Download as pdf or txt
Download as pdf or txt
You are on page 1of 74

Indian Oil Corporation Limited

Refineries Division
Gujarat Refinery

Techno Commercial part (Part-I)

Tender No. JC18ELT236


Tender documents for

Supply & Installation of FRP


Cable trays and FRP lighting
poles in various cooling towers
at Gujarat Refinery.

Gujarat Refinery
Where growth is essence of life
JC18ELT236
2018_JR_79609_1 Page 1 of 73

CONTENTS
Name of the Work: Supply & Installation of FRP Cable trays and FRP lighting poles in various
cooling towers at Gujarat Refinery.
Tender No.:- JC18ELT236
SR. NO. DESCRIPTION PAGE NO.
TECHNO-COMMERCIAL PART(PART-I)
1. CONTENTS 1
2. NOTICE INVITING TENDER 2–6
3. INSTRUCTION TO BIDDERS FOR E- TENDERING 7–14
4. GSTDETAILS 15–19
5. SPECIAL CONDITIONS OF CONTRACTS – COMMERCIAL 20– 35
6. PROFORMA FOR DECLARATION OF BANK DETAILS 36
7. SPECIAL NOTES FOR CONTRACT- TECHNICAL 37–43
8. FORM OF TENDER (FOR TECHNICAL AND COMMERCIAL BID) 44–46
9. INFORMATION ABOUT TENDERER 47–48
10. EQUIPMENT QUESTIONNAIRE 49
11. EXPERIENCE QUESTIONNAIRE 50
12. INFORMATION OF LITIGATION 51
13. DECLARATION OF BLACK LISTING / HOLIDAY LISTING 52–53
14. FORMAT OF DECLARATION AGAINST ENGAGEMENT OF 54
CHILD LABOUR
15. FORM OF TENDER (FOR PRICE BID) 55 - 56
16. SCHEDULE OF RATES 57 - 64
17. TIME SCHEDULE 65
18. SCHEDULE OF DEVIATION 66
19. LIST OF SCHEDULED / NATIONALISED BANKS 67
20. DECLARATION FOR WEB DOWNLOADED TENDERS 68
21. CHECK LIST 69–71
22. PPES’ STANDARD 72–73
23. GUIDELINES ON PERSONAL PROTECTIVE EQUIPMENT (PPE) BOOKLET
24. SPECIAL INSTRUCTIONS TO BIDDER FOR PARTICIPATING IN E- BOOKLET
TENDER
25. SPECIAL CONDITIONS OF CONTRACT – SAFETY AND BOOKLET
ENVIRONMENT MANAGEMENT SYSTEM AND GENERAL
CONDITIONS OF CONTRACT
PRICE PART (PART-II)
1. SCHEDULE OF RATES 1

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 2 of 73

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
Gujarat Refinery

NOTICE INVITING e-TENDER

1. Tender No. JC18ELT236


DOMESTIC BIDDING
2. Type of Bid
Two Bid System
Supply & Installation of FRP Cable trays and FRP lighting
3. Name of Work
poles in various cooling towers at Gujarat Refinery.
4. Time Schedule 08 (Months) from date of site hand over.
From (26-July-2018; 10:00 hrs.) to (16- Aug-2018; 15:00 hrs.)
5. Tender download schedule Tender documents can be downloaded free of charge from the
website www.iocletenders.nic.in during the above period.
6. Pre-Bid Meeting N.A.
Last date of submission of
7. Up to 16-Aug-2018; 15:00 hrs.
tender
On 17-Aug-2018; 15:00hrs online or at a later date/time
Techno-commercial Tender convenient thereafter.
8.
opening date Date and time of Price Bid opening will be communicated only to
techno-commercially acceptable bidders.
9. Earnest Money Deposit (EMD) Rs. 59,000.00
The intending tenderers shall have to furnish proof of their pre-
Pre-qualification
10. qualification and experience along with the Part-I (Techno-
Criteria(PQC):
commercial bid).
Minimum Rs. in Lacs : 35.14

During any of the preceding 3 financial years.


The Bidder shall furnish the copies of audited Balance Sheet(s)
and Profit & Loss Account Statement(s) in support of above.
10.1 Annual Turnover (ATO)
Copies of Annual reports / Published copies of Balance Sheet(s)
and Profit & Loss Account Statement(s) are also acceptable.
Certified copies of Balance Sheet(s) and Profit & Loss Account
Statement(s) by a Chartered Accountant are also acceptable, where
audit of accounts is not mandatory under the Income Tax rules.
Value of Single Work (SWO)
Three completed works each costing not less than Rs. 17.57 Lacs
executed by the bidder as main
OR
contractor or sub-contractor
for similar nature of work
Two completed works each costing not less than Rs. 23.43 Lacs
(during any of the last five
OR
years ending on last day of the
10.2
month immediately previous
One completed work costing not less than Rs. 29.29 Lacs
to the month in which last date
of bid submission falls).
(The above value of completed works is exclusive of service
The completion date should
tax/GST).
fall within the qualifying
period.
Similar nature shall be defined "Supply and installation of electrical items in power plant /
10.3
as process plant" shall be considered as similar nature of work.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 3 of 73

The intending bidder must submit the documentary evidence


10.4 P.F. towards proof of their firm’s P.F. registration as a mandatory
requirement for techno-commercial acceptance of their offer/bid.
Additional Technical
10.5 NA
Requirement(if any)
Offer must be uploaded on e-tender website
www.iocletenders.nic.in before the last date & time of submission
11. Mode of Submission.
of tender.
Offer submitted using any other mode will not be accepted.
1. Independent ESI Code or undertaking for Independent ESI
code in the Format given as Annexure to ITB.
2. Assessment Order or copy of Income Tax Returns (duly
acknowledged by Income Tax Department) for last 3(three)
financial years.
12. Other requirements
3. Power of Attorney in favour of person authorized to submit
the bid.
4. Copy of PAN card
5. Certificate of Incorporation / Partnership deed/ Proprietor ship
affidavit
Deputy General Manager (Contracts)
Indian Oil Corporation Limited,
13. Tender Inviting Authority Gujarat Refinery, Jawaharnagar, Vadodara-391320
Phone : 0265-2237181, Fax : 0265-2233380
E-Mail: baruahsk@indianoil.in
14. Integrity Pact Agreement Not Applicable

15. General

Bidder to note the followings before bidding:

i.) Offer from following types of bidder will not be accepted


a) Who are in the Holiday list of IOCL or its Administrative Ministry, MoPNG?
b) Who are under liquidation, court receivership or similar proceedings?
c) Consultant or their subsidiary Company or companies under the management of consultant for
execution of the same project for which they are working as consultant.
ii.) Offer from Joint Bidders / Consortium will not be acceptable unless stated otherwise elsewhere in the tender
document.
iii.) The subject work is not splittable as per MSE guidelines (Refer to clause no. 6 of Public Procurement Policy,
2012 for MSE, Annexure-‘B’ of Special Conditions of Contract - Commercial).
iv.) Experience of only the bidding entity shall be considered. A work executed by a bidder for its own
plant/projects shall not be considered as experience for the purpose of meeting requirement of experience
criteria of the tender. However, jobs executed for Subsidiary / Fellow Subsidiary / Holding company will be
considered as experience for the purpose of meeting experience criteria subject to submission of tax paid
invoice(s) duly certified by Statutory auditor of the bidder towards payments of statutory tax in support of the
job executed for Subsidiary / Fellow Subsidiary /Holding company. Such bidders shall submit these
documents in addition to the documents specified in the PQ Documents to meet Experience Criteria.
v.) Detail work order qualifying for similar in nature as described including covering letter and schedule of rates
and completion certificate containing executed value of similar nature of work as defined above shall be
required. Completed value of work as mentioned in the completion certificate shall be considered for
evaluation against single/ multiple work order value required under PQC, however where the executed value
is not mentioned in the completion certificate, the copy of certified bill shall also be acceptable for
determining value if submitted along with completion certificate.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 4 of 73

vi.) In case of Sub contract works, the bidder is also required to submit aCertificate from the end user / Owner /
Consultant of the Owner stating that the main contractor has intimated them about the engagement of sub-
contracting OR have been allowed/ permitted as a sub-contractor.
vii.) The offers with incomplete /irrelevant documents or anomalies are liable to be rejected without any
communication. Hence, bidders are advised to take utmost care while uploading their prequalification
documents.
viii.) In case of Rate Contracts, which are running under extension after original contractual completion period,
suitable document (certified by “WO issuing company” / Engineer-In-Charge) indicating executed value up to
the original/extended completion period along with extension letter will be treated as proof of successful
completion of work.
ix.) In case of foreign bidders, if the value indicated is in currency other than USD the same shall be converted in
equivalent USD considering the conversion rate as on the date of issue of the reference order(s) based on SBI
bill selling rate.
x.) Relevant supporting documents towards other requirements specified are also to be uploaded along with
Techno-commercial bid failing which bid is liable for rejection.
xi.) The completion certificate, submitted by the bidder shall separately indicate the Service Tax/ GST amount
included in the value of completed job OR a separate certificate from the respective client, mentioning the
service tax/ GST amount, if any, included in the value of completed job under consideration should be
submitted by the bidder.
xii.) In case service tax/ GST amount/ component is not specified in the submitted completion certificate, then the
amount equivalent to rate of applicable service tax/ GST for the subject tender shall be deducted from the
value of completed work mentioned in the completion certificate to arrive at the value of the completed job
without service tax/ GST.
xiii.) IOCL reserves the right to reject any or all of the tenders or any parts of the tender so received and may
cancel the tender in part or full, extend the due date of Tender submission etc. without assigning any reason.
xiv.) IOCL will allow Purchase Preference to MSE as per applicable Govt. guidelines. (Refer to clause no. 6 of
Public Procurement Policy, 2012 for MSE, Annexure-‘B’ of Special Conditions of Contract - Commercial).
xv.) Bidders are to quote their most competitive rates. Negotiations will not be conducted with the bidders as a
matter of routine. However, Owner reserves the right to conduct negotiations.
xvi.) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.
xvii.) All communication will be made through e-Tendering web site (www.iocltetenders.nic.in). However, IOCL
reserve the right to take cognizance of the communication made outside e-Tendering Portal under exceptional
circumstances.
xviii.) Bidder cannot make any claim against IOCL towards its expense incurred in connection with the preparation
and delivery of their bids, site visit, participating in the discussion and other expenses incurred during bidding
process.
xix.) Bidder should make sure that their priced bid (Part-II/BOQ) contains only prices. Rates mentioned elsewhere
shall not be taken into cognizance. Offer shall be liable for rejection if any condition directly or implied,
recorded in Priced Bid (Part-II/BOQ).
xx.) Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has concern or
apprehension regarding the authenticity/ correctness of any document, IOCL reserves the right to get the
documents verified from issuing authority/any relevant source. If documents (part or full) are found forged,
such offers will be summarily rejected and EMD will be forfeited and may be debarred from future tenders.
xxi.) After opening of the technical bids but before the opening of the price bids, the bids may be rejected for
unsatisfactory performance or adverse comments which have come to the notice after the issue of the tender
enquiry.
xxii.) Offers not meeting statutory requirement are liable for rejection.
xxiii.) Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ of e-
Tender Portal before bidding.
xxiv.) Notwithstanding any other condition /provision in the tender documents, in case of ambiguity or incomplete
documents pertaining to pre-qualification criteria (PQC), bidders shall be given only one opportunity with a
fixed deadline after bid opening to provide complete & unambiguous documents in support of meeting the
pre-qualification criteria (PQC).In case the bidder fails to submit any document or submits incomplete
documents within the given time, the bidder’s tender is liable to be rejected. However, IOCL reserves the
right to make any further queries
xxv.) Refer ITB of the tender document /Special Instruction to Bidder (SITB) of e-tender web site for more details.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 5 of 73

xxvi.) Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be issued on our website:
https://iocletenders.nic.in only and no separate notification shall be issued in the press. Bidders are therefore
requested to regularly visit our website to keep themselves updated. Failure of Bidder to submit tender
without taking cognizance of Corrigendum / Amendment (if any) issued by IOCL shall make bid liable for
rejection.
xxvii.) IOCL does not take any responsibility for the correctness of tender documents obtained from any other
source. Bidders are advised to visit above mentioned website before submitting their offer for official version
of the tender document including any corrigendum / amendment if any, which shall be binding to the bidder.
xxviii.) EMD:
 EMD must be submitted online by Indian bidders. EMD in the form of Demand Draft / Banker’s cheque,
Swift Transfer will be accepted only from foreign bidders. Tenders without Earnest Money are liable to be
rejected. However, MSE registered agencies covered under MSMED act, Central/State PSU and JVs of IOCL
are exempted from submission of EMD. Bidder claiming such exemption needs to submit necessary
documentary proof of their eligibility along with their techno-commercial bid. The certificate must be valid
on the bid submission date. In absence of same their offer are liable for rejection. Su motto submission of
MSE certificate after the due date of bid submission will not be considered for EMD exemption / Price
preference.
 UAM (Udyog Aadhaar Memorandum) number should be submitted in CPPP (Central Public Procurement
Portal) and Indian Oil e-tendering portals along with their techno commercial bid. Such bidders are also
required to submit a declaration in the format attached herewith as Annexure – A, that UAM (Udyog Aadhaar
Memorandum) number is submitted on CPPP (Central Public Procurement Portal).
 BG in prescribed format from a scheduled bank is acceptable provided EMD amount is not less than Rupees
One Lac.
 Wherever applicable, scanned copy of EMD Instrument (i.e. B.G /MSEs/UAM/NSIC certificate etc.) must be
uploaded along with offer & original of BG should reach to the office of tender issuing authority in sealed
envelope super-scribing tender name, tender number, date of opening and bidder’s name, preferably before
the deadline of submission but not later than 7 (seven) days from tender opening date.

26 - July-2018 Deputy General Manager (Contracts)


Jawaharnagar, Vadodara-391320 Phone: 0265-2237181/84/90
Notice Board – Contract Cell Fax: 0265-2233380

CC: Ex. Engr., PWD / W.Rly / BMC / GSFC / MES / AAI

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 6 of 73
Annexure - A

DECLARATION REGARDING EMD

Name of Work: Supply & Installation of FRP Cable trays and FRP lighting poles in various
cooling towers at Gujarat Refinery.

Tender No.: JC18ELT236

E- Tender Id: 2018_JR_79609_1

Name of Bidder:

EMD PAID

PRN number, if EMD is paid.

EMD Exemption claimed.

