-
INDIAN OIL CORPORATION LTD. (MARKETING DIVISION)
LPG DEPARTMENT UTTAR PRADESH STATE OFFICE
TECHNICAL CUM PRICE BID
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATED : 15.07.2015
DUE OF SUBMISSION 27.07.2015 AT 15:00 HRS
SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN EMPTY
CUM FILLING SHED AT LONI LPG PLANT
TECHNICAL CUM PRICE BID
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 2
INDEX
TECHNICAL CUM PRICE BID
SL Description Page No
1 NIT
2 Covering Letter
3 Check list to bidders
4 Tender schedule
5 Instruction to tenderer for downloading of tender documents
6 Instructions to Tenderers
7 Form of Tender for commercial Bid
8 Important Guidelines to Tenderers
9 Additional Instructions to Tenderers
10 Statement of credentials
11 Special Terms & Conditions
12 General Conditions of Contract
13 Performa of Declaration of Black Listing / Holiday Listing
14 Brief Scope of Work
15 Form of Contract
16 Declaration
17 Performa for Indemnity undertaking for PF Performa A and B
18 Declaration A, B & C
19 Form of Indemnity bond for Lost Deposit Receipt
20 Form of Bank Guarantee in lieu of EMD
21 Form of Bank Guarantee in lieu of Security Deposit/ISD
22 Technical Specifications for Pipeline works
NOTE : ALL PAGES TO BE SIGNED WITH OFFICE SEAL BY THE TENDERER BEFORE
SUBMISSION.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 3
UTTAR PRADESH STATE OFFICE
NOIDA
TENDER NO. : UPSO-II/LE/LT/2015-16/03
Indian Oil Corporation Limited,
(Marketing Division)
UTTAR PRADESH STATE OFFICE
Indian Oil Bhavan, E-8, SECTOR-1, NOIDA-201301
LIMITED TENDER NOTICE
NIT No./Nature of Work
E Tender Documents
Down load
Contact Person
UPSO-II/LE/LT/2015-16/03
SUPPLY, ERECTION, TESTING,
COMMISSIONING OF MODIFICATION OF
SPRINKLER SYSTEM IN EMPTY CUM FILLING SHED AT LONI LPG
PLANT
15.07.2015
TO
27.07.2015
Chief Plant Manager, LONI LPG PLANT Tel: 0120-2683004, 8826699364 e-Mail [email protected]
All the tenderers are requested to visit LONI LPG Plant to see the exact type of the work to be carried out in empty cum filling shed at the Plant. The total works include supply, erection, testing and commissioning of modification of existing sprinkler system of empty cum filling shed at LPG BP, Loni. Drawing of existing system and proposed system can be obtained from Loni BP of request. All clarification should be sought from plant after the study of proposed drawing as per which the new sprinkler to be erected. Site visit is advisable to clarity of work as the work involves working at height for removing old system and erecting new system. .
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 4
UTTAR PRADESH STATE OFFICE
NOIDA
TENDER NO. : UPSO-II/LE/LT/2015-16/03
NOTICE INVITING TENDER
Sealed tenders single bid with Tender number, due date & time duly super scribed on envelope are invited from limited Vendors for SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN FILLING CUM EMPTYSHED AT LONI LPG
PLANT as per detailed below:
1
TENDER NO. & NAME OF WORK
UPSO-II/LE/LT/2015-16/03 SUPPLY, ERECTION, TESTING, COMMISSIONING OF
MODIFICATION OF SPRINKLER SYSTEM IN
FILLING CUM EMPTY SHED AT LONI LPG PLANT
2
ESTIMATED COST
Rs. 47,02,767.00
3
EARNEST MONEY DEPOSIT
Rs. 47,027.00
5
DUE DATE AND TIME:
a) SUBMISSION OF TENDERS 27.07.2015 @ 15:00 Hrs
b) OPENING OF TENDERS (Technical Bid Only)
28.07.2015 @ 15:30 Hrs
6
WORK COMPLETION TIME
Supply & Erection, testing and
commissioning should be completed
within 4 months from date of work order
7.
CONTACT PERSON
Chief Plant Manager , Loni LPG Plant
Tel. no: 0120-2683004, 8826699364 E-Mail: [email protected]
Note: The Corporation reserves its right to allow Price/Purchase preference to Central Public Enterprises as admissible under the existing Govt. Policy. 10% Purchase Preference shall be given to the associate companies of IOC as per DPE guidelines with extended preferential treatment of no limit of value addition and purchase amount.
CPM, Loni
mailto:[email protected]
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 5
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 6
UTTAR PRADESH STATE OFFICE-II
NOIDA
ISSUE DATE:15.07.2015
M/S _________________________
_________________________
_________________________
SUB: SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM IN FILLING CUM EMPTY SHED AT LONI LPG PLANT
Dear Sir,
We are enclosing a limited tender for subject job. You are requested to submit your competitive
quotation / rates for the works in e ender price bid sheet. You may witness the opening of the
Technical bid of this tender at 15.30 HRS on 28.07.2015 Conditional offers are liable for rejection.
However, you are requested to get any clarification, if required, from us before submission of your
bid.
The Corporation reserves the right to reject any or all tenders without assigning any reason
whatsoever. Tender Envelope must be super scribed duly indicating the tender number, due date
and time of opening, name of work tendered, address of tenderer in the appropriate spaces
provided on the cover.
Thanking you,
Yours faithfully,
For Indian Oil Corporation Limited,
CPM, LONI
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 7
CHECK LIST FOR BIDDERS
For the benefit of the bidders, we are giving below a summary of check list which are to be tick
marked ( before submitting the documents in tender box by schedule date and time at the address
mentioned in tender document/notice. S. No. Documents to be checked Tick mark
Sl.
No.
Documents to be Checked Tick Mark
1 All pages of Tender documents duly signed & stamped
and have been uploaded in e tender website
2 Party has quoted percentage rate both in figure & words
in price bid/sheet without any Condition
3 Required EMD instrument is attached with the tender
documents
4 An affidavit duly attested by Magistrate/ Notary that the
party is not Black/Holiday listed is attached
5 Party has confirmed of submitting the tender after
studying the same
6 Party has filled tender schedule, all declarations such
as A B C
1. It is certified for having understood that the canvassing of information or submission of
forged or false documents/ information by the tenderer shall make the offer invalid besides
forfeiture of EMD amount and putting the tenderer on HOLIDAY list.
2. It is certified that there is no missing page in the tender documents either retained or
Submitted.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 8
TENDER SCHEDULE
Tender No UPSO-II/LE/LT/2015-16/LT/03 SUPPLY, ERECTION, TESTING, COMMISSIONING OF
MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT
Sale of tender documents NA being e tender
Submission of tender documents 27.07.2015 AT 1500 HRS
Opening of tender documents 28.07.2015 AT 1530 HRS
Estimated cost Rs. 47,02,767.00
Name of the work SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI
LPG PLANT
Location LPG Bottling Plant, LONI
Validity of tender 6 (Six) months from the date of opening of
tender
Completion period Supply Fabrication & Erection, testing and
commissioning including dismantling of
old system as required at site should be
completed within 4 months from date of
work order
Price reduction for Delay 1/2% of W.O. value per week or part thereof
(max. 10%) on work order executed value
Earnest money deposit (EMD) Rs. 47,027.00 payable by way of demand
draft in favour of Indian Oil Corporation ltd
payable at Ghaziabad
No Interest will be paid on EMD
Reference To Be Given By The Party
Tender fees NA since e tender
Sales tax/vat/ work Contract tax Shall be deducted as per prevailing rules. The
party must quote rates inclusive of all
taxes/statutory levies
Security deposit 10% of Work Order value
The Tenderers are required to visit the site and go through technical specifications, description in
schedule of rate, drawings & logistic of the areas very carefully while quoting rates uniformly
Applicable to all the items detailed in schedule of rates.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 9
The tenderer should fill the quotation in the enclosed e tender pre bid format only. The rates must
be quoted both in words & figures, in case of difference between the two; the rates quoted in words
shall be final. Non-submission of all documents or incomplete submission of any documents may
result in rejection of tender.
