You are on page 1of 32

RPNC101658

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)

PANIPAT NAPHTHA CRACKER


PANIPAT
Tender Document
For

Lining up agency for attending Steam Leakage jobs in


Power plant, Offsite, ETP and utility unit.

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:

Bidders to note that non-submission or Partial submission of


declarations of Section-II may lead to rejection of their offer without any further
communication.

This Tender Document consists of three parts:


Section-I + Section-II+ Price Part

RPNC101658

INDIAN OIL CORPORATION LIMITED


PANIPAT NAPHTHA CRACKER
INDEX

TENDER DOCUMENT SECTION-I


Name of work:Lining up agency for attending Steam Leakage jobs in Power plant,
Offsite, ETP and utility unit.
Sr. NO.

DESCRIPTION

NO. OF PAGES

SPECIALINSTRUCTIONS TO THE BIDDER FOR PARTICIPATING IN E-TENDER

NOTICE INVITING TENDER

LETTER INVITING TENDER

PREAMBLE TO SOR

SCHEDULE OF RATE

INSTRUCTIONS TO TENDERERS

SUPPLEMENTARY INSTRUCTIONS TO TENDERERS

ADDENDUM/AMENDMENT TO GCC/SCC

ERRATA TO SCC

10

INTEGRATED POLICY ON TPM, QUALITY, SAFETY, HEALTH & ENVIRONMENT OF PANIPAT


REFINERY

11

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR(ANNEXURE E)

12

PERFORMANCE REPORT OF CONTRACTOR(ANNEXURE F)

13

INSTRUCTIONS TO CONTRACTOR FOR COMPLIANCE OF SAFETY BRIEFING(ANNEXURE- G)

14

ISSUE OF GATE PASS (ANNEXURE- H)

15

DECLARATION / UNDERTAKING (ANNEXURE- I)

16

FORMAT FOR CERTIFICATION OF CONTRACTUAL COMPLETION FOR ARCS RUNNING UNDER


EXTENSION (ANNEXURE -J).

17

MEDICAL EXAMINATION FORM FOR CONTRACT WORKERS (ANNEXURE -K)

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

ADDITIONALSPECIAL TERMS & CONDITIONS OF CONTRACT

23

*SPECIAL CONDITIONS OF CONTRACT-PANIPAT REFINERY

17

24

*PANIPAT REFINERY-SPECIALS CONDITIONS ON SAFETY REGULATIONS AND ENVIRONMENT


MANAGEMENT SYSTEM

18

25

*GENERAL CONDITIONS OF CONTRACT BOOKLET

167

* TO BE DOWNLOADED FROM STANDARD


DOCUMENTS SECTION OF WEBSITE
www.indianoiltenders.com

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.

2.0 SUBMISSION OF TENDER


2.1Bidder who has not downloaded the tender from IOCL official website (http://iocletenders.gov.in)
should note that:
a. IOCL does not take any responsibility for the correctness of tender documents obtained from any
other source.
b. Bidders are advised to visit above mentioned website before submitting their offer for official
version of the tender document including any corrigendum / amendment if any, which shall be
binding to all the bidders.
c. Failure of bidder to submit tender without taking cognizance of corrigendum / amendment (if any)
issued by IOCL are liable for rejection.
2.2 The tender complete in all respect shall be uploaded along with scanned copy of DD/BG/NSIC/ Micro
and Small Enterprises (MSEs) certificate towards Earnest Money as stipulated in the Notice/Letter
Inviting Tender only. Tenders without Earnest Money Deposit will be rejected.

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:

Section 1: Tender document.


1.1 This part shall contain original Tender Document consisting of Schedule of rates (without
Price).
1.2 All covering letter and information required shall be uploaded.

Digital Signature of the Tenderer

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.

Digital Signature of the Tenderer

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.

Digital Signature of the Tenderer

RPNC101658
1 of 6 Pages

ADDENDUM/ AMENDMENT TO GENERAL CONDITIONS OF CONTRACT &


SPECIAL CONDITIONS OF CONTRACT
(A) SAFETY PRACTICES DURING CONSTRUCTION
Contractor to ensure adherence to safety systems & procedures in force. Their
Non-compliance will attract the following penalty:
1. Violation of applicable Safety, Health & Environment related norm, a penalty of
Rs.5, 000/- per occasion shall be levied.
2. Violation as above resulting in:
Any physical injury, a penalty of 0.5% of the contract value (maximum value of
Rs. 2, 00, 000/-) per injury in addition to Rs.5, 000/- as in item no.1.
-

Fatal accident, a penalty of 1% of contract value (maximum Rs.10,00,000/-) per


fatality in addition to Rs.5,000/- as in item no.1.

