, for any reason, such unloading isdelayed at the receiving location.

(i) The Carrier shall provide consignment notes for each consignment loaded on a daily basisto the loading location.

Page 94: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page94 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

7(a) The carrier shall deposit a sum of Rs. 8,00,000/- as Security Deposit for due fulfillment ofterms of this Agreement. This sum shall not bear any interest. Further, Company wouldaccept bank guarantee of the balance amount (Rs. 80000/- as DD and balance as BankGuarantee) valid till 6 months after the expiry of the Agreement as part of SecurityDeposit. Security Deposit for Carriers under SC/ST category and for RO Dealers/Consumersfor own supply shall be Rs 50,000/- per contract.

(b) SD will be forfeited in case of transportation Contract termination/ blacklisting. Companyshall be entitled to adjust any sum due to it from the Security Deposit amount and / or anytransport / other charges / dues pending for payment to the Carrier against any othercontract. The decision of the Company shall be final and binding on the Carrier.

8(a) The Carriers shall be responsible for loading and discharging of the Tank Trucks. All theinstructions of the Company with regard to the same shall be binding on the Carrier.

(b) Only the Crew of the Tank Truck and authorized representative of the Carrier shall beallowed entry inside the Company’s loading / unloading locations.

9(a) The Carrier shall be responsible for quantity and quality of the products received by him fortransportation. It shall be responsibility of the Carrier to check the quantity and quality ofthe products received by him at the Dispatch Storage Point before acknowledgement of theproducts. Acknowledgement by any member of Crew of the Tank Truck or by any otherauthorized person of the Carrier by way of signing on the Challan or any other DispatchDocument shall be sufficient proof of acceptance of product quantity and quality by theCarrier. The Carrier shall be responsible of the products till the products are acknowledgedat the Receiving location.

(b) The Carrier shall comply with and give full cooperation to the Company in meeting therequirement of prevailing ‘Marketing Discipline Guidelines’ as applicable to them. A copy ofthe ‘Marketing Discipline Guidelines’ can be obtained from the Company, or downloadedfrom IOCL’s website,and Carrier must acquaint themselves with the same before operation.

(c) If any shortage in quantity and / or variation in quality of product is found at any stageafter Tank Truck leaves the Dispatch Storage Point up to Receiving location, the Carriershall be responsible for the same irrespective of reason and Company would be entitled tofollowing -

(i) In case of quantity shortage of MS/ HSD/ Branded Fuels or any other POL product,recovery shall be made at the retail-selling price at the dispatch location or nonsubsidized market determined price of such product, whichever is higher andtransportation charges for the shortage quantity.

(ii) Without prejudice to any other right of Company including the right for termination ofagreement in case of variation in quality, Company at its' discretion may dispose offthe contaminated product and all expenses / losses and cost of product in thisconnection as determined by the Company shall be recoverable from Carrier.

(d) GST as applicable will also be charged/recovered from the carrier for any recovery towardsshortages/penalty/fine etc.,

Page 95: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page95 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

10. Carrier shall be responsible for ensuring that:

a) Rules and regulations of the Company in force are followed by him, his staff and Crew ofTank Truck.

b) All fittings in TT should be ISI marked. Each TT should carry two portable ISI marked 9KGs DCP fire extinguisher in an easily accessible position away from the TT unloadingfacilities and one portable 1 KG CO2 / DCP / Approved equivalent fire extinguisher in driverscabin. Company may ask for additional fittings / equipments as per requirement.

c) Each TT should have security locking system arrangement as required by the company.d) Any security system (including e-digital locking system) decided by company to guard

against malpractices shall be unconditionally accepted by carrier. Cost of modification /modifications of fittings if any on TT shall be borne by Carrier. However, modificationrequired for digital locking system shall be borne by e-locking vendor. Carrier shall beresponsible for safety / maintenance of such security systems.

e) Any Vehicle Tracking System (VTS) (for e.g.: Global Tracking System) decided by theCompany to track the movement of the Tank Truck shall be unconditionally accepted bythe Carrier. The Carrier shall co-operate with the VMU/VTS Vendor nominated by IOCL forinstallation of Vehicle Mounted Unit (VMU) along with fittings on all the tank trucks asspecified by IOCand up-gradation of VMUs and allied fittings/ system as and whendirected by IOC. The Carrier shall be entirely responsible for tampering of VMU or itsfittings. In case of not working of VMUs, company reserves the right of not accepting suchtank trucks for loading and utilizes the services of other tank trucks. Carrier shall beresponsible for safety / maintenance of the equipment and in case the equipment is lost /damaged due to any reason, recovery of the cost of VMU shall be made from the Carrier.This is in addition to action as per provisions in ITDG.

f) IOCL shall recover all expenses incurred related toInstallation & Maintenance of VMU/Monitoring of VTS in one time CAPEX or monthly OPEX basis from the Carrier.

g) Provision of overspill sensor (Over Fill Prevention Device) on the tank truck as specified byIOC whenever required. The carrier shall be required to get overspill sensor of approvedmake provided on the tank truck thru’ PESO approved tank lorry tank fabricator.

h) Provision of Manhole covers of approved make & as per specifications & drawingsmentioned in the tender.

i) Tank Truck delivers the product to the consignee specified.j) The Crew has the correct delivery documents and TREM-Card.k) Tank Truck follows the normal / approved route from loading location to receiving location.l) Average trip-time is maintained.m) Signature of recipient is obtained on the delivery documents.n) Handover receipted delivery documents before accepting next load. In case, return of Tank

Truck is delayed for any reason whatsoever, such documents and remittance are to bereached to the loading location within 24 hours of completing the delivery.

11. While performing the trip for the Company under the terms of this agreement the Carriershall take all necessary steps and exercise due diligence to prevent any accident to theTank Truck and products. However, in case of accident taking place during transportationthe Carrier shall:

(a) Arrange conveying of information to dispatch storage points as also nearest police station;(b) Guard the Tank Truck and product till arrival of rescue agencies;(c) Arrange another fit Tank Truck to salvage the product from Accident Tank Truck;

Page 96: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page96 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(d) Bring such trans-shipped / salvaged product to Dispatch Storage Point or other location asdirected by the Company at Carrier's cost.

(e) Be responsible and liable for loss / claims as determined by the Company.

12(a) Carrier shall be responsible for any damage or loss caused to the Company’s product orproperty by negligence or default of it’s Crew, authorized representative or Tank Truck.This shall also include confiscation of Company's product delivered to the Carriers by anystatutory authorities.

(b) The carrier should strictly adhere to “Industry Transport Discipline Guidelines”(ITDG)asenumerated in Annexure to this agreement and to any amendment issued from time totime.

13(a) The Carrier shall not be entitled to change the ownership of / their right on the TankTrucks or assign, subrogate, sublet or part with it's right, title and interest under thisAgreement for any reason whatsoever.

(b) The Carrier shall not cause or allow any change in the constitution of its firm withoutobtaining the previous written consent of the Company.

14. Neither party to this Agreement shall be liable for the non-performance of any of itsobligations under this Agreement so far as such non-performance is occasioned byconditions of the force majeure. The Force Majeure means natural calamities like floods,earthquake and other acts of God and riots, etc.

The affected party shall give the notice to the other party of occurrence of any suchcalamities within a period of 24 hours of occurrence of such calamities. The performance ofthe respective obligations of the parties under this Agreement shall be resumed as soonsuch calamities, which have resulted in the non-performance cease to occur.

15. This Agreement shall be valid for period of three years from the effective date as given inthe LOA / Work Order with option at the sole discretion of Company to extend the same upto two more years on same terms and conditions. However, Company reserves the right toterminate this Agreement by giving two months advance notice without being liable to giveany reason or pay any compensation.

Notwithstanding anything to the contrary contained hereinabove, Company reserves theright to terminate this Agreement forthwith upon or at any time after happening of any ofthe following -

(a) If the Carrier, its' proprietor or any partner is adjudicated insolvent or become bankrupt orgoes into liquidation whether voluntary or otherwise.

(b) If attachment in execution of a decree is passed against the Carrier, its proprietor or any ofits' partners.

(c) If road permits or statutory licenses / permissions granted to Carrier / it's Tank Trucks bytransport or any statutory authorities is cancelled or revoked.

(d) If any of the information/document submitted by the Carrier in the tender is found to befalse/forged at any time.

(e) Breach of any of the terms or conditions of this Agreement by the Carrier.

Page 97: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page97 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

(f) If the Carrier commits or suffers to be committed any act which in the opinion of theCompany whose decision shall be final, is prejudicial to the good name / image of theCompany or its’ products or its services.

(g) If the Carrier causes disruption in transportation of bulk petroleum products. The decisionof Company shall be final and binding on the Carrier.

16. Demise of Carrier during the contract period

In case of RO Dealer as Carrier :-

For Proprietory Firm : In case of death of RO dealer as a proprietor, after placement of WOand during contract period, TT can be used on adhoc basis by legal heirs of the deceasedproprietor in case of proprietorship subject to obtaining of “Undertaking cum indemnityBond” from the legal heirs till the reconstitution and necessary amendments in RC book andExplosives License.

For Partnership Firm : In case of death of RO dealer as a partner in the partnership firm,after placement of WO and during contract period, TT can be used on ad hoc basis by thesurviving partner(s) in case of partnership firm subject to obtaining of “Undertaking cumindemnity Bond” from the legal heirs or surviving partner(s) till the reconstitution andnecessary amendments in RC book and Explosives License.

In case of Transporter as Carrier :-

For Proprietory Firm:Utilization of TT will be stopped and can be used only after re-constitution of proprietorship and transfer of TT &licences on legal heir and after obtainingno objection certificate from other legal heirs. Necessary Bulk POL agreement to be signedwith reconstituted firm proprietor.

For Partnership Firm:Utilisation of all TTs under contract will be stopped and can be usedonly after proper reconstitution with Registrar of firms. Also the TT of deceased partner canbe used only if it is transferred along with licences to any of partners of the reconstitutedfirm. Necessary Bulk POL agreement to be re-signed with reconstituted partners of thepartnership firm.

17. The legal representatives of the deceased partner or the retiring partner himself shall beliable for all the obligation of the carrier incurred up to the date of death or retirement.Company shall account for Security Deposit to the legal heirs of re-constituted firm. Thedeath or retirement of any proprietor/partners shall be notified by the Carriers to theCompany in writing within 96 hours of such death or retirement.

18. If any dispute or difference of any kind whatsoever shall arise between the Parties inconnection with or arising out of this Agreement, such dispute or difference shall be resolvedthrough arbitration as per the procedure mentioned herein below:

i. The dispute or difference shall be referred to a sole arbitrator.

j. The arbitration shall be through …………………………“Name of Institutional ArbitrationForum”

Page 98: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page98 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

k. The Rules of the above-mentioned Institutional Arbitration Forum shall be applicable tothe arbitral proceedings.

l. The Indian Arbitration and Conciliation Act 1996 and Arbitration and Conciliation(Amendment) Act 2015 or any statutory modification or re- enactment thereof and therules made there under for the time being in force shall apply to the arbitrationproceedings under this clause.

m. The seat of arbitration shall be …………….

n. The proceedings shall be conducted in English language.

o. The cost of the proceedings shall be equally borne by the parties, unless otherwisedirected by the sole arbitrator.

p. The following shall not be referred to arbitration:

i. Disputes having financial claims less than Rs. 5 lakhs.

Notwithstanding anything contained herein above (except ‘h’), upon arising of dispute theparties may agree to refer the same to arbitration of mutually acceptable sole arbitratorincluding employee of Indian Oil Corporation Ltd.

19 This Agreement covers entire understanding between the parties. No alteration / variationof any of the terms of this Agreement shall be valid unless made with the consent of boththe parties and evidenced in writing duly signed by authorized representatives of both theparties.

20. All notices and other communications to be given under this Agreement by either party tothe other shall unless otherwise specifically agreed be given in writing by Registered Postor hand delivery against acknowledgement to the following addresses of the respectiveparties.

To, General Manager (Operations)Indian Oil Corporation Ltd. (M.D.)__________________________

To, Name of Carrier,Address,__________

Signed and witnessed at ___________ on _________.For COMPANY

WITNESS :

Page 99: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page99 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

1.2. M/s. _____________________

(Authorized Signatory)

For CARRIERWITNESS:1.2.

