- 1
-
2PLM/KDLP-VKPL/15/01INDEX
S. No. Subject PageNumbers
Section I1. Cover Page 12. Index 23. Tender Enquiry 3-64. Notice
Inviting Tender (NIT) 7-105. Commercial Check List (Indigenous
Bidder) 11-126. Commercial Check List (Foreign Bidder) 13-14
Section II1. Instruction To Tenderers 15-302. Instructions to
tenderers participating in e-tender 31-333. Special Instructions to
tenderers participating in e-tender 34-374. General Conditions of
Purchase 38-545. Special Instructions to Tenderers 55-576. Special
Conditions of Purchase 59-627. Addendum to Instructions to
Tenderers 63-648. Form of Tender (Indigenous Bidder) 65-669. Form
of Tender (Foreign Bidder) 67-6810. Schedule of Inspection 6911.
Customers Reference 7012. Proforma of Bank Guarantee (Performance)
71-7213. Proforma of Bank Guarantee (EMD) 73-7414. Declaration of
Relationship with Directors of IOCL 7515. Proforma of Letter of
Authority for Bid Negotiations and Signing
the Agreement76
16. Proforma of Letter of Authority for attending unpriced
andPriced Bid opening
77
17. Format for giving consent and bank details on letter head
78
18. Tenders/ Contracts where employment of agent is prohibited
7919. Proforma of declaration of black listing/holiday listing
80
20. Integrity Pact Agreement 81-86Section III
1. Schedule of Rates (Details asper BoQuploaded)
Section IV1. Specifications and Summary of Requirement. From
page-
87133 pages
-
3INDIAN OIL CORPORATION LIMITED(Pipelines Division)
Materials DepartmentPhones: (91) 0120 2448414/ 2448413Fax: (91)
0120 - 2448024
Regd. Office: Please Reply To:G 9, Ali Yavar Jung Marg, Indian
Oil Corporation Limited,Bandra (East), (Pipelines Division),Mumbai
400 051 A-1, Udyog Marg
Sector 1, Noida 201301
Open (Global) e-Tender Enquiry
Tender Enquiry No. PLM/KDLP-VKPL/15/01 Due Date: 24.6.2015Dated:
27.5.2015 Due Time: 15:00 hrs (IST)
Opening Date and Time-25.6.2015, 1500hrs
Dear Sir (s),
Please find enclosed herewith one set of Tender Documents. You
are requested to submityour most competitive offer for the supply
of the following items as per TechnicalSpecifications, General
Conditions of Purchase and other conditions specified and
enclosedwith this document.
Sl. No. Description of Material Qty Destination/Qty
Motor Driven Mainline Pumping Units with VFD &Spares
Nos/Sets
All materials arerequired atKandlaGujarat
1.
Pumping unit consisting of Horizontal, axially splittype
centrifugal pump, AC variable speed drivesystem with bypass
isolators, flameproof electricalmotor with all accessories like
coupling with couplingguard, Mechanical seal, cooling and flushing
piping,pump protective instruments, common base plate andwith all
necessary instrumentation including supply offoundation bolts,
grouting materials, counter flanges(WNRF) and commissioning spares
for Kandla stationas per specifications. Stage-I: Q= 632 KL/Hr, H=
565MCL, Efficiency=75% (Min), Viscosity=5 cSt,Density=850
kg/m3Stage-II :Q= 853 KL/Hr, H= 480 MCL, Efficiency=75%(Min),
Viscosity=5 cSt, Density=850 kg/m3
3 Nos Kandla
2. Commissioning Spares: O ring & Gasket for Pump-01 set per
pump3 sets Kandla
Spares for Mainline Pump
1. Case Wear ring 2 set Kandla
-
4Sl. No. Description of Material Qty Destination/Qty
2. Impeller Wear ring 2 set Kandla
3. Impeller (Full dia) 1 set Kandla
4. Pump shaft 1 no Kandla
5. Throat Bush 2 set Kandla
6. Sleeve/ Bush bearing set 3set Kandla
7. Shaft sleeve 2 set Kandla
8.Impeller key 2 set Kandla
9. Coupling key 2 set Kandla
10. Rotary & Stationary Inserts for Mechanical Seal 3 set
Kandla
11. Set of O rings/ Gaskets for Mechanical seal 3 set Kandla
12. Complete Mechanical Seal (DE+NDE) 1 set Kandla
13Hydraulic Torque wrench (along with two sets ofrepair kits)
suitable for pump casing bolts
1 set Kandla
Spares for Motor
1. Bearings (DE & NDE) 1 set Kandla
2. Cooling Fan 1 No.Kandla
Spares for Instrumentation
1. Pump Bearing RTD 1 No Kandla
2. Motor Bearing RTD 1 NoKandla
3. Pump Casing RTD 1 No Kandla
4. Vibration transmitter of each type 1 setKandla
Spares for VFD
1. For Active Front End-IGBT based VFD-High voltage IGBT module
for line side converter2 Kandla
2. For Active Front End-IGBT based VFD-High voltage IGBT module
for load side inverter2 Kandla
3. For Active Front End-IGBT based VFD-Main control board1
Kandla
4. For LV Power cell based VFD-Power cell module6 Kandla
5.For LV Power cell based VFD-Main control board
1 Kandla
1.Service charges for installation & commissioningpersonnel
including all expenses e.g. Air/Rail Fare, LocalTransport,
accommodation etc. (Total for 21 days @ 7days per pumping unit) at
Kandla Location
21 days Kandla
-
5Please indicate approximate gross weight of the
consignment.
1. Single Bid System : Applicable/ Not applicableIn case of
single bid system the offer should besubmitted in duplicate (2
copies) and both the copiesshould contain Prices along with
Technical and otherdetails.
2. Two Bid System : The offer should be uploaded (Submitted) in
two parts Part I - Technical Literature Catalogue & Pamphlets
etc.and EMD and commercial terms and uploading as perthe tender
instructions. Part IIPrice Bid To be uploadedas per the downloaded
BOQ without any change informat
4 Tender Fee ` in the form of Demand Draft in the name of
IndianOil Corporation Ltd. Payable at Noida/ New Delhi.
3. Earnest Money Deposit i) `11.18 lakh or USD 17,520.00in the
form of Demand Draft in the name of Indian OilCorporation Ltd.
Payable at Noida/ New Delhi.ORthrough swift transferORIn the form
of Bank Guarantee in the prescribed formatenclosed. Any deviation
in the proforma is notacceptable. The bank guarantee should be from
anyIndia Bank or Foreign Bank having branch in India onNon-judicial
stamp paper of value commensurate withEMD amount as per norms. The
issuing branch of bankshall be situated in India.Bank Guarantee/
Demand Draft/swift transfer is to besent to tender issuing
authority so that it is receivedprior to tender submission date and
time
4. Validity of offer : Offer should be valid for 120 days from
due date.
-
6The Foreign Bidders can remit the tender fee and EMD by way of
Swift transfer also. Please attach acopy of your SWIFT message with
the tender documents for reference.
Physical Bids sent through Fax / E-mail / Courier / Post will
not be acceptable. Bidder(s) are advised toquote strictly as per
terms and conditions of the tender documents for e-bidding and not
to stipulate anydeviations / exceptions. Bidder must ensure that
the DD/BG against EMD are received by IOCL beforetechno-commercial
bid opening schedule (as indicated in the NIT)
Tenderer to submit the following (also specified in the
Instruction to the Tenderers) (changed to the extentof e-tendering
please refer Addendum to ITT)
1. Documents as per Notice Inviting Tender (Important Tender
Conditions)a) Catalogue & Literature for itemb) Supply Record
for the itemc) Documentary proofs in support of Annual Turnover and
Single Order value (for similar item) as
per column 8 and 9 of NIT2. Earnest Money Deposit (EMD) as
prescribed in the tender. Tenders not accompanied with the
requisite EMD or with EMD of inadequate value are liable to be
rejected summarily. In caseregistered with SSI / NSIC etc. current
valid certificate of registration along with annexure, if any, tobe
submitted.
3. Duly signed Form of Tender.
4. Duly filled Schedule of Inspection.
5. Customer reference list for similar equipment/ material for
last three years.
6. Declaration regarding relationship with Directors of Indian
Oil Corporation as per Annexure attached.
7. Authority Letter.
8. Duly filled Commercial Checklist.
9. Duly signed technical specification.
10. Schedule of Rates (BoQ) in the prescribed form
Normally Deviation to our General Terms & Conditions is not
acceptable. However in case of anydeviation the same to be
indicated clearly in a separate sheet of paper.
Tenderer to confirm to all our Technical Specifications. All
Data Sheets and annexure to the Tender to befilled in and one copy
of all specifications to be duly signed and stamped as a token of
your acceptance toconfirm to our specifications. In case of any
deviations the same to be clearly indicated in a separatesheet of
paper. Indian Oil Corporation Limited reserves the right to accept
or reject any tender in part orfull without assigning any reason
whatsoever. Indian Oil Corporation also reserves its right not to
acceptthe lowest rates quoted by the tenderers and to allow to the
Public Enterprises purchase preferencefacilities as admissible
under the existing policy.
Incomplete tenders which are not accompanied with all the
required Documents and Conditions Tendersare liable for rejection
without assigning any reason thereof.
The unpriced Bids shall be opened on the due date & time
mentioned in the Tender Notice. The pricedoffer of only tenderers
whose unpriced offers are found technically suitable shall be
openedsubsequently.
(Amitabh Bala)Chief Materials Manager
-
7INDIAN OIL(Pipelines Division)
Indian Oil Bhawan, A-1, Udyog Marg, Sector-1, Noida-201301,
U.P.
