-
INDIAN OIL CORPORATION LTD. (MARKETING DIVISION)
INDIAN OIL BHAVAN, KARNATAKA STATEOFFICE,
NO. 29, P KALINGA RAO ROAD, BANGALORE 500 027
PUBLIC E-TENDER (TWO BID)
E-TENDER NO.: 2015_KASO_13887
Last Date of Tender Submission : 11.02.2015 at 16 00 hrs.
Due Date of Technical Bid Opening : 11.02.2015 at 16 15 hrs
FOR
Fire fighting system for proposed filling shed extension, New
mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG
Bottling Plant.
TECHNICAL BID
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender no: KASO/LPG-E/PT-07/2014-15
INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, KARNATAKA
STATE
OFFICE, INDIAN OIL BHAVAN, NO: 29, P KALINGA RAO ROAD (MISSION
ROAD),
BANGALORE 560 027,
REF: 2015_KASO_13887 DATE: 21.01.2015
M/s.
Dear Sirs ,
Indian Oil corpora t ion Limited ( IOCL ) has a LPG Bott l ing
plant a t Belgaum and
this tender is ini t ia ted for Fire f ight ing system for
proposed f i l l ing shed extens ion ,
New mounded bul le t 2 x 1200 MT and New LPG pump house a t
Belgaum LPG
Bott l ing Plant .
Address of the loca t ion: M/s Indian Oil Corporat ion
Limited,
Belgaum LPG Bot t l ing Plant ,
P .B Road, Kanagala ,
Belagavi -591 225
Ph: 0833-279204/279208
SCOPE OF WORK:
The scope of work is defined in detail under the schedule of
quantities & technical
specifications. The various structures covered under the scope
of this tender are
detailed below. However the scope specified below i s only
indicative but not
exhaustive and the vendor is required to carry out any other
scope as per the site
requirement w i t h i n the items available under this
tender.
We request you to submit your lowest quotation for the work
contained in the tender.
Your offer complete in all respects must be uploaded in the
prescribed manner on
our e-tendering portal www.iocletenders.gov.in on or before
11.02.2015, 16:00. Original EMD Instrument in a sealed envelope may
please be dropped in
Engineering tender box kept on 3rd
Floor in our office at address given
below.
INDIAN OIL CORPORATION LIMITED
MARKETING DIVISION, INDIAN OIL BHAVAN,
KARNATAKA STATE OFFICE,
3rd
FLOOR, NO. 29, P KALINGA RAO
ROAD,
BANGALORE 500 027 Earnest Money Deposit (EMD) as per NIT to be
deposited in the form of DD/Bank Guarantee.
EMD submitted in the form of Demand Draft/ Pay Order should be
favour of Indian Oil
Corporation Ltd., payable at Bangalore. Tenderers not paying EMD
on or before
tender submission date and time will be disqualified
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender no: KASO/LPG-E/PT-07/2014-15
A scanned copy of the instrument DD or exemption certificate in
case of NSIC or exempted
category has to be uploaded along with clear scanned copies of
required documents to
substantiate the claim towards their credentials along with the
tender documents in the
appropriate link
Bidders are requested to go through the Bidders Manual Kit
available in the homepage of the e- tendering portal i.e.
https://iocletenders.gov.in to have a clear understanding of
the steps to be followed for bid submission. The Bidders Manual
kit is for general reference only and the tenderers have to abide
by the terms and conditions of
this tender.Tenderers must note that Indian Oil will not be
responsible for delay in
submission of online tender& physical copy of EMD Instrument
on or before due date
& time of tender submission.
Tenderers to please note that PreBid conference will be held in
our office on 28.01.2015
at 11:00 Hrs wherein all the clarifications with regard to
Technical/ Commercial conditions
shall be given. Queries may also be sent on email
[email protected] or
[email protected] PH: 080-22160875 / 080-22160843
Tenderers also to note that after the clarifications are given
in Pre Bid conference, no
further deviation shall be permitted and all decisions taken by
IOCL in the pre-bid
conference shall be binding on all bidders. All are requested to
attend the Pre Bid
conference and signed copy of the pre bidconference minutes also
to be submitted by the bidder along with tender document.
Tenderers must also note that before the bid is uploaded, the
bid comprising of all
attached documents should be digitally signed using digital
signatures as specified in the
tender.
Lowest tenderer L 1 will be on Net cost after input tax credit
would be available to IOCL
For Example:-
Tenderer A Tenderer B
PARTICULARS AMOUNT(Rs.) AMOUNT(Rs.)
1.Total estimated cost of work to be done 100 100
2.Rate of works contract tax (WCT)
a. @ Composite rate of WCT. 4 /4.5/5.5 % 0
b. Regular WCT Rate (as per Schedule VI of KVAT Act,2003) 0 14.5
(@ 14.5%)
Sub total 104 114.5
Less: Input tax credit available to IOCL in respect of 2(b)
above 0 14.5
Net Cost to IOCL 104 100 (L1)
Thanking you
Yours faithfully
For Indian Oil Corporation Limited
DGM (LPG)
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender no: KASO/LPG-E/PT-07/2014-15
NOTICE INVITING E-TENDER
ANNEXURE- 2 Digitally signed and sealed (encrypted) E-Tenders
are invited in Two-bid System (a) Part-I, Technical Bid with
Commercial Terms without Price-Bid and (b) Part-II, Price-Bid; from
reputed parties for Firefighting System For Proposed Filling Shed
Extension , New Mounded Bullet 2 X 1200 MT And New LPG Pump House
At Kanagala LPG B.P, Belagavi as detailed below:
Tender No./ Name of the work E-tender No. 2015_KASO_13887
Firefighting System For Proposed Filling Shed Extension , New
Mounded Bullet 2 X 1200 MT and New LPG Pump House at Kanagala LPG
B.P, Belagavi Tender fee No Tender fee is applicable for this
e-tender, since the bidders are required to download the tender
documents from IOCL e-tender website
(https://iocletenders.gov.in) EMD Rs. 1, 75,700 /- If by BG then
EMD to be valid
for six months from the date of opening of
technical bid.
Completion time 4 Months from date of LOI or date of handing
over
site whichever is later
Download Starts on 21.01.2015
Download Closes on 11.02.2015 at 16 00 hrs
Date & Venue of Pre- Bid
Conference
At 11: 00 Hrs on 28.01.2015 at
INDIAN OIL CORPORATION LIMITED,
MARKETING DIVISION, KARNATAKA STATE
OFFICE, 3rd FLOOR, NO. 29, P KALINGA RAO
ROAD , BANGALORE 500 027
Parties to send soft copy of assumptions /
exception / deviations / clarification in advance though
e mail. Validity of Offer 6 months from the date of opening of
technical bid
Due date & time of submission
of tender
11.02.2015 by 16:00 hrs
Date & time of opening of tender 11.02.2015 by 16:15 hrs
Contact Person Ch. Mgr (LPG-Engg.), AM (LPG- Engg) Tel. No.
080-22160843 / 22160875 Email: [email protected] /
[email protected]
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender no: KASO/LPG-E/PT-07/2014-15
Parties, who meet the following qualifying parameters, only need
to apply
BIDDERS QUALIFYING PARAMETERS (BQP):
S.
No.
QUALIFYING PARAMETER (Table:-1)
1 Bidder must have successfully completed similar works during
last five years i.e., from
01.01.2010 to 31.12.2014 The value of completed works including
the above should be
either of the following:
a) Three similar completed works each costing not less than the
amount equal to
Rs. 57.40 lakhs (including all taxes) OR
b) Two similar completed works each costing not less than the
amount equal to Rs. 76.54 lakhs (including all taxes ) OR OR c) One
similar completed work costing not less than the amount equal
to
Rs. 95.68 lakhs (including all taxes)
2. Annual Financial Turnover during any of the last 3 years,
ending 31st March
2014 should be at least Rs.114.81 lacs.
Note: Balance sheet or audited financial statements including
profit and loss account
along with the technical bid to establish qualification for
participation.
3. As on date of closure of Tender, Tenderer should not be
placed on black list or holiday list
declared by Indian Oil Corporation Limited or its Administrative
Ministry (the Ministry of
Petroleum & NaturalGas) or by any departrnent/s of the State
or Central Government/s or
by any other Public Sector Undertaking/s and that there is no
inquiry in respect of any
corrupt or fraudulent practice pending against him l them.