M/s. ________________________(PROP. /PARTNER/DIRECTORS)

Attachment- 13Annexure to Bulk Petroleum Products Road Transport Agreement

OIL INDUSTRY TRANSPORT DISCIPLINE GUIDELINES

1. INTRODUCTION

Page 100: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

100 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

1.1 Objective

To evolve uniform Oil Industry Transport Discipline Guidelines (ITDG) for transportation ofbulk petroleum products by Tank Truck/ Tank Lorry (TT) for:

a. Delivery of products to Retail Outlets and Direct Customersb. Stock Transfers from one location to another, i.e. Bridging

1.2 Purpose

The purpose of Industry Transport Discipline Guidelines is to ensure that:

1.2.1 Petroleum products are filled in TT in accordance with Industry Quality Control Manuals.

1.2.2 Petroleum products are transported and delivered to dealers/direct customers andreceiving locations in good condition conforming to the specifications.

1.2.3 A well defined system of checks exists at various stages of handling of petroleum products.

1.3 Scope

1.3.1 The procedure/code outlined in these guidelines are only the minimum required in order toensure quality and quantity of the petroleum products during receipt, storage, transit anddelivery. Therefore, standard operating procedures with due regard to safety in handling ofpetroleum products in general shall be followed as laid down in the respective safety andoperations guidelines/manuals. It is expected that such standard procedures will befollowed at all times in addition to the instructions contained in the following chapters ofthese guidelines.

1.3.2 Changes, if any, in these guidelines will be advised through serially numbered amendmentsand will be displayed at the location notice board/website. The amendment record(Annexure-I) of these guidelines shall be updated accordingly. These changes will beimplemented with effect from the date of its amendment.

2. TRANSPORTATION

2.1 Transport Agreement

2.1.1 Industry Transport Discipline Guidelines (ITDG) shall be part of the transport agreement.

2.1.2 TT shall not be used for any product other than the designated petroleum products andwill operate only for the Oil Company with whom the agreement has been entered into.

2.1.3 Carrier shall ensure that TT is painted and maintained as per the color scheme advised bythe Oil Company from time to time. Carrier shall also ensure that the name of Oil Company& Logo is prominently displayed on the tank of TT and the name of the base location in theinformation panel as per the directions of the Oil Company.

Page 101: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

101 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2.2 Fitness of Tank Lorry

2.2.1 Carrier shall be responsible for providing a TT fit in all respects to carry petroleum productsand shall be transporting/delivering the same in good condition, as per specifications, tothe dealers/direct customers/receiving locations and shall be held accountable for anymalpractice/adulteration en route.

2.2.2 TT shall be duly approved for its design/fittings by Petroleum and Explosives SafetyOrganisation (PESO) Department. The carrier shall be responsible for ensuring that theintegrity of the TT fittings is maintained in accordance with the conditions laid down by thelicensing authority at all times.

2.2.3 The original and a copy of the valid Explosives License shall be submitted to the loadinglocation. Original certificate shall be returned to the Carrier after verification. TT shall carryvalid Explosive License in original issued by Petroleum and Explosives Safety OrganisationDepartment at all times.

2.2.4 TT without valid Explosives License shall not be utilized, unless authorized by Petroleumand Explosives Safety Organisation Department to use the TT pending renewal.

2.2.5 Carrier shall ensure compliance to various statutory rules and regulations, includingprovisions of Motor Vehicle Acts/Motor Vehicle Rules in force at all times during the periodof agreement.

2.2.6 Carrier as per the design given by the Oil Company from time to time shall provide theproduct sealing/security locking/electronic sealing arrangements (security locking system)as advised by Oil Company from time to time. The Contractor to ensure that, the integrityof the locking arrangements is maintained against any tampering at all the times.

2.2.7 Carrier shall ensure that the Vehicle Mounted Unit (VMU) along with fittings & fixturesinstalled on the TT for tracking of the TT is kept always in working condition and its on/ offoperation is done according to the instructions given by the Oil Company.

2.3 Calibration of Tank Lorry

2.3.1 The original and a copy of the valid calibration certificate shall be submitted to the loadinglocation. Original certificate shall be returned to the Carrier after verification. TT shall carryvalid Calibration Certificate in original issued by Weights and Measure Department at alltimes.

2.3.2 TT shall be calibrated for single capacity in line with MV Act/Petroleum Rules/Weights &Measures Act.

2.3.3 Carrier to provide manhole on top of the tank in the geometrical center of thecompartment of TT.

2.3.4 Carrier to provide dip hole/dip pipe in the geometrical center of the manhole with manholefittings duly welded.

Page 102: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

102 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2.3.5 Datum Plate height should not be more than 10 mm from the bottom plate andshould be shown in the drawing

2.3.6 Tampering with calibration of vehicle in any manner shall be construed as a malpracticeand penal action will be taken against the carrier as outlined under clause no. 8. Further,alleged product losses will be recovered from the carrier from the date of last calibration.

2.3.7 The calibration of the TT should be done at the calibration facility provided by the OilCompany or as directed by the Oil Company. Carrier shall produce TT for verification/checking as and when required by the Oil Company.

2.3.8 Carrier shall provide brass/aluminum dip rods individual compartment-wise or single diprod as per prevailing W&M rules.

2.4 Tank Lorry Accident

2.4.1 In case of TT accident, the crew shall inform the nearest Police Station, loading location,carrier, nearest Oil Company location and shall guard the vehicle as well as product.

2.4.2 Carrier shall arrange to transfer/salvage the product in another fit TT immediately onreceipt of the information, after obtaining permission from the Oil Company and variousstatutory authorities. Proper safety precautions are to be followed while transferring theproduct from the damaged vehicle.

2.4.3 Carrier shall complete all the statutory formalities including lodging of FIR & shall submitaccident report to the base location. Non-lodging of FIR, not reporting the accident to theOil Company shall be construed as a malpractice &penal action will be taken against thecarrier as outlined under clause no. 8.

2.4.4 Spilled or trans-shipped product salvaged in TT/ barrels shall be brought to the loadinglocation or the receiving location as advised by the Oil Company.

2.4.5 Draw three (six nos. in case of MS) composite samples (TMB), 1 liter each from each TTcompartment/ barrel in the presence of carrier/TT crew carrying the salvaged product.Prepare sample tags as per specimen given in Annexure-II. Locking/ sealing of the TT/barrel and sample containers and signing on the sample tags shall be done jointly by theOil Company representative and carrier/TT crew. One set of sample shall be sent to the OilCompany’s lab for testing, one set to be given to carrier/TT crew and one set to beretained at the location.

2.4.6 On receipt of test results from the lab, the carrier shall be suitably advised and actiontaken.

2.5 Other formalities

2.5.1 Carrier shall engage TT driver who has undergone training on transportation of hazardousgoods as stipulated under the Motor Vehicle Acts/Rules. The driving license of the drivershould be endorsed by Road Transport Authorities to this effect.

Page 103: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

103 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

2.5.2 Emergency Information Panels shall be correctly displayed on the TT as stipulated.

2.5.3 The TT registration number shall be painted on the fire extinguishers carried by the TT.

2.5.4 Carrier shall submit details of TT crew, verification of antecedents of the TT crew obtainedfrom local Police and a copy of valid driving license of the driver, duly endorsed by RTO forhaving undergone training for transportation of hazardous goods as per MV Act/Rules, tothe base location and obtain entry pass from the location.

2.5.5 Before embarking for the delivery it will be carrier’s or his representative’s responsibility toensure that TT crew has :

a. Correct Challan/ Invoiceb. Correct TREM CARD and standing instructionsc. Switched on the VMU.

2.5.6 The crew of the tank truck who are signing the Invoice at the loading location shoulddeliver product at the destination. In case of substitution of crew due to any reason, thesame should be done only after obtaining permission from the location.

3. PRODUCT LOADING3.1 Quality Control

3.1.1 Petroleum products shall be received, stored and delivered ex loading locations inaccordance with Industry Quality Control Manual.

3.1.2 a. Sales document: Dispatch density of the product at 150 C Celsius shall be indicatedon sales document.

b. Stock transfer document: Dispatch temperature & density of the product at 150 Cshall be indicated on stock transfer documents.

3.2 Sealing / Locking of Tank Lorry

3.2.1 Security locking of the TT shall be done in accordance with the guidelines of the OilCompany.

3.2.2 Carrier to ensure that the integrity of the security locking system is intact at all times.

3.2.3 Carrier shall ensure that the TT is always in locked condition (as per security lockingsystem) including on its return journey except during loading/unloading operation. Any actof tampering with the security locking system shall be construed as malpractice and actionshall be taken against the carrier.

3.3 Log ‘out’, ‘in’ Time System And Delivery Route.

3.3.1 The departure time from the loading location shall be recorded on the invoice/stocktransfer document itself by the loading location and the dealer/direct customer/ receivinglocation shall record the arrival and departure time of the TT on the same document.

Page 104: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

104 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

3.3.2 Carrier shall ensure that the trip time and the VTS route specified for the destination arestrictly adhered to.

4. PRODUCT RECEIPT

The procedure outlined hereunder is applicable for the receipts of product at the supply locations,dealers and direct customers.

Responsibility towards handling of product shall be in accordance with the Marketing DisciplineGuidelines in force and Industry Quality Control Manual in force.

4.1 Actions to be taken on arrival of the TT

4.1.1 Recording of timings

Arrival & departure time of the TT shall be recorded in the delivery document. If abridging TT is used for deliveries by receiving location, it shall report back at thereceiving location after completion of delivery.

4.1.2 Checking security locking system

4.1.2.1 The security locking system shall be checked and if it is found O.K then proceed to clause4.1.3. If found tampered, then it will be construed as a malpractice and action shall betaken as mentioned in clause 4.2 and 8.

4.1.2.2 Dip rod and Calibration checking

The dip rod should match the calibration chart provided by Weights & Measures formarkings at the dip level, proof level and the total length.

4.1.3 Density checking

On arrival of TT, dealer / customer shall check the density @15 deg C of product fromeach compartment. If the variation is found to be within +/- 3 kg/cum as compared withthe invoice density, steps as mentioned in clause 4.1.4 to be followed.However, ifvariation in the observed density is beyond +/- 3 kg/ cum, the TT shall not be unloadedand action shall be taken as mentioned in 4.5.1.

4.1.4 Retained Tank Lorry samples

If density check is found to be within +/- 3 kg/cum, dealer/dealer’s representative shalldraw 2x1 liters of MS and/or 1x1 liter of HSD bottom samples (composite samples fromall the compartments proportionate to the quantity of the product received in eachcompartment after removing approximately 20 liters of product from each compartment).Before drawing samples, the empty aluminum sample containers should be rinsed withthe same product from the TT. Sample shall be sealed & labeled and jointly signed bydealer / dealer’s representative and TT driver before unloading the TT.

Page 105: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

105 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The Contractor will have the option to obtain another set of samples (2x1 liter of MSand/or 1x1 liter HSD) duly labeled and jointly signed, for retention. On such request fromthe Contractor, dealer should hand over this set of samples against payment to the TTdriver/Contractor’s representative. In addition, the carrier/TT driver will have to pay adeposit of Rs.300/- per sample container or as revised from time to time to the dealer.

In case the TT driver refuses to sign the label, TT shall not be unloaded and dealer shallcontact supply location/field officer.

4.1.5 Marker TestingThe tank lorry may be subjected to the marker test en route or at the dealer / directcustomer location premises. If the product carried through TT is found failing in the markertest then actions shall be taken as mentioned in 4.2.

The Marker Test is currently not applicable. However the same clause will be applicable asand when Marker Test is reintroduced”.

4.2 Procedure for Dealing with Suspected Irregularities

The following procedure shall be followed for dealing with the suspected irregularities.

a. Inform sales officer/ loading location.b. The TT shall be detained.c. The Sales officer/ loading location officer shall draw the samples as mentioned in 4.3.d. The sales officer/ loading location officer, TT crew/ carrier’s representative &

consignee/ consignee’s representative, inspecting authority shall prepare a jointstatement mentioning the compartment wise observed density / result of the markertest / status of the security locking system and shall sign the statement.

e. In case of TT receipt at the location the loading location officer & TT crew/ carrier’srepresentative shall prepare a joint statement mentioning the compartment wiseobserved density / result of the marker test / status of the security locking system andshall sign the statement.

f. The TT, thereafter, shall be sealed by the sales officer/ loading location officer anddetained at the place of the consignee’s premises.

g. If the product passes in the lab test, the TT shall be decanted at the consignee’spremises. If the product fails in the lab test, then the TT shall be sent for the disposalof the product as directed by the Oil Company.

h. Action shall be taken against the carrier as outlined under clause no. 8.