Tender without EMD instrument of requisite amount, Quoted price in words and Conditional
Tender shall be rejected out rightly.
DETAIL OF EMD
Demand Draft / Pay Order / Bank Guarantee No.______________________ dated _________
Drawn on Bank _______________________________________________________________
For Rupees __________________________________________________________________
Demand draft or pay order or Bank Guarantee in favour of Indian Oil Corporation Limited,
Bangalore must be enclosed. The name of tenderer should be written on the back of bank
instrument.
The EMD as per the tender will be valid for a period of SIX months from the date of opening of this
tender.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 10
INSTRUCTIONS TO TENDERERS
1.0 Indian Oil Corporation Limited, a company registered in India under the Companies Act,
1956, through its Sr. Manager (LPG-Engg) invites limited tender in Single bid system.:
Name of work: SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT
(b) Name of location: LPG Bottling Plant, LONI (U.P)
(c) Unit/region/division: (Marketing Division)
2.0 Details of the contents in the Tender Documents is mentioned in the covering letter for
Issuance of the tender documents.
4.0 TENDER INSTRUCTIONS:
4.1 Tender Documents shall be filled in each page to be duly signed and stamped and then
uploaded along with copy of the DD for EMD. Original DD against EMD should be sent to
CPM, LONI before due date of submission of the tender.
4.2 The Tender shall be completely filled in all respects and shall be tendered together with
requisite information and Annexures. Any tender incomplete in particulars shall be liable to
be rejected.
4.3 If the space in the Tender or any schedule or annexure thereof is sufficient, pages shall be
separately added. These shall be consecutively page numbered and also shall carry the
Tender Document numbered and shall be signed by the tenderer and entered in the Index
for the Tender.
4.4 The Tenders shall be opened on the date and at the time specified in the Invitation to
Tender or as soon thereafter as convenient, in the presence of such Tenderers as may be
present. Tenders not received in time may not be considered.
4.7 Tenderers have to upload price bid through e tendering only .
4.8 The tenders, as submitted, shall consist of the following:
(i) Earnest money amounting to and in the manners specified in Clause 5 hereof.
(ii) Power of Attorney or other proof of authority, in favour of the person who has signed
the tender (or copy thereof duly attested by a Gazetted Officer), as required by
Clause 4.13 hereof
(v) Form of tender.
(vi) Information regarding Tenderers in the form annexed to the Form of Tender
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 11
(vii) Declaration of Blacklisting in the prescribed format.
4.9 (a) The OWNER reserves the right to reject, accept or prefer any tender or to abort time
bidding process without assigning any reason whatsoever.
(b) Although ordinarily the lowest responsive bid amongst the bids submitted by Tenderers
and considered by the OWNER as qualified and competent shall be preferred, the OWNER
reserves the right not to accept the lowest bid if in its opinion, this would not be in time
interest of the work.
(c) If time OWNER in its discretion considers that the interest of the work requires a split,
the OWNER may split the works between two or more Tenderers.
4.10 The tender shall be irrevocable up to the expiry of 6 (six) months from the date of opening
of tenders.
4.11 RATES TO BE IN FIGURES AND WORDS:
The tenderer shall quote the rates in figures below or up the estimate. The quoted rates is
calculated automatically by the system.
4.13 SIGNING OF TENDER:
(i) The tender shall contain the name, residence and place of business of the
person(s) making the tender and shall be signed by the tenderer with his usual
signature. Partnership firms shall furnish the full names of all partners in the tender
and shall annex a copy of Partnership deed to the tender. It shall be signed in the
partnership name by the partners or by a duly authorized representative followed by
time name and designation of the person signing. Tenders by Corporations shall be
signed in the name of the Corporation by a person duly authorized to do so.
(ii) The person signing the tender shall state his capacity and also the source of his
ability to bind the tenderer. The power of attorney or authorization or other
document constituting adequate proof of the ability of the signatory to bind the
tenderer shall be annexed to the tender. The OWNER may reject outright any
tender unsupported by adequate proof of the signatory’s authority.
(iii) When a tenderer signs a tender in a language other than English, the total amounts
tendered should in addition be written in the same language. The signature should
be attested by at least one witness.
4.14 WITNESS:
Name, occupations and addresses of the Witnesses shall be stated below their signature.
Witnesses shall be persons of status.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 12
4.15 All signatures in the Tender Documents shall be dated as well. All pages of all sections of
Tender Documents shall be initialed at the lower right hand corner or signed wherever
required in the tender Documents by the tenderer or by a person holding power of attorney
authorizing him to sign on behalf of the tenderer before submission of tender.
4.16 CANVASSING:
Canvassing in connection with tenders is strictly prohibited and the tenders submitted by
the Tenderers who resort to canvassing shall be liable to rejection.
4.17 FURNISHING CORRECT INFORMATION:
It shall be the responsibility of the Tenderers to fill complete, correct and accurate
information in line with the requirements/stipulations of the Tender Document, regarding
information required to facilitate due evaluation/consideration of their tenders. In case any
essential information given by a bidder is found to be incorrect or a misrepresentation, the
bid is likely to be rejected as not responsive, and if the bid has resulted in a contract, the
contract is liable to be terminated pursuant to the provisions of Clause 7.0.1.0 of the
General Conditions of Contract with consequences of termination as provided in Section 7
of the General Conditions of Contract.
4.18 P.F. CODE NUMBER TO BE FURNISHED:
The tenderer(s) shall indicate his/their P.F. Code Number in the Form of Information about
Tender annexed to time Form of Tender.
4.19 FORM OF EARNEST MONEY TO BE DEPOSITED:
A bank Guarantee may be accepted by the OWNER towards Earnest Money Deposit or
Initial Security Deposit or Security Deposit or otherwise, as the case may be, provided the
amount of such Bank Guarantee is not less than Rs. 1 (one) lakh. Such Bank Guarantee
shall be issued by a scheduled bank in India acceptable to the OWNER and shall be strictly
in the format prescribed by the OWNER for the specific purpose for which the Bank
Guarantee is required to be furnished.
4.20 (a) Each tenderer/bidder shall give a declaration in the prescribed format annexed to the
Form of Tender that he/it/they is/are not under any blacklist declared by the OWNER or by
any Department of the State or Central Government or by any other Public Sector
Organization and that there is no inquiry in respect of any corrupt or fraudulent practice
pending against him/it/them. In case he/it/they are under any such list, or any inquiry is
pending he/it/they shall in the declaration give full details thereof. Such declaration in
respect of a partnership firm or association of persons shall cover every partner or member
of the association and in the case of Company shall cover every Director and Principal
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 13
Shareholder of the Company and any Holding Company and/or Subsidiary Company (ies) if
any.