In case of EMD exemption:


UAM (Udyog Aadhaar Memorandum) number

Kindly confirm : Yes or No:

Whether UAM (Udyog Aadhaar Memorandum) number is


submitted on CPPP (Central Public Procurement Portal)

Whether UAM (Udyog Aadhaar Memorandum) number is


submitted on IOCL e-tendering portal

Note:

1. Bidder has to submit UAM (Udyog Aadhaar Memorandum) number on CPPP (Central Public
Procurement Portal) and IOCL e-tendering portal.
2. Tenderers are required to submit the declaration with due care avoiding cuttings / corrections /
alteration / overwriting etc. in the entries as far as possible. In case corrections / alterations
become unavoidable or inevitable, the entry to be corrected, altered should be neatly cancelled
or scored through by striking the entry by drawing a line through it and making the revised
/corrected entry as close to the cancelled entry as possible, each such cancellation and
correction / alteration being clearly and unambiguously authenticated by the Tenderer by his
full signatures. Overwriting and / or erasing with or by the application of correcting / erasing
fluid (s) will not be permitted.

Stamp & Signature of the Bidder

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 7 of 73

INSTRUCTIONS TO BIDDERS (ITB) FOR E-TENDERING

1. GENERAL

1.1 The subject tender is an e-tender and available on Indian Oil website
https://iocletenders.nic.in/ The bidding documents are and shall remain the
exclusive property of OWNER without any right of the Bidder to use them for
any other purpose except bidding in the subject tender and for use by
successful Bidder with reference to the work.
1.2 The bidder shall submit their offer through e-tendering site,
https://iocletenders.nic.in following the instructions as mentioned in the e-
tendering website. Bids sent through any other means (Fax / E-mail / Courier /
Post etc.) shall not be accepted. Bidder(s) are advised to quote strictly as per
terms and conditions of the tender documents through e-bidding.
1.3 Bidder must ensure that the online payment instrument as mentioned in the NIT
towards EMD is received by the Tender Receiving Authority before last date of
tender submission (as indicated in the NIT), failing which the tender is liable
for rejection. Tender receiving authority takes no responsibility for delay, loss or
non-receipt of EMD Bank Gurantee sent by post / online.
post.
1.4 In order to bid for Indian Oil e-tenders, all the agencies are required to obtain a
Class II or above Digital Signature Certificate (DSC) from the licensed Certifying
Authority (CA) for their user who is authorized to submit bids on-line. Bidders
already possessing the Class II or above digital signature issued from authorized CAs
can register on the e-tendering web site and use the same in this tender.
Further, the bidder should ensure that the e-mail address given in the
Registration Form available on the web site during registration on the web site is
valid & active as all the communications will be made through this e-mail id only.
For any problem on e-tendering process kindly contact as given below or
provided on the web site:

Kindly note the name & contact numbers of the persons from NIC for trouble
shooting in e-tendering process:

S. No. Name Contact Number


1. Shashi Prakash +918130634323
2. Vikrant +919999188919
3. Ankit +919717983330

Kindly note the e-tendering helpdesk e-mail: etenderinghelpdesk@indianoil.in /


iocl.etenders@.nic.in

1.5 On no account will any person to whom bidding documents are furnished, part
with possession thereof or copy or disclose the provisions thereof or any of
them or disclose or take copies of tracings or of any drawing, plan or route
forming part thereof, it being understood that the information therein is
confidential, and that the bidding documents are therefore being furnished only
to bidders in strictest confidence.
1.6 The details as called for in the bidding documents shall be filled and completed
by the Bidders in all respect and shall be submitted with requisite information

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 8 of 73

and Annexures.
1.7 If the space in any Performa of bidding document is insufficient, additional
pages shall be separately added. These shall be page numbered and shall also
carry the bidding document number and shall be signed by the Bidder.
1.8 Bidder shall clearly indicate their legal constitution and the person signing the
bid shall state his capacity as also the source of his ability to bind the Bidder.
The Power of Attorney or Authorization or other document constituting adequate
proof of the ability of the signatory to bind the Bidder, shall be annexed to the
bid. OWNER may reject outright any bid unsupported by adequate proof of the
signatory’s authority.
1.9 Bidders shall submit their eligibility and qualification documents, Technical bid,
Financial part etc. in the standard formats prescribed in the Tender Documents,
uploaded in e-tendering website. The bidder shall upload the scanned copies of
all the relevant certificates, documents etc. in support of their eligibility
criteria/technical bids in the e-tendering website. The bidder shall digitally sign
on the tender document, statements, documents, certificates uploaded by him,
owning responsibility for their correctness/authenticity. If any of the documents
furnished by the bidder is found to be false/ fabricated, the bidder is liable for
black listing, forfeiture of EMD & cancellation of work.
1.10 The bidder shall enclose documents to show that he has previous experience in
having successfully completed in the recent past works of similar nature
together with the name of the Client, location, sites and value of contract in the
format annexed to the tender. It shall be the responsibility of the Bidders to fill
complete, correct and accurate information in line with the requirements /
stipulations of the Tender Documents, regarding their past experience and other
information required to facilitate due evaluation / consideration of their tenders.
If any information given by the Bidder / Tenderer is found to be incorrect in any
particular considered by the OWNER to be relevant for the evaluation of the
bid/tender, or is found by the OWNER to misrepresent facts, or if any of the
documents submitted by the Bidder / Tenderer in support of or relevant to bid /
tender is found by the OWNER to be forged, false or fabricated, the OWNER
may reject the bid, and without prejudice to any other right(s) of action or
remedy available to the OWNER, the Owner may forfeit the Earnest Money
given by the Bidder in the form of Earnest Money Deposit or Bank Guarantee in
lieu of Earnest Money Deposit in order to compensate the OWNER for the
expenses incurred by it in considering the bid (and not by way of penalty) and
take action for putting the Bidder / Tenderer on holiday list for such period as
the OWNER in this behalf considers warranted and / or to remove the Bidder /
Tenderer from the approved list of Vendors / Contractors. If prior to the
discovery of incorrect information, misrepresentation or false, forged or
fabricated document(s) the bid / tender has resulted in a contract, the contract
shall be liable to be terminated by the OWNER pursuant to the provisions of
Clause 7.0.1.0 of the General Conditions of Contract with the consequences of
termination as provided in Section 7 of the General Conditions of Contract
which is an integral part of the tender document.
1.11 A pre-bid meeting, if indicated in the Notice Inviting Tender, will be held as per
the schedule. Apart from any technical queries and any other queries regarding
the conditions of tender, bidders/ their representatives shall be familiarized
about the OWNER e-tendering site & how to submit their offer online, getting
digital signatures etc. Bidders are requested to clarify all the technical queries

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 9 of 73

related to tender during the Pre-bid meeting, if held and as far as possible avoid
any deviations/Queries in their offer. Bidders to ensure compliance of all
provisions of the bidding document.

2. BIDDING DOCUMENT:
The bidding document that is downloaded shall be submitted on-line along with
other associated documents, digitally signed as a token of acceptance. The
bidding document is a non-transferrable document that shall not be transferred to
any other agency without the specific prior written permission of the tender
inviting authority. The digital signature shall be considered as your confirmation
that you have read and accepted all the conditions laid down in the Tender
Documents.

3. BID VALIDITY:
Bid shall remain valid for acceptance for a period of 04 (Four) months from the
date of opening of the bid. The bidder shall not be entitled to modify, vary, revoke
or cancel his bid during the said period unless specifically asked and permitted by
the OWNER. The validity of the bid shall be extended as and when required for
the period as requested by OWNER in writing and agreed by the bidder.

4. EARNEST MONEY DEPOSIT


4.1 The bid must be accompanied by Earnest Money of amount mentioned in the
Notice Inviting Tender and in the form of the payment instrument as specified in
the NIT. No interest shall be payable by OWNER for this Earnest Money
Deposit.
4.2 The original EMD instrument should be submitted online only. envelope
superscripted with “EMD for tender no._________”, details of the bidder
and due date of bid opening. A scanned copy of the same is to be uploaded
on the website along with techno-commercial bid as per instructions given on
the website.
4.3 If the Bidder, after submitting his bid, revokes his offer or modifies the items and
conditions thereof during the validity of his offer except where OWNER has
given opportunity to do so, the Earnest Money shall be liable to be forfeited.
4.4 Should an “Invitation to Bid” be withdrawn or cancelled by OWNER, which it
shall have the right to do so at any time, the Earnest Money paid with the bid
will be returned to the Bidder without paying any interest on it.
4.5 Should the successful Bidder fail or refuse to sign the agreement and submit the
necessary Bank Guarantee(s) towards Security Deposit within the stipulated
time, the Earnest Money shall be forfeited without prejudice to his being liable to
any further loss or damage incurred in consequence.
4.6 The Earnest Money of the successful Bidder will normally be adjusted against
security deposit. But EMD of successful bidder can also be released after
signing of the contract if Bank Guarantee(s) towards Security Deposit of is
submitted by the bidder. Earnest Money of the unsuccessful Bidders shall be
returned after award of work to the successful bidder.

5. BID SUBMISSION:

5.1 Bidders shall submit on line offers within scheduled date & time and as per the
instructions mentioned in the NIT and on the e-tendering web site.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 10 of 73

5.2 Bidders shall ensure that all the documents submitted are digitally signed
as per the guidelines given in the e-tendering web site.
5.3 Late and delayed bids/offers after due date / time shall not be permitted in
e-tendering system. No bid can be submitted after the last date and time of
submission has reached.
5.4 After the successful submission of bid, an acknowledgement will be
generated by the system along with bid submission number. Users may
also note that the incomplete bids will not be saved by the system and are
not available for processing and evaluation.
5.5 The PRICE PART (PART-II) shall contain only “Schedule of Rates” which
should be duly filled in the specified format only without altering or
modifying the same. It is to be noted that the Price part shall contain only
PRICES and no conditions whatsoever. In case of percentage rate tender,
the percentage rate shall be filled up in figures and the total amount shall
be automatically calculated and rounded off to the nearest rupee.
However, the exact amount shall be considered for evaluation and of
award of job. In Item Rate tenders the “Rates/Prices” only for the
corresponding items shall be filled in the specified cells and the total
amount shall be automatically calculated.
5.6 The bid shall be digitally signed by someone legally authorized to enter
into commitment on behalf of the Bidder. Bidder shall upload among other
documents, Power of Attorney in favour of the person who is authorized
to enter into commitments on behalf of the Bidder.
5.7 The cancellation of any document such as Power of Attorney, Partnership
Deed, etc. should be communicated by the Bidder to OWNER in writing
well in time, failing which OWNER shall have no responsibility or liability
for any action taken by OWNER on the strength of the said documents.
5.8 Bidders shall ensure submission of complete information/documentations
in the first instance itself. OWNER reserves the right to complete the
evaluation based on the details furnished by the agencies without seeking
any subsequent additional information. Bids not in compliance with
Bidding Document or with incomplete information documents are liable
for rejection.

6. COST OF BIDDING:

The bidder shall bear all direct and indirect costs associated with the preparation
or delivery/ submission of their Bid, participating in discussions etc. including
costs and expenses related with visits to the OWNER’s offices, digital signatures
etc. OWNER will in no case be responsible or liable for reimbursement of those
cost and expenses regardless of the outcome of the bidding process.

7. BID REQUIREMENTS

7.1 PROPOSAL OF THE BIDDER

The Bidder shall arrange his bid as per the instructions given in the tender. In the
Techno- commercial Bid (Part-I) apart from the Tender submitted on-line, the
following documents shall also be uploaded:

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 11 of 73

DOCUMENTS TO BE UPLOADED ALONG WITH TECHNO-COMMERCIAL PART


OF E-BID (PART-I):
a. Power of Attorney of the person who has signed the tender.
b. Submission of bid letter along with the Bidding document.
c. Scanned Copy of Earnest Money Deposit (EMD) as per NIT.
d. Organization Information:
o In case of a proprietorship firm, the scanned copy of Proprietorship
affidavit.
o In case of a partnership firm, scanned copy of the partnership deed.
o In case of company (whether private or public), certified copy of the
`Certificate of Incorporation' together with certified Memorandum and
Articles of Association.
e. Scanned copies of the Income Tax return for the last three financial years.
f. Scanned copy of work orders along with completion certificates as per NIT.
g. Scanned copies of audited balance sheets, profit & loss account statement,
Permanent Account No. (PAN), Provident Fund (PF) No., ESI code,
as applicable as per NIT.
.
h. Declaration for Web Downloaded Tender
i. Schedule of Deviations (FORM-B)
j. Bank details as per tender
k. Duly filled Form of tender for Commercial Bid
l. Duly filled Form of tender for Price-Bid
m. Declaration by bidder regarding Black Listing/Holiday listing
n. Duly filled copy of check list
o. Any other information required in the Bidding Documents or considered
relevant by the Bidder.

7.2 PART-II - PRICE PART

Price Part shall contain Schedule of Rate and the percentage/item rate duly filled in
specified format.

"Price part shall contain Schedule of Rates with relevant bill of materials duly filled in.
It is to be noted that the folder containing this part shall contain only the price and no
conditions whatsoever. Any condition given in this part shall make the tender liable
for rejection.

8. BIDDER’s RESPONSIBILITY

Although all details presented in this bid documents have been complied with all
reasonable care, it is the Bidder’s responsibility to ensure that the information
provided is adequate and clearly understood.

Bidder shall inspect the site and surrounding area and shall satisfy himself of the
existing facilities and shall collect any other information, which he may require before
submitting the bid. Bidder’s quotation is the responsibility of the Bidder and no relief
or consideration can be given for errors and omissions.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 12 of 73

9. PRE BID MEETING (Only If applicable as per NIT)

Bidders are advised to attend a pre-bid meeting as per schedule mentioned in the
NIT (if applicable) at the office of Chief Manager (Contracts), Gujarat Refinery,
Vadodara. The bidders are requested to forward their queries well in advance to
Tender Inviting Authority. During pre-bid meeting, OWNER shall clarify issues and
answer questions on any matter that may be raised by the bidder regarding the
scope of work and any Technical & Commercial Queries.
All costs towards attending any meeting shall be at Bidder’s own expenses.

10. BID CLARIFICATION / AMENDMENTS:

OWNER may issue clarifications / amendments in the form of addendum /


corrigendum during the bidding period and may also issue amendments subsequent
to receiving the bids. For the addendum / corrigendum issued during the bidding
period, Bidder shall confirm the inclusion of addendum / corrigendum in their bid. For
clarifications issued by OWNER subsequent to receiving the bids, the bidder shall
confirm receipt on line and for any impact on the quoted prices; the bidder shall
follow the instructions issued along with addendum / corrigendum.

Bidders shall examine the Bidding documents thoroughly and submit to OWNER any
apparent conflict, discrepancy or error. OWNER shall issue appropriate clarification
or amendment, if required. Any failure by bidder to comply with the aforesaid shall
not excuse the bidder from performing the services in accordance with the
agreement, if subsequently awarded the contract.

