(Techno-Commercial Bid) - CSR Projects India, Companies and … water atm.pdf · 2019-04-20 ·...
Transcript of (Techno-Commercial Bid) - CSR Projects India, Companies and … water atm.pdf · 2019-04-20 ·...
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 1 of 53
Indian Oil Corporation Limited (MD)
Indian Oil AOD State Office, Engineering Department, Indian Oil Bhawan, Sector-III,
Noonmati, Guwahati-20 (Assam)
NAME OF WORK : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
TENDER DOCUMENT
(Techno-Commercial Bid)
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 2 of 53
INDEX
SN DESCRIPTION PAGE NOS. 1 Notice Inviting e-Tender –Annex-1
2 List of documents required to be uploaded/submitted –Annex-2
3 Abbreviations and notations- Annex-3
4 Special terms and conditions of contract- Annex-4
5 Technical Specifications & Scope of Works –Annex -5
6 List of Approved Makes Annex -6
7 List of Drawings Annex -7 (Drawings Attached separately)
8 Declaration A, B, C, D - Annex-8
9 List of Directors of Indian Oil Corporation Limited –Annex-9
10 Proforma of Declaration of Black Listing / Holiday Listing- Annex-10
11 Proforma for tender not tampered- Annex -11
12 Safety Declaration –Annex-12
13 Indemnity Bond for undertaking for ESIC-Annex-13
14 Declaration (to be executed on obtaining work order)-Annex-14
15 Proforma for non engagement of child labour- Annex -15
16 Form of contract – Annex-16
17 Technical Specification for Civil Works – HO Civil Specification Vol- 1
Attached separately
18 Technical Specification for Civil Works –HO Civil Specification Vol-2 Attached separately
19 Technical Specification for Electrical Works
20 Format for acceptance of tender terms and conditions- Attached separately
21 General conditions of contract with safety practices Attached separately
22 Special Instructions to the bidder for participating in e-Tender Attached separately
23 FAQs on Online EMD Payment facility in IOCL e-tendering system Attached separately
24 Price schedule – BOQ file Attached separately
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 3 of 53
ANNEXURE -1
NOTICE INVITING E-TENDER
Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in under single bid system for the work as detailed below from
indigenous bidders fulfilling the qualifying requirements as stated hereunder.
1. TENDER NO.
IOAOD/ENGG/18-19/LT/06
2. E-Tender ID
2019_NEISO_94851_1
3. NAME OF THE WORK
Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
4. LOCATION OF WORK WITH GST CODE
Mohanbari, Dist. - Dibrugarh, Assam
5. ESTIMATED VALUE OF WORK
Rs. 1420152.00 (including GST @18.00%)
6. TENDER FEE : Nil
Bidders are required to download the tender documents free of cost from IOCL e-tender website
(https://iocletenders.nic.in)
7. EARNEST MONEY DEPOSIT
:
Rs. 14202.00/- (Rupees Fourteen Thousand Two Hundred and Two only)
EMD should be deposited as detailed below :
Online EMD payment through Net Banking or NEFT/RTGS.
For detail about process of payment of online EMD, bidders shall refer “Special Instructions to the Bidder (SITB) ” and “ FAQs - Online EMD Facility in IOCL e-Tendering ”
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 4 of 53
documents attached separately along with the tender.
Offline EMD payment through Demand Draft (DD), Bankers Cheque (BC) and Swift Transfer shall not be accepted.
Exemption from submission of EMD: a. Parties registered with any of the following
agencies/bodies as per Public Procurement Policy for
Micro & Small Enterprises(MSE) Order 2012 are exempted
categories from payment of EMD provided that the
registration certificate issued by any one of these below
mentioned agencies must be valid as on close date of
tender. Bidders who have applied for registration or
renewal of registration with any of these agencies/bodies
but have not obtained the valid certificate as on close date
of tender are not eligible for exemption.
i. District Industries Centre(DIC)
ii. Khadi and Village Industries Commission
(KVIC)
iii. Khadi and Village Industries Board
iv. Coir Board
v. National Small Industries Corporation(NSIC)
vi. Directorate of Handicraft and Handloom
vii. Udyog Aadhar Memorandum (UAM)
viii. Any other body specified by Ministry of
MSME
Note: Against UAM, copy of acknowledgement generated
online shall be acceptable.
a. PSUs (Central & State) and JVs of IOCL. are exempted
from submission of EMD.
A copy of the EMD instrument or exemption certificate in case of exempted categories shall be uploaded along with clear scanned copies of required documents to substantiate the claim towards their credentials along with the tender documents in the appropriate link.
Tenderers not paying EMD or not uploading valid
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 5 of 53
exemption certificate on or before tender submission date and time will be summarily rejected.
Startup Recognized by DIPP.
Definition of Startup shall be in line with that published vide gazette notification No DL/33004/99 dated 11.04.018 i.e. an entity shall be considered as a startup:
i) Upto a period of seven years from the date of incorporation / registration, if it is incorporated as a private limited company (as defined in the companies Act, 2013) or registered as a partnership firm ( registered under section 59 of the partnership act, 1932) or a liability partnership (under the limited liability partnership (under the limited Liability Partnership Act, 2008) in India. In these case of Startups in the biotechnology sector, the period shall be up to ten years from date of its incorporation/ registration. ii) Turnover of the entity for any of the financial years since incorporation/ registration has not exceed Rs. 25 Crore. iii) Entity is working towards innovation, development or improvement of products or processes or services, or if it is a scalable business model with a high potential of employment generation of wealth creation. Provided that an entity formed by splitting up or reconstruction of an existing business shall not be considered as “startup”.
It may be noted that this is a works contract and therefore purchase/price preference for MSEs & Start-ups will not be applicable for this tender.
8. MODE OF PAYMENT OF EMD: AS MENTIONED ABOVE UNDER SL. NO. 7
9. TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:
a) Starts on : 19.04.2019
b) Ends on : As per e-tender portal
10. PRE BID MEETING : 24.04.2019
11. SUBMISSION OF TENDER IN e-TENDER PORTAL:
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 6 of 53
a) Starts on : As per e-tender portal
b) Ends on : 29.04.2019 at 15-00 hours
12. DUE DATE FOR OPENING OF TENDER:
13. Opening of Tender
30.04.2019
14. TENDER VALIDITY : Offer shall be valid for 120 Days from date of opening of technical bid. In case of requirement, IOCL may seek further extension of the validity of the offer from the bidders.
15. WORK COMPLETION TIME
: 150 days from the 15th day from the date of issue of commencement order or actual handing over of the site whichever is earlier.
In the event of failure to adhere to the above time line, price adjustment for delay in completion shall be made as per clause 4.4.0.0, section 4 of GCC which is partially modified as “price adjustment for delay in completion shall be deducted at applicable percentage from RA bills, on cumulative value of works done upto the concerned RA bill. However, in cases of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on the total contract value as specified in the acceptance of tender”.
16. NO. OF CONTRACTORS REQUIRED
: 01 (ONE)
17. MODE OF TENDER SUBMISSION
You may please note that this is an e-Tender and can only be downloaded and submitted in the manner specified in ‘Special Instructions to bidders for participating in e-tender’ attached separately in this tender
18. CONTACT PERSON Name: I. C. Sarma Designation: Chief Manager(Engineering) IOAOD SO, Sector-III, Guwahati
Contact No: 919435044488, EMAIL: [email protected]
19. EVALUATION OF TENDERS :
A)
1. The tenders will be summarily rejected if requisite EMD or EMD exemption document is not
uploaded on e-tendering portal as mentioned in NIT.
2. The bid of the party will also be rejected on the following grounds:
i. Tenderer not submitting mandatory documents as per NIT.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 7 of 53
ii. Non-withdrawal of conditions imposed in tender document & conditions imposed
during negotiations.
iii. A bidder who offers unsolicited reduction in the price offer whether before or after
the opening of the price part of the tender(s)/bid(s) shall be liable to have
his/its/their bid(s) rejected. Bidders may, however, at any stage offer a reduction if
such reduction is solicited or if the OWNER gives the Bidder an opportunity to
offer such reduction.
iv. Tenderer submitting fabricated/ false/ forged documents for the tender.
v. Tenderer put on holiday list during the pendency of this tender.
B) The procedure for evaluation of tenders shall be as follows:
1. Only the bids of those parties uploading their tenders before due date and time of
submission shall be considered for opening.
2. After opening the price bid, party who has quoted the lowest rate (L1rate) on landed
cost basis will be considered for award of work, with or without negotiation as per the
policy of the Corporation.
Negotiations shall not be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations. Tenderers will have to attend
the Office of INDIAN OIL CORPORATION LIMITED as informed by Tender Issuing
Authority for negotiations/clarifications as required in respect of their quotation without
any commitment from INDIAN OIL CORPORATION LIMITED.
3. In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be asked to submit discount bid in terms of percentage discount over previous quoted amount in a sealed envelope. Above exercise shall currently be an offline activity outside the e-portal.
4. The sealed envelopes shall be opened jointly by one member from tendering group and one from Finance. The bidders while seeking revised bids, shall be advised to witness the opening of sealed envelopes.
5. In case there is a tie again, the bidder with the highest turnover worked out to three decimal points in any of the last three years ending 31st March 2018 shall be considered as L-1 bidder. Turnover for this purpose shall be as per audited Balance Sheet of the tenderer.However, if the tenderer is not required to get its accounts audited under Section 44AB of The Income Tax Act, 1961, certificate from a Practicing Chartered Accountant towards the turnover of the tenderer along with copies of its Income Tax Return shall be obtained. Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised Schedule VI of Companies Act, 1956) shall be considered as Turnover.
Audited Balance Sheet / Published accounts on a calendar year basis shall also be acceptable. (The balance sheet copy MUST bear the Registration Number of the authorized Chartered Accountant and its SEAL. This is not applicable for published annual reports)
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 8 of 53
The above documents during any of the preceding three financial years (for 2015-16, 2016-17, 2017-18) in support of turn over shall be obtained only from the L-1 parties in case there is a tie as stated above. The L-1 parties have to produce originals of the above documents for verification as and when advised to do so by tendering authority. However, for Tenders invited during April - September, in case of non-availability of audited balance sheets (Profit & loss Account Statement)/ published accounts of the immediate preceding year, the audited balance sheet (P & L Statement)/ published account of 4th preceding financial year i.e. 2014-15 shall also be acceptable.
20. OTHER POINTS:
1) Tenderers to please note carefully the above schedules for different activities for downloading/submission of their bids. 2) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be issued on our website https://iocletenders.nic.in only & no separate notification shall be issued in the press. Bidders are therefore requested to regularly visit our website to keep themselves updated. All bidders must login and visit their DASHBOARD on regular basis to get the timely updates related to any communication sent in the form of e-mail/SMS by system. 4) Legal dispute, if any, arising during the evaluation of the tender shall be within the jurisdiction of Guwahati High Court pertaining to disputes arising during tendering stage and during execution stage. 5) Please visit our website https://iocletenders.nic.in for further details of this tender. 6) Bidders may note that the following are attached separately and uploaded in the e-tendering portal:
a) Special Instructions to bidders for participating in e-tendering b) FAQ’s –online EMD facility in IOCL e-tendering and
c) Format for Acceptance of Tender Terms and Conditions. 7) In case of credentials in foreign currencies, the same will be converted to INR based on SBI TT selling rate as on the last day of the month previous to one in which the tender was invited.
ANNEX-2 LIST OF DOCUMENTS REQUIRED TO BE UPLOADED
1. Mandatory documents to be submitted at time of uploading the bids
Sl no Description
1 PAN CARD.
2 GSTN registration certificate
3 Power of Attorney(POA): Authority of the person uploading the bids with his DSC shall be required to be submitted in the bids. Document required showing the authority of the person uploading & submitting the bid with his Digital Signature Certificate shall be as given in the following table.
