Professional Documents
Culture Documents
Tender No.:
RPNC101658
SECTION-I
INSTRUCTIONS
A: Documents of this section are to be downloaded and uploaded using digital signature
(as a token of acceptance)
B: Bidders are advised not to make any changes/noting/comments in this section.
C: Any comment made in this section will not be taken into consideration
whileevaluation.
D: All comments/noting/deviations/exceptions, if any, may be recorded in exception and
deviation format (Annexure A) of section-II.
Warning:
RPNC101658
DESCRIPTION
NO. OF PAGES
PREAMBLE TO SOR
SCHEDULE OF RATE
INSTRUCTIONS TO TENDERERS
ADDENDUM/AMENDMENT TO GCC/SCC
ERRATA TO SCC
10
11
12
13
14
15
16
17
18
TENDER CONDITIONS FOR BENEFITS / PREFERENCE FOR MICRO & SMALL ENTERPRISES
(MSES) (ANNEXURE -L).
19
SCOPE OF SUPPLY
20
TIME SCHEDULE
21
SCOPE OF WORK
22
23
17
24
18
25
167
RPNC101658
RPNC101658
RPNC101658
RPNC101658
RPNC101658
INSTRUCTIONS TO TENDERERS
1.0 GENERAL
In addition to the General Instructions to the Tenderers forming part of the printed General Conditions
of Contract, the following instructions are issued to the tenderers:
1.1 Bidders to note that IOCL reserves the right to reject the offer without stating any reason in case
of suomoto price reduction/discount is offered after opening of price bid. As such bidders are
advised to quote their best competitive price at very first instance.
Note: In case of Earnest Money Deposit is being furnished in the form of the Bank Guarantee (BG),
when required EMD amount is more than Rs. 1.00 Lac (Rupees One Lac), the same may be
furnished in the format provided on Page Nos. 100 to 102 of General Conditions of Contract
from any scheduled bank of India on a stamp paper of Rs.100/- and valid for a period not less
than 12 (Twelve) months from the date of opening of tender. The bank Account No. of
contractor and IFSC Code of the issuing branch is also to be provided along with the BG.
Bank Guarantees issued by Scheduled Banks in India (As appearing in the Second Scheduled
to the RBI Act 1934) shall only be accepted. Bank Guarantee issued by a bank which is not a
scheduled bank, will not to be accepted unless the same in COUNTER GUARANTEED by any
scheduled bank in India. Merely counter signing/ forwarding of such BGs by any scheduled
bank in India is NOT sufficient, it must be counter guaranteed. In case of BGs issued by
foreign branches /foreign offices of such scheduled banks, the same will have to be counter
guaranteed by the Indian branch of any scheduled bank in India.
2.3 IOCL reserve the right to cancel the tender in part or full / extend the due date of Tender
Submission etc. without assigning any reason & allow Preference to PSUs /MSEs/ NSIC / IOCL
JVs etc. as per applicable Govt. / Company policy.
2.4 Bidders are to quote their most competitive rates. Negotiations will not be conducted with the
bidders as a matter of routine. However, Corporation reserves the right to conduct negotiations.
2.5 Legal dispute, if any, shall only be within the jurisdiction of Local Court situated at Panipat
(Haryana)
2.6 Use of white/ erasing fluid for correcting the rates is banned. Wherever the rates are corrected
with white/ erasing fluid, the bids will be summarily rejected.
2.7 Tenders shall be Uploaded in the following manner:
(i)
Unpriced bid:
RPNC101658
1.3 Completion certificate in case of ARCs running under extension is to be obtained from
EIC as per attached Format (Annexure-J) of tender document
1.4 The Tender document shall be downloaded and uploaded using digital signature as token
of acceptance other than recorded in deviation statement.
Section 2: The following documents mentioned are to be printed, duly filled wherever required
and scanned copies of the same are to be uploaded using digital signature.
(1) Checklist.
(2) Exception & Deviation Format (Annexure A).
(3) Declaration of GCC/SCC.
(4) Performa of Black Listing/Holiday listing (Annexure B).
(5) Loss Performance Report of Contractor (Annexure C).
