tech bid rcc pt72

Upload: leilani-johnson

Post on 07-Jul-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/18/2019 Tech Bid Rcc Pt72

    1/62

     

    TECHNICAL / COMMERCIAL BID 

    Tender No. : RCC/ERO/37/2015-16/PT-72 

    For 

    CONSTRUCTION OF 4 NOS OF C1 TYPE RESIDENTIALFLATS AND OTHER ALLIED FACILITY FOR LOCATION IN

    CHARGE AND SENIOR OFFICERS AT PORT BLAIRHOUSING COLONY, BUNIYADABAD, PORT BLAIR,

     ANDAMAN & NICOBAR ISLANDS UNDER WEST BENGALSTATE OFFICE. 

    Indian Oil Corporation Limited (MD)Eastern Regional Office

    Indian Oil Bhavan2 Gariahat Road (South), Dhakuria,

    Kolkata-700 068

  • 8/18/2019 Tech Bid Rcc Pt72

    2/62

  • 8/18/2019 Tech Bid Rcc Pt72

    3/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    3 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    Please note that rates given in IOCL SOR (BOQ) are inclusive of all taxes, duties, royalties, levies,etc but exclusive of Service Tax. Service Tax shall be paid separately as per applicable rate.

    Thanking You,

     Yours faithfully,For Indian Oil Corporation Limited

    For General Manager (Contract Cell)Eastern Regional Office 

  • 8/18/2019 Tech Bid Rcc Pt72

    4/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    4 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    NOTICE INVITING e-TENDER

    Indian Oil Corporation Limited (Marketing Division), a Company having its registered office at G-9, Ali Yavar Jung Marg, “Western Express Highway”, Bandra (East), Mumbai-400 051 invites Public Tender intwo bid system (Tech-Bid and Price Bid) from reputed technically competent, quality conscious,

    experienced and financially sound contractors having experience of similar works and meeting qualifyingparameters along with other details given below :

    Tenderers are advised to download Notice Inviting Tender along with other tender documents from the e-tendering portal https://iocletenders.gov.in. While the tender shall be submitted online in soft copy on oure-tendering portal, the Earnest Money Deposit has to be submitted by dropping it in the Tender-box beforethe due date and time failing which the tender shall be summarily rejected. Tenderers must note thatIndian Oil will not be responsible for delay in submission of online tender on or before due date & time oftender submission. Tenderers must also note that before the bid is uploaded, the bid comprising of allattached documents should be digitally signed using digital signatures as specified in the tender.

     Any addendum/Corrigendum /sale date extension in respect of above tender shall be issued on ourwebsite:https://iocletenders.gov.in only and no separate notification shall be issued in the press. Bidder

    are therefore requested to regularly visit our website to keen themselves updated.

    Sl.No.

    TENDER SCHEDULE:

    1 Tender No. & Date ERO/RCC/37/2015-16/PT-72 dated 30.01.2016

    2 Name of Work

    Construction of 4 Nos of C1 Type Residential Flats and other AlliedFacility for Location In charge and Senior Officers at Port BlairHousing Colony, Buniyadabad, Port Blair, Andaman & NicobarIslands Under West Bengal State Office 

    3 Locations of the Job Port Blair, Andaman & Nicobar Islands 

    4 Estimated value of the jobRs. 1,91,14,597.19 (Inclusive of Service tax)Rs. 1,80,66,727.02 (Exclusive of Service tax)

    5 Completion period14 (fourteen) Months from the date of commencement orderwhich will be considered as 10th  day from the placing of Workorder or Handling over the site whichever is later.

    6 Tender Fee NIL

    7Earnest Money Deposit(EMD)

    Rs. 1,91,150.00  (Rupees One Lakh Ninety One Thousand OneHundred Fifty Only). Parties registered under MSME Act 2006,(erstwhile NSIC) and State/Central PSU’s and JV’s  of IOC areexempted from payment of EMD and they are to upload the validregistration certificate.Scan copy of the DD / Pay Order/ BG / Exemption Certificate shall

    be uploaded in the e-tendering portal and hard copy shall bedropped in the tender box of our Contract Cell. Tender withoutEMD as above shall be out rightly rejected.

    8 Mode of Payment of EMD

    Bidder may remit EMD 'online' using the guidelines provided in thee-tendering portal. For physical off-line submission Demand Draft

     / Pay Order/ BG from Scheduled Bank in favour of “Indian OilCorporation Ltd” payable at Kolkata.

    9

    Download of Tender Documents

    a) Starts on 30.01.2016 at 09:00 hrs IST

    b) Closes on 29.02.2016 at 14-30 hrs IST

    10 Pre-bid Meeting15.02.2016 at 11:00 Hrs. at Indian Oil Bhavan, 7th Floor,2Gariahat Road (South), Kolkata- 700068

    11Uploading / Submission of Tender Documents

    a) Starts on 17.02.2016 at 09:00 Hrs IST

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/

  • 8/18/2019 Tech Bid Rcc Pt72

    5/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    5 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    b) Closes on 29.02.2016 at 14:30hrs

    12Last Date of Submission ofEMD in Tender Box

    Up to 29.02.2016 at 14:30hrs

    13Technical Bid Opening Date

    & Time

    01.03.2016 at 15:00 hrs IST or any time thereafter.

    14Original Documents

     VerificationOn 03.03.2016 to 08.03.2016 within office hours. No separatecommunication will be sent for Original Document Verification.

    15 Validity of Offer 120 days from the date of opening of the technical-bid

    16 Name of contact personMr. T.K. Biswas, Ch. Mgr (Contracts), EROMail : [email protected]

    17 Address of OfficeContract Cell, Indian Oil Corporation Ltd. (MD) , 7th Floor, IndianOil Bhavan, 2 Gariahat Road (South), Dhakuria, Kolkata - 700068

    SL QUALIFYING PARAMETERS

    1.

    Experience of having successfully completed similar works during last 5 (five) years up to the

    last day of month previous to one in which tenders are being invited i.e. up to 31.12.2015,should be either of the following:

    a)Three similar completed works each costing not less than or equal to Rs. 57.35 Lacs 

    OR

    b)Two similar completed works each costing not less than or equal to Rs. 76.46 lacs 

    OR

    c) One similar completed work costing not less than or equal to Rs. 95.58 lacs 

    In case documentary proof produced by the tenderer pertains to the work order prior to thequalifying period but completed during the qualifying period, the value of works completedduring the qualifying period shall be reckoned for arriving at the value of similar workcompleted.

    2.

    Definition of Similar works: The party should have experience of successfully completing anyworks which necessarily includes construction of RCC framed structural building. Note: In case against the similar work order bidder has submitted the SAP work orders of IOC,the verification of work orders may be done from SAP for determining the final value of theworks and completion date.

    3. Annual Turnover: The annual turnover of the Tenderers during any of the last three financialyears (2012-13, 2013-14 and 2014-15) should be at least Rs. 114.69 Lacs 

    4Price Bid on Percentage basis where the Party should quote as % above/below than theDepartmental Estimate.

    5 As per MSME ACT 2006 Or (Erstwhile NSIC Registered parties), Central/State PSUs and JVs ofIOCL are exempted from the Tender fee and EMD for this tender.

    6 Number of Vendor required: One

    7  Validity of Tender: Tender rates shall be valid for a period of 120 days from the date of openingof Technical Bid.

    8

    Basis of Selection: Selection of parties will be based on the lowest acceptable rate. In case thereis more than one party quoting the same rate, the party having highest declared turnover(declared through audited accounts) of any of the three preceding years (2012-13, 2013-14 and2014-15) shall get preference.

    The main scopes of work are as follows:a)  Construction of 4 nos C1 type officers residential quarters /flats ( three bedroom ) with two storied

    Building in line with drawings and specificationb)  Land / area development, retaining wall, Pavement, approach road, drainage system and other allied

    civil works in line with drawings and specification.

    c)  Electrification works for the quarters.d)  Development of Car Parking area and Structural shed as per drawing/ design.e)  The drawing attached with the tender is only used for tendering purpose. However working drawing

    may be given with approval of EIC/Consultant during execution.

  • 8/18/2019 Tech Bid Rcc Pt72

    6/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    6 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    Instructions to Bidders for participation in E-Tendering :Tender documents for subject work in two bid system i.e. Techno commercial bid and Price Bidcan be downloaded from the website https://iocletenders.gov.in/.  No tender fee is required for

    downloading of tender. Tender will not be available for purchase from any of our offices.Updated Special Instruction to the bidder has been uploaded in the websitehttps://iocletenders.gov.in.