All questions and clarifications related to Bidding documents shall be addressed in


writing to:

DGM (Contracts)
Gujarat Refinery
Indian Oil Corporation Limited
Jawahar Nagar
Vadodara – 391320
e-mail: baruahsk@indianoil.in

11. CONFIDENTIALITY OF DOCUMENTS

The Bid documents are and shall remain the exclusive property of the OWNER
without any right of the Bidder to use them for any purpose except for bidding and for
use by the successful Bidder with reference to the resultant contract. On no account
will any person to whom the Bid documents are furnished, part with the possession
thereof or copy or disclose the provision thereof or any of them or disclose or take
copies of any drawings, plans or other documents comprised therein, it being
understood that information given in the Bid documents is the proprietary and
confidential information of the OWNER, and that the Bid documents are therefore
being furnished only in the strictest confidence. The intending Bidder may, however,
disclose the Bid documents and/or furnish copies in whole or part thereof to
employees, Contractors and/or potential Indian Engineering subcontractors involved

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 13 of 73

in the preparation of the Bid who have understood the proprietary and confidential
nature of the documents and have undertaken to be bound by and maintain
confidentiality. The Bid of any bidder who contravenes any of the foregoing
provisions hereof is liable to be rejected.

12. OWNER’s RIGHTS

12.1 OWNER reserves the right to accept a bid other than the lowest and to accept
or reject any bid in whole or part, or to reject all bids with or without assigning
any reasons. Such decision by OWNER shall bear no liability whatsoever
consequent upon such decisions.
12.2 The intending tenderer as a pre-requisite must produce documentary
evidence(s) of all documents required as per tender and upload the same along
with the techno-commercial part of their offer. In case of non-submission of
above documents or submission of incomplete documents as per above
documents or submission of incomplete documents as per tender along with
Part-I, OWNER reserves the right not to evaluate such offers further and not to
enter into correspondence in this regard after opening of offer.
12.3 The subject work is indivisible and shall be awarded as per tender to single
successful bidder unless otherwise mentioned in the tender documents.

13. APPLICABLE LANGUAGE:

The bids and all correspondence incidental to and concerning to this bid shall be in
English language only. For documents submitted in any other language, an English
Translation shall also be submitted, in which case, for interpretation of the offer, the
English Translation shall govern.

14. CURRENCIES OF BID AND PAYMENT

Bidders shall quote their prices in Indian rupees only unless specified otherwise.

15. PRICES, TAXES, DUTIES

The Bidder should quote firm prices/ rates taking in to account of


Levies, Personal Tax, Corporate Tax and all other expenditure required to be
incurred by him/her for providing required services etc. during the contract period as
indicated under this contract and afterwards no variation on any account unless
otherwise specifically mentioned will be allowed. The quoted prices for all the
items should be excluding GST.Service Tax & Cess on Service Tax which shall be
paid at actual as applicable.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 14 of 73

FORMAT FOR INDEPENDENT ESI (Annexure to ITB)

Strike out Not Applicable Clause/ section and furnish relevant document.

(a) If Available :

If independent ESI code is available, please indicate code


and annex the copy of the same.

(b) If independent ESI code is presently not available:

Party will be governed by the following:

“In case job is awarded, party will acquire independent ESI code within 15 days of the date
of issue of Work order. The gate pass for labour shall be issued only after furnishing the
independent ESI code to Engineer-in-Charge (EIC). In case party fails to acquire the
independent ESI code, EIC reserves the right to cancel the work order, forfeit the EMD and
initiate suitable penal action as deemed fit by IOCL.”

(c) In case of exemption claim:

In case bidder claims exemption from obtaining independent ESI code, bidder must submit
documentary evidence towards the same along with the bid. IOCL will examine the
submitted documents during tendering and convey the decision to the party. If the exemption
claim is accepted by IOCL, the party will have to furnish an indemnity bond indemnifying
IOCL against any eventuality regarding ESI becoming applicable to the party during the
tenure of the contract. In case the exemption claim of party is not acceptable to IOCL the
same will be conveyed to the party and party will be governed by above clause (b). In
response to IOCL communication conveying non-acceptance of party’s exemption claim,
party will submit acceptance to above clause (b).

In case, party does not agree to any of the above clauses (a), (b) or (c), the offer of
party shall be liable for rejection.

Signature & Stamp of Bidder

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 15 of 73

Goods & Service Tax (GST)

1. Bidder has to obtain GSTIN registration at the location where Works Contract Services
are to be performed or carried out. In case of other type of services, Bidder may decide
depending upon their business requirement and provisions of GST Laws. However, it is
advisable to obtain GSTIN in the State where job is required to be carried out/executed.

2. Bidders are to necessarily indicate their Goods & Service Tax Identification Number
(GSTIN) along with their techno commercial bids unless and otherwise they are
exempted
as per GST Laws & Rules. Offers without GSTIN shall be treated at par with
“Unregistered” Taxable Person as described in par a (6) below.

3. Depending upon the nature of service of subject tender, category of services, service
accounting code(SAC) and applicable rate of GST (SGST+CGST OR IGST as the case
may be) is to be confirmed by bidder as per prescribed format given in the technical
bid. Annexure – 1

4. If the bidder deviates w.r.t. category of services, service code and GST rate as per the
format given by IOCL in the technical bid, then details with proper justification must be
provided.

5. In case a Bidder declares that he is not required to be registered under GST laws and
Rules, he shall be treated as “Unregistered Taxable Person”. In such case, Owner is
liable to pay GST under reverse charge and therefore for the purpose of evaluation, bid
shall be evaluated after considering GST Rates and Service Accounting Code(SAC) as
determined by the Owner.

6. In case Service is specified where Service Recipient is liable to pay GST under Reverse
Charge, same shall be clearly mentioned in the Annexure- 1.

7. Bid evaluation shall be done after considering GST Rates and Service Accounting
Code( SAC) quoted or confirmed as per the format provided in the Technical Bid or
and shall be evaluated on gross tax basis i.e. after including amount of GST so quoted
or confirmed. Owner shall not be liable to pay or reimburse rate of GST actually
invoiced which is in excess of GST rate quoted or confirmed by the bidder.

8. In case a Bidder claim that he has opted for Composition Scheme as defined in Section
10 of CGST Act, 2017, the bidder shall submit Form GST CMP 01 (Annecure-2) and
GST CMP 02 (Annexure-3). The Bid shall be evaluated without considering GST.
[Please note that Composition Scheme is available only for Restaurant and
Outdoor Catering Services]

9. CGST & SGST (or UTGST) or IGST, as the case may be, shall be released only on
receipt of GST Invoice containing the following details:-

(a) Name, address and GSTIN of the supplier;


(b) A consecutive serial number of the invoice;
(c) Date of issue;
(d) Name, address and GSTIN or UIN, if registered of the recipient;

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 16 of 73

(e) Name and address of the recipient and the address of the delivery, along with the
State and its code,
(f) HSN Codes or Service Accounting Code(SAC);
(g) Description of goods or services;
(h) Total value of supply of goods or services;
(i) Taxable value of supply of goods or services taking into discount or abatement if
any;
(j) Rate of tax (Central Tax, State Tax, Integrated Tax (for inter-state supply), Union
Territory Tax or cess);
(k) Amount of tax charged in respect of taxable goods or services (Central Tax, State
Tax, Integrated Tax (for inter-state supply), Union Territory Tax or cess);
(l) Place of supply along with the name of State, in case of supply in the course of
inter-state trade or commerce;
(m) Address of the dispatch point where the same is different from the place of
supplier;
(n) Whether the tax is payable under Reverse Charge basis and
(o) Signature or digital signature of the supplier or his authorized representative.

10. It shall be the obligation on the part of Bidder/ Vendor to discharge his liability by
payment of GST to Government of India in cash OR utilization of Input Tax credit in
respect of such supply of goods or services through GST Invoice under this Contract,
so that Owner can avail Input Tax Credit( ITC) on such supply. In the event that the
input tax credit of the GST charged by the Bidder / Vendor is denied by the tax
authorities to due to delay by Bidder / Vendor / Contractor /Consultant, in issue of
Invoice, Debit Notes or Credit notes, filing of Return of Outward Supplies, payment of
taxes or filing of any other Returns as required under GST Laws and Rules, or timely
corrections, rectification or modification in the detail of Return of Outward Supplies or
any other Returns, Owner shall be entitled to recover such amount from the Bidder /
Vendor / Contractor / Consultant by way of adjustment from the next invoice or from
Bank Guarantee. In addition to the amount of GST, Owner shall also be entitled to
recover interest and penalty, in case same is imposed by the tax authorities on Owner.
11. It shall be obligatory for the Bidder to issue Credit Note for Price reduction on account
of delay in delivery as defined in the Bid or Contract Documents in the month
immediately following the month in which deduction of account of delay in delivery is
effected by the Owner.

12. In case of any advance including Mobilization Advance given as per Contract, the
CONTRACTOR shall issue a GST Invoice containing all the details required as per
GST Laws and Rules. Subsequent recoveries / adjustment of Advance amount shall be
separately indicated in the GST Invoice for actual supply of Goods and Services.

13. In case any recovery is made for any facility or services provided by the Owner
andsuchrecoveries are subject to GST, amount of recovery plus applicable GST shall be
deducted/recovered from the Invoices/Claim of the Bidder.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 17 of 73

Annexure - 1

Tax Quotation/ Declaration

Name of Work: Supply & Installation of FRP Cable trays and FRP lighting poles in
various cooling towers at Gujarat Refinery.
Tender No.: JC18ELT236
E- Tender Id: 2018_JR_79609_1
Place of Service: Gujarat Refinery
Name of Bidder:
Bidders is requested to quote as below:
GSTIN registration number
Applicable Service Category ( for GST purposes) Supply consisting of two or more taxable
supplies of goods or services or both, or
any combination thereof, which are
naturally bundled and supplied in
conjunction with each other in the
ordinary course of business, one of which
is a principal
supply; (Principal supply will be
determined based on value)
Applicable % of GST 18 %
Service Accounting Code(SAC) for selected Service 9954
Category
Kindly confirm : Yes or No:

Whether Service Covered under Reverse


Charge?[At present Services of GTA, Legal and
Sponsorship , among others, are covered under GST
Laws]
Whether the bidder is exempted from registration
under GST (Turnover of less than Rs 20 Lacs/ 10
Lacs in case of special category States)
Whether Bidder is under Composition Scheme as
defined under section 10 of CGST Act, 2017?
[[Please note that Composition Scheme is
available only for Restaurant and Outdoor
Catering Services]
Note:
1. In case the bidder seeks any deviation w.r.t. category of service, Service Accounting
Code (SAC) and GST rate as pre-determined by IOCL, Bidder should provide the
details with proper justification.
2. In case of bidders opting for Composition Scheme, the same shall be accompanied
by GST CMP -01(applicable in case of vendors registered under Excise/VAT/Service
Tax and have migrated to GST) or GST CMP -02 (applicable for new registration
under GST).

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 18 of 73

Annexure-2

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 19 of 73

Annexure-3








 

 

 

 



  
 
  
 
  

 

  


 




        





 












Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 20 of 73

SPECIAL CONDITIONS OF CONTRACT - COMMERCIAL

Introduction: Indian Oil Corporation Limited (IOCL), a Company registered in India


under the Companies Act, 1956, having its Head Office at Scope Complex, Core-37,
Institutional Area, Lodhi Road, New Delhi 110 003, is one of the largest Commercial
undertaking in India, and engaged in the business of refining, transportation and
marketing of petroleum products. IOCL owns and operates nine out of country’s fifteen
refineries. It also owns and operates a wide network of crude & products pipelines. It
has its own Research & Development Centre situated at Faridabad, Haryana, near New
Delhi.
Gujarat Refinery, a unit of Refineries Division of Indian Oil Corporation Ltd. intends to
carryout the subject job and invites tenders from bonafide, experienced contractor having
financial standing and reputation as more specifically described in the tender document
as per the terms and conditions mentioned in the tender documents.
1.0 General:

1.1 Special Conditions of Contract shall be read in conjunction with General Conditions of
Contract; technical specifications of work, drawings and any other document forming part
of this tender wherever required so.

1.2 Notwithstanding the sub division of the documents into these separate sections and
volumes every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the contract so far as it may be
practicable to do so.

1.3 Where any portion of the General Conditions of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, then unless a different intention
appears, provisions of the Special Conditions of Contract shall be deemed to override the
provisions of the General Conditions of Contract and shall to the extent of such
repugnancy or variations prevail.

1.4 Wherever it is mentioned in the specifications that the contractor shall perform certain
work and provide certain facilities, it is understood that the contractor shall do so at his
own cost.

1.5 The material, design and workmanship shall satisfy the relevant Indian standards, the job
specifications contained herein and codes referred to. Where the job specifications
stipulate requirement in addition to those contained in the Standard codes and
specifications, these additional requirements shall also be satisfied. In the absence of any
Standard/specification / code of practice for detailed specifications covering any part of
the work covered in this tender, the instructions / directions of the Engineer-in-Charge will
be binding on the Contractor.

2.0 Time schedule :

The time schedule is given separately. The owner will notify the successful bidder in
writing by a letter and/or Fax of Acceptance that their bid has been accepted. The
completion period shall be reckoned from the date of this communication unless and
otherwise specified in the letter of acceptance.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 21 of 73

The work shall be executed strictly as per the schedule given in the tender document. The
completion period includes the time required for mobilisation, testing, rectification, if any,
retesting and completion in all respects to the entire satisfaction of the
engineer-in-charge. Monthly / Weekly construction programme shall be drawn up by the
Contractor based on availability of the work fronts and keeping in view the target set in the
time schedule. The Contractor shall scrupulously adhere to these schedules by deploying
adequate personnel, construction tools and tackles and other required resources. In all
matters concerning the extent of target set out in the weekly and monthly programmes
and degree of achievement, the decision of the engineer-in-charge will be final and
binding.

3.0

4.0 Payment: All payment / receipts in respect of this contract shall be rounded off to the
nearest rupee. For example amount less than 50 paise shall be ignored and amount of 50
paise or more shall be rounded off to the next higher rupee.

5.0 Sales tax :

5.1 The works contract is subject to sales tax under the Gujarat Sales Tax Act. The quoted
price should include the Sales Tax payable under the Act and no reimbursement
whatsoever will be made by the owner on this account.

5.2 Sales Tax on works contract & job works, if applicable, including Sales Tax on the
transfer of property in goods under a works contract shall be payable by the contractor
exclusively and no reimbursement shall be made by owner in their account.

5.3 Deduction towards Tax on works contract according to provisions of existing Sales Tax
Laws of Gujarat State Govt. shall be made from Contractor's bill at rates notified from time
to time. Contractor shall obtain further information in this respect from Commissioner of
Sales Tax. A certificate for work contract tax deducted at source by owner shall be
provided to contractor in accordance with applicable State Sales Tax Laws.

6.0 Income tax: Income tax deduction will be made from the contractor's bills as per the Rules
& Regulations in force in accordance with the Income Tax Act prevailing from time to time.

7.0 Provident Fund: The contractor shall strictly comply with the provisions of Employees

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 22 of 73

Provident Fund Act and shall deposit Employees and Employers contributions to RPFC
every month.

8.0 Medical & canteen facilities to the contractor: The contractor shall make his own
arrangements of Medical and canteen facilities to his employees as required by the
statutory laws. Limited tea/snacks facilities on actual cost basis be considered by IOCL at
its sole discretion subject to the contractor paying the equivalent cash subsidy amount to
IOCL.