4.20 (b) If a tenderer is on any such List or if any such inquiry is pending against it/him/them or if
the Bidder makes a false declaration, the OWNER reserves the right to reject the Bid, and if
the Bid has resulted into a contract, the contract is liable to be terminated pursuant to the
provisions of Clause 7.0.1.0 of the General Conditions of Contract.
4.21 In case pre-qualification of potential bidders/Tenderers had been undertaken earlier and
completed for the work, only bids from pre-qualified bidders will be considered for
evaluation and award of the contract. It shall be incumbent on the tenderer to submit
necessary evidence of having been pre-qualified for the particular job in question or part
thereof, by submitting copies of intimation received from the OWNER/consultant intimating
about their being pre qualified wherever applicable.
4.22 In case no pre-qualification of bidder/Tenderers had been undertaken by the
OWNER/consultant, the tenderer shall include full details in support of their capacity,
capability and financial standing for taking up and completing time work successfully.
4.23 Each tenderer can submit only one tender bid for one package. The names of specialized
subcontractor(s) may, however, appear in different offers submitted by different Tenderers.
(a) It is clarified that a person shall he deemed to have submitted more than one bid if a
person bids in an individual or proprietorship format and/or in a partnership or
association of persons format and/o in a Company format.
(b) A company shall for this purpose include any artificial person whether constituted under
the laws of Indian or of any other country.
(c) A person shall be deemed to have bid in a partnership format or in association of
persons format if he is a partner of the firm which as submitted the bid or is a member
of any association of persons which has submitted a bid
(d) A person shall be deemed to have bid in a Company format if, the person holds more
than 10% (ten percent) of the voting share capital of the company which has submitted
a bid, or is a Director of the Company which has submitted a bid, or holds more than
10% (ten percent) of voting share capital and/or is a Director of a holding Company
which has submitted the bid.
5.0 EARNEST MONEY:
5 1 The tenderer shall, as a condition for the consideration of the tender, pay the sum specified
in Invitation to Tender in the manner specified therein. In the case of cash deposit, he shall
attach the official receipt with the tender. The tender is liable to be rejected for failure to
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 14
deposit money in the manner aforesaid or for failure to furnish proof of having deposited
earnest money along with the tender.
5.2 The Earnest Money of unsuccessful tenderer(s) shall be refunded without interest only after
the award of the work is finalized.
5.3 The Earnest Money deposited by a successful tenderer shall be forfeited if the successful
tenderer fails to deposit or furnish the requisite initial Security Deposit as specified in the
General Conditions of Contract and/or fails to commence work at each job site within 10
(ten) days of handing over the job or any part thereof to him and/or fails to execute the
contract in accordance with the Form of Contract within 10 (ten) days of receipt of Letter of
Acceptance in this behalf from the OWNER or within such extended period as may be
permitted by the OWNER for the purpose.
5.4 (a) A tenderer who has submitted his/it/their bid shall not be permitted to alter/amend or
withdraw his/it/their bid after submission of bid, notwithstanding that the bid(s) has/have not
yet been opened.
5.4 (b) A tenderer who purports to alter/modify or withdraw his/its/their bid/offer after
submission, within the period during which he/it/they promised to keep his/its/their bid valid,
shall be liable to have his/its/their tender rejected and his/its/their Earnest Money deposit or
Bank Guarantee submitted by way of earnest money forfeited/ encashed.
5.4 (c) A bidder who offers unsolicited reduction in the price offer whether before or after the
opening of the price part of the tender(s)/bid(s) shall be liable to have his/its/their bid(s)
rejected. Bidders may, however, at any stage offer a reduction if such reduction is solicited
or if the OWNER gives the Bidder an opportunity to offer such reduction.
ADDENDA:
7.1 Addenda to the Tender Documents may be issued prior to the date of opening of the tender
(and in the case of 2 (two) bid system, prior to the date of opening the price part of the bid)
to clarify documents or to reflect modifications in the design or contract terms.
7.2 Such addendum(s) issued shall be distributed in duplicate, to each person or Organization
to whom Tender Documents have been issued. Each recipient will retain, one signed copy
of such addenda(s) for submission along with his tender and return one signed copy to the
authority inviting tenders as acknowledgment of receipt of the addendum. All such
addendum(s) issued shall form part of Tender Documents.
8.0 RETIRED COMPANY DIRECTORS:
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 15
8.1 No Director of the OWNER is allowed to tender for a period of 2 (two) years after his
retirement from the employment of the OWNER, without the previous permission of the
OWNER. The Contract if awarded is liable to be cancelled if the tenderer is found at any
time to be such a person and has not obtained the permission of the OWNER before
submission of the tender. Any tender by a person aforesaid shall carry a disclosure thereof
on the tender, and shall be accompanied by a copy of the document by which the requisite
consent is given. Such disqualifications shall apply to every partner of a partnership firm.
8.2 The tenderer is required to state whether he is a relative of any Director of the OWNER, or
whether the tenderer is a firm, whether a Director of the OWNER or relative of such
Director is a partner in the firm, or whether the tenderer is a Company, whether a Director
of the OWNER or relative of such Director is a substantial member holding more than 10%
(ten percent) of the paid up capital in the Company, or a Director of the Company.
9.0 QUOTATIONS:
9.1 The tenderer shall quote for the jobs on the basis of the items entered in the Form of
Schedule of Rates, and shall quote separately as per the e tender BOQ standard format
enclosed.
9.2 The prices quoted shall be all inclusive as proved, for in respect of Schedule of Rates in the
General Conditions of Contract and the OWNER shall not entertain any claim(s) for
enhancement of the price(s) on any account whatsoever.
10.0 INFORMATION:
10.1 The information given in the Tender Documents and the plans and Drawings forming part
thereof is merely intended as a general information without undertaking on the part of the
OWNER as to their accuracy and without obligation relative thereto upon the OWNER. The
Tenderers are expected to conduct their own surveys and investigations as prior to
tendering.
10.2 All information disclosed to the Tenderers by way of the Tender Documents shall be
considered confidential and shall not be disclosed to any party by the Tenderers except as
may be necessary for carrying out the work. Where it is found that any tenderer has
violated and has disclosed sensitive and vital information impugning on the security of the
installation/national security, necessary action, as may be called for, may be taken against
the tenderer concerned in addition to his being liable to be black listed and/or barred from
participating in future bids.
10.3 The tenderer shall before tendering and shall be deemed before tendering to have
undertaken a thorough study of the proposed work, the job site(s) involved, the site
conditions, soil conditions, the terrain, the climatic conditions, the labour, power, material
and equipment availability and transport and communication facilities, the availability and
transport suitability or borrow areas, the availability of land for right of way and temporary
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 16
office and accommodations, quarters, and all other facts and facilities necessary or relevant
for the formulation of the tender, supply of materials and the performance of the work.
Without prejudice to the a foregoing, the Tenderers may be allowed access to any
information regarding the site of the work, the investigations conducted relative thereto,
such as soil investigation etc. But, these shall be only indicative in nature and the
Tenderers are expected to collect their own data for preparation and submission of their
tender. Any claim at a later date based on either incorrectness or inadequacy of the
information/data made available by the OWNER/consultant to a tenderer shall not be
entertained. The OWNER/Consultant shall be fully absolved of any and all liabilities in this
regard.
