Вы находитесь на странице: 1из 53

RPRC183359

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
PANIPAT REFINERY
PANIPAT

Tender Document
For

“Lining Up Contract : Support services (Supply of Manpower) for


Miscellaneous jobs in Fire & Safety Department at Panipat Refinery.”

Tender No.: RPRC183359

SECTION- 1
OF TENDER DOCUMENT

INSTRUCTIONS
Documents of this section are to be downloaded and uploaded using digital signature (As a
1.
token of acceptance).
2. Bidders are advised not to make any changes/ noting /comments in this section.

3. Any comment made in this section will not be taken into consideration while evaluation.

All comments/noting/deviations/exceptions if any may be recorded in exception and


4.
deviation format (Annexure-L) of section-2 of tender document.

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 03 (Three) Parts:


Section-1 + Section-2 + Price Part

Page 1 of 53
RPRC183359

INDEX-TENDER DOCUMENT SECTION-1

No. of
SN Description
Pages
Special Instructions to the Bidder for Participating in E- Separately enclosed at
1. E-tender website 17
Tender
2. Notice Inviting Tender (in English & Hindi) 5+1
3. Letter Inviting Tender 2
4. Instructions to Tenderers 10
5. Supplementary Instructions to Tenderers 3
Integrated Policy on TPM, Quality, Safety, Health &
6. 1
Environment of Panipat Refinery
7. Undertaking for Non-Engagement of Child Labour (Annexure-A) 1
8. Performance Report of Contractor (Annexure-B) 2
Instructions to Contractor for Compliance of Safety
9. (Annexure-C) 3
Briefing
10. Issue of Gate Pass (Annexure-D) 1
11. Declaration / Undertaking (Annexure-E) 1
Format for Completion Certificate from EIC for ARC’s
12. (Annexure-F) 1
Running Under Extension
13. Medical Examination Form for Contract Workers (Annexure-G) 1
Tender Conditions For Benefits/Preference for Micro &
14. (Annexure-H1) 2
Small Enterprises (MSES)
15. Condition for Price Escalation (Annexure-I) 1
Relaxation of Start-Up Enterprises/MSEs in Non-
16. (Annexure-J) 1
Critical Category
AN UNDERTAKING BY A CONTRACTOR FOR
17. (ANNEXURE-K) 1
COMPLIANCE OF ALL LAWS, AS APPLICABLE
18. ERRATA TO SCC FOR PANIPAT REFINERY 1
19. Scope of Supply 1
20. Time Schedule 1
21. Scope of Work 1
22. Addition Condition of Contract (Commercial) 1
23. Additional Condition of Contract (Technical) 2
24. Preamble to SOR 1
25. Schedule of Rates 3
Guidelines on Personal Protective Equipment (PPE) & Separately enclosed at
26. E-tender website 56
List of approved PPE’s (refer annexure-5)
Specials Conditions on Safety Regulations and Separately enclosed at
27. E-tender website 26
Environment Management System of Panipat Refinery
Separately enclosed at
28. Special Conditions of Contract-Panipat Refinery E-tender website 19
Separately enclosed at
29. General Conditions of Contract E-tender website 200

Page 2 of 53
RPRC183359

SPECIAL INSTRUCTIONS TO THE BIDDER FOR PARTICIPATING IN E-TENDER

Special Instruction to the bidder consist of total 17 pages have been separately
uploaded at e-tender website.

Bidders are requested to kindly read the same to have a clear understanding of the
steps to be followed for bid submission.

Page 3 of 53
RPRC183359

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
PANIPAT REFINERY, PANIPAT
NOTICE INVITING TENDER (E-Tender)

1. Tender No. RPRC183359

2. Type of Bid DOMESTIC Open BIDDING


Under Two Bid System
3. Name of Work “Lining Up Contract : Support services (Supply of Manpower) for
Miscellaneous jobs in Fire & Safety Department at Panipat
Refinery.”
4. Time Schedule 01(One) year which shall be reckoned from the date of starting
the job at site.
5. Tender download schedule 14-November-2018 upto 02:30PM
Tender documents can be downloaded free of charge from the
website https://iocletenders.nic.in during the above period.
6. Pre-Bid Meeting Not Applicable
7. Last date of submission of tender 14-November-2018 up to 2:30PM
8. Techno-Commercial Tender opening 16-November-2018 at 3:00 PM or at a later date/time convenient
date thereafter. Date & Time of Price bid opening will be
communicated only to techno-commercially acceptable bidders.
9. Earnest Money Deposit (EMD) Rs.6,900.00