In case of Proprietary Concern
If the bid is submitted by the proprietor, no POA required. However, he will upload undertaking
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 9 of 53
certifying that he is sole proprietor.
If the bid is submitted by person other than proprietor, POA authorising the person to submit bid on behalf of the concern.
In case of Company
Certified copy of Board Resolution authorising the person submitting the bid on behalf of the company.
OR
POA and the supporting Board Resolution authorising the person submitting the bid on behalf of the company.
In case of Partnership Firm/LLP
POA along with Deed of Partnership / LLP Agreement.
In case of Co-Operative Society Copy of resolution passed as per Society Rules.
4 Undertakings and Declarations for non tampering of Tender Document
5 Undertakings and Declarations for “Holiday Listing”
6 Undertakings and Declarations “ A,B,C,&D”
7 Undertakings and Declarations Acceptance of Tender Terms and Conditions
2. On receipt of Letter of Acceptance (LOA): Following documents are to be
submitted by the successful bidder on receipt of LOA prior to placement of work order.
Sl no Description
1 Indemnity bond for ESIC
2 Safety declaration
3 Undertaking for non engagement of child labour
4 Declaration as per ANNEXURE-14
5 FORM OF CONTRACT
ANNEX-3
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 10 of 53
ABBREVIATIONS & NOTATIONS
UNLESS OTHERWISE SPECIFIED FOLLOWING NOTATIONS/ ABBREVIATIONS SHALL BE APPLICABLE TO DOCUMENT
MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sqcm - SQUARE CENTIMETER
SFT/sft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
DIA/dia/ - DIAMETER
NO (S) / Nos. / nos. - NUMBER(S)
PCC - PLAIN CEMENT CONCRETE
RCC - REINFORCED CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
LS - LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 11 of 53
ANNEX-4
SPECIAL TERMS AND CONDITIONS OF CONTRACT
1.0 EARNEST MONEY DEPOSIT:
1.1. Tenderers are requested to submit earnest money deposit as per NIT. The EMD will not carry interest.
1.2. Tenderers may note that that the EMD shall be forfeited in case of following situations in addition to those contained in GCC:
Canvassing of information or in case of fraud or submission of forged/ false documents/ information by tenderers.
Backing out after placement of work order.
Successful bidder as communicated by IOCL has to report to the tender inviting office of IOCL for original documents verification within a period of 7 days from the date of intimation by IOCL. In case of failure of the bidder to get the documents verified as per the specified time schedule, the EMD of the party shall be forfeited.
2.0 COMPLETION TIME:
2.1 Entire work should be completed in a duration as mentioned in NIT from the 10th day from the date of issue of commencement order or actual handing over of the site whichever is earlier as per NIT, failing which price adjustment for delay in completion shall be made as per clause 4.4.0.0, section 4 of GCC which is partially modified as “price adjustment for delay in completion shall be deducted at applicable percentage from RA bills, on cumulative value of works done upto the concerned RA bill. However, in cases of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on the total contract value as specified in the acceptance of tender”. This will be in addition to and without prejudice to the other rights available to the Corporation under the said GCC. Time for all the facilities covered in the schedule of works will commence concurrently.
2.2 In case the contractor fails to adhere to the time limit specified above or if the rate of progress is considered not satisfactory, the Corporation will be at liberty to terminate the contract and get the same executed by any other agency entirely at the risk and cost of the original contractor and in line with provisions available under the GCC.
3.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the technical specifications, drawings, GCC and any other document forming a part of the tender, wherever the tender so requires.
4.0 VALIDITY OF TENDER:
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 12 of 53
The tender will be valid as specified in NIT. IOC reserves the right to place work order at anytime as per validity mentioned in NIT from date of opening of tender. Once work order is placed the rates shall remain firm till completion of entire work in all respects.
5.0 SECURITY DEPOSIT:
The successful tenderer, upon placement of work order, shall pay security deposit, an amount equivalent to 10% of work order value in line with the Clause 2.1.1.0, Section- 2 of the GCC and associated clauses thereunder. Contractor may also deposit ISD @2.5% of work order value and balance SD from RA Bills @10% until total SD is recovered. All the works carried out by the Contractor shall be covered under defect liability period for a period of 12 (twelve) months from the date of handing over of completed work to IOCL.
6.0 NATURE AND SCOPE OF WORK:
The scope of work has been detailed under heading “Scope of Works” in this document.
7.0 LOCATION OF SITE:
The project site is located at Missamari Depot, Sonitpur, Assam as per NIT 8.0 WATER SUPPLY:
The contractor shall arrange water/procure water required for the work at his own cost for all leads and lifts. IOCL shall not be responsible for supplying water and Contractor shall ensure timely and adequate supply of water to meet the schedule. Water supply can also be made available by IOCL at its discretion, however the same shall be in accordance with clause 3.5.0.0 of GCC. The rate for deduction of water if supplied by IOCL shall be decided based on confirmation from working location or as decided by EIC during execution period
9.0 POWER SUPPLY:
The contractor shall make his own arrangement for power required for the work at his cost. Acoustic DG set of suitable capacity may be installed and operated by the contractor at his cost. IOCL shall not be responsible for power supply and contractor shall ensure proper supply of electricity to meet the schedule. Power supply can also be made available by IOCL at its discretion, however the same shall be in accordance with clause 3.4.0.0 of GCC.
The rate for deduction of power if supplied by IOCL shall be decided based on confirmation from working location or as decided by EIC during execution period
The electrical works shall be carried out through Licensed Electrical personnel only.
10.0 CONTRACTOR’S SCOPE OF SUPPLY:
All materials including sand, aggregates, cement, reinforcement, structural steel, consumables, testing appliances, man, machineries , tools and tackles as applicable and necessary for completing the work shall be procured & supplied by the Contractor at his own cost unless otherwise specified in the schedule .It will be the responsibility of the Contractor to provide at their cost all required workers/labor, equipment, machinery and all materials so as to complete the job as per our drawings and specifications. No claim/ delay on this account will be entertained by the Corporation.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 13 of 53
IOCL reserves the rights in selection of make of materials out of the list of makes furnished in tender to be procured by the contractors & contractor shall procure the same only up on the approval by Site in charge/ IOCL on award of contract.
11.0 ORDER OF PRECEDENCE:
In case of irreconcilable conflict in non technical matters between provisions in separate contract documents governing the same aspect, the following shall prevail in order of preference;-
1. Formal contract 2. Acceptance of tender 3. Price schedule annexed to the letter of acceptance 4. Agreed variations annexed to the letter of acceptance 5. Addenda to the tender documents. 6. Special terms and conditions of contract 7. Special Instructions to tenderer 8. General conditions of contract 9. Instructions to tenderers
A variation or amendment issued after the execution of the formal contract shall take precedence over the formal contract and all other Contract Documents. Notwithstanding the sub divisions of the tender document into several sections and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.
12.0 PRICE VALIDITY, ESCALATION/ DE-ESCALATION:
Once the offer is accepted and agreement executed, the rates shall be valid till the completion of entire works in all respects. No escalation /de-escalation is applicable unless otherwise mentioned in this tender document.
13.0 MOBILIZATION ADVANCE:
Mobilization advance is not applicable for this tender.
14.0 MEASUREMENTS FOR WORKS/RECORD MEASUREMENTS/ BILLS:
14.1 All the payment for quantities certified in the running account/ final bill shall be as per the details recorded in the standard measurement book/ SAP SES of the Corporation and jointly signed by the Contractor/ site engineer of IOC.
14.2 Method of measurement shall be strictly in accordance with the technical specification for this work.
15.0 SPECIAL CLAUSE:
15.1 Successful tenderer shall abide by all safety/security regulations that need to be followed inside a petroleum depot premises & as per the instruction of IOC officials.
15.2 The contractor is required to take necessary care to protect to the existing nearby structure while carrying out his scope of work. Any damage caused to other property shall be rectified at his own cost.
15.3 The contractor shall cooperate with other contractors for smooth execution of project related works. Along with the works covered under this contract other works shall be carried simultaneously by other Contractors. The Contractor shall extend full co-operation to the other Contractors and the works shall be carried out in such a way as
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 14 of 53
not to affect the progress of the project. Any damage caused to other works shall be rectified by the Contractor at their entire risk and cost.
16.0 SITE CONDITION & CLEANING:
16.1 The site will be handed over to the party on “as is where is” basis.
16.2 The Contractor shall take care for cleaning the working site from time to time for easy access to work site and from safety point of view.
16.3 Working site should be always kept cleared up to the entire satisfaction of the Site Engineer. Before handing over any work to owner, the contractor in addition to other formalities to be observed as detailed in the document, shall clear the site to the entire satisfaction of Engineer-in-Charge.
17.0 SAFETY PRECAUTIONS & HOT WORK :
17.1 Contractor shall have to take all safety precaution for carrying out hot work in the premises after obtaining hot work permit from location in charge at his own cost as directed by the Engineer-In-Charge. Necessary safety equipment such as safety belts, helmets and other equipments are to be positioned by the contractor and used as per requirement.
17.2 Any casualty or damage caused to property or person by any untoward incidents while executing this contract will be at the contractor’s risk and cost.
17.3 The contractor shall deploy a licensed electrical contractor for doing the electrical works.
17.4 The successful tenderer shall be responsible for observance of all conditions as per Appendix furnished along with GCC with regard to safety.
18.0 SECRECY AGREEMENT:
CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the drawings / documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the drawings/documents as well as other Technical information given in the CONTRACT-DOCUMENT secret and shall not divulge or leak or otherwise cause to be known to the competitors or others having any interest in such process in anyway the contents in any form, shape or method.
19.0 DELETION/ MODIFICATION OF CLAUSE(S) IN GCC:
19.1 Following clauses forming part of the GCC issued along with the tender are deleted/ modified:
a. Clause 2.6.2.0 – General, section 2 of GCC is deleted.
b. Clause no. 3.0 – Section - Instruction to tenderers of GCC is deleted.
c. Clause 4.5.1.1 – The clause shall partly be modified. Duration of 30 days shall be read as 20 days.
19.2 GCC contains provisions for arbitration and alternate dispute resolution machinery under section-9, which stands deleted. Further, the reference to arbitration and alternative dispute resolution machinery provision contained in any other term & condition in GCC, which may be general or special in nature shall also stand deleted to the extent the said contents are applicable to the arbitration provisions.
19.3 Notwithstanding any other mechanism for dispute resolution provided under the
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 15 of 53
General Conditions of Contract, with a view to a speedy resolution, the Contractor and Owner may at any time endeavor to settle through conciliation a dispute referable for settlement by Conciliation under and in accordance with the Indian Oil Corporation Limited Conciliation Rules 2014 (hereinafter referred to the “said Rules”) as amended from time to time. The said Rules may be downloaded from the owners website at www.iocl.com and if not available, a copy thereof may be obtained from the owner on written request.
20.0 PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:
The penalty for breach of safety during execution of works shall be levied by the Corporation as below:
a. Violation of applicable safety, health and environment related norm, a penalty of Rs 5000/- per occasion.
b. Violation as above resulting in;
Any physical injury, a penalty of 0.5% of the contract value (max. of Rs 2 lacs) per injury in addition to Rs 5000/- as mentioned above.
Fatal accident, a penalty of 1% of the contract value (max. of Rs 10 lacs) per fatality in addition to Rs 5000/- as mentioned above.