4.3 Sampling Procedure for Suspected Irregularities

4.3.1 At the dealer / Direct customer premises

Page 106: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

106 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The sales officer / location officer shall draw eight nos. composite samples (TMB) in case ofMS (four in case of other products) of 1 liter each from every TT compartment in thepresence of carrier/ TT crew and consignee/ consignee’s representative. Prepare sampletags as per specimen given in Annexure-II. Signing on the sample tags and sealing of thesample containers shall be done jointly by the sales officer/ loading location officer, TTcrew/ carrier’s representative and consignee/ consignee’s representative. One set ofsample shall be sent to the Oil Company’s lab for testing, one set to be given to carrier/ TTcrew, one set to be given to consignee/ consignee’s representative and one set to beretained by the sales officer/ loading location

4.3.2 Receipt at the locations

The location officer shall draw six nos. composite samples (TMB) in case of MS (three incase of other products) of 1 liter each from every TT compartment in the presence ofcarrier/ TT crew. Prepare sample tags as per specimen given in Annexure-II. Signing onthe sample tags and sealing of the sample containers shall be done jointly by the loadinglocation officer and TT crew/ carrier’s representative. One set of sample shall be sent tothe Oil Company’s lab for testing and one set to be given to carrier/ TT crew and one setto be retained by the loading location.

4.4 Testing of samples at lab

The TT samples drawn by the sales officer / loading location officer at the consignee’spremises shall be testedin the lab.If the product passes in the lab test, the TT shall bedecanted at the consignee’s premises. If the product fails in the lab test, then thecorresponding supply location retention sample shall be tested. If the supply locationretention sample passes in the lab test then it would be construed as malpractice done bythe carrier &action shall be taken as outlined in clause no 8. If the supply locationretention sample fails in the test then no action shall be taken against the carrier. In anycase of failure of the TT sample, the TT shall be sent for the disposal of the product asdirected by the Oil Company.

4.5 Testing of “Retained Tank Lorry Samples” at lab as per Clause no. 2.5(D) ofMDG of 2012 effective 08-01-2013.

4.5.1 Testing for specifications

Laboratory will test the RO sample, the last TT retention sample (TL1) and thecorresponding supply location sample (SL1) simultaneously and compare the reproducibility/ permissible limits of the test values. In case RO sample fails & TL-1 also fails but SL-1passes, action shall be taken against the Contractor of TL-1 as per clause 8.1 of ITDG.However, in case RO sample and supply location sample (SL1) meet the specificationnorms, no action is to be taken against the Tank truck.In case RO sample fails and TL1 passes, then (the second last retention sample) TL2 &

(supply location sample corresponding to TL2) SL2 will be tested. In case TL2 fails andSL2 passes, action shall be taken against Contractor (TL2) as per clause 8.1 of ITDG.

Note: While collecting the samples from RO for testing at the lab, the field officer shall also collectTL2 in addition to TL1 and Nozzle sample so that TL2 can be tested immediately upon passing ofTL1 and failure of RO sample.

Page 107: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

107 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

4.5.2 Testing for Marker

If the product sample drawn from the retail outlet is found failing in the marker test thenthe last “Retained Tank Lorry samples” kept at the retail outlet shall be tested for markertest. The marker test of “Retained Tank Lorry samples” will be carried out after giving priornotice to the dealer & the concerned carrier so that they can be present at the test venueif they so desire for witnessing the testing. Field officer or the representative of thedivisional office/ regional office/ territory office will also be present & conduct/ witness themarker test. This team will submit its report in the approved industry format. If the“Retained Tank Lorry samples” is also failing in the marker test then the correspondinglocation sample will be tested. If the supply location sample is passing in the marker testthen it shall be construed as a malpractice done by the carrier & penal action would betaken against the carrier as outlined under clause no. 8.

The Marker Test is currently not applicable. However the same clause will be applicable asand when Marker Test is reintroduced”.

5. TANK TRUCK/TANK LORRY MONITORING

5.1 Carrier having agreement with the Oil Company for a TT shall not enter into agreementwith other company for the same TT. Carrier shall not enter into agreement with the OilCompany for the blacklisted TT. If it is subsequently proved that the carrier has entered into agreements with other Oil Company for the same TT then it shall be construed asmalpractice & penal action would be taken against the carrier as outlined under clauseno.8.

5.2 The TT/ Carrier/ Contractor blacklisted by any one Oil Company shall be construed to beblack listed by all Oil Companies.

5.3 Carrier shall not enter into agreement with the Oil Company by submitting forgeddocuments/ false information.

5.4 Bridging TT, only after verifying the product acknowledgement for the previous trip, andseeking clarification in the cases where trip time has exceeded, the TT will be accepted forloading.

5.5 In case a TT has not reported for delivery at the receiving location/destination after areasonable transit time, carrier shall inform loading location and receivinglocation/destination the reasons for delay and likely date/time of reporting. In case theCorporation does not find the reasons valid, action will be taken as per clause no. 8.

Even in case of valid reason, not informing the delay as above shall be construed as amalpractice and action will be taken against the carrier as outlined under clause no. 8.

5.6 Bridging TT arranged by receiving locations shall be accepted only on the basis of indentslips issued by receiving locations. The receiving location shall issue a serially numberedindent slip before it proceeds to the loading location for uplifting the product. In case ofmissing of such TT, action as mentioned in item 5.5 above shall be taken.

Page 108: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

108 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

5.7 In case a TT is not received at the receiving location, action shall be taken against thecarrier as outlined under clause no. 8.

6. VEHICLE TRACKING SYSTEM

6.1 If VMU of the TT is not in working condition, it would be considered that the TT is not fitfor loading.

6.2 Carrier or his representative shall inform the Oil Company within 30 minutes of stoppage ofVMU functioning.

6.3 Carrier shall strictly follow the specified route authorised by the respective Oil Company.Any repetitive deviation from authorised route shall be construed as malpractice unlessexplanation given to the Location In-charge/ nominated officer is accepted as anestablished genuine case. In case of any established deviation,action will be taken againstthe carrier as outlined under clause no. 8.2.2.

6.4 If it is observed that the VMU, its fittings or fixtures installed on the TT is damageddeliberately by the carrier or his representative, the VMU is switched of en-route, VMU isremoved from TT, VMU is used on other vehicles then it would be construed as amalpractice and action will be taken against the carrier as outlined under clause no. 8.Company’s decision would be final in determining as to whether it has been damageddeliberately or not.

6.5 TT should not make repetitive un-authorised stoppages enroute at a particular spot.Suchstoppages shall be construed as malpractice unless explanation given to the Location In-charge/nominated officer is accepted as established genuine case. If not, action will betaken against the TT/Carrier as outlined in clause 8.2.2.

6.6 Carrier has to ensure that the TT reaches the destination and delivers product to theconsignee within specified trip time. The TT not reaching the destination or unauthorizeddelays shall be construed as a malpractice and action will be taken against the carrier asoutlined under clause no. 8.

6.7 Carrier shall ensure that TT does not exceed the speed limits prescribed by the concernedauthorities. In case of repetitive/habitual over speeding, action shall be taken as per clause8.2.2. Any accident shall be analyzed for over speeding and action shall be taken as perclause 8.2.2.

7. HEALTH, SAFETY & ENVIRONMENT

7.1 All rules/ regulations and statutory requirements shall be strictly followed by the carrier andtheir work force i.e. drivers/ cleaners at the work place and on the road while transportingpetroleum products.

7.2 Driver and cleaner shall wear retractable seat belt and uniform as specified by respectiveOMC, while driving vehicle.

7.3 No TT shall be plied by the driver without cleaner, either on the road or at any work place.

Page 109: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

109 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

7.4 The TT crew would not be permitted to enter the location premises without use of thepersonal protective equipment i.e. safety shoes, helmet, spectacles (wherever necessary).

7.5 The crew of TT shall check safety fittings, fitness conditions of vehicles to ply on roadbefore the TT is brought for loading.

7.6 Safety procedures for unloading and loading of vehicles at the supply location as well as atthe destination i.e. retail outlets, direct customer, supply location, etc. shall be strictlyadhered to.

7.7 It shall be mandatory for all drivers to undergo refresher training course / trainingprograms organized by the location.

7.8 The TT should be driven by driver having valid driving license duly endorsed by RTO forhaving undergone training to carry hazardous goods.

7.9 TT crew to undergo routine health check up once in every six months and certificate issuedby the authorities to be submitted to the loading location.

7.10 The carrier shall ensure that the TT crew are not in intoxicated state while on duty.

7.11 Any deviation from/violation of above requirements shall be construed as an irregularityand action will be taken against the carrier as outlined under clause no. 8.

8.0 ADULTERATION/ MALPRACTICES/ IRREGULARITIES/ PENALTIES

TT caught for having indulged in adulteration/ malpractices/ irregularities shall be immediatelysuspended by the location-in-charge. However, an investigation shall be conducted as per the laiddown procedure of the company. On investigation, if the adulteration/ malpractice/ irregularities isestablished then penal actions stipulated as under shall be taken.

8.1 Penalties in case of adulteration

In all cases of failure of the products/ adulteration in TT as well as deemed failure (i.e.sample test value falls within specification range however, it is beyond the repeatability /reproducibility limits w.r.t. reference sample) of the product,action against the Carrier shallbe initiated as under :

a. i. Carriers with single TT

On the first incident (during the tenure of the contract) of adulteration, the contractwith the concerned carrier shall be terminated and the concerned carrier & theparticular TT shall be blacklisted on Industry basis.

ii. Carriers with multiple TTs

On the first incident (during the tenure of the contract) of adulteration, theparticular TT shall be blacklisted on Industry basis along with the TT crew. In caseof second incident of adulteration, the whole contract comprising of all the TTs

Page 110: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

110 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

belonging to the concerned carrier shall be terminated and the concerned carrier &their all TTs shall be black listed on industry basis.

However, if the complicity of the carrier is detected in case of adulteration of the firstincident, then the whole contract comprising of all the TTs belonging to the concernedcarrier shall be terminated and the concerned carrier & their all TTs shall be black listedon industry basis.

b. Disposal of the contaminated product shall be done as directed by the company.c. Cost of product as determined by the company shall be recovered from the carrier.d. Incidental expenses and any other expenses sustained by the concerned Oil Company

for disposal of the contaminated product shall also be recovered from the Contractor.e. Transportation charges, octroi, toll taxes, other levies shall not be paid for the futile trip

to the dealer/ direct customer or receiving location as well as for the subsequent tripfor delivering the adulterated/ contaminated product to the concerned Oil Company’snominated location for disposal of the product.

8.2 Penalties for malpractices/ irregularities

8.2.1 Malpractices/ irregularities will cover any of the following:

a. Unauthorized deviation from specified route/ unauthorized delay/ unauthorized en-route stoppage/ not reaching destination/ over speeding/ en-route switching off VMU/unauthorized removal of VMU/ use of VMU on other vehicles

b. TT crew found in intoxicated state while on duty.c. Irregular reporting of TT at loading location without permission of the location.d. Refusal to carry loads allocated by the location.e. Reported case of non-wearing of retractable seat belt while driving.f. Driving vehicle without cleaner/helper.g. Non-functioning of Fire Extinguisher carried by TT.h. Polluting environment due to product spillage from tilting or leaky vehicles on road, in

case of accident/ unsafe drivingi. Accident involving injury or damages to the facilities at the work placej. Fatal accident at the work placek. Tampering with standard fittings of TT including the sealing, security locks, security

locking system, calibration, Vehicle Mounted Unit or its fittings/ fixturesl. Unauthorized use of TT for products other than the petroleum products for which it has

been engagedm. Entering into contract based on forged documents/ false informationn. Entering into an agreement for the same TT with other oil companieso. Irregularities under W&M Actp. Not lodging FIR with the Police in case of accident, not informing/ submitting accident

report to the Oil Company about the accidentq. Pilferage/ short delivery of productr. Any act of the carrier/ carrier’s representative that may be harmful to the good name/

image of the Oil Company, its’ products or its services.

8.2.2 Penalties upon detection of malpractice/ irregularities

Page 111: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

111 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

The carrier shall attract penalties for the malpractice/irregularities as given below and theTT mentioned in the following instances shall be suspended/blacklisted along with TT crew.However, an investigation, wherever required, shall be conducted and if the malpractice/irregularity is established then penal actions stipulated as under shall be taken, includingblacklisting :

ClauseNo.

Type of malpractice /irregularity

Penalty against number of instanceFirst Second Third

8.2.2.1 (a) Reported non-wearing ofretractable seat belt whiledriving.

(b) Repetitive / Habitual Overspeeding.

(c) Driving vehicle withoutcleaner/ helper.

TT shall besuspendedfor one week.

TT shall besuspended for3 months.

TT shall beblacklisted.

8.2.2.2 (a) Established repetitive un-authorized stoppage en route.

(b) Established repetitive un-authorized diversion fromspecified route.

(c) Refusal to carry loads allocatedby the location.

(d) Irregular reporting of TT atloading location withoutpermission of the location.

TT shall besuspendedfor 3 months.

TT shall beblacklisted.

8.2.2.3 Short delivery of product forestablished malpractice.

TT shall beblacklisted.