    Submission of tender: Indian Oil Corporation Limited has uploaded the tender documents in following parts:  NIT  Technical / Commercial Bid  Special Instruction to Bidders  Specifications-Civil Vol I&II, Mechanical and Electrical  Drawing  GCC  Price Bid (BOQ)

    Tenderer s are requested to go through all these documents thoroughly, inspect the site, studythe situations, site conditions and then upload your completed bid on our e-tendering portalhttps://iocletenders.gov.in/  List of documents to be submitted along with tender is mentionedbelow.

    Tenderer uploading Tender Document, without filling any or all Affidavits, Declarations, Formats,Undertakings etc. shall be considered as agreeing the same by them under relevant category.Uploading of the same in blank as part of tender document shall be considered as in-agreementto all Affidavits, Declarations, Formats, Undertakings, Agreements etc. in toto.

    Tenderers are requested to take out print of relevant Affidavits, Declarations, Formats,Undertakings, Agreement etc in which they want to provide respective details and then uploadseparately. Uploading the same will supersede the blank Affidavits, Declarations, Formats,Undertakings etc. uploaded by them along-with Tender Document.

    Technical Bid will be opened on the day as mentioned in the NIT. If the date of opening of thetender happens to be a Bandh or Holiday, the tender will be opened on the next working day.

    Pre-Bid Meeting: Conditional offers are liable for rejection. However tenderers are requestedto get any clarification, if required, during Pre-Bid Meeting. The points to be clarified during pre-

    bid meeting may please be conveyed to Indianoil at-least two working days prior to scheduledday of meeting through email. This is with a view to have structured discussion with proper focuson issues. Please also note that after the clarifications, if any, are given in pre bid meeting, nofurther deviation shall be permitted and all decisions taken by Indianoil in pre-bid meeting shallbe binding on all bidders. All are requested to attend pre-bid meeting. The Pre-Bid meetingminutes shall be uploaded in the e-tender portal and form part of the tender document which isbinding for all bidders.

     Verification of original documents: The bidders are required to report with all originaldocuments pertaining to qualifying parameters and other documents for verification withscanned / photocopies of documents submitted along-with tender, in our office as per schedule

    given in Notice Inviting e-Tender. No separate communication will be made in this regard. Failureon the part of the tenderer to report on specified date and time is liable for rejection of thetender submitted, without further communication.

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/

  • 8/18/2019 Tech Bid Rcc Pt72

    7/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    7 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    Canvassing of information or submission of forged or false documents / information by anyTenderer shall make their offer invalid. Further, action shall also be taken by Indianoil forforfeiture of their EMD/SD as well as putting the Party on Holiday list.

    Notwithstanding any other condition/ provision in the tender documents, in case of ambiguity orincomplete documents pertaining to PQC, bidders shall be given only one opportunity with afixed deadline after bid opening to provide a complete & unambiguous document in support ofmeeting the PQ criteria. In case the bidder fails to submit any document or submits incompletedocuments within the given time, the bidders will be rejected.

    It also be noted that all communication related to the queries against the single chance will begiven through in e-tender website only & Vendor has to reply the same through e-Tenderwebsite only.

    Technical Qualification: A tenderer shall be considered technically qualified based on meetingqualifying parameters and after verification of the same with respective original documents asstipulated above. IOC reserves the right to verify the credentials towards value of work executedat a later date from the order issuing authority. In the event, document submitted by thetenderer is found to be forged or incorrect, the selection of such tenderer shall be terminatedand EMD or SD submitted shall be forfeited. Such tenderer is also liable to be put on Holiday Listby IOC.

    Price Bid Qualification: Tenderer shall have to quote a percentage above / below / at par(Zero percent), over the rates indicated in the price schedule & same shall be applicableuniformly to all items i.e. they should give their price against the total price of the schedule ofworks. The quoted price shall be inclusive of all taxes & duties exclusive of Service Tax and shall

    remain firm till completion of the work. Service Tax shall be paid extra as per applicable rate.The Present rate of Service tax for this tender under work contract is 5.8% (14.5% of 40%).

    No suo-moto reduction in price quoted by bidder shall be permitted after opening of the bids. Ifany bidder unilaterally reduces the prices quoted by them in their quotation after opening ofbids, the bid of such bidder will be summarily rejected.

    Selection Criteria: After technical qualification of tenderers, price bid of technically qualifiedparties will be opened. Comparative statement of technically qualified tenderers will be preparedand they will be arranged from lowest bidder to the highest bidder. The lowest acceptable ratewill be arrived at by IOC, with or without negotiation, as the case may be, afterfollowing the Corporation procedure in vogue. In case there is more than one party quoting thesame rate, the party having highest declared turnover (declared through audited accounts) ofany of the three preceding years (2012-13, 2013-14 and 2014-15) shall get preference .

    The entire job shall be awarded to the lowest tenderer. The lowest tenderer shall mean thetechno-commercially qualified L-1 tenderer offering the lowest acceptable rate (with or withoutnegotiation) after following IOCL guidelines.

    Documents to be uploaded:1.  Copy of EMD / NSIC Certificate / EMD Exemption Certificate2.   Audited Balance Sheet and P/L Statements for Last 3 years

    3.  Work Order Copies for similar work in Last 5 Years4.  Work Completion Certificate for similar work in Last 5 Years5.  Certificate of Incorporation / Partnership Deed

  • 8/18/2019 Tech Bid Rcc Pt72

    8/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    8 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    6.  Power of Attorney or Affidavit of Partnership or Proprietorship on Stamp paper dulynotarized

    7.   Acceptance of GCC and all Terms & Conditions (Format enclosed)8.  Declaration A, B, C and D (Format enclosed)

    9.  Declaration regarding Black Listing and Holiday Listing (Format enclosed)10.  Undertaking for Non Tampering of Data (Format enclosed)11.  Provident Fund Registration Certificate12.  ESIC Code Allotment Letter13.  PAN Card14.  Service Tax Registration Certificate15.  TIN Number16.   VAT/ CST Registration

    Tender Fee: NIL for e-tenders. 

    Earnest Money Deposit (EMD)Bidder may remit EMD 'online' using the guidelines provided in the e-tendering portal. Forphysical off-line submission, EMD is to be paid by DD/ Pay Order / Bank Guarantee. DD/ PayOrder should be in favour of Indian Oil Corporation Ltd payable at Kolkata. BG should be validfor 6 months from the due date of opening of tender. The format for Bank Guarantee in lieu ofEarnest Money Deposit should be as given in the tender documents. 

    Scan copy of the BG / DD / Pay order to be uploaded along with the completed e-tenderdocument / price bid. Hard copy of EMD (Original DD/Pay Order) must be submitted before duedate and time of submission in a sealed envelope mentioning Tender No., Name of Work &vendor name & address and to be dropped in the Tender Box of Contract Cell. In case the EMDis not paid, the offer will be treated as invalid and their offer / tender will be rejected. EMD will

    be released after finalization of the tender, for which no interest will be allowed. Late receipt ofEMD on any account shall be treated as invalid and hence, will not be opened.

     As per MSME ACT 2006 or (Erstwhile NSIC Registered parties), Central/State PSUs and JVs ofIOCL are exempted from the EMD. They have to upload their exemption certificate in the e-Tender and the same certificate will be verified during document verification. Parties registeredwith NSIC (National Small Industries Corporation Ltd.) shall be eligible for EMD exemption onlywhen the items mentioned in the ‘Schedule of Rates (SOR)’ of IOC tender are included in theItems / Stores mentioned in the NSIC certificate. In other words, in case the scope of itemsmentioned in the certificate issued by NSIC differs from the scope of works in the tender, suchoffer shall be treated as without EMD and is liable for rejection. The successful / finalized party

    shall have to submit the Security deposit in line with the terms & conditions as mentioned in thetender / contract.

    Parties with Acknowledgement of Entrepreneurs Memorandum (EM-Part-II) from DIC (DistrictIndustries Centre) shall be eligible for EMD exemption only when the Acknowledgement ofEntrepreneurs Memorandum (EM-Part-II) / Certificate issued by DIC mentions that the party iseligible for EMD exemption. Also, the scope of items mentioned in such certificate should coverthe scope of work in the tender. In other words, in case the scope of items as mentioned in thecertificate issued by DIC differs from the tender scope of works or if the Acknowledgement ofEntrepreneurs Memorandum (EM-Part-II) / Certificate issued by DIC does not mention regardingeligibility of the party for EMD exemption, such offer shall be treated as without EMD is liable for

    rejection. The successful / finalized party shall have to submit the Security deposit in line withthe terms & conditions as mentioned in the tender / contract.