Open (Global)-Notice Inviting Tender
Indian Oil Corporation Ltd. invites electronic bids through its
website https://iocletenders.gov.in undertwo-bid system from
bonafide suppliers as per the following details:
NIT No./ Description of the Material Documentsavailable
forDownloading
OnlineBid Preparation& Submission
PLM/KDLP-VKPL/15/01Motor Driven Main Line Pumping Units(MLPUs)
with VFDs for Kandla Viramgamreverse Pumping project.
27.5.2015to
24.6.2015
27.5.2015to
24.6.2014 (1500hrs)
Opening date andtime
On 25.6.20151500hrs
Contact Person: Chief Materials Manager/Senior Materials
ManagerPh: 0120-2448426/2448414Fax: 0120-2448024,
e-mail:[email protected], [email protected] visit
our website https://iocletenders.gov.in for further details and
submission ofbids.
-
8INDIAN OIL CORPORATION LIMITED(PIPELINES DIVISION)
Indian Oil Bhawan, A-1, Udyog Marg, Sector-1, Noida-201301,
U.P.
Notice Inviting Tender(TWO BID SYSTEM)
Offers are invited in two bids (Part-I: Techno-Commercial Bid
& Part-II: Price Bid) from bonafidebidders for supply of
following items:
1. Tender No PLM/KDLP-VKPL/15/01
2. Description of Material / QuantityMotor Driven Main Line
Pumping Units (MLPUs)with VFDs for Kandla Viramgam reversePumping
project.
3. Type of tender Open Global
4. Start date for download of TenderDocument27.5.2015
5. Pre Bid Meeting Details NIL6. Last date for online bid
submission 24.6.20157. Online bid opening date 25.6.20158.
Important Tender Conditions
(i) Earnest moneyDeposit
The bidder shall furnish Earnest Money Deposit as detailed in
the tender atthe office of General Manager (Materials &
Contracts), Indian Oil CorporationLimited (Pipelines Division), 4th
Floor, A-1, Udyog Marg, Sector-1, Noida-201301, before the tender
opening schedule, as mentioned below:
Indian Bidders (Indian Rupees) Foreign Bidders (US Dollars)11.18
lakh 17520.00 The EMD shall be submitted in the form of Bank
Guarantee (BG) / DD /
EFT/Swift Transfer/e-payment(EMD in form of Bank Guarantee is
accepted only in case of EMDamount being more than ` 1 lakh).
DD to be drawn in favour of Indian Oil Corporation Ltd.,
PipelinesDivision.
Entities exempted from submission of EMD: As per MSMED Act, 2006
(orerstwhile NSIC Registered Parties), Central / State PSUs and JVs
of IOC.
(ii) AnnualTurnover
The bidder needs to submit Annual Turn Over Proof as
mentionedbelow.The annual turnover of the bidder during any of the
preceding 3 (three)financial years should be at least the value
mentioned below:
Indian Rupees US Dollars1040.00 lakh 16,32,000.00
Turnover for this purpose should be as per the audited Balance
Sheetof the tenderer. However, if the tenderer is not required to
get itsaccounts audited under section 44AB of the income Tax Act,
1961, acertificate from a Practicing Chartered Accountant towards
the turnoverof the tenderer along with copy of its Income Tax
Return shall befurnished.
(iii) Single OrderValue
The bidder needs to submit self attested copies of PO along with
proof ofexecution as mentioned below.
-
9The bidder should have successfully executed Purchase Orders
(for similaritem) during the last five years ending the start date
for commencement ofdownloading (i.e. date as per row 4 of NIT) of
this tender:
(a) One completed order for similar item costing (on landed cost
basis)not less than the value mentioned below:
Indian Rupees US Dollars870.00 lakh 13,60,000.00
OR(b) Two completed orders for similar items each costing (on
landed cost
basis) not less than the value mentioned below:Indian Rupees US
Dollars
690.00 lakh 10,88,000.00
OR(c) Three completed orders for similar items each costing (on
landed
cost basis) not less than the value mentioned below:Indian
Rupees US Dollars
520.00 lakh 8,16,000.00
The proof of execution of purchase order(s) () shall be a self
attested copy ofthe purchase order(s), along with corresponding
delivery challan/ excise dutyinvoice/ execution certificate from
buyer/payment proof/inspection reportissued by end user/ etc
clearly indicating the purchase order reference andqty/value.The
purchase order and execution certificate/proof should be in the
name ofthe bidder only. Purchase order executed jointly will not be
considered.
The single order value for completed job indicated by the
prospective biddersshall be excluding Service tax if any. (Refer to
Special Instructions toTenderers)
9 Others
(i) Documentary Proof in support of annual turnover and
execution ofsingle Purchase Order (for similar item) (ii) Supply
Record (iii) Catalogue &Literature are to be submitted
along-with with technical /un-priced bids.
The technical /un-priced bids received without documentary proof
of abovementioned Important Tender Conditions shall not be
considered for furtherevaluation.
Micro and small Enterprises (MSEs) are eligible for purchase
preferenceas per prevailing Govt. directives / Corporation
policy.
Domestically manufactured electronic products (DMEP) are
eligible forpreference in procurement as per prevailing directives
of Government ofIndia.
The bidder shall upload legible scanned copy of necessary
documents insupport of required qualification and experience along
with their offer asper instruction given in the Special
Instructions to Tenderers participatingin e-tender.
All documents other than in Hindi or English languages shall be
supportedby its attested English translation.
Physical Bids will not be accepted. Tender Document can be
downloadedfrom https://iocletenders.gov.in and on line bids are
required to besubmitted with Digital signatures on the system.
-
10
IOCL reserves the right of annulment of tender without assigning
anyreasons whatsoever.
The tender documents are non-transferable.
10Issuing/
SubmissionOffice Address
Chief Materials Manager/ Senior Materials ManagerIndian Oil
Corporation Limited (Pipelines Division)A-1, Udyog Marg, Sector-1,
Noida (UP) 201 301, IndiaContact Person: Shri Amitava Bala/Rajesh
KumarContact Person: Chief Materials Manager/Materials ManagerPh:
0120-2448426/2448414Fax: 0120-2448024, e-mail:
[email protected], [email protected]
Chief Materials Manager
-
11
Commercial Checklist for Indigenous Bidder
Please tick the relevant box ( ) and fill the lines
1. Price - Ex Works, (Location)
2. Delivery period - Acceptable / Not Acceptable(as per SOR)
3. EMD - By DD / By BG / Not Applicable(as per tender)
BG/DD No. Date Issuing Bank BG Valid upto
4. PBG - Acceptable / Not Acceptable(as per GCP)
5. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
6. Payments terms - Acceptable / Not Acceptable(as per GCP)
7. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
8. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
9. Whether NSIC / MSE Unit - Yes (Reg. No. ) / NoValidity
.......................
If Yes,i) please give the registration No. and enclose a
copy of certificate.ii) Please confirm whether SC or ST MSE
YES/ NO(Please give supporting documents else shall beconsidered
a General category enterprises)
11
Commercial Checklist for Indigenous Bidder
Please tick the relevant box ( ) and fill the lines
1. Price - Ex Works, (Location)
2. Delivery period - Acceptable / Not Acceptable(as per SOR)
3. EMD - By DD / By BG / Not Applicable(as per tender)
BG/DD No. Date Issuing Bank BG Valid upto
4. PBG - Acceptable / Not Acceptable(as per GCP)
5. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
6. Payments terms - Acceptable / Not Acceptable(as per GCP)
7. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
8. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
9. Whether NSIC / MSE Unit - Yes (Reg. No. ) / NoValidity
.......................
If Yes,i) please give the registration No. and enclose a
copy of certificate.ii) Please confirm whether SC or ST MSE
YES/ NO(Please give supporting documents else shall beconsidered
a General category enterprises)
11
Commercial Checklist for Indigenous Bidder
Please tick the relevant box ( ) and fill the lines
1. Price - Ex Works, (Location)
2. Delivery period - Acceptable / Not Acceptable(as per SOR)
3. EMD - By DD / By BG / Not Applicable(as per tender)
BG/DD No. Date Issuing Bank BG Valid upto
4. PBG - Acceptable / Not Acceptable(as per GCP)
5. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
6. Payments terms - Acceptable / Not Acceptable(as per GCP)
7. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
8. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
9. Whether NSIC / MSE Unit - Yes (Reg. No. ) / NoValidity
.......................
If Yes,i) please give the registration No. and enclose a
copy of certificate.ii) Please confirm whether SC or ST MSE
YES/ NO(Please give supporting documents else shall beconsidered
a General category enterprises)
-
12
10. Acceptance of tender terms and conditions in totality: - Yes
/ No
11. Indicate the deviation of tender commercial terms, if
any:
a.b.c.d.
12. Other terms, if any:
Signature and stamp of the Bidder
-
13
Commercial Checklist for Foreign BidderPlease and fill the
lines
1. FOB Price - Quoted / Not Quoted
2. C&F Price - Quoted / Not Quoted
3. Inspection Charges - Inclusive / Extra @ % of(3rd party) FOB
Price
4. Delivery period - Acceptable / Not Acceptable(as per Special
Instruction)
5. EMD - By DD / By BG / Not Applicable(as per tender)
By swift transfer
BG/DD/Swift No. Date Issuing Bank BG Valid upto .
6. PBG - Acceptable / Not Acceptable(as per GCP)
7. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
8. Payments terms - Acceptable / Not Acceptable(as per GCP)
9. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
10. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
13
Commercial Checklist for Foreign BidderPlease and fill the
lines
1. FOB Price - Quoted / Not Quoted
2. C&F Price - Quoted / Not Quoted
3. Inspection Charges - Inclusive / Extra @ % of(3rd party) FOB
Price
4. Delivery period - Acceptable / Not Acceptable(as per Special
Instruction)
5. EMD - By DD / By BG / Not Applicable(as per tender)
By swift transfer
BG/DD/Swift No. Date Issuing Bank BG Valid upto .