8.2.2.4 (a) Non-availability/non-functioningof TT fire extinguisher.

(b) TT crew found in intoxicatedstate while on duty.

(c) Not wearing uniform.(d) Not wearing PPEs at

loading/un-loading locations.

TT shall besuspendedfor one week.

TT shall besuspended for3 months.

TT shall beblacklisted.

8.2.2.5 (a) Established tampering/damaging of VMU.

(b) Established disconnection ofpower/cable of VMU enroute.

(c) Removal of VMU from originalmounting.

TT shall beblacklisted.

8.2.2.6 Accident at the location leading toinjury of persons or damages to thefacilities.

TT shall besuspendedfor 3 months.

TT shall beblacklisted.

8.2.2.7 Polluting environment due toproduct spillage from TT.

TT shall besuspended

TT shall beblacklisted.

Page 112: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

112 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

for 3 months.8.2.2.8 Established case of pilferage/non-

delivery of product.TT shall beblacklisted.

8.2.2.9 Fatal accident at the work place. TT shall beblacklisted.

8.2.2.10 Irregularities under W&M Act. TT shall beblacklisted.

8.2.2.11 Tampering with standard fittings ofTT including the sealing, securitylocks, security locking system,Calibration.

TT shall beblacklisted.

8.2.2.12 Unauthorized use of TT outside thecontract.

TT shall beblacklisted.

8.2.2.13 Entering into contract based onforged documents/ falseinformation.

TT shall beblacklisted.

8.2.2.14 Entering into an agreement for thesame TT with other oil companies.

TT shall beblacklisted.

8.2.2.15 Not lodging FIR with the Police incase of accident, not informing/submitting accident report to the OilCompany about the accident.

TT shall beblacklisted.

8.2.2.16 Any act of the carrier/ carrier’srepresentative that may be harmfulto the good name/ image of the OilCompany, its’ products or itsservices.

As decided bythe company

During the validity of transportation contract, in the first instance of blacklisting for a Contractor,as per the above provisions, damage of Rs1 Lakh will be imposed on the Contractor apart fromblacklisting of the involved TT. In second instance of blacklisting, a damage of Rs 3 Lakhs will beimposed and the involved TT will be blacklisted. In third instance of blacklisting, a damage of Rs5 Lakhs will be imposed and 25% of the remaining TTs will be blacklisted alongwith the involvedTT. In fourth instance, a penalty of Rs 8 Lakhs will be imposed and 50% of remaining TTs will beblacklisted along with involved TT. In case of any further incident of malpractice, the entire fleetwill be blacklisted and the SD will be forfeited and the transportation contract will be terminated.The percentage of TT blacklisted will be in proportion of own & attached offered and will berounded off to the higher numerical.

Above damages imposed are in addition to the recovery of the product quantity found short orrecovery due to contaminated product involving the cost of product, expenses and losses incurredas determined by the company.

Page 113: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

113 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

However, in case complicity of the Contractor is established even in first instance of malpractice,the entire fleet will be blacklisted, contract terminated & carrier blacklisted along with forfeiture ofSD.

The blacklisting of TTs shall be on Industry basis.

In the following irregularities, the complicity of the carrier shall be deemed to be existent and thewhole contract comprising of all the TTs belonging to the concerned carrier shall be terminated,security deposit forfeited and the concerned carrier & their all TTs shall be blacklisted on Industrybasis:

1. False/hidden compartment, unauthorized fittings or alteration in standard fittingsaffecting Quality and Quantity.

2. Illegal/un-authorised duplicate keys of security locks.

3. Duplicate dip rod/calibration chart.

8.2.3 Period of blacklisting

The period of blacklisting for the carrier & TTs shall be minimum 2 years or as per the respectivecorporation’s assessment depending upon seriousness of the offence, but not exceeding 5 years.The TTs, on completion of Black listing period, can ply under the same contract in case the validityof contract exists and the company so desires.

In case the same TT is found to indulge in malpractice again (after completion of the firstblacklisting period), the second time blacklisting shall be of 5 years.

The blacklisting of TTs shall be on Industry basis.

Annexure – IAmendment Record

Amendment Date Pages Date Received Clause Signature

Page 114: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

114 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

No.1 23.03.16 7 23.03.16 4.1.52 23.03.16 8 23.03.16 4.5.13 23.03.16 9 23.03.16 4.5.24 23.03.16 11 23.03.16 6.35 23.03.16 11 23.03.16 6.56 23.03.16 11 23.03.16 6.77 23.03.16 14 23.03.16 8.2.2.18 23.03.16 15 23.03.16 8.2.2.29 23.03.16 16 23.03.16 8.2.2

10 23.03.16 17 23.03.16 8.2.3

Annexure – II

SAMPLE TAGProduct Tank Truck / Tank

Lorry No.

LocationName of

Dealer/DirectCustomer

Document No.Date & Time of

Sampling

Type of Sample Compartment No.Reasons for

testingNames & Signatures

Carrier Dealer / Direct Customers Oil Company

Attachment-14

Page 115: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

115 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Drawings of Single Locking system for tank trucks Attachment-15

Page 116: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

116 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Page 117: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

117 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Page 118: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

118 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Page 119: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

119 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-16

Specification for Fabrication, Assembly, Retrofitting, Testing and Commissioning ofOver Fill Prevention Device on Tank Trucks.

Indicative Bill of Material for retrofitting Over Fill Prevention System on a typical3/4/5Compartment TTS.NO DESCRIPTION QUANTITY REMARKS

1 Manhole cover with provision of installation of overfill protection sensor along with fabrication andfixing of all the existing fittings of removed manholecover as per OISD 167,API RP 1004/DOT , PESO

3/ 4/ 5 nosdepending on

no ofcompartments

1 PerCompartment

2 5 Wire Over fill prevention sensor complete as perSpecifications

1 PerCompartment

3 Over fill prevention sensor Housing complete as perspecifications

1 PerCompartment

4 3 J 6 pin /8 pin/10 pin appropriate Truck Plug withCap and grounding system conforming to APIcomplete as per specifications

1 nos 1 Per tanker

5 Cables, conduits, support etc along withinterconnections.

1 Lump-sump 1 Per Tanker

TECHNICAL SPECIFICATIONSOverfill Prevention Sensor/DeviceDescription of theset up

Liquid sensing probes shall be for overfill prevention on road tankers.The probes can be 5-wire and must be compatible with existing gantryPESO approved Rack monitors.

The sensor shall be of optical type and capable of communication withRack Monitor / Terminal Automation System of Terminal for overfilldetection. It must have intrinsically safe inputs and outputs conformingto API RP1004 and EN13922.

Type/Specification Glass prism/ Optical type.(Two/Three stage viton seals) / Double Elastomer seals/ Compatibleseals with Solid state electronics in potting compound and Anodizedaluminum/ (equivalent) retainer & body.

Sensors can be of various standard lengths which could be cut tocustom lengths if required.

Alternatively, standard sensor length with attached extensions bar ofAluminium to suit various length applications. Sensor has repeatabletrigger point of +/- 0.5 mm

The sensor shall be tight shielded by the retainer

Probe can be removed from tank top without having to access interior .5-wire sensing system shall be used and shall be per API RP 1004 and

Page 120: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

120 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

EN13922.

Hazardous Area Classification – Class1 Zone 0 suitable for Ex ia IIA/ IIb,T3 & weather proof to IP65 or better. Ambient Temp -5 to +55 deg C

Sensors should have self diagnostic features and provide non-permissive signal if power or ground wire removed, cut or when wet /product touches the sensor , or if there is a sensor failure wrt the entiredevice/ component failure within the sensor. Diagnosis for healthinessas well as for failure of any of the overfill protection sensors ordiagnosis against shorting of healthy sensors bypassing the faulty oneshould be available in the sensors/rack monitors as well as in thesystem as a whole, and such diagnosis should be able to providerequired safety permissive to the rack monitor and batch controller.

MOC Aluminium probe body, retainer & extension bar, Glass prism, Viton/Double elastomer/ compatible “O”-rings or better

Mounting System shall be mounted on sensor holder.Approvals ATEX and PESO approved and shall be as per API RP 1004 & EN13922AssociatedEquipment

5 wire probe with truck plug/optical socket and shall be compatible withgantry Rack monitor

Truck Plugs/Optic SocketDescription of theset up

The Truck Plug/Optic socket in the Tank Truck shall be used for overfillprevention with added ground assurance. Standard 3 J 6 pin / 8pin /10 pin overfill prevention plug interchangeable with others of thesame type. The wiring connectors shall ensure the tank truck body isbonded to the gantry earth so long as the plug body is correctlymounted. This would enable for dissipation of static electricity andprevents sparks due to differences in potential.

Optic Socket must be manufactured in accordance to API RP 1004 andmust be moisture proof with 6 / 8 /10 stainless steel pins inBakelite/metal housing.

Size/Specification 3 J 6 pin / 8 pin / 10 pin as per API Standard and depending upontechnical/ Functional Requirement.Overfill Protection Plug compatible with gantry rack monitorConduit ports 1/2” NPT (straight) thread.Mounting shall be with stainless steel bolts (with insulating bushes)

MOC Aluminium body, nose-cone (hard anodised), Stainless steel pins &terminator, Face Plate with J-slots in hard coated Aluminium or durablealloy, fitted along with PVC or better Dust cap.Suitable Insulating block, Aluminium body and cover plate

Mounting Stainless Steel Bolts with insulating bushes / star washerApproval/Standard As per API RP 1004 and shall be suitable and permissible for use in

Petroleum Tank Trucks and in hazardous areasAssociatedEquipments

Optic socket with PVC or better dust cap and shall be compatible withprobes & gantry plugs

Page 121: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

121 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Overfill Prevention Sensor : Recommended Makes/Models to be used in line with thespecification :

Recommended Make

Recommended Model of OFP Sensor/probe with allied accessories subject

to compliance to Specifications

Country of Origin asspecified by OEMs

LIQUIP OFP Sensor :Make : LiquipModel: LDP 200 Series (LDP205 or better)Optic Socket :Make : Liquip/CivaconModel : TP 100 Series / 4103-4103 or better

Liquip (OFP Sensor / OpticSocket) : Australia

Civacon (Optic Socketonly) : USA

SCULLY OFP Sensor :Make : ScullyModel: SP-FU or betterOptic Socket :Make : Scully/Franklin Fuelling SystemModel : SJ-6W / 908-221-01 or better

Scully (OFP Sensor / OpticSocket): USA

Franklin Fuelling System(Optic Socket only) : USA

DIXON OFP Sensor :Make : DixonModel: FT101 (FloTech brand) or betterOptic Socket :Make : DixonModel : FT300 (FloTech brand) or better

Dixon (OFP Sensor / OpticSocket) : USA

FRANKLINWADCORPPIndia Pvt.Ltd.

OFP Sensor :Make : Franklin USAModel part No.: 89011201Optic Socket :Make : Franklin USAModel : 90822101

Franklin(OFP Sensor/Optic Socket): USA

The work of installation also involves:1. Procurement, Assembly , Retrofit after allied fabrication works ,Testing and commissioning

of Over Fill Prevention Sensor fittings of PESO approved makeson contracted tank trucksthrough PESO, India (Chief Controller of Explosives/ Petroleum and Explosives SafetyOrganisation) approved fabricators and obtaining PESO/CCOE approval after carrying outnecessary modifications ,if required as per statutory norms.

2. Procure and retrofit robust overfill prevention system with intrinsically safe optic sensors oneach compartment of tank truck. The Over Fill Prevention Sensor proposed to be fitted ontank trucks shall work on 5-wire system conforming to the requirements of API RP 1004 / EN13922 and shall also be compatible with gantry/rack monitor supplied by the loading arm/Automation tenderer for monitoring overfill prevention and grounding assurance system. TheOver Fill Prevention Sensor shall be intrinsically safe and shall have approval of ATEX andPESO, India (Petroleum and Explosives Safety Organisation). The wiring from the Over FillPrevention Sensor and the grounding assurance shall terminate on the Tank Trucksocket/Plug (Female), which shall also conform to API RP 1004/EN 13922, and shall besuitably positioned on the tank truck so that over fill and/or grounding signals aretransferred to the gantry/rack monitor through the 3 J 10 pin / appropriate male Plug/socket

Page 122: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

122 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

compatible with the female plug/socket fitted on the tank truck and a suitable wiring systemto the Rack monitor.

3. All the Major components should be authentic & have manufacturers test certificate. PESOapprovals for all the works in the TT shall be obtained by Contractor/ Fleet owner.

Contractor to procure, install and commission the Over Fill Prevention Sensor andaccessories with given specifications in line with the tender. Recommended Makes/Modelsare given in this tender as well. Undertaking by the Contractor to be submitted to thelocation in charge that all the equipments and materials used for Over Fill PreventionSystem are as per the complete Tender Specifications.