9.0 Contractor’s personnel: The contractor shall verify the character and antecedents of all
the personnel who are proposed to be deployed for this work from the concerned
authorities and no person having adverse report against him should be deployed. In case of
any of the above personnel found indulging in any act, which may cause breach of security,
then the contractor shall be held responsible.

10.0 The provisions of following clauses of the bidding document must be adhered to, failing
which the bid shall be considered non-responsive and shall be rejected:

a) Bid Validity period as per Clause No.13.0 of Intructions to Bidders


b) Security Deposit as per Clause No. 2.1.0.0 of GCC.
c) Suspension of work as per Clause No. 2.8.0.0 of GCC.
d) Price adjustment due to delay in works as per Clause No. 4.4.0.0 of GCC.
e) Defect Liability Period as per Clause No. 5.6.0.0 of GCC.
f) Termination as per section No.7 of GCC.
g) Arbitration as per section No.9 of GCC.

11.0 IOCL's SCOPE OF SUPPLY :

The following clause shall be read in conjunction with the General Condition of Contract,
Section-3 ( MATERIALS, LABOUR AND EQUIPMENT):

The scope of supply of various materials / services either in Owner’s scope or in the
scope of the Contractor are clearly mentioned in the respective item descriptions of the
Schedule of Rates.

Any ambiguity regarding the scope of supplies / services shall be brought to the notice of
tender issuing authority well in advance before the due date for submission of the tender.
For any ambiguity after placement of order related to scope of supplies / services, the
decision of Engineer-in-charge shall be final and binding on to the contractor.

Wherever Cement (Ordinary Portland Cement), Reinforcing Bars (MS or HYD), structural
steel, plates, pipes etc are to be supplied by owner as Free Issue Materials (FIM) w.r.t the
scope of the items of SOR, the following guidelines are applicable:

i) Necessary indents will have to be raised by the Contractor as per procedure laid down by
the Engineer-in-Charge from time to time, as required for incorporation in permanent
works.

ii) Materials will be issued only for permanent works and not for making templates, other
temporary works, enabling works etc. and the same shall not be taken into account for

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 23 of 73

purpose of material reconciliation.

iii) The contractor shall bear all other costs including the lifting, carting from issue points to
worksite/Contractor’s Stores, custody and handling etc. return of surplus/serviceable
materials to Owner’s stores designated by the Engineer-in-Charge and expenditure
made by the Contractor on all these accounts.

iv) All reinforcement bars shall be issued in available lengths/shapes and no claims for extra
payment on account of issue of non standard lengths/shapes will be entertained.
Reinforcement bars shall be issued on weighment basis as per the normal stores
practice. For the purpose of billing and accounting only linear measurement will be taken
and weight will be calculated as per the IS Co-efficient. The difference in unit weight as
per IS and actual as issued, if any shall be to the Contractor’s account and contractor
shall quote the rates for corresponding item to take care of such difference.

v) Cement, as received from the Manufacturer/Stockists will be issued to the Contractor.


The theoretical weight of each bag of cement for issue purpose will be considered as 50
Kgs. Any type of cement and in any container as received from Manufacturer/Stockists
shall be issued to the Contractor. No claim whatsoever shall be entertained on this.

11.1 Cement:
i) The permissible variation between cement actually used on the job and theoretical
consumption shall be 2% (two percent only).

ii) If the actual consumption is more than 2% of the theoretical consumption, then recovery
at the rate of Rs. 3500/- per MT or the market rate whichever is higher for the quantity of
the cement beyond the limit of 2% of theoretical consumption shall be effected from the
Contractor’s bill(s) and/or any other payment due to him by the Owner.

iii) If the actual consumption is less than 2% of the theoretical consumption then recovery at
the rate of Rs. 3500/- per MT or the Market rate whichever is higher shall be affected from
the Contractor’s bill(s) and/or any other payment due to him by the Owner, provided that
the quality of the work has been found acceptable by the Engineer-in-Charge.

iv) Unused quantity of cement shall be returned by the Contractor to the Owner’s stores in
good condition. The Contractor shall get full credit for the same. In case the contractor
fails to do so then recovery for such quantity of cement not returned by him at the rate of
Rs. 3000/- per MT or Market rate whichever is higher shall be effected from his bill(s)
and/or any other payment due to him by the Owner.

v) The Contractor shall maintain good stores for storing the cement issued to him. The
flooring of the storage house, the clearances of cement bags from the sidewall etc. shall
be as per the instructions of the Engineer-in-Charge.

vi) The cement stores shall be open for supervision and verification by the
Engineer-in-Charge or his authorised representative any time when the
Engineer-in-Charge feels the need to do so.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 24 of 73

vii) The empty cement bags shall be Contractor’s property and will not be taken back.
However, a token amount of Rs. 1/- (Rupee One only) per bag shall be recovered from
his bill towards empty cement bags charges, for the total number of bags issued to them.

11.2 Reinforcement Bars (HYD Bars / MS Bars) :

i) The scrap allowance for steel bars issued by the Owner shall be 3% (2 ½% accountable
(scrap) + wastage ½% non accountable) of the actual consumption as incorporated in the
works.

ii) All steel bars/structural steel of length above 2 M except M.S. Plates shall be considered as
serviceable materials provided the materials is in good and acceptable condition. Steel bars
in length less than 2M shall be treated as scrap.

iii) For non-accounting of MS or Tor steel materials or Structural Steel drawn by the Contractor
over and above the permissible limits, Contractor shall be charged penal rate as under :

• For non return of scrap : Rs. 7000/- per MT

• For non return of Serviceable : Rs. 22000/- per MT or Market materials rate whichever is
higher.

iv) All unused/scrap steel reinforcement bars shall be the property of the Owner and shall be
returned by the Contractor category-wise at his own cost to the Owner’s stores. In case the
Contractor fails to do so then recovery for such quantity of reinforcement bars / steel not
returned by the Contractor shall be effected from his bill(s) or from any other dues of him to
the Owner at rates indicated above. Contractor shall make his own arrangements for
weighing the off cuts to be returned to the Owner’s stores.

11.3 Steel Plates, Pipes and Cables :


i) Scrap & Excess Materials : The Contractor will prepare the plate cutting diagram in such a
way that minimum scrap is generated. Also, the cut plates should be used at a proper place
to reduce the scrap. The plate cutting diagram shall be got approved by the
Engineer-in-Charge. However, such approval by Engineer-incharge shall not absolve the
contractor from his responsibility for generation of scrap within the acceptable limits.

ii) Serviceable Materials :

a) Plates : The piece of plates measuring as below shall be treated as serviceable material :

1. If both sides are greater than 1M.


2. If any side is less than 1 metre but greater than 0.5 metre and the total area by equal or
greater than 2 M2.
3. Any piece of plate measuring less than above shall be treated as scrap.

b) Piping:

1. All pipes measuring 2 metres and above in length shall be treated as serviceable materials
provided they are in good and acceptable condition.
2. Pipe in less than 2 metre length shall be treated as scrap.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 25 of 73

c) Cables:

1. All cables measuring 5 metre and above in length shall be treated as serviceable material
provided they are in good and acceptable condition.
2. Cables in less than 5-metre length shall be treated as scrap.

iii) Scrap

a) Salvageable / Serviceable Scrap:

1. Salvageable / Serviceable scrap shall mean lengths of tubes, pipes and cables etc. or
piece of plates that can be used one time or other at a later date and they are recovered
from cut pieces of tubes, pipes multi-cables, cables etc.
2. The permissible limits of total scrap generation are as follows:
• Steel Plates 5.00% (five percent) inclusive of non serviceable scrap
• Pipes & Tubes 3.50% (three point five percent) inclusive of non-serviceable scrap
• Cables 3.00 % (three percent) inclusive of non-serviceable scrap.

b) Non-salvageable / Non-serviceable Scrap :

Non-salvageable / Non-serviceable scrap shall mean the cut pieces of plates, tubes, pipes,
multi-cables, cables etc. that can not be used at all. The following are the limits for
non-salvageable / Non-serviceable scrap :

Steel Plates : 0.50% (Half percent)


Pipes & tubes : 0.50% (Half percent)
Cables : 0.75% (Zero point seven five percent)

iv) The contractor shall submit, every month an account for all the materials issued to him by
the owner in the proforma prescribed for this purpose by the Engineer-in-Charge. The
contractor shall ensure that the wastage of steel plates, Reinforcement steel, structural
steel, pipes and cables issued to him by the owner for the work shall be within the
percentage given above at the theoretical consumption.

v) For the non-accounting of materials drawn by the contractor over and above the
permissible limits contractor shall be charged penal rate as under:

a)
For non-return of scrap within permissible limits (including both
Owner’s issue rate
serviceable as well as non-serviceable).
b) For non-return of serviceable materials and / or excess Double the owner’s
generation of scrap beyond the permissible limits (including both issue rate Or market
serviceable scrap as well as non-serviceable scrap calculated on rate whichever is
individual basis). higher.

All off cuts / scrap and unused plates, and pipings, cables, etc. shall be the property of the
owner and shall be returned by the contractor to the owner’s stores at site at his own cost.
In case the contractor fails to do so then the recovery for such quantities of material not

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 26 of 73

returned by the contractor shall be effected from the contractor’s bill(s) and / or from any
other payment due to him by the owner at rates indicated above.
12.0 This Schedule of Rates shall be read alongwith CPWD specifications, IOCL specification,
relevant BIS Standards, Indian electricity rules and other relevant standards, codes /
practices as specified wherever specifications are not available standard Civil / Electrical
Engineering practices shall be adopted.

13.0 For appropriation of materials, theoretical consumption shall be worked out based on
CPWD standard consumption coefficients of various items. Wherever CPWD standard
coefficient of various items is not available, the consumption coefficients shall be taken on
the basis of other similar standards / Engineering practices.

14.0 Materials shall confirm to relevant BIS standards / CPWD specifications / Refineries
specifications / materials of best quality available in the market and other relevant
standards, codes etc.

15.0 The bidder shall ensure use of 'Full body harness ' in place of 'Safety belt' while working at
height as defined in SCC / GCC.

16.0 The Govt. of India, Ministry of Labour, has declared Gujarat Refinery being the industry
engaged in manufacture or production of mineral oil (crude oil), motor and aviation spirit,
diesel oil, kerosene oil, fuel oil, diverse hydrocarbon oils and their blends including
Synthetic fuels, Lubricating oils and the like to be a Public Utility Service under the
provisions of Industrial Disputes Act, 1947. Therefore, any act or omission or commission
to be resorted to by the contractors / contractor’s workers which is in contravention of
above provisions will be dealt with seriously.

17.0 Payment mode to Vendors / Contractors :

a. IOCL shall effect payments to the vendors through cheques or E- payments at its
discretion, during the operation of the said Contract / PO/ WO.

b. That for this purpose, the vendor / contractor / supplier shall provide their Bank details in
the Format enclosed along with the tender documents

18.0 CENVAT:

IOCL would like to avail the benefit of CENVAT credit. The tenderers shall be responsible
to ensure submission of eligible documents {like Excise duty paid and countervailing duty
(additional duty) paid by them to the concerned authorities} to the Owner to claim Cenvat
credit.

19.0 The bidders to note that wherever reference to GCC / SCC- Safety and Environment
Management System is made in the tender document the same shall mean GCC (Revision
2016) and SCC-Safety and Environment Management System (Rev.27.04.07).

20.0 The bidders to note that the use of white/erasing fluid for correcting the rates is banned.
Accordingly, wherever the rates are corrected with white/erasing fluid, the bids will be
summarily rejected. This shall supersede the relevant clauses of GCC/SCC forming part of
tender document.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 27 of 73

21.0 The time limit for settling the contractor's bills shall be as follows:

Time Limit for payment


RA bill 20 days from the receipt of bill by
Engineer-in-Charge. Engineer-in-Charge will
send the bill to Finance after certifying within
13 days and Finance will release the payment
within 7 days after receipt.

Final bill (A) Where approval for extra items 60 days from the date of receipt by
and time extension of contractual period are Engineer-in- Charge. Engineer-in-Charge will
not involved send the bill to Finance after certifying within
40 days and Finance will release the payment
within 20 days after receipt.

(B) Where approval for extra items and time 90 days from date of receipt by
extension of contractual period are involved Engineer-in-Charge. Engineer-in-Charge will
send the bill to Finance within 70 days of the
receipt of the bill (one month time is given to
Engineer-in-Charge for getting the approval)
and Finance will release the payment within 20
days after receipt.

22.0 Bidders who are submitting the Bank Guarantee either against Earnest Money deposit or
Initial Security deposit/ Security deposit may please ensure that the rating of the bank
sanctioning the BG should not fall below the rating of ‘A’ from Moody’s or equivalent (from
other rating agency) in case of foreign bank and rating of ’AA’ from CRISIL or equivalent
(from other rating agency) in case of Indian banks during the tenor of the BG. In case the
rating falls below threshold level at the time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through bank acceptable to IOC.

23.0 Payment made by Contractors to their Workmen:

All payments made to workmen engaged by the Contractor shall be through ECS.

24.0 Action against Vehicle and its Driver/Cleaner- Theft Cases In Refinery Units.

24.1 If the vehicle or its driver cleaner is found involved in theft or found attempting to make theft of
any item, an amount of Rs. 25,000/- shall be recovered from the contractor apart from issuing of
a warning letter.
24.2 For subsequent similar act, if any, placing the vendor on holiday list, following due process,
apart from recovery of an amount of Rs.25,000/- from the contractor.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 28 of 73

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 29 of 73

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 30 of 73

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 31 of 73

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 32 of 73

Annexure A
SPECIAL CONDITIONS OF CONTRACT - COMMERCIAL
Labour Laws and Regulations

"Every worker engaged by the contractor should be enrolled under the following schemes:
-Pradhan Mantri Jeevan jyoti yojana
-Pradhan Mantri Suraksha Bima Yojana
Under the two schemes, an amount of Rs.342 person (as on date) per annum shall be considered by
the prospective bidder while submitting the price bid. Subsequent escalation/descalation shall be
assessed by the contractor at his own.
Proof of payment towards the above two schemes shall be submitted by the contractor to EIC for
verification of the same from time to time."