(6) Consent Letter Format for E-Payment (Annexure D).
Vendor Documents: Scanned Copies of Vendors documents are to be uploaded as per Checklist.
3.1
3.2
3.3
All the documents are to be serially numbered before scanning and uploading using
digital signature.
The page number is to be entered in the column of Checklist enclosed in Section-2.
Procedure for Uploading of documents.
3.3.1 Bidders are allowed to upload maximum 3 nos. completed order of suitable value
matching with similar nature of work defined in NIT along with SOR and Completion
Certificate indicating executed value.
3.3.2 If single work order meets NIT Criteria, bidder need to upload the same document in all
balance two locations as system will not allow saving of empty locations.
3.3.3 Bidders are required to upload, ITR, ATO & PF at relevant location specified for the
same in the system.
3.3.4 The documents uploaded at irrelevant location may not be evaluated and may lead to
rejection of tenders.
Scanned copy of the DD / BG/NSIC/ Micro and Small Enterprises (MSEs) certificate shall be uploaded
along with the Tender.
The original EMD DD / BG shall be submitted / delivered in person or sent by post so as to reach the
Tender Inviting Authority up to stipulated date & time of Bid Submission without which Tender will be
rejected.
In case the Tenderer wishes to take any deviation or exceptions to this tender, he shall fill in the same,
strictly in the format: Exceptions & Deviations (Annexure A) provided in the tender and upload the
same.
EXCEPTIONS/ DEVIATIONS MENTIONED ANYWHERE ELSE WILL NOT BE TAKEN INTO
COGNIZANCE.
Except as provided below with reference to PART-II, this part shall contain all the documents required
to be submitted with the tender.
(ii)
Priced Bid:
This part shall contain Schedule of Rates duly filled strictly as per attached format of tender. No other
format will be acceptable and offer will be summarily rejected.
RPNC101658
SUPPLEMENTARY INSTRUCTIONS TO TENDERERS
Tenderers to note:
1. That in the eventuality of award of work, the Contractor shall not be entitled to
receive any payments from the Corporation unless the Contractor either furnishes
its Permanent Account Number or a declaration under section 197A to the
Corporation with its first running account bill.
2. Vendors / Contractors shall submit proper vatable tax invoices, as per VAT Act, to
enable IOCL to take full input tax credit, under VAT Act, if applicable.
Our T.I.N. No.06832611272.
3. The bidders have to quote their rates/ price inclusive of all taxes and duties
(if applicable) except Service Tax.
4. Service Tax, if applicable as per service tax act up to contractual completion
date, will be reimbursed extra at the rates applicable to bidder for providing
services under this contract against the invoice suitable for claiming input tax
credit.
5. Health and medical fitness of workers:
a. Contractor has to submit fitness certificate of each contract worker to EIC as per
enclosed format Annexure-K of tender, before assigning any job.
b. Minimum frequency of health checkup for workers working in hazardous area
should be annual in general and half yearly for working in Benzene environment
or as directed by EIC.
c. Production of fitness certificate does not relieve the contractor of any of his
responsibility in respect of workers engaged by him.
6. Vendor to note that all correspondence in regard to this tender shall be done on
the registered e-mail address provided by the party.
RPNC101658
1 of 6 Pages
RPNC101658
2 of 6 Pages
Ref. Page
No.
Clause
No.
64 of
8.3.1.0
Conventional
GCC & . of
LSTK GCC
Subject
Amendments
RPNC101658
3 of 6 Pages
Sr. Section
No.
2.
Ref. Page
No.
Clause
No.
64 of
Conventional
GCC & . of
LSTK GCC
8.3.2.0
Subject
Amendments
RPNC101658
4 of 6 Pages
Sr. Section
No.
Ref. Page
No.
Clause
No.
Subject
Amendments
65 of
Conventional
GCC & . of
LSTK GCC
RPNC101658
5 of 6 Pages
Sr. Section
No.
4
-
Ref. Page
No.
82 of GCC
Clause
No.