  • 8/18/2019 Tech Bid Rcc Pt72

    9/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016Page

    9 of 62Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    Service Tax :In the present case the work is classified under works contract and hence abatement of 60% ofwork value is permissible for calculating service tax liability. Therefore tender evaluation shall bedone after considering the service tax component on 40% of the contract value irrespective of

    the methodology of computation of service tax liability by vendor.Present rate of service tax is 14.5% including cess. The successful bidder shall be required tosubmit valid taxed invoices indicating the service tax component separately (Payable by IOCLand Vendor as per statute) with each invoice.In other words the Service tax component @ 5.8 % of the quoted amount is excluded in yourrates. Any change in Service tax rate as Per Prevailing Govt rules will bon by IOCl,Liability for payment of service tax shall be as under:a)  In case of company, full amount of service tax, shall be deposited by contractor to service

    tax authority.b)  In case of HUF/ Association of persons/ proprietorship/ partnership firm, 50% of service

    tax will be deposited by IOCL directly to the service tax authorities and balance 50% shallbe deposited by contractor to service tax authority

    Completion Time: 14 (Fourteen) months from the date of commencement order which will be considered as 10 th day from the placing of Work order or Handling over the site whichever is later. In case thevendor is unable to complete the work within the stipulated time then price adjustment for delayin completion will be applicable as per clause 4.4.0.0, section 4 of GCC.

    Security Deposit: Successful bidder shall have to submit Security deposit within 10 days after issuance of Letter ofIntent / Acceptance. Security deposit shall be 10% of contact value which can be given in anyone of the following mode.

    a)  Initial SD: Out of total security deposit, 25% shall be paid by Pay Order/DD on scheduledbank in favour of the Indian Oil Corporation Ltd. Payable at Bhubaneswar immediately onacceptance of LOI / LOA and the balance 75% of the security deposit shall be recoveredfrom the R/A bill @ 10% of the value of bill till the total amount of the security deposit isrecovered.

    b)  Entire SD amount may be paid by Pay Order or DD on scheduled bank in favour of theIndian Oil Corporation Ltd. Payable at Bhubaneswar.

    c)   Alternatively, by way of Bank Guarantee for the entire amount of Security Depositexecuted by scheduled bank to be submitted before the commencement of works. TheBank Guarantee shall be valid for a period of 15 months from the expected date ofcompletion of work. The BG should be sent directly by the banker under their covering

    letter to the office of the Corporation by Regd. Post/courier. (Format of Enclosed inTender documents).

    d)  Option of one the above methods once exercised should under no circumstances bechanged later on.

    The security deposit will be released after completion of warranty period of 2 years provided nodefects are noticed in the work during this period. No interest will be allowed on security deposit.The same shall be extended as per the requirement of the concerned State Offices depending onthe actual / anticipated date of completion of works i.e. all the works shall be secured for aminimum period of 24 months from the date of completion. The tenderers may choose to submita fresh BG for the value of work whose defect liability period is ending beyond the validity of the

    initial BG.

  • 8/18/2019 Tech Bid Rcc Pt72

    10/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    10 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    Indian Oil reserves the right to accept or reject any or all tenders at their sole discretion.However, reasons for rejection shall be disclosed only upon specific enquiry by a prospectivebidder (as per Rule 160 (ii) of GFR 2005)

    Thanking you,  Yours faithfully,For Indian Oil Corporation Limited,

    GM (Contract Cell)Eastern Regional Office

  • 8/18/2019 Tech Bid Rcc Pt72

    11/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    11 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    STATEMENT OF CREDENTIALS 

    Tenderer should fill in below mentioned details and submit the same along with the technical bid.Non-compliance of any details will be treated as incomplete tender. Please state ‘Not Applicable’

    in case you have no positive answer. For example, if you are not a Proprietary firm, then pleasestate ‘Not Applicable’ against Item No.2 (a) below instead of keeping the same blank.

    1.  Name and address of the Contractor:

     __________________________________________________________________________ 

     __________________________________________________________________________  

    Email address : ___________________________________

    Phone No. : ___________________________________

    Fax No. : ___________________________________

    Name of the Contact Person : ___________________________________

    Mobile No. of the Contact Person: ___________________________________

    2.  Type of firm:

    (a)  Sole Proprietorship : ___________________________________

    (Give name of Proprietor)

    Or

    (b) Partnership Firm:

    (Give names of the partners and enclose copy of the Partnership deed):

    (i) _________________________________

    (ii) _________________________________

    (iii)_________________________________

    (iv)_________________________________

    Or

    (c) Company(Give names of the Directors and enclose copy of Memorandum of Association) :

    (i)__________________________________

    (ii)__________________________________

    (iii)_________________________________

    (iv)_________________________________

    3.  PAN No._________________ dated__________issued by____________.

    (Scan copy to be uploaded in the e-tender site).

  • 8/18/2019 Tech Bid Rcc Pt72

    12/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    12 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    4.  Service Tax Registration no._________________ valid upto. _________

    (Scan copy to be uploaded in the e-tender site).

    5.  Bank Account Details:

    Name of the Bank  

     Account No. 

    Type of Account (SB/CC/CA) 

    Branch Name & Address of branch 

    Branch Code

    9 Digit Code no. of Bank and Branch asappearing on MICR Cheque 

    Branch IFSC code (for RTGS payments)

    6. Details of major purchase order value executed as specified in the tender notice in last

    five financial years

    SlNo

    PARTICULARS 1 2 3

    (a) Party’s Name who issued theOrder, Clear Postal Address,Telephone/Fax Nos and E-Mail Address.

    (b) Purchase Order ref., date & Value of purchase order (inRs. lacs)

    (c) Scheduled time of completionas per WO.

    (d) Date of commencement

    (e) Date of Completion

    (f) Completion report frompurchaser.

    Note:(a)   Vendor should furnish copy of the above referred orders / inspection certificates (if any) /

    payment details / challans / receipt notes / proof of completion / completion certificates.(b)  Enclose a separate statement if space is not sufficient.

  • 8/18/2019 Tech Bid Rcc Pt72

    13/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    13 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    7. Annual Turnover in last three financial years

    SL. NO. FINANCIAL YEAR VALUE IN Rs. LACS

    1. FY 2012-13

    2. FY 2013-14

    3. FY 2014-15

    Note: Vendor should furnish copy of audited Balance Sheet as proof of turnover.

    8. Income Tax Returns for last 3 years

     Assessment year Certificate No Date Filed on / Valid Upto

    Note  :  Vendor should furnish copy of Returns / ITAO.

    9. NSIC (National Small Industries Corporation) / SME Registration Certificate

    CertificateNo

     ValidityDate

    Date of Last Review byNSIC / SME

    Limit Approved by NSIC /SME In Rs.

    Note: Copy of valid NSIC & SME Registration Certificate should accompany the quotation.

    10. PF Registration No._________________ dated__________issued by____________.(Scan copy to be uploaded in the e-tender site).

    11.  ESIC Registration No._________________ dated__________issued by____________.(Scan copy to be uploaded in the e-tender site).

  • 8/18/2019 Tech Bid Rcc Pt72

    14/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    14 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    INSTRUCTIONS TO TENDERERS - PARTICULAR CONDITIONS OF CONTRACT

    1.0  DOWNLOADING OF TENDER :

    Tender documents for subject work in two bid system i.e. Techno commercial bid andPrice Bid can be downloaded from the website https://iocletenders.gov.in/.  No tenderfee is required for downloading of tender. Tender will not be available for purchase fromany of our offices.

    2.0  STUDY OF TENDER DOCUMENTS AND VISITS TO SITE :

    Tenderers should study the tender documents carefully before quoting. The tenderersshould also visit the site and acquaint themselves with site conditions. The tenderers arealso expected to know about the availability of water, power, approach road, constructionmaterials, as per required specifications and any/ all other ancillary facilities since theseare to be provided / arranged by the tenderers (unless otherwise specified) at their costto execute the works. All these factors must be taken into account.