Contractor to take appropriate Insurance Policy to cover the above requirements.


The aforesaid Penalty Clause is over and above the applicable statutory
requirements.
The following clauses of GCC stand modified as under :
(B)TAXES
Clause No.8.1.1.0
The CONTRACTOR shall be exclusively liable for the payment of any and all taxes,
duties, levies, etc now in force increased or modified in respect of any work done and
/ or materials supplied and for the payment of all contributions and taxes for
unemployment compensation, Insurance and old age pension and annuity imposed
by the Central and State Government or any authority with respect to or covered by
the wages, salaries or other compensations paid to persons employed or engaged by
the CONTRACTOR and doth hereby undertake to indemnify and keep indemnified
the OWNER from and against the same and all claims, actions, demands and
payments whatsoever against the OWNER howsoever arising there from or in
connection therewith. However, any new taxes, duties, levies, etc. imposed by
the Central or State Government subsequent to the submission of the bid shall
be reimbursed.
(C) SCHEDULE OF RATES
Clause No.6.3.3.0
The rates stated in the Schedule of Rates shall not be subject to escalation or
increase on any account whatsoever, other than new taxes, duties, levies etc
imposed by Central or State Government subsequent to submission of the bid.

Digital Signature of the Tenderer

RPNC101658
2 of 6 Pages

(D) LABOUR LAWS & REGULATIONS, PAST EXPERIENCEAND INSTRUCTIONS TO


TENDERERS:
Sr. Section
No.
1.

Ref. Page
No.

Clause
No.

64 of
8.3.1.0
Conventional
GCC & . of
LSTK GCC

Subject

Amendments

Replace the entire sub clause


LABOUR
no.8.3.1.0 with the following:
LAWS AND
CONTRACTOR
shall
be
REGULATIONS The
responsible for strict compliance of
and shall ensure strict compliance by
its sub-contractors, servants and
agents of all laws, rules or regulations
having the force of law affecting the
relationship of employer and employee
between the CONTRACTOR/Subcontractors and their respective
employees
and/or
otherwise
concerning labour, social welfare and
provident fund, pension, bonus,
gratuity and other benefits to
employees. Without prejudice to the
generality of this provision, the
CONTRACTOR shall comply with and
ensure that his sub-contractors and
other agencies employed by him
comply with the provisions of the
Payment of Wages Act 1936,
Minimum Wages Act-1948, Employers
Liability
Act-1938,
Workmens
Compensation Act-1923, Industrial
Disputes Act-1947, Maternity Benefit
Act-1961, Mines Act-1952, The Child
Labour (Prohibition & Regulation)
Act-1986,Contract Labour (Abolition &
Regulation) Act-1970, Payment of
Bonus Act, Gratuity Act, Factories Act
and the Employees Provident Fund
and Miscellaneous Provisions Act1952 as amended from time to time
and all rules, regulations and schemes
framed there under from time to time.
Digital Signature of the Tenderer

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

Replace the entire sub clause


LABOUR
no.8.3.2.0 with the following:
LAWS AND
REGULATIONS The contractor and sub-contractor(s)
of the CONTRACTOR shall obtain
from the authority(ies) designated in
this behalf under any applicable law,
rule or regulation (including but not
limited to) the Factories Act and
Labour (Abolition and Regulation) Act1970 (in so far as applicable) any and
all
such
license(s),
consent(s),
registration(s)
and/or
other
authorization(s) as shall from time to
time be or become necessary for or
relative to the execution of the work or
any part or portion thereof or the
storage or supply of any material(s) or
otherwise in connection with the
performance of the Contract and shall
at all times observe and ensure due
observance by the sub-contractors,
servants and agents of all terms &
conditions of the said license(s),
consent(s), regulation(s) and other
authorization(s) and laws, rules and
regulations applicable thereto Without
prejudice to the generality of this
provision, the CONTRACTOR shall
obtain and ensure that his subcontractors and other agencies
employed by him on the Work, obtain
a valid License under the Contract
Labour (Regulation & Abolition) Act1970 and shall duly and faithfully
observe and comply with the
provisions ofThe Child Labour
(Prohibition & Regulation) Act-1986,

Digital Signature of the Tenderer

RPNC101658
4 of 6 Pages

Sr. Section
No.