Declaration of Holiday List /
Black List in the prescribed format as per Annexure-5. (Any
other formats declared
will be rejected.) 4. Tender without Earnest Money Deposit will
be rejected.
Definition of Similar completed Works:-
i) Similar work means Experience of completing the work
involving Fabrication, Erection & commissioning of fire hydrant
piping/fire water
medium velocity sprinkler system work during last five years
The Bidder shall furnish documentary evidence by way of copies
of work order and proof of completion. Proof of completion should
be copy of work completion certificate or final bill
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender no: KASO/LPG-E/PT-07/2014-15
INDEX
SR.
NO. DESCRIPTION
1. Notice inviting tender
2. Tender Pre-qualification Abstract
3. Technical / Commercial Bid Abstract / Check List
4. Proforma of Declaration of Black Listing/Holiday Listing
5. Declaration Part A/PART B/PART C
6. Instructions to Bidder
7. Undertaking by tenderer
8. Form of BG as EMD
9. Payment to vendors as RTGS FORMAT
10 Special Terms and Conditions of Contract
11 Bill of quantities (to be Quoted in Excel sheet only)
12. Technical Data sheets
13. Technical Specifications with approved list of make
14. Hot work cubicle drawing
15. Typical sketch of mounded bullet
16. Typical Layout of Filling Shed
17. General conditions of contract
TENDERERS SIGNATURE
-
Page 6
ANNEXURE- 4
TECHNICAL / COMMERCIAL BID ABSTRACT / CHECK LIST
(TO BE FILLED BY THE TENDERER)
SL
NO
DETAILS
IOCs REQUIREMENT
Please Write Yes
if submitted / Agreed and No if
Not submitted /
Not agreed.
confirm %
applicable in 2 D 1
Earnest Money Deposit:
Rs. 1, 75,700 /-(Rupees One Lakh Seventy Five Thousand Seven
Hundred only)
A Mode of EMD DD/ Bankers Cheque / BG
B Details of EMD Payment
DD No. & Date/ BG No & date of issue. Validity upto 6
months from date of opening of technical bid
2A Proof of Experience as per qualifying norms of NIT.
Copies of orders executed as per
qualifying norms of NIT to be
enclosed.
2 B Annual Turnover For the last three years. (Copy of Audited
P/L statement and Balance Sheets to be enclosed)
2 C Whether registered under Karnataka VAT Act 2003
If YES, Enclose the copy of Karnataka VAT registration
certificate
2 D Rate of WCT applicable as per Karnataka VAT Act 2003
Please confirm whether 4% or 5.5%
or 14.5%
If left blank ,it will be assumed as 4%
3 Holiday List / Black List
Declaration of Holiday List / Black
List in the prescribed format strictly
as per Annexure-5
4
Validity of offer Six months from date of opening of Technical
Bid
5
Completion time
4 months from the date of LOI/site
hand over date whichever is later
ENTIRE ABOVE DETAILS ARE ESSENTIAL FOR EVALUATING THE BID
AND
SHOULD NOT BE LEFT BLANK
-
Page 7
6
Declaration A / B/ C/ D for relationship with Director of IOCL
properly filled up & submitted.
To be confirmed
7
All tender documents have been digitally signed &
submitted
To be submitted
8
Confirm that there are no deviations from tender conditions
To be confirmed
9
Confirm that the Price bid does not contain any condition
To be confirmed
10
Confirm that the Scope of supply / inspection / Evaluation
parameter, has been understood and agreed
To be confirmed
11 Confirm that the rates have been expressed in both figures
and words
To be confirmed
12 Proposed Mode of SD Payment
DD / BG
13 VAT Registration showing TIN number
Enclose Xerox Copy of VAT Registration
Certificate
14 PF Registration Number
Enclose Xerox Copy of Regn. Certificate
15 ESI Registration Number
Enclose Xerox Copy of Regn. Certificate
16 Declaration regarding no outstanding on P.F. payment
To be confirmed
17 Income Tax PAN No.
Enclose Photo Copy
18 Acceptance of Payment through Electronic Clearance System
(ECS), if feasible.
Vendor to confirm
19 Bank A/C details (Name of Bank / A/c No. / City , etc.)
Vendor to furnish
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 8
ANNEXURE- 5
DECLARATION OF BLACK LISTING/HOLIDAY LISTING (STRICTLY IN
THE BELOW FORMAT)
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the
case of my Proprietary concern
M/s. which is submitting the accompanying
Bid/Tender, nor any otherconcern in which I am proprietor nor
any partnership firm in
which I am involved as a Managing Partner have been placed on
black list or holiday list
declared by Indian Oil Corporation Limited or its Administrative
Ministry
(the Ministry of Petroleum & NaturalGas) or by any
departrnent/s of the State or Central
Government/s or by any other Public Sector Undertaking/s and
that there is no inquiry in respect of
any corrupt or fraudulent
practice pending against himlitlthem except as indicated below:
'
(Here give particulars of blacklisting or holiday listing, and
in absence thereof state "NIL")
In the case of a Partnership Firm:
We hereby declare that neither we, M/s. , submitting the
accompanying Bid/Tender nor any partner involved in the
management of the said firm either in his
individual capacity or as proprietor or managing partner of any
firm or concern have or has been
placed on blacklist or holiday list declared by Indian Oil
Corporation Ltd. or its Administrative
Ministry (presently the Ministry of Petroleum & Natural
Gas), or by any department/s
of the State or Central Government/s or by any other Public
Sector Undertaking/s and that
there is no inquiry in respect of any corrupt or fraudulent
practice pending against
himlit/them except as indicated below:
(Here give particulars of blacklisting or holiday listing and in
the absence thereof state NIL)
In the case of Company:
We hereby declare that the Company nor its Promoter/s /
Director/s having controlling
stake in the Company (here controlling stake means person having
minimum 26%
shareholding of a company) as a proprietor or as a Managing
Partner has not been placed on
black list or holiday list declared by Indian Oil Corporation
Limited or its Administrative
Ministry (the Ministry of Petroleum & Natural Gas) or by any
department/s of the State or
Central Government/s or by any other Public Sector Undertaking/s
and that there is no
inquiry in respect of any corrupt or fraudulent practice pending
against him/it/them except
as indicated below:
(Here give particulars of black listing or holiday listing, and
in absence thereof state "NIL")
It is understood that if this declaration is found to be false
in any particular, Indian Oil Corporation
Ltd or its Administrative Ministry, shall have the right to
reject my/our bid, and if the bid has
resulted in a contract, the contract is liable to be
terminated.
Place: Signature of Bidder: _
Date: Name of Signatory:
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 9
LIST OF DIRECTORS OF INDIAN OIL CORPORATION LTD.
1 Shri B. Ashok
Chairman
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049
2 Shri A M K Sinha
Director (Planning & Business
Development)
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049
3 Shri P K Goyal
Director (finance),
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049
4
Shri Nesar Ahmad
Past President,
ICSI
5 Shri VS Okhde
Director(Pipelines),
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar, J.B.Tito Marg, New Delhi -110049
6 Shri Sanjiv Singh
Director (Refineries),
IndianOil Corporation Ltd.,
SCOPE Complex Core 2,
7 Institutional Area, Lodhi Road,
New Delhi - 110003
7 Dr S C Khuntia
Addl. Secretary and Financial
Adviser
Ministry of Petroleum & Natural Gas
Shastri Bhawan,
New Delhi 110 001
8 Shri Rajive Kumar
Additional Secretary
Ministry of Petroleum & Natural Gas
Shastri Bhawan,
New Delhi 110 001
9 10
Ms. Shyamala Gopinath
Former Deputy Governor
Reserve Bank of India
Shri Shyam Saran
Former Foreign Secretary
Govt. of India
11 12
Prof. Devang Khakhar
Director,
Indian Institute of Technology,
Bombay
Shri K Jairaj
Former Additional Chief Secretary,
Karnataka
13
Sunil Krishna
Former Director General,
NHRC
14 Shri Sayan Chatterjee
Former Secretary
Govt. of India
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 10
ANNEXURE- 6
DETAILS OF RELATIONSHIP WITH IOCS DIRECTOR ETC. Bidder should
furnish following details in the appropriate part based on
their
organizational structure.