    3.0  SUBMISSION OF TENDER :

    Bids are required to be submitted online only on e-tendering portal

    https://iocletenders.gov.in/ with digital signatures. Late and delayed Bids / Offers after

    due date / time shall not be permitted in e-tendering system. No bid can be submittedafter the last date and time of submission has reached. However, if bidder intends torevise the bid already submitted, they may change / revise the same on or before thelast date and time of submission of bid. The system time (IST) displayed on e-tendering

    web page shall be the time and no other time shall be taken into cognizance. Bidders are

    advised in their own interest to ensure that bids are uploaded in e-tendering system wellbefore the closing date and time of bid. No Manual Bids / Offers shall be accepted. 

    Tenderers must note that Indianoil will not be responsible for delay in submission ofonline tender and late receipt of EMD before due date & time of tender submission.Tenderers must also note that before the bid is uploaded, the bid comprising of allattached documents should be digitally signed using digital signatures.

    4.0  EARNEST MONEY DEPOSIT :

    Bidder may remit EMD 'online' using the guidelines provided in the e-tendering portal. For

    physical off-line submission, EMD is to be paid by DD/ Pay Order / Bank Guarantee. DD/Pay Order should be in favour of Indian Oil Corporation Ltd payable at Kolkata. BGshould be valid for 6 months from the due date of opening of tender.

    The scan copy of the DD or Pay Order or BG or document of exemption claim is to beuploaded along with the completed e-tender document / price bid. The EMD (Original DD/Pay Order /BG) in a sealed envelope mentioning Tender No., Name of Work & vendorname & address must be dropped in the Tender Box at the following address before duedate and time of submission of Tender.

    CONTRACT CELL TENDER BOX

    Indian Oil Corporation Limited (Marketing Division)Eastern Regional Office, Contract Cell, 7th Floor (West),

    Indianoil Bhawan, 2 Gariahat Road (South), Kolkata-700068

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/

  • 8/18/2019 Tech Bid Rcc Pt72

    15/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    15 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    In case the EMD is not paid, the offer will be treated as invalid and the offer / tender willbe rejected. Late receipt of EMD on any account shall also be treated as invalid andtender will not be opened. EMD will be released after finalization of the tender for which

    no interest will be paid.EMD is not convertible to ISD.

     As per MSME ACT 2006 or (Erstwhile NSIC Registered parties), Central/State PSUs andJVs of IOCL are exempted from the EMD for this tender. The party should upload thedocument towards exemption claim along with completed e-tender document.

    5.0  PRE-BID MEETING:

    Conditional offers are liable for rejection. However tenderers are requested to get anyclarification, if required, during Pre-Bid Meeting. The points to be clarified during pre-bidmeeting may please be conveyed to Indianoil at-least two working days prior toscheduled day of meeting through email. This is with a view to have structured discussionwith proper focus on issues. Please also note that after the clarifications, if any, are givenin pre bid meeting, no further deviation shall be permitted and all decisions taken byIndianoil in pre-bid meeting shall be binding on all bidders. All are requested to attendpre-bid meeting. The Pre-Bid meeting minutes shall be uploaded in the e-tender portaland form part of the tender document which is binding for all bidders.

    6.0  OPENING OF TENDER:

    Technical Bid will be opened on the date as mentioned in the Notice Inviting Tender. Ifthe date of opening of the tender happens to be a Bandh or Holiday, the tender will beopened on the next working day.

    7.0   VERIFICATION OF DOCUMENTS:

    The bidders are required to report with all original documents pertaining to qualifyingparameters and other documents for verification with documents submitted along-withtender, in our office as per schedule given in Notice Inviting e-Tender. No separatecommunication will be made in this regard. Failure on the part of the tenderer to reporton specified date and time may result in rejection of the tender submitted, withoutfurther communication.

    Canvassing of information or submission of forged or false documents / information

    by any Tenderer shall make their offer invalid. Further, action shall also be taken byIndianoil for forfeiture of their EMD/SD as well as putting the Party on Holiday list.

    Notwithstanding any other condition/ provision in the tender documents, in case ofambiguity or incomplete documents pertaining to PQC, bidders shall be given only oneopportunity with a fixed deadline after bid opening to provide a complete & unambiguousdocument in support of meeting the PQ criteria. In case the bidder fails to submit anydocument or submits incomplete documents within the given time, the bidders will berejected.

    It also be noted that all communication related to the queries against the single chance

    will be given through in e-tender website only & Vendor has to reply the same through e-Tender website only.

  • 8/18/2019 Tech Bid Rcc Pt72

    16/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    16 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    8.0  TECHNICAL QUALIFICATION:

     A tenderer shall be considered technically qualified based on meeting qualifyingparameters and after verification of the same with respective original documents as

    stipulated above. IOC reserves the right to verify the credentials towards value of workexecuted at a later date from the order issuing authority. In the event, documentsubmitted by the tenderer is found to be forged or incorrect, the selection of suchtenderer shall be terminated and EMD or SD submitted shall be forfeited. Such tenderer isalso liable to be put on Holiday List by IOC.

    9.0  QUOTING OF RATES:

    Tenderer shall have to quote a percentage above / below / at par (Zero percent) / NotQuoted, over the rates indicated in the price schedule & same shall be applicableuniformly to all items i.e. they should give their price against the total price of theschedule of works.

    The quoted price shall be inclusive of all taxes & duties exclusive of Service Tax. Servicetax shall be paid extra. The bidder shall bear all costs associated with their bidincluding costs and expenses relating to the visits to the site etc and IOCL will in nocase be liable for these costs regardless of the outcome of the bidding process.

    Once the quotation is accepted and the work order is placed on the successful tenderer,the rates shall remain firm till the completion of works in all respects and no escalationwhatsoever will be entertained on any grounds. No variation or reimbursement shall beentertained due to revisions in statutory tax or levies except service tax imposed by theGovernments of State or Centre. Any change in the rate of service tax will be borne by

    IOC.

    10.0   VALIDITY OF TENDER: 

    The offers shall be valid for a period of 120 days from the date of opening of technicalbid. No revision of rates will be accepted after opening of the tender unless asked for bythe Corporation in writing. 

    11.0   ACCEPTANCE OF TENDER BY CORPORATION:

    Incomplete tenders, conditional offer, EMD received late (i.e. after due date and time for

    opening) and tenders not conforming to the terms and conditions prescribed in thetender documents or not accompanied by the requisite EMD will be rejected. Requests foradjustment of pending bills or any other amount towards earnest money deposit will notbe accepted. The Corporation is not bound to accept the lowest tender and reserves theright to reject any or all tenders without assigning any reason whatsoever and or to carryout negotiations with the tenderers in the manner considered suitable to the Corporation.

    12.0  SELECTION CRITERIA :

     After technical qualification of tenderers, price bid of technically qualified parties will beopened. Comparative statement of technically qualified tenderers will be prepared and

    they will be arranged from lowest bidder to the highest bidder. The lowest acceptablerate will be arrived at by IOC, with or without negotiation, as the case may be,after following the Corporation procedure in vogue. In case there is more than one

  • 8/18/2019 Tech Bid Rcc Pt72

    17/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    17 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    party quoting the same rate, the party having highest declared turnover (declaredthrough audited accounts) of any of the three preceding years (2012-13, 2013-14 and2014-15) shall get preference.

    The entire job shall be awarded to the lowest tenderer. The lowest tenderer shall meanthe techno-commercially qualified L-1 tenderer offering the lowest acceptable rate (withor without negotiation) after following IOCL guidelines.

    13.0  CLARIFICATIONS / NEGOTIATIONS: 

    Negotiations shall not be conducted as a matter of routine. However Corporation reservesthe right to conduct negotiations and Tenderers will have to attend the office of theCorporation for negotiations/ clarifications required in respect of their quotations withoutany commitment on the part of the Corporation. The bidder shall bear all expenses forattending meeting for negotiation at our office.No suo-moto reduction in price quoted by bidder shall be permitted after opening of thebids. If any bidder unilaterally reduces the prices quoted by them in their quotation afteropening of bids, the bid of such bidder will be summarily rejected.

    14.0  COMPLETION TIME:

    The entire job will have to be completed within period stated above in NIT.