10.4 In case the OWNER/consultant decides to issue pre-bid minutes to clarify any issues,, Brief
summary of the queries raised by the attending Tenderers and the clarifications given by
the OWNER / Consultant respect thereof; as well as any further information which the
OWNER/consultant choose to furnish to the Tenderers, in the form of Minutes of the
Meeting or Addendum, will be uploaded in e tender website which shall form a part of the
Tender Documents, unless otherwise specified.
10.5 All communication from the OWNER/consultant to the Tenderers shall be uploaded in e
tender website or sent by speed post/courier as may be applicable. The Tenderers must
acknowledge each and every communication sent by the OWNER/ consultant the duplicate
copy or the Xerox copy of the said communication duly signed by the Tenderer(s) in token
of receipt. Wherever feasible, communications may he sent by Fax/e-mail also followed by
confirmation copies by post.
10.6 The OWNER/Consultant may, at his discretion, call for technical/ commercial clarification or
any other clarifications required, from any Tenderer(s), in respect of his/their tender(s).
10.7 The OWNER reserves the right to consider/evaluate only substantially responsive tenders.
A substantially responsive tender is one, which, in the opinion of the OWNER (which shall
be final amid binding on the Tenderer(s), substantially conforms to all the terms, conditions,
specifications and requirements of the Tender Document without material deviations or
reservations in respect of any of the following:
(a) Scope, quality or performance of the work.
(b) Owners right or the Tenderers obligation under the contract as per the tender
documentation.
(c) Such deviations the correction of which would affect the competitive position of other
tenders, who have submitted substantially responsive bids.
(d) Any tender unaccompanied by the earnest money in a form which is not acceptable as
per the Tender Documents, or falling short of the requirement of the Tender Document,
shall be liable for rejection.
10.8 Bidders are expected to bid strictly on the format and subject to the terms and conditions
specified in the Tender Documents. Any bid containing any deviation which in the sole
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 17
opinion of the OWNER is material, or which in the opinion of the OWNER cannot be
evaluated so as to place other bidders at a disadvantage, shall be liable to have his/its/their
bid rejected.
11.0 COLLUSIVE OR FRAUDULENT TENDERS:
11.1 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 of the OWNER
and against the spirit of ethical competition, the OWNER reserves the right to summarily
reject such tenders. It shall not be incumbent on the OWNER to prove any collusion or
other malpractice in this regard.
12.0 SIGNING OF THE CONTRACT:
12.1 The successful Tenderers shall be required to execute a formal contract in accordance with
the Form of Contract within 10 (ten) days from the date of receipt of Letter of Acceptance
from the OWNER, or such extended time as may be permitted by the OWNER for the
purpose to do so.
For and on behalf of
Indian Oil Corporation Ltd.
(Marketing Division)
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 18
FORM OF TENDER
FOR COMMERCIAL BID
(To be filled up by the Tenderer)
Serial No.
Date:
From
_____________________
_____________________
_____________________
To
Sr. Manager (LPG-E)
Indian Oil Corporation Ltd.
Indian Oil Bhavan,
Uttar Pradesh State Office ,
E-8, Sector-1
NOIDA-201301
Tender No. UPSO-II/LE/LT/2015-16/03
Dear Sirs,
Having examined the Tender Documents consisting of the Tender Notice, General Instructions to
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions
of Contract, Specifications, Plans (Exhibits _____________ to __________), Drawings (Exhibits
_______ to __________ ) Time Schedule, Form of Contract, Form of Schedule of Rates, and
Addendum(a) to the Tender Documents, and having understood the provisions of the said Tender
Documents and having thoroughly studied the requirements of Indian Oil Corporation Ltd. relative
to the work tendered for in connection with the __________________________________ (Name
of Marketing Division, Project) and having conducted a thorough study of the job site(s) involved,
the site conditions, soil conditions, the climatic conditions, labour, power, water, material and
equipment availability, the transport and communication facilities, the availability and suitability of
borrow areas, the availability of land for right of way and temporary office accommodation and
quarters and all other facilities and things whatsoever necessary for or relative to the formulation of
the tender or the performance of work, I/we hereby submit my/our tender offer for the performance
of proposed work in accordance with the terms and conditions and within the time mentioned in the
Tender Documents.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 19
In consideration of the sum of Rupee 1/- (Rupee one) only paid to me/us by Indian Oil Corporation
Ltd., by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this
tender offer open for a period of not less than 4 (four) months from the scheduled date of opening
of Tenders as specified in the General Instructions to Tenderers forming part of the Tender
Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our
Directors (in the case of a Company) was/were employed as Directors of Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately preceding the date hereof OR I/We hereby
declare that I/Shri ____________________one of our partners (in the case of partnership
firm/Directors in the case of a Company) was employed as a Director in Indian Oil Corporation
Ltd., during the period of 2 (two) years immediately.
Preceding the date hereof and that I/Shri ______________________ have/has obtained previous
permission of Indian Oil Corporation Ltd. to make this tender.
I/We have annexed to this Bid the following documents:
(i) Schedule of Rates in the prescribed form.
(ii) Original Power of Attorney or other proof of authority of the person who has signed
the Tender OR copy of Power of Attorney attested by a Gazetted Officer or a Notary
public in proof of the authority of the person who has signed the Tender.
(iii) Information regarding tenderer in the form annexed to the Form of Tender.
(v) Set of Tender Documents, as issued duly signed.
(ix) Additional Documents as listed below.
I/We hereby undertake that the statements made herein/information giver in the Annexures
referred to above are true in all respects and that in the event of any such statement or information
being found to be incorrect in any particular, the same may be construed to be a misrepresentation
entitling Indian Oil Corporation Ltd. to avoid any resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
I/We confirm having deposited Earnest Money of Rs.____________
Rupees_______________________________) as detailed hereunder (Strike off whichever is not
applicable)
(Signature(s) of the Tenderer(s))
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 20
Name & Designation of authorised person
signing the Tender on behalf of the Tenderer (s)
Full Name and address of the Bidder(s)
Witness :
Signature :
Name :
Occupation :
Name & Designation of authorized
person signing the Tender on behalf of the Tenderer (s)
Full Name and address of the Bidder(s)
Witness :
Signature :
Name :
Occupation :
IMPORTANT GUIDELINES TO TENDERERS
1. The cost of tender document (non transferable) is ` 1000/- (non- refundable) per set to be
paid by way of demand draft in favour of Indian Oil Corporation Limited payable at Bhopal.
Only one set of tender shall be issued to one party.
2. The Corporation may change the representative for supervision of work during pendency of
the contract and may or may not appoint third party agency to get the job executed. The
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 21
party will have to abide by the instructions given by authorized representative of the
Corporation as well as any third party appointed by IOCL.
3. All the Tenderers shall have to submit EMD instrument of requisite amount along with the
tender. EMD shall be refunded to all unsuccessful Tenderers on submission of original
cash receipt after finalization of the tender and on placement/acceptance of order by
successful tenderer.
4. Successful tenderer shall have to complete tender formalities within 10 days from the date
of placement of work order failing which the bid of the party shall not be considered without
any reference to tender and his EMD amount shall be forfeited as per Corporation’s Rule
5. The schedule completion time limit for this contract shall be Total 4 months from the date of
WO.
6. Tenderers shall have to keep offer / rate quoted valid for a minimum period of Six (6)
months from the date of opening of this tender.
7. The successful party shall have to submit his BAR CHART to complete the whole work
during the validity of contract period before start of the work. The contractor has to make
shop drawings wherever required and the same shall be approved by the Engineer-in-
charge before execution of work.