In case of any breach of contract (other than price reduction clause for delayed completion) , recovery of requisite goods and services tax (GST) amount over and above the penalty amount shall be done from the contractor’s bill.
21.0 ACCEPTANCE OF WORK ORDER:
21.1 After communication of the Corporation’s acceptance of the contractor’s tender, if the contractor fails to return the duplicate copy of the work order and agreement duly signed in token of their acceptance within 15 days, the EMD is liable to be forfeited by the Corporation, with or without any further reference to the contractor.
21.2 On acceptance of the quotation, the successful contractor will have to execute an agreement with the corporation covering all aspects of the contract in standard form (issued by IOCL), immediately before commencement of the works. The intending tenderers should acquaint themselves with the provisions of standard agreement prior to quoting.
21.3 When the party signing the agreement is not the sole proprietor, necessary power of attorney authorizing the person who is acting on behalf of the firm should be produced before execution of the agreement.
21.4 If the Contractor does not start the work by the above stated period and if the Corporation is not satisfied with the reason for not starting the work in time or if Contractor refuses to carry out the work due to any other reason, the Corporation can cancel that work order by giving a Registered Notice after the expiry of the specified period as per the order and the same work shall be carried out by any other Contractor at the entire risk and cost of original Contractor.
21.5 In the event of such cancellation, the ISD/SD for the subject work, Earnest Money Deposit and/or Permanent Earnest money Deposit will be forfeited and the empanelment of the contractor in all categories shall be cancelled forthwith, without any further intimation to the contractor. In addition the Corporation also reserves the right to holiday list the contractor in the event of such default.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 16 of 53
22.0 SPECIFIC CONDITIONS:
22.1 The works at site will be supervised either by IOC site engineer or Terminal/Depot officials. It shall be the responsibility of the contractor to ensure that the works are carried out with due inspection of works by IOCL officials at every stage of work. Further, it shall also be the responsibility of the successful tenderer to submit bills for payment, which are duly certified by Site Engineer/EIC. Bills shall be processed for the works completed, measured and entered in the MB duly signed by both successful tenderer and IOCL site engineer/EIC.
23.0 SPECIFIC CLAUSES ON TAXATION:
The following clauses are relevant for tenders for works contract under
GST Law.
Clause
No.
Description
DEFINITIONS
1 Contractual period / Work Completion Period /Contractual Delivery Date / Contractual
Completion Period shall mean the Scheduled Delivery / Completion Period as
mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work Order and
shall also include approved extensions, if any.
GENERAL
1 Where any portion of the GCC/any other section of tender, is repugnant to or at
variance with any provision of the Standard Taxation Condition (STC), then the
provision of the STC shall be deemed to override the provisions of the GCC and shall,
to the extent of such repugnance or variations, prevail.
2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST
(Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/
GST Compensation Cess Acts, also includes any duties, cess or statutory levies levied
by central or state authorities.
3 Rate variation in Taxes and any new promulgated taxes after last date of the submission
of price bid only on the final product and/or services (applicable to invoices raised on
IOCL) within the contractual delivery date /period (including extension approved if
any) shall be on IOCL’s Account against submission of documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate
variation in Taxes and any new promulgated taxes imposed after the contractual
delivery date shall be to the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of
submission of price bid relevant to the Contract and the date of execution of activities
under the contract, the Contractor shall pass on the benefit of such reduction to IOCL
with the view that IOCL shall pay reduced duty/Tax to Govt.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 17 of 53
Clause
No.
Description
4 Wherever any escalation / de-escalation linked to raw material price (Basic price
excluding taxes) is allowed as per terms of the contract, Variation to the extent related
to escalation / de-escalation of value of material shall be allowed without Tax unless
specified otherwise.
5 It would be the responsibility of the contractor to get the registration with the respective
Tax authorities. Any taxes being charged by the Contractors would be claimed by
issuing proper TAX Invoice indicating details /elements of all taxes charged and
necessary requirements as prescribed under the respective tax laws and also to mention
his correct and valid registration number(s) along with IOCL’s registration number as
applicable for particular supply on all invoices raised on IOCL.
Contractor to provide the GSTIN number from where the supply is proposed to be
under taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for
the subject tender needs to be provided in the columns provided in the technical bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e
Section 10 of the CGST Act, 2017 and similar provisions under the respective State /
UT law), the contractor should confirm the same. Further the contractor to confirm the
issuance of Bill of Supply while submission of tender documents and no GST will be
charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should
confirm the same.
6 The contractor would be liable to reimburse or make good of any loss/claim by IOCL
towards tax credit rejected /disallowed by any tax authorities due to non deposit of
taxes or non updation of the data in GSTIN network or non filling of returns or non
compliance of tax laws by the Contractor by issuance of suitable credit note to IOCL.
In case, contractor does not issues credit note to IOCL, IOCL would be constrained to
recover the amount including interest payable alongwith Statutory levy/Tax, if any,
payable on such recovery.
7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor will
be reimbursed by IOCL as long as the same is within the permissible time limit as per
the respective taxation laws and also permissible under the Contract terms and
conditions. Contractors to ensure that such debit Notes are uploaded while filing the
Statutory returns as may be prescribed from time to time.
8 The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further the Contractor shall avail and pass
on benefits of all exemptions/concessions/benefits/waiver or any other benefits of
similar nature or kind available under the Tax Laws. In no case, differential Tax Claims
due to wrong classification of goods and/or services or understanding of law or rules or
regulations or any other reasons of similar nature shall be entertained by IOCL.
9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e.
payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice
versa, the contractor is liable to make good the loss suffered by IOCL by issuance of
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 18 of 53
Clause
No.
Description
suitable credit note to IOCL. In case, contractor does not issue credit note to IOCL,
IOCL would be constrained to recover the amount including interest payable alongwith
Statutory levy, if any, payable on such recovery.
10 In case the contractor is opting for Composition scheme under the GST laws, in such
event the evaluation of his bid will be based on the Quoted Price.
In case the contractor is falling under Unregistered category, then GST liability, if any,
on IOCL will be included for the purpose of evaluation.
11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost.
12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed
under section 31 of the CGST Act and respective states and Rules.
13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to GST reimbursed by IOCL on materials sold to IOCL.
14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time
of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid,
payment will be limited to the rate quoted as per BID subject to increase /decrease in
Rates after last date of submission of Price Bid provided delivery is within the
Contractual period.
15 CUSTOM DUTY (These clauses will not be applicable wherever port clearances
are in the scope of IOC and IOC is to take delivery at Port) applicable for Global
Tender
15.1 Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of
Customs levied under Section 3 of the Customs Tariff Act equivalent to the IGST and
Education Cess and Secondary and Higher Secondary Cess.
15.2 The contractor shall within 7 (seven) days of dispatch /shipment of any such materials
forward to the owner, the following documents.
(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for the
purpose of assessing customs and other Import duties
(ii) Bill of lading/Airway Bill
(iii) Package wise packing list
(iv) Certificate of origin and other relevant documents relating to the
identification of the materials.
(v) Other relevant documents for the assessment of customs duties and the
clearance of goods through Customs.
15.3 The Contractor shall also be fully responsible for Port and Customs clearance including
stevedoring, handling, unloading, loading and storage and for satisfying all Port and
Customs formalities for the clearance of the goods , including preparation of the
BILL(s) of Entry mentioning the applicable GSTIN of IOCL and other documents
required for import and or/clearance of the goods. The applicable GSTIN shall be
advised by IOCL. The Contractor shall also be fully responsible for any delays,
penalties, interest, demurrages, shortages and any other charges and losses, if any in
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 19 of 53
Clause
No.
Description
this regard.
15.4 The Custom Duty payable shall be reimbursed on production of supporting documents
or paid directly to the Customs Authority, as the case may be.
15.5 IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under
Customs law, after the day on which the CONTRACTOR furnishes the complete
necessary documents including duty requisition slip along with BILL of ENTRY to the
IOCL’s designated office for release of requisite materials/ equipment from Customs.
However additional cost on account of delayed payment of Custom duty due to IOCL’
s fault shall be paid by IOCL.
15.6 IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty,
Protective Duty or Countervailing Duty on subsidized articles or any other such duties
of Customs imposed by the Government of India under Custom Tariff Act 1975
applicable on such materials in India.
15.7 All other costs towards Port and Customs Clearance shall be the contractor’s
responsibility including appointment and payment to clearing agents and no
reimbursement will be made by IOCL except as quoted in the price bid.
15.8 The contractor shall provide IOCL with all documents necessary for IOCL to claim
Input Tax Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act.
Should the contractor fail to provide any such document(s) resulting in a shortfall in the
ITC available to IOCL, the shortfall shall be made good by the contractor by issuance
of suitable credit note to IOCL. In case the contractor does not issue credit note to
IOCL, in such case, IOCL would be constrained to recover the amount along with
interest and statutory levy, if any, and such recovery would be without pre-judice to
any other mode of recovery from the Running Account or other bills or payments to the
Contractor.
15.9 The input tax credit available to IOCL will be reduced to arrive at the net Landed cost
in the hand of IOCL for evaluating the Bids.
15.10 In case the bidder is availing any exemption under the prevailing customs law, then
necessary documentary proof for availing the said exemption is required to be
submitted. In the event of non submission of the requisite documents as per the
conditions for availing the exemption by the successful bidder, then the additional
outflow on account of various taxes and duties will be recovered from the bidder.
15.11 The Tariff Head under which the goods will fall should be clearly mentioned along
with the Custom Duty Rate at the time of submission of Bid.
16 ROAD PERMIT /WAY BILL
16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 20 of 53
Clause
No.
Description
only in those cases where materials is purchased by IOCL directly and/or IOC is
statutorily required to issue the Road permit/Way Bill, by whatever name it is called.
Contractor will be under obligation for proper utilization of road permits for the
specific supply and in case of seizure of goods/vehicle; the Contractor will be wholly
responsible for release and reimburse the litigation cost to IOCL.
16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to obtain
the Road Permit/Way bill, by whatever name it is called. However, IOCL shall make
best efforts to provide sufficient number of Road Permits/way bill, by whatever name it
is called. On demand to avoid any delay or Hold up.
17 Works Contract / Composite Supply / Mixed Supply
17.1 Works contracts as defined under the GST law includes Contracts for Building,
Construction, Fabrication, Completion, Erection, Installation, Fitting out,
Improvement, Modification, Repair, Maintenance, Renovation, Alteration or
Commissioning of any immovable property wherein transfer of goods is involved in
the execution of such contracts.
Composite Supply has been defined as supply in which two or more supply of goods or
service or both or any combination are naturally bundled and supplied in conjunction
with each other in the ordinary course of Business, and then the rate as applicable for
principal supply will be applicable on the entire transaction.
Mixed supply has been defined as supplies of goods or service or both which are made
in conjunction with each other for a single price and which does not constitute a
composite supply then the rate as applicable for the highest rate will be applicable.
In view of the above various definitions under GST law, bidders are required to
evaluate the jobs to be undertaken covered under the tender and quote accordingly by
taking in to account the nature of Job read with the legal provision.
The place of supply in relation to an immovable property shall be the location at which
the immovable property is located or intended to be located.
17.2 The place of supply in relation to an immovable property shall be the location at which
the immovable property is located or intended to be located. Hence the bidders have to
seek registration at the locations where the work is intended to be carried out.
17.2
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost. IOCL shall reimburse GST
levied as per TAX invoice issued by the Contractor as prescribed under respective GST
Acts and Rules. In case the contractor is not permitted to issue Tax Invoice the same
should be clearly mentioned in the price Bid.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 21 of 53
Clause
No.