4. The following minimum fixtures/fittings are required to be procured and retrofitted aftercarrying out the requisite modifications as per OEM recommendation and making the tanktruck suitable for effective operation of Overfill prevention system for TT loading .

a. Procurement and fixing of 5 wire optic Over Fill Prevention Sensor with housing, 3J 6 pin / 8 pin/ 10 pin appropriate Female truck socket/plug with cap and tank truckgrounding system as per given specifications in line with API RP 1004 including allmandatory accessories mentioned in API RP 1004/EN 13922.

b. Dismantling of existing fixtures from Manhole cover plate and re fixing in newManhole cover along with provision of fitting of supplied Over Fill Prevention Sensoras per the OEM’s recommendation for installation of sensor’s.

c. In case optic probes for overfill prevention and grounding system require powerfrom the gantry/rack monitor then the same shall be either through 3 J 6 pin/ 8 pinor 10 pin Female socket/Plug fitted on the tank truck with suitable mating plug withcable connected to the gantry/rack monitor. Any other attachments if required tomeet the functional requirements shall be supplied and fitted by the tenderer at noextra cost.

d. All Electrical wiring needs to be water resistant with UV stabilized conduits, WeatherProof /IP rated FLP Junction Boxes (if required). All cables should be FT1/FT4/FRLSconforming to UL standard with required rating or as recommended by OEM forTTs carrying petroleum products.

e. The Job should adhere to Standard TT manufacturing procedures and clientRequirements

f. The Positioning, spacing of equipment, conduits, piping should be in a convenient,neat layout and avoid damages during operations

The above requirements specified are a minimum and any otherfixtures/fittings/modifications/interlocks required for completing the retrofitting of

tank truck needs also to be done by the Contractor.

Page 123: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

123 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-17MANHOLE COVER SPECIFICATIONS

The dome cover shall not restrict the emergency venting capability of the vapour or liquidemergency vent. The manhole shall have specific fitting like Fill pipe, Dip pipe pressurevacuum valve, Emergency vents, Over spill sensors. Drawings as specified in OISD-167.

The specification of Manhole cover will be as per the table below.

Description of Setup The Manhole provided at the top of the tanker shall be of 5 mmthick & 20”/18” diameter (Bolted type only) with Fill Cover & PVVent and provisions to hold overfill protection sensor assembly(UL/ATEX/PESO approved) ,Vapour Vent, Dip stick Interlock valve.

Size 20”/18”Mounting & Design Manhole covers are designed and certified in accordance with

DOT/ API RP 1004. Aluminium vent (PAF) provided on manholecover set. PAF (fill opening, or washout assembly) tested with theventing devices blocked. PAF (fill opening and washout assembly)capable of withstanding, without leakage or permanent deformationthat would affect its structural integrity, a static internal fluidpressure. Pressure/Vacuum Venting (PV vent) provided on PAF withPressure rating shall be as per API RP 1004. Gaskets for vapour tight sealing. Conforming to Drop Test. As per applicable standards. Security Locking feature with sealing Provision for fittings on Manhole cover Normal Sequential Vapour vents / pneumatically operatedSequential Vapor Vent Valve Optic Overfill Prevention Sensor Pneumatic Dip InterlockValve (India Specific)

Inspection andmaintenance

The manhole should have little or no maintenance. Routineinspection of gasket can be carried out.

Standard DOT 406/407 MC 306 & OISD 167Approval PESO & UL/ATEXMaterial ofConstruction

Major components shall be in Steel, Aluminium, all seals shall beBuna/Viton/etc and weld ring shall be supplied in steel.

Associatedequipment’s/fittings

PESO approved 1) Dip pipe assembly, 2)PV Vent valve, 3) Vapourvent valve, 4) Overfill Optic sensor assembly (UL/ATEX/PESOapproved).

Approved Make OPW, LIQUIP, EMCO WHEATON, FRANKLIN WADCORP

Also the weld ring shall be from the manhole manufacture to avoid mismatching of holes and wearof gaskets.

Page 124: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

124 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment-18OISD – RP – 167 (Revised Edition August 2019)

SECTION NO. 6TANKDESIGN

1. Tank truck shall be designed and constructed ensuring correct structural relationship betweenthe cargo tanks, the propulsion equipment and supporting members, its ruggedness, safe roadperformance and brakingpower.

2. Tank truckshallcomplywiththeMotorVehiclesAct,1988,andtherulesframedthereunder.

3. Tank truck shall comply with the Petroleum Act, 1934, and the rules framed thereunder.The maximumnet carrying capacity of a tank shall be 97 percent of its gross carryingcapacity in the case of petroleum Class A and B and 98 percent in the case of petroleum ClassC. In case the tank is likely tobeusedfor all Classes,thentheprovisionrequiredforClassAshallapply.

4. Registered laden weight (RLW) of the vehicle shall not exceed the authorized registered weightof the vehicle by concerned transport authority or manufacturer, whichever is less. The weightof product filled plus the unladen weight shall not exceed RLW or the licensed capacity aspermitted by statutoryauthority.

5. Eachtankor compartmentofthetankshallbeconstructed withamanholeonthetoptoprovideaccess toenable the interior to be examined. The manhole shall be at geometrically Centre of thecompartment and not less than 450 mm in diameter. This shall be ensured duringfabrication oftank truck.

6. Maximumwidth ofthetank shallbelessthantheoverallwidthofthecabin ofthevehicleonwhichitismounted,andalsolessthantheoverallwidthoftheouteredgesofthevehicletyres.

7. The height of cabin shall be more than the height of the tank. The overall height of a motorvehicle (includingcabin)measuredfromthesurfaceonwhichthevehiclerestsshallbeasperCMV-Rules.Width of the cabin shall be more than the width of the tankbody.

8. No modification/alterations shall be carried out on the chassis provided by Original EquipmentManufacturer(OEM).

9. Division of tank intocompartment

i. A tank having a net capacity exceeding 5 kilolitres but not exceeding 25 kilolitres. shall bedivided into compartments by oil-tight partitions and no compartment shall have net capacityexceeding 5 kilolitres,

ii. A tank having a net capacity exceeding 25 kilolitres shall be divided into compartments by oil-tight partitions and no compartment shall have net capacity exceeding 7kilolitres.

Page 125: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

125 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

iii. The net carrying capacity of a tank truck or a tank semi-trailer shall not exceed 40 kilolitres ofpetroleum except in case of air-craft refueller in which case it shall not exceed 50kiloliters.

iv. The net carrying capacity of any tank trailer shall not exceed 5 kiloliters ofpetroleum.

10. Tank ends shall be dished. Every partition shall be either dished, corrugated, reinforcedorrolled. Flat partitions without reinforcement shall not be allowed. The depth of dish excludingthe flange shall not be lessthan8%oftheminoraxisofthetankcross-sectionsubjecttoaminimumof100mm.

11. The distance between two partitions, and any adjacent tank end and a partition, shall notexceed 2500 mm.

12. Baffles shall be continuously welded to theshell.

13. All joints shall be welded conforming to IS 814. This shall include attention to thefollowing

a. Weld jointpreparation.b. Welding procedure.c. Weldthickness.d. Acceptable limits of welding defects considering the fact that the welds are to be

accepted without radiographictest.e. Proper fabrication plan shall be prepared indicating the actual positions of weld joints.

It shall be ensuredthatthreeplatejointsdonotoccur atintervalscloserthan500mm.f. Welding electrodes shall be of reputed make and conform to E - 6013grade.g. All weld inside and outside the tank shall be ground smooth prior topainting.

14. Every compartment shall be tested by air or hydrostatic pressure of minimum 0.316 kg/sq.cm.gauged at the top of the compartment, at time of manufacturing of tank truck. Thereafterhydro testing or air pressure testing is to be carried out once in five years and after any repairof the tank, whichever is earlier.

The detailed process is as follows:-

a. Hydro testing of each compartment can be done by means of a 3160 mm high pipefitted on top of the tank and filled up to the brim with water. The pressure shall bemaintained for a period of not less than ten minutes.

b. Air Pressure if used shall be held for a period of at least five minutes during which theentire surface of all joints under pressure shall be coated with a solution of soap andwater, heavy oil, or any material suitable for the purpose, foaming or bubbling ofwhich indicted the presence of leaks.

c. During testing, all the closures shall be in place and the operating relief devices shallbe clamped, plugged or otherwise rendered inoperative.

d. The compartment under test shall not show any leakage or drop of pressure duringthe test. Two adjoining compartments shall not be tested or filled with water

Page 126: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

126 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

simultaneously. Tanks failing to pass this test shall be suitably repaired and the abovetest shall be continued until no leak is detected.

15. Centre of gravity of fully loaded tank truck shall not be higher than that recommended by thechassis manufacturer. Sample Design and Stability Calculations are given as (AnnexureI).

16. Every tank vehicle used for the transport of petroleum, in bulk on land shall be built, tested andmaintained in accordance with the requirements laid down in the Third Schedule of PetroleumRules and be of a type approved in writing byPESO.

17. Tank vehicle meant for the carriage of petroleum in bulk shall not be used for any otherpurpose except when so authorized by PESO in writing.

18. TRAILER

Trailers used for carrying petroleum products shall confirm to the following in accordance withpetroleum Rules-2002

a. A tank trailer not exclusively used for transporting petroleum shall not be attached toany vehicle for transporting petroleum.

b. A tank trailer transporting petroleum shall not be attached to any vehicle other than avehicle used exclusively for transporting petroleum and not more than one trailer shallbe so attached.

c. A tank trailer shall not be attached to a tank semi-trailer or a trailer.

d. A tank trailer or tank semi-trailer shall have reliable brakes and all wheels which shallbe capable of efficient operation from driver‟s seat of the vehicle towing the trailer.

e. The width of the tank trailer or a tank semi-trailer shall be less than the overall widthof the towing vehicle

f. A tank trailer shall be so connected to the towing vehicle as to cause the trailer tofollow substantially the path of the towing vehicle and to prevent the tank trailer fromwhipping or swerving side to side dangerously.

g. If tank trailer carrying petroleum Class A is attached to a vehicle carrying petroleumClass B or petroleum Class C, the towing vehicle shall comply with all the provisions ofthese rules relating to a vehicle for the transportation of petroleum Class A.

h. A trailer other than a tank trailer shall not be attached to any tank truck.

i. Where a tank trailer is attached to a tank truck, the total quantity of petroleumtransported in the tank trailer and the tank truck shall not exceed 15 kiloliters.

Page 127: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

127 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

j. No tank trailer shall be attached to a tank truck having a net carrying capacityexceeding 12 kiloliters of petroleum.

k. No tank trailer attached to a tank truck shall be operated within a thickly populatedarea without the written permission of the district authority.

19. Thetank shallbefabricatedandmountedonthevehiclechassisbyamanufacturer approvedbyPESO.

20. MARKING ANDCERTIFYING

a) Manufacturer's Certificate: A certificate signed by the manufacturer of the tank certifyingthat each such tank is designed, constructed, and tested in compliance with these rulesshall be procured, and such certificate shall be retained in the files of the carrier during thetime that such tank is employed byhim.

b) In addition to this certificate, there shall be marking on every tank on a metal plate notsubject to corrosion, located on the left side, near the front, in a place readilyaccessible for inspection. Such plate shall be permanently affixed to the tank by means ofsoldering, brazing, welding, or other equally suitable means. It shall be marked incharacters at least 5 mm high by stamping, embossing, or other means of forming lettersinto or on the metal of the plate itself, the information indicated below. The plate shall notbe painted so as to obscure the markingsthereon.

Manufacturer's Name

Approved place of manufacture

PESO Approval No. and date

Manufacturer's Serial No

Date of manufacture

Original test date (MM/YY

Test pressure in PSI

Shell material

Weld material

Nominal tank capacity by compartment (front to rear) in KL

Empty weight and tank fittings in Kgs.

Gross vehicle weight. In Kgs.

Loading limits in LPM

Unloading limits in LPM

Date of Tank test.

Page 128: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

128 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

SECTION NO. 7

TANK BOTTOM FITTINGS

Bottom draw-off / loading systems shall confirm to the following requirements

1. Tank shall be designed to ensure the complete drainage of the contents of each compartmentvia an internalstopvalve(EmergencyValve)andanexternaldischargefaucet.