10. Pre-qualification Criteria(PQC):


The intending tenderers shall have to furnish proof of their pre-qualification and experience along with
the Part-I (Techno-commercial bid).
Note: Since the nature of job is “Critical”, Therefore, No Relaxation on PQC ground is allowed to Startup-
India registered bidders and MSE bidders.
10.1 Annual Turnover (ATO) Minimum Rs.4.12 Lacs during any of the preceding three financial
years i.e. April 1, 2015, onwards).
Proof of ATO shall be submitted in form of Audited Balance Sheet
and Profit and Loss account.
10.2 Value of Single Work (SWO) executed Three (03) similar completed works each costing not less than
by the bidder as main contractor or sub Rs.2.06 Lacs
contractor for similar nature of work OR
[during any of the last five years ending Two (02) similar completed works each costing not less than
on last day of the month immediately Rs.2.75 Lacs
previous to the month in which last OR
date of bid submission (In case of One (01) similar completed work costing not less than
extended bid submission date, original Rs.3.43 Lacs
bid submission date shall be (The above values of completed works is exclusive of Service
considered) falls] Tax/GST).
10.3 Similar nature shall be defined as "Manpower Supply Job(Unskilled/Semi-Skilled/Skilled/
Highly Skilled)."

10.4 Additional Technical Requirement (if Technical Prequalification shall be as follows:


any) Nil

11. Mode of Submission Offer must be uploaded on e-tender website


https://iocletenders.nic.in before the last date & time of
submission of tender.
Offer submitted using any other mode will not be accepted.

Page 4 of 53
RPRC183359

12. Other requirements Following additional documents shall be uploaded by the bidder
along with the bid.
1. PF Code Allotment letter/ PF registration.
2. Independent ESI Code or undertaking for Independent ESI code
in the Format given as Annexure to ITB.
3. Assessment Order or copy of Income Tax Returns(duly
acknowledged by Income Tax Department) for last 3(three)
financial years.
4. Power of Attorney in favour of person authorized to submit the
bid.
5. Copy of PAN card
6. Certificate of Incorporation / Partnership deed/ Proprietorship
affidavit
13. Tender Inviting Authority Deputy General Manager (Contract Cell), Panipat Refinery,
Indian Oil Corporation Ltd., Panipat – 132140. Haryana. Contact
details : Fax : 0180-2578170 Tel. : 0180-2522602, 2522618
E-mail: singhd4@indianoil.in; palj2@indianoil.in
14. Integrity Pact Agreement Not Applicable

15. General

Bidder to note the followings before bidding:

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

a) Who are in the Holiday / Negative list of IOCL or its Administrative Ministry, MoPNG.
b) Who are under liquidation, court receivership or similar proceedings.
c)Consultant or their subsidiary Company or companies under the management of consultant for execution
of the same project for which they are working as consultant.
d) Bidder(s) who are undergoing insolvency resolution process or liquidation or bankruptcy proceeding
under Insolvency and Bankruptcy Code, 2016 (Code).
e) Bidder(s) whose insolvency resolution process or liquidation or bankruptcy proceeding is initiated under
the Code at any stage of evaluation of the bid.”

ii) Offer from Joint Bidders / Consortium will not be acceptable unless stated otherwise elsewhere in the tender
document.

iii) The subject work is indivisible and shall be awarded to single successful bidder unless stated otherwise
elsewhere in the tender document.

iv) Experience of only the bidding entity shall be considered. A work executed by a bidder for its own
plant/projects shall not be considered as experience for the purpose of meeting requirement of experience
criteria of the tender. However, jobs executed for Subsidiary / Fellow Subsidiary / Holding company will be
considered as experience for the purpose of meeting experience criteria subject to submission of tax paid
invoice(s) duly certified by Statutory auditor of the bidder towards payments of statutory tax in support of
the job executed for Subsidiary / Fellow Subsidiary /Holding company. Such bidders shall submit these
documents in addition to the documents specified in the PQ Documents to meet Experience Criteria.

v) Detail work order qualifying for similar in nature as described including covering letter and schedule of rates
and completion certificate containing executed value of similar nature of work as defined above shall be
required. Where the executed value is not mentioned in the completion certificate, the copy of certified bill
shall also be acceptable for determining value if submitted along with completion certificate.