Description
17.3 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all
certificates, documents and declarations as are required by IOCL to avail of the ITC
with respect to VAT reimbursed by IOCL on materials sold to IOCL
17.4 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time
of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid,
payment will be limited to the rate quoted as per BID subject to increase /decrease in
Rates after last date of submission of Price Bid provided delivery is within the
Contractual period.
17.5 Wherever provisions of Tax deduction at Source (TDS) are applicable under the CGST
/ SGST / UTGST/IGST Act ,2017 on supplies of goods or services or both to IOCL ,
tax will be deducted from the invoice raised and deposited with the authorities by
IOCL. TDS certificate as per provisions of CGST / SGST / UTGST/IGST Act, 2017
shall be issued by IOCL.
24.0 QUALITY CONTROL
24.1 Entire work shall be executed as per the specifications stipulated in this tender document.
24.2 Contractor shall provide all necessary assistance to IOCL engineers for carrying out
inspections/ tests / measurements of work without any extra cost to IOCL. 24.3 All the materials shall be got approved before use. In case defective/sub standard
materials are brought at site and rejected by IOCL site Engineer, the same shall have to be removed immediately within 3 days from the site at their own cost. IOCL shall not entertain any claim from the Contractor on this account. In case, Contractor fails to remove such materials from the site, within 15 days after issue of notice in writing, IOCL reserves the right to dispose off such materials at the entire risk and cost of the Contractor.
24.4 The Contractor shall make arrangements for retention of samples of approved
materials till completion of work. 24.5 Contractor shall bear all expenses towards testing of materials as per IOCL
specifications. Repeat tests if required, as per the opinion of IOCL shall also be conducted by the Contractor at no extra cost. The lab tests shall be carried out at any Govt Engg College/Govt University/Labs with NABL accredition /Govt Labs, Govt recognized test houses and test houses with ISO accredition. However, at its discretion, IOCL may advise to carry out tests at a particular laboratory, which shall be binding on the Contractor.
24.6 Potability test of water from Water Treatment plant will have to be got done from approved Government Laboratory, and submitted to IOCL.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 22 of 53
25.0 CLEARING THE SITE OF WORKS:
25.1 Contractor shall arrange to dispose of debris and any other waste product created while carrying out the work, outside Corporation’s premises. The Contractor shall take due care while disposing of such waste materials and ensure that any rules/ regulations laid down by Municipal Corporation or any other statutory body are not violated. The Contractor shall be responsible and answerable to any complaint arising out of improper disposal of waste material. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account.
25.2 The Contractor shall clear the site of works as per the instructions of the Site Engineer. The site of works shall be cleaned of all men, site equipment, materials, etc and shall be delivered back to the Corporation in a clean and neat condition as required by the Site Engineer within a period of one week after the job is completed after ensuring that all surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean.
25.3 In case of failure to do so by the Contractor, the Corporation shall have the right to get the site cleared at the risk and cost of the Contractor.
26.0 PAYMENT SCHEDULE:
Final bills shall be released only after successful completion of all the activities and after the Final Acceptance by IOCL for the work in its entirety.
26.1 Following activities shall be completed before submission of final bills:
Documentation of site records as applicable.
Any other specific documentation required by IOCL.
Cleaning & clearing of site.
27.0 DEALING WITH OUTSIDE PARTIES
27.1 The Contractor should purchase all material from the market, which they require for the work allotted to them, in cash or credit in their own firms’ name only.
27.2 In case of any default on the part of the Contractor to clear the payments of their vendors / suppliers / sub-contractors, the Corporation, to protect it’s name and image, shall recover the amount from Contractor’s pending bills or security deposit and may make the payment to the concerned party.
27.3 Contractor in his own interest should purchase material from the authorized sources and should fulfill all their obligations of all taxes etc. If the Corporation has reasons to believe that any material has been brought to its premises from unauthorized sources, the Corporation can refer the matter to police for verification.
27.4 The Contractor can be debarred from corporation and EMD/SD shall be forfeited for such lapses.
28.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reasons. The Corporation reserves the right to accept one or more tenders in part.
29.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to disqualification. Providing any details of rates offered in the technical commercial bid section will lead to disqualification of the bidder.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 23 of 53
30.0 VERIFICATION OF ORIGINAL DOCUMENTS:
Document verification of L1 bidder with originals may be carried out after opening of
bids as applicable for this tender. Since documents are submitted by the bidder(s) in
the tender, the responsibility of authenticity of documents shall be with the bidder(s)
only.
The bidder (s) shall be required to present their original documents to the tender
inviting authority within a period of 7 days from the date of intimation by IOCL if
required for this tender. In the event of failure of such bidder(s) to get the documents
verified as per the specified time schedule, the EMD of the bidder(s) shall be
forfeited. In case it is observed that if any bidder(s) submitted forged documents /
credentials, necessary action for holiday listing of the bidder(s) shall be carried out
including forfeiture of EMD.
31.0 TYPOGRAPHICAL OR CLERICAL ERRORS:
The Corporation’s clarifications regarding partially omitted particulars or typographical or clerical errors shall be final and binding on the Contractor.
32.0 At all places in the GCC enclosed with the tender document, OWNER shall mean INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with its office at G9, Ali Yavar Jung Marg, Bandra(E), Mumbai-400051.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 24 of 53
ANNEX-5
SCOPE OF WORK AND TECHNICAL SPECIFICATION FOR THE SUBJECT WORKS
Detailed Technical Specification of the plant: Reverse osmosis based water treatment plant for 1000 LPH Technical Specification: Unit: Reverse osmosis based water treatment plant Product flow rate: 1000 LPH Feed flow rate; 3000 LPH Recovery: 45% approx Feed pressure 12 KG Max Designed on the basis of raw water quality: TDS < 1000 ppm, turbidity 1 NTU Max,
hardness < 500 ppm, oil & grease- NIL, iron < 0.1 ppm, Silica < 5 ppm, SDI < 1 Power: 4.5 KW 03/01 phase ( without submersible pump) Safety: High/Low pressure cut off, -ve dry running of pump, cleaning system of membrane Scope of works for the subject work was given below :
I. Raw Water Pump : CRI 1.5 HP maximum.
II. Pressure sand filter: To remove total suspended solids dirt, iron, Manganese and reduce silt density index so as to prevent fouling of
Membrane.
Vessel Specification: 350X1625
Material of Construction: FRP Composite. Make : Pentair/Equivalent.
Test Pressure: 06 kg/cm2 Opening : Top & Bottom
Valve Specification:
Make: SOLO/UKL/MIDAS Material of Make: ABS
Type: Single Levered Multiport. Size: 1.5”
Piping: 11/2” FRP Composite. Media: Not included.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 25 of 53
III. Activated Carbon Filter: To remove total suspended solids dirt, iron,
Manganese and reduce silt density index so as to prevent fouling of Membrane.
Vessel Specification: 350X1625 Material of Construction: FRP Composite.
Make : Pentair/Equivalent. Test Pressure: 06 kg/cm2
Opening : Top & Bottom
Valve Specification:
Make: SOLO/UKL/MIDAS Material of Make: ABS
Type: Single Levered Multiport.
Size: 1.5” Piping: 11/2” UPVC High Pressure 16kg/cm2
Media: Not included.
IV. Iron Removal Filter : To remove total suspended iron, Manganese
and reduce silt density index so as to prevent fouling of Membrane.
Vessel Specification: 350X1625 Material of Construction: FRP Composite.
Make : Pentair/Equivalent. Test Pressure: 06 kg/cm2
Opening : Top & Bottom
Valve Specification:
Make: SOLO/UKL/MIDAS Material of Make: ABS
Type: Single Levered Multiport. Size: 1.5”
Piping: 11/2” FRP Composite. Media: Not included.
V. Anti Scalant Dosing System: To remove the effect of Calcium and
Magnesium responsible for hardness in the water which in turn forms scaling on the Membrane and pipelines.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 26 of 53
Pump Type: Electro Mechanical.
Pump Flow (Max): 06 lts per hour maximum.
Chemical Tank: HDPE 100 lts
Make: Grundfos/flow/Equivalent
VI. Micron Filter: after antiscalant system water passes through micron
filter cartridge of 5 micron porosity so as to produce clear water suitable for Membrane feed.
Specification: 20” BB
Make: Aqua solution No. of Filter: 20” X 2
VII. High Pressure Pump: To feed RO Membrane at pressure more than the osmotic pressure, considering flux rate, flow and recovery.
Material of Construction : S/S 304(7.5 HP)
Type: Vertical Centrifugal Multistage. Make: Grungfos/ CRI
Qty : One.
VIII. RO Membrane/ De-Salination Unit: To remove most of the
dissolved solids present in water and to reduce TDS (Total Dissolved Solids.
Type: Thin Film Composit.
Dia : 200 mm Length: 1000mm.
No. of Membrane: 1 Porosity of Membrane: 0.0001 micron.
Make: Hydronautics (4040)/DOW (8040)/Equivalent.
IX. RO Membrane Housing: To pack Membrane and operate at high pressure.
Material of Construction: FRP Composite/ SS 304.
Dia : 8.5” approx. Length: 40” approx.
No. of Housing: 1 Make: Pentair/Pratham/Equivalent.
X. Rota Meter (Panel mounted/On line):
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 27 of 53
Total: Two.
So as to monitor total flow of water through Permeate and Reject Line and adjust per requirement so as not to run the plant beyond
specification limit, which generally becomes impossible without presence of Rotameter.
Make: Flowstar/Flomax/Pratham/Equivalent.
XI. On line TDS meter/Conductivity Controller: so as to monitor total flow of water through permeate and reject line and adjust as per
requirement so as not to run the plant beyond specification limit, which generally becomes impossible without presence of Rotameter.
Make: Pratham/Astral/Equivalent.(with digital display and panel
mounted). Total: One
XII. Electrical Control Panel: Electrical/Electronics Control Panel is
provided to run various motor/pumps safely with one no. Each
voltmeter and Amp meter , phase Preventer, Contactors with overload relay, Press type swich, light indicators etc. S/S and UPVC for erection
and commissioning of the plant, piping in High Pressure food grade UPVC from ASTRAL/EQUVALENT from raw water pump to micron filter
inlet and rest in SS 304 grade. All misc fitting , valves, NRV’s, pressure gauges, pressure switches etc.
XIII. Wet Panel: Wet panel will be provided to fix pressure gauges, so as to monitor pressure rating at various point and run plant accordingly.
XIV. UV 1000 LPH - One
XV. SS 1000 litres storage tank - One
XVI. S.S cabin to cover the RO system with 4 point to take water (Indicative picture of water collecting point).
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 28 of 53
XVII. Water venting from 4 pint: We provide automatic vending filling
machine on card system, filling range 2ml-20ltrs and we will provide 100 nos card and for extra Rs. 200 per card.
Filling Pump: Grundfos/CRI/Equivalent with S/S parts for water contact & with mechanical seal.
Piping : S.S. pipe and fittings with all required valves & fittings.