Organizational Structure Part of the form applicable
Sole Trader
Part-A Partnershi
p Part-
B Company Private/Public Part-C
PART-A
(APPLICABLE WHERE TENDERER IS SOLE PROPRIETOR)
1. Name of Bidder 2. Address Residence Office
3. State whether Bidder is related to any Director/(s) of the
Indian
Oil Corporation Ltd. 4. If `Yes to 3, state the name of IOCs
Director and Bidders
relationship with him/her. * Strike out whichever is not
applicable.
PLACE:
DATE:
PART- B
(APPLICABLE WHERE TENDERER IS SOLE PROPRIER TOR)
1. Name of the Partnership firm responding to the tender
2. Address
3. Name of Partners 4. State whether any of the partners is a
Director to the Indian
Oil Corporation Ltd.,
5. If `Yes to 4 state the name(s) of IOCs Directors
6. State whether any of the partners is related to any of the
Director(s) of the Indian Oil Corporation Ltd.
7. If `Yes to 6, state the name(s) of IOCs Director and the
concerned partners relationship with him/her.
* Strike out whichever is not applicable.
PLACE:
D
A
T
E
:
Yes/No*
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 11
PART-C
(APPLICABLE WHERE THE TENDERER IS A PUBLIC/PRIVATE LTD. CO.
)
1. Name of the Company responding to the tender 2. Address of
:
a) Registered Office
b) Principal Office 3. State whether the Company is a Pvt.Ltd.
Co. or Public
Ltd., Co. 4. Names of Directors of the Company
5. State whether any of the Directors of the Tenderers
Company is a Director of Indian Oil Corporation Ltd.
Yes/No *
6. If `Yes to (5) state the name(s) of IOCs Directors 7. State
whether any of the Director of the Tenderer
Company is related to any of the Directors of the Indian Oil
Corporation Ltd.
8. If `Yes to (7) state the name(s) of IOCs Director and
the concerned Director's (of the Tenderer Co.)
relationship with him/her. Strike out whichever is not
applicable.
PLACE
: DATE:
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 12
INSTRUCTIONS TO BIDDERS FOR PARTICIPATING
IN E-TENDERING:
Tenderers are advised to download Notice Inviting Tender along
with other
tender documents from the e-tendering portal
https://iocletenders.gov.in free
of cost using their digital signature & registered user id.
While the tender
shall be submitted online in soft copy on our e-tendering
portal, the
Earnest Money Deposit has to be submitted by dropping it in the
KASO LPG
Engineering Tender-box placed on 3rd
Floor at our Mission Road office before
the due date and time of tender submission failing which the
tender shall be
summarily rejected. A scanned copy of the instrument DD/ BG or
exemption
certificate in case of NSIC or exempted category has to be
uploaded along
with clear scanned copies of required documents to substantiate
the claim
towards their credentials along with the tender documents in the
appropriate
link.
Indian Oil will not be responsible for delay in submission of
online tender &
physical copy of EMD Instrument on or before due date & time
of tender
submission. Indian Oil Corporation reserves the right to accept
/ reject any or all
tenders without assigning any reason whatsoever.
All interested bidders are r e q u e s t e d to register
themselves with the portal
indicated above and enrol their digital certificate with the
user id for
participation in the tender.
Bidders are requested to read following conditions i n
conjunction with
various conditions, wherever applicable appearing with this bid
invitation for e-
Tendering. The conditions mentioned herein and in pre-bid
meeting under
shall supersede and shall prevail over the conditions enumerated
elsewhere in
thetender document.
1.0 Procedure to submit On-line Bids / Offers electronically on
e-
tendering portal
For this purpose, Vendors / Bidders are advised to read the
instructions
available in the homepage of the portal
https://iocletenders.gov.in/ where
detailed procedure for submission of bids is available under the
section
Bidders Demo Kit. You may contact the following resource persons
for any assistance required in this regard.
Vikrant 9999188919
Ankit 9717983330
Sawan 8130269544
eMail-id: [email protected] /
[email protected]
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 13
2.0 The bidders should note the following:
2.1 Late and delayed Bids / Offers after due date / time shall
not be
permitted in e-tendering system. No bid can be submitted after
the last date
and time of submission has reached. (However if bidder intends
to revise the
bid already submitted, they may change / revise the same on or
before the
last date and time of submission of bid). The system time (IST)
that will be
displayed on e-tendering web page shall be the time and no other
time shall be
taken into cognizance.
2.2 Bidders are advised in their own interest to ensure that
bids are
uploaded in e-tendering system well before the closing date and
time of bid.
2.3 No printed or posted Bids / Offers other then EMD
instruments shall
be accepted.
3.0 Bidders need to have Digital Signature Certificate
Digital Signature Certificate is a unique digital code which can
be
transmitted electronically and primarily identifies a unique
sender. The
objective of digital signature is to guarantee that the
individual sending the
message is who he or she really claims to be
just like the written signature. The Controller of Certifying
Authorities of India
(CCA) has authorized certain trusted Certifying Authorities (CA)
who in turn allot
on a regular basis Digital Certificates, Documents which are
signed digitally
are legally valid documents as per the Indian IT Act (2000).
In order to bid for IndianOil e-tenders all the vendors are
required to obtain a
legally valid Digital Certificate as per Indian IT Act from the
licensed
Certifying Authorities (CA) operating under the Root Certifying
Authority of
India (RCAI), Controller of Certifying Authorities (CCA) of
India. The Digital
Certificate is issued by CA in the name of a person authorized
for filing Bids /
Offers on behalf of his Company. A Vendor / Bidder can submit
their Bids /
Offers On-line only after digitally signing the bid / documents
with the above
allotted Digital Signatures.
Bidders have to procure Digital Certificate (Class II/III) on
their own from
any of the Certifying Authorities in India.
4.0 Submission of Documents
The tender documents including quoted Price Bid have to be
submitted
online only. However, documents which necessarily have to be
submitted in
originals like EMD and any other documents mentioned in the
tender
documents have to be submitted offline. Indian Oil shall not be
responsible in
any way for failure on the part of the bidder to follow the
instructions.
5.0 It is advised that the bidder uploads small sized
documents
(preferably upto 10 MB) at a time to facilitate easy uploading
into e-
tendering site. IndianOil does not take any responsibility in
case of failure
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 14
of the bidder to upload the documents within specified time of
tender
submission. Indian Oil will not be responsible for any delay
under any
circumstances for non-receipt of Tenders/submission of filled in
tender
document by due date & time.
6.0 Submission and Opening of Bids
Bid along with all the copies of documents should be submitted
in the
electronic form only through IndianOil e-tendering system.
Before the bid is
uploaded, the bid comprising of all attached documents should be
digitally
signed using digital signatures issued by an approved Certifying
Authority
(CA) in accordance with the Indian IT Act 2000. The bidder
should go through the detailed instructions available in the
homepage of the
portal for enrolment and online bid submission process. Bidder
has to
ensure that their bid is complete in all respect before pressing
on the
FREEZE BID button. Any revision or amendment in bid shall be
possible after the FREEZE BID button is pressed only till the due
date and time of submission of tender.
7.0 Last Date for Submission of Bids
Bidders are advised in their own interest to ensure that bids
are
uploaded in e- Procurement system well before the closing date
and time of
bid. Vendors / Bidders must use any computer having Windows XP
versions or
higher operating system and an Internet web browser version
internet explorer
V8.0 or higher recommended.
Note: Bidders are requested to go through the Bidders Manual Kit
available in the homepage of the e-tendering portal i.e.
https://iocletenders.gov.in to
have a clear understanding of the steps to be followed for bid
submission. The
Bidders Manual kit is for general reference only and the
tenderers have to abide by the terms and conditions of this
tender.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 15
UNDERTAKING BY THE TENDERER(S)
NAME OF WORK: Fire fighting system for proposed filling shed
extension , New
mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG
Bottling
Plant.
Tender No.: KASO/LPG/PT-07/2014-15
We confirm that we have quoted the rates in the tender
considering Inter-alia theMinutes
of Pre-bid meeting, BOQ- Price bid sheets, Scope of work
,Special Terms & Conditions ,
the Tender Technical specifications including General Conditions
of contract
We (Name of the Tenderer) hereby certify that we have
fully read and thoroughly understood the tender requirements and
accept all terms and
conditions of the tender including all corrigendum/addendum
issued, if any. Our offer
is in confirmation to all the terms and conditions of the tender
including all
corrigendum/addendum, if any and minutes of the pre- bid
meeting. In the event of
award of contract to us, the complete tender document shall be
considered for
constitution of Contract Agreement.