Ref. Page
No.

Clause
No.

Subject

Amendments

Contract Labour (Regulation and


Abolition) Central Rules-1971 and
other Central and State Rules as
amended from time to time and
applicable to the work and shall duly,
promptly and faithfully maintain and/or
cause to be maintained all records and
facilities required be maintaining
and/or providing in terms thereof or
any license granted there under.
3.

65 of
Conventional
GCC & . of
LSTK GCC

8.3.9.0 LABOUR LAWS


AND
REGULATIONS

Replace the entire sub clause


no.8.3.9.0 with the following:
The CONTRACTOR shall indemnify
and keep indemnified the OWNER
from and against all actions, claims,
demands and liabilities whatsoever
under and in respect of the breach of
any of the provisions hereof and/or
against any claim, action or demand
by any workman/employee of the
CONTRACTOR or any sub-contractor
and/or from any liability anywise to any
sub-contractor under any law, rules or
regulation having the force of law
including (but not limited to) claims
against the OWNER under the
Workmens compensation Act-1923,
the Employees Provident Funds and
Miscellaneous Provisions Act-1952,
the Employees State Insurance Act1948, the Contract Labour (Abolition &
Regulation)
Act-1970,
and/orThe
Child Labour
(Prohibition &
Regulation) Act-1986.

Digital Signature of the Tenderer

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.

If any information given by the Bidder/


Tenderer is found to be incorrect in any
particular considered by the OWNER to be
relevant for the evaluation of the bid/tender,
or is found by the OWNER to misrepresent
facts, or if any of the documents submitted by
the Bidder/Tenderer in support of or relevant
to the bid/tender is found by the owner to be
forged, false or fabricated, the OWNER may
reject the bid, and without prejudice to any
other right(s) of action or remedy available to
the Owner, the owner may forfeit the Earnest
Money given by the bidder in the form of
Earnest Money Deposit or Bank Guarantee in
lieu of Earnest Money Deposit in order to
compensate the OWNER for the expenses
incurred by it in considering the bid (and not
by way of penalty) and take action for putting
the Bidder/Tenderer on holiday list for such
period as the OWNER in this behalf considers
warranted
and/or
to
remove
the
bidder/Tenderer from the approved list of
vendors/contractors. If prior to discovery of
incorrect information, misrepresentation or
false, forged or fabricated document(s) the
bid/ tender has resulted in a contract, the
contract shall be liable to be terminated by the
OWNER pursuant to the provisions of Clause
7.0.1.0 of the General Conditions of Contract
with the consequences of termination as
provided in Section 7 of the General
Conditions of Contract.
Digital Signature of the Tenderer

RPNC101658
Sr.
No.

Section

Ref. Page
No.

Clause
No.

Subject

Amendments

5.

--

83 of GCC

4.20

INSTRUCTION
TO
TENDERERS

Add sub clause 4.20(c) as:


Each tenderer / bidder shall give a
Declaration in the prescribed format
annexed to the Form of Tender that
he/it/they is/are not engaging child
labour as per the applicable law in their
work and undertake to comply with all
various legislation, as may be
applicable from time to time in case the
work is awarded to them.
6 of 6 Pages

Digital Signature of the Tenderer

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.

Digital Signature of the Tenderer

RPNC101658

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)

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.

Tapan Kumar Basak


Execute Director I/C

RPNC101658
ANNEXURE E

UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

I/We hereby declare that:


a) We are committed to elimination of child labour in all its forms:
b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in
any of our work(s) in terms of the provisions of The Child Labour (Prohibition and
Regulation) Act, 1986 and other applicable laws.
c) We 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 Owners absolute right to resort to
and impose such exclusion.

Place
Date.

Signature of Bidder
Name of Signatory

RPNC101658
ANNEXURE F

PERFORMANCE REPORT OF CONTRACTOR


1) Name of Contractor:
2) LOA No.:
3) Date of Starting work:
4) Date of completion (Scheduled/Actual):
5) Name of work (in short):
Sr. No Activity
Action

Initial Mobilization
i) For works costing upto 15 lacs

ii) Between 15 to 50 lacs

iii) above 50 lacs

Performance of work
i) Submission of progressschedule identifying 5
important milestones.
ii) Milestones achieved as per
original progress schedule (Ro)

iii) Man-power deployment


1) Skilled

2) Unskilled

iv) Material availability

a)
b)
c)
a)
b)
c)
a)
b)
c)

with in 7 days of LOI


within 8 to 14 days of LOI
After 14 days of LOI
with in 14 days of LOI
within 15 to 21 days of LOI
After 21 days of LOI
with in 20 days of LOI
within 21 to 30 days of LOI
After 30 days of LOI