6. PBG - Acceptable / Not Acceptable(as per GCP)
7. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
8. Payments terms - Acceptable / Not Acceptable(as per GCP)
9. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
10. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
13
Commercial Checklist for Foreign BidderPlease and fill the
lines
1. FOB Price - Quoted / Not Quoted
2. C&F Price - Quoted / Not Quoted
3. Inspection Charges - Inclusive / Extra @ % of(3rd party) FOB
Price
4. Delivery period - Acceptable / Not Acceptable(as per Special
Instruction)
5. EMD - By DD / By BG / Not Applicable(as per tender)
By swift transfer
BG/DD/Swift No. Date Issuing Bank BG Valid upto .
6. PBG - Acceptable / Not Acceptable(as per GCP)
7. Delay Delivery Discount - Acceptable / Not Acceptable(as per
GCP)
8. Payments terms - Acceptable / Not Acceptable(as per GCP)
9. Guarantee/Warranty - Acceptable / Not Acceptable(as per
GCP)
10. Validity of Offer - Acceptable / Not Acceptable(as per
tender)
-
14
Commercial Checklist for Foreign BidderPlease and fill the
lines
11. Port of Exit in case of FOB -
12. Appox. Gross Weight - ..Appox. Volume (L X W X H) - ..
13. Acceptance of tender terms and conditions in totality:- Yes
/ No
14. Indicate the deviation of tender commercial terms, if
any:
a.b.c.d.
16. Other terms, if any:
Signature and stamp of the Bidder
14
Commercial Checklist for Foreign BidderPlease and fill the
lines
11. Port of Exit in case of FOB -
12. Appox. Gross Weight - ..Appox. Volume (L X W X H) - ..
13. Acceptance of tender terms and conditions in totality:- Yes
/ No
14. Indicate the deviation of tender commercial terms, if
any:
a.b.c.d.
16. Other terms, if any:
Signature and stamp of the Bidder
14
Commercial Checklist for Foreign BidderPlease and fill the
lines
11. Port of Exit in case of FOB -
12. Appox. Gross Weight - ..Appox. Volume (L X W X H) - ..
13. Acceptance of tender terms and conditions in totality:- Yes
/ No
14. Indicate the deviation of tender commercial terms, if
any:
a.b.c.d.
16. Other terms, if any:
Signature and stamp of the Bidder
-
15
Pipelines
INSTRUCTIONS TO TENDERERS
REV:0413-May-2015
A. General
1. Tender Documents shall remain the property of Owner.
2. The tender papers shall be completely filled in, and shall be
submitted with requisiteinformation and Annexures. Any tender
incomplete in particulars shall be liable to berejected.
3. Signing of tender
3.1. All pages of the tender and all tender documents shall be
signed by the tenderer orhis duly authorised person (s) by
enclosing the original authorisation copy
3.2. It shall not be necessary for the bidder to return the all
whole tender document (bigVolumes) duly signed as a token of their
acceptance of the same while submittingtheir bid. Instead, the
bidder may also submit an undertaking along with the IndexPage of
tender document duly signed to the effect that he has fully read
andunderstood the tender requirements and accepts all terms and
conditions of thetender (except for the ones mentioned in the
deviation statement) and his offer isconfirmation to all terms of
tender
3.3. Each page of the priced Schedule of Rates (SOR) shall be
duly signed and stamped(in original) by the tenderer. Price bid
submitted without original signature & stampof the tenderer as
described above shall be summarily rejected.
3.4. Prices must be duly filled and submitted by the bidder
strictly in Schedule of Ratesformat enclosed with the tender
document bearing stamp and signature on eachpage. Non-compliance
shall lead to rejection of the bidder.
4. Scanned copy / photocopy of price bid is not acceptable and
such bids shall besummarily rejected.
5. The un-priced copy of SOR, with prices blanked out and
mentioning Quoted or NotQuoted against each item is to be submitted
along with technical bid duly signedand stamped by the bidder in
original on each page. Except for the price the un-priced copy
should be exact replica of the price bid.
6. Tender and all correspondences /documents relating to tender
shall be type writtenin English language only.
7. If the space in the tender form or any schedule or Annexure
thereto is insufficient,additional pages shall be separately added.
These shall be page numbered and shallalso carry the tender
documents number and shall be signed by the tenderer andentered in
the index for the tender.
8. Technical and commercial deviations if any from the
requirement of tender shall bementioned prominently in separate
sheets serially numbered. Deviations indicatedanywhere else in the
tender will not be considered
-
16
9. The tenderer shall clearly indicate in his quotation firm
delivery period from theplacement of purchase order for item of
equipment offered.
10. The owner reserves the right to reject, accept or prefer any
tender or to abort thebidding process. Reasons for rejection shall
be disclosed on written representation bythe concerned bidder whose
bid is rejected.
10. a If the owner in its discretion considers that in the
interest of the requirement thequantum of supply requires a split,
then Owner may split the supply quantitybetween two or more
tenderers.
11. The tenderer shall quote on the terms and conditions of the
tender documentswithout addition, subtraction, amendment or
substitution or other deviation therefrom to and without
inter-partition of any other sale condition(s) of the tender.
12. Cost of Preparation and Submission of Bids
12.1. The tenderer shall prepare the tender at his/its/their own
risk and shall bear all thecosts of preparing and submitting
his/its/their tenders, as well as all other costs oftendering for
the supply/ work The OWNER shall take no liability for these
costs
13. The quotation shall contain particulars of
shipping/consignment, net weight, grossweight and package net
dimensions
14. Tenders are to be submitted in triplicate, out of which, One
copy will bear the price iePRICED OFFER and remaining two copies
will be kept blank for prices (UN-PRICEDOFFER).These should be
marked as ORIGINAL and DUPLICATE .Priced and un-pricedoffers should
be submitted in separate sealed covers super scribing on the
envelopesas PRICED OFFER and UN-PRICED OFFER as applicable,
indicating our tender Enquirynumber and due date. Further both the
priced and un-priced offers should be put intoone envelope
super-scribing on it our tender Enquiry number and due date.
Un-priced offer should contain complete technical details,
catalogues, drawings,deviation if any from terms and conditions and
/or commercial conditions etc andEarnest Money Deposit i.e. Bid
Bond (EMD). Purchaser will not be responsible for theEMD submitted
along with in the PRICED Bid of technically unsuccessful Bidders.
Thesealed tenders addressed by designation to General Manager
(Materials), Indian OilCorporation Ltd., Pipelines Division, A-1,
Udyog Marg, Sector-1, NOIDA - 201301(U.P.), INDIA. must reach by
1400 hrs. (Indian Standard Time) on the date ofsubmission indicated
in the tender notice. In case of any discrepancy betweenOriginal
copy and Duplicate copy, original copy will be considered for
evaluation ofoffer.
15. If EMD amount is up to ` 1,00,000/- or equivalent USD, EMD
shall be accepted in theform pay order or Demand Draft or through
Electronic Clearance System(ECS)/SWIFT transfer.
16. In case of Electronic transfer, the details of the deposit
(Name of the Bank.Transaction details etc.) shall be furnished by
the bidder in the technical offer/un-priced bid.
17. If EMD amount is more than ` 1,00,000, equivalent USD, EMD
shall be accepted inthe form of Bank Guarantee also. Validity of BG
in lieu of EMD shall be 3 monthsbeyond bid validity.
-
17
18. Wherever, EMD is asked for in the tender, offers received
without EMD shall be liablefor rejection.
19. Earnest Money shall be forfeited in the following
circumstances:
19.1. In case the tenderer alters / modifies / withdraws the bid
suo moto after opening thebids (Technical bids in case of two bid
system) and within the validity period. In sucha case, the tender
submitted by the tenderer shall be liable to be rejected.
19.2. In case the tender is accepted and the vendor fails to
deposit the performance bankguarantee
20. The sealed tender must reach the tender receiving authority
at the address specifiedbefore time limit specified therein. Any
tender received by owner after the date andtime for submission of
tender prescribed in the tender will be liable for rejection.
21. The main price bid will be considered for evaluation and no
cognizance will be givento the supplementary /supporting documents
attached to the price bid as breakup ofprices.
22. Corrections and alterations
22.1. Correction /alteration should be avoided however if become
unavoidable then entryto be corrected /altered should be neatly
cancelled by drawing a line through it andmaking clearly and neatly
the revised/corrected entry as close to the cancelled entryas
possible and unambiguously authenticated by the tenderer by his
full signature.
22.2. Overwriting and/or erasing with or by the application of
correcting (white)/erasingfluid(s) for correcting the rates is
banned. Wherever the rates are corrected withwhite /erasing fluid,
the bids will be summarily rejected.
23. Rates to be quoted in Figures and Words
23.1. Tenderers shall quote in firm figures on terms and
condition of tender and withoutaddition, subtraction, amendment or
substitution or other deviation there from andwithout
inter-partition of any other sale condition(s) of the tender
qualification.Tenders containing qualifying expressions such as
Subject to minimum acceptanceor subject to prior sale etc. shall be
liable for disqualification. Each figure statedshall also be
repeated in words, If some discrepancies are found between the
ratesgiven in words and figures of the amount shown in the tender,
the followingprocedure shall be applied :
23.1.1. When there is a difference between the rates in figures
and words, the rate whichcorresponds to the amount worked out by
the tenderer shall be taken as correct.
23.1.2. When the rate quoted by the tenderer in figures and
words tallies but the amount isincorrect, the rate quoted by the
tenderer shall be taken as correct.