2. The Emergency Valve (Master Valve) shall be of the type fitted with a suitable means forpreventing development of dangerous static charge inside the tank during bottom loading. Thiscan be achievedeitherbythedesignofthevalveorbyfittingasuitabledeflectorplate.(AnnexureII)

3. The operating mechanism (Termed Bottom Operator) for the Emergency Shut off Valves shallbe provided with a secondary control (Emergency Release) in an easily accessible positionremote from all fill openings and the discharge faucets. (Annexure III-A)

4. The Bottom Operator (lever connected to the master valve) shall incorporate a fusible linkwhich will permit automatic closing of all the Emergency Valves in the event of fire. One end ofthe fusible link shall be anchored to the body of the Bottom Operator and the other endattached to the bottom operator spring release mechanism in such a way that all openemergency valves are closed at the same time. The link shall be capable of withstanding aminimum load of 35 kg and the two halves shall not separate during normal handling of thevalve but shall separate only when the fusible alloy melts not exceeding 93 degrees C. inthe event of a fire. Fusible link shall be procured from PESO approved manufacturer.(AnnexureIII-B)

5. The Emergency Valve shall incorporate a shear of f section designed to break when subjectedtoexcessive strain.

A shear off section which will break under strain shall be provided between the internal shut offvalve and discharge faucet. The shear off section shall be located in the piping systemoutboard of each tank internal valve and within 100 mm of the major radius of the tank shellor within 100 mm of sump, but in no case more than 200 mm from the major radius of thetankshell.

The shear off section shall be machined in such a manner as to abruptly reduce the wallthickness of the adjacent piping (or valve) material by at least 20 percent. (AnnexureIV)

The minimum allowable road clearance of any tank compartment or protection device locatedbetween any two adjacent axles on fully loaded vehicle or vehicle combination shall be at least4 cm of each 100 cm separately such axles and in no case less than 30.5 cm.

6. All tank valves, fittings, pipework and ancillary fittings shall be so fitted and protected as tominimise the risk of damage and leakage of contents in the event of the vehicle being involvedin anaccident.

7. Tank valves, sealing caps and other fittings, including joint seals and sealants, shall be

Page 129: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

129 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

manufactured from materials which are suitable for handling refined petroleum productsincluding presently knownadditives.

8. Each compartment of a tank shall be fitted with a discharge faucet which shall be substantiallymade and so attached. The discharge end of the faucet shall be threaded or so designed as topermit the hose being tightly coupled toit.

9. Steel gate valves used for tank faucet shall confirm to IS10611:199410. Provision shall be made to prevent damage to pipework due to vibration by the incorporation of

flexiblebellowconnectionswithinpipeworkruns.

Typical drawing of the top loading tank truck is shown as Annexure V- A.Typical drawing of BS-IV tank truck with exhaust system is shown as Annexure V- B.

SECTION NO. 8

TANK TOPFITTINGS

Each tank or compartment of the tank shall be constructed with a manhole on the top to provideaccess to enable the interior to be examined. The manhole shall be at geometrically centre of thecompartment and not less than 450 mm in diameter

The manhole mentioned in section no. 6 shall be closed off with a mild steel (minimum 5 mmthick) base plate assembly fitted with a 24 bolt (studs shall not be used for manhole fitment)airtight fixing all around and a 3 mm thick compressed nitrile cork gasket. ISI marked bolt to beused.

The Manhole shall be enclosed in a dome cover having an internal hinge joint at one end andprovision for sealing/locking arrangement at the other end. (Annexure IX). The dome cover shallnot restrict the emergency venting capability of the vapour or liquid emergency vent.

Following fittings shall be provided within each manhole plate

1. FILLPIPE

i. Fill pipe shall be of mild steel of size minimum 100 mm nominal bore and flange mounted/ welded to the manhole base late. Internally the pipe shall be extended till almostbottom of the compartment leaving a clearance of 25 mm. The fill pipe should not beslotted, however, it shall have openings in the wall not greater than 13 mm in diameter,minimum four holes on diametrically opposite side at two different levels, which shouldbe above the maximum level of the tank contents in order to provide a pressure balance.(AnnexureX)

All the holes on the wall of the fill pipe shall be covered with two layers of wire meshgauze (not less than 11 to the linear centimeter), to work as flame arrestor. The stainlesssteel/brass gauze shall be manufactured from wire with a diameter not less than 0.3 mmforming apertures of not more than 0.5 mm x 0.5 mm. The internal fill pipe is to have agauzed opening of minimum 140 Sq. mm at the top level.

Page 130: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

130 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ii. The inner end of the fill pipe shall be provided with a splash deflector arrangement (45-degree angular cut).

iii. Top open end of the fill pipe shall be externally threaded and fitted with an oil-tight lockercap of non- ferrous metal. The cap shall be fine finished from the inside and providedwith a compressed nitrile cork gasket.

2. DIPPIPE

i. Dip pipe of nominal bore of 25 mm shall be of mild steel The Dip Pipe shall be welded to themanhole base plate at the geometrical centre of the manhole and compartment. It shallbeextended to the datum plate which is at the bottom of the tank and shall besupportedagainst vibration. The dip pipe shall extend up to 25 mm f romthe datumplate. The pipe shallbe trulyverticalwhenthebottom ofthetankishorizontal.

ii. Internally, the pipe shall be provided with 5 mm dia holes, diametrically oppositethroughout its length and circumference, including at a level above the maximum level ofthe contents. The vertical distance between the holes shall not be more than 100 mm.The pipe shall not be sealed at the bottom. The openings shall be covered with 2 layers ofwire gauze having not less than 11 meshes per centimeter.(Annexure-X)

iii. The Dip pipe shall be projected from the manhole plate and it shall be at least 15 mmbelow the tank shell in case of Alternative I mentioned in Section11.

iv. Top open end of dip pipe shall be externally threaded and fitted with an oil-tight lockercap.The capshallbefinefinishedfromtheinsideandprovidedwithcompressednitrilecorkgasket.

v. A datum plate of size 100 x 100 mm and thickness not exceeding 5 mm shall be providedexactly below the dippipe. The plate shall be weld fitted to avoid tampering.

3. PRESSURE-VACUUM VALVE

i. Pressure Vacuum valve procured from PESO approved manufacturer shall be mounted on themanhole cover base plate. Specimen drawing is enclosed as AnnexureXI.

ii. PV valve shall be of the double spring type, one for pressure and one for vacuum and shallincorporate an anti-roll over device which will not allow leakage of contents in the event ofvehicle upset. PV valve manufacturer shall give test certificate to this effect.

iii. The settings of the P/V valve shall bePressure :210 cm of water gaugeVacuum : 5 cm of watergauge

iv. PV valve shall provide a minimum flow venting area of 300 sq.mm., the openingbeing coveredwith2layersofwiregauzehavingnotlessthan11meshespercentimeter.

4. EMERGENCY VENT

Page 131: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

131 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

i. In addition to the venting through PV valves, each tank compartment shall be equipped withpressure actuated vent or fusible vent or a combination of both, but fusible vent shall not beprovided on tanks of capacity 25 kl and above.

ii. Pressure actuated emergency vent or vents wherever provided shall be set to open at not lessthan 0.21 kg/cm2 and close when the pressure drop 0.21 kg/cm2 or below and pressure-actuated devices shall be designed so as to prevent leakage of liquid past the device in caseof surge or vehicle upset, except that they shall function in case of pressure rise under anycondition of vehicle rollover and the relieving capacity of pressure actuated vents shall berelated to the capacity of the compartments and shall not be less than as under

Net capacity of tankcompartment (KL)'

Minimum Emergency Venting(M3 / Hr.)

1 14742 17533 23724 29905 35096 40837 5273

iii. An emergency vent procured from PESO approved manufacturer shall be mounted on themanhole cover base plate. Specimen drawing is enclosed as Annexure XII.

iv. The fusible type emergency vent wherever provided shall provide a minimum fire ventingopening of a net area in sq. cm. equal to 8 plus 4.3 times the gross capacity of thecompartment in kiloliters and shall be activated by elements operating at temperature notexceeding 93 degree centigrade and emergency fusible vent shall be so designed as toprevent loss of liquid through the vent in case of vehicle upset except in case of pressure risein case of upsetposition.

v. The opening on the tank for the emergency vent shall be fitted with 2 layers of non-corrosivemetallic wire gauze having not less than 11 meshes per linear centimeter to act as firearrestor. Such wire mesh shall be welded on a circular ring which shall be welded on theopening from the bottom side of the manhole plate.

5. VAPOUR RECOVERY SYSTEM

In case vapour recovery system for Top loading tank Lorries is to be provided, it shall be as perthe scheme approved by PESO

SECTION NO. 9

Page 132: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

132 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TANKMOUNTINGS

Tank (including its supports and attachments) shall be so fitted that if under the maximumpermissible load it is subjected to an acceleration of 2g in the direction of travel, 1g at rightangles to the direction of travel, 1g vertically upwards or 2g vertically downwards, the maximumstress in any part thereof shall not exceed 75% of the yield proof stress of the material ofconstruction. Where it is foreseeable that the tanker may be subjected to higherloading.

The tank shall be securely attached to the vehicle in accordance with the following conditions

a. Mounting structures shall be designed to prevent excessive movement of the tank inrelation to the chassis. This would include the use of flexible mountings aswell.

b. The design of mounting structures shall take into account the loadings referredabove.

c. Where the mounting structures are designed as an integral attachment to the shell, eachattachment shall be designed to meet the requirements of the maximum stressreferredabove.

d. The tank mounting on the chassis shall be as per the recommendations of the chassismanufacturer.

e. Anchors shall not allow any movement between the tank and the vehicle during starting,stopping andturning.

f. All anchors shall be installed in a manner so as to be easily accessible for inspection andmaintenance.

g. Special care shall be taken on the location of bolting of the tank to the chassis frame. Itshall be as per recommendation of chassismanufacturer.

h. Packing shall be provided between saddle plate and the chassis as per recommendation ofchassismanufacturer.

i. U-bolts for securing the tank shall be tightened to the specified torque level, and number ofbolts shall not exceed the number recommended by the chassismanufacturer

j. Tank/Vessel shall be made electrically continuous with the chassis of the vehicle byproviding heavy duty bonding cable / braided wire with proper lug. Tank / Vessel shall beprovided with heavy duty earthing arrangement like boss or cleat on stiffener plate forfacilitating earthing during loading / unloading operation.

SECTION NO. 10

CATWALK

a. Catwalks shall be minimum 600 mm wide and provided on both sides of the manholesthroughout thelengthofthetankandbetweenthemanholes.(TypicaldrawingisgiveninAnnexureXVII).

Page 133: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

133 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

b. Catwalkshall bemadeofchequeredplatesorgratings.

c. Catwalk supports shall not be welded directly to the tank shell but welded with a padding of5mm thick plate of size 100x 100mm.

d. In case of Alternative II mentioned in Section No. 11, catwalk shall be above the level ofthe fittingsandcapableofwithstandingthedoubletheweightoftheloadedtanktruck.

e. 1No.laddershall beprovidedattherearofthetank.

f. Suitable fall protection system shall be provided to ensure safety of the personnel workingon top of thelorry.

g. Toe guard of minimum height of 6 inch shall be provided around the top edge of the tanktruck to enhance safety of personnel working on the top oflorry.

SECTION NO. 11

ACCIDENT AND TANK OVERTURNPROTECTION

a. All top fittings shall be protected against damage from rollover accidents. This can beachieved by any of the two alternativesbelow

Alternative I

Manholes shall be recessed within the contour of the tank shell andall fittings protruding above the manhole base plate shall be atleast 15 mm below the top of the tank shell. The area enclosed insuch protection shall be adequately drained and provided withplugs or cut-outs, to enable the section to be gas freed completelybefore repair (Annexure V A.)

AlternativeII

Manholes shall be flushed with the top of the tank shell and allfittings on the manhole base plate shall project above the shell onlyto the minimum extent necessary. Catwalk shall be as mentioned initem d of Section No. 10.

b. Allthefittingsshallbeprovidedwithinthemanholecover baseplate.

c. ManholecoverlidsasspecifiedinSectionNo.8shallbeprovided.

d. The gross volume of the tank compartment shall be calculated as the net liquid loadvolumeplus 2 to 3% of the volume .and the level shall be never less than 75 mm belowthe top of the tank shell.

e. Thecenter ofgravityofthefullyloadedvehicleshallnotbehigherthanthatrecommendedbythechassismanufacturer.

Page 134: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

134 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

f. Saddle plates shall be extended on both the sides up to at least half the height of the tank,for bearing the impact in the event of vehicle overturn.

Following crash avoidance features may be considered subject to PESO and other statutory approvals toimprove safety features of Tank trucks

1. ELECTRONIC STABILITY CONTROL (ESC)SYSTEM

By applying braking to selected wheels, an ESC system assists to correct a deviation from the driver‟sdesired course. The ESC system assesses the driver‟s intended path and compares it with the actualdirection by monitoring the driving inputs (throttle, braking level and steering angle) and the vehicle‟sperformance (lateral deceleration, yaw deceleration and wheel speeds).