ANNEX- 6
LIST OF APPROVED MAKES
LIST OF APPROVED MAKES
A. CIVIL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 ORDINARY PORTLAND CEMENT
ULTRA TECH / BIRLA / ACC / MADRAS CEMENTS / INDIA CEMENTS/ AMBUJA/ DALMIA /
Lafarge/ Star Cement/Topcem
8112 : 1989 12269 : 1987
2 STRUCTURAL STEEL - SECTIONS, PLATES, RODS, FLATS, STRIPS ETC.,
TATA / SAIL / VIZAG / JINDAL/ Essar
2062 : 1999
3 MS TUBULAR SECTIONS TATA / SAIL / VIZAG/ ESSAR / JINDAL/SRMB/
1161 : 1963
4 REINFORCEMENT STEEL – MILD STEEL AND MEDIUM TENSILE BARS
TATA/SAIL/VIZAG/JINDAL/ESSAR/SRMB/ Kamdhenu
432 : 1982
5 REINFORCEMENT STEEL – HIGH STRENGTH DEFORMED STEEL BARS
TATA/SAIL/VIZAG/JINDAL 1786 : 1985
6 BURNT CLAY BUILDING BRICKS
ANY APPROVED MAKE 1077 : 1992
7 STANDARD CERAMIC TILES (WALLS/FLOOR) / VITRIFIED CERAMIC TILES
KAJARIA / NITCO / REGENCY / SOMANY / JOHNSON / NAVEEN / BELL
13712 : 1993
8 ROLLING SHUTTERS/ROLLING GRILLS
SHALL BE OF MAKE AS APPROVED BY IOC ENGINEER. LOCAL FABRICATION SHALL NOT BE ACCEPTED.
6248 : 1979
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 29 of 53
9 ALUMINIUM SECTIONS FOR DOORS, WINDOWS, VENTILATORS, PARTITIONS
HINDALCO /JINDAL SECTIONS AS PER DETAILED SPECIFICATIONS
1948 , 1285
10 PRELAMINATED PARTICLE BOARD
NOVOPAN 12823 : 1990
11 DOOR CLOSER EVERITE / HARDWYN / EQUIVALENT APPROVED MAKE
3564 : 1996
12 FLOOR SPRING EVERIE / HARDWYN / EQUIVALENT APPROVED MAKE
6315 : 1992
13 WATERPROOFING COMPOUNDS
FOSROC / ROFF / SIKA / CICCO / ACC/PIDILITE
2645 : 2003
14 FLOOR HARDENER IRONITE / HARDONITE/ FERROKE 9197 : 1979
15 ACRYLIC EMULSION, PAINTS, DISTEMPERS
I.C.I /BERGER /ASIAN /NEROLAC / JENSON & NICHOLSON
354 : 1989, 428 : 2000
16 WATERPROOF CEMENT PAINTS
SNOWCEM PLUS / DURACEM / SUPREME / NITCOLE/ SURFACEM/BERGER
5410 : 1992
17 FLOAT GLASS INDO-ASAHI / MODI FLOAT / SAINT GOBAIN
14900 : 2000
18 PRESSED CLAY TILES (FOR WATERPROOFING)
ANY APPROVED MAKE 2690 : Part I : 1993
19 PRESSED CEMENT CONCRETE TILES
EUROCON / ULTRA / DEVI CONCRETE/ DURACRETE OR EQUIVALENT APPROVED MAKE
13801 : 1993
20 PRECAST CEMENT CONCRETE KERBS
EUROCON / ULTRA/ SOBHA OR EQUIVALENT APPROVED MAKE
5758 : 1984
21 GRANITE TILES ANY ISI APPROVED MAKE 14223 : Part 1 : 1995
22 RCC HUME PIPES ANY ISI APPROVED MAKE 458 : 2003
23 ROAD MARKING PAINTS SHALIMAR / MRF 164 : 1981
24 ORISSA TYPE WATER CLOSET WITH FLUSHING CISTERN (VITREOUS CHINA)
HINDWARE (HSIL) / PARRYWARE (EID PARRY) / CERA /JAQUAR
2556 / 774
25 EUROPEAN TYPE WATER CLOSET (VITREOUS CHINA)
HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA/JAQUAR
2556
26
WASHBASIN (VITREOUS CHINA)
HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA/JAQUAR
2556
27 SINK (VITREOUS CHINA) HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA/JAQUAR
2556
28 FLUSHING CISTERN (PLASTIC) HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA/JAQUAR
7231 : 1994
29 EWC PLASTIC SEAT COVER PARRYWARE / HINDWARE / CERA 2548 : Part II : 1996
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 30 of 53
30 MIRROR MODI FLOAT / SAINT GOBAIN 3438 : 1994
31 SOAP TRAY HINDWARE (HSIL)/ PARRYWARE (EID PARRY)/ CERA
32 TOWEL RAIL NOVACE /ESSESS /ARK / SOMA / METRO-SUPER
33 PVC PIPES AND FITTINGS(DRINKING WATER)
SUPREME / FINOLEX / PRINCE / TRUBORE/ KISSAN /ORIPLAST
4985 : 2000
34 PVC PIPES AND FITTINGS(CABLE CONDUITS)
ANY IS APPROVED MAKE 9537 / 3419
35 PVC PIPES AND FITTINGS (RAINWATER / WASTE)
SUPREME / FINOLEX / PRINCE / TRUBORE/ KISSAN/ORIPLAST
4985 : 2000
36 CPVC PIPES & FITTINGS ASTRAL, ASHIRWAD
37 UPVC PIPES & FITTINGS ASTRAL, FINOLEX, SUPREME, PRINCE , KISSAN
38 GI PIPES TATA / ZENITH / JINDAL / GST 6631 : 1972
39 GI FITTINGS TATA / 'R' BRAND 1239 : 1992
40 GM GATE VALVES FOR SANITARY & PLUMBING WORKS
LEADER / ORIENT / ZOLOTO / NETA
778 : 1984
41 CP BRASS SPRAY SHOWER WITH BALL AND SOCKET
ARK-SOMA / PARKO / METRO-SUPER / NOVA SPECTRUM / ESS ESS
42 BRASS FLOAT VALVES WITH COPPER FLOATS
LEADER / ORIENT / ZOLOTO/ NETA
1703 : 2000
43 CP BRASS STOP COCKS ARK-SOMA / PARKO / METRO-SUPER / NOVA SPECTRUM / ESS ESS
781 : 1984
44 POLYETHYLENE WATER TANK SINTEX / INFRA / FUSION / UNIPLUS / PATTON / KAVERI/ ROUNAK
12701 : 1996/ 10146 : 1982
45 FLOOR TRAP (NAHANI TRAP) APPROVED MAKE 2556 :1973
46 SW GULLY TRAP APPROVED MAKE 651 : 1992
47 CP BRASS PILLAR TAPS ARK-SOMA / PARKO / METRO-SUPER / NOVA SPECTRUM / ESS ESS
8931 : 1993
48 FLUSH VALVES ARK-SOMA / PARKO / METRO-SUPER / NOVA SPECTRUM / ESS ESS
9758 : 1981
49 PADLOCKS GODREJ / HARRISON 1018 : 1982
50 MORTICE SLIDING DOOR LOCK GODREJ OR EQVT. APPROVED MAKE
8760
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 31 of 53
51 MORTICE DEAD LOCK GODREJ OR EQVT. APPROVED MAKE
7540
52 REBATED MORTICE LOCK (VERTICAL)
GODREJ OR EQVT. APPROVED MAKE
6607
53 MORTICE LOCK (VERTICAL TYPE)
GODREJ OR EQVT. APPROVED MAKE
2209
54 CHAINLINK FENCING FABRIC ANY ISI APPROVED MAKE 2721 : 2003
55 BOREWELL WATER PIPE AND FITTINGS – HDPE
ANY ISI APPROVED MAKE 4984 : 1995/ 8360 : 1977
56 BOREWELL CASING PIPE - STEEL
ANY ISI APPROVED MAKE 4270 : 2001
57 SUBMERSIBLE PUMPSET FOR WATER
ATLANTA/ SUGUNA / KSB OR ANY APPROVED EQUIVALANT
8034 : 2002
58 MOTOR FOR SUBMERSIBLE PUMPSET FOR WATER
ANY ISI APPROVED MAKE 9283 : 1985
59 PORTABLE FIRE EXTINGUISHERS (DRY CHEMICAL POWDER)
CEASE FIRE / MINIMAX / SAFEX / ISI APPROVED MAKE
2171 : 1999
60 FIRE BUCKET ANY ISI APPROVED MAKE 2546 : 1974
61 SYNTHETIC ENAMEL PAINT ICI /BERGER /ASIAN /NEROLAC / JENSON & NICHOLSON / SHALIMAR
2932 : 2003
62 SAFETY COLOURS ANY ISI APPROVED MAKE 9457 : 1980
63 BOLTS, NUTS, WASHERS (JOINTS STEEL STRUCTURAL WORK)
ANY ISI APPROVED MAKE 4000 : 1992, 3757 : 1985, 6623 : 1985, 6649 : 1985
64 FOUNDATION BOLTS ANY ISI APPROVED MAKE 5624 : 1993
B. MECHANICAL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 M.S ERW PIPES (PLAIN END) – CLASS `B’
TATA /JINDAL / ZENITH/SAIL/ BANSAL UTKARSH/ PRAKASH/ NEZONE
1239 -2004
2 M.S ERW PIPES (PLAIN END) – CLASS `C’
TATA /JINDAL / ZENITH/SAIL/ BANSAL UTKARSH/ PRAKASH/ NEZONE
1239 : 2004
3 M.S ERW PIPES (SCREWED END) – CLASS `B’
TATA /JINDAL / ZENITH/SAIL/ BANSAL UTKARSH/ PRAKASH/ NEZONE
1239 -2004
4 FLEXIBLE PIPES KPS - L&T/UPP-OILCO
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 32 of 53
5 CS VALVE LEADER / KSB / L&T(AUDCO)/ 10611 : 1983
6 HORIZONTAL TYPE/VERTICAL TYPE GUN METAL CHECK VALVE SCREWED/ANGULAR
LEADER / TRISHUL/SANT/CHAMPION
10989 : 1984/ 11733 : 1986
7 GM GATE VALVES LEADER / KSB / L&T / GG / SANT/CHAMPION
778 : 1984
8 SLIP ON / BLIND FLANGES SMI/JINDAL FORGING/ANY I.S APPROVED MAKE
6392 : 1971
9 WELDING ELECTRODES ADVANI OERLIKON/ESAB/D&H SECHERON/HONAVAR ELECTRODES/MAILAM
INDIA/ROYAL ARC ELECTRODES/MARUTI
WELD/GEE
817
10 BOLTS & NUTS (PIPELINE WORK)
TVS /NEXCO /TRIANGLE / TATA/ AS PER IS
1367
11 COMPRESSED ASBESTOS GASKET
CHAMPION / HINDUSTAN FERRADO / PERMANITE
2712 : 1998
12 PRESSURE GAUGE H GURU / FEIBIG / MANOMETER INDIA
3624 : 1987
13 UNION I.S APPROVED MAKE 1239
14 STEEL BUSH I.S APPROVED MAKE 1239
15 M.S CAP I.S APPROVED MAKE 1239
16 AIR COMPRESSOR ELGI/INGERSOl RAND 5456 : 1985
17 MECHANICAL AIR GAUGE (FOOT TYRE INFLATOR)
ELGI, OTHER EQUIVALENT MAKE
8411 : 1977
18 DIGITAL TYRE INFLATOR ELGI/ IRA
19 PRESSURE VACUUM VALVE OPW MODEL NO: 623V, FRANKLIN FUELLING MODEL NO: 802, MORISON BROS CO,
NEOGI, TRISTAR ENGG & CHEMICAL CO
20 BRAIDED RUBBER HOSE SWASTIC/GATES/DUNLOP 10733
21 BITUMINOUS PAINT SHALIMAR OR EQUIVALENT APPROVED MAKE
9862
22 BITUMEN MASTIC SHALIMAR OR EQUIVALENT APPROVED MAKE
5871 : 1987
23 ZINC PHOSPHATE PRIMER JENSON & NICHOLSON / ICI /BERGER /ASIAN PAINTS /
KANSAI NEROLAC /SHALIMAR
104 : 1979
24 SYNTHETIC ENAMEL PAINT JENSON & NICHOLSON / ICI /BERGER /ASIAN PAINTS /
KANSAI NEROLAC/ SHALIMAR
2932 : 2003
25 ALUMINIUM PAINT (GENERAL JENSON & NICHOLSON / ICI 2339 : 1963
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 33 of 53
PURPOSE) /BERGER /ASIAN PAINTS / KANSAI NEROLAC/ SHALIMAR
26 SPRAYED ALUMINIUM AND ZINC COATING ON IRON AND STEEL
JENSON & NICHOLSON / ICI /BERGER /ASIAN PAINTS /
KANSAI NEROLAC/ SHALIMAR
5905 : 1989
27 C.I /DI MANHOLE COVER NECO / ARECO 1726 : 1991
28 CORROSION PROTECTION TAPE (COAL TAR BASED)
RUSTECH / TAPEX / CORPO / PARAMOUNT/IWL
15337 : 2003
29 SILICA GEL TRAP ASSEMBLY APPROVED MAKE 3401 : 1992
30 MS CHEQUERED PLATE APPROVED MAKE 3502 : 1994
31 GI PIPE AND FITTINGS FOR AIR AND WATER
TATA /JINDAL / ZENITH /EQUIVALENT IS APPROVED
MAKE
1239
32 ALUMINIUMINTERNAL FOLATING ROOF
List of approved vendors ( Taken from WO No : 25080769 with tender No : WRCC/2016-17/LT/155 for Miraj Depot, Miraj, Sangli Under Maharashtra
State Office)
A NAME OF VENDOR ADDRESS
B SAI TOOLS PVT. LTD – Eco Tank Systems
W9/B, MIDC, Additional Ambernath, Ambernath 421506. Dist. Thane, Maharashtra, India. Phone : 91-251-262 01 08 Fax: 91-251-262 18 66 E-mail : [email protected] [email protected]
C TANK TECH ASIA (P) LTD CHENNAI
13, Gopalakrishna Rd, T Nagar, Chennai, Tamil Nadu 600017. Phone : +91-44-28151581 +91-44-28150619 Fax : +91-44-28150620 Email : [email protected]