8. The contractor is bound to execute all items (whether mentioned in the tender or otherwise)
required for proper completion of work. In case where a specification of any item is not
provided, CPWD specifications shall be applicable with approval of Engineer - in-charge.
9. The tender is on Percentage Basis i.e. the rates are to be quoted in the form of percentage
above or below the schedule of rates offered by the Corporation. The rates quoted by the
party shall be uniformly applicable to all items of schedule of rate inclusive of all the taxes.
10. Unless otherwise specified, all item rates are inclusive of all materials, labour cost,
transportation inclusive of all types of taxes, Royalties, tools/plants, site fencing materials,
lighting arrangement, site office, store, outside name plate etc. complete in all respect.
11. The rate once accepted by the successful bidder shall remain firm during the pendency of
the contract and Corporation shall not entertain any consideration of rate/cost escalation
clause on whatever ground under any circumstances.
12. To claim any bill, the tenderer shall have to submit executed quantity on his own bill book
duly verified by the site engineer of IOCL. Any quantity found paid in excess at later stage
shall be recovered from the subsequent bill/SD along with the penal interest as per
prevailing bank rule for the period till settlement of excess payment made from the date of
payment to the party. Quantities paid under any items in running bill shall not constitute
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 22
having completed and accepted by IOCL. If the jobs are found off specification later on, the
same shall be rectified & replaced by the party without any extra cost to IOCL.
13. The final bill shall be paid only after completing all contractual formalities including
rectification work, if any, submitting the copies of the contractors name & location duly
verified with originals by site engineer, test reports/certificate, statutory formalities including
challan of PF remittance and submission of various records/register maintained by the
contractor pertaining to labours as required by labour laws, signing of Measurement Book
and Corporation Service Entry Sheet and duly accepted by Acceptance Committee Visit
nominated by IOCL. Acceptance Committee Visit, in general, shall be arranged within 10
days after completion of work duly acknowledged by Engineer-in-charge of IOCL
14. The date of completion of work shall be taken as the date accepted by Engineer in charge
of the project after completion of works.
15. An experience site engineer shall be appointed/ positioned by the successful bidder before
start of work for supervision of work, assisting in measurements etc. The site shall be
handed over to the contractor only after positioning of engineer by the contractor. If the
positioning of engineer is delayed by contractor, then it will be delay on contractors account
and no time extension shall be granted on this delay of not handing over the site.
16. Corporation will have the authority to deduct all taxes/levies etc from the bill as per latest
rule of Central/State Govt.
17. Tenderers are advised to read the tender documents carefully. Following procedure shall
be adopted for finalization of the tender:
17.1 Based on the uniformly applicable quoted Percentage Rate for all the items by the
party, a merit list of parties will be prepared in the ascending order of their offer
received.
17.2 In case more than one tenderer quotes the same percentage the position of the party
is based on the average annual turnover of the balance sheets submitted by the party
during empanelment.
18. Non-submission of all documents or incomplete submission of any document may result in
ejection of the tender. It is, therefore necessary to submit all the documents in full, duly
filled and signed. (Refer list of documents required).
19. THE TENDER SHALL STAND SUMMARILY REJECTED ON FOLLOWING GROUNDS:
a. NON-SUBMISSION OF EMD WITH TENDER DOCUMENTS.
b. CONDITIONAL TENDER.
c. PRICE NOT QUOTED IN WORDS
d. USE OF WHITE / CORRECTION FLUIDS
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 23
20. It is for the information of the bidder that the Negotiation will not be conducted with the
bidders as a matter of routine. However, Corporation reserves the right to conduct,
negotiation. In case of negotiation confirmation of the negotiations should be received from
the tenderer within 10 days from the date of negotiations failing which the Corporation
reserves the right to ignore the quotation.
21. EMD ORIGIONAL envelope shall be dropped in tender box only kept at Indian Oil
Corporation Ltd. Lpg Bottling Plant, Loni, Ghaziabad. or before the due date and time.
Tenders sent by post/courier by the tenderer shall be at the Tenderers risk and
responsibility and Corporation shall not be responsible for non-submission/delay in
submission of tender documents, due to postal/courier delay, in tender box on or before
due date and time due to any reason whatsoever. ONLY THOSE EMD ENVELOPE,
TENDERS, WHICH ARE DROPPED IN TENDER BOX ON OR BEFORE DUE DATE AND
TIME & TENDER UPLOADED IN E tender website SHALL BE CONSIDERED.
22. The contractor has to clear the site in all respect before commencement of work and after
completion of work including removal of old structures (Brick/RCC/Steel), trees and jungles
etc. without claiming any extra cost from the owner. All such material shall be appropriately
disposed at an authorized dumping ground at the contractor’s responsibility.
23. The classification of various items of works for purpose of measurements and payments
shall be as per bills of quantities (BOQ). Except where defined in BOQ, the rates apply to
all heights, depth, sizes, shapes and locations. They also cater for all cuts and wastes. No
floor-wise separation shall be made for the rates. Likewise all heights of centering,
shuttering, staging, formwork and scaffolding, launching trusses and other launching
methods are covered by the rates including multi stage propping for heights greater than
one floor as per drawings.
24. In case of any discrepancy between drawings/documents is found, the same shall be
brought to the notice of the Engineer-in charge before execution of work and decision of the
Engineer-in-charge shall be final and binding to the contractor without any extra cost
implication to the IOCL.
25. The specifications may have been divided into different sections / sub-heads for
convenience only. They do not restrict any cross-references. The contractor shall take into
account inter relations between various parts of works/trades: No claim shall be entertained
on the basis of compartmental interpretations. Specification and descriptions of various
items are for identification of material and works to be carried out under them.
26. The drawing enclosed for modification of zone width is illustrative in nature. It is the
responsibility of successful tender to prepare detailed drawing to suit the site conditions
and also OISD 144 requirements ,prepare detailed spray calculations zone wise, get the
same vetted by reputed consultant in consultation with IOCL. The sole responsibility of
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 24
complying to OISD standards on Zone width and Spray requirements lie with the successful
tenderer. The successful tender to submit four sets of as built drawings with detailed
calculations regarding spray in various zones as per OISD 144. Spray design calculation
Drawings prepared by Consultant/Successful tenderer to be got approved by IOCL and
such drawings will be issued to the Contractor duly signed & stamped by the Engineering
in-charge. The contractor shall not take cognizance of any drawings, designs, specification
etc., not bearing Engineer’s signature and stamp. Similarly the contractor shall not take
cognizance of instruction given by any other Authority except the instructions given by the
site Engineer/Engineer in- charge in writing. Sign/approval by Engineer In Charge will not
relieve the contractor of his responsibility from compliance to tender terms.
27. TIN and Service Tax Registration is mandatory. TIN of the state where work is to be carried
out to be obtained by the party preferably before the start of work.
28. In case, party does not have TIN no. of the state where work is scheduled to take place at
the time of bid then bidder has to obtain TIN no. within six (6) weeks from the date of award
of work. But in no case payment will be released to the party till TIN no. of the state is
obtained by the bidder and a copy of certificate containing TIN is submitted to us. In case of
failure to obtain the TIN no, the work order/contract shall be liable for cancellation and in
addition the party shall not be considered for future tender for the same state.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 25
ADDITIONAL INSTRUCTIONS TO TENDERERS / CONTRACTORS
1. Incomplete tenders or tenders received late or tender not confirming to terms and
conditions prescribed in the tender documents are liable to be rejected.