Page 5 of 53
RPRC183359

vi) If the documentary evidence of executed value is submitted by the bidder along with his bid then the work
order value or executed value, whichever is higher, shall be considered for meeting PQC requirement and his
offer will be evaluated accordingly. If no documentary evidence is submitted by the bidder for the
completion value then his offer will be considered on the basis of the work order value of successfully
completed work and no further query in this regard will be made. However, certificate for successfully
completion of job is mandatory.

vii) For experience purpose (1/2/3 Work Order) the Work Order with completion date within last five years
(irrespective of work order issue date and date of commencement) shall be acceptable.

viii) In case, the executed value of job is more than work order value and bidder claims for meeting the PQC
requirement on the basis of executed value then it is the responsibility of the bidder to submit the
documentary evidence of final executed value (such as copy of certified final bill, executed value
mentioned in completion certificate etc.) along with his bid’.

ix) In case of Sub contract works, the bidder is also required to submit a Certificate from the end user / Owner /
Consultant of the Owner stating that the main contractor has intimated them about the engagement of sub-
contracting OR have been allowed/ permitted as a sub-contractor.

x) The offers with incomplete /irrelevant documents or anomalies are liable to be rejected without any
communication. Hence, bidders are advised to take utmost care while uploading their prequalification
documents.

xi) In case of Rate Contracts, which are running under extension after original contractual completion period,
suitable document (certified by "WO issuing company" / Engineer-In-Charge) indicating executed value up to
the original/extended completion period along with extension letter will be treated as proof of successful
completion of work.
Note:
a) Since PQC for ARC jobs (more than one year duration) is set on annualised estimate basis, evaluation for
experience criteria shall also be based on annualized value of work order or annualized executed value,
whichever is higher and submitted by the bidder.

xii) In case of foreign bidders, if the value indicated is in currency other than USD the same shall be converted in
equivalent USD considering the conversion rate as on the date of issue of the reference order(s) based on SBI
bill selling rate.

xiii) Relevant supporting documents towards other requirements specified are also to be uploaded along with
Techno-commercial bid failing which bid is liable for rejection.

xiv) The completion certificate, submitted by the bidder shall separately indicate the Service Tax/GST amount
included in the value of completed job OR a separate certificate from the respective client, mentioning the
Service Tax/GST amount , if any, included in the value of completed job under consideration should be
submitted by the bidder.

xv) Bidder to note that the amount considered for meeting the experience criteria of PQC shall be exclusive of
Service Tax/GST. In case the value of job submitted by the bidder does not have clarity with regard to
inclusion/exclusion of Service tax/GST, the amount appearing in the certificate shall be considered exclusive
of tax and shall be evaluated accordingly.

xvi) IOCL reserves the right to reject any or all of the tenders or any parts of the tender so received and may
cancel the tender in part or full, extend the due date of Tender submission etc. without assigning any reason.

xvii) IOCL will allow Purchase Preference to MSE as per applicable guidelines.

xviii) Bidders are to quote their most competitive rates. Negotiations will not be conducted with the bidders as a
matter of routine. However, Owner reserves the right to conduct negotiations.

xix) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.