23.1.3. When it is not possible to ascertain the correct rate in
the manner prescribed abovethe rate as quoted in words shall be
adopted.
24. Date of delivery
24.1. In case of ex-works / FOR destination contract , the date
of L/R /receipt at site shallbe considered as date of delivery.
-
18
24.2. In case of FOB /C&F contract, the date of Bill of
Lading will be reckoned as date ofdelivery
25. Addenda
25.1. Addenda to the tender documents may be issued prior to the
date of opening of thetender /price bid to clarify/ modify
specification, requirement or tender terms. Allsuch addendum will
form part of tender documents.
26. Tender document shall consist of the following:i) Notice
inviting tenderii) Checklist for biddersiii) Instruction to
Tenderersiv) General conditions of purchasev) Form of tendervi)
Specificationsvii) Schedule of rates/ Enquiry cum offerviii)
Schedule of inspectionix) Customers referencex) Any other documents
which may be of interest to the purchaser.
27. Tender is liable for rejection if the tenderer does not fill
in and sign the requiredAnnexures, specifications, etc. as
specified in the tender.
28. Tender is liable for rejection if the tenderer submits
unacceptable terms andconditions.
29. Tender is liable for rejection if the tenderer submits offer
which is not according toour format.
30. Validity of offer
30.1. The validity of irrevocable offer shall be at least 4
months from date of opening oftechno-commercial bid.
30.2. Tender is liable for rejection if the tenderer Stipulates
the validity period less thanwhat is stated in the Tender Form.
30.3. In case the tenderer alters / modifies / withdraws the bid
suo moto after opening thebids (Technical bids in case of two bid
system) and within the validity period, thetender submitted by the
tenderer shall be liable to be rejected
30.4. In exceptional circumstances, the owner may solicit
vendors consent for anextension of the period of validity of offer
without any deviation including change inthe prices. In such cases
the vendor has to extend the validity of offer and EMDwithout
alteration of price or can withdraw his offer. If the tenderer
still deviates orchanges price, the offer will be rejected.
30.5. The owner reserves the right to reject the offer(s) in
case tenderer(s) give suo motoincrease and not to consider suo moto
reduction for evaluation.
30.6. After opening of price bid, if a vendor increases the
price, though within the validityperiod and even though the offer
remains lowest, the bid will be rejected, the EMDwill be forfeited
and bidder debarred (Holiday listed) for future enquiries.
-
19
30.7. Suo moto increase in price or withdrawing of offer within
the validity period shall notbe allowed and action shall be taken
to Holiday List the vendor
31. Earnest Money Deposit (EMD)
31.1. The tenderer as a condition for consideration of the
tender shall furnish BIDSECURITY (Earnest Money Deposit) in the
form of demand draft / Bankers Pay Orderdrawn on a local Bank in
favour of Indian Oil Corporation Ltd.
31.2. Bank Guarantee (format enclosed in tender document) from
any scheduled bankoperating in India may be furnished in lieu of if
the amount of Earnest Money Depositis not less than `100,000/-
(Rupees One hundred thousand only) or equivalent USDvalue as per
terms and conditions of tender notice/NIT without which the offer
will beconsidered as non-responsive and rejected.
31.3. The branch issuing the Bank Guarantee shall be situated in
India.
31.4. EMD for Foreign bidder is accepted only In EURO /US Dollar
/UK Pound equivalent tothe US Dollar value indicated in the tender
notice.
31.5. EMD for Indian bidders is accepted only in Indian
Rupees.
31.6. In case of Single bid system, the bidder should submit EMD
in a separate cover (notalong with the techno-commercial bid).
31.7. Tender is liable for rejection if the tenderer Does not
submit acceptable instrumentstowards EMD along with
technical/commercial (un-priced ) bid, but submits with theprice
bid in the case of Two Bid System of Tendering.
31.8. The Bidders can remit the tender fee and EMD by way of
SWIFT transfer also. Thebidders should submit a copy of their
Bankers SWIFT message copy as proof ofremittance of tender fee/ EMD
in a separate envelope in UN-PRICED BID. Bidsreceived without a
copy of SWIFT MESSAGES (in case of payment by SWIFT transfer)are
liable to be rejected.
31.9. Our bank details are as under:
Beneficiary Name : INDIAN OIL CORPORATION LIMITED -
PIPELINESDIVISION
Account No 00000010813605396
Beneficiary Bank : STATE BANK OF INDIA,: Corporate AccountGroup
II4th & 5th Floor, REDFORT CAPITAL, ParsvanathTower,
City NEW DELHICountry INDIASWIFT bank identifierCode: ISFC
SBIN0017313
MICR 11000256231.9.1. Remittance information should contain:
Name of the tenderer, Tender No. & purpose-
Tender Fee / EMD
-
20
31.9.2. Please attach a copy of your SWIFT message with the
tender documents forreference.
31.10. The EMD will be forfeited under the following
instances:
31.10.1. In case the tenderer alters / modifies / withdraws the
bid suo moto after opening thebids (Technical bids in case of two
bid system) and within the validity period.
31.10.2. Successful bidder, if fails to:
i) Furnish performance guarantee in form of security depositii)
Accept the purchase order
32. Disclosure on Relationship with Director
32.1. The Vendor is required to state in his offer (as per
Annexure-?) whether he is arelative of any Director of Indian Oil
Corporation Limited or the vendor is a firm inwhich any Director of
Indian Oil Corporation Limited or his relative is a partner or
thevendor is a private company in which any director of Indian Oil
Corporation Ltd. is amember or Director
33. Tenderer shall clearly indicate their legal constitution and
the person signing thetender shall state his capacity as also the
source of his ability to bind the tenderer.The Power of Attorney or
Authorization, or other document constituting adequateproof of the
ability of the signatory to bind the tenderer, shall be annexed to
thetender. The owner may reject out right any tender unsupported by
adequate proof ofthe signatorys authority.
34. Tender is liable for rejection if the tenderer does not
disclose the full names andaddresses of all his partners or
Directors as applicable wherever called for in thetender.
35. Bidding Entity
35.1. Bids may be submitted by:
A) A Individual (Proprietary) /Partnership/ Limited (Sole
Bidder).
B) Joint Venture (JV) Company registered in India as per Company
Act1956.
C) Consortium having a maximum of two members
D) Indian company wholly owned subsidiary of a foreign or Indian
company on thestrength of its parent/sister company.
E) Wholly owned subsidiary of a foreign or Indian company on the
strength of itsparent /sister company
35.2. Qualification Criteria
A) Sole Bidder: - Sole bidder has to meet all criteria i.e.
Technical & Financial.
B) Joint Venture (JV) Company:
-
21
(i) One JV member shall meet the Technical Qualification
criteria
(ii) The other JV member shall meet the Financial qualification
criteria
(iii) JV member meeting the technical criteria shall meet 60% of
the financialqualification criteria.
(iv) JV member meeting the Financial Criteria shall meet 60% of
technical qualificationcriteria.
C) Consortium:
(i) Leader of Consortium shall meet the Technical Qualification
criteria.
(ii) The other member of the Consortium shall meet financial
qualification criteria.
(iii) The Leader of the Consortium meeting the technical
criteria shall meet 60% of theFinancial qualification criteria.
(iv) The other member of the Consortium meeting the financial
qualification criteria shallmeet 60% of the Technical Qualification
criteria.
D) Indian company wholly owned subsidiary of a foreign or Indian
company on the strengthof its parent/sister company
A company registered in India which is a wholly owned subsidiary
of a foreign or Indiancompany can be qualified(i) Based on the
qualification, technical and financial, of its parent company
provided
the parent company declares under a memorandum of understanding
with theIndian subsidiary that it would be jointly and severally
responsible for all the jobsbeing carried out by the bidding
company.
Or(ii) Based on the qualification, technical and financial, of
its sister concern, which is
also a 100% subsidiary of parent company provided that:
(a) Bidding entity shall enclose an agreement between them,
parent company andthe sister company mentioning therein all would
be jointly and severallyresponsible for all the jobs carried out by
the bidding company and successfulexecution of job
(b) The sister subsidiary company on its own and not through any
otherarrangement like Technical Collaboration agreement meets the
technicalexperience criteria
E) Wholly owned subsidiary of a foreign or Indian company on the
strength of its parent/sister company
Bidding company which is a wholly owned subsidiary of a foreign
or Indian company canbe qualified:(i) Based on the qualification,
technical and financial, of its parent company provided
-
22
the parent company declares under a memorandum of understanding
with theIndian subsidiary that it would be jointly and severally
responsible for all the jobsbeing carried out by the bidding
company.
Or(ii) Based on the qualification, technical and financial, of
its sister concern, which is
also a 100% subsidiary of parent company provided that:-
(a) The bidding entity shall enclose an agreement between them,
parent companyand the sister company mentioning therein all would
be jointly and severallyresponsible for all the jobs carried out by
the bidding company and successfulexecution of job.