    15.0  SECURITY DEPOSIT:

    Successful bidder shall have to submit Security Deposit within 15 days after issuance ofLetter of Intent / LOA. Security Deposit shall be 10% of contact value which can be given

    in any one of the following mode:

    a)  Initial SD: Out of total security deposit, 25% shall be paid by Pay Order / DD /Banker’s Cheque on scheduled / nationalized bank in favour of the Indian OilCorporation Limited (MD) payable at Kolkata  immediately on issuance of LOI andthe balance 75% of the security deposit shall be recovered from the R/A Bill @ 10%of the value of bill till the total amount of the security deposit is recovered.

    b)  Entire SD amount may be paid by Pay Order or DD or Banker’s Cheque onscheduled / nationalized bank in favour of the Indian Oil Corporation Limited (MD)payable at Kolkata. 

    c)   Alternatively, by way of Bank Guarantee (BG) for the entire amount of Security

    Deposit executed by nationalized / scheduled bank to be submitted before thecommencement of works, provided the amount covered by any such BankGuarantee is not less than Rs 1.0 Lac. The Bank Guarantee shall be valid for aperiod of 15 months from the expected date of completion of work. The BG shouldbe sent directly by the banker under their covering letter to the office of theCorporation by Regd. Post/courier. (Format of BG for SD enclosed in Tenderdocuments).

    d)  Option of one the above methods once exercised should under no circumstances bechanged later on.

    e)  EMD is not convertible to ISD

    The security deposit will be released after warranty period of 24 months from the date of

    completion of work provided no defects are noticed in the work during this period. Nointerest will be allowed on security deposit.

  • 8/18/2019 Tech Bid Rcc Pt72

    18/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    18 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    16.0   ACCEPTANCE OF WORK ORDER BY TENDERER:

    If the successful tenderer fails to return the duplicate copy of the work order and

    agreement duly signed in token of their acceptance or fails to deposit the requisite initial

    Security Deposit or fails to commence work within 10 (ten) days of handing over the job, the Earnest Money deposited shall be forfeited.

    The Corporation reserves the right to accept or reject any or all bids or to split the workamongst various contractors or to award only part of the work or cancel the totalbid process at their sole discretion without assigning any reason whatsoever. However,reasons for rejection shall be disclosed only upon specific enquiry by a prospective bidder(as per Rule 160 (ii) of GFR 2005).

    17.0  EXECUTION OF AGREEMENT:

    On acceptance of the quotation, the successful contractor will have to execute anagreement with the corporation covering all aspects of the contract in standard form,immediately before commencement of the works. The intending tenderers shouldacquaint themselves with the provisions of standard agreement prior to quoting.

    18.0  POWER OF ATTORNEY:

    When the party signing the agreement is not the sole proprietor, necessary power ofattorney authorising the person who is acting on behalf of the firm should be producedbefore execution of the agreement. 

    19.0  EXECUTION OF WORKS:

    On receipt of the work order and before starting the work, the contractor shall submit adetailed construction programme (PERT/ MS PROJECT) chart adhering to the completiontime quoted in the work order. The program thus submitted shall form a part of thecontract and shall be binding on the contractor. However, the corporation reserves theright to alter the programme if necessary. No claim whatsoever of the contractor on thisaccount will be entertained.

    20.0  MATERIALS/ EQUIPMENTS:

     All materials required for execution of work must be got approved by our site

    representative before they are brought to the site and also before being actually put touse. All facilities for prior inspection of materials and subsequent inspection of work byour site engineer must be made available.

    21.0  MATERIALS WITHOUT APPROVAL:

    a)   Any material brought without prior approval will be entirely at the risk and cost of thecontractor.

    b)  If contractor brings defective/ sub standard materials to site, it shall be the responsibilityof the contractor for the removal and disposal of the same at his cost. The corporation

    shall not entertain any claim from the contractor in this account in case the contractorfails to remove such materials within 15 days after issuing notice in writing to the

  • 8/18/2019 Tech Bid Rcc Pt72

    19/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    19 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    contractor. Corporation reserves the right to dispose such materials at the entire risk andcost of the contractor.

    c)  Work order quantities are approximate and payment shall be made as per actual

    measurements. The contractor is not entitled to for any sort of compensation towardsmaterials procured/ stored in excess of the measured quantity if any.

    d)  Excess quantities over and above that mentioned in the work order or extra items ordeviation in work order should not be carried out by the contractor unless he has beenasked to do so in writing and if carried out without such written approval, the same willbe at risk and cost of the contractor.

    e)  Detailed measurement of works carried out shall be jointly taken by the contractor andour site engineer at every stage of work before proceeding to the next stage as perrelevant clauses of GCC.

    f)  Entire works shall be carried out under the supervision of the authorized representative ofthe corporation.

    22.0  PROCUREMENT OF MATERIALS:

    It shall be contractor’s responsibility for procurement of all materials/ equipment etc.from the approved vendors for various materials as per the schedule of works and nodelay due to non-availability of any materials/ equipments will be entertained by thecorporation. 

    23.0  SAFETY AND SECURITY OF MATERIALS:

    The responsibility of the materials and equipment brought or installed by the contractors(till they are handed over to us) will remain with the contractor and any claim ofwhatsoever nature due to any loss or otherwise will not be entertained. The contractorwill have to handover completed job in its entirety as per work order. 

    In case the contract works is to be done within the Terminal / Plant/ depot/ installation/ AFSs, the contractor shall have to observe all local rules for safety/ security/ gate passesetc as advised by the location-in-charge/ site engineer.

    24.0  SAFETY OF CORPORATION SUPPLIED MATERIALS:

    Once the steel plates, valves and other corporation supplied items are handed over to thecontractor, the safety of the same is the contractor’s responsibility. 

    25.0  STORAGE SPACE:

    No covered space shall be released for storage/ stacking of contractor’s materials. Thecontractor shall make his own arrangement for the same.

    26.0  METHOD OF WORK:

     As stated in the general conditions of contract, the contractor shall carry out works as perdirections in the work order. The contractor shall not undertake on his own any change inthe specifications mentioned in the tender documents and work order. In case of doubt,

  • 8/18/2019 Tech Bid Rcc Pt72

    20/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    20 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    the contractor will refer the matter in writing and the contractor shall carry out the itemof work as per clarifications given. In case of delay in getting such clarifications, thecontractor will not be entitled for any claim on any account of idling of their labourers,machinery etc. In case the contractor carries out the work as per his own specifications

    not acceptable to the corporation in such cases, the same will be required to be redoneas per the specifications given by the corporation at the contractor’s risk and cost. In caseof failure to re-do the work by the contractor, the corporation reserves the right to get itdone through any other agency entirely at the risk and cost of the contractor. 

    27.0  CORPORATION’S RIGHT: 

    The corporation reserves the right to increase/ decrease the tendered quantity of any orevery item and delete any item at any stage of work at the accepted rates. Thecontractor’s claim for compensation or damages on account of these shall not beentertained. 

    28.0  REVISIONS:

    The Corporation reserves the right to revise the specifications, drawings and designs atany stage of work. Such deviations shall be adjusted at the rates already contained in thework order or at the prevailing market rates, if the rates are not available in the workorder. 

    29.0  MEASUREMENTS:

     All works shall be measured as per the procedure laid down in relevant BIS standards(latest edition)/ GCC and final payment shall be as per the measured quantities and not

    as per work order quantities. 

    30.0  PROGRESS REPORT OF WORK:

    Contractor shall report and submit progress report of the work fortnightly to theconcerned office, which has awarded the contract. 

    31.0  MAINTENANCE OF INSTRUCTION BOOK:

    The contractor at site will maintain an instruction book serially numbered having oneoriginal and two copies of each page so that our visiting officers/ site engineers can issue

    instructions regarding progress and quality of work to the contractor. The contractor orthe contractor’s representative will sign in the instruction book  in token of receipt of andunderstanding of such instruction. The original copy of the instruction page shall be senttoo the concerned engineer and second copy will be retained by the issuing person andthe third copy shall be retained by the contractor. 

    32.0  SUBMISSION OF BILLS:

    In addition to the corporation’s measurement / bills proforma, the contractor will need tosubmit Tax Invoice for each RA and final as per Rule 4A containing following details: (a)  Invoice/bill/challan should be signed by the person authorized to sign

    (b)  Invoice /Bill/ Challan should be serially numbered(c)  Invoice to contain name address and the registration number of service provider(d)  Invoice to contain name and address of service receiver

  • 8/18/2019 Tech Bid Rcc Pt72

    21/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    21 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    (e)  Invoice to contain description, classification and value of taxable service provided(f)  Service Tax to be mentioned separately

    33.0  CANCELLATION OF ORDER:

    If the performance of the successful contractor is found to be unsatisfactory, thecorporation reserves the right to cancel in part or whole of the contract and gets the workexecuted through alternate means at the entire risk and cost of the contractor on whomthe order was first placed. In such cases, the contractor should make good all losses thatthe corporation may suffer due to this. 