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 33 of 73

Annexure B
PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

Conditions for Benefits/ Preference for Micro & Small Enterprises (MSEs)

1. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012
issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and
Medium Enterprises of Govt. of India, MSEs must be registered with any of the
following in order to avail the benefits/preference available vide Public Procurement
Policy MSEs Order, 2012

a. District Industries Centers (DIC)


b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
2. MSEs participating in the tender must submit the certificate of registration with
anyone of the above agencies indicating the details along with their bid for price
preferene. However, MSEs are exempted from payment of EMD,irrespective of items
for which they are registered with the said agencies / bodies.
3. The registration certificate issued from any one of the above agencies must be valid as
on date of bid submission for availing EMD exemption and on close date of the tender for price
preference.The successful bidder should ensure that the same is valid till the end of the contract period
4. The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as above as on close date of
the tender, are not eligible for exemption/preference.
5. The MSEs registered with above mentioned agencies/bodies are exempted from
payment of Earnest Money Deposit(EMD).
6. Price Preference — Subject to meeting terms and conditions stated in the tender
document including but not limiting to prequalification criteria, twenty percent of the
total quantity of the tender is earmarked for MSEs registered with above mentioned
agencies/bodies for the tendered item. Where the tendered quantity can be split,
MSEs quoting a price within a price band of L1 + 15 percent shall be allowed to supply
up to 20 percent of total tendered quantity provided they match L1 price. In case the
tendered quantity cannot be split, MSE shall be allowed to supply total tendered

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 34 of 73

Annexure B
PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

quantity provided their quoted price is within a price band of L1 + 15 percent and they
match the L1 price. In case of more than one such MSEs are in the price band of L1 +
15% and matches the L1 price, the supply may be shared proportionately.
7. Out of the twenty percent target of annual procurement from micro and small
enterprises four percent shall be earmarked for procurement from micro and small
enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event
of failure of such MSEs to participate in the tender process or meet the tender
requirements and L1 price four percent sub-target so earmarked shall be met from
other MSEs.
8. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by
District Authority must be submitted by the bidder in addition to certificate of registration
with any one of the agencies mentioned in paragraph (I) above . The bidder shall be
responsible to furnish necessary documentary evidence for enabling IOCL to
ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined as:

a. In case of proprietary MSE, proprietor(s) shall be SC /ST


b. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares
in the enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 35 of 73
Annexure-B

1. Terms and Conditions for “Preference to MSE Bidders”:

1.1. The Public procurement Policy for Micro and Small Enterprises (MSEs) order, 2012 is meant for
procurement of goods produced and services rendered by Micro and Small Enterprises. The preference to
MSEs is not applicable for works contracts where supply of goods not produced by the MSEs is also
involved. If the bidder is a manufacturer of the goods intended to be incorporated in the tendered job and
services to be rendered with reference to related goods, the preference to MSE bidders shall be
provided on submission of MSE registration certificate for the ‘Manufacturing’ as well as ‘Services’ both
along with the bid.
1.2. Micro & Small Enterprises (MSEs) are exempted from payment of EMD, irrespective of the items for
which they registered with any authorised agencies / bodies as per Public Procurement Policy for Micro &
Small Enterprises (MSEs) Order, 2012 issued by Ministry of Micro, Small and Medium Enterprises, Govt.
of India.
1.3. The registration certificate must be valid as on date of opening of the tender for availing EMD exemption.
The successful bidder should ensure that the same is valid till the end of the contract period.
1.4. Micro & Small Enterprises (MSEs) participating in the tender must submit the certificate of registration
along with techno commercial bid in order to avail the EMD exemption / price preference available vide
Public Procurement Policy MSEs order, 2012. Bidders may please note that the subsequent submission
of MSEs certificate after due date and time of opening of Techno commercial bid will not be
considered for EMD exemption / price preference.
1.5. Price preference to Micro & Small Enterprises (MSEs) shall be allowed as per Public Procurement Policy
MSEs Order 2012 (Micro, Small and Medium Enterprises Development Act, 2006).
1.6. The MSEs who have applied for registration or renewal of registration with any of the agencies/ bodies
specified by Ministry of MSME, but have not obtained the valid registration certificate, as on opening date
of the tender for availing EMD exemption and as on close date of the tender for price preference, on bid
submission date are not eligible for EMD exemption & preference respectively.
1.7. Micro & Small Enterprises (MSEs) participating in the tender must submit the certificate of registration
along with techno commercial bid in order to avail the EMD exemption available vide Public Procurement
Policy MSEs order, 2012. However, price preference to MSEs will not be applicable for works contract
where supply of goods not produced by the MSEs is also involved.
1.8. In case MSE bidder is L-1 entire value of tender is to be ordered on the L-1 MSE bidder. If it is
mentioned in the Tender /NIT the job/tender quantity can be split and the price quoted by MSE bidder is
within band of L-1+15%, 20% of the tender value is to be ordered on MSE subject to matching L-1 price.
If it is mentioned in the Tender /NIT the job/tender quantity cannot be split and price quoted by the MSE
bidder is within a band of L-1+15%, entire value of the tender is to be ordered on L-1 MSE bidder subject
to matching L-1 price. For further clarity in this regard a table is furnished below:

Type Of Tender Price Quoted By MSE How To Finalize Tender


Can be split L-1 Full order on MSE

Can be split Not L-1 but within L-1+15% 20% order on MSE subject to matching L-1
price
Cannot be split L-1 Full order on MSE
Cannot be split Not L-1 but within L-1+15% Full order on MSE subject to matching L-1 price

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 FORMAT FOR BANK DETAILS OF BIDDERS Page 36 of 73
(To be submitted on the Letterhead of Bidder)

To Dtd.: ________
Indian Oil Corporation Ltd. (Refineries Division),
Scope of Complex, Core-2,
Lodhi Road, NEW DELHI 110 003.

Dear Sir,
We hereby give our consent to accept the related payments of our claims / bills on IOCL through Cheques or
Internet based online E-payments system at the sole discretion of IOCL. Our Bank account details for the said
purpose are as under:
Sr. Particulars Details
No.
1. Name and address of the Beneficiary

2. Account Number of Beneficiary

3. Account Classification (CA/CC-11 or 29) & SB-10 as per


Cheque leaf.

4. Name and address of the Bank Branch (where payments


are to be sent by IOCL)

5. Branch Name / Code

6. The 9 Digit MICR code of the Branch (as appearing on


the MICR cheque) *

7. IFSC Code of the Bank Branch for RTGS mode

8. IFSC Code of the Bank Branch for NEFT mode

9. E-mail Id of beneficiary

10. Any other Particulars (to be advised by Beneficiary for the


E payments purposes)

11. Vendor Code (To be filled by IOC’s Deptt. only)

12. Permanent Account Number (PAN)**

13. Mobile Number (For SMS Alerts)

* A blank copy of a cancelled cheque / photocopy of a cancelled cheque relating to the above account Number for
verifying the accuracy of the bank account details is enclosed.
** A copy of PAN Card duly attested by Authorised Signatory for verifying the accuracy of the PAN is enclosed.
I / We hereby declare that the particulars given above are correct and complete.

Date : Signature of Account Holder


Place : with Company Stamp (if a Company)

Encl : One cheque / photocopy of cheque duly cancelled & copy of PAN Card.
*** We confirm that the above bank account details of beneficiary are correct in all respect and the account of
Beneficiary (IOCL Vendor) is maintained at our bank branch.

(Name of the Bank & Branch)


Authorised Signatory
*** Verification required only in case (a) vendors not providing a cancelled cheque leaf or if vendors name is not
printed/appearing on the cancelled cheque leaf submitted to IOCL office. (b) change in existing bank details.
Digital Sign. of Tenderer
JC18ELT236
2018_JR_79609_1 Page 37 of 73

JC18ELT236

SPECIAL CONDITIONS OF CONTRCATS - TECHNICAL

Scope of the vendor

1. supply of FRP cable trays and Cable tray cover as per attached specification (Annexure-I) including
horizontal and vertical bends, reducers, tees, cross members and other accessories as required (bends,
reducers, tees, cross members and other accessories will not be paid separately, same is included in
item).

2. Dismantling/ Removal of existing cable trays.


Installation of FRP cable trays to the existing support with nuts, bolts, washers and other accessories
as required (The cost includes supply of all nuts, bolts, washers and other accessories hooks for
holing tray/tray cover and any another material required). (Cable will not be disconnected at the ends
for carrying out the job)

3. Making small chipping for removal of existing support including Demolishing of plain cement
concrete wherever required Providing and laying plain cement concrete as per standard specification
wherever required

4. Shifting of all dismantled material including trays covers etc to the designated location as per the
directions of the Engineer-in-charge.

5. Proper housekeeping of the working place during and after the completion of work

6. The contractor shall arrange for all tools, tackles and other instruments required for carrying out the
job as part of the job and no extra payment shall be made on this account.

7. The contractor shall arrange for vehicle for material movement. IOCL will not provide crane, trailer,
hydra etc.

8. Scaffolding if needed to be provided by the contractor.

9. Any other material required for the job & not mentioned in owner's scope shall be in the scope of
contractor.

10. Job includes all labour, materials, tools & tackles, consumables, etc. and provision of scaffolding
wherever required; complete in all respects as per the specifications and directions of the Engineer-in-
charge.

Supply & Installation of FRP Lighting Pole:-

1. supply of FRP LIGHTING POLE as per the attached specification (Annexure-II) and attached GA
drawing(Annexure-III)

2. Dismantling of light fitting items without damage from the lighting pole and safe shifting of
dismantled items to the designated location

3. Dismantling of existing poles without damage

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 38 of 73

4. Demolishing of plain cement concrete and providing PCC foundation (FRP Lighting poles are to be
installed on a base by creating PCC foundation of suitable size as per direction of EIC/site engineer.)

5. Dismantling of cable and relaying of cable as per direction of EIC/site engineer.

6. Installation of FRP Lighting pole

7. Installation of lighting fixtures on FRP Lighting pole.

8. Shifting of all dismantled material including trays covers etc to the designated location as per the
directions of the Engineer-in-charge.

9. Proper housekeeping of the working place during and after the completion of work

10. The contractor shall arrange for all tools, tackles and other instruments required for carrying out the
job as part of the job and no extra payment shall be made on this account.

11. The contractor shall arrange for vehicle for material movement. IOCL will not provide crane, trailer,
hydra etc.

12. Scaffolding if needed to be provided by the contractor.

13. Shifting of all dismantled material to the designated location as per the directions of the Engineer-in-
charge.

14. Proper housekeeping of the working place during and after the completion of work

15. Any other material required for the job & not mentioned in owner's scope shall be in the scope of
contractor.

16. Job includes all labour, materials, tools & tackles, consumables, etc. and provision of scaffolding
wherever required; complete in all respects as per the specifications and directions of the Engineer-in-
charge

GENERAL CONDITIONS OF CONTRACT-TECHNICAL

-> The contractor shall work in close co-ordination with the site engineer/ EIC.

-> Travel charges, Boarding and Lodging for the manpower deputed for this job shall be in the scope of
Contractor as part of the job.

-> Normal working hours shall be 0830 to 1730. However, in case of any emergency, the contractor may
be required to work round the clock or during extended hours including Sundays/ Holidays as part of the
job. No extra payment shall be made to the contractor for working beyond normal working hours
including Sundays/Holidays.

-> Party shall be responsible for observing & adhering to all the necessary safety rules, permit system,
codes, norms etc. besides any specified instruction by the Engineer-in-charge shall be followed strictly.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 39 of 73

{In partial modification to clause 6.3.3.0 of GCC (Conventional)}

The rates stated in the Schedule of Rates shall not be subject to variation on any account whatsoever,
other than new taxes, duties, levies, charges and variation in minimum wages.

I. Increase in minimum Wages means: Any increase in minimum wages of workers and corresponding
increase in statutory components of wages due to coming into force by any fresh law or notification
issued by State/Central Government or wage increase arising out of a Court Order or directions of the
Corporation to pay higher wages.

II. Any increase in minimum wages after stipulated date of price bid submission shall be payable from the
effective date mentioned in the notification as defined in (a) above up to contractual completion period
including justifiable extensions, if any. Any increase in minimum wages beyond justifiable extension
period is to be borne by the contractor. The amount becoming due after contractual completion will be
reimbursed only after approval of time extension; however, contractor has to ensure that payment to
workers is made as soon as it becomes due as per labour payment schedule.

III. There shall be no service charge/profit component payable to the contractor on account of differential
amount reimbursed to the Contractor towards increase in minimum wages.

IV. The additional impact of taxes to be paid by the contractor to the authorities on account of increase in
minimum wages will be reimbursed by IOCL.

V. Reimbursement of differential amount on account of increase in minimum wages shall be made in the
following manner :-

If the increase in the minimum wages is beyond 10% at a time(singular increase more than 10%), the
differential amount exceeding 10% will be reimbursed based on calculations given at (a) and (b) below
and the lower of the two values will be considered for reimbursement :

a) Differential amount arrived using price variation formula given below.

A % = Percentage of Labour Component as specified in the tender


Y % = Average percentage Increase in minimum wage
Z = Value of work executed on/after effective date of revision in wages.
Y is to be calculated on the basis of average percentage (Average of percentage variation in each category
for Unskilled, Semi-Skilled, and Skilled).

Value of Escalation = (Z/1.15)*(A /100) *[(Y-10)/100]

or
b) The differential amount (Increase in Wages & Statutory Components) calculated based on certified
Wage Register.
Vi. Percentage weightage of the labour component for the job shall be 35.07%

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 40 of 73

FRP LIGHTING POLE

Base mounted LIGHTING POLE, FRP/GRP, TUBULAR TYPE, 'J' Type 3.5 mtr. Heights suitable for light fixture of 125W HPMV
lamp (FLP TYPE) with the accessories as mentioned below. The pole & junction box FLP TYPE to be fixed 0.9/one meter from
the base of the lighting pole so, JB GA drawing given as per attached & it will be supply by IOCL but fixing arrangement to be
provide by vendor(using ss clamp OR permanent fixing arrangement as per annexure B). GA drawing of the pole as
Annexure-A, confirmation of the same to given by party along with offer otherwise offer is liable to be rejected.

Specification:

Type of check Required Value Standard

Glass content >50% ASTM D 5630


Tensile strength 2000-8000 kg/cm2 ASTM D 5083/D638
Flexural strength 2000-10000 kg/cm2 ASTM D 790
Compressive strength 1500-5000 kg/cm2 ASTM D 695
Impact strength >130 kg-cm/cm ASTM D 256
Water Absorption <=0.25% ASTM D 570

1. U.V Resistant-special U.V coating provided for long 20 yr life meeting 1000 hrs accelerated u.v resistant test as per
ASTM G-154 where mechanical properties not reducing by more than 5%
2. Di electric strength min 6kv/mm as per ASTM D-149
3. Complete pole with all accessories should be corrosion resistance or coated with GRP/FRP material so corrosion will
not occur.

4. Aesthetically it should be very good and smooth finishing is required.


5. Pole should be painted with Final finish coat of high gloss polyurethane paint to protect the poles for UV which will
increase the ultimate life of pole.
6. Accessories include arm which is of Aluminium J shape coated with FRP/GRP to prevent corrosion
7. Base plate should be Hot Dip Galvanized MS of the dimension 300 mm x 300 mm x 12 mm. It should have four holes of
25 mm for mounting with foundation
8. Pole should be manufactured as per GA drawing only no deviation form it acceptable.
9. Junction box Fixed up arrangement must be provided in to the lighting pole.
10. Mounted at general working height like 0.9/1 mtr from bottom.
11. Pole should be designed to sustain Min wind velocity of 145 km/hr.
12. Pole should be of 76 mm od & 5 mm thick.