2. In case the date of issue / receipt of tender happen to be a public holiday, the tender will
be issued / received and opened on next working day at stipulated time.
3. The corporation reserves the right to accept any tender in whole or part and reject any
tender without assigning any reason. The corporation is not bound to accept one or more
tenders in part. The decision of the corporation in this regard shall be final.
4. The EMD and Security Deposit can be paid either in from of demand draft/pay order or in
the form of bank Guarantee. The party who is exempted from EMD amount shall have to
submit Initial Security Deposit before commencement of work and security deposit clause
shall be applicable on them also.
5. No interest shall be payable on EMD, ISD and Security deposit deducted from bills. EMD
and SD will be released as per the Corporation Rule
6. The performance of the tenderer shall be evaluated by the Corporation based on the
feedback of engineer-in-charge as per the format enclosed in tender documents. Action
against the defaulting contractors shall be taken as per the policy of the Corporation.
7. Merely execution of a particular work shall not be considered as completed work unless
until the same is accepted by the Corporation. For acceptance of work, the Corporation
may appoint a committee / third party agency at its absolute discretion.
8. IOCL representative shall have the authority to get the executed work dismantled for
verification /checking for quality work as per specifications. The contractor at no extra cost
to the Corporation shall rectify the work so dismantled.
9. Only make and models of items mentioned in schedule of rates /Technical Specification
shall be used at site. No equivalent make of any fittings/ fixtures shall be installed. It will be
mandatory on the part of the bidder to get Model and Make approved out of the various
options available in schedule of rate / Technical specification under an item, in writing from
engineer-in charge for a job before actual installation of the same at site.
10. The contractor shall have to follow safety practices during construction as per the guideline
in toto.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 26
11. After the placement of the order, the successful tenderer shall not be allowed to sublet or
assign any part of the work order to any other agency without our prior written consent.
12. The successful bidder should give in writing to the Corporation, the name of his authorized
person who will supervise the work and shall remain at the sight during execution of the
job.
13. Contractors scope of supply : Scope of supply includes all the required materials unless
otherwise specifically mentioned in either price bid/schedule of rate or special terms and
conditions. It will be the responsibility of the contractor to provide at their cost all required
workers/ labours, equipment, machinery and all materials so as to complete the whole work
as per drawing and specifications. All the materials to be used at site must correspond to IS
specifications.
14. If a contractor brings defective/sub standard material at site, it shall be the responsibility of
the Contractor for the removal and disposal of the same at his own cost. The Corporation
shall not entertain any claim by the contractor on this account. In case, Contractor fails to
remove such materials within 15 days after issue of notice in writing to the Contractor, the
Corporation reserves the right to dispose off such materials at the entire risk and cost of the
Contractor.
15. TESTING OF WORKS/MATERIALS: The contractor shall arrange to test the materials
used for the works as per instructions from the Corporation/ consultants e.g. cube test,
slump test, brick, Paver, soil, GSB, steel, cable, structural, mastic flooring, maerial
compliance as per applicable IS standards, etc. and of the materials to be used in the
works to meet its specification as per prevailing codes of the Bureau of Indian Standards at
no extra cost to the Corporation (IOCL).
16. The successful tenderer will have to finalise the Quality Assurance Plan (QAP) on receipt of
Order based on tentative QAP given in the tender & get it approved by IOCL/ TPIA before
commencement of work. The test requirements & frequency as per QAP will have to be
adhered to without any additional financial implication to the Corporation. (IOCL). No
separate charges will be paid for preparation of QAP.
17. Work Order quantities are estimated/projected quantities; however payment shall be made
as per actual measurements. The contractor is not entitled for any sort of compensation
towards excess materials produced / stored at site.
18. SAFETY: All safety precautions and regulations should be strictly adhered to at no extra
cost to the Corporation.
19. ELECTRICAL WORKS: All electrical works should be carried out through licensed
Electricians only.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 27
20. 19. LABOUR LAWS-INDEMNITY BOND/ UNDERTAKING: The successful contractors
shall have to give an Indemnity Bond/Undertaking to the Corporation in the prescribed form
(Format A and B As applicable) for covering the provisions of the following statutes upto the
latest amendments as applicable.
a. Minimum Wages Act, 1984.
b. Equal Remuneration Act, 1978.
c. Inter-state Migrant Workman (Regulation of Employment & Conditions of Services)
Act, 1979.
d. Contract Labour (Regulation & Abolition) Act., 1970.
e. Workmen’s compensation Act 1923
f. Employees State Insurance Act.
g. Provident Fund Act.
Particulars of Registration with appropriate Government Authorities/ Statutory Bodies as
mentioned above as applicable should be furnished to the Corporation in receipt of the
workorder.
21. MINIMUM WAGES: Contractor will pay his labourers working on the job undertaken by
them for IOCL, at least minimum wages statutory payable to the contract labourer.
Contractor will have to show proof of having actually paid minimum wages to the labourers.
22. Provision of safety belts for workmen working on the scaffoldings is compulsory.
23. SALES TAX / SERVICE TAX/ WORKS CONTRACT TAX: The contractor must quote the
rates including all Taxes, Statutory levies, Sales tax, Service tax and Works contract taxes
etc. IOC shall not entertain any request for payment of any taxes/ levies separately, unless
otherwise specified in schedule of rate or work order.
24. Value Added Tax: The contractor must quote rate including any impact in execution of
work due to imposition of VAT or any other tax liabilities levied by Central Govt. / State
Govt. / Municipalities etc. from time to time during contract period.
25. In case of contrary conditions, the conditions / details given in the documents
Supersedes the conditions / details in documents in following order: -
a. SCHEDULE OF RATE / TENDERED SCHEDULE
b. DRAWINGS.
c. TECHNICAL SPECIFICATIONS
d. ADDITIONAL INSTRUCTION TO TENDERER
e. SPECIAL TERMS AND CONDITIONS
f. PARTICULAR CONDITION OF CONTRACT
g. GENERAL CONDITIONS OF CONTRACT
26. The successful party shall have to execute the following documents on a stamp paper as
per the prevailing value as a token of acceptance of the terms and conditions of the
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 28
Corporation for carrying out works as and when required.
a) General Conditions of Contract / Form of Contract
b) Declarations
c) Indemnity Bond undertaking for PF and ESIC
27. SAFETY PRECAUTIONS DURING WORK
The contractor has to follow all safety practices at site to ensure no mishap or casualty. In
case of any incident noted by site engineer or engineer in charge, the following penalties
shall be applicable:
a) Violation of applicable safety, health & environment related norms, a penalty of Rs.
5,000/- per occasion shall be imposed.
b) Violation as above resulting in any physical injury, a penalty of 0.5 % of the contract
value shall be imposed (maximum of Rs. 2,00,000/-) per injury in addition to Rs.
5,000/- as in item (a) shall be imposed.
c) In case of fatal accidents, a penalty of 1% of the contract value (maximum of
Rs.10,00,000/-) per fatality in addition to Rs. 5,000/- in item no. (a) Shall be imposed.