(b) The sister subsidiary company on its own and not through any
otherarrangement like Technical Collaboration agreement meets the
technicalexperience criteria
35.3. Requirements for bidding entity
(A)ConsortiumTenders submitted by a Consortium of two companies
(One leader and one member)shall comply with the following
requirements:i) Detailed Memorandum of Understanding / Consortium
agreement clearly indicating
the roles and responsibilities of each member of the Consortium
shall be submittedalong with the offer. In case, the Consortium is
awarded the job, a duly executedand Notarised Consortium Agreement
shall be submitted before signing ofContract agreement with the
Owner.
ii) The Consortium shall nominate one of their members to act as
Leader of theConsortium and in case the Consortium is awarded the
job, all correspondence inrespect of the Contract, if any, shall be
done with the Leader of the Consortiumonly.
iii) The tender shall be signed by an authorised representative
of consortium membersand submitted so as to be legally binding on
all the members jointly & severally.This authorization shall be
evidenced by submitting a power of attorney signed bylegally
authorised signatories of all the Consortium members. The
authorization willbe clearly evidenced by submitting the Article of
Memorandum of company, boardresolution for authorization in favour
of person signing the consortium agreement.
iv) Each and every member of the Consortium shall be jointly and
severallyresponsible for successfully execution of job.
v) The Consortium leader shall be authorised to incur
liabilities and receive instructionfor and on behalf of all members
of the Consortium. Payments shall be done eitherto the Leader or to
the Consortium members as per Detailed Memorandum ofUnderstanding /
Consortium agreement. However, payments shall be made in linewith
the modalities enlisted in the tender.
vi) It is specifically agreed by the Consortium members that in
the event of the Leaderof the Consortium running into any financial
problem and/ or otherwise fails tocomply with any of Leader's
obligations under the Contract at any time, othermembers shall
fully undertake total responsibility to provide all necessary
financialresources for the project and shall comply with all the
obligations of the Leader
-
23
under the Contract, in addition to his own obligations, for
completing the project intime, without prejudice to the joint and
several responsibilities of member andLeader.
vii) The division in scope of job between Consortium members
shall be commensuratewith their past experience. The overall
Project Management shall be performed bythe Leader of the
Consortium.
viii) Responsibility matrix of members of Consortium members not
limited to thefollowing shall be furnished along with the bid:
a) Overall responsibility for execution of entire job under the
contract shall be withthe Leader of Consortium.
b) Both the members of Consortium are jointly & severally
responsible in terms oftender.
c) Leader of Consortium member will provide all technical &
technology support tothe Consortium.
d) Experienced technical personnel from Leader of Consortium
will be stationed atjob site to provide technical support during
execution of field jobs.
e) The Leader of Consortium will ensure deployment of requisite
equipmentsrequired for undertaking the different jobs as per tender
requirements.
f) The correspondences for execution of job will be made with
Leader ofConsortium. Leader of Consortium is to ensure its presence
in progress reviewmeeting whenever called for by the owner.
(B)Wholly owned Subsidiary of a foreign/Indian company:-
Following shall be complied and necessary documents from Parent
Company and sisterconcern if applicable shall be submitted:
i) The jobs under consideration shall either be executed by the
Parent Company / sisterconcern or shall be executed under
supervision and back-up of the Parent Company /sister concern.
Details of mode of job execution, manpower, machinery deploymentby
the parent company / sister concern shall be furnished along with
the Bid. Theparent company/sister company will provide all the
resources based on which thebidding company has been qualified.
Responsibility matrix of Parent company, sisterconcern &
bidding company not limited to the following shall be furnished
along withthe bid:
a) Overall responsibility for execution of entire job under the
contract shall be withthe parent company.
b) The parent company / sister concern & bidding company are
jointly & severallyresponsible in terms of tender
c) Parent company / sister concern will provide all technical
&technology transfer tobidding company.
d) Experienced technical personnel from parent company or sister
concern will bestationed at job site to provide technical support
during execution of field jobs.
e) The parent company / sister concern will ensure deployment of
requisiteequipments required for undertaking the different jobs as
per tender requirements.
f) The correspondences for execution of job will be made with
bidding company.However, parent company/ sister company is to
ensure its presence in progressreview meeting whenever called for
by the owner.
g) The Parent Company and sister concern shall furnish an
undertaking to be jointlyand severally responsible with the
subsidiary for due, proper and timely
-
24
performance of the Contract and discharge of liabilities of its
subsidiary in theevent of the award of job to its subsidiary
36. In all cases where the tenderer is not a manufacturer, the
tender/offer shall indicateto the proposed manufacturer(s) of the
equipment/ materials tendered and shall beaccompanied by proof of
the authority or person(s) tendering to bind suchmanufacturer.
37. Any effort by a bidder / bidders agent /consultant or
representative to influence theowner in any way concerning scrutiny
/consideration /evaluation / comparison of thebid or decision
concerning award of contract shall entail rejection of the bid.
38. Each tenderer/bidder shall give a declaration in the
prescribed format annexed to theForm of Tender that he/it/they
is/are not under any holiday/black list declared by theOWNER or by
any Department of the State or Central Government of India or by
anyother Indian Public Sector Organisation, and that there is no
inquiry in respect of anycorrupt or fraudulent practice pending
against him/it/them.
38.1. In case he/it/they are under any such list, or any inquiry
is pending, he/it/they shallin the declaration give full details
thereof. Such declaration in respect of apartnership firm or
association of persons shall cover every partner or member of
theassociation, and in the case of Company, shall cover every
Director and PrincipalShareholder of the Company and any Holding
Company and/or subsidiaryCompany(ies) if any.
38.2. If a tenderer is on any such List or if any such inquiry
is pending against it/him/themor if the Bidder makes a false
declaration, the OWNER reserves the right to reject theBid, and if
the Bid has resulted into a contract, the contract is liable to be
terminatedpursuant to the provisions of Clause 28.0 of the General
Conditions of purchase..
39. All information disclosed to the tenderer by way of tender
document should beconsidered as confidential and shall not be
disclosed to any party except asnecessary for carrying out the
supply/work. Necessary action on violation will betaken in addition
to his becoming liable to be Holiday listed.
40. Tender is liable for rejection if the tenderer stipulates
his own conditions.
41. Collusive or fraudulent tenders
41.1. In case it appears to the OWNER, after examining the
tenders received, that any 2(two) or more tenders are collusive or
otherwise manipulated to the disadvantage ofthe OWNER and against
the spirit of ethical competition, the OWNER reserves theright to
summarily reject such tenders. It shall not be incumbent on the
OWNER toprove any collusion or other malpractice in this
regard.
42. Purchase / price preference to public sectors /NSIC
registered unit will be applicableas per Govt. of India guidelines
from time to time.
43. Tenderers should super scribe on all the mailing envelopes
tender No. & due date.
44. Bidders have to quote for full quantity .The offer which is
not for full quantity will beliable for rejection.
45. Where delivery is of prime consideration, non-compliance of
the same will be aground for rejection of offer.
-
25
46. Telegraphic / Fax /E-Mail/ open price bid shall not be
accepted.
47. Tenderers should respond to the tender either by submitting
their bids or by regretletter explaining the reasons for
non-submission of the offer. If the tenderer does notrespond
against our three consecutive limited tender enquiries, the name of
thetenderer will be removed from the list of vendors.( Applicable
in case of limitedtender only)
48. The OWNER reserves the right to consider/evaluate only
substantially responsivetenders. A substantially responsive tender
is one, which, in the opinion of the OWNER(which shall be final and
binding on the Tenderer(s)), substantially conforms to allthe
terms, conditions, specifications and requirements of the Tender
Documentwithout material deviations or reservations in respect of
any of the following :
(a) scope, quality or performance of the work;(b) OWNERs rights
or the tenderers obligations under the contract as per the
tender documentation ;(c) Such deviations the correction of
which would affect the competitive
position of other tenderers, who have submitted substantially
responsivebids ;
(d) Any tender unaccompanied by the earnest money in a form
which is notacceptable as per the Tender Documents, or falling
short of therequirement of the Tender Document, shall be liable for
rejection
49. No credit will be given for goods offered which conform to
alternative standards, evenif superior to the standards
prescribed.
50. Negotiation will not be conducted with the bidders as a
matter of routine. However,corporation reserves the right to
conduct negotiations. However, negotiations will beheld with the
lowest tenderer.
51. Loading deviations to tender condition:
51.1. The commercial conditions put forward by the tenderers
shall be loaded to theirquoted cost as indicated hereunder for
evaluation:
i. Delayed Delivery clause: Difference of the rate between the
GPC and that offeredby the vendor shall be added to the quoted
price as loading for non-acceptanceof the delayed delivery
discount.
ii. Payment Terms: In case bidders take deviations to the
specified payment terms,loading for interest implication at 1%
higher than IOC's Prime Lending Rate shallbe done.
iii. Specific Discount: Any specific discount indicated in the
original offer shall beconsidered to arrive at the effective price
for evaluation.
iv. Discount for prompt payment: This will not be considered for
the purpose ofevaluation.
v. Freight components: When vendor does not mention freight
component, thesame shall be considered as inclusive /nil.
vi. Taxes & Duties: When vendor does not mention Taxes &
Duties, the same shallbe considered as inclusive and Borne by
vendor.
vii. CENVAT/VAT benefit: For the purpose of evaluation of
offers, Cenvat benefit onaccount of excise duty /CVD /VAT will be
considered for evaluation.
viii. Royalty Inflow: In case of any benefit to IOC R&D for
the usage of IOC R&Dformulations by the tenderer in the form of
royalty, such royalty inflow net of
-
26
prevailing taxes / surcharges, will be deducted from the quoted
price as specifiedelsewhere in the tender documents.
ix. Inspection charges : In case a foreign vendor does not quote
inspection chargesin spite of having been stipulated in the tender
document to indicate inspectioncharges, the same shall be
considered as nil and inclusive.
x. Component/spares/ accessory: If a vendor doesnt quote for
somecomponent/spares/ accessory specifically indicated in the
tender forconsideration along with equipment, the same shall be
considered as inclusiveand free supply
xi. Performance bank Guarantee: In case bidder does not agree to
submit PBG asper tender requirement, their offer will be loaded
with 10% of their landed cost ofthe material. In case PBG is agreed
for less than 10%, loading shall be for thedifferential.
xii. Transit Insurance: Transit insurance shall be done by IOCL.
In case the bidderquotes insurance charges inclusive, no rebate
shall be given for the purpose ofevaluation.