13. Junction box: FLP TYPE to be fitted with pole using SS clamp or permanent fixing arrangement. FLP junction box shall
be provided by IOCL.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 41 of 73

14. 'J' Arm must be provided with mounting hook for well glass fitting
15. colour- white
16. The notes mention in attached Annexure-A to be strictly comply by party in manufacturing pole & junction box.

Make of FRP Cable tray: ERCON COMPOSITES /SUMIP COMPOSITES PVT LTD/ AERON COMPOSITE PVT LTD/
Equivalent
Vendor has to confirm the above specifications at the time of bid submission.
Manufacturer test certificates to be provided by the vendor at the time or before supplying the material.
Party has to submit test report from NABL (National Accreditation Board for Testing & calibration
Laboratories) accredited plastic lab / centre which confirms the above speification / standard at the time of
supply.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 42 of 73

ANNEXURE – Technical Specification


FRP Cable tray, perforated

length: 3 m of single length.


material: UV resistant and Fire retardant
glass content: min 55%
color: as specified by vendor
support span: max 2 meters.
Attachments: FRP coupler plate(2 number) with corresponding SS304 nuts and bolts(8 set) with
each 3 meter length of cable tray.
The necessary quality check certificates in support of the quality of FRP material used are to be
produced by the vendor.
The necessary ASTM D,E standards wrt the physical, mechanical(tensile/shear strength) and
electrical (flammability of the FRP material used) properties are to be confirmed to, suitable
additives have to be added to the FRP mould inorder to make the material resistant to UV light.

FRP CABLE TRAY LADDER

Supply of ladder type FRP cable tray having FRP pultruded side rail, FRP pultruded rungs at every
300 MM with FRP coupler plate to joint trays with SS bolt, nuts & washers etc suitable for
Length: 3 Meters.
Material: UV resistant and Fire retardant
Glass content: min 55%
Color: as specified by vendor
The necessary quality check certificates in support of the quality of FRP material used are to be
produced by the vendor.
The necessary ASTM D,E standards wrt the physical, mechanical(tensile/shear strength) and
electrical(flammability of the FRP material used)properties are to be confirmed to, suitable
additives have to be added to the FRP mould inorder to make the material resistant to UV light.
Accessories: ss bolt and nuts for coupler plate fixing.
Cable tray shall be able to withstand a load of 120 kg at mid span when supported at an interval
of 1.5 mtrs.

Make of FRP Cable tray: ERCON COMPOSITES /SUMIP COMPOSITES


PVT LTD/ AERON COMPOSITE PVT LTD/ Equivalent

Vendor has to confirm the above specification at the


time of bid submission.
Manufacturer test certificates to be provided by the
vendor at the time of supplying the material.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 43 of 73

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 44 of 73

122

FORM OF TENDER
(To be filled up by the Tenderer)

For Technical and Commercial Bid


Serial No.
Date:

From _______________________________
_______________________________

To Indian Oil Corporation Ltd.


(Refineries Division)
_____________________Refinery/Project

Tender No._______________________________
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 the
Refinery/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.

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. OR Shri __________, one of our

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 45 of 73

123

partners is related to Shri __________ who was employed as a Director in Indian Oil Corporation Ltd.
during the preceding 2 (two) years as follows:

[State Relationship]

I/We have annexed to this Bid the following documents:


(i) Complete set of Tender Documents (including written clarifications and Addenda, if any) duly
filled in and signed by the tenderers as prescribed in different clauses of the Instructions to
Bidders.
(ii) Schedule of Rates in the prescribed form.
(iii) Earnest Money amounting to and in the manner specified in these Instructions to Bidders.
(iv) 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.
(v) Audited Balance Sheets of the last 3 (three) years. In the case of a bid by an unqualified joint
venture company, the audited Balance Sheets of the qualified joint venture shareholder(s) for the
last 3 (three) years shall also be furnished. In case of a consortium bid, the audited Balance
Sheet of each of the consortium members for the last 3 (three) years shall be furnished.
(vi) Form of Tender. If the tender is called in 2 (two) separate parts, the tenders in the relevant Form
of Tender as prescribed shall be submitted with respect to each part.

(vi) Information regarding tenderer in the form annexed to the Form of Tender.
(vii) Tenderer’s past experience of comparable nature in the prescribed form accompanied by
documents supporting the successful completion of claimed works / projects.
(viii) Information regarding construction, organization and equipment in the prescribed form.
(ix) Declaration of Blacklisting in the prescribed form.
(x) Declaration on Child Labour in the prescribed form.
(xi) Details of Provident Fund Code Number.
(xii) Details of ESI Code Number.
(xiii) Such other information as required from the tenderer.
(vi) .
.

I/We hereby undertake that the statements made herein/information given 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, without prejudice to any other right or remedy available to the Corporation, 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.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 46 of 73

124

I/We confirm having deposited Earnest Money of Rs.__________________


(Rupees________________________) as detailed hereunder:

(Signature(s) of the Tenderer(s))

Name & Designation of


the authorized person signing
the Tender on behalf of the Tenderer (s)

Full Name and address of the Bidder(s)


Witness :
Signature :
Name :
Occupation :

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 47 of 73

125

INFORMATION ABOUT TENDERER


(To be furnished with Tender)

1. In case of Individual
1.1 Name of Business
1.2 Whether his business is registered
1.3 Date of Commencement of business
1.4 Whether he pays Income Tax over Rs.10,000/- per year
1.5 Whether he is a Director or is related to any Director of IOC present or retired within the past
2 years
1.6 Permanent Account Number
1.7 What are his profits/losses for the past 3 (three) years with a copy of Balance Sheet and
Profit & Loss Account for the past 3 (three) years with a copy of the audited Balance Sheets
and Profit & Loss account for the past 3 (three) years
1.8 What are his concurrent job commitments
1.9 How does he propose to finance the work if awarded to him
1.10 Provident Fund Code Number
1.11 ESI Code Number if the job site is covered by the ESI Act
2. In case of Partnership
2.1 Name of Partners
2.2 Whether the partnership is registered
2.3 Date of establishment of firm
2.4 If each of the partners of the firm pays Income tax over Rs.10,000/- a year and if not,
whoever of them pays the same
2.5 Whether any partner of the firm is a Director or is related to any Director of IOC, present or
retired within the past 2 years
2.6 Permanent Account Number
2.7 What are the firm's profits/losses for the past 3 (three) years with a copy of Balance Sheet
and Profit & Loss Account for the past 3 (three) years
2.8 What are the firm's concurrent job commitments
2.9 How does the firm propose to finance the work if awarded to him
2.10 Provident Fund Code Number
2.11 ESI Code Number if the job site is covered by the ESI Act
3. In case of Limited Company or Company Limited by Guarantees :
3.1 Amount of paid up capital
3.2 Name of Directors
3.3 Date of Registration of Company
3.4 Copies of the Balance Sheet of the company of the last 3 (three) years
3.5 Whether any of the Directors of the Company is a Director or is related to any Director of
IOC, present or within the past 2 (two) years

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 48 of 73

126

3.6 Permanent Account Number


3.7 What are the Company's profits/losses for the past 3 (three) years with a copy of the audited
Balance Sheet for the past 3 (three) years 3.8 What are the company's concurrent job
commitments
3.9 How does the Company propose to finance the work if awarded to it
3.10 Provident Fund Code Number
3.11 ESI Code Number if the job site is covered by the ESI Act
FOOT NOTE : Reference is also invited to Clause 8.0 of Instructions to Tenderers forming part of GCC.

Signature of Tenderer
Name & Address of the Tenderer

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 49 of 73

EQUIPMENT QUESTIONNAIRE

(To be furnished with the Tender)

The tenderer shall specify in the form given below the list of equipment owned by the
tenderer which shall be used for the work if awarded to the tenderer.

Type Number Make Capacity Location Owner

Signature of tenderer
Name and address of
the tenderer

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 50 of 73

EXPERIENCE QUESTIONNAIRE
(To be furnished with Tenderer)

The Tenderer has completed the following similar works in the last five years :

Type Owner Value Year completed

Signature of tenderer
Name and address of
the tenderer

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 51 of 73

119

INFORMATION OF LITIGATION

Indian Oil Corporation Ltd.

Subject: Pending Litigations

Tender No.:

Dear Sirs,

As desired, we give below the status of litigation (including the arbitrations) filed by or against us during
the last 5 (five) years with respect to works contracts executed by us:

Litigation (Other than Arbitration)

S. Suit By Against Nature of Total Contract Total Total Status


No. No. Work Value Amount Amount
Claimed Counter-
claimed
1.

2.

3.

Arbitration

S. Suit By Against Nature of Total Contract Total Total Status


No. No. Work Value Amount Amount
Claimed Counter-
claimed

FORM OF TENDER

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 52 of 73

114

DECLARATION OF BLACK LISTING/ HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in my personal name or in the name of my proprietary concern M/s
____________________________ which is submitting the accompanying Bid/ Tender nor any other
concern in which I am proprietor nor any partnership firm in which I am involved as a Partner, are
presently or have during the last three years, been placed on any blacklist or holiday list declared by
Indian Oil Corporation Limited or by any department of any Government (State, Provincial, Federal or
Central) or by any Public Sector Organization in India or in any other country nor is there pending any
inquiry by Indian Oil Corporation Ltd. Or any Department of the Government or by any Public Sector
Organization in India or in any other country, in respect of any corrupt or fraudulent practice(s) against me
or any other of my proprietorship concern(s) or against any partnership firm(s) in which I am or was at the
relevant time involved as a partner, except as indicated below:

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

In the case of a Partnership Firm:

We hereby declare that neither we, M/s ____________________________ submitting the accompanying
Bid/ Tender nor any partner involved in the said firm either in his individual capacity or as proprietor or
partner of any other firm or concern presently are or within the past three years have been or has been on
any blacklist or holiday list declared by Indian Oil Corporation Limited Or by any department of
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country nor is there any pending inquiry by Indian Oil Corporation Ltd. Or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country, in respect of any corrupt or fraudulent practice(s) against us or any partner or any other
concern or firm of which he is proprietor or partner, except as indicated below:

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

In the case of Company


We hereby declare that neither we or a parent, subsidiary or other company under direct or indirect
common parent (associate company) are presently nor have within the past three years been placed on
any holiday list or blacklist declared by Indian Oil Corporation Limited Or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country; and that there is no pending inquiry by Indian Oil Corporation Limited or by any Department
of any Government (State, Provincial, Federal or Central) or by any Public Sector Organization in any
country against us or a parent or subsidiary or associate company as aforesaid in India or in any other
country, in respect of corrupt or fraudulent practice(s), except as indicated below:

(Here given particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state “NIL”)

It is understood that if this declaration is found to be false in any particular, Indian Oil Corporations Ltd.
Shall have the right to reject my/ our bid, and if the bid has resulted in a contract, the contract is liable to
be terminated without prejudice to any other right or remedy (including black listing or holiday listing)
available to Indian Oil Corporation Limited.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 53 of 73

115

Place: Signature of Bidder : __________________

Date: Name of Signatory :

(Note : (i) The bidder shall indicate/disclose also the job/work/contract with respect to which the bidder
has been blacklisted/placed on the holiday list, and the reasons for such blacklisting/holiday
listing as disclosed in the show-cause notice.
(ii) Except as indicated in the Instructions to Bidders, the above declaration is for information
purpose only.)

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 54 of 73

116

FORMAT OF DECLARATION AGAINST ENGAGEMENT OF CHILD LABOUR

To

Indian Oil Corporation Limited

Subject:

Dear Sir,

I / We hereby declare that:


a) We are committed to elimination of child labour in all its forms.
b) Neither we nor any of our nominated sub-contractor(s) are engaging child labour in any of our
work(s) in terms of the provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and
other applicable laws.
c) We on our own behalf as well as on behalf of our sub-contractor(s) undertake to fully comply with
provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour
laws in or relative to the performance of work or engagement of any labour in and relative to the
performance of the work in case the work Is awarded to us.
d) It is understood that if I / We, either before award or during execution of Contract, commit a
transgression through a violation of Article (b) or (c) above or in any other form, such as to put my
/ our reliability / credibility in question, the Owner is entitled to disqualify us from the Tender
process or terminate the Contract, if already executed and / or exclude me / us from future
contract award processes. The imposition and duration of the exclusion will be determined by the
severity of transgression as determined by the Owner. Such exclusion may be for a period of I
(one) year to 3 (three) years as per the procedure prescribed in the guidelines for holiday listing
of the Owner.
e) I / We accept and undertake to respect and uphold the Owner’s absolute right to resort to and
impose such exclusion.

Signature of Bidder
Place:
Name of Signatory
Date:

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 55 of 73

FORM OF TENDER

(To be filled up by the Tenderer)


For Price Bid
Serial No.
Date:
From _______________________________

E
_______________________________

D IC
BI PR
To Indian Oil Corporation Ltd.
(Refineries Division)
_____________________Refinery/Project

E E
.
IC ER
Tender No._______________________________
Dear Sirs,

PR H
Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions to

E ED
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of
Contract, TH N Specifications,
Plans(Exhibits___________________________________to___________________________________),
IN TIO
Drawings (Exhibits_______________________________to_______________________________)Time
Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum(a) to the
ED EN

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
LL M

connection with the ____________________(Name of the Refinery/Project) and having conducted a


FI BE

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
AS TO

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 for the performance of work, I/we hereby submit my/our tender offer for the
BE T
L NO

performance of proposed work in accordance with the terms and conditions and within the time
mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates
based on the Form of Schedule(s) of Rates included within the Tender Documents and arrived at a total
AL E

contract value of Rs.____________________ (Rupees___________________________________only)


SH IC

based on an application of the rates tendered in the accompanying Schedule(s) of Rates to the relative
PR

quantities indicated in the Form of Schedule(s) of Rates forming part of the Tender Documents.

If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in accordance
with the Contract Documents as defined in the Form of Contract forming part of the Tender Documents
and accept the terms and conditions of Contract as laid down therein and undertake within 10 (ten) days
of receipt of acceptance of Tender to pay to and/or deposit with the Accounts
Officer,_________________(Name of the Refinery/Project) Indian Oil Corporation Ltd. (Refineries
Division) a sum which together with the amount of earnest money deposited by me/us in terms hereof,
shall make 2 ½% (two and one-half percent) of total contract value as specified in the Acceptance of
Tender for the purpose of security deposit, by any one or more of the modes of payments specified in this
behalf in the General Conditions of Contract, and to commence work at each job site(s) involved within 10

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 56 of 73

121

(ten) days of handing over the job site or any part thereof to me/us, and to sign the formal Contract in the
terms of the form of contract forming part of Tender Documents, within 10 (ten) days of receipt of Letter of
Acceptance from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil
Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to any of its rights or
remedies, to terminate the Contract and/or to forfeit the earnest money deposited in terms hereof.

E
D IC
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

BI PR
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 Tenderer forming part of the Tender Documents.