D AGR PETRO TECH HYDERABAD (HMT)
#266-A Road #10 Jubilee Hills, Hyderabad - 500033 A.P Phone: 0 40 2340 8088 Email:[email protected]
E BAILLIE TANK EQUIPMENT (EMPIRE EQUIPMENTS)
Suite 7.11, Aero247 Building, 247 Coward Street, Mascot, Sydney,NSW Australia-2020. Phone : +61 2 9317 5900 Fax : +61 2 9317 5911 E-mail : [email protected] (Kousik Kanjilal) General Manager Empire Industrial Equipment 414 , Senapati Bapat Marg, Lower Parel, Mumbai – 400 013 Ph. No. 00 91 22 66231120 ( Board ) Ph. No. 00 91 22 66231142 ( Direct ) Hp. No. 00 91 9903048219 Email : [email protected]
F FLOAT-TEK-INTERNATIONAL (HITEC EQUIPMENT)
2F, No.10, Lane 120, Dongning Road, East District, Tainan City, Taiwan, ROC , Mr. Jefer Su Mobile : 886-6-2365056 , Fax : 886-6-2365057
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 34 of 53
Prakash Chopde President - Special Projects , Hitec Equipment ( Div. of Kaveri Napthols Pvt. Ltd. ) 11, Gulzar, Highway Service Road, Andheri East, Mumbai 400 099 Mobile: +91 98 200 12168
G WADCO BUSINESS SOLUTIONS PVT LTD (ATECO)
No. 8, Candy House, Mandlik Road, Colaba, Mumbai – 400001, Maharashtra, India. Mr. Abraham Philip (Vice President Sales) Phone : +91-22-2285 0915 / 2202 2346 Mobile : +91 9820001720 E-mail : [email protected]
H VACONO E Manoharan: +91 9003009738 [email protected], [email protected] [email protected]
C. SPECIAL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1 False ceiling for canopy (150F) INTER ARCH BUILDING PRODUCTS LTD./ SPECO - TECH (Speco-Tech Roofing & False ceilings Pvt. Ltd) / METASILL-M/s Kamakshi Rolling Forming Industries,Rajamundar
STEEL : IS 513 Galvanizing : IS 277 ORGANIC COATING: IS 14246
2 Hi-Rib Bare Galvalume,Hi-Rib Galvalume colour coated,GI Hi-Rib,GI Hi-Rib colour coated roof sheeting /Gutter /Flashings.
INTER ARCH / CRIL(Colour Roof India Ltd)/ METACRAFT / Specotech/ METASILL-M/s Kamakshi Rolling Forming Industries, Rajamundar , TATA Bluescope, Jindal
STEEL : ASTM A 446 AZ 150 COATING : ASTM A792
3 Interlock concrete pavers for driveway and parking
Devi Concrete, Maa Ceramics, Tirupati pavers, Hero Tiles
AS PER BS 6717 : PART1 : 1986 AND AS PER IS 1237 1980 - AFTER PRIOR APPROVAL FROM IOCL
4 Acrylic Emulsion/ Semi Acrylic Emulsion
ASIAN PAINTS / KANSAI NEROLAC / BERGER / ICI / JENSON & NICHOLSON/ SHALIMAR
15489, 354
5 Wall putty ALTEK / ASIAN / JK PUTTY / BIRLA
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 35 of 53
6 Octagonal light pole PHILIPS / BAJAJ / WIPRO
7 Octagonal pole light fixtures BAJAJ 10322
8 PVC colour sheeting FINOLEX OR EQUIVALENT MAKE 6307
9 Canopy Lights Fittings – Metal Halide
WIPRO/PHILIPS/BAJAJ
10 Canopy Light fittings – CFL WIPRO/PHILIPS/BAJAJ
11 RETRACTABLE STAIRS (FULL ASSEMBLY)
M/s WOODFIELD, M/s LoadTec, M/s Carbis, M/s Silea, M/s SVT, M/s Kanon, M/s Emco Wheaton, M/s WLT
As per Technical
Specifications
12 FALL ARRESTOR SYSTEM M/s Udyogi Plastics, M/s Karam Industries or equivalent meeting technical specifications elaborated in this document
As per Technical
Specifications
D. LIST OF MAKES FOR ELECTRICAL WORKS
SL.NO MATERIALS APPROVED MAKES IS CODE REF.
1
High Mast Tower ( 20.0 Mtr height) Bajaj, Philips, CGL
2 Non flame proof light fittings for High mast tower
Bajaj, Philips ,CGL , Wipro
3 1.1 K.V PVCAPVC /XLPE insulated armoured aluminium conductor cables
CCI, Torrent , Universal , Rallison , Gloster, Polycab, Havells, Gemscab/RPG
1554 : Part 1 : 1988, 8130 : 1984, 7098 : Part 1
4 1.1 K.V PVCAPVC/XLPE insulated armoured copper / control cables
CCI, Torrent , Universal , Rallison , ,Gloster, Polycab, Havells, Gemscab/RPG
1554 : Part 1 : 1988, 8130 : 1984, 7098 : Part 1
5 Copper flat cable for submersible pump
UNIVERSAL, CCI, V-Guard, Rallison, Havells
694 : 1990, 8130 : 1984
6 Cable glands & lugs (non flameproof)
MIC, HPI, Braco, Comet, CCI 8308 , 8309 :1987, 12943:1990
7 Cable termination kits, staright joint kits
Raychem, M-seal, Lycab, Super Seal
7093 : 1973 , 8438, 9553 : 1987
8 Flame proof cable glands Baliga, Flexpro, FCG Power, Expotecta/ CEAG
8308 , 8309 :1987, 12943:1990
9 GI pipe medium duty for cable laying
TATA, Jindal, Nezone, Bansal 1239 Part 2 : 1992
10 Hot dip galvanized M.S cable trays Classic, Fixotech, Metalica, Pilco 3954 : 1991
11 PVC channel type cable trays SFX or approved equivalent
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 36 of 53
12 Flame proof cable junction boxes Baliga, Flexpro, FCG Power, Expotecta/ CEAG
10606 : 1983, 14772 :2000
13 Maintenance free chemical earthing system – safe earthing electrode
Ashlok or approved equivalent 3043 : 1987
14 Lightning Protection System Any Approved make 2309 : 1989
15 Indicating Lamps (LED type ) Technik, Schneider, Siemens, BCH ,C&S, L&T, Crompton Greaves, Bajaj
1901 : 1978
16 Indicating meters AE,MECO, L&T, Enercon, IMP 1248 Part 2 : 2003
17 Selector Switches Kaycee, Rishab ,L&T ,Salzar, Siemens
13947 Part 5 :2004
18 Current Transformers AE,Intrans ,Kappa,Intech 2705 Part 1,2 :1992, 4201 : 1983
19 Relays Alstom, Siemens, JVC electronics ,Enercon, L&T
3842,3231, 4483 & 8686
20 Switch disconnector fuse units/changeover switches(switch fuse or onload type)
L&T,Siemens, Schneider Electric ,HPL, C&S
13947 : 1993, 2004
21 Moulded case circuit breaker (MCCB)
Siemens, Schneider Electric , C&S ,L&T, Havells
13947 : 1993, 2004, 60947 : 2003
22 HRC Fuses/Fuse Carriers L&T,Siemens, Schneider Electric ,HPL, C&S
2086 : 1993, 9926 :1981, 13703 : 1993
23
Miniature circuit breaker(MCB)/Residual current circuit breaker(RCCB)/Residual current breaker operated(RCBO)
MDS, Siemens,L&T Hager ,Schneider, Havells, BCH, Standard
13032 : 1991
24
660/1100 volt grade FRLS PVC insulated single core unsheathed wire with copper conductor /Flexible copper conductor
Lapp Kabel, Rallison, V-Guard, Anchor, Havelles Kundan, Finolex
1554:Part 1 :1988, 8130 : 1984
25 Rigid PVC / Flexible conduits & accessories
Precision, Clipsal, Lapp Kabel, Diamond, Balco, Universal, Avon plast
9537 : Part 1:1980 & Part 3: 1983 , 3419 : 1988
26 Metal switch boxes MK, Anchor, MDS Legrand 2675 : 1983, 13947 :2004
27 MS junction box, MS fan box Homelite, PEW, Gupta 14772 : 2000
28 Switches, sockets, bell push, electronic regulators,telephone, TV, RJ 45 sockets etc piano type
Anchor, M.K India, MDS, Legrand, GE
3854 : 1997, 11037 : 1984, 1293
29 Modular type switches, Sockets, bell push, electronic regulators,
Anchor, Carb Tree, MK India, Clipsal, MDS, Legrand
3854 : 1997, 11037 : 1984,
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 37 of 53
telephone, TV, RJ 45 sockets etc 1293 : 2005
30 Telephone cable Delton, Ciplox, Five star 10579 : 1983
31 TV co-axial cable Any approved make 5662 : 1991
32 Cat 6 computer cable Any approved make
33 Metal clad plug & socket L& T Hager, Havells, Siemens Schneider Electric ,MDS, Indo Asian
1293 : 2005
34 MCB distribution board MDS, Siemens,L&T Hager ,Schneider, Havells, Indo Asian
13032 : 1991
35 Surge Arrestors MDS, Siemens,L&T Hager ,Schneider, Havells
13032 : 1991
36 DOL starters ,star delta starters Siemens,L&T, Schneider Electric , C&S, Crompton Greaves
13947 : 1993, 2004
37 Swaged tubular yard light poles/ hollow section poles
Unique poles or any approved equivalent
2713 part 1,2,3 :1980
38 Light fittings & control gears Philips, Wipro, Crompton greaves, Bajaj
2418 :1977, 10322 : 1987, 10947 :1984, 13383:1992
39 Flame proof lighting fixtures FCG power, Baliga, Flexpro 2206 Part 1 : 1984
40 Lamps/ chokes etc Crompton greaves, Philips, Havells
5081:1990, 15111:2002, 1534:1977,2215:2006,6616:1982,9900,9974:1981,13021: 1991
41 Ceiling Fans Crompton, Usha, Khaitan, Anchor, Orient, Bajaj, Ortem
374 : 1979
42 Exhaust Fans Crompton, Alstom, Almonard 2312 : 1967
43 Calling bell Anchor, M.K India, MDS, Legrand
302, 2268 : 1994
44 Capacitors (MPP HD) L&T, Universal ,Sahasprague LTD, Crompton Greaves/ SIEMENS
13340 : 1993
45 SMF type lead acid batteries Exide, Rocket, Standard furukava, AMCO, Amaron, Panasonic
12292 : 1988
46 Servo voltage stabilizer Miracle, Consul, Aplab, Silicon, Sen Pandit, Vi Guard, Hi-Tech Systems
9815 : 1994
47 Integrating meters SIMCO, L&T,ABB,Siemens ,AE,Enercon
1248 Part 3 : 2003
48 Mono block pumps / Submersible pump
Kirloskar,KSB, Texmo, Sulzar, Suguna
9079: 2002, 8034 : 2002
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 38 of 53
49 Rubber mats for electrical purpose Rubber Product Ltd., Prabhat Elastomer, Any IS approved make
5424 :1969
50 FIRST AID KIT Any IS approved make 13115 : 1991
51 Vacuum Circuit Breaker Siemens/Schneider/Crompton Greaves Ltd./ L&T/ABB
52 Dry Type Transformer Raychem RPG / Sai Electricals
/Voltamp/ ABB/Crompton
53 LED Lamp Fittings Crompton Greaves/Havells/
Bajaj/Philips/Wipro
54 Industrial Type Panel Boards Siemens, L&T, Schneider,
Hindustan Controls and Equipments Pvt Ltd.