52. Currencies of Bid and Variation of Custom duty/Foreign
exchange
52.1. Indian bidders will submit bid in Indian Rupees only. For
goods and services whichthe bidder will supply from outside India,
the prices shall be quoted in Indiancurrency or in EURO/USA
Dollar/GBP. The rate of exchange to be used by the bidderfor
currency conversion shall be BC selling rate as published by State
Bank of India..Indian bidder may offer CIF component along with
custom duty and foreign exchangerate and amount. Variation of
Custom duty and exchange fluctuation duringscheduled delivery
period only and other than on raw materials will be borne byowner.
In case bidder spends less foreign exchange component for
import,Exchange/custom duty the same shall be passed on to
owner.
52.2. For foreign bidders bid prices to be EURO /USA Dollar /UK
Pound.
53. The vendor shall confirm acceptance of IOCLs GCP in
totality. Any specificdeviation from the GCP shall be indicated
separately.
B. Specific Instructions for Indian Bidders
54. Quotation
54.1. Price shall be on FOR/FOT ex-works/destination.
54.2. If quoted on Ex-works basis then
a. Indicate Packing and Forwarding charges in terms of
percentage on basic cost.
b. Indicate freight charges up to the site in terms of
percentage on basic cost.
c. Indicate Inspection charges (Third party) in terms of
percentage on basic cost ifincluded in Price. Third party
Inspection will generally be carried out by theOwner or agencies
appointed by the Owner at Owners cost.
d. Insurance will be arranged by owner.
e. Indicate dispatching point.
-
27
f. Indicate Excise duty rate. Clearly indicate whether it is
included or extra.
g. Indicate CST/local ST rate/VAT rate. Clearly indicate whether
it is included orextra.
h. Excise duty/ Sales tax will be paid extra at actual within
the contractual deliverydate, or approved extended contractual
delivery time. However, the benefit ofany reduction must be passed
on to IOCL
i. Any variation of rate in service or introduction of new tax,
wherever applicable,on material ordered, during the contractual
period shall be reimbursed/adjustedagainst submission of necessary
document. If the above variation is madeapplicable after opening of
the price bid, the same shall also be reimbursedagainst documentary
evidence.
j. Any increase in the rates of existing taxes (including Excise
Duty & Sales Tax)beyond the contractual delivery date is to be
borne by the tenderer.
55. Evaluation of Offer
55.1. The evaluation will be made on the basis of total landed
cost at site only.
A) In case of FOR Ex-works
a) Transit Insurance @0.012%b) Freight @ 2%c) Sales Tax and
excise duty as applicable
B) Third party Inspection charges if included in Price will be
deducted from theprice quoted for evaluation & while
ordering.
C) Inspection charges if quoted Extra on actuals , when
inspection charges areasked specifically in the tender, then offer
will be loaded @ -- % of basicprices and reimbursement will be made
on actual subject to maximum -- %
56. Payment Terms:
56.1. 90% payment against despatch documents through Bank.
Balance 10% within 30days after receipt and acceptance of material
at site. All payments shall be made inIndian Rupees. Bank charges
of owners Banker will be on owners account. Bankcharges of vendors
Banker will be on vendors account. Payment as above can bemade by
directly submitting despatch documents to the payment releasing
officewithout routing through bank.
56.2. Payment can be made through e-payment mode also. For this
purpose, bidder shallgive their consent along with their bank
particulars as per enclosed format atAppendix-A.
57. PAN and Sales Tax Registration No.
57.1. The tenderer(s) shall indicate his/their Permanent account
Number (PAN) and SalesTax Registration number in the form of
information about tender annexed to the formof tender. In the
absence of the same, the tender shall be liable to be rejected.
-
28
58. The bidder if it is a Micro, Small Or Medium enterprise as
per the Micro, Small& Medium Enterprises Development Act,2006
(MSMED Act 2006) andregistered with the Authorities under the above
Act for the items/ servicesunder procurement in this tender, then
party has to indicate theEntrepreneurs Memorandum number (Twelve
Digit) and enclose a copy thecertificate issued by the Authorities
under the Micro, Small & Mediumenterprises Development Act
2006.
59. All the payments in Indian Rupees (other than against
dispatch documentsthrough bank) will be released through e-banking
only. The successful biddershould provide their bank details as per
the annexed format at the time ofacceptance of Purchase Order.
C. Specific Instruction for Foreign Bidders
60. Quotation
60.1. Price shall be on FOB /C & F and shall
a) Indicate Packing and Forwarding charges in terms of
percentage of quoted FOBprice.
b) Indicate Inspection charges (Third party) in terms of
percentage of quoted FOBprice. or included in the quoted FOB
price.
c) Indicate freight charges up to destination PORT or included
in the quoted FOBprice
d) Insurance from Port of Exit to Port of Discharge will be
arranged by owner.e) Indicate dispatching point.f) In case of ocean
import, offers should be on FOB major international Gateway
Sea port of exit basis. However, bidders shall quote firm ocean
freight chargesup to designated port of entry in India.
g) Name of sea port must be mentioned by the vendor. Terms such
as any USAsea port or any European sea port should not be
quoted.
h) In case of air cargoes, offers should be on FCA major
international gateway ofexit basis. Offers from smaller airports or
any airport should not be quoted.
61. Evaluation of Offer:
61.1. The evaluation will be made on the basis of total landed
cost at site only. Foreigncurrencies will be converted on the basis
of BC selling rate of State Bank of India ason the date of opening
of price bid.
61.2. In case of FOB /C&F price, following will be added to
arrive at total landed cost
a) Port handling charges @ 2 % on FOB costb) Marine Insurance @
0.3 % on total C&F costc) Inland freight @ 2% on FOB costd)
Custom duty as applicable
61.3. Inspection charges if quoted Extra on actuals then offer
will be loaded @ - % ofbasic prices and reimbursement will be made
on actual subject to maximum - %
62. Payment Terms:
-
29
62.1. 100% payment against presentation of shipping document
through irrecoverableletter of credit to be established through
Indian scheduled Bank on its branch atVendors country. In case
confirmed L/C is required by vendor, the same has to bementioned
and vendor has to confirm that L/C confirmation charges will be
borne byVendor.
63. Dealing with Indian agents
63.1. The Owner will deal with the Bidders on principal to
principal basis, withoutinvolvement in any manner in India or
abroad of any agent or consultant or associateor other person
howsoever described. However, in case Bidder insists having anagent
/ consultant or representative howsoever described (other than a
permanentemployee of the Bidder or a representative stationed with
the permission of theReserve Bank of India and other concerned
authorities), the Bidder shall at the timeof submission of the
offer disclose full particulars / description of such agent
/consultant or representative howsoever described together with the
precise role ofsuch person or persons: commission, remunerations or
charges agreed to be paid tothem: the manner of payment: approval
or registration of agreement / arrangementsbetween the Bidder and
such agent or consultant or representative or retainer orassociate
or servicing facility with all concerned authorities including
Central Govt. /Reserve Bank of India/DG&D: and Permanent Income
Tax Account Number of theAgent in India.
63.2. It may, however, be noted that the role of the agent in
relation to this tender will belimited to the following:
i) Intimating publication of NIT:
ii) Obtaining the tender documents on behalf of bidder by
payment of theprescribed tender fee whenever required and mailing
the tender documents tothe bidder:
iii) The bidder are required to send their bids directly to
Owner and as such bidsthrough agents in India will not be
entertained. However, if the bidder intendsto use their agent only
to ensure its safe delivery to Owner: they are allowed todo so,
provided the bid documents are put by the bidder in a sealed
coveraddressed to Owner prior to handing over to their agent for
its delivery toOwner.
iv) Attending the tender opening provided such agent has a power
of attorney /letter of authority authorizing him to attend the
tender opening on behalf of thebidder. Provided further that such a
power of attorney / letter of authority issubmitted to owner prior
to the time and date of opening for scrutiny andacceptance or
otherwise.
v) Making arrangements for local travel and stay etc. of their
principals for theirmeetings, visits, presentations, seminars etc.
in India.
vi) Advising Principals on local laws, rules, regulations, tax
liabilities and restriction.
vii) In respect of Service Contracts and Turnkey projects
helping the principals inmaking other local arrangements for
customs clearance, warehousing and otherlocal inputs:
-
30
viii) In respect of equipments requiring after sales technical
services of substantialnature maintaining requisite
infrastructure.
63.3. The bidders may note that the agents in India will not be
allowed to perform anyother role:
63.4. Further, it may be noted that any remuneration of
commission or charges agreedbetween the bidder and such agent /
consultant / representative etc. should bepayable only in
non-convertible Indian Currency in India in the event of the bid
beingaccepted the Owner shall pay the amount equivalent to the
commission or charges ofsuch agent / consultant / representative in
Indian Currency (TT selling rate) againstthe price payable under
the contract from the payment to bidder.
63.5. The bidder shall be obliged to inform all changes in the
terms of appointment /payment between the bidder and such agent /
consultant / representative.
63.6. If at any stage prior to the award of the work or after
the award or after completionof work it transpires that any
information or particulars furnished by the bidder are inany manner
incorrect then the Owner shall without prejudice to any other of
itsrights, have the option to exclude the bidder from consideration
, cancel the contractif awarded without prejudice to right to
recover all losses and damages andcompensation for all consequences
and prohibit the bidder from participating in orcontinuing with any
other bid or contract.
64. The tenderer shall indicate in his quotation the country of
origin of each itemof equipment offered.
65. In case of wooden packing material, the same must conform to
requirementsunder Plant Quarantine (Regulation of Import into
India) order.