E E
.
I/We have annexed to this Bid the following documents:

IC ER
(i) Schedule of Rates in the prescribed Form.

PR H
(ii) Original Power of Attorney or other proof of authority of the person who has signed the

E ED
Tender OR copy of Power of Attorney or other authority duly certified by a Gazetted Officer or
a Notary Public in proof of authority of the person who has signed the Tender.
TH N
IN TIO
I/We hereby undertake that the statements made herein/information given 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
ED EN

incorrect in any particular, without prejudice to any other right or remedy available to the Corporation, the
same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any
LL M

resultant contract.
FI BE

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.
AS TO

(Signature(s) of the Tenderer(s))


BE T
L NO

Name & Designation of


the authorized person signing
the Tender on behalf of the Tenderer (s)
AL E
SH IC

Full Name and address of the Tenderer (s)


PR

Witness :
Signature :
Name :
Occupation :

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 57 of 73

Tendor No.: JC18ELT236

Schedule of Rates
Service Required for Plant: 9030 ,Gujarat Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Supply & Installation of FRP cable tray

00010
Job includes
supply of FRP cable trays and Cable
tray cover as per attached
specification including horizontal and
vertical bends, reducers, tees,
cross members and other accessories as
required (bends, reducers, tees,
cross members and other accessories
will not be paid separately, same is
included in item)
Dismantling/ Removal of exsiting cable
trays.
Installation of FRP cable trays to the
existing support with nuts,
bolts, washers and other accessories as
required (The cost includes
suuply fo all nuts, bolts, washers and
other accessories hooks for
holing tray/tray cover and any aother
material required)
(Cable will not be diconnected at the
ends for carrying out the job)
Making small chipping for removal of
existing support including
Demolishing of plain cement concrete
wherever required
Providing and laying plain cement
concrete as per standard specification
wherever required
Shifting of all dismantled material
including trays covers etc to the
designated location as per the
directions of the Engineer-in-charge.
Proper housekeeping of the working
place during and after the completion
of work
Job includes all labour, materials,
tools & tackles, consumables, etc.
and provision of scaffolding wherever
required; complete in all respects

page 2

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 58 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

as per the specifications and


directions of the Engineer-in-charge.
00020 130.000 M 1,162.59 151,136.70
Ladder type 200 X 50 X 5 mm Rs.ONE THOUSAND Rs.ONE LAC
ONE HUNDRED FIFTY-ONE
SIXTY-TWO & THOUSAND ONE
PAISE HUNDRED
FIFTY-NINE ONLY THIRTY-SIX &
PAISE SEVENTY
ONLY
00030 940.000 M 1,326.71 1,247,107.40
Ladder type 300 X 50 X 5 mm Rs.ONE THOUSAND Rs.TWELVE LAC
THREE HUNDRED FORTY-SEVEN
TWENTY-SIX & THOUSAND ONE
PAISE HUNDRED SEVEN &
SEVENTY-ONE ONLY PAISE FORTY ONLY
00040 285.000 M 1,560.40 444,714.00
Ladder type 450 X 50 X 5 mm Rs.ONE THOUSAND Rs.FOUR LAC
FIVE HUNDRED FORTY-FOUR
SIXTY & PAISE THOUSAND SEVEN
FORTY ONLY HUNDRED
FOURTEEN ONLY
00050 495.000 M 2,258.95 1,118,180.25
Ladder type 600 X 100 X 5 mm Rs.TWO THOUSAND Rs.ELEVEN LAC
TWO HUNDRED EIGHTEEN
FIFTY-EIGHT & THOUSAND ONE
PAISE HUNDRED EIGHTY
NINETY-FIVE ONLY & PAISE
TWENTY-FIVE ONLY
00060 860.000 M 752.29 646,969.40
Perforated type 100 X 30 X 5 mm Rs.SEVEN Rs.SIX LAC
HUNDRED FORTY-SIX
FIFTY-TWO & THOUSAND NINE
PAISE HUNDRED
TWENTY-NINE ONLY SIXTY-NINE &
PAISE FORTY ONLY
00070 100.000 M 1,067.95 106,795.00
Perforated type 150 X 50 X 5 mm Rs.ONE THOUSAND Rs.ONE LAC SIX
SIXTY-SEVEN & THOUSAND SEVEN
PAISE HUNDRED
NINETY-FIVE ONLY NINETY-FIVE ONLY
00080 155.000 M 1,543.01 239,166.55
Perforated type 300 X 50 X 5 mm Rs.ONE THOUSAND Rs.TWO LAC
FIVE HUNDRED THIRTY-NINE
FORTY-THREE & THOUSAND ONE
PAISE ONE ONLY HUNDRED
SIXTY-SIX &
PAISE

page 3

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 59 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

FIFTY-FIVE ONLY
00090 70.000 M 1,936.35 135,544.50
Perforated type 400X 50 X 5 mm Rs.ONE THOUSAND Rs.ONE LAC
NINE HUNDRED THIRTY-FIVE
THIRTY-SIX & THOUSAND FIVE
PAISE HUNDRED
THIRTY-FIVE ONLY FORTY-FOUR &
PAISE FIFTY ONLY

00100 CEL01006XX
DRESSIING OF CABLES
Dressing of cable in underground
trenches, cable trays/rack etc.
including supply and fixing of clamps
etc., wherever necessary,
as per the direction of the
Engineer-in-charge
00110 CEL0100601 8,000.000 M 18.81 150,480.00
Overall diameter upto 35 MM Rs.EIGHTEEN & Rs.ONE LAC
PAISE FIFTY THOUSAND
EIGHTY-ONE ONLY FOUR HUNDRED
EIGHTY ONLY
00120 CEL0100602 8,000.000 M 20.28 162,240.00
Overall diameter > 35 MM but upto 55 MM Rs.TWENTY & Rs.ONE LAC
PAISE SIXTY-TWO
TWENTY-EIGHT THOUSAND TWO
ONLY HUNDRED FORTY
ONLY
00130 CEL0100603 8,000.000 M 21.74 173,920.00
Overall diameter >55 MM but upto 75 MM Rs.TWENTY-ONE & Rs.ONE LAC
PAISE SEVENTY-THREE
SEVENTY-FOUR THOUSAND NINE
ONLY HUNDRED TWENTY
ONLY
00140 CEL0100604 6,000.000 M 23.20 139,200.00
Overall diameter > 75 MM Rs.TWENTY-THREE Rs.ONE LAC
& PAISE TWENTY THIRTY-NINE
ONLY THOUSAND TWO
HUNDRED ONLY
00150 1.000 EA 6,258.40- 6,258.40-
Deduction of Water chrgs &Othr utilities
(applicable On SOR items)(1% water
charges deduction)
00160 1.000 EA 3,129.20- 3,129.20-
Deduction of Electrical Charges
(applicable On SOR items)(0.5% electric
charges deduction)

page 4

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 60 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

Total Value of item 00010 (Rs.): 4,706,066.20


Rs.FORTY-SEVEN LAC SIX THOUSAND SIXTY-SIX & PAISE TWENTY ONLY

RFQ ITEM NO.00020 Supply & Installation of FRP Lghtng Pole

00010 CEL06011XX
DISMANTLING STREET LIGHT POLES / GARDEN
LIGHT POLES
Dismantling of following street light
poles / garden light poles
without damage and returning them to
our stores or any other place
or site within the premises as decided
by the Engineer-in-Charge.
All complete with labour and materials
including dismantling of
supports of any type and accessories as
per the directions
of the Engineer-in-Charge.
00020 CEL0601101 80.000 EA 1,693.21 135,456.80
Street light pole upto & including 9 Rs.ONE THOUSAND Rs.ONE LAC
metres SIX HUNDRED THIRTY-FIVE
NINETY-THREE & THOUSAND FOUR
PAISE HUNDRED
TWENTY-ONE ONLY FIFTY-SIX &
PAISE EIGHTY
ONLY

00030 CEL06008XX
DISMANTLING OF LIGHT FITTINGS
Dismantling of following light fitting
items without damage and
returning them to our stores or any
other place or site within the
premises as decided by the
Engineer-in-Charge. all complete with
labour and materials including
dismantling of supports of any type,
down rods, chokes, condensers and any
other accessories as per
the directions of the
Engineer-in-Charge.
00040 CEL0600802 160.000 EA 145.13 23,220.80
FLP/Increased safety fittings/FLP Rs.ONE HUNDRED Rs.TWENTY-THREE
control gear boxes or other types FORTY-FIVE & THOUSAND TWO
of fittings suitable for max. upto 1000 PAISE THIRTEEN HUNDRED TWENTY

page 5

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 61 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

W installed in different ONLY & PAISE EIGHTY


places like boilers, vessels, columns, ONLY
TEL blending sheds, LPG shed
etc. and highbay type light fittings of
different make installed in
workshops, turbine hall etc. including
control gears. (This includes
fittings on FLDMs/Towers having been
fitted at heights more than
20 metres from ground floor).

00050 CEL06012XX
DEMOLITION OF PLAIN CEMENT CONCRETE
Demolishing concrete and disposal of
material within 50 metres lead:
00060 CEL0601202 50.000 M3 833.04 41,652.00
1:4:8 or leaner mix Rs.EIGHT Rs.FORTY-ONE
HUNDRED THOUSAND SIX
THIRTY-THREE & HUNDRED
PAISE FOUR ONLY FIFTY-TWO ONLY

00070 CEL10034XX
PCC 1:4:8 IN FOUNDATION
Providing and laying Plain Cement
Concrete 1:4:8 by volument
(1 Cement: 4 Coarse Sand: 8 Coarse
aggregate of specifications
given below) for all depths below and
upto plinth level in
foundations, fillings, non-suspended
floors, pavements and ramps
etc. including tamping, ramming,
vibrating, curing, shuttering etc.
all as specified in any shape,
position, thickness and finishing the
to surface rough or smooth as specified
and directed; complete
with all labour, materials, tools &
tackles, consumables, etc.; all as
per the specifications and directions
of the Engineer-in-charge.
00080 CEL1003401 50.000 M3 4,724.01 236,200.50
With cement issued at issue rates from Rs.FOUR Rs.TWO LAC
Owner's Stores, THOUSAND SEVEN THIRTY-SIX
including transportation from Stores to HUNDRED THOUSAND TWO
work site and returning TWENTY-FOUR & HUNDRED & PAISE
all excess/ unused cement to Owner' PAISE ONE ONLY FIFTY ONLY
Storeage point after

page 6

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 62 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

completion of work- Washed stone


aggregate 20 mm nominal size.

00090 CEL06023XX
CABLE DISMANTLING / PULL OUT AND
RELAYING
Dismantling/pulling out the LT/HT,
PVC/XLPE, power / control /
telephone / computer, armoured/
unarmoured cables of various
voltage grades/types/ sizes / makes
from the trench (upto 1.5 metres
deep) / pipes / structures / racks or
trays and relaying as per
drawing and direction of Engineer-in
charge, all complete with
labour and materials. Job includes
declamping, rerouting and
relaying of cable for reglanding etc.
00100 CEL0602301 500.000 M 48.38 24,190.00
Overall diameter upto 35 MM Rs.FORTY-EIGHT Rs.TWENTY-FOUR
& PAISE THOUSAND ONE
THIRTY-EIGHT HUNDRED NINETY
ONLY ONLY

00110 CEL10002XX
LT CABLE DISCONNECTION
Disconnection of LT cables of following
sizes at one end and
reconnecting it at same place or
another place after dressing and
cleaning the terminals all complete
with labour and materials as
per the direction of the the
Engineer-in-Charge.
00120 CEL1000201 400.000 EA 123.24 49,296.00
Overall diameter upto 35 MM Rs.ONE HUNDRED Rs.FORTY-NINE
TWENTY-THREE & THOUSAND TWO
PAISE HUNDRED
TWENTY-FOUR ONLY NINETY-SIX ONLY

00130 CEL04033XX
INSTALLATION OF LIGHTING FIXTURES
(EXCLUDING COST OF FIXTURES )
Fixing of following light fittings
attachments on MS hanger/supports/
concrete wall structure /steel
structure completed with lead in wires

page 7

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 63 of 73

Tendor No.: JC18ELT236

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

and other accessories all complete with


labour and materials as per
direction of the Engineer-in-Charge.
(cost of light fittings/lamp
control gears and other fittings shall
be excluded).
00140 CEL0403301 100.000 EA 337.38 33,738.00
FLP/Increased safety well glass/ Rs.THREE Rs.THIRTY-THREE
bulkhead/ tube light/ floodlight HUNDRED THOUSAND SEVEN
THIRTY-SEVEN & HUNDRED
PAISE THIRTY-EIGHT
THIRTY-EIGHT ONLY
ONLY
00150 CEL0403302 100.000 EA 354.95 35,495.00
FLP/Increased safety control gear box/ Rs.THREE Rs.THIRTY-FIVE
junction box/ switch/ socket HUNDRED THOUSAND FOUR
FIFTY-FOUR & HUNDRED
PAISE NINETY-FIVE ONLY
NINETY-FIVE ONLY
00160 80.000 EA 7,268.14 581,451.20
FRP LIGHTING POLE as per the attached Rs.SEVEN Rs.FIVE LAC
specification (Annexure-II) and THOUSAND TWO EIGHTY-ONE
attched GA drawing(Annexure-III) HUNDRED THOUSAND FOUR
SIXTY-EIGHT & HUNDRED
PAISE FOURTEEN FIFTY-ONE &
ONLY PAISE TWENTY
ONLY
00170 1.000 EA 5,792.49- 5,792.49-
Deduction of Water chrgs &Othr utilities
(applicable On SOR items)(1% water
charges decuction)
00180 1.000 EA 2,896.25- 2,896.25-
Deduction of Electrical Charges
(applicable On SOR items)(0.5% Power
charges deduction)
Total Value of item 00020 (Rs.): 1,152,011.56
Rs.ELEVEN LAC FIFTY-TWO THOUSAND ELEVEN & PAISE FIFTY-SIX ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 5,858,077.76
Rs.FIFTY-EIGHT LAC FIFTY-EIGHT THOUSAND SEVENTY-SEVEN & PAISE
SEVENTY-SIX ONLY

page 8

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 64 of 73

JC18ELT236

The total estimated value is : Rs. 58,58,077.76

(Rupees Fifty-Eight Lakh Fifty-Eight Thousand Seventy-Seven And Paise Seventy-Six Only)

I / we agree to carry out the above items of schedule of rates for at :

[ ] ABOVE __________ % (Percentage in words ______________________________ )

)
Q
D .
O
[ ] BELOW __________ % (Percentage in words ______________________________ )

BI E
(B
E ER
[ ] AT PAR

IC H
PR ED
) tick in the box only, which is applicable.
Please ( IN ON
--> The above rates are inclusive of all taxes and duties, etc. as per tender but exclusive of GST.
D TI
TE EN

--> The GST, as applicable shall be paid by IOCL at actuals as per the instructions enclosed in the
U M

tender
Q BE

--> The Tenderers shall quote on overall percentage basis only as indicated above, failing which the
O
BE TO

offer shall be summarily rejected by IOCL.