SIGNED FOR AND ON BEHALF OF TENDERER(S) Name of Tenderer(s)
Date:
PLACE: Seal & Signature of
Tenderer
NOTE: This declaration should be signed by the Tenderer's
authorized
representative ON COMPANY LETTERHEAD who is signing the Bid
and
scanned copy to be uploaded as a part of tender document.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 16
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
1. In consideration of the Indian Oil Corporation Limited
(hereinafter
called The Corporation) having agreed to accept from(name of the
tenderer) (
hereinaftercalled `the said tenderer) Earnest money in the form
of Bank Guarantee,
under the terms and conditions of tender No. dated in
connection
with (mention the details of the tender) (hereinafter called the
said
tender), for the due observance by the said tenderer of the
stipulation to keep the offer
open for acceptance for a period of days from the date of the
opening of
the tender and other stipulations of the tender we, (indicate
the name of the
bank) hereinafter referred to as the Bank at the request of
(mention the name of the tenderer) do hereby undertake to pay on
demand to the
Indian Oil Corporation Limited an amount not exceeding Rs.
in the event of the said tenderer having incurred forfeiture of
earnest
money as
aforesaid or for the breach of any of the terms or conditions or
the stipulations of the said
tender and/ or the contract if awarded including but not limited
to non performance of
the contract caused due to revision in price/ pricing basis
after close of the pricing part of
the tender under an order of the Indian Oil Corporation
limited
2. We (indicate the name of the bank) do hereby
undertake to pay the amounts due and payable under this
guarantee without any demur,
merely on a demand from the Indian Oil Corporation Limited
stating that the amount
claimed is due by way of forfeiture of earnest money or any loss
or damage caused to or
suffered or would be caused to or suffered by the Indian Oil
Corporation Limited by
reason of breach by the said tenderer any of the terms or
conditions or stipulations
contained in the said tender or by reason of the tenderers
failure to perform the
stipulations of the said tender. Any such demand made on the
bank shall be conclusive as
regards the amount due and payable by the bank under this
guarantee. However, our
liability under this guarantee shall be restricted to an amount
not exceeding Rs. .
3. We (indicate the name of the bank) undertake to pay to
the
Indian Oil Corporation Limited any money so demanded
notwithstanding any dispute or
disputes raised by the tenderer in any suit or proceeding
pending before any court or
Tribunal or arbitrator relating thereto our liability under this
present being absolute
and unequivocal. The payment so made by the bank under this bond
shall be a valid
discharge of our liability for payment there under and the
tenderer shall have no claim
against us for making such payment.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 17
4. We (indicate the name of the bank) further agree that the
guarantee herein contained shall remain in full force and effect
during the period that
would be taken for the performance of the terms, conditions or
stipulation of the said
tender and that it shall continue to be enforceable till all the
dues of the Indian Oil
Corporation Limited under or by virtue of the said tender/
contract have been fully paid
and its claims satisfied or discharged or till Indian Oil
Corporation Limited certifies
that the terms and conditions of the said tender have been fully
and properly carried out
by the said tender and accordingly discharge this guarantee.
Unless a demand or claim
under this guarantee is made on us in writing on or before we
shall be discharged
from all liability under this guarantee thereafter.
5. We (indicate the name of the bank) further agree with
the Indian Oil Corporation Limited that the Indian Oil
Corporation Limited shall have
the fullest liberty without our consent and without affecting in
any manner our
obligations hereunder to vary any of the terms and conditions of
the said tender or to
extend time of performance by the said tenderer from time to
time or to postpone for any
time or from time to time any of the powers exercisable by the
Indian Oil Corporation
Limited against the said tenderer and to forbear or enforce any
of the terms and
conditions relating to the said tender and shall not be relieved
from our liability by
reason of any such variation, or extension being granted to the
said tenderer or
for any forbearance, act or omission on the part of Indian Oil
Corporation Limited or any
indulgence by the Indian Oil Corporation Limited to the said
tenderer or by any such
matter or thing whatsoever which under the law relating to
sureties would, but for this
provisions have effect of so relieving us.
6. This guarantee will not be discharged due to the change in
the constitution of the
bank or the tenderer.
7. We, (indicate the name of the bank) lastly undertake not
to
revoke this guarantee during its currency except with the
previous consent of the
Indian Oil Corporation Limited in writing.
Dated the day of 2015
For (indicate the name of bank & IFSC code)
Place :
Date
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 18
PAYMENT TO VENDORS THROUGH ELECTRONIC MODE
Payment system to Vendors through Electronic Modes such as EFT,
RTGS etc has been introduced by the
Corporation. For availing this facility, a consent letter from
the Vendor as also the Bank Account details
of the Vendor is required.
Tenderers are requested to submit their Consent Letter on LETTER
HEAD as per the format given
below along with the enclosures as required:-
To , Dated
M/s Indian Oil Corporation Ltd.
Address
Dear Sir ,
With reference to your advise, we hereby agree to accept the
payment of our bills through
RTGS/NEFT/Electronic Mode .The desired bank account details are
given below :
1. Vendor Code allotted by IOCL in SAP
2. Name of Beneficiary (i.e IOCL Vendor )
3. Name of the Beneficiarys Bank
4. Address of the Beneficiarys Bank Branch
5. Contact details of Branch with STD Code
6. Beneficiarys Bank Account No. ( as per cheque copy
)
7. Beneficiarys Account Type (SB/CC/CA)
8. Beneficiarys Bank IFSC Code ( 11 Digit)
9. Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)
A blank cancelled cheque leaf relating to the above bank account
is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct
and complete . I agree to receive transactional
SMS / E-Mail Alerts from IOCL with regard to my bill
payments.
( Signature of Account Holder )
Seal of the Vendor
Encl : Cancelled Cheque
We hereby confirm that the above bank account details of
beneficiary are correct in all respects and the
account of Beneficiary (IOCL vendor) is maintained at our bank
branch .( Name of Bank & Branch )
Authorized Signatory
**** Verification required only in case vendors name is not
printed/appearing on the cancelled cheque
leaf being submitted to IOCL office
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 19
SPECIAL TERMS AND CONDITIONS OF CONTRACT
1.0 EARNES MONEY DEPOSIT:
1.1 Tenderers are requested to submit earnest money deposit as
per NIT in the form
of demand draft / Bank Guarantee in favour of INDIAN OIL
CORPORATION LIMITED
payable at BANGALORE. The sealed cover containing EMD must be
dropped in the tender box
kept at 3r d floor, LPG Department at KASO on or before due date
& time of tender submission.
1.2 EXEMPTION FROM SUBMISSION OF EMD:
a. Parties as per MSME act, 2006 (erstwhile NSIC registered
parties), PSUs (Central &
State) and JVs of IOCL. In such cases, the certificate to be
submitted by the MSME parties
shall be valid on the date of tender opening and must cover the
items tendered. The MSME
certificate also must indicate the ERN allotted by the
authorities who have issued the MSME
certificates.
1.3 Tenders received without EMD shall be rejected outright.
Public sector
undertakings
(Central/ State) are exempted from making EMD payment.
1.4 The EMD of unsuccessful tenderers shall be returned after
finalization of tender and
after submission of original cash receipts by the tenderers.
1.5 EMD will not carry any interest.
1.6 Tenderers may note that that the EMD shall be forfeited in
case of following situations
Canvassing of information or submission of forged/ false
documents/ information by
tenderers. Backing out after placement of work order.
1.7 The EMD of unsuccessful tenderers shall be returned upon
finalization of tender
and on acceptance of the tender by successful tenderer.
2.0 COMPLETION TIME:
2.1 Entire work should be completed in a duration of 04(Four)
Months from the date of
handing over the site which will be taken as the 10th day from
the date of issue of
Acceptance of tender or the actual date of handing over the site
whichever is later . failing which
price adjustment for delay in completion shall be made as per
clause
4.4.0.0, section 4 of GCC. This will be in addition to and
without prejudice to the other rights
available to the Corporation under the said GCC. Site will be
handed over as on when work front
is available.
3.0 These special terms and conditions shall be read in
conjunction with the technical
specifications, drawings, instructions to tenderers, GCC and any
other document forming a part
of the tender, wherever the tender so requires.