-
31
Instructions to Tenderers for participation in e-tendering
1. Indian Oil Corporation Ltd. has developed a secured and user
friendly system which willenable Vendors / Bidders to Search, View,
Download tenders directly from Indian OilCorporation Ltd., secured
website and also enables them to participate and submit OnlineBids
on the e-tendering site https://iocletenders.gov.in directly from
the website in securedand transparent manner maintaining
confidentiality and security throughout the tenderevaluation
process and award
2. Bidders are requested to read following conditions in
conjunction with various conditions,wherever applicable appearing
with this bid invitation for e-tendering. The conditionsmentioned
here in under shall supersede and shall prevail over the conditions
enumeratedelsewhere in the tender document.
3. How to submit On-line Bids / Offers electronically against
e-tendering?
3.1. Vendors / Bidders are advised to read the following
instructions for participating inthe electronic 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 of submission hasreached. (However if
bidder intends to revise the bid already submitted, they maychange
/ 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 thetime and no other time shall be taken into
cognizance.
ii) 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.
iii) No bid can be modified or submitted after the dead line for
submission of bids.
iv) No physical bids / offers along with electronic bids /
offers shall be permitted.
4. What is a Digital Signature? Or (Digital Signature
Certificate DSC)
4.1. This is a unique digital code which can be transmitted
electronically and primarilyidentifies a unique sender. The
objective of digital signature is to guarantee that theindividual
sending the message is who he or she really claims to be just like
thewritten signature. The Controller of Certifying Authorities of
India (CCA) hasauthorized certain trusted Certifying Authorities
(CA) who in turn allot on a regularbasis Digital Certificates,
Documents which are signed digitally are legally validdocuments as
per the Indian IT Act (2000).
5. Why is a Digital Signature required?
5.1. In order to bid for Indian Oil e-tenders all the vendors
are required to obtain alegally valid Digital Certificate as per
Indian IT Act from the licensed CertifyingAuthorities (CA)
operating under the Root Certifying Authority of India
(RCAI),Controller of Certifying Authorities (CCA) of India. The
Digital Certificate is issuedby CA in the name of a person
authorized for filing Bids / Offers on behalf of his
-
32
Company. A Vendor / Bidder can submit their Bids / Offers
On-line only afterdigitally signing the bid / documents with the
above allotted Digital Signatures.
5.2. For more information on DSC or how to obtain a DSC, please
follow the linkInformation About DSC on the home page of our
e-tender portal.
5.3. Use the class 2 or class 3 Digital Certificate thus
obtained for online bidding onIndian Oil e-tendering site
6. Pre-Bid Conference
6.1. Any queries in connection with the bid should be posted
prior to pre-bid conference(if scheduled) on the private folder of
the vendors private area in Indian Oilsportal. Replies to the
queries shall be deliberated / discussed during the
pre-bidconference and the same shall be posted on the portal to
enable viewing by all.Further, during the pre-bid conference,
Indian Oil may also arrange demonstrationof the e-tendering system
to the vendors present and who may be interested inattending the
same.
7. Submission of Documents
7.1. The Price Bid and Unpriced Technical Bids have to be
submitted online only.However, documents which necessarily have to
be submitted in originals like EMDand any other documents mentioned
in the tender documents have to be submittedoffline. Prices should
not be submitted in a sealed envelope. Indian Oil shall not
beresponsible in any way for failure on the part of the bidder to
follow the instructions.
7.2. It is advised that the bidder uploads small sized documents
(preferably upto 4 MB)at a time to facilitate in easy uploading
into e-tendering site. Indian Oil does not takeany responsibility
in case of failure of the bidder to upload the documents
withinspecified time of tender submission.
8. Submission and Opening of Bids
8.1. Bid along with all the copies of documents should be
submitted in the electronic formonly through Indian Oil e-tendering
system.
8.2. Before the bid is uploaded, the bid comprising of all
attached documents should bedigitally signed using digital
signatures issued by an acceptable Certifying Authority(CA) in
accordance with the Indian IT Act 2000.
8.3. The Authenticity of above digital signatures shall be
verified through authorized CAafter bid opening and in case the
digital signature is not authorized / valid, the bidwill be
rejected. Bidder shall be responsible for ensuring the validity of
digitalsignatures and proper usage of the same by responsible
persons who can bind thebidder. Power of attorney of the signatory,
issued by the bidding company should besubmitted along with other
documents as per tender conditions in physical form.
9. Last Date for Submission of Bids
9.1. 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.
9.2. Vendors / Bidders must use any computer having Windows 2000
or Windows XPversions or higher of Window operating system and an
internet web browser versioninternet explorer V6.0 or higher
recommended.
-
33
10. General
10.1. Indian Oil Corporation Ltd. invites sealed bids under two
bid system from vendorsmeeting the Bidders Eligibility Criteria as
stated in the detailed RFQ/Bid Documentattached.
10.2. Mode of tendering: e-Tendering (Physical Bids will not be
accepted)10.3. Bid has to be submitted through our e-Tendering
website https://iocletenders.gov.in.
Bidders shall submit (upload) their Technical bid i..e Un-priced
Bid in CollaborationFolders of e-tendering system and upload filled
in Price Bid ( BoQ) as attachment.
10.4. The price bid - (BOQ) which is a Microsoft Excel
attachment shall be downloadedand quote their prices strictly as
per the format without altering any of itscontent/format.
10.5. Bids should be valid for 4 months from the bid due date.
Only the Bids submitted onour e-tendering system will be considered
for evaluation.
10.6. Physicals Bids sent through Fax / E-mail / Courier / Post
will not be accepted.Bidder(s) are advised to quote strictly as per
terms and conditions of the tenderdocuments and not to stipulate
any deviations / exceptions.
11.Bill of Quantity (BoQ)
11.1. The Schedule of Rates under e-tender is called Bill of
Quantity (BoQ), which is aMicrosoft Excel file.
11.2. No change in BoQ is permitted and any change in BOQ format
will make the offerliable for rejection.
11.3. Bidder shall take utmost care in filling in the BoQ.
Please follow the instructions inthe BoQ strictly.
11.4. Bidder shall put the correct inputs in the BoQ as
required, only in the designatednon-greyed cells. Special care
shall be given to make entry in the requested format(eg. In % or in
absolute value as the case may be.) No cognizance shall be given
forany wrong entry in the BoQ.
11.5. In case of Global tenders, Indigenous bidders shall select
INR against currencytype to be quoted, where as foreign bidder
shall select currency in thecorresponding column and subsequently
select the choice of currency from the fieldin row 4.
11.6. Uploading of Scanned copy of BOQ is not acceptable and
such bids shall besummarily rejected.
11.7. Bidder shall solely be responsible for the correctness of
rate/data entered in the BoQ.
11.8. Bidder shall submit a scanned copy of the BoQ indicating
quoted /not quoted inall the cells required to be filled. The
scanned copy of the unpriced BoQ shall beuploaded along with the
technical bid.
-
34
Special Instructions to the Bidder for participating in
e-Tender
Indian Oil Corporation Ltd. has developed a secured and user
friendly e-Tendering system
through National Informatics Center (NIC), which enables Vendors
/ Bidders to Search,
View, Download tenders directly and also, enables them to
participate & submit online bids
on the e-Tendering site https://iocletenders.gov.in in a secured
and transparent mannermaintaining confidentially and security
throughout the tendering process.
Bidders are advised to download Notice Inviting Tender along
with other tender documents
from the e-Tendering portal https://iocletenders.gov.in free of
cost using their digital
signature & registered used ID. The tender should be
submitted online on our e-Tendering
portal only. EMD / any other document(s) as per Tender (to be
submitted in original) must
be submitted before the due date and time failing which the bid
shall be summarily rejected.
Vendor should have a legally valid Class 3 Digital Certificate
as per Indian IT Act from the
licensed Certifying Authorities operating under the Root
Certifying Authority of India (RCAI),
Controller of Certifying Authorities (CCA) of India (For details
regarding Digital Certificate
Provider please refer to Point 8 of Information about DSC on the
home page). All
interested bidders are requested to register themselves using
the link Online BidderEnrollment on the home page and enroll their
digital certificate during their first login
attempt.
It is advised to take extreme precaution while mapping digital
certificate to aparticular user profile. Once a digital certificate
is enrolled to a user account, it
cannot be used for any other registration in the system.
Bidders are requested to read following conditions in
conjunctions with various conditions,
wherever applicable appearing with this bid invitation for
e-Tendering.
The conditions mentioned herein under shall supersede and shall
prevail over the
contradicting conditions (if any) mentioned elsewhere in the
tender documents.
1.0 Procedure to submit On-line Bids
-
35
For this purpose, Vendors/Bidders are advised to read the
instructions available in the
homepage of the portal where detailed procedure for submission
of bids is available under
the section Bidders Manual Kit.
2.0 System Generated Communication(s)
The alerts / reminders in the form of SMS / e-Mail are given to
bidders by the system at
various stages of tender as mentioned below:
o Reminder for Registered Digital Certificate Expiry before 30
days;
o Issuance of Limited Tenders to the selected bidders;
o Change in Password;
o Bids uploaded but Freeze button not clicked;
o On issuance of Corrigendum if the tender is downloaded from
DSC Registered
Account/ made it favorite;
o Posting of any Techno-Commercial Query by the department;
o Date and Time for Opening of Price Bid to all technically
accepted bidders ;
o AOC to successful bidder(s).
Please note, communication alerts in the form of e-Mail/SMS will
be sent to the bidder if and
only if
His/her e-Mail/Mobile No. registered in the portal is correct
and latest.