Page 6 of 53
RPRC183359

xx) All communication will be made through e-Tendering web site (https://iocletenders.nic.in). However, IOCL
reserve the right to take cognizance of the communication made outside e-Tendering Portal under
exceptional circumstances.

xxi) Bidder cannot make any claim against IOCL towards its expense incurred in connection with the preparation
and delivery of their bids, site visit, participating in the discussion and other expenses incurred during bidding
process.

xxii) Bidder should make sure that their priced bid (Part-II/BOQ) contain only prices. Rates mentioned elsewhere
shall not be taken into cognizance. Offer shall be liable for rejection if any condition directly or implied,
recorded in Priced Bid (Part-II/BOQ).

xxiii) Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has concern or
apprehension regarding the authenticity/ correctness of any document, IOCL reserves the right to get the
documents verified from issuing authority/any relevant source. If documents (part or full) are found forged,
such offers will be summarily rejected and EMD will be forfeited and may be debarred from future tenders.

xxiv) After opening of the technical bids but before the opening of the price bids, the bids may be rejected for
unsatisfactory performance or adverse comments which have come to the notice after the issue of the
tender enquiry.

xxv) Offers not meeting statutory requirement are liable for rejection.

xxvi) Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ of e-
Tender Portal before bidding.

xxvii) Notwithstanding any other condition /provision in the tender documents, in case of ambiguity or incomplete
documents pertaining to pre-qualification criteria (PQC), bidders shall be given only one opportunity with a
fixed deadline after bid opening to provide complete & unambiguous documents in support of meeting the
pre-qualification criteria (PQC). In case the bidder fails to submit any document or submits incomplete
documents within the given time, the bidder’s tender is liable to be rejected. However, IOCL reserves the
right to make any further queries

xxviii) Refer ITB of the tender document/Special instruction to bidder (SITB)/Supplementary instruction to
tenderers of e-tender web site for more details.

xxix) Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be issued on our website:
https://iocletenders.nic.in only and no separate notification shall be issued in the press. Bidders are
therefore requested to regularly visit our website to keep themselves updated. Failure of Bidder to submit
tender without taking cognizance of Corrigendum / Amendment (if any) issued by IOCL shall make bid liable
for rejection.

xxx) IOCL does not take any responsibility for the correctness of tender documents obtained from any other
source. Bidders are advised to visit above mentioned website before submitting their offer for official version
of the tender document including any corrigendum / amendment if any, which shall be binding to the bidder.

xxxi) In case, any bidder or a foreign bidder submits any of the Pre Qualification supporting documents in any
language other than English, then it will be the responsibility of such foreign bidder to also provide the
English translation copy of the same duly certified, stamped and signed by their Local Chamber of
Commerce/ Notary.

xxxii) Foreign bidders are not permitted to bid against domestic tender.

Page 7 of 53
RPRC183359

xxxiii) EMD:
• EMD must be submitted online by Indian bidders. EMD in the form of Demand Draft / Banker’s cheque,
Swift Transfer will be accepted only from Foreign bidders.
• Tenders without Earnest Money are liable to be rejected. However, MSE registered agencies covered
under MSMED act/ Start up recognised by DIPP, Central/State PSU and JVs/ Subsidiary companies of
IOCL are exempted from submission of EMD. Bidder claiming such exemption need to submit necessary
documentary proof of their eligibility along with their techno-commercial bid. The certificate must be
valid on the original bid submission date. In absence of same their offer are liable for rejection.
• Suo-motto submission of MSE certificate after the due date of bid submission will not be considered for
EMD exemption / Price preference.
• BG in prescribed format from a scheduled bank is acceptable provided EMD amount is not less than
Rupees One Lac.
• Wherever applicable, scanned copy of EMD Instrument (i.e. B.G /MSEs/NSIC certificate etc.) must be
uploaded along with offer & original of BG should reach to the office of tender issuing authority in
sealed envelope super-scribing tender name, tender number, date of opening and bidder’s name,
preferably before the deadline of submission but not later than 7 (seven) days from tender opening
date.