29. QUANTITIES OF WORK
In partial modification of clause 2.6.0.0 of General Condition of Contract, no compensation
shall be payable to the contractor in the eventuality of the actual executable quantities
being less than 80 % of Total Contract Value (as contained in the SOR) and as mentioned
in clause No. 2.6.2.0 of General Condition of Contract
30. Kindly note GCC contains provision for arbitration and alternative dispute resolution
machinery under section 9, which stands deleted. Further, the reference to arbitration and
alternative dispute resolution machinery provision contained in any other terms & condition
in GCC, which may be general or special in nature shall also stand deleted to the extent the
said contents are applicable to the arbitration provisions.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 29
STATEMENT OF CREDENTIALS
Tenderer should fill in below mentioned details along with the Technical bid. (NONCOMPLIANCE
OF ANY DETAILS WILL MEAN INCOMPLETE TENDER). Please state "NOT APPLICABLE" in
case you have no positive answer. For example, if you are not a proprietary firm, then please state
Not Applicable against item No. (B) 1 below instead of keeping the same blank.
A) 1. Name and address of the Vendor:
______________________________________________________________________________
__________________________________________________________________________
____________________________________________________________________________
2. Telex number, if any: _________________________________________________________
3. Telephone Nos.: ____________________________________________________________
4. Fax & E-Mail, if any: _________________________________________________________
5. Name of Contact Person: _____________________________________________________
____________________________________________________________________________
B) 1. Name and address of the Local Representative of the Vendor if applicable:
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
2. Telex number, if any: _________________________________________________________
3. Telephone Nos.: ____________________________________________________________
4. Fax & E-Mail, if any: _________________________________________________________
5. Name of Contact Person: _____________________________________________________
____________________________________________________________________________
C) 1. Sole Proprietorship? : ____________________________________________________
(Give name of the Proprietor)
2. Partnership firm? (1) ____________________________________________________
(Give names of the (2) ____________________________________________________
Partners) (3) ___________________________________________________
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 30
(4) ___________________________________________________
3. Private or Public Limited Company?_________________________________________
Give list of Directors. (1)___________________________________________________
(2)___________________________________________________
(3)___________________________________________________
(4)___________________________________________________
D) Details of Arbitration proceedings with the past and present involving tenderer, if any.
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
E) Registration No. :
1. Under Company’s Act ________________________________________________________
2. Small Scale Industry: _________________________________________________________
3. D. G. T. D: _________________________________________________________________
4. State Sales Tax : ____________________________________________________________
5. Central Sales Tax: ___________________________________________________________
F) Tenderer should submit relevant documents pertaining to qualifying norms as mentioned in
notice inviting Public Tender
G) Manufacturing Plan:
The tenderer shall furnish details of proposed fabrication/manufacturing plan, Time schedule and
also specific strategies/plans relevant for the subject work. The bar chart shall indicate key
milestones tenderer proposes to achieve in each period and the resources thereof (attach separate
sheets as necessary).
PLEASE FILL UP THE DETAILS OF THE CREDENTIALS IN THE FOLLOWING
PAGES CAREFULLY WITH SUPPORTING DOCUMENTS.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 31
SPECIAL TERMS AND CONDITIONS OF CONTRACT
1. Tender Fee and Earnest money deposit (EMD)
a. Tenderer fee is not applicable for this tender, it being e tender.
b. Tenderers are requested to submit Earnest Money Deposit of ` 47,027.00 (Rupees
Fourty Seven Thousand Twenty Seven Only) in the form of demand draft / Bankers
cheque in favour of INDIAN OIL CORPORATION LIMITED, Marketing Division payable at
Ghaziabad. The EMD original shall be submitted/dropped in the tender box duly
mentioning the tender named and number at IOCL LPG Bottling plant at Loni,
before due date and time.
c. EMD in the form of a bank guarantee issued by scheduled banks (as per the format
furnished in the tender) shall be accepted only when the amount of the BG is not less than
` 1 Lac as per clause 4.19 of Instruction to tenderers enclosed. Such bank guarantee shall
be issued by a scheduled bank in India acceptable to the owner and shall be strictly in the
format prescribed by the Corporation for the specific purposes for which the BG is required
to be furnished.
d. The EMD of unsuccessful tenderers shall be refunded without interest only after award of the work is finalised and after submission of original cash receipts by the tenderers.
e. EMD will not carry any interest. Other conditions pertaining to EMD shall be as per clauses given in enclosed Annexure of Instructions to Tenderer
f. Tenderer has to submit separate DD for Tender Fee and EMD
2. Tenders received without applicable EMD shall be rejected outright. Public sector
undertakings (Central/ State)/NSICs/JVs of IOC are exempted from making EMD
payment.
a. The EMD of unsuccessful tenderers shall be refunded without interest only after award of
the work is finalised and after submission of original cash receipts by the tendere.
b. EMD will not carry any interest. Other conditions pertaining to EMD shall be as per
clauses given in enclosed Annexure of Instructions to Tenderer.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 32
3. Completion Time:
Entire work should be completed in duration of 4 Months from the date of work order, failing
which price adjustment for delay in completion shall be made as 0.5 % per week or part
thereof the Total Value (executed amount). The reduction in the contract price hereunder by
way of price discount shall in no event exceed 10% of the Total executed works. This will be
in addition to and without prejudice to the other rights available to the Corporation
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. NATURE AND SCOPE OF WORK:
The scope of work includes SUPPLY, ERECTION, TESTING, COMMISSIONING OF MODIFICATION OF SPRINKLER SYSTEM AT LONI LPG PLANT including dismantling of old sprinkler system as required and as directed at site.
a. as per tender terms and conditions and Indian Oil Corporation Limited
specifications.
b. Tenderers are advised to visit the location and ascertain the conditions including
leads/ lifts involved etc. prior to quoting for the tender
c. The proposed drawing after the modification of the existing sprinkler system is enclosed and
the modication to be carried out as per the attached drawing. The successful tenders has to
prepare detailed drawing and get the same approved by third party like PDIL, Bureau
Veritas and by IOCL before commencing the work. Successful tenderer to give detailed
calculations/compliance as per OISD 144. After completion of works, four sets of as built
drawings to be prepared and the same to be approved by PDIL or Bureau Veriats for meeting
the requirement of OISD.
d. Removed pipes from the existing system to be utilized for the proposed new sprinkler
system. Balance pipes will be property of the Corporation. Tenderers are advised to visit the
site and obtain the detailed site condition from plant officers. Drawing hard copy can be
obtained on request.
5. Location of site:
The site is located at Loni LPG Bottling Plant , Indian Oil Corporation Ltd., Village-
Banthala ,Loni, Ghaziabad-201102 .Contact Person: Shri Naveen Kumar Pandey
Manager(Plant), TEL: 0120-268047, 9560355008. The work will be executed under the
supervision of officer deputed by the CPM, Loni BP.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 33
6. Price Basis:
No forms including “C” form will be issued by IOC and it has to be arranged by the contractor /
tenderer. Prices should be quoted accordingly.
7. Bill Of Quantities:
a. Bill of quantities is approximate and payment shall be made as per actual certified
measurements. The contractor is not entitled for any sort of compensation towards
excess materials procured / stored. Tenderer to assess the various materials required as
per site conditions.
b. After the placement of the order the successful tenderer shall not be allowed to sublet or
assign any part of the work order without Corporation’s prior written consent.
8. Site Cleaning:
a. The Contractor shall take care for cleaning the working site from time to time for easy
access to work site and also from safety point of view.
b. Working site should be always kept cleared to the entire satisfaction of the Site-in-
Charge. Before handing over any work to owner, the contractor in addition to other
formalities to be observed as detailed in the tender document shall clear the site to the
entire satisfaction of Site-in-Charge.