    34.0   ABANDONMENT OF WORK:

    In case the contractor abandons the work in spite of our notice, the corporation shallissue the final notice to the contractor to remain present at site for taking finalmeasurements and in case the contractor does not report at site on due date and time asper the Corporation’s notice, the corporation’s representative will take unilateralmeasurements of abandoned work which will be binding on the contractor and thebalance work will be carried out by any agency appointed by the corporation at the entirerisk and cost of the contractor. 

    35.0  PRICE ADJUSTMENT FOR DELAY IN COMPLETION:

    If the contractor does not complete the work within prescribed time limit given in thework order, price adjustment for delay in completion shall be made as per clause 4.4.0.0,section 4 of GCC. This will be in addition to and without prejudice to the other rightsavailable to the Corporation under the said GCC.

    36.0  DISPOSAL OF SURPLUS MATERIALS:

    Contractor shall dispose of all surplus excavated materials/ earth available or any otheritem involving excavation in the following manner and as per the instruction of the siteengineer.a)  Uniformly spreading the excavated materials/ earth within the premises, wherever

    required and rolling with light roller.b)  Dispose of the surplus earth from the premises to outside the municipal limits or as

    permitted by the local authorities irrespective of load and mode of transportationinvolved.

    c)  Written instruction should be obtained from site engineer about disposal ofexcavated material/ earth before commencement of excavation at site. No extracost shall be payable for re handling of the same. If the earth is disposed offoutside our site, the contractor shall be responsible to obtain permission from theconcerned authority, if any.

    d)  Clear the site by removing debris/ plants/ roots etc as per the instructions of thesite engineer.

    37.0  CERTIFICATION OF WORKS:

    It will the responsibility of the contractor to get the works approved and obtain certificate

    for all plumbing and electrical work from the local municipal/ other government/ requiredauthorities.

  • 8/18/2019 Tech Bid Rcc Pt72

    22/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    22 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    38.0  CORPORATION SUPPLIED MATERIALS:

    The tanks, equipments and any other materials to be supplied by the corporation will besupplied anywhere within the premises. The transporting and handling of the same to

    actual location of installation will be contractor’s responsibility for which no extra paymentwill be made. Any damage caused to our equipment/ property while handling andinstalling the will have to be made good by the contractor at his risk and cost.

    39.0  WORKS BY OTHER CONTRACTORS:

     Along with works covered under this tender, tank fabrication/ erection works, civil worksetc may be carried out simultaneously by other contractors. The successful tenderershould extend full co-operation to the contractors and the works should be carried out insuch a way as not to affect the progress of works. Any damage caused should be rectifiedby the representative contractor at his own risk and cost.

    40.0  DAMAGE TO EXISTING FACILITIES:

     Any damage caused to existing facilities while carrying out the work shall be made goodby the contractor to our entire satisfaction at his own risk and cost. During execution ofwork if it is found necessary to dismantle a portion of existing bund wall, enclosure wall inthe tank farm to facilitate the movement of materials and equipment, the same shall bemade good at the contractor’s own cost after completion of work. 

    41.0  STATUTORY RULES AND REGULATIONS:

    The contractor will abide by the rules, regulations, bye laws and statutes etc. imposed by

    the government/ semi government and other local authorities for execution of this job.

    42.0  EMPLOYMENT OF APPRENTICES: 

    The contractor shall during the currency of contract when called upon by the engineer-in-charge, engage and also ensure engagement by sub-contractors and others employed bythe contractor in connection with the works, such number of apprentices in the categoriesmentioned in the act and for such periods as may be required by the engineer-in-charge.The contractor shall train them as required under apprentices act 1961 and the rulesmade there-under and shall be responsible for all obligations of the employer under thesaid act including the liability to make payment to apprentices, as required under the said

    act.

    43.0  OMISSIONS/ DELETIONS:

     Any omission/ deletion noticed in the terms without the prior approval of the corporationshall result in rejection of the contractor’s claim for payment of these items. 

    44.0  COMPLETION OF CONTRACT:

     Acceptance of a facility(s) by the corporation does not constitute final completion of thecontract. The contract shall be deemed to be executed in full and final measurement

    certified only when the contractor has fully discharged all obligations in terms of allcontract documents.

  • 8/18/2019 Tech Bid Rcc Pt72

    23/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    23 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    45.0  SUBMISSION OF DECLARATION:

    The tenderer is required to state whether he is a relative of any director of ourcorporation or the tenderer is a firm in which Director of our corporation or his relative is

    a partner or is any other partner of such a firm or alternatively the tenderer is a privatecompany in which Director of our corporation is a member of director.The contractor shall submit declarations A, B, C and D as applicable (attached herewith)while submitting the quotation, duly completed in all respects.

    46.0  WORKS IN OPERATING TERMINAL, PLANT, INSTALLATION, DEPOTS:

    If the work is required to be performed in the working terminals, plants, depots,installations, under such circumstances, the progress of work is likely to be interrupted onaccount of the operations of the Depot/ Terminal / Plant/ RO/ Consumer Outlet etc. Thework may at certain times have to be stopped on the instructions of our siterepresentative. Under such circumstances, the contractor should co-operate withcorporation to avoid hindrance to the operations of the depot/ Terminal / Plant/installation. The working hours will be adjusted as per the corporation’s representative,from time to time. Rules and regulations of the depot/ installation/ Terminal / Plant shallbe strictly followed by the contractor.

    The stoppage of work due to any reasons mentioned above shall not entitle thecontractor for any claim of compensation whatsoever for idling of his labor/ machinery etcduring such interruptions.

    47.0  SAFETY: 

    If the work is required to be carried out in petroleum storage and distributionestablishment, the contractor should ensure that day to day operations, safety andsecurity of the location are not affected in any way on account of the works being carriedout. In case of any damage to our properties due to the negligence on the part of thecontractor or their workmen, the contractor will be held responsible and liquidateddamages as assessed by the corporation would be recover from them.

    When hot works are involved, the following safety precautions have to be strictlyobserved before commencement of works:a)   All hot works operations should be carried out under the supervision of our

    representative and also under the supervision of responsible representative of the

    contractor.b)   All hot work operations should be undertaken only after issue of hot work permits

    by the location in charge on day to day basis.c)  It should be ensured that the tanks, pipes, containers where the hot work is

    required are gas freed and properly checked to this effect with explosive meters.d)  It should be ensured that the surrounding area is free from oil, rags, oil spillage and

    other sources of ignition and the area is cleaned/ sprinkled with sand or dry earth.It should also be ensured that metallic trays filled with DCP powder are kept forcollecting the welding arc/ hot metal cutting.

    e)  Hot work should commence only after positioning the portable fire extinguishersand sand/ dry powder in readiness at site and hydrant system made available at the

    nearest point.f)  Match boxes, lighters etc used for hot work should be kept in the custody of the

    supervisor only.

  • 8/18/2019 Tech Bid Rcc Pt72

    24/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    24 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    g)  If hot work has to be carried out in a place close to storage tanks or any otherfacility under operation, it is necessary to provide screen wall made of AC sheets tosegregate the area to prevent sparks traveling to the hazardous area.

    h)  It should be ensured that no workmen carry match boxes or any other source of

    ignition with them while entering the premises or inside the premises. After the hotwork operation of the day, the following precaution should be taken.(i)  Welding sets should be switched off and power mains disconnected. If the

    connection is taken from a temporary switch board the fuse carriers should beremoved and handed over to the supervisor.

    (ii)  Gas cylinder and the cutting sets should be properly closed and theequipment removed to a safe place.

    (iii)  The site of work should be examined to ensure that it is free from hotsplatters and any other source of ignition.

    (iv)   All the work men of the contractors should be moved out of the premises.

  • 8/18/2019 Tech Bid Rcc Pt72

    25/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    25 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    SPECIAL TERMS AND CONDITIONS OF CONTRACT

    1.0  GENERAL :

    1.0  Special conditions of contract shall be read in conjunction with the General conditionsof contract, Schedule of Rates, specifications of work, drawings and any otherdocuments forming part of this contract wherever the context so requires.

    1.1  Notwithstanding the sub divisions of the tender document into several sections andvolumes, every part of each shall be deemed to be supplementary of every other part andshall be read with and into the contract so far as it may be practicable to do so.

    1.2  Wherever it is stated anywhere in this Tender document that such and such a supply is tobe effected or such and such a work is to be carried out, it shall be understood that thesame shall be effected/carried out by the contractor at his own cost, unless a differentintention is specifically and expressly stated herein or otherwise explicit from the context.