In addition to the above communication, the information is
updated in portal under Pending
section of Dashboard like:
a) Limited Tender(s) to be made as favorite;
b) TQ/CQ to be responded;
c) Bids to be frozen;
All bidders must login and visit their DASHBOARD section on
regular basis to get the timely
updates related to the pending activities as mentioned above at
their end to act timely even
if they have missed any communication sent in the form of e-Mail
/ SMS by system.
3.0 Tender Search
All tenders available on the website can be searched by using
the Search Active Tenders
menu under Bidders profile. Use any of the searching criteria to
search your
-
36
tender. For a refined search, enter Work Title under Keywords
and click Submit. The
intended tender(s) should be checked and saved as Favorite by
clicking on the check box.
The bid submission process will start by clicking the menu My
Tenders.
4.0 My Documents
Provision of My Documents is available to bidders for uploading
frequently required
documents in advance.
However, Uploading of any document in My Documents does not
imply that the same is
submitted along with any tender.
5.0 Price Bid
Price Bid (BOQ) as given in the tender must be downloaded and
saved at bidders local PC /
Laptop without any change. Bidders shall fill the required
details/prices in BOQ, save it and
upload the filled-in BOQ in the portal.
6.0 Tampering of Documents
The following shall be considered as Tampering of documents:
o Submission of Scanned copy or Photocopy of Price bid
(BOQ);
o Submission of any file other than original Price Bid
(BOQ);
o Insertion of additional sheet(s);
o Change in content or context of the original file;
o Protection of Workbook over and above Sheet Protection done by
IOCL.
Such bids will be summarily rejected at the time of
evaluation.
7.0 Uploading and Confirmation
Bid along with all the copies of documents should be submitted
in the electronic form only
through Indian Oil e-Tendering system. Bidder has to ensure that
their bid submission is
complete in all respect by clicking on the FREEZE BID SUBMISSION
button. Any revision
or amendment in bid shall be possible after bid submission only
upto the due date and time
of submission of tender. Bidder in turn will receive an
acknowledgement against his/her bid
submission. Successful submission of bid can also be verified
under My Bids section.
8.0 Help Desk
-
37
Bidders may contact the following resource persons for any
assistance required in thisregard.
Mr. Ravi Kolkata 08981665512 Mr. Deepak Mumbai 09820177883
Mr. Shashi Noida 08130634323 Mr. Lalit Mumbai 09004536892
Mr. Sawan Noida 08130269544 Mr. Manu Gurgaon 01242861244
Mr. Vikrant New Delhi 01242861318 Mr. Ankit Gurgaon
01242861317
HelpDesk Tel. No. : +91-22-26447708
HelpDesk Email-id :
[email protected]@indianoil.in
Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST)
(GMT + 5:30 Hrs)
9.0 Special Note
Bids can only be submitted / resubmitted before the last date
and time of submission as
per tender.
The system time (IST) displayed on e-Tendering web page shall be
considered as the
reference time for all transactions and no other time shall be
taken into cognizance.
Bidders are advised in their own interest to ensure that bids
are uploaded and submitted
successfully in e-Tendering system well before the closing date
and time of bid.
No physical bid shall be accepted except the documents as
specified in tender.
Indian Oil does not take any responsibility in case bidder fails
to upload the documents in
the portal within specified time.
Bidders are requested to provide correct/latest e-Mail address
and Mobile No. for
receiving updates related to e-tender from time to time.
for and on behalf,Tender Inviting Authority,Indian Oil
Corporation Limited
-
38
Pipelines
GENERAL CONDITIONS OF PURCHASE
DEFINITIONS
1.1. The following expressions used in the Purchase Order shall
have the meaning indicatedagainst each of these.
1.1.1. The Owner means Indian Oil Corporation Ltd., a company
incorporated in India having itsregistered Office at G-9, Ali Yavar
Jung Marg, Bandra (East), Mumbai 51 acting through theoffice of the
Director (Pipelines), A-1, Udyog Marg, Sector 1, Noida 201 301, and
shallinclude its successors and assignees.
1.1.2. Goods/Equipments/ Materials: Goods /Equipments/ Materials
shall mean any of thearticles, materials machinery equipments,
instruments, computer, control and other electronicand electrical
systems, supplies, drawings, software, data and other property and
all services,including but not limited to design, delivery,
installation, inspection, testing andcommissioning specified or
required by the owner and shall include parts,
components,assemblies and sub-assemblies thereof.as per the
Purchase Order.
1.1.3. Vendor: Vendor shall mean the person, firm, company or
Corporation or the successorthereof, to whom the Purchase Order is
issued.
1.1.4. Inspector: Inspectors or representatives deputed by
Owner.1.1.5.1.1.6. Project: Pipeline Project or Pipeline Unit of
Indian Oil Corporation Limited (Pipelines
Division) for which the Material(s) is/are required.
1.1.7. Contract shall mean the contract as derived from:i) The
Tender Documents;ii) Agreed Variations to the Tender Documents;iii)
Vendors Priced bid; andiv) The Purchase Order.
1.1.8. Contract Document(s) shall mean individually and
collectively the documents constitutingthe contract.
1.1.9. Free Issue Material(s) means any equipment, parts or
components or spares to be suppliedby Owner to the Vendor which are
to be incorporated in any supply of Indigenous Material(s).
1.1.10. Purchase Order or Order means Owners acceptance of the
Vendors offer/bid andincludes any formal or detailed Purchase Order
issued by Owner pursuant to the acceptanceof the bid.
1.1.11. Tender Documents with reference to the Purchase Order
mean:
(i) Material Requisition/Request for Quote;(ii) General Terms
and Conditions of Purchase;(iii) Technical Specifications;(iv)
Special Conditions of Purchase ( if any);(v) Addendum(a) (if any)
to the Tender Documents.
1.1.12. Total Contract Value or Total PO Value means total value
of the Material(s) and servicesto be supplied as specified in the
Purchase Order, exclusive of reimbursable taxes and duties
-
39
1.1.13. Stipulated Delivery Period means the date(s) for
delivery of the Material(s) as stipulated inthe Contract and
failing such stipulation, shall mean the date(s) for such
delivery(ies) asagreed between the Vendor and the Owner.
2.0 Interpretation of Contract Documents
2.1.1. The several Contract Documents forming the Contract are
to be read together as a wholeand are to be taken as mutually
explanatory.
2.1.2. Should there be any doubt or ambiguity in the
interpretation of the Contract Documents or inany of them, the
Vendor shall prior to commencing the relative supply or work for
supplyunder the Contract apply in writing to Owner for resolution
of the doubt or ambiguity. Shouldthe Vendor fail to apply to Owner
within 7 days from the date of receipt of the Order for
itsclarification as aforesaid, the Vendor shall perform the
relative work and/or make the relativesupply at his own risk.
2.1.3. Any item of supply or service relative thereto shown,
indicated or included by expression orimplication in any document
forming part of the Contract shall be 5 deemed to form part ofthe
Scope of Supply with the intent that the indication or inclusion of
the supply or servicewithin any of the said documents shall be a
sufficient indication of the Scope of Supply orservice covered by
the Contract.
2.1.4. No verbal agreement or assurance, representation or
understanding given by any employeeor officer of Owner or so
understood by the Vendor shall anywise bind Owner or alter
theContract Documents unless specifically given in writing and
signed by or on behalf of Owneras an Agreed Variation to the
relative term(s) in the Contract Document(s).
2.1.5. Clause headings given in this or any other Contract
Documents are intended only as ageneral guide for convenience in
reading and segregating the general subject of the variousclauses,
but shall not govern the meaning or import of the clauses there
under appearing orconfine or otherwise affect the interpretation
thereof.
3.0 Irreconcilable Conflicts
3.1.1. Subject to the provisions of Clause 3.0 hereof, in the
event of an irreconcilable conflictbetween the provision of these
General Terms and Conditions of Purchase and/or theSpecial
Conditions of Purchase and/or Addendum (a) and/or the Agreed
Variations to theTender Documents and/or the Purchase Order and/or
between any of the other saiddocuments so that the conflicting
provision(s) cannot co-exist, to the extent of suchirreconcilable
conflict, the following order of precedence shall apply so that the
conflictingprovision(s) in the document lower in the order of
precedence set out below shall give way tothe conflicting
provision(s) in the document higher in the order of precedence,
namely:
(i) Agreed Variations to the Tender Documents;(ii) Purchase
Order;(iii) Addendum(a) to the Tender Document;(iv) Special
Conditions of Purchase;(v) General Conditions of Purchase;(vi)
Other Contract Documents.
4.0 Reference for Documentation:
4.1.1. Purchase Order No. must appear on all correspondence,
drawings, invoices, shippingdocuments, packing and on any documents
connected with the order.
5.0 Confirmation of Purchase Order:
-
40
5.1.1. The Vendor shall acknowledge the receipt of the Purchase
Order within 10 (ten) daysfollowing the mailing of the order and
shall thereby confirm his acceptance of the purchaseorder in its
entirety without exceptions.
6.0 Sales Conditions:
6.1.1. With Vendors acceptance of provision of the Purchase
Order he waives and considers ascancelled any of his general sales
conditions.
7.0 Entire Contract:
7.1.1. The terms and conditions of the purchase order with
specifications drawings and otherattachments annexed thereto,
constitute the entire contract between the parties hereto.Changes
will be binding only if the amendments are made in writing and
signed by anauthorised representative of the owner and the
Vendor.
8.0 Inspection Checking Testing:
8.1.1. The equipments/ materials or workmanship covered by the
Purchase Order are subject toinspection and testing by Inspectors
at any time prior to shipment and/ or despatch. Suchinspectors
shall have the right to carry out the inspection and testing at any
stage which willinclude the raw materials, at manufacturers shop
and at Fabricators shop and at the time ofactual despatch before
and after completion of packing.
8.1.2. All tests, mechanical and others and particularly those
required by relevant c