2. DRIVER FATIGUE MONITORINGSYSTEM

Driver fatigue monitoring systems are being developed worldwide using varying technologies, includingsteering wheel monitors and eye monitoring. Camera systems, mounted in the cabin of the vehicle orfitted to special glasses worn by the driver can focus on each of the driver‟s eyes.

An optical processing unit measures the time taken for the eyelid to reopen after each blink. Slowereyelid responses indicate driver fatigue and the system combats this in two ways

Firstly, an audible warning is produced to provide an immediate fatigue warning. Secondly, the system compiles a fatigue history that a supervisor can download and review.

3. WHEEL NUT INDICATORS ANDLOCKS

Checking that all wheel nuts are properly fastened prior to driving is good practice and highly advisablewhen wheels have been changed. Wheel Nut Indicators are plastic caps which can be fitted over thehexagonal heads of the wheel nuts. The way they are positioned provides a pattern which indicateswhether the nuts have loosened over the course of a journey.

Wheel Nut Locks come in the form of a plastic strap which is shaped to fit over the wheel nuts and lockthem in place. Even if the nuts loosen slightly they are prevented from coming off, preventing any wheeldetachment. Installing wheel nut indicators and locks can reduce maintenance time and both can beeasily identified visually.

4. DAYTIME RUNNING LAMPS(DRL)

Daytime running lamps are forward facing white lamps, fitted to the front of vehicles. Their function is tomake the vehicle more conspicuous against its background at times when headlamps are not typicallyswitched on.

DRL automatically switch on when the engine is started and are designed to switch off when dipped-beam head lights are switched on.

DRL increases road safety as they substantially raise the visibility of motor vehicles to other road usersthrough a specially designed light beam pattern that controls glare and improves the extent to which the

Page 135: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

135 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

light can be seen with peripheral vision.

5. BLIND SPOT ELIMINATION / ENHANCED DAYTIME VISION SYSTEM

A blind spot elimination system assists to provide the driver with a complete view of spaces around thevehicle as well as providing audible and visual warnings. This can be achieved by using a combination ofextra mirrors, sensors or cameras mounted on the sides and rear of the heavy vehicle.

Whilst offering great potential in avoiding collisions care must be taken when installing the display screenin the cabin in such a way as to provide the driver with information when desired, without posing as apotential distraction.

A good system has infra-red sensors for night time use. Some systems also operate as rear parking aidsystems. Mirror and camera-based blind spot elimination systems can be used.

6. CORNERING LAMPS

Cornering lamps complement the functionality of headlamps. While headlamps provide superiorillumination of curved roads when driving at normal speeds, cornering lights give better lighting whencarrying out low-speed man oeuvres: parking, turning into a driveway, U-turns and driving on extremelywinding roads.

When the indicator is activated at low speeds, these lamps illuminate an area to the side of the vehicle,up to 80° of the direction of travel.

7. AUTOMATIC TRACTION CONTROL (ATC) SYSTEM

An ATC System compliments an ABS and serves to prevent loss of traction which can result in rear-endslipping with a two-staged response

Firstly, the ATC reduces the drive torque. Secondly, it applies the service brakes on one or both sides of the drive wheels to prevent slip

and to „lock‟ the differential action.

ATC is widely used on Lorries that routinely encounter poor road conditions such as on logging andconstruction sites.

8. REVERSING SAFETY SYSTEMS

The following three technologies will assist drivers to avoid crashes when reversing heavy vehicles

i. Reversing Buzzer – provides a warning to other road users that the reverse gear has beenselected.

ii. Reversing Camera – provides the driver with a view of the space immediately behind the vehicleiii. Reversing Sensor – uses an audible alarm to warn the driver that the vehicle is close to an object

at the rear.

9. ALCOHOL IGNITION INTERLOCKS

Page 136: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

136 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Alcohol ignition interlock systems require the driver to provide a breath sample before operating avehicle. The technology assesses the blood alcohol concentration (BAC) of the driver and will immobilizethe vehicle if the driver exceeds the pre-set BAC limit.

10.TYRE PRESSURE MONITORING SYSTEMS

Online tyre pressure reading will be captured in cabin console and low pressure alarm shall be generatedif pressure in tyre is below the recommended pressure setting by OEM.

11.SAFETY BELT ALARM SYSTEM

Retractable safety belt with alarm indicator should be captured in cabin console. Alarm will begenerated if driver is not wearing safety belt when the ignition is “ON”.

12.SAFETY AIR-BAG

Safety air bags should be provided for driver and helper. The system will actuate during accidentprotecting the lives of crew.

13.TACHOGRAPH

Tachograph to be fitted in the cabin of the vehicle as per requirement

SECTION NO. 12

REAR-END & UNDER RUNPROTECTION

REAR ENDPROTECTION

Every tank shall be provided with a rear bumper to protect the tank and piping in theevent of rear end collision and to minimize the possibility of any part of the collidingvehicle striking the tank or any piping containing product.

The bumper shall be so located that its inside face is never less than 150 mm to therear of any vehicle component that is used for loading or unloading purposes.

The bumper shall be extended on each side of the tank to at least the maximumwidth of the vehicle.

The bottom surface of the bumper must be at least 100 mm below the lowersurface of any part of tank or piping which contains product during transit and notmore than 1 m from the ground when the vehicle is empty.

Page 137: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

137 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Structurally, the bumper shall be designed to successfully absorb the impact of thevehicle with the rated payload with a deceleration of 2g using a factor of safety oftwo based on the ultimatestrength of bumper material and for the purposes of these rules such impact shallconsidered uniformly distributed and applied horizontally from any direction at anangle not exceeding 30 degrees to the longitudinal axis of the vehicle.

UNDER RUN PROTECTION

All vehicles shall be protected by a robust steel bumper with Rear and side underrun protection device as per IS: 14812-2000, IS: 14682-1999 and as per CMV Rules.

The under Run protections shall be painted with yellow and white zebra stripes onthe entire rear face of the device.

Under run protection shall be so constructed and or equipped so as to offer effectiveprotection to unprotected road users against risk of falling under side of the vehiclesand being caught under the wheels.

SECTION NO. 13

ELECTRICAL SYSTEM

The electrical system shall be designed, installed and adequately protected so as to minimizemechanical damage and the risk of electrical fires. In particular, the system shall conform to thefollowing requirements

a) The nominal circuit voltage on the vehicle shall not exceed 24 volts.

b) Batteries shall be effectively protected against contact with any spillage of flammable liquid,and be fitted with an insulator cover to protect against inadvertent contact by objects whichcould cause a spark.

c) The Generator, battery, switches and circuit breakers shall be located in the cabin of thevehicle or in the engine compartment and the battery shall be in an easily accessible positionwith an approved type heavy duty switch (double pole, minimum 300 amps ratings) forbreaking the electrical circuits which shall be placed close to the battery as possible

i. Direct or indirect control devices (electrical device) shall be installed, one in thedriver‟s cabin and second on the outside of the vehicle. Both the devices installed,inside and outside the cabin of the vehicle, shall be readily accessible and distinctlymarked. The control device located in the driver‟s cabin shall be within immediatereach of the driver and it shall be protected against inadvertent operation by eitheradding a protective cover, or by using a dual movement control device or by othersuitable means.

ii. It shall be possible to open the switch while the engine is running without causing

Page 138: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

138 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

any dangerous excess voltage and the operation of the switch shall not constitutea fire hazard in the explosive atmosphere which can be ensured by using a switchhaving a casing with degree of protection as per IP 65.

iii. The cable connection on the battery master switch shall have a degree ofprotection IP 54, save if such connection is contained in a housing which may be abattery box.

iv. The battery terminals shall be electrically insulated or covered by an insulatingbattery box cover which is properly vented.

d) Generators and motors and switches thereof which are not installed within the enginecompartment and which remains energized when the battery master switch is open shall besuitable for use in hazardous area and shall meet appropriate requirements of indianstandards for the relevant gas group

Provided that where such generators or motors or switches thereof are installed inan enclosed space, adequate provision shall be made for air circulation to preventoverheating and possible accumulation of inflammable vapors

The battery terminals shall be covered by terminal cap and battery shall be keptinside insulating battery box cover.

e) All cables shall be secured on the vehicle so that they are protected against mechanicaldamage and heat.

f) All control switches shall be in the feed side of the circuit.

g) All cables shall be armoured and passed through suitable ducts and secured at suitable placesin such a manner that during normal use of vehicle the cables are not subjected tomechanical/ chemical damages.

h) Except for cables to the starter motor, the current rating of any cable shall be chosen so thatthe conductor temperature will not exceed 70 deg. C when it is carrying full load continuously.

i) Junction boxes, connectors and all electrical equipment shall be adequately protected andshielded from the ingress of moisture or flammable liquid.

j) Either an insulated return circuit shall be used or every item of electrical apparatus on thevehicle shall be individually bonded by cable either to the chassis or structural membersattached to the chassis.

k) To enable electrical circuits to be isolated (including any open circuit of alternator fieldwindings), a multi pole master switch shall be fitted as close to the battery as possible andshall comply with the following provisions

i. Master switch shall include double pole switching to isolate outgoing circuits from

Page 139: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

139 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

both poles of the battery;

ii. Master switch control shall be readily accessible to persons outside the vehicleand its location shall be indicated by a clearly visible, legible and durable notice.

iii. Visual means shall be provided to indicate clearly when the master switch is in the"ON" or "OFF" position.

iv. Means shall be provided for the driver to put off the master switch without leaving thedriver's seat.

l) The electrical circuit provided by the vehicle manufacturer, which is type approved by PESO,shall not be modified.

m) Electrical cables shall be located such that no part can make contact with any fuel line orexhaust system subjected to excess heat. Suitable insulation shall be provided where suchelectrical circuits are necessary.

VEHICLE ELECTRICAL CIRCUIT PROTECTION

The following steps shall be taken to ensure protection of the electrical circuits

a. All circuits, with the exception of the main battery supply and the starter and alternator circuits,shall be protected with fuses or circuit breakers.

b. All circuit protective devices, with the exception of any barrier device for a tachograph or otherintrinsically safe device, shall be mounted forward of the rear of the cab.

c. Fuses or circuit breakers shall be fitted within an enclosed unit. Fuse holders shall bepermanently marked with the maximum fuse rating.

d. Number of circuits connected to any protective device shall not exceed four, and the rating of thedevice shall be compatible with the smallest conductor in any of these circuits.

e. Grouping of circuits shall be so arranged that the failure of any minor circuit does not rendera major or obligatory circuit inoperative.

PROTECTION AGAINST STATIC ELECTRICITY

The vehicle shall be provided with a connector for connecting an external earthing lead duringloading/unloading. The tank, its associated pipework and fittings, both internal and external, and themetal structure of the carrying vehicle shall all be in good electrical contact with each other and theexternal earth lead connector. The maximum electrical resistance of all such connections shall notexceed 10 ohms. The electrical resistance from the external earth lead connector of the vehicle to theground through the tyres shall not exceed 10 ohms. Bonding wire with crocodile clips shall be alwaysavailable with the vehicle.

Page 140: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

140 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

All discharge hoses shall be electrically continuous. Fire retardant hose (braided rubber / composite hose,(EN 13765- 2010) bearing ISI mark or equivalent for the type of petroleum product shall be carried inthe licensed vehicle at all times.

SECTION NO. 14

DRIVER'S CABIN & CHASSIS

DRIVER’SCABIN

a. The height of the vehicle cabin shall be more than that of the tank. In case, the height ofthe tank is higher than the cabin a suitable height barrier shall be provided on the cabin sothat the tank is protected from hitting the overheadobstructions.

b. The cabin of the vehicle shall be of all metal construction and its rear window, if provided,shall be fully covered with wired glass. Alternatively the cabin and the engine shall beseparated from the tank or the load, as the case may be, by a fire resisting shield whichshall fully cover the tank or load. Only materials not readily flammable shall be used inconstruction of cabincomponents,

c. There shall be a clear space of at least 150 mm between the tank and the back of thecabin.

d. A portable ISI marked 9/10 kg cartridge type or stored pressure type DCP extinguishershall be provided in an easily accessible position away from the discharge faucets on everyvehicle. One portable ISI marked 1 kg DCP or 2kg CO2 fire extinguisher shall be kept in thecabin of the vehicle. All extinguishersmust havemarkingindicatingthe dateforpressuretesting.

e. Petroleum tankers shall be fitted with blind-spot mirrors that give drivers a wider field ofvision than conventional mirrors.

f. All petroleum tankers shall be fitted with vehicle flame proof reversing horn which is clearlyaudible for by standers.

g. Seats with retractable seat belts shall be provided for driver andcrew.

h. All vehicle shall have wipers on both the wind screens at alltimes.

i. Tyresof the motor vehicles shall be enveloped with effective mudguards.

j. First aid kit containing items notified under CMV rule shall be provided in thecabin.

k. Vehicles shall have two wheel chocks.

l. All tankers shall have two triangles of size 500 mm +/- 50 mm with a red reflecting surfaceas per CMV rules & AIS 022: 2001 for keeping in front and rear of the vehicle in case thevehicle is stranded on theroad.