Marks

8
4
(-)4
8
4
(-)4
8
4
(-)4

a) with in 7 days of LOI


b) within 10 days of LOI
c) within 15 days of LOI
d) After 15 days of LOI
a) As per schedule(Ro)
a-1) Delayed on A/c of dept
b) Within acceptable limits (as per
subsequent acceptable prog. Schedule)
Revision 1
b-1) As per Revision 2
c) Just satisfactory

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

v) Healthiness of M/Cs &


Tools & Tackles
3

Labour wage payments and


Adherence to labour laws
i) Payment of wages
ii) Adherence to labour laws

Quality of work & material


i) Materials under
contractors scope
ii) Workmanship

Site clearance after


completion of work

Sub-letting of work

Depositing ISD and Signing of


Agreement
(to be filled up by Contract cell)
Co-operation

Safety & Environment Norms

10 Statutory Requirement

d) Just adequate
a) Sound health
b) Satisfactorily maintained
c) Poorly maintained

0
5
2
0

a) Full payments in time


b) Late payments
a) Full compliance
b) partly compliance

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

TO : HOD (CONTRACT CELL)

ENGINEER IN CHARGE

HOD

RPNC101658
ANNEXURE G

INSTRUCTIONS TO CONTRACTOR FOR COMPLIANCE OF


SAFETY BRIEFING
There will be compulsory safety briefing to contractor employees, before their entry
inside Naphtha Cracker. The training will be imparted by Fire & Safety Officer and a
safety briefing card shall be issued to each participant with validity of one year.
1. The list of contractors employees will be submitted by the contractor to CISF and
CISF will allow entry of those contractor employees from gate No.1 of Naphtha
Cracker to safety training hall. The contractor/ Contractor supervisor will identify
their employee at gate No.1 of employees in presence of CISF during entry.
2. The contractor employees will sign/ put thumb impression, as the case may be on
attendance registered in Safety training hall, before the training.
3. After the training, the Safety briefing card will be issued to the contractor
supervisor for their employees, which will be valid for 1 year from the date of
training.
4. The contractor supervisor will produce the safety briefing cards to CISF for
processing the permanent gate passes/ renewal of old gate pass, as the case
may be.
5. On expiry of safety card validity, contractor employees has to again take the
safety training and get it renewed, without which gate pass will not be issued.
6. In case of loss of safety briefing card, Safety card can be re-issued if the
contractor employees can inform about the date of training, otherwise new card
will be issued only after training.
7. Contractor workers have to always carry the safety briefing card along with the
gate pass during the working period while working in Naphtha Cracker area.
8. Any IOCL employee can demand to the contractor/contractor employee to show
their safety briefing card, failing which the concerned contractor employees may
not be allowed to work.
9. Safety violation will be endorsed on safety cards. 1st violation will lead to
warning; on 2nd violation entry will be banned for a week and on 3rd violation gate
pass will be withdrawn. No gate pass will be issued to such contractor employee
for a period of at least three weeks.
We agree to comply the above, before entry of our workmen/ employees inside Battery
Area. IOCL will have the right to refuse entry of our workmen/employees in case of
Noncompliance of any of the above said clause. IOCL reserves the right to modify/alter
any of the above mentioned clauses.

Digital Signature of the Tenderer

RPNC101658
ANNEXURE H
(To be typed on Contractors Letter Head)
Indian Oil Corporation Limited
PNC Panipat Refinery
Dear Sir,
REF

: Contract No. ________________________ Dated ___________.


Issue of Gate Passes

We have been awarded the above contract on ______________________


____________________________________for the performance of which we would
require to enter into the premises of Corporation at PNC Panipat Refinery. For the
performance of the said employees whose names and designations are given in the
annexed statement declaration to enter into the said Refinery for the period of maximum
6 (Six) months commencing from _______. Also, enclosed are two passport size
photographs of each of our employees for whom the Gate Pass is sought. (One
photograph to be appended on the Gate Pass and the other to be kept for record).
The annexed statement contains a declaration by each of our employees by whom a
Gate Pass is requested disclaiming any right to make any claim on employment or
otherwise against the Corporation.
It is understood that Gate Pass will be counter-signed by us as the employee the person
to whom the Gate Pass is issued and by our employee to whom the Gate Pass is issued.
We undertake to present our authorized representative and the employee(s) with proper
identification at the time of issue of the Gate Passes physical verification and countersignature.
It is understood that the issue of Gate Passes shall not impose any liability on Indian Oil
Corporation Limited and that we as employers of persons for whom Gate Passes are
sought assume full responsibility for all acts and omission for persons to whom the Gate
Passes are issued.
Yours faithfully,
Signature of Contractor
Place:.
Date:..