4.17
Subject
Amendments
Past
Replace entire clause with the following:
Experience The tenderer shall enclose documents to
show that he has previous experience in
having successfully completed in the recent
past works of similar nature together with the
name of the OWNER, location, sites and
value of contract in the format annexed to the
form of tender. It shall be the responsibility of
the tenderers to fill complete, correct and
accurate information in line with the
requirements/stipulations of the tender
document, regarding their past experience
and other information required to facilitate due
evaluation/ consideration of their tenders.
RPNC101658
Sr.
No.
Section
Ref. Page
No.
Clause
No.
Subject
Amendments
5.
--
83 of GCC
4.20
INSTRUCTION
TO
TENDERERS
RPNC101658
ERRATA TO SCC
GCC clauses referred in the SCC are changed in view of the amendment in GCC. So
the provisions under the GCC clauses referred in SCC shall be as per the relevant
clauses of GCC amended in January 2003.
RPNC101658
PANIPAT REFINERY
PANIPAT
INTEGRATED POLICY ON
TPM, QUALITY, SAFETY, HEALTH & ENVIRONMENT (TQSHE)
We are committed to:1. Customers' Delight by meeting & exceeding their requirements & expectations.
2. Commitment to health and Safety of people including prevention of injury and ill
health.
3. Environment Protection by minimizing pollution and optimising the use of
natural resources.
4. Compliance of all Statutory & regulatory requirements.
5. Continual Improvement to maximize wealth creation through Teamwork,
Innovation, Technology, Skill and Competence.
6. Spreading awarenesson TQSHE among employees, contractors and interested
parties.
7. Strive to eliminate every type of loss by implementing TPM Methodology.
8. Reducing direct and indirect emissions of greenhouse gases in the
atmosphere for sustainable development.
RPNC101658
ANNEXURE E
Place
Date.
Signature of Bidder
Name of Signatory
RPNC101658
ANNEXURE F
Initial Mobilization
i) For works costing upto 15 lacs
Performance of work
i) Submission of progressschedule identifying 5
important milestones.
ii) Milestones achieved as per
original progress schedule (Ro)
2) Unskilled
a)
b)
c)
a)
b)
c)
a)
b)
c)
Marks
8
4
(-)4
8
4
(-)4
8
4
(-)4
4
2
1
(-)2
10
10
8
a)
b)
c)
d)
a)
b)
c)
d)
a)
b)
c)
8
6
3
0
8
6
3
0
10
8
5
Adequate as per R0
Adequate as per R1
Adequate as per R2
Just adequate
Adequate as per R0
Adequate as per R1
Adequate as per R2
Just adequate
Adequate as per R0
Adequate as per R1
Adequate as per R2
6
0
Give marks
as
Applicable
RPNC101658
Sub-letting of work
10 Statutory Requirement
d) Just adequate
a) Sound health
b) Satisfactorily maintained
c) Poorly maintained
0
5
2
0
8
3
6
2
a) Excellent
b) Good
a) Maintaining very good line & level
b) just enough line & level
a) Within 7 days
b) within 15 days
c) After 15 days
a) With deptt. approval
b) Without deptt. approval if noticed
a) Within 10 days of information as per
LOI
b) After 10 days of LOI
a) Full Co-operation with deptt.
b) Partial co-operation
a) Adherence to safety norms
b) Per violation of safety norm
a)Adherence as per schedule
b) Not as per schedule
Total
5
3
5
2
5
3
(-)5
0
(-)15
5
0
5
2
5
(-)2
3
0
100
CONTRACTOR PERFORMANCE:
A) UNSATISFACTORY < 45
B) SATISFACTORY => 45 BUT < 60
C) GOOD => 60 BUT < 75
D) EXCELLENT > 75
SITE ENGINEER
ENGINEER IN CHARGE
HOD
RPNC101658
ANNEXURE G
RPNC101658
ANNEXURE H
(To be typed on Contractors Letter Head)
Indian Oil Corporation Limited
PNC Panipat Refinery
Dear Sir,
REF
RPNC101658
ANNEXURE I
DECLARATION / UNDERTAKING
Contract No. ________________________at _______________________
Name of Employer: M/s. _______________________________________
(M/s. of Indian Oil Corporation Ltd.)