    1.3  The materials, design and workmanship shall satisfy the relevant Indian Standards, the job specifications contained herein & codes referred to. Where the job specificationsstipulate requirements in addition to those contained in the Standard Codes andspecifications, these additional requirements shall also be satisfied.

    1.4  In the absence of any standard /specification /codes of practice for detailed specificationscovering any part of the work covered in this tender document, the instruction/directionsof Engineer-In-charge will be binding on the contractor.

    1.5  The schedule of Rates shall be read in conjunction with materials & job specifications &

    in case of any irreconcilable conflict between them, provision in the item under Scheduleof Rates/Quantities will override corresponding provision only of the material and jobspecifications, which cannot be reconciled. In such cases, the decision of the Engineer-in-Charge shall be final and binding on the contractor.

    1.6  The contractor shall at his own expense and risk arrange land for accommodation oflabour, setting up of office, the storage of materials, erection of temporary workshops,construction of approach roads to the site of the work including land required for carryingout of all jobs connected with the completion of the work. However, the departmental land,to the extent available may be allowed to be used for the purpose free of rent withoutaccepting any responsibility for the delay, if any, on this account. The contractor shallhave to abide by the regulations of the authorities concerned and the directions of the

    Engineer-in-charge for the use of the land available at the site of work. If duringconstruction it becomes necessary to remove or shift the stored materials shed workshop,access roads, etc. to facilitate execution of any other work by any other agency, thecontractor shall do as directed by the consultant or site engineer /Engineer-in-charge andno claim whatsoever, shall be entertained on this account. 

    1.7  The contractor shall have to make approaches to the site, if so required and keep them ingood condition for transportation of labour and materials as well as inspection of works bythe consultant or by site engineer /Engineer-in-charge. Nothing extra shall be paid on thisaccount. 

    1.8  The contractor shall be responsible for the true and proper setting out of the work incoordination with the Engineer-in-charge or his authorized representatives and for thecorrectness of the positions, levels, dimensions and alignments of all parts of the structureand for the provisions of all necessary instruments appliances and labour in connection

  • 8/18/2019 Tech Bid Rcc Pt72

    26/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    26 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    therewith. If at any time, during the progress of work, any error appears or arises in theposition, levels, dimensions or alignment of any part of the work, the contractor on beingasked to do so by the consultant / site engineer / Engineer-in-charge, shall rectify sucherror to the entire satisfaction of site engineer/ consultant/ Engineer-in-charge. Thechecking by the Engineer-in charge or his authorized representative shall not relieve the

    contractor of his responsibility for the correctness of any setting out of any line or level.The contractor shall carefully protect and preserve all bench marks pegs and pillarsprovided for the setting out of works. 

    1.9 The contractor shall at his own cost, submit samples of all materials sufficiently inadvance and obtain approval of the Engineer-in-charge. Subsequently, the materials to beused in the actual execution of the work shall strictly conform to the quality of samplesapproved by the Engineer-in-charge and nothing extra shall be paid on this account. Theacceptance of any sample or material on inspection shall not be a bar to its subsequentrejection, if found defective.

    1.10 The necessary tests shall be conducted in the laboratory approved by the site engineer/Engineer-in-charge. The samples for carrying out all or any of the tests shall be collectedby the site engineer /Engineer-in-charge or on his behalf by any other authorizedrepresentatives. The contractor or his authorized representative shall associate himself incollection, preparation, packing and forwarding of such samples for the prescribed testsand analysis. In case he or his authorized representative is not present or does notassociate himself, the results of such tests and consequences thereon shall be binding onthe contractor.

    1.11 The cost of any /all tests to be borne by the contractor and is considered included in theitem rates and no separate payment will be made.

    1.12 The contractor shall make his own arrangement for the water required for execution ofwork and get the water tested at his own cost with regard to its suitability for use in theworks and get written approval from the site engineer /Engineer-in-charge before heproceeds with the use of same for execution of work. Nothing extra shall be paid to thecontractor on this account.

    1.13 Any statutory approval/NOC to be arranged / obtained by the contractor during work atsite, and no separate payment will be made.

    1.14 The work shall be carried out in the manner complying in all respects with the requirementof relevant rules and regulations of the local bodies under the jurisdiction of which thework is to be executed and nothing extra shall be paid on this account.

    1.15 For completing the work in time, the contractor might be required to work in two or moreshifts and no claims whatsoever shall be entertainment on this account, notwithstandingthe fact that the contractor will have to pay to the labourers and other staff engageddirectly or indirectly on the work according to the provisions of the labour regulations andthe agreement entered upon and/ or extra amount for any other reasons.

    1.16 No payment will be made to the contractor for damage caused by rain, floods and othernatural calamities whatsoever during the execution of the works and any damage to thework on this account shall have to be made good by the contractor at his own cost andnothing whatsoever shall be paid on this account.

    1.17 The rates for all items of works, unless clearly specified otherwise, shall include the costof all labour materials, de-watering and other inputs involved in the execution of the items.

  • 8/18/2019 Tech Bid Rcc Pt72

    27/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    27 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    1.18 No claim whatsoever for idle labour, additional establishments, costs of hire and labourcharges for tools and plants etc. would be entertained under any circumstances.

    1.19 For the safety of all labour directly or indirectly employed in the work for the performanceof the contr actor’s part of this agreement, the contractors shall, in addition to the

    provisions of CPWD safety code / contract labour regulation act and directions of the siteengineer / Engineer-in-charge make all arrangements to provide facility as per theprovisions of Indian Standard Specifications (Codes) listed below and nothing extra shallbe paid on this account.

    (i) IS 3696 Part I Safety Code for scaffolds and ladders(ii) IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders(iii) IS 764 Safety Code for excavation work(iv) IS 4081 Safety Code for Blasting and Drilling operations(v) IS 4138 Safety Code for working in compressed air(vi) IS 7293 Safety Code for working with construction machinery(vii) IS 7969 Safety Code for storage and handling of building materials

    1.20 Royalty at the prevalent rates and all other incidental expenditure shall have to be paid bythe contractor, on all the boulders, metal single, earth, sand, bajri, etc. collected by him forthe execution of the work direct to the concerned Revenue Authority of the State orGeneral Government and the amount paid shall not be reimbursed in any formwhatsoever.

    1.21 In case there is a contradiction anywhere mentioned in the tender document, the decisionof site engineer / Engineer-in-charge shall be final & binding on the contractor.

    1.22 The contractor shall leave such holes, opening etc. as may be required for the electric

    and sanitary work and nothing extra shall be paid to the contractor on this account.

    1.23 For cutting of holes in RCC walls, floors and chajjas etc, the tendered rate shall includethe cost of cutting holes wherever required and making good the same and nothing extrashall be paid for this.

    1.24 The contractor shall ensure that the sand arrangement by him satisfies the requirement ofgrading as per Zone II for concreting and Zone IV for plastering. The site engineer/consultant /Engineer-in-charge should also ensure the grading requirement beforeallowing the same in construction work.

    1.25 The contractor shall maintain temporary/ permanent benchmarks at the site of work after

    carrying out the initial layout. These benchmarks shall be got checked by the siteengineer/ consultant /Engineer-in-charge or his authorized representative. The work atdifferent stages shall be checked with reference to permanent/temporary bench marksmaintained for said purpose. Nothing extra shall be paid for above and cost of layout at allstages including construction/ maintenance of said bench marks shall be deemed to beincluded in the rate.

    1.26 The contractor shall keep himself fully informed of all acts laws of the Central and Andaman & Nicobar Administration all local laws, ordinances, rules and regulations andall orders, decrees of courts or tribunals having any jurisdiction or authority which in anymanner affect those engaged or employed on the work or which in any way affect theexecution of the works. Contractors shall at all times, observe and comply with all such

    laws, ordinance, rules, regulations, orders and decrees of courts, and shall give all noticesand payment of his own money any fees or charges to which he may be liable. He shallprotect and indemnify the department and its officers and employees against any claim or

  • 8/18/2019 Tech Bid Rcc Pt72

    28/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    28 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    liability arising out of violations of any such law ordinance, legislation’s order or decree,whether by himself or by his employees & authorized representatives.

    1.27 Use of Pulverised sand:The following specifications shall be applicable for concreting and finishing work.

    a) For RCC Work –Coarse sand means 50% Pulverised sand and 50% River sand.b) For PCC work- Coarse sand means 100% Pulverised sand.c) For Finishing works sand means River sand.