4.0 VALIDITY OF TENDER: The tender will be valid for a period of
06(SIX) months
from the date of opening the tender which will be taken as the
date of opening of techno-
commercial bid in case of two bid system of tenders.
5.0 SECURITY DEPOSIT:
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 20
5.1 As per the clause 2.1.1.0, Section- 2 of the GCC, the
successful tenderer shall pay security
deposit up on placement of work order equivalent to 10% of the
work order value in any of the
following modes.
A. DD:-
Initial security deposit: The successful tenderer within 10 days
of receipt of acceptance
of tender issued by owner shall deposit initial security deposit
in an amount equal to 2.5%
(Two and a half percent) of the total work order value in any of
the following modes.
a. Demand draft drawn on a nationalized/ scheduled bank drawn in
favour of Indian Oil
Corporation Limited payable at Bangalore.
b. If the EMD has been made in DD, the contractor may be
permitted to adjust the same
towards the initial security deposit and pay balance in the
manner stipulated in (a) above.
Balance security deposit will be recovered at the rate of 10% of
gross certified value of work
from incoming running bills till such time entire security
deposit is recovered.
B. BANK GUARANTEE (Only if the quantum of security deposit is in
excess of
Rs. 1,00,000/-):
Entire amount of security deposit (worked out on the basis of
work order value) should
be covered by BG as per the format issued by the Corporation and
should be submitted prior
to commencement of work. The BG will be valid for a period of 3
months beyond the date of
satisfactory completion of work. This BG shall be submitted
directly by the bankers under
their covering letter to the office of the Corporation in a
sealed cover
5.2 The tenderer should clearly indicate in his offer one of the
modes of payment towards
the security deposit. The option once made can in no
circumstances be changed.
5.3 The security deposit collected as per the terms shall be
released after a period of 12
months from the date of completion of works subject to the
relevant clauses of the GCC. The SD
shall not carry any interest.
6.0 The tenderers must note that the rates and amount indicated
in the schedule of works
shall be applicable for all leads and lifts and reach involved.
The Corporation also reserves the
right to operate or not operate or partly operate any item
mentioned in the schedule. The rates
quoted for all items below the ground level shall be inclusive
of adequate shoring,
shuttering, bailing out sub soil water (if found necessary) etc
complete. The successful
tenderer shall be responsible for implementation of all
precautionary measures for ensuring
safety for all materials and labor till such time the work is
completed in all respects and
handed over to the Corporation.
7.0 The Corporation reserves the right to accept any tender in
whole or in part and reject any or
all tenders without assigning any reasons. The Corporation
reserves the right to accept more
tenders in part. The Corporation also reserves the right to
accord purchase/ price preferences to
the public enterprises and Joint ventures of the Corporation as
per the prevailing policy.
Decision of the Corporation in this regard will be final.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 21
8.0 Any additional work that may become necessary during course
of execution of works
as authorized by our site in charge shall be immediately got
approved prior to taking up the
work duly forwarding the details, nature of works etc as per
relevant clause of the GCC.
9.0 In case the contractor fails to adhere to the time limit
specified above or if the rate of
progress is considered not satisfactory, the Corporation will be
at liberty to terminate the contract
and get the same executed by any other agency entirely at the
cost and risk of the original
contractor and in line with provisions available under the
GCC
.
10.0 Nature And Scope Of Work :
10.1 The scope of work comprises of , preparation of piping
drawings, fabrication drawings
and obtaining approval before execution Supply, fabrication,
erection, testing & commissioning of
fire protection system including fire hydrant & rezoning of
MV spray system & associated civil
works for LPG bottling plant (Belgaum).
Tenderers are advised to inspect the site and ascertain the site
conditions including leads/
lifts involved/ approach to vehicles etc prior to quoting the
amount.
The work descriptions and specifications are as per enclosed
documents.
11.0 Location of site:
Kanagala LPG Bottling Plant , Belgaum located approx 70kms from
Belgaum .
12.0 Water Supply:
12.1 The contractor shall arrange water/procure water required
for the work at his own cost for
all leads and lifts. IOCL shall not be responsible for supplying
water and Contractor
shall ensure timely and adequate supply of water to meet the
schedule.
12.2 Curing has to be done properly including Sundays. If not
done upto satisfactory of Site
Engineer . Penality of Rs.5000/- will be deducted per case in
the running bills or final bill. Site
Engineer has Authority to take action against the contractor for
the same.
13.0 Power Supply:
13.1 The contractor shall make his own arrangement for power
required for the work at
his cost. DG set of suitable capacity may be installed and
operated by the contractor at his cost.
IOCL shall not be responsible for power supply and contractor
shall ensure proper supply of
electricity to meet the schedule.
14.0 Contractors Scope Of Supply:
14.1 All materials including pipelines, fittings, cement,
reinforcement, structural steel,
consumables, testing appliances, tools and tackles necessary for
completing the work shall
be procured & supplied by the Contractor at his own cost
unless otherwise specified in the
schedule. No claim/ delay on this account will be entertained by
the Corporation.
15.0 IOCL reserves the right in selection of best make of
materials to be procured by
the contractors & contractor shall procure the same only up
on the approval by site in charge.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 22
The Third Party Inspection Agency (TPIA) shall be appointed by
the Contractor for
certifying supplied materials at site , Hydro test reports,
drawings (including civil &
mechanical), Radiography reports, cross check the fire water
calculation as per the drawing
after completion of work , As built drawing after completion of
work . The tenderer should
consider the cost towards the TPIA while quoting their
offer.
The work is to be carried out in the working LPG Plant.
Tenderers are advised to inspect the site
and ascertain the site conditions including safety regulations,
leads/ lifts involved prior to quoting
the amount.
The work descriptions and specifications are as per enclosed
documents.
16.0 Firm price :
16.1 The rates quoted shall be inclusive of all costs,
allowances, duties and
taxes/levies including VAT, Works contract tax, Service tax,
Octroi, Freight, etc prevailing on
the date of opening of bids. No extra payment will be made under
the contract/ individual
work order on account of any of the above.
16.2 Introduction of new taxes by Government/ statutory bodies
or revision in slabs of
existing taxes shall not be reimbursed.
16.3 Under no circumstances, shall the Owner be held responsible
for compensation or
loss to the Contractor due to any increase in the cost of labour
or materials etc.
16.4 Once the offer is accepted and agreement executed, the
rates shall be valid till the
completion of works in all respects and no escalation whatsoever
will be entertained on any
grounds. Similarly no variation or reimbursement shall be
entertained due to revisions in
statutory tax or levies imposed by the Governments of State or
Centre.
17.0 Forms C and D will not be issued by IOCL.
18.0 Labour Agreement:
18.1 The Contractors who are working in the establishments
through Contract Labour
shall be fully responsible for observance of all rules and
regulations as per the Contract
Labour (Regulation and Abolition) Act 1971 and obtain a licence
from the Assistant Labour
Commissioner concerned and produce the same to IOCL. In this
connection, tenderers shall
abide by all the conditions of Appendix I and Appendix II
enclosed with the GCC. The
Principal Employer certificate shall be given on written request
from contractor by IOCL.
19.0 General:
19.1 Notwithstanding the sub divisions of the tender document
into several sections
and volumes, every part of each shall be deemed to be
supplementary of every other part and
shall be read with and into the contract so far as it may be
practicable to do so.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 23
20.0 Measurements For Works/Record Measurements/ Bills:
20.1 All the payment for quantities certified in the running
account/ final bill shall be as
per the details recorded in the standard measurement book of the
Corporation and jointly
signed by the Contractor/ site engineer of IOC.
20.2 Method of measurement shall be strictly in accordance with
the technical specification for
this work.
20.3 The payment shall be as per the details entered in the
standard Measurement
Certificate bills of the Corporation.
21 Temporary Works
. All temporary works, enabling works, including dewatering of
surface and subsoil
water, preparation and maintenance of temporary drains at the
work site, preparation and
maintenance of approaches to working areas, adequate lighting,
wherever required, for
execution of the work, shall be the responsibility of the
Contractor and all costs
towards the same shall be deemed to have been included in the
quoted prices.
22 . The Owner/Consultant or their representative shall reserve
the right to
inspect/witness, review any or all stages of work at shop/site
as deemed
necessary for quality assurance and / or timely completion of
the work.