We, the undersigned employee (s) of the above named employer and his establishment
do hereby undertake that if the Gate Pass (es) applied for in the accompanying
application of the above named employer is / are issued to me / us. I/We shall:
i)
ii)
iii)
iv)
v)
vi)
vii)
Duly and faithfully observe all safety and other regulations applicable to the
Refinery to which the gate Pass (es) relate (s).
Not anywise do any act or omission that can cause any fire or other hazard or
loss or damage to any property or harm or injury to any person within the said
premises.
Not indulge in any act or activity except such activities as necessary and in the
ordinary course of my duties assigned to me/ us by my / our employer abovenamed.
Not make any claim against Indian Oil Corporation Ltd. for any loss damage or
injury to me / us while in the premises
Not make any claim against Indian Oil Corporation Ltd. employment,
compensation, absorption or otherwise.
I shall not claim any right for issuance of Gate Pass if it is found during the
course of antecedent verification that there is adverse remarks against by the
District / Police authorities and / or any criminal case is pending against me or
I have been convicted for any criminal offence by any or of law either before
taking up employment or after getting employment with the present employer.
Not use the Gate Pass for any purpose other than for entry into designated
premises for the bonafide performance of such duties as be assigned to me /
us by our aforesaid employer.
RPNC101658
(Annexure -J)
Description
Details to be filled
Name of Work
Date of Commencement
Contractual Completion
Date
The above details have to be duly certified by EIC/ WO Issuing Company with signature
and seal/stamp.
RPNC101658
(Annexure- K)
History:
~
~
~
~
Past Exposure :
Past illness :
Past Accident :
Past Operation :
CVS :
Chest :
Abdomen :
CNS :
Pulse :
- Height :
- Weight :
- Anemia :
- BP :
Investigation:
Hb%:
TLC :
Blood Group & Rh Typing :
Urine - R/E :
Stool R/E :
DLC :
M/E :
M/E :
Platelets :
RBS :
PBF :
Remarks: FIT/UNFIT
(Signature)
DOCTORs NAME
Registration No.
RPNC101658
(ANNEXURE-L)
Tender Conditions for Benefits / preference for Micro & Small Enterprises (MSEs)
I. As Per Public procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012
issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium
Enterprises of Govt. of India, MSEs must be registered with any of the following in order to
avail the benefits/preference available vide Public Procurement Policy MSEs Order,2012
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f.
MSEs participating in the tender must submit the certificate of registration with any one of
the above agencies indicating the details of the particular tendered item along with their
bid.
III.
The registration certificate issued from any one of the above agencies must be valid as
on close date of the tender. The successful bidder should ensure that the same is valid
till the end of the contract period.
IV.
The MSEs who have applied for registration or renewal of registration with any of the
above agencies/bodies, but have not obtained the valid certificate as on close date of the
tender, are not eligible for exemption/preference.
V.
The MSEs registered with above mentioned agencies/bodies are exempted from
payment of Earnest Money Deposit (EMD).
VI.
Price Preference - Subject to meeting terms and conditions stated in the tender
document including but not limiting to prequalification criteria, twenty percent of the total
quantity of the tender is earmarked for MSEs registered with above mentioned
agencies/bodies for the tendered item. Where the tendered quantity can be split,MSEs
quoting a price within a price band of L1+15 percent shall be allowed to supply up to 20
percent of total tendered quantity provided they match L1 price. In case the tendered
quantity cannot be Split, MSE shall be allowed to supply total tendered quantity provided
their quoted price is within a price band of L1+15 percent and they match the L1 price. In
case of more than one such MSEs are in the price band of L1+15% and matches the L1
price, the supply may be shared proportionately.
RPNC101658
(ANNEXURE-L)
For Further clarity in this regard a table is furnished below:
Type of Tender
Can be split
L1
Can be split
Cannot be split
L1
Cannot be split
VII. Out of the twenty percent target of annual procurement from micro and small enterprises
four percent shall be earmarked for procurement from micro and small enterprises owned
by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such
MSEs to participate in the tender process or meet the tender requirements and L1 price
four percent sub-target so earmarked shall be met from other MSEs.
VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District
Authority must be submitted by the bidder in addition to certificate of registration with any
one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to
furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is
owned by SC/ST. MSE owned by SC/ST is defined as:
a. In case of proprietary MSE, proprietor (s) shall be SC/ST
b. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares
in the enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST
promoters.
RPNC101658
SCOPE OF SUPPLY
PART-A
SCOPE OF OWNERS SUPPLY
Owner will issue the following materials as free of charge from owner's store or
from any other specified location within the Refinery premises:
1. Plates
(CS), Pipe/ Pipe fittings
Packings,Gaskets, Studs,Rustolene etc.
(CS),Structural
Materials,
Gland
RPNC101658
TIME SCHEDULE
Name of Work
Time of Completion
Lining up agency for attending Steam *01 (one) year reckoned from the
Leakage jobs in Power plant, Offsite, date of issue of LOA/FOA/date of
ETP and utility unit.
handing over of work at site.
*Extension of contract: The contract shall be valid for 12 months. However, in case the
services are found satisfactory at the end of contract period, Owner at their discretion may
extend the contract for 12 months or part thereof at same rate and terms and conditions.
RPNC101658
SCOPE OF WORK
Scope of work shall be in general but not limited to the following:
Name of Work: - Lining up agency for attending Steam Leakage jobs in Power
plant, Offsite, ETP and utility unit.
Outline scope of work shall be as given in the SOR (Schedule of Rates) and
any other section of the tender document.
However, the Contractor shall be responsible to complete the entire work as per
schedule of rates, technical description, drawings etc in all respects and any other
job necessary to complete the work though specifically may not be covered in the
scope of work.
Digital Signature of the Tenderer
RPNC101658
The Contractor shall be liable to engage only those welders, who are qualified and
holders of valid certificate, issued by Inspection Department of any of the IOCL
Refineries. In other words, the Contractor shall minimize time in getting his
welders tested and qualified after mobilization at site.
2.
It shall be noted that the Contractor has to execute all the piping under the
inspection of Inspection Department of Panipat Naptha Cracker. No inspection by
any external body/agency shall be involved.
3.
Contractor has to execute the job at multiple locations (minimum Two hot gang)
simultaneously; however engineer-in- charge may ask to mobilize at more than
Two locations at a time as per need of the job or in case of emergency for which
normally one week notice would be given in advance.
4.
5.
The contractor shall arrange to obtain insurance coverage for the working people
and contractor has to adhere to the latest prevailing statutory laws & guidelines of
IOCL, HR Department.
6.
If required, the contractor has to carry out the job on round the clock basis and on
Sundays & Holidays as per the requirement without any extra compensation/claim
as per direction of EIC.
7.
Contactor is to take care of all statutory requirement like labor laws, provident
fund, gratuity, insurance coverage, medical benefits, welfare, weekly offs,
holiday's etc. for their workmen to ensure uninterrupted services for maintenance
of units throughout the year.
8.
In case of contractor's failure to carry out of work to the satisfaction of Engineerin-charge, the Corporation has every right to get the work done by other agency
and recover all the charges incurred in hiring the other agency and any other
consequential losses.
9.
All safety precautions shall be ensured while doing the job as per safety rules and
regulations.
10. As job is scattered all around in the Naphtha Cracker premises, to meet all safety
norms contractor has to engage an independent safety supervisor.
11. The quoted rate shall include transportation cost of free issue material from
owner's store / storage point to work site.
12. No compensation shall be made by the owner for any damage done by rain or
traffic during the execution of the work.
RPNC101658
13. Any materials /accessories / fittings etc. which may not be specifically mentioned
in the description of items but which are normally used , necessary are to be
provided by the contractor without any extra cost to owner / consultant and the
work must be completed in all respects.
14. The supply / procurement of all materials, required for the job, shall be the
responsibility of the contractor unless otherwise stated in the "schedule of rates"
and elsewhere in the tender document. The quality of the materials procured by
the contractor shall be subject to the approval of engineer- in- charge or his
authorised representative before the materials are allowed to be used in the
works.
Note: - All the above mentioned conditions of contract shall be read in conjunction
with the GCC, SCC and specification and any other document forming part of the
contractor.
Digital Signature of the Tenderer