    2.0  EARNEST MONEY DEPOSIT:

    2.1  Earnest Money Deposit (EMD) may be submitted online using the guidelines provided inthe e-tendering portal. For physical off-line submission EMD is to be paid by CTS 2010standardized DD/ Pay Order in the favour of “Indian Oil Corporation Limited” payable atKolkata.

    2.2  Tenders received without EMD shall be rejected outright. Central/ State PSUs / JV’s ofIOC and Parties covered under MSMED Act, 2006 (or erstwhile NSIC registered parties)are exempted from making EMD. The bidder, if a Micro, Small or medium enterprise asper Micro, Small & Medium Enterprises Development Act, 2006 (MSMED Act 2006) andregistered with the Authorities under the above Act for the items / services covered underthis tender, shall be required to indicate the Entrepreneurs Memorandum Number(Twelve Digit) and enclose a copy of the certificate issued by the Authority under theMSMED Act failing which the tenderer will stand disqualified from the tendering process. 

    2.3  EMD of unsuccessful tenderers in the technical bid shall be returned after finalization oftechnical bid and The EMD of unsuccessful tenderers in the price bid shall be returned

    after finalization of tender. EMD will not carry any interest.

    3.0  COMPLETION TIME:

    3.1  Entire work should be completed in a duration of as mentioned in NIT from the date ofhanding over the site failing which price adjustment for delay in completion shall be madeas per clause 4.4.0.0, section 4 of GCC. This will be in addition to and without prejudiceto the other rights available to the Corporation under the said GCC. Time for all workscontained in the schedule of works will commence concurrently.

    4.0   VALIDITY OF TENDER: 

    4.1  The tender will be valid for a period of 04 (four) months (120 days) from the date ofopening the tender which will be taken as the date of opening of techno-commercial bidin case of two bid system of tenders.

    5.0 SECURITY DEPOSIT:

    5.1  The successful tenderer shall pay security deposit up on placement of work orderequivalent to 10% of the work order value in line with clause no 2.1.1.0, Section-2 of theGCC.

    6.0  The tenderers must note that the rates and amount indicated in the schedule of worksshall be applicable for all leads and lifts and reach involved. The Corporation also reservesthe right to operate or not operate or partly operate any item mentioned in the schedule.The rates quoted for all items below the ground level shall be inclusive of adequate

  • 8/18/2019 Tech Bid Rcc Pt72

    29/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    29 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    shoring, shuttering, bailing out sub soil water (if found necessary) etc complete. Thesuccessful tenderer shall be responsible for implementation of all precautionary measuresfor ensuring safety for all materials and labor till such time the work is completed in allrespects and handed over to the Corporation.

    7.0  The Corporation reserves the right to accept any tender in whole or in part and reject anyor all tenders without assigning any reasons. The Corporation reserves the right to acceptmore tenders in part. Decision of the Corporation in this regard will be final.

    8.0   Any additional work that may become necessary during course of execution of works asauthorized by our site in charge shall be immediately got approved prior to taking up thework duly forwarding the details, nature of works etc as per relevant clause of the GCC.

    9.0  In case the contractor fails to adhere to the time limit specified above or if the rate ofprogress is considered not satisfactory, the Corporation will be at liberty to terminate thecontract and get the same executed by any other agency entirely at the cost and risk ofthe original contractor and in line with provisions available under the GCC.

    10.0  NATURE AND SCOPE OF WORK :

    The scope of work comprises of the following main components:

    (i)  Construction of 4 nos C1 type officers residential quarters /flats ( three bedroom )with two storied Building in line with drawings and specification

    (ii)  Land / area development, retaining wall, Pavement, approach road, drainagesystem and other allied civil works in line with drawings and specification.

    (iii)  Electrification works for the quarters.

    (iv)  Development of Car Parking area and Structural shed as per drawing/ design.(v)  The drawing attached with the tender is only used for tendering purpose. However

    working drawing may be given with approval of EIC/Consultant during execution.

    11.0  LOCATION OF SITE:

    11.1  Work site is at  Port Housing Colony Buniyadabad , Port Blair, Andaman &Nicobar Islands.

    11.2  Tenderers are requested to inspect the location of site and ascertain themselves with thesite conditions, approach, power, water, lead etc. prior to quoting the rates.

    12.0  WATER SUPPLY :

    12.1  The contractor shall arrange water/procure water required for the work at his own costfor all leads and lifts. IOCL shall not be responsible for supplying water and Contractorshall ensure timely and adequate supply of water to meet the schedule.

    13.0  POWER SUPPLY :

    13.1  The contractor shall make his own arrangement for power required for the work at hiscost. DG set of suitable capacity may be installed and operated by the contractor at hiscost. IOCL shall not be responsible for power supply and contractor shall ensure propersupply of electricity to meet the schedule. The electrical works shall be carried outthrough Licensed Electrical personnel only.

  • 8/18/2019 Tech Bid Rcc Pt72

    30/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    30 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    13.2  In case, electrical power is given by the Corporation at its discretion then, the electricalcharges incurred on monthly basis shall be deducted from the bills payable to thecontractors as per the prevailing tariff indicated in the electricity bills. The successfulcontractor shall make all arrangements to draw power from a single point in the depot as

    per directions at site including all necessary electrical cables, panel boards, energy metersetc. In such an event, the Corporation shall not be responsible for any power outagesoccurring during the contract period. However, the tenderers may note that there is nocommitment on part of the Corporation to provide electrical power at site.

    14.0  CONTRACTOR’S SCOPE OF SUPPLY  :

    14.1   All materials including cement, reinforcement, structural steel, consumables, testingappliances, tools and tackles necessary for completing the work shall be procured &supplied by the Contractor at his own cost unless otherwise specified in the schedule. Noclaim/ delay on this account will be entertained by the Corporation.

    14.2  IOCL reserves the right to select the best make of materials to be procured by thecontractors & contractor shall procure the same only after the approval by site in charge.

    15.0  In case of contradiction between Indian Standards, General Conditions of Contract,Special Conditions of Contract, Specifications, Drawings, Schedule of Rates, the followingshall prevail in order of precedence.  Formal contract   Acceptance of tender  Price schedule annexed to the letter of acceptance   Agreed variations annexed to the letter of acceptance   Addenda to tender documents

      Special terms and conditions of contract  Integrity Pact Agreement  Instructions to tenderers  General conditions of contract  Instructions to tenderers

    16.0  FIRM PRICE :

    16.1  Once the offer is accepted and agreement executed, the rates shall be valid till thecompletion of works in all respects and no escalation whatsoever will be entertained onany grounds.

    16.2  The tenderers are advised to inspect the site and ascertain the site conditions includingall leads and lifts involved prior to submitting the rates.

    16.3  Forms C and D will not be issued by IOCL.

    17.0  STATUTORY REQUIREMENT:

    17.1  The following statutory requirements are also required governing the work execution.These requirements shall not be the mandatory consideration for evaluation of the bidsbut are useful for meeting their statutory requirements. 

    17.2  SERVICE TAX REGISTRATION:

  • 8/18/2019 Tech Bid Rcc Pt72

    31/62

      TENDER NO: RCC/ERO/37/2015-16/PT-72 dated 30.01.2016 Page

    31 of

    62

    Title: Construction of 4 Nos of C1 Type Residential Flats and other Allied Facility forLocation In charge and Senior Officers at Port Blair Housing Colony, Buniyadabad,

    Port Blair, Andaman & Nicobar Islands Under West Bengal State Office 

    17.3  It is mandatory that the parties have service tax registration from Central ExciseDepartment, Ministry of Finance, Government of India. The applications for havingapplied for Service Tax Registration by due date of the tender by the parties notpossessing Service Tax Registration especially those hailing from the state of J&K where

    the service tax is not applicable, shall be considered. Such parties shall have to submitthe copy of service tax registration certificate to IOC immediately on issuance of same bythe Service Tax Authorities. It may be noted that in no case, the payment shall bereleased without Service Tax Registration Number.

    17.4  TIN/VAT

    17.5  It is mandatory for bidders to have TIN. If bidders do not have TIN of West Bengal wherethe work is to be carried out, same shall be obtained within six (6) weeks from the dateof award of work. In no case, the payment shall be released without TIN of the WestBengal where work is executed.

    17.6  PERMANENT ACCOUNT NUMBER (PAN):

    17.7  Parties should have valid permanent account number (PAN) under the income tax laws.

    18.