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.

Name ________________Designation ____________ Signature ______________

RPNC101658
(Annexure -J)

Format for Certification of Contractual Completion for


ARCs running Under Extension
Sr.
No.
1

Description

Details to be filled

Name of Work

Work Order Number

Work Order Value

Date of Commencement

Contractual Completion
Date

Executed Value Upto


Contractual Completion

WO extended upto date

The above details have to be duly certified by EIC/ WO Issuing Company with signature
and seal/stamp.

Digital Signature of the Tenderer

RPNC101658
(Annexure- K)

Medical Examination Form for Contract Workers


Exam Date - _________________________________________________________
Name
-_________________________________________________________
D. O. B
-_________________________________________________________
Contract Agency -___________________________________________________
Work Area - ________________________________________________________

History:
~
~
~
~

Past Exposure :
Past illness :
Past Accident :
Past Operation :

Any H/o Fits :


~ H/o Br. Asthma :
~ H/o Giddiness :
~ Any other Complaints :

General Physical Examination:


-

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 :

(For canteen Workers)

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.

Directorate of Handicraft and Handloom

g. Any other body specified by Ministry of MSME


II.

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.

Digital Signature of the Tenderer

RPNC101658
(ANNEXURE-L)
For Further clarity in this regard a table is furnished below:
Type of Tender

Price Quoted by MSE

How to Finalize the Tender

Can be split

L1

Full Order on MSE

Can be split

Not L1 but within L1+15%

Cannot be split

L1

20% order on MSE subject to matching


L1 price
Full Order on MSE

Cannot be split

Not L1 but within L1+15%

Full Order on MSE subject to matching


L1 price

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.

Digital Signature of the Tenderer

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

2. Scaffolding material and erection of scaffolding where ever required shall be in


IOCL scope of supply.
3. Crane/Hydra shall be provided by owner as per availability and requirement.
PART-B
SCOPE OF CONTRACTORS SUPPLY
1. All tools & tackles (including chain pulley blocks), manpower,transportation of
material from store, welding, grinding & cutting equipment & material, ladder,
consumable like electrodes/ cutting gas/ grinding wheel, drilling machine, buffing
wheel etc. including supply of any other materials required to complete the job as
per full satisfaction of Engineer-in-charge without any extra cost.
2. Minimum 02 No's of Single phase portable welding machine and 02 No's of 3
Phase welding machines along with sufficient length of cable.
3. Contractor has to carry out the job on round the clock basis with minimum time to
complete the all jobs within schedule.
4. Contractor should engage different manpowers for separate jobs along with
supervisors.
5. If delay is found at any time, the job shall be executed through other available
agency at the risk & cost of contractor.
6. After completion of job, scarp removal & area cleaning has to be carried out by
the contractor.
7. Contractor has to follow all safety & contractual rules & regulations of the
corporations at each & every stage.
8. Contractor has to assess adequate No. of manpower in consultation with E-I-C
before start of the job and accordingly resource planning is to be done by the
party.
All these conditions should be read in conjunction with GCC/SCC.
NOTE: Above scope of supply is indicative only and not exhaustive and therefore
all other materials/ facilities which has not been specifically mentioned in IOCL
scope of supply shall be supplied by the contractor to complete the job in all
respect as per direction of Engineer-in-charge.
Digital Signature of the Tenderer

RPNC101658

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
PANIPAT NAPHTHA CRACKER
PANIPAT

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.

Digital Signature of the Tenderer

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

ADDITIONAL SPECIAL TERMS & CONDITIONS OF CONTRACT


1.

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.

The contractor has to necessarily deploy experienced site supervisor, technicians,


skilled electrician and other workmen to carry out the jobs as per scope of work
without any extra cost. Contractor to note that no separate expenses for the
above manpower mobilisation shall be payable.

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.

Digital Signature of the Tenderer

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

You might also like