TO T

* Abbreviation: EA-Each, TO-Metric Ton, LS- Lump sum, P-Point, Mon-Month, M-Metre, M2-
E NO

Sq.Metre, M3-Cum
IC E
PR IC
PR

Signature of tenderer Signature of tender issuing authority

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 65 of 73

Time Schedule

Tender No JC18ELT236

Name of the Work Supply & Installation of FRP Cable trays and FRP lighting
poles in various cooling towers at Gujarat Refinery.

Completion Schedule 08 (Months) from date of site hand over.

Signature of the Tenderer Signature of Tender Issuing Authority

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 66 of 73

FORM-B
SCHEDULE OF DEVIATIONS

BIDDING DOCUMENT
S.No REFERENCE Subject DEVIATION
VOL/SEC.NO CLAUSE NO.

NOTE : 1. If unavoidable, Bidder may stipulate deviations to the requirements of


the Bidding Document only in this format.
2. Bidder shall furnish Technical & Commercial deviations, if any,
separately.
3. Any deviations stated elsewhere in the bid shall not be taken into
account and may render the bid non-responsive and liable to be
rejected.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 67 of 73
List of scheduled / nationalised banks

Nationalised banks 42. The Bank of Rajasthan Limited


1. Allahabad Bank 43. The Dhanalakshmi Bank Limited.
2. Andhra Bank 44. The Federal Bank Ltd.
3. Bank of Baroda 45. The HDFC Bank Ltd.
4. Bank of India 46. The Jammu & Kashmir Bank Ltd.
5. Bank of Maharashtra 47. The Karur Vysya Bank Ltd.
6. Canara Bank 48. The Lakshmi Vilas Bank Ltd.
7. Central Bank of India 49. The Nainital Bank Ltd.
8. Corporation Bank 50. The Ratnakar Bank Ltd.
9. Dena Bank 51. The Sangli Bank Ltd.
10. Indian Bank 52. The South Indian Bank Ltd.
11. Indian Overseas Bank 53. UTI Bank Ltd.
12. Industrial Development Bank of 54. Yes Bank Limited
India (IDBI) Foreign banks
13. Oriental Bank of Commerce 55. ABN AMRO Bank N.V.
14. Punjab & Sind Bank 56. Abu Dhabi Commercial Bank Ltd.
15. Punjab National Bank 57. American Express Bank Ltd.
16. State Bank of India 58. Arab Bangladesh Bank Limited
17. Syndicate Bank 59. Bank Internasional Indonesia
18. UCO Bank 60. Bank of America N.A.
19. Union Bank of India 61. Bank of Bahrain & Kuwait BSC
20. United Bank of India 62. Barclays Bank Plc
21. Vijaya Bank 63. BNP PARIBAS
22. State Bank of Bikaner & Jaipur 64. Calyon Bank
23. State Bank of Hyderabad 65. Citibank N.A.
24. State Bank of Indore 66. Deutsche Bank AG
25. State Bank of Mysore 67. J P Morgan Chase Bank, National
26. State Bank of Patiala Association
27. State Bank of Saurashtra 68. Krung Thai Bank Public Company
28. State Bank of Travancore Limited
Private sector banks 69. Mashreqbank psc
29. Bharat Overseas Bank Ltd. 70. Mizuho Corporate Bank Ltd.
30. Centurion Bank of Punjab Limited 71. Oman International Bank S A O G
31. City Union Bank Ltd. 72. Societe Generale
32. Coastal Local Area Bank Ltd. 73. Societe Generale
33. Development Credit Bank Ltd. 74. Sonali Bank
34. ICICI Bank Limited 75. Standard Chartered Bank
35. IndusInd Bank Limited 76. State Bank of Mauritius Ltd.
36. ING Vysya Bank Ltd. 77. The Bank of Nova Scotia
37. Karnataka Bank Ltd. 78. The Bank of Tokyo-Mitsubishi, Ltd.
38. Kotak Mahindra Bank Limited 79. The Development Bank of
39. Lord Krishna Bank Ltd. Singapore Ltd. (DBS Bank Ltd.)
40. SBI Commercial and International 80. The Hongkong & Shanghai Banking
Bank Ltd. Corporation Ltd.
41. Tamilnad Mercantile Bank Ltd.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 68 of 73

DECLARATION FOR WEB DOWNLOADED TENDER

I/We have downloaded the tender form from the internet site
http://eprocure.gov.in / https://iocletenders.nic.in / submitting e-mail copy of
tender and I/we have not tampered / modified the tender forms in any manner. In
case, if the same is found to be tampered / modified, I / we understand that my /
our tender will be summarily rejected and full earnest money deposit will be
forfeited and I/we am/are liable to be banned from doing business with and/or
prosecuted.

Signature of tenderer with rubber stamp

Date :

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 69 of 73

Check List for submission of details w.r.t.  Pre‐qualification criteria specified in NIT 
Complete details to be filled by Bidder. 
 
Tender No.       : 
 
Name of work: 
 
Sr.  Supporting  Confirmation of 
Details about Bidder submission of 
No.  document 
supporting 
required to be  document 
enclosed.  (Yes or No) 
A.  Name of Firm /  Bidder’s reply.  Registration   
Company  Certificate is to 
  be submitted. 
A. i  Status of firm    Registration   
•  Multi National Co.  Certificate is to 
• PSU / Govt. Org  be submitted. 
• Limited Company 
• Pvt. Limited Co.    Memorandum 
& Articles of 
Association 
• Partnership Firm    Partnership 
deed 
• Proprietary Firm    Proprietorship 
Affidavit 
A. ii  Year of establishment    Registration   
  Certificate  
A.iii  Complete  Permanent    
Address   ‐  ‐ 
 
A. iv  Present   
Communication   ‐  ‐ 
Address  
A. v  Name of Bid Signatory,   
who has signed  Bid.   ‐  ‐ 
A.vi  Status  / designation of   
authorized signatory in  ‐  ‐ 
the company  
A.vii  Supporting document    Power of   
of authorization to  Attorney 
sign the Bid. 
A.viii  e‐mail address of bid   
signatory  ‐  ‐ 
A‐ix  PAN No. & details     Copy of PAN   
  card  
A. x  P.F. Registration no. &    Copy of   
details   certificate  
A. xi  GST Registration no. &    Copy of   
details  certificate  

    _______________________ 
    Seal & Signature of Bidder. 
Digital Sign. of Tenderer
JC18ELT236
2018_JR_79609_1 Page 70 of 73

B.  Supporting  Confirmation of 


Turnover Details : submission of 
document 
supporting 
required to be  document 
enclosed.  (Yes or No) 
B. i  Annual Turn over   F.Y.  2015‐2016 ‐  Rs. ____
____________  Copy of audited,  F.Y.  15‐16  
details     signed by C.A. &  ________ 
  _________________ 
F.Y.  2016‐2017 ‐ Rs. certified balance  F.Y.  16‐17 
  sheet duly  ________ 
  ________________
F.Y.  2017‐2018 ‐ Rs.   attested.  F.Y.  17‐18  
_________ 
B. ii.   Income Tax return  Assessment year :  2016‐2017  Copy each of   
Details   Assessment year :  2017‐2018  these years.  
Assessment year :  2018‐2019 
 
 
 
 

C.      
Experience details:
w.r.t. Similar Nature of Work done as specified in NIT 
C. i  Name of work :  Work order No.  Actual completed  ¾Attested *  ¾              . 
    value:  copy each of   
      W.O.  and its   
  Date of issuance.    amendments    
    Actual date of  ¾ Attested *  ¾  
    completion of 
 
copy of 
Client:  W.O Amount :   work:  completion 
     
 
 
certificate.  
 

C. ii  Name of work :  Work order No.  Actual completed  ¾Attested  *  ¾              . 


    value:  copy each of   
      W.O.  and its   
  Date of issuance.    amendments    
    Actual date of  ¾ Attested *  ¾  
    completion of 
 
copy of 
Client:  W.O Amount :   work:  completion 
     
 
 
certificate.  
 

C. iii  Name of work :  Work order No.  Actual completed  ¾Attested *  ¾              . 


    value:  copy each of   
      W.O.  and its   
  Date of issuance.    amendments    
    Actual date of  ¾ Attested *  ¾  
    completion of 
 
copy of 
Client:  W.O Amount :   work:  completion 
     
 
 
certificate.  
 

C. iv  Name of work :  Work order No.  Actual completed  ¾ Attested *  ¾              . 


    value:  copy each of   
      W.O.  and its   
  Date of issuance.    amendments  
 
 
  Actual date of  ¾ Attested *  ¾  
   
 

completion of  copy of 
Client:  W.O Amount :   work:  completion 
    certificate.  
 
 
   

C. v  If Bidder wants to submit additional details w.r.t. experience details  Bidder to confirm  ¾  


submission of 
separate sheets can be attached & required details can be furnished. additional attachment. 
    _______________________ 
    Seal & Signature of Bidder. 
Digital Sign. of Tenderer
JC18ELT236
2018_JR_79609_1 Page 71 of 73

D.   Supporting  Confirmation of 


Additional Information w.r.t. PQ criteria  document required  submission of reqd. 
to be enclosed.  document 
specified in NIT, if any. (Please refer NIT)   (Yes or No) 
D. i           
 
 
 
E.  Confirmation of 
EMD Details:  submission of 
original DD  
E. i  Amount:  Issuing Bank details :  Date:   
     
     

E. ii.  If exempted, furnish reqd.     
supporting document. 
F.   Any other information:   
 
 
 

Bidders to Note:   
1. PQ evaluation of the offer shall be based on the information provided hereof above and its supporting 
documents  duly  attested.  Hence,  it  is  responsibility  of  the  Bidder  to  provide  complete,  correct  &  true 
information / details & its supporting documents.  
2. In case of mismatch of details / information or in its supporting documents offer of the bidder is liable for 
rejection and evaluation by Owner shall be final & binding.  
3. (*) In case the W.O. and its completion certificate is from Indian Oil Corporation Limited, it’s attestation 
is not essential.  
Authenticity Certificate & Undertaking  
 
I,  ___________________________,  authorized  signatory  of  M/s  ______________________________,  hereby 
undertake that details, statements, facts made herein/ information given, supporting documents furnished are true 
in  all  respects  and  that  in  the  event  of  any  statement  or  information  or  supporting  document  being  found  to  be 
incorrect or false or forged in particular, the same may be construed to be misrepresentation entitling IOCL to reject 
offer or avoid any resultant Contract , as the case may be.  I further undertake that I shall be solely responsible for 
misrepresentation, if found / proved. 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
    _______________________ 
    Seal & Signature of Bidder. 
Digital Sign. of Tenderer
JC18ELT236
2018_JR_79609_1 Page 72 of 73

Gujarat Refinery

SPECIFICATION OF PPE FOR CONTRACTORS

1.0 INDUSTRIAL SAFETY HELMET

Yellow color Industrial Safety Helmet made of tough light weight superior HDPE with
minimum 6 point STAZ on suspension with LDPE cross members on head. It should
have adjustable headband and Y-type black nylon chin strap (head band range 530 –
600mm). Helmet shall be provided with appropriate sweatband to absorb and dry
sweat from the forehead and must have the facility/slot to fix Ear Muff and face
shield.

Helmet shall be ISI marked (IS: 2925), EN-397 approved & DGMS approved. The
logo of company may be printed on helmet.
Colour: Yellow for Contractor workers

Suggested Manufacturers/Brands:

• Joseph Leslie & Co.,


• Karam Industries,
• MSA,
• Vijay Sabre,

2.0 FULL BODY HARNESS

CE marked Full Body harness with double/forked lanyard.

Fully body safety harness shall conform to EN-361 and shall have two front textile
loops for fall arrestor attachment and alloy steel D-ring (conforming to EN-362) at
the back for lanyard attachment. Double / Forked lanyard (conforming to EN-354)
shall be permanently connected to full body harness and shall have two scaffold
hooks CE marked (conforming to EN-362) of 50 mm opening at the other end. The
length of lanyard shall not be more than 2 mtrs.

Suggested Manufacturers/Brands:

• Unicare,
• Karam Industries,
• Lifegear Safetech Private Ltd.,
• MSA

3.0 WELDING SHIELD WITH INDUSTRIAL SAFETY HELMET

Welding shield fitted on yellow color Industrial Safety Helmet made of tough light
weight superior HDPE with minimum 6 point STAZ on suspension with LDPE cross
members on head. It should have adjustable headband and Y-type black nylon chin
strap (head band range 530 – 600mm). Helmet shall be provided with appropriate
sweatband to absorb and dry sweat from the forehead and must have the facility/slot
to fix Welding shield.

Digital Sign. of Tenderer


JC18ELT236
2018_JR_79609_1 Page 73 of 73

Helmet shall be ISI marked (IS: 2925), EN-397 approved& DGMS approved.

Welding shield must be adjustable and fitted on helmet slots with pull back
arrangement to pull the shield above helmet when not performing welding.
Colour of helmet: Yellow for Contractor workers
Colour of welding shield: Black shield with dark glass in front suitable for eye
protection against arc welding.

Suggested Manufacturers/Brands:

• Joseph Leslie & Co.,


• Karam Industries,
• MSA,
• Vijay Sabre

4.0 INDUSTRIAL SAFETY SHOE:

Industrial Safety Shoe, suitable for oil refinery, having resistance to oil, acids &
alkalis, antistatic and electrical resistant. Shoe should meet the requirement of
relevant DIN EN 344-1.345#1 (1997) and DIN 4843, part-100 with following details:

Upper leather of shoe shall be padded collar for ankle protection, bellow tongue to
prevent water spillage & suitable D-rings for laces. Upper leather made of water
penetration & absorption resistant leather (plain) having properties as follows:

Thickness : 2-2.5mm
Tensile strength : 1.55 Kg.mm2 (Min.)
Elongation : 45-75%
Tongue Tear strength : 45 Kg.cm2 (Min)
Flexibility Test: 100.000 cycles (min.)
Eyelet & D-Ring shall be rust resistant

Tongue & collar shall be padded for extra comfort.

Bottom sole should be resistant to oils, alkalis & Acids, made of double density Poly
Urethane Rubber, direct injection moulded, light weight, as per relevant DIN
Specification of flexing/abrasion/oil swelling/electrical resistance &harness. Sole
shall be anti skid, anti static design with cushion with no nail.

Toe cap : steel /Alloy toe marked with EN-12568 with duel padding under the cap
Threads : Nylon twisted threads resistant to oils, alkalis & Acids.
Laces : Round shape nylone laces of 100 CM length with breaking strength of 500N
(min.), elongation, 25-30% & slip resistance: 12N (min.)

Shoe should be tested and approved as per DIN/EN std. By Govt. approved test lab.

Suggested Manufacturers/Brands:

• Liberty,
• Allen Cooper,
• Bata India,
• Reliance Footprint Ltd.

Digital Sign. of Tenderer

You might also like