9. Modifications to General Conditions of Contract:
a. Ref. Clause 2.6.1.0 & 2.6.2.0 of the GCC. This clause stands deleted.
b. Ref. Clause 4.5.0.0. This clause stands partially modified, 30 days, to be read
as 15 days.
c. Ref. Clause 6.4.0.0 of GCC, regarding On Account Payments & Advances, this clause
is applicable however; the maximum payment for on account payment shall be
restricted to maximum of 90 % of the amount payable for executed work of each item.
d. Ref. Clause 6.4.5.0 of the GCC stand deleted. No Mob. Advance will be allowed.
e. Ref. Clause no. 4.4.2.0 of the GCC stands cancelled. It will be as per Completion time
stated above of SPECIAL TERMS AND CONDITIONS OF CONTRACT.
f. Ref. Clause 4.4.0.0 of the G.C.C., this clause stands deleted. Instead the condition will
be as under.
10 COMPLETION SCHEDULE
a. The contractor will ensure completion of work of the project in all respects within
4 Months from the date of work order.
b. Corporation shall be entitled to recover from the contractor liquidated damages @
0.5 % of the total order value per week or part thereof subject to maximum of 10%
of work order value (executed) for the delay if any on account of reasons
attributable to the contractor.
11 Penalty Clause:
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 34
The Corporation as below shall levy the penalty for breach of safety during execution of
works:
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 (maximum of Rs.
2 lacs) per injury in addition to Rs. 5000/- as mentioned above.
Fatal accident, a penalty of 1% of the contract value (maximum of `. 10 lacs)
per fatality in addition to Rs. 5000/- as mentioned above.
12 General:
a. Special Conditions of contract shall be read in conjunction with the General and
Particular Conditions of contract, Technical specifications of work, Drawings & any
other document forming part of the contract wherever the context so demands.
b. Notwithstanding the sub-divisions of the documents into the separate sections and
volumes, every part of each shall be deemed to be supplementary to and
complementary to every other part and shall be read with and into the contract as
far as it may be practicable to do so.
c. Where any portion of General or Particular Conditions of Contract is repugnant to or
at variance with any provisions of the Special Conditions of Contract when unless a
different intention appears, the provisions of the Special Conditions of Contract shall
be deemed to override the concerned provisions of General or Particular Conditions
of Contract and shall prevail to the extent of such repugnance or variation.
d. Wherever it is mentioned in the Specifications that the Contractor shall perform
certain work or provide certain facilities, it is understood that the Contractor shall do
so at his cost.
e. The materials, design and workmanship shall satisfy the relevant Indian Standard,
the job Specifications contained herein and codes referred to. Where job
specifications stipulate requirements in addition to those contained in the Standard
codes and Specifications, these additional requirements shall also be satisfied.
f. All safety rules & regulations as advised by Site in-charge shall be strictly followed
by the contractor as the works shall have to be carried out in running plant.
g. 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.
h. Works contract tax will be deducted along with other deduction like SD etc. as
applicable.
i. Arrangement for water, power and other facilities have to be arranged by the
contractor at his own cost or other wise supplied by IOCl on chargeable basis.
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 35
13 EXECUTION OF WORK & SETTING OUT
The Contractor shall be entirely and exclusively responsible for the correctness of every part
of the Work and shall rectify effectively any errors or imperfections therein; such rectification
shall be carried out by the Contractor, at his own cost, when instructions are issued to that
effect by the IOCL.
14 OBSERVATIONS AND RECORDS
The Contractor shall keep complete record of inspections and QAP tests for scrutiny by
visiting officers and submit visit reports after each and every visit.
15 WORKS IN OPERATING LPG PLANTS:
If the work is required to be carried out in working LPG Bottling Plant, under such
circumstances, the progress of work is likely to be interrupted on account of the operations of
the LPG Bottling Plant. The work may at certain times have to be stopped on the instructions
of our representative. Under such circumstances, the Contractor should co-operate with our
representative to avoid hindrance to the operations of the LPG Bottling Plant. The working
hours etc., shall be adjusted as per the directions of the Corporations representative, from
time to time. The Contractor shall strictly follow rules and regulations of the LPG Bottling
Plant.
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.
16 CHANGES IN SCOPE OF WORK
IOCL can request any change/addition to the scope of Contractor services within the general
scope of proposal. In such an event, Contractor shall intimate IOCL the estimated extra
charges, time of completion for additional scope of work, its effect on overall time schedule if
any, along with modifications in the guarantees. The extra charges, mode of payment, time
of completion and other relevant aspects shall be mutually agreed upon between IOCL and
Contractor.
17 OWNERSHIP OF THE DOCUMENTS
All the drawings and documents prepared by the Contractor and submitted to the
Corporation shall be exclusive property of the Corporation & shall be at liberty to use them
for whatever purpose in future.
18 COPY RIGHT AND SECRECY
In case of award of job to Contractor, all technical information, details, drawing or any other
data furnished by IOCL/Contractor during project execution shall be treated as confidential
and Contractor shall ensure the same is not reused for the design or installation of any other
plant or duplication and/or modification, revamping part or in whole of any plant so as to
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 36
substantially increase/improve its performance without prior written consent of IOCL.
Contractor is binding to IOCL for such undertaking for secrecy.
18.0 TESTS & INSPECTION
a. Acceptance of material will be subjected to inspection at Vendor’s works and at IOCL
site, approval and release by a Third Party Inspection Agency.
b. The tests & Inspections are to be carried out as per approved QAP based on tentative
QAP given in the tender, as per requirement of relevant BIS/Other codes & standards &
good engineering practices, as applicable.
c. All required facilities to facilitate inspection of equipment 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.
d. The contractor shall carry on the various tests, required as per relevant Indian
Standards specifications and our technical specifications stated in the tender. The
technical documents will be furnished by him during the performance of the work
e. All the tests either on the field or at approved test houses/outside laboratories
concerning the execution of the work and supply of materials by the contractor shall be
carried out by the contractor at his own cost.
f. The work is subject to inspection at all times by the Site engineer and/or by a Third
Party Inspection agency. The contractor shall carry out all instructions given during
inspection and shall ensure that the work is being carried out according to the technical
specifications of this tender, the technical documents that will be furnished by him
during the performance of the work and the relevant codes of practices
g. The contractor shall provide, for purposes of inspection by Corporation or by Third Party
Inspection Agency access ladders, lighting and necessary instruments at his own cost
h. Any work not conforming to the approved execution drawings, specification and codes
shall be rejected forthwith and the contractor shall carry out the rectification's
/replacement at his own cost.
i. All results of inspection and tests will be recorded in the inspection reports, performa of
which will be approved by the site-engineer. These reports shall form part of the
contract and shall be submitted to Corporation, periodically and for obtaining payment
as per payment schedule.
19 EVALUATION OF TENDERER'S WORKS / FACTORY
-
TENDER NO. UPSO-II/LE/LT/2015-16/03
DATE : 15.07.2015 DUE ON 27.07.2015 AT 15:00 HRS
SIGNATURE OF TENDERER PAGE 37
Before awarding the work, Corporation reserves the right to evaluate tender's works/ factory
with/without the help of third party to assess the capacity & capability of the Tenderer to
manufacture & supply the equipment/materials covered in this tender as per our terms,
c