55 Components of Panel Siemens, L&T
56
Battery Charger Chloride Power, Chhabi Electric- Mumbai, Hindustan Controls and Equipments Pvt. Ltd. Or as approved by EIC
57 Battery AMCO, HBL Nife, Exide,
Amaron
58 Capacitor Banks ABB, L&T, EPCOS, Or as
approved by EIC
Notes : 1) In case of all the above IS publications, references shall be made to the latest versions as amended and revised up to date. Among the listed approved manufacturers/makes, the items used should be of ISI approved make unless otherwise specified and subject to final approval of IOC.
2) Equivalent make shall be permitted only if sufficient documentary evidence is produced to prove non- availability of stipulated make and written approval of IOC is obtained. No extra payment shall be made by IOC in this regard.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 39 of 53
ANNEX-8
PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS
D E C L A R A T I O N - `A'
We declare that we have complied with all the conditions of the tender including technical specifications, drawings, GCC & all the documents etc., forming part of tender. Date: Tenderer’s Place: Signature & Seal
D E C L A R A T I O N - `B' We declare that we do not have any employee who is related to any officer of the Corporation/ Central/ State Governments of India. OR We have the following employees working with us who are near relatives of the Officer/ Director of the Corporation/ Central/ State Government in India.
Name of the employee of the Tenderer Name & designation of the Officer of the Corporation/ Central/ State Governments
Date: Tenderer’s Place: Signature & Seal
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 40 of 53
D E C L A R A T I O N - `C' The Tenderer is required to state whether he is a relative of any Director of Indian Oil Corporation or the Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other partners of such a firm or alternately the Tenderer is a private company in which Director of Indian Oil Corporation is a member or Director.
S/N
PARTICULARS DETAILS
1 Name of the Tenderer and his relations with the Director in our Corporation.
2 Name of the Director of the Corporation who is related to the Tenderer.
3 Name of the Director of the Corporation who is a member or a Director of the firm.
Date: Tenderer’s Place: Signature & Seal
DECLARATION – ‘D’ Tenderer is required to state whether they have employed any retired Director and above rank officer of Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.
S/N
PARTICULARS DETAILS
1 Name of the person
2 Post last held in IOC
3 Date of retirement
4 Date of employment in the firm
Date: Tenderer’s Place: Signature & Seal Note:
a. A separate sheet may be attached, if the above is not sufficient. b. Strike out whichever is not applicable. If the tenderer employs any person
subsequent to signing the above declaration and the employee/s so appointed
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 41 of 53
happens to be the near relatives of the Officer/Director of the Corporation/Central/State Governments, the tenderer should submit another declaration furnishing the name/s of such employee/s who is/are related to the officer/s of the Corporation/ Central/ State Governments.
c. List of Directors of IOC Board is attached. ANNEX-9
LIST OF DIRECTORS OF INDIAN OIL CORPORATION LIMITED
1 Shri Sanjiv Singh Chairman Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.
7. Shri Gurmeet Singh Director (Marketing) Indian Oil Corporation Limited (Marketing Division) Indian Oil Bhawan, G-9, Ali Yavar jung Marg, Bandra (East)’ Mumbai - 400051
2. Director (Refineries), Sri B V Rama Gopal Indian Oil Corporation Limited SCOPE Complex, Core 27, Institutional Area, Lodhi Road, New Delhi- 110003.
8. Shri Ajay P. Sawhney Additional Secretary, Ministry of Petroleum & Natural Gas, Shastri Bhavan, New Delhi – 110001.
3. Shri G.K.Satish Director (Planning & Bussiness Development), Indian Oil Corporation Limited Indian Oil Bhawan No.1, Sri Aurobindo marg, Yusuf Sarai, New Delhi – 110016.
9. Shri Ashutosh Jindal Joint Secretary (M), Ministry of Petroleum & Natural Gas, Shastri Bhavan, New Delhi – 110001.
4. Shri A. K. Sharma Director ( Finance) Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.
10. Shri Subroto Bagchi Chairman Mindtree Ltd. Global Village, RCVE post, Mysore Road, Bengaluru - 560059
5. Director (Human Resource) Sri R K Mohapatra Indian Oil Corporation Limited Corporate office, Plot 3079/3, Sadiq Nagar, JB Tito Marg, New Delhi – 110049.
11. Shri Sanjay Kapoor SCO 3, First Floor, Sector 11, Panchkula, Haryana – 134112.
6. Shri Anish Aggarwal Director (Pipelines) Indian Oil Corporation Limited A-1, Udyog Marg, Sector -1, Noida - 201301
12. Shri Parindu K. Bhagat A/F/1, Shapath Tower – IV, Opp. Karnavati Club, Above Central bank, S.G. Highway, Ahmedabad – 380015.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 42 of 53
ANNEX-10
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING (in letter head of bidder)
In the case of a Proprietary concern:
I hereby declare that neither I in my personal name or in the case of my Proprietary concern M/s _________________________________________, which is submitting the accompanying Bid/Tender, nor any other concern in which I am proprietor nor any partnership firm in which I am involved as a Partner, are presently or having during the past three years, been placed on any black list 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 Government or by any other 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 give particulars of blacklisting or holiday listing, and/or inquiry 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 firm or concern presently are or within the past three years have been or has been placed on black list 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 pending any inquiry by Indian Oil corporation Ltd. or any Department of any Government (State, Provincial, Federal or Central) or by any other Public Sector Organization in India or in any other country, in respect of 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 give particulars of black listing or holiday listing, 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 black list 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; and that there is no pending inquiry by Indian Oil corporation Ltd. or any Department of any Government (State, Provincial, Federal or Central) or by any other Public Sector Organization in any country
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 43 of 53
against us or a parent or subsidiary or associate company as aforesaid, in respect of corrupt or fraudulent practice(s), except as indicated below: (Here give particulars of black list or holiday listing, and in absence thereof state “NIL”) It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd., 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 Ltd.
Place : Date :
ANNEX-11
PROFORMA OF TENDER NOT TAMPERED
(TO BE SUBMITTED ON LETTER HEAD OF THE BIDDER DULY SIGNED)
Note: Copy to be uploaded along with tender and original to be submitted during documents verification. Subject: Tender No: ________________________________ due on ___________. I/We _________________________________________________ (Name of Bidder), hereby declare that: • I/We have not tampered or modified the subject tender document in any manner and before uploading, same has been cross-checked with documents hosted on your e-portal https://iocletenders.gov.in. In case, if same is found to be tampered/modified, I/We understand that my/our tender will be summarily rejected and EMD/SD may be forfeited and I am/We are liable to be banned from doing business with and/or prosecuted. • I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a future date, I/We will abide by all the terms and conditions as per all the documents hosted including Addendums/Changes/Corrigendum, on your e-portal related with subject tender. I/We further assure that we agree to all the decisions confirmed in Pre-Bid Conference of the subject tender. Tenderer's Signature & Seal Date: Place:
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 44 of 53
Witness: 1) Name & Address: ____________________________________ ____________________________________ ____________________________________ 2) Name & Address: ____________________________________ ____________________________________ ____________________________________
ANNEX- 12
SAFETY DECLARATION
I/We hereby declare and confirm that;
1. I/we shall strictly adhere to safety standards stipulated in the Safety Practices during construction stipulated in the Oil Industry Safety Directorate (OISD) without exception.
2. I/we shall provide, without any exception, safety helmets & safety shoes to all our employees/workmen/ labourers working at IOC locations (Retail Outlets, Consumer Outlets, Depots, Terminals, AFS’s or any other location not specified here) for the purpose of rendering services to the Corporation under the subject Contract
3. I/ We shall provide, without any exception, Safety Belts to all our workmen/ lobourers working at heights (Including building roof top, canopy roof top etc) for the purpose of rendering services to the Corporation under the subject Contract
4. I/We have read and understood the provisions of Clause 16 of the Special Terms & Conditions of Contract regarding safety at worksites.
5. I/We shall be bound to pay a penalty of Rs. 5000/- for every incident of non-provision of safety shoes/ safety helmet/ safety belts occurring during the pendency of the contract.
6. I/We shall take safe height working permit for working at heights.
7. I/We shall be solely responsible for any accident resulting from unsafe practices or due to non-adherence to safety standard stipulated by the OISD. Any injury / loss of life resulting from the above shall be solely at our risk & cost and we shall bear and pay solely and absolutely all costs, charges and expenses including legal charges incurred in this connection.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 45 of 53
8. That the Corporation is not bound to be responsible, legally or otherwise, for any acts and/or consequences of unsafe practices during execution of works during the pendency of the contract.
9. The person signing this declaration is the authorized signatory. Signature:
Name:
Address:
Date:
ANNEX-13
INDEMNITY BOND UNDERTAKING FOR ESIC (On acceptance of tender, this undertaking shall be submitted on stamp paper of Rs.100) THIS INDEMNITY BOND/ UNDERTAKING executed at ……………………………………………….this………………………………………..day of ……………………………..by M/s. …………………………………….……………………………………………………………………… hereinafter called the “Contractors” (which expression shall mean and include if the context so admits, the partners or partner for the time being of the Firm and their or his respective heirs, executors and administrators; its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated under the Companies Act I of 1956 and having its Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East), Mumbai 400 051, herein after called “the Corporation” (which expression shall include its successors and assigns in law). AND WHERE the Contractors are bound by law to comply with the provisions of various Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract Labour (Regulation and Abolition) Act 1970, Workmens Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of the provisions of various amenities and facilities to the workers under the different labour laws, not only the Contractors but also the Corporation as the principal employer becomes liable for the acts of omissions and commission by the Contractors. IT IS THERFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter:
1. The Contractors hereby undertake to furnish a certificate with regard to the number of labourers employed by them in Corporation / in other organization throughout the
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 46 of 53
country to the Location In Charge of the Corporation where the work is undertaken by the Contractors.