23 In case Contractor fails to follow the instructions of
Engineer-in- Charge with respect
to above clauses, next payment due to him shall not be released
unless and until he
complies with the instructions to the full satisfaction of
Engineer-in-Charge
24 Site Cleaning
24.01 The Contractor shall clean and keep clean the work site
from time to time to the
satisfaction of the Engineer-in-Charge for easy access to work
site and to ensure safe
passage, movement and working.
24.02 The Contractor shall dispose off the unserviceable
materials, debris etc., to the
earmarked area within the premises or any other location outside
the premises
as per the Contract and/or as decided by the Engineer-in-Charge.
No extra payment
shall be paid on this account.
25.0 Protection of Existing Facilities
Contractor shall obtain all clearance (work permit) from the
Owner, as may be required from time
to time, prior to start of work. Work without permit shall not
be carried out within the
existing premises.
Contractor shall obtain plans and full details of all existing
and planned
facilities/services/utilities from the Owner and shall follow
these plans closely at all times during
the performance of work. Contractor shall be responsible for
location and protection of all
facilities/utilities and structures at his own cost.
Despite all precautions, should any damage to any structure /
utility etc. occur, the
Contractor shall contact the Owner / authority concerned and
Contractor shall forthwith carry
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 24
out repair at his expenses under the direction and to the
satisfaction of Engineer-in-
Charge and the Owner/concerned authority.
Contractor shall take all precautions to ensure that no damage
is caused to the existing facilities
etc., during construction. Existing structures/ facilities/
utilities damaged / disturbed during
construction shall be repaired and restored to their original
condition by Contractor after
completion of construction to the complete satisfaction of
Owner.
Cubicle for the hot work should be strictly as per the drawing
given and this will not be
paid extra. It is the responsibility of the contractor to
arrange a safe work area as per the
site In charge instructions.
26.0 Work Front
The work involved under this Contract may include such works as
have to be taken up and
completed after other agencies have completed their jobs. The
Contractor will be required and
bound to take up as and when the fronts are available for the
same and no claim of any sort
whatsoever shall be admissible to the Contractor on this
account. Only extension of time limit
shall be admissible, if the availabilities of work fronts to the
Contractor are delayed due to any
reason not attributable to the Contractor and the same is
clearly recorded.
27.0 Site Facilities
27.1 The Contractor shall arrange for the following facilities
at site, for workmen
deployed/engaged by him / his sub- contractor, at his own
cost:
i) *Arrangement for First Aid.
ii) *Arrangement for clean & potable drinking water.
iii) *A creche where 10 or more women workers having
children below the age of 6 years.
are
iv) *Any other facility/utility as may be required under
the
Contract as per the existing legislation/regulations.
27.2 Contractor's Site Office and Stores
Owner shall provide land only for contractor's site office and
stores and fabrication yard,
if any at site. However, same shall be dismantled prior to
submission of Final Bill.
The Contractor shall remove all temporary buildings / facilities
etc., before leaving the
site after completion of works in all respect.
28. CEMENT :
Cement required for execution of the job under the scope of this
tender shall be supplied by the
contractor at his own cost. Cement used shall be 43 Grade
Ordinary Portland Cement (OPC). In
case 43 grade OPC is not available, Portland Slag Cement or
Portland Pozzolanic Cement
may be permitted by IOCL after review of the same. Contractor to
include the cost of cement
required for execution of various items included in this tender
in their quoted rates. Cement
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 25
shall be of Grade as specified in the SOQ and shall conform to
relevant BIS standards of latest
edition. Contractor to produce Invoice Copy of every batch of
cement procured at site to
EIC. Test Certificate shall be submitted to EIC for
verification. No claims for extension of
completion period for stoppage of work on account of
non-availability of cement / delays is
testing procedures will be entertained/accepted.
For all computation purposes, the theoretical cement consumption
shall be considered as per
CPWD standards. Cement cost shall be recovered for
under-consumption at the penal rate of
Rs.7000/- per MT. Empty cement bag shall be the property of the
contractor. Theoretical weight
of cement in a bag will be considered as 50 Kgs. Contractor
shall maintain necessary weighing
scale at site for the purpose of random checking of the weight
of cement bags by representative of
IOCL.
The contractor will be required to maintain a stock register for
receipt, issuance and daily
consumption of cement at site. Cement shall be regulated on the
basis of 1st receipt to go as
1st issue. Cement not consumed within 3 months after bringing to
site shall not be used and
shall be removed from site with prior written permission of
EIC.
All RA bills including the final bills will be accompanied by
Cement Consumption
Statements giving the detailed working of cement used.
Contractor shall construct suitable temporary godown at site for
storage of cement under his lock
and key. The contractor will be fully responsible for safe
custody of cement.
29.0 STEEL :
Entire quantity of reinforcement steel required for the project
shall be supplied and
provided at site by the contractor at his own cost. IOCL shall
not supply any
reinforcement steel. The contractor shall make necessary
arrangement at his own cost for
unloading, storage of steel in the open duly fenced under
locking arrangement. The Contractor
shall produce invoice for the reinforcement steel to EIC for
every batch of procurement along
with Manufacturer's Test Certificate.
No claim towards additional wastage due to lap length / full
length bars or other
consideration including rolling margin will be entertained. No
payment will be made or
measurement recorded for binding wires which shall be of
specified gauge and shall be
provided by the contractor.
All binding wires required for tying the reinforcement in
position etc. will be supplied by the
contractor.
It will be necessary that the contractor get the steel tested at
his own cost at a IOCL approved
laboratory as per the testing schedule or as per the EIC's
advise, for properties specified in
IS -1786 latest edition before using it in the work.
The contractor will be required to maintain a register for
recording details of steel receipt, steel
utilised and balance at site.
Final bill will be accompanied by steel consumption
statement.
In every case, it shall be the contractor's responsibility to
ensure the standard of quality and the
correctness of quantity of steel procured at site by him. The
permissible wastage (wastage
defined as bars having less than 3 mt. Length) shall be of 3% of
theoretical consumption for the
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 26
purpose of reconciliation. Recovery for less consumption as per
theoretical consumption will be
effected at Rs.6O,OOO/- per MT. All scrap (scrap defined as
pieces of steel bars measuring less
than 3 mt. in length) shall be the property of the contractor.
The wastage quantity shall not
be considered to be included within the theoretical quantity and
no extra shall be
payable on account of wastage.
31.0 Coordination with other agencies
31.0.1 Contractor shall be responsible for proper coordination
with other agencies operating at
the site of work so that work may be carried out concurrently,
without any hindrance to others.
The Engineer - in - Charge shall resolve disputes, if any, in
this regard, and his decision shall
be final and binding on the Contractor.
32.0 Price Adjustment for Delay In Completion:
32.1 The contractual price payable shall be subject to
adjustment by way of discount if
the units are mechanically completed or the contract works are
finally completed subsequent to
the date of mechanical completion/ final completion specified
and as per provisions indicated
in clause 4.4.0.0, Performance of work, Section 4 of GCC.
33.0 Special Clause:
33.1 The contractor is required to take necessary care to
protect to the existing nearby
structure while carrying out his scope of work. Any damage
caused to other property shall be
rectified at his own cost.
34.0 Income Tax, Sales Tax , Works Contract Tax & Service
tax:
34.1 The contractor shall take note that rates quoted shall be
inclusive of all taxes, statutory
levies, Royalty, Income tax, sales tax, works contract taxes,
service tax, transportation etc.
IOCL shall not entertain any request for payment of any
taxes/levies separately.
35.0 Testing Of Materials/ Works:
35.1 Acceptance of material shall be subject to inspection at
Vendors works and at IOCL site, approval and release by a Third
Party Inspection Agency.
35.2 The successful tenderer shall appoint a Third Party
Inspection Agency (considering any one
of the reputed agency viz. M/s Certification Engineers
International Ltd., M/s PDIL, M/s
Bureau Veritas Industrial Services (I) Pvt. Ltd., M/s IRS
Inspection Services, M/s
Lloyds Register Industrial Services (I) Pvt. Ltd., M/s DET
Norske Veritas and M/s SGS
India Pvt. Ltd. Tenderer should advise IOCL the name of Third
Party Agency on receipt of Work
Order.
35.3 All required facilities to facilitate inspection of
equipment/system will have to be made
available by the successful tenderer including co-ordination
with the inspecting agency. The above
inspection will be without prejudice to guarantee / warranty.