Page 141: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

141 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

m. All petroleum tankers shall be fitted with Anti-lock BrakingSystem

n. Vehicle monitoring system (VMS) / Vehicle Tracking System (VTS) shall be provided as anadditional road safetymeasure.

o. The vehicle cabin shall be well ventilated; however vehicles manufactured on and after the1st January, 2018 shall be fitted with an air conditioning system or with the ventilationsystem in accordance with CMV Rule.

p. Vehicles shall be fitted with speed limiting device or speed limiting function conforming toAIS-018 2001. The speed governor of every transport vehicle shall be so set that thevehicle is incapable of being driven at a speed in excess of the maximum preset speed ofthe vehicle except down an incline.

CHASSIS

i. Unauthorized alterations shall not be permitted on the chassis or any of its aggregates orcomponents.

ii. No part of the braking system, electrical system, steering system or suspension systemshall be altered, when the body is made outside the vehicle manufacturer facilities.

iii. No part of chassis shall be altered which affects the stability of the vehicle.

iv. Any unauthorized modification shall call for fresh type approval from OEM.

SECTION NO. 15

SPARKARRESTOR

a. Spark Arrestor procured from PESO approved manufacturer shall be fitted at outlet ofexhaustpipe ofthe vehicle to avoid emission of sparks. (Specimen drawing enclosed as (AnnexureXVIII).

b. Its inlet end with swirling blade assembly shall be welded with the outlet end of the vehicleexhaustpipe.

c. The carbon of engine exhaust comes out through swirling blade and is deposited in thesoot box of the spark arrestorassembly.

d. Thecarbondepositsshallbeclearedregularly.

If the exhaust of the diesel engine is based on design having electronic fuel managementwith unit injectors and electronic control unit coupled with turbo charger and inter coolerarrangements, no separate spark arrestor need to be provided, in line with PESOapproval.

ANNEXURE I

Page 142: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

142 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TANK TRUCK DESIGN SAMPLE CALCULATIONS

==================================================================

MODEL: ALCOCOMET3/1 CAPACITY: 12KL

TANKDIMENSIONS

MAJOR AXIS (a) 230.00 cm

MINOR AXIS (b) 145.00 cm

SHELL LENGTH (l) 466.00 cm

DISHED END DEPTH (d) 13.00 cm

TOTAL TANK LENGTH 492.00 cm

TANK SUPPORT HEIGHT 22.00 cm

CHASSIS DIMENSIONS

FRAME HEIGHT 1015.00 cm

WHEEL BASE 447.00 cm

FRONT OVERHANG 111.80 cm

REAR OVERHANG 167.80 cm

OVERALL LENGTH 726.40 cm

DESIGN CALCULATIONS

CABIN LENGTH 180.00 cm

PLATE THICKNESS (t) 0.32 cm

SHELL VOLUME 1.06*3.14*a*b*l/4000000 12938.31 L

DISH END VOLUME 4*3.14*a*b*d/12000 454.01 L

TOTAL TANK VOLUME 13392.32 L

FILLING RATIO (MAXM. PERMISSIBLE=0.97) 0.90

PRODUCT VOLUME 12000.00 L

PRODUCT DENSITY 0.85 gm/cu/.cm

PRODUCT WEIGHT 10200.00 kg

STEEL DENSITY (G) 7.85 gm/cu.cm

TANK SHELL WEIGHT22/7*SQRT(a*a+ b*b/2)*l*G* t

707.03 kg

Page 143: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

143 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

DISH END WEIGHT 1.4*22/7*a*b*2*g*t 184.23 kg

PARTITION NOS. 3.00

NO. OF PARTITION PLATES 2.00

WEIGHT OF EACH PARTITION PLATE 65.80 kg

TOTAL WEIGHT OF PARTITION PLATES 131.60 kg

TOTAL TANK WEIGHT 1022.85 kg

MOUNTING WEIGHT 350.00 kg

WEIGHT OF GUARD AT TOP 60.00 kg

TANK + MOUNTING WEIGHT 1432.85 kg

PRODUCT + TANK + MOUNTING WEIGHT 11632.85 kg

REACTION AT REAR AXLE = Rr

GAP BETWEEN CABIN AND TANK SHELL (e) 15.00 cm

GAP AT REAR END (f) 39.40 cm

TANK C.G. DISTANCE FROM FRONT AXLE 329.20 cm

Rr (FULL) 8567.19 kg

Rr (EMPTY) 3065.66 kg

TANK TRUCK STABILITY CALCULATIONS (SAMPLE)

WEIGHTDISTRIBUTION

DESCRIPTION FRONT AXLE(KG)

REAR AXLE(KG)

AXLE+SUSPENSION 400.00 900.00

ENGINE+TRANSN+CHASSIS 1395.00 665.00

CABIN 400.00

CREW 130.00

PRODUCT+TANK+MOUNT 3065.66 8567.19

TOTAL 5390.66 10132.19

AXLE 5675.00 10200.00

STABILITY CALCULATIONSC.G TABLE

Page 144: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

144 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

ITEM LOADON C.G. HEIGHFROMGROUNDLEVEL

FRONT AXLEKG.

REAR AXLEKG.

TOTALKG. UNLADEN LADEN

CHASIS FRAME 300.00 500.00 800.00 1015.00 960.00

ENGINE & TRANS. 1095.00 165.00 1260.00 1315.00 1260.00

CREW WEIGHT 130.00 130.00 1860.00 1805.00

CABIN WEIGHT 400.00 400.00 1860.00 1805.00

F.A.+ SUSPENSION WT 400.00 400.00 450.00 435.00

R.A. + SUSPENSIONWT.

900.00 900.00 498.00 483.00

PRODUCT WEIGHT 2688.05 7511.95 10200.00 1835.00

TANK + MOUNTING WT 377.61 1055.25 1432.85 1905.00 1850.00

TOTAL WEIGHT 5390.66 10132.19 15522.85

Annexure II

STABILITY RATIO

UNLADEN WEIGHT WU 5322.85

LADEN WEIGHT WL 15522.85

DISTANCE BETWEEN REAR ENDTYRES X 2105.00

HEIGHT OF C.G. (UNLADDEN) YU 1279.86

STABILITY RATIO YU/X 0.61

HEIFGHT OF C.G. (LADEN) YL 1629.13

STABILITY RATIO YL/X 0.77

Page 145: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

145 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TYPICAL MASTER VALVE

Annexure III-A

Page 146: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

146 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TYPICAL EMERGENCY SHUT OFF VALVE

Annexure III-B

TYPICAL FUSBILE LINK

Page 147: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

147 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure IVTYPICAL SHEAR OFF SECTION

Page 148: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

148 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure V-A

TYPICAL DRAWING OF TOP LOADING TANK TRUCK

Page 149: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

149 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure V-B

TYPICAL BS IV TANK TRUCK WITH EXHAUST SYSTEM

TYPICAL EXHAUST PIPE WITH PRIMARY AND SECONDARY PROTECTION

Page 150: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

150 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure-IX

TYPICAL DOME COVER

Page 151: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

151 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure-XTYPICAL FILL PIPE AND DIP PIPE

Annexure XI

Page 152: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

152 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TYPICAL PV VALVE OF TOP TANK TRUCK

Annexure XII

Page 153: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

153 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TYPICAL EMERGENCY VENT

Annexure XVII

Page 154: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

154 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

TYPICAL CAT WALK FOR A TANK TRUCK

Page 155: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

155 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Annexure XVIIITYPICAL SPARK ARRESTOR

Page 156: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

156 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment- 20

PERFORMA FOR DECLARATION ON NCLT / NCLAT / DRT/ DRAT/ COURTRECEIVERSHIP / LIQUIDATION

Tender No. : ___

Bidder Name: ____

I / We hereby declare that I / We / M/s. ___________________________declare that:

(i) I / We am / are not undergoing insolvency resolution process or liquidation or bankruptcyproceeding as on date.

OR

(ii) I / We am/ are undergoing insolvency resolution process or liquidation or bankruptcyproceeding as on date as per details mentioned below. (Attached detail with technical bid)

Note : Strike out which is not applicable.

If it understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall havethe right to reject my / our bid, and forfeit the EMD. If the bid has resulted in a contract, thecontract will be liable for termination without prejudice to any other right or remedy (includingblack listing or holiday listing) available to Indian Oil Corporation Ltd.

Place: Signature of Bidder

Date: Name of Signatory

Page 157: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

157 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment- 21

Declaration to be uploaded by the bidder

(On Non-Judicial Stamp Paper as prescribed in the respective State)

I/we on behalf of M/s............................. ......, is/are authorized to make the followingdeclaration/ consent in respect of my/our participation in the tender reference .........................

1. That, I/we fully understood the integrity pact as contained in the said tenderreference......., which is part & parcel of the said tender and agree to abide by the same.

2. That, in the event of my/our non participation in Reverse Auction, for whatsoever reasons,I/we shall not raise any dispute, whatsoever, in any forum, ascribing the same as a reasonfor such non-participation.

3. That, in respect of any dispute/clarifications on the tender procedures/terms & conditions,I/we shall seek clarification/resolve the dispute before participation, at each stage and shallnot raise the same thereafter.

4. That, what is stated/declared by me/us under point 1,2&3 above shall be treated asmy/our unambiguous and binding consent/declaration.

5. That, what is stated under 1 to 4 hereinabove, shall apply Mutatis Mutatandis in both theportal i.e. NIC and MSTC, governing the said tender.

Scanned copy to be uploaded in the portal along with document

(Signature)..........................

DECLARANT (Name)

Date:Place

Page 158: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

158 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

Attachment- 22MSTC Bidder Guide

Website Link: https://www.mstcecommerce.com/eprochome/iocltrans/index.jsp

Bidder Login: Bidder has to first register using the “Registration” link. They have to fill up theBidder registration form and attach the DSC.

1. Entre your MSTC ID and password in Transporters section .

2. Verify Your DSC to login.

Page 159: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

159 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

3. After verification of DSC following screen will appear :

Page 160: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

160 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

4. Click on Bid Floor . Following screen will appear :

5. For joining live event ,click on LIVE EVENTS option. Following screen will appear.

Page 161: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

161 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

6. Click on event no :Clicking on event no ,one acknowledgement box will pop up for acceptingTender Terms and condition. Click on Proceed to Sign your acceptance . For every steps,verification will be done through your DSC.

7.

Page 162: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

162 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

8. After accepting tender terms and conditions ,option to select GST type : RCM (Reverse ChargeMechanism) /FCM (Forward Charge Mechanism) will come . Kindly select GST type and submit. Bydefault option of RCM i.e. 5% GST will be paid by IOCL and bidder will not avail any Input Tax Creditwill appear. Bidder should carefully choose this option.

Page 163: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

163 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

9. After selection of GST type , following screen will appear :

Please read Terms and conditions of Reverse Auction .

10. Entre your discount % and verify your Bid through DSC.Bidder can quote from 0 to minus 10 withdecremental value upto two decimal .

Page 164: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

164 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

11. You can check L1 value in L1 check column.

12. Reverse auction duration initially sets for 60minutesand auction closing time is auto extended by10 minutes if any bid is received during the last 10 minutes of auction closing time. Post closure ofthe auction, all non L1 bidders will be displayed the L1 matching screen which will remain open for30 minutes. Bidder has to submit their decision of Yes/No in this stage to match with the L1discount percentage. If no decision is submitted, system will consider the bidder’s decision to be‘No’.

Page 165: DUE DATE-27.10.2020 TIME – 15:00 Hrs - Gujarat Tenders

Tender No.:WRRC/2020-21/PT/112Tender id :2020_WRO_123342_1

Indian Oil Corporation Ltd (Marketing Division)Page

165 of165

TENDER FOR ROAD TRANSPORTATION OF BULK PETROLEUMPRODUCTS - MS/ HSD/ Branded Fuels Ex. Vadinar, Gujarat

13. In case of no action from the bidder up to two minutes a pop up message will appear click on retryto display the Bid floor again .

14. MSTC’s responsibility:MSTC’s role would be related to doing any systems related settingthat areneeded for recognition of the DCSor clarifying other issues faced by the bidders and users. In thisregard, our helpline numbers: 033-22895064, 033-22901002, 033-22901004 may be contacted.Bidders/Users may download remote sharing software like Anydesk, so that our helpdeskpersonnel can take remote access of the system and make necessary settings if required.