2. The Contractors hereby confirm and state that they are duly registered under
Contract Labour (Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to furnish a certified copy of the requisite Licence obtained by the Contractors from the competent authority to the Corporation’s representative.
3. The Contractors hereby undertake to keep proper record of attendance of his
labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation’s representative the right to countersign the said register if so required by the Corporation. The Contractor shall provide a copy of the pay sheets to the Location In Charge of the Corporation nominated by the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation for supervision of the payment of wages made to the labourers by the Contractors and also confer the right on the Corporation’s representative to supervise the payment of wages to the labourers on the spot whenever required by the Corporation.
4. The Contractors state they are fully aware of the provisions of the ESIC Act, and the rules made thereunder. The Contractors hereby confirm that the said act and the rules made thereunder are not applicable to them since the labourers so far employed were not on continuous basis and that they are exempted from the purview of the said Act and the rules made thereunder and they are therefore not required to obtain a separate Code Number from the Regional ESIC Office.
5. The Contractors hereby undertake and agree that in event of any claim on account of ESIC liabilities arising in future, they shall keep the Corporation duly indemnified against all losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur, suffer or to be put to on that account.
6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceedings which the Corporation may incur, suffer or be put to.
7. The Contractor hereby agree that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the Empanelment documents and the Agreement executed by the Contractors with the Corporation.
8. The Contractor hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representative and shall ensure for the Corporation’s benefit and for the benefit of its successors and assigns.
9. That all question, disputes and differences between the Contractor and the Corporation arising under the bond/undertaking shall be referred to arbitration in the
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 47 of 53
same manner as indicated in the contract to be entered into between the Contractors and the Corporation for the above Tender.
Signature:
Name & Address Seal:
Date:
ANNEX-14
DECLARATION
(On acceptance of tender, this undertaking shall be submitted on stamp paper of Rs. 100/- value) Sub. : Contract/Work Order No.......................................... Dated..………............... We shall
1) Deploy trained and competent employees who are physically fit and are not suffering from any chronic or contagious diseases.
2) Be responsible and liable for payment of salaries, wages and other legal dues of our employees for the purpose of rendering the services required by the Corporation under the above contract and shall maintain proper books of account, records and documents. We shall however as the employer, have the exclusive right to terminate the service of any of our employees and to substitute any person instead.
3) Be responsible and liable for payment of salaries, wages and other legal dues of our
employees for the purpose of rendering the services required by the Corporation under the above contract and shall maintain proper books of account, records and documents. We shall however as the employer, have the exclusive-right to terminate the services of any of our employees and to substitute any person instead.
4) Comply in all respects with the provisions of all statues, rules and regulations
applicable to us and /or to our employees and in particular we shall obtain the requisite license under the Contract Labour (Regulation and abolition) Act 1970 and the rules made there under.
5) Ensure that our employees while on the premises of the Corporation or while carrying out their obligations under the contract, observe the standards of cleanliness, decorum, safety and general discipline laid down by the Corporation or its authorized agents and the Corporation shall be the sole Judge as to whether or not we and/or our employees have observed the same.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 48 of 53
6) Personally and exclusively employ sufficient supervisory personnel exclusively to supervise the work of our employees so as to ensure that the services rendered under this contract are carried out to the satisfaction of the Corporation.
7) Ensure that our employees will not enter or remain on the Corporation's premises
unless absolutely necessary for fulfilling our obligations under the contact.
8) Not do or suffer to be done in or about the premises of the Corporation anything whatsoever which in the opinion of the Corporation may be or become a nuisance or annoyance or danger or which may adversely affect the property, reputation or interest of the Corporation.
9) Not do so suffer to be done in or about the premises of the Corporation any thing
whereby any policy of insurance taken out by the Corporation against loss or damage by fire or otherwise may become void or voidable.
10) Be liable for and make good any damage caused to the Corporation's properties or
premises or any part thereof or to any fixtures or fittings thereof or therein by any act, omission, default or negligence on our part or on the part of our employees or our agents.
11) Indemnify and keep indemnified the Corporation, its officers and employees from and against all claims, demands, actions, suits and proceedings, whatsoever that may be brought or made against the Corporation by or on behalf of any person, body, authority and whatsoever and all duties, penalties, levies, taxes, losses, damages, costs, charges and expenses and all other liabilities of whatsoever nature which the Corporation may now or hereinafter be liable to pay, incur or sustain by virtue of or as a result of the performance or non-performance or observance or non-observance by us of the terms and conditions of the contact. Without prejudice to the Corporation's other rights, the Corporation will be entitled to deduct from any compensation or other dues to us the amount payable by the Corporation as a consequence of any such claims, demands, costs, responsible for death, injury or accidents to out employees which may arise out of or in the course of their duties on or about the Corporation's property is made liable to pay any damages or compensation in respect of such employees, we here by agree to pay to Corporation such damages or compensation upon demand. The Corporation shall also not be responsible or liable for any theft, loss, damages or destruction of any property that belongs to us our employees lying in the Corporation's premises from any cause whatsoever.
12) It is hereby declared that we are, for the purpose of this contract independent
contractors and all persons employed or engaged by us in connection with our obligations under the Contract shall be our employees and not of the Corporation.
13) On the expiration of the contract or any earlier termination thereof, we shall forthwith
remove our employees who are on the Corporation's premises or an part thereof failing which, our employees, agents, servants etc. shall be deemed to be trespassers and on their failure to leave the Corporation's premises, the Corporation shall be entitled to remove all persons concerned (if necessary use of force) from the Corporation’s premises and also to prevent them (if necessary by use of force) from entering upon the Corporation's premises.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 49 of 53
14) We hereby undertake and declare that, in the event the workmen / employees / person engaged by us ("the Contractors' employees") to carry out the purpose hereof, attempt to claim employment with the Corporation or attempt to be declared as employees of the Corporation or attempt to become so placed, then in all such cases, we shall assist the Corporation in defending all such attempts of the Contractor's employees AND we shall bear and pay solely and absolutely all costs, charges and expenses including legal charges incurred or which may be incurred in defending all such attempt and in any appeal or appeals filed by the Corporation therein or relating thereto AND we hereby indemnify forever the Corporation against all such costs, charges and expense including legal charges and against all and any loss, expenses or damages whether recurring or not, financial or otherwise, caused to or incurred by the Corporation; as a result of such attempt by the Contractors' employees.
15) It is hereby agreed that the Corporation shall be entitled to set off any debt or sum
payable by us either directly or as a result of vicarious of vicarious liability to the Corporation against any monies payable or due from the Corporation to us against any monies lying or remaining with the Corporation and belonging to us or any of our partners or directors.
Contractor's Signature Or Authorized Attorney To be witnessed by Notary
ANNEX-15
UNDERTAKING FOR NON·ENGAGEMENT OF CHILD LABOUR (on letter head of bidder)
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.
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 50 of 53
c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour laws, 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 /c above or in any other form, such as to put my/our reliability or credibility in question, the Owner is entitled to disqualify us from the Tender process or terminate the Contract, if already executed or exclude me / us from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by the Owner. Such exclusion may be for a period of 1 year to 3 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. Place: Date: Signature of Bidder: Name of Signatory :
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 51 of 53
ANNEX-16 FORM OF CONTRACT
(On stamp paper of Rs. 100/-)
(To be executed on award of the work)
THIS CONTRACT made at Guwahati this ___________ day of __________2019 BETWEEN INDIAN OIL CORPORATION LTD., a Government of India Undertaking registered in India under the Indian Companies Act 1956, having its registered office at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051 and the Headquarters at G-9, Ali Yavar Jung Marg, Bandra (East), Bombay- 400 051 Mumbai and its Indian Oil AOD State Offfice at Indian Oil Bhawan, Sector-III, , Noonmati, Guwahati-781020, Assam (hereinafter referred to as the "OWNER" which expression shall include its successors and assigns) of the One Part; AND _____________ carrying on business in sole proprietorship/ carrying on business in partnership under the name and style of ______________________ a Company registered in India under the Indian Companies Act, 1913/ 1956 having its registered office at _______________________ (hereinafter referred to/ as collectively referred to as the "Contractor" which expression shall include his/ their/ its executors, administrators, representatives and permitted assigns/ successors and permitted assign) of the other part:
WHEREAS
The OWNER desires to have executed the work of _______________________________ more specifically mentioned and described in the contract documents (hereinafter called the 'work' which expression shall include all amendments therein and/ or modifications thereof) and has accepted the tender of the CONTRACTOR for the said work.
NOW, THEREFORE THIS CONTRACT WITNESSETH as follows:
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
(a) This contract; (b) Tender documents as defined in the General Instructions to Tenderers; (c) Letter of Acceptance of Tender along with Fax/ Telegram of Intent. 1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
been collectively marked Annexure 'A' while a copy of the letter of Acceptance of Tender along with annexures thereto and a copy of Fax/Telegram of Intent dated ________ are annexed hereto and said copies have been collectively marked as Annexure 'B".
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 52 of 53
ARTICLE – 2
Work to Be Performed 2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the
item specified in the Contract documents,
ARTICLE – 3
Compensation 3.1 Subject to and upon the terms and conditions contained in the Contract documents,
the OWNER shall pay CONTRACTOR compensation as specified in the Contract documents upon the satisfactory completion of the work and/ or otherwise as may be specified in the Contract documents.
ARTICLE – 4
Jurisdiction 4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceedings arising out of or relative to the contract (including any arbitration in terms thereof) shall lie only in the court of competent civil jurisdiction in this behalf at ________ (where this Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any such action(s) and/ or proceeding(s) to the exclusion of all other Courts.
ARTICLE – 5
Entire Contract 5.1 The Contract documents mentioned in Article - I hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract they do not rely upon any previous representation, whether express or implied and whether written or oral, or any inducement, understanding or agreements of any kind not included within the Contract documents and all prior negotiations, representations, contacts and/ or agreements and understandings relative to the work are hereby cancelled.
ARTICLE – 6
Notices 6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order
or communication sought to be served by the CONTRACTOR on the OWNER with reference to the Contract shall be deemed to have been sufficiently served upon the
Indian Oil
Tender No: IOAOD/ENGG/18-19/LT/06
TITLE: : Supply, Installation, Commissioning of water ATM at Mohanbari, District: Dibrugarh, Assam
Page 53 of 53
OWNER (notwithstanding any enabling provisions under any law to the contrary) only if delivered by hand or by Registered Acknowledgment Due Post to the Engineer in- Charge as defined in the General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract
Documents or otherwise available to the OWNER, any notice, order or other communication sought to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed to have been sufficiently served if delivered by hand or through Registered Post Acknowledgement Due to the principal office of the CONTRACTOR at ___________________ or to the CONTRACTOR's representatives as referred to in the General Conditions of Contract forming part of the Contract Documents.
ARTICLE-7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be a waiver of such right, remedy, obligation or liability, as the case may be, by the OWNER and notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right, remedy, obligation or liability, as the case may be.
ARTICLE-8
Non-Assignability
8.1 The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and shall not on any account be assignable or transferable by the CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the place, day and year first above written SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD. by..........................................
in the presence of 1. 2. SIGNED AND DELIVERED for and on behalf of .......................................... (CONTRACTOR) by.......................................... (this day of _____________ 20___) in the presence of 1. 2.