The inspection agency shall submit
the original inspection report directly to IOCL and a copy to
the contractor.
The Contractor shall carry out the various tests as enumerated
in the technical specifications of
this tender document and the technical documents that will be
furnished to him during the
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 27
performance of the work and no separate payment shall be made
unless otherwise specified in
schedule of rates.
35.4 All the tests either on the field or at outside
laboratories concerning the execution of
the work and supply of materials by the Contractor shall be
carried out by Contractor at his
own cost.
35.5 The work is subject to inspection at all times by the Site
Engineer/ Engineer-in-
Charge/ representatives nominated by IOCL. The Contractor shall
carry out all instructions
given during inspection and shall ensure that the work is being
carried out according to the
technical documents and the relevant codes of practice furnished
to him during the
performance of the work.
35.6 Any work not conforming to the execution drawings,
specifications or codes shall be
rejected forthwith and the contractor shall carry out the
rectifications at his own cost.
35.7 All results of inspection & tests will be recorded in
the inspection reports, proforma
which will be approved by the Site Engineer/ Engineer-in-Charge.
These reports shall
form part of the completion documents.
35.8 Inspection & acceptance of works shall not absolve the
Contractor from any of his
responsibilities under this Contract.
36.0 Authorized Representative & Engineer for site
activities:
36.1 The successful tenderer within 10 days of receipt of
acceptance of tender, name
an engineer responsible for the job at site on behalf of the
contractor as per clause 4.0.3.0
and 4.0.3.1, Performance of work, section 4, of GCC. bidder
should give in writing to the
Corporation, the name of his authorized and qualified engineer
who will supervise the work
and shall remain at the site during execution of the job.
36.2 The successful tenderer shall position an Engineer
responsible for the work.
Deployment of Manpower by the successful tenderer including
recovery for non
deployment for the subject work is listed below :
Manpower to be deployed Recovery per month for non
Deployment of engineer
a. Project Manager - 1 Engineer with 8 years of
experience.
b. QC/ QA/ Planning Engineer 1 Engineer with 4 years of
experience.
c. Safety Engineer 1 Engineer with 2 years experience.
Rs. 50,000/-
Rs. 35,000/- Rs.25,000/-
NOTE : In case the Engineer concerned posted for the above is
holding Diploma
qualification instead of Engineering graduation, the requirement
of site experience would
go up by minimum 2 years.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 28
37.0 MISCELLANEOUS REQUIREMENTS:
37.1 It shall be contractors responsibility to obtain approval
for any revision and/or modifications decided by the contractor
from the Owner/Engineer-in-Charge before
implementation. Also such revisions and/or modification if
accepted / approved by the
Owner/Engineer-in-Charge shall be carried out at no extra cost
to the owner.
37.2 Any changes required during and/or after approval for
detailed construction
drawings due to functional requirements or for efficient running
of system keeping
the basic parameters unchanged and which has not been indicated
by the Contractor in the
data / drawings furnished along with the offer, will be carried
out by the contractor at no
extra cost to the owner.
37.3 All expenses towards mobilization & demobilization
including bringing in
equipment, clearing the site etc. shall be deemed to be included
in the prices quoted and no
separate payments on account of such expenses shall be
entertained.
37.4 It shall be entirely Contractors responsibility to provide,
operate & maintain necessary construction equipments,
scaffoldings and safety gadgets, cranes and other lifting
tackles, tools and appliances to perform the work in a workman
like and efficient
manner & complete all jobs as per time schedules.
37.5 Preparing approaches and working area for movement and
operation of the cranes,
leveling the areas for assembly and erection shall also be the
responsibility of the
Contractor. The Contractor shall acquaint himself with access
availability, facilities such
as railway siding, local labour etc. to provide suitable
allowances in his
quotation. The Contractor, at his own cost, may have to build
temporary access roads to aid
his own work which shall also be taken care while quoting for
the work.
37.6 The procurement and supply in sequence and at the
appropriate time of all
materials & consumables shall be entirely the Contractors
responsibility. Rates for execution of work will be inclusive of
supply of all these items.
38.0 SAFETY PRECAUTIONS/ HOT WORK & WORK PERMITS:
38.1 Contractor shall have to take all safety precaution for
carrying out hot work
in the premises after obtaining hot work permit from location in
charge at his own cost
as directed by the Engineer-In-Charge. Necessary safety
equipment such as safety
belts, helmets and other equipments are to be positioned by the
contractor and use as
per requirement.
38.2 Safety distance as per CCE Rules and Oil Industry Safety
Directorate shall be
maintained strictly.
38.3 Any casualty or damage caused to property or person by any
untoward
incidents while
executing this contract will be at the contractors risk and
cost.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 29
38.4 The contractor shall also abide by hot work permits to be
taken on day to day
basis from the location as per policy of the Corporation.
38.5 The successful tenderer shall be responsible for observance
of all conditions
as per
Appendix III furnished along with GCC with regard to safety.
39.0 SAFETY:
Since works have to be carried out in Gas storage and
distribution establishment, the
contractor should ensure that day to day operations, safety and
security of the location are
not affected in any way on account of the works being carried
out. In case of any
damage to our properties due to the negligence on the part of
the contractor or their
workmen, the contractor will be held responsible and liquidated
damages as assessed by
the corporation would be recover from them.
Traffic Jacket should be provided at contractors cost for all
the workers.
When hot works are involved, the following safety precautions
have to be strictly observed
before commencement of works.
All hot works operations should be carried out under the
supervision of
our representative and also under the supervision of responsible
representative of the
contractor.
All hot work operations should be undertaken only after issue of
hot work permits
by the location in charge on day to day basis.
It should be ensured that the tanks, pipes, containers where the
hot work is
required are gas freed and properly checked to this effect with
explosive meters.
It should be ensured that the surrounding area is free from oil,
rags, oil spillage
and other sources of ignition and the area is cleaned/ sprinkled
with sand or dry earth. It
should also be ensured that metallic trays filled with DCP
powder are kept for
collecting the welding arc/ hot metal cutting.
Hot work should commence only after positioning the portable
fire extinguishers and
sand/ dry powder in readiness at site and hydrant system made
available at the
nearest point.
Match boxes, lighters etc used for hot work should be kept in
the custody of
the supervisor only.
If hot work has to be carried out in a place close to storage
tanks or any other
facility under operation, it is necessary to provide screen wall
made of AC sheets to
segregate the area to prevent sparks traveling to the hazardous
area.
It should be ensured that no workmen carries match boxes or any
other source
of ignition with them while entering the premises or inside the
premises. After the
hot work operation of the day, the following precaution should
be taken .
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 30
Welding sets should be switched off and power mains
disconnected. If
the connection is taken from a temporary switch board the fuse
carriers should be
removed and handed over to the supervisor.
o Gas cylinder and the cutting sets should be properly closed
and the
equipment removed to a safe place.
o The site of work should be examined to ensure that it is free
from hot splatters
and any other source of ignition.
o All the work men of the contractors should be moved out of the
premises.
40.0 SECRECY AGREEMENT:
40.1 CONTRACTOR shall as a part of his obligation sign an
agreement for secrecy of the
drawings
/ documents with IOC. CONTRACTOR, hereby, expressly undertake to
keep all the
drawings/documents as well as other Technical information given
in the
CONTRACT- DOCUMENT secret and shall not divulge or leak or
otherwise cause to
be known to the competitors or others having any interest in
such process in anyway
the contents in any form, shape or method.
41.0 In case any land is made available to the Contractor within
the provisions of
tender, the owner shall be entitled (without prejudice to any
other mode of recovery), the
contractor shall pay a license fee @ Rs.20/- (Rupees Twenty
Only) per 100 (One Hundred)
Sq. mtrs or part thereof, to be recovered from the running/
final bills of the contractor or
any other payments due to the contractor from time to time as
per clause 3.6.4.0 of GCC.
42.0 Following clauses forming part of the GCC issued along with
the tender are
deleted :
a. Clause 2.6.1.0 and 2.6.2.0 General, section 2 of GCC. b.
Clause 4.5.1.1 The clause shall partly be modified. Duration of 30
days shall be read as 20 days.
c. Clause no. 3.0 Instruction to tenderers of GCC. d. Clause
No.9 arbitration and alternate dispute resolution machinery.
43.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:
44.1 The penalty for breach of safety during execution of works
shall be
levied by the
Corporation as below :
a. Violation of applicable safety, health and environment
related norm, a penalty of Rs.
5000/- per occasion.
b. Violation as above resulting in
Any physical injury, a penalty of 0.5% of the contract value
(max. of Rs. 2 lacs)
per injury in addition to Rs. 5000/- as mentioned above.
Fatal accident, a penalty of 1% of the contract value (max. of
Rs. 10 lacs) per
fatality in addition to Rs. 5000/- as mentioned above.
45.0 The tenderers are advised to submit their offer strictly as
per the terms and
conditions and specifications contained in the tender document
and not put forth
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 31
conditions/ counteconditions. Conditional tenders received shall
render the offer liable for
rejection.
46.0 In case sub contractors are engaged by the successful
tenderer with prior
permission from IOCL on award of works, it will be mandatory on
part of the main
contractor to furnish a NO DUE UNDERTAKING from the sub
contractor (on their letter
heads) to IOCL before final payments are cleared by the
Corporation.
48.0 In case identical rates are received (percentage rates
quoted working out to
identical amount towards the tender) then the tender shall be
awarded to the bidder having
higher annual average annual turnover for the 3 financial years
worked out to 3 decimal
places.
49.0 The tenderers must note that the rates to be quoted in
percentage over the estimated
amount indicated in price bid documents must be limited to a
maximum of 2 decimal
places. In case, the tenderer submits the rates for more than 2
decimal places then, the
amount quoted towards the tender shall be computed to the first
2 decimal places without
rounding off.
50.0 IOCL shall make available suitable space at the depot to
the successful tenderer for
setting up site office and area for undertaking fabrication of
piping. It shall be the
responsibility of the successful tenderer to suitably develop
the area required for putting up
his site office as well as clear the area required for
undertaking works. Further, it must be
noted that IOCL shall not charge any rental for according above
space in the depot.
51.0 Tender Negotiations: Tenderers may note that negotiations
will not be conducted
with the bidders as a matter of routine. However, Corporation
reserves the right to
conduct such negotiations.
52.0 At all places in the GCC enclosed with the tender document,
OWNER shall mean
INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION,
KARNATAKA
STATE OFFICE, with its office at NO. 29, P. KALINGA RAO ROAD
(MISSION
ROAD), BANGALORE 560 021. The court of jurisdiction for all
matters under the tender shall be at BANGALORE
.
53.0 Tenderers must note that it will be mandatory on part of
the successful contractor
to set up a QC Lab at site prior to commencement of works at no
extra financial
implication to IOC and having following minimum equipment .
54.0 Arbitration Clause : deleted.
55.0 FINAL DOCUMENTS
Final drawings/documents consisting of as-built certified
drawing and registers and
test records duly certified by IOCL should be submitted in three
sets along with soft copy of
the drawing.
-
Indian Oil Corporation Ltd.(Marketing Division)
Tender : KASO/LPG/PT-07/2014-15
Page 32
56.0 TENDER QUANTITIES :
Tender quantities appearing in the schedule of rates are only
indicative quantities. Exact
quantities of each item shall be ascertained by the Contractor.
Only such ascertained
quantities shall be procured. The contractor shall obtain
necessary approvals before any
quantity is brought to site. For getting approval, he shall
submit break-up of quantities to
Owner.
The contractor should submit the expected final quantities
against the P.O. within one
month from the date of commencement of job.
57.0 PAYMENT TERMS
a. Payment shall be released to the successful contractor
against completion of individual items as mentioned below.
For Mechanical Works &cables:
a. 70% payment shall be released on receipt of item(s) in good
conditions, Manufacturer Test certificate,Mode of transportation
receipt at site, TPI
certificate (in original+ one copy to KASO+ one copy to site and
receipt of
MRN (materials receipt note) from IOCs site engineer .
b. 20% payment shall be released on erection of item(s)
c. 10% payment shall be released on commissioning of fire
fighting facilities of all works with certificate along with final
bill
For Civil works:-
a) 90% on completion of each work/as certified by Site engineer
in MB and also soft
copy of the measurement in Excel for RA &Final bills.
b) 10% on each item shall be released after commissioning of
entire fire fighting
system.
All RA should accompany hindrance register copy, material
register copy,
Bar chart progress vs planned, measurement in soft copy and
photographs
The Stoppage of work due to any reasons mentioned above shall
not entitle the Contractor for
any claim of compensation whatsoever for idling of his labor /
machinery, etc., during such
interruptions.
-
INDIAN OIL CORPORATION LIMITED,
KARNATAKA STATE OFFICE
E-TENDER:2015_KASO_13887
DATE :21.01.2015
Unit rate
A MECHANICAL WORKS
1 Preparation of design and working &isometric drawing for
hydrant line, sprinkler line/airline, Deluge valve ,Deludge
room,
K factor for sprinkler with respect to existing facilities for 2
X 1200 MT Mounded bullets,new pump house with manifold ,
new loading and unloading and for new cylinder storage shed
calculation for the medium velocity water spray system and
hydrant header sizing approved by competent agency (appointed by
the vendor in consultation with IOCL) as per OISD
150/144 Latest , considering the overall existing plant hydrant
layout and inclusion of re circulation line as per IOCL
guildelines , to be submitted. Cross check existing filling shed
and preparation of revised zone calculation .Final design
calcualtions for entire filling shed (exisitng and proposed)
also to be calculated and submitted.( 1 hard copy to plant +1
hard copy to KASO + 1 soft copy of the drawing
+calcualtions).
1 EA 250000 250000.00
2
Supply, fabrication, erection, testing and commissioning of M.S.
Black ERW Heavy grade piping as per IS:1239 for
pipeline below 150mm/ IS:3589. This includes supply of pipes
complete with necessary specials such as tees, bends,
flanges, reducers, etc. Rate quoted shall include for unloading
at site, storage, transportation of pipe to work site,
prefabrication, handling, cutting, edge preparation, tack
welding & final welding, installation, alignment final welding
& field
tightening and painting of pipe with a coat of primer and two
coats of synthetic enamel paint of approved colour / make for
above ground piping as per the IS standards and rate including
supply and installation of pipe supports, pedestal,
fasteners etc.,
0.00
2.a
Underground piping with necessary flanges & fittings such as
elbows,tees, alongwith pipe coating and wrapping of
underground pipes with `PYPKOTE' 4mm thick conforming to IS :
10221 and holiday testing . Excavating trenches of
required width for pipes including excavation for sockets, and
dressing of sides, ramming of bottoms, depth upto 1.5m
including getting out the excavated soil, and then returning the
soil as required, in layers not exceeding 20cm in depth
including consolidating each deposited layer by ramming,
watering, etc. and disposing of surplus excavated soil as
directed, within a lead of 50m.(underground lines to be laid
minimum 1.2 meter below the ground level) , other pipe size
if used will be converted to the nearst pipe size in DIA basis.
only TATA /JINDAL. PYPKOTE will be paid seperately
0.00
2a1
300 mm dia
20 M 5098.95 101979.00
2a2200 mm dia
30 M 3132.34 93970.30
2a3250 mm dia
40 M 3930.37 157214.72
2a4 supply and fixing of Wrapping coat 4 mm thick 95 Sqm 331.18
31462.04
Unit
AMOUNT
Rs. P
In rupees
TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING
SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE
AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as
mentioned in the checklist /excel sheet will be paid extra .ALL
other taxes are included in the BOQ
Sl No Description of work
Qty
Page 1 of 7
-
INDIAN OIL CORPORATION LIMITED,
KARNATAKA STATE OFFICE
E-TENDER:2015_KASO_13887
DATE :21.01.2015
Unit rate Unit
AMOUNT
Rs. P
In rupees
TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING
SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE
AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as
mentioned in the checklist /excel sheet will be paid extra .ALL
other taxes are included in the BOQ
Sl No Description of work
Qty
2.b
Above ground piping with necessary flanges & fittings such
as elbows, tees and Painting, supports and Orifice plates if
any necessary for the hydrant system complete as per the
requirement. (above ground line to be laid minimum 300mm
above the ground level) only TATA /JINDAL the pipe size if used
will be converted to the nearst pipe size in DIA basis
2b1300mm dia
150 M 4947.50 742124.39
2b2 200 mm dia 450 M 2987.77 1344498.09
2b3250 mm dia