(Devendra Singh)
Deputy General Manager (Contracts)
Indian Oil Corporation Ltd.,
(Panipat Refinery Panipat,
Haryana-132140)

Page 8 of 53
RPRC183359
इं िडयन ऑयल कॉप�रे शन िलिमटे ड
(�रफाइनरी प्रभाग)
पानीपत �रफाइनरी, पानीपत
ई-िनिवदा आमंत्रण सूचना
1. िनिवदा सं. आरपीआरसी 183359
2. िबड का प्रकार घरे लू खुली बोली प्रिक्रया
ि� बोली
3. काय� का नाम “Lining Up Contract: Support services (Supply of Manpower) for
Miscellaneous jobs in Fire & Safety Department at Panipat Refinery.”
4. समय सूची 01(एक)साल जो की स्थल पर काय� शु� करने की ितिथ से की जाएगी ।
5. िनिवदा िनग� त/डाउनलोड करने की 14.नव�र.2018 दोपहर 2:30 बजे तक
समय सूची िनिवदा द�ावे ज़ वेबसाइट www.iocletenders.nic.in से ऊपर िदये समय के दोरान
िनःशु� डाउनलोड कर सकते ह�
6. िनिवदा-पूव� बैठक लागू नही ं
7. िनिवदा जमा करने की अंितम ितिथ 14.नव�र.2018 समय: दोपहर 2:30 बजे
8. (तकनीकी-�ावसाियक) िनिवदा खु लने 16.नव�र.2018 दोपहर 3:00 बजे या इसके बाद सुिवधा के अनुसार िकसी ितिथ म� खोली
की ितिथ जाएं गी।
मू� बोली खोलने की तारीख और समय केवल तकनीकी-�ावसाियक �ीकृत बोलीदाताओ
को ही भे जी जाएगी
9. अिग्रम जमा रािश (ईएमडी) �. 6,900.00
10. पूव�-यो�ता (पी�ू) मानक इ�ु क िनिवदाकता� ओं को पाट� -1 (तकनीकी-�ावसाियक बोली) के साथ पूव�-यो�ता और
अनुभव प्रमाण प्र�ुत करना होगा।
10.1 सालाना कारोबार (एटीओ) ₹ 4.12 लाख (िवगत तीन िव� वष� के अंदर कोई एक हो; जो की 01 अप्रै ल 2015 के बाद का
हो) सालाना कारोबार का प्रमाण अं केि�त तुलन पत्र और लाभ-हािन खाते के �प म� प्र�ुत
करना होगा।
10.2 इसी प्रकार के िकए गए िकसी केवल 3 काय� प्र�ेक ₹ 2.06 लाख लागत या
एक काय� की लागत (िवगत 5 वष� के 2 काय� प्र�ेक ₹ 2.75 लाख लागत या
दौरान िजसकी गणना, िनिवदा जमा 1 काय� ₹ 3.43 लाख लागत।
करने की अंितम ितिथ िजस महीने म� (पूण� िकए गए काय� का उपरो� मू� सेवा कर से अन� है )।
है उससे ठीक पहले माह की अंितम
ितिथ को समा� होगी)
10.3 इसी प्रकार के काय� का अथ� "Manpower Supply Job(Unskilled/Semi-Skilled/Skilled/Highly Skilled)”
10.4 तकनीकी पी�ूसी लागू नही ं
11. जमा करने का मा�म प्र�ाव का अंितम ितिथ एवं समय से पहले ई-िनिवदा वेबसाइट
https://iocletenders.nic.in पर अपलोड होना आव�क है ।
अ� िकसी �प म� जमा प्र�ाव �ीकार नहीं िकए जाएं गे ।
12. अ� द�ावेज़ 1. पीएफ कोड एलॉटम�ट लेटर/ पीएफ रिज��े शन
2. एने�र-ई के प्रा�प म� �तंत्र ईएसआई कोड की घोषणा
3. िवगत तीन वष� के आकलन आदे श या आयकर �रटन� की कॉपी (आयकर िवभाग से िविधवत्
�ीकृत)
4. िनिवदा द�ावेज़ के अिधकृत ह�ा�री के नाम पावर ऑफ एटॉन�/ हलफनामा
5. स्थायी खाता सं�ा (पैन)
6. िनगमन का प्रमाणपत्र / भागीदारी िवलेख / �ािम� शपथ पत्र
13. िनिवदा िनग� त अिधकारी नाम:- श्री दे व�द्र िसंह , श्री जोिगंदर पाल
पद:- उपमहाप्रबंधक (संिवदा प्रको�), प्रबंधक (संिवदा प्रको�),
ई-मेलःsinghd4@indianoil.in ; palj2@indianoil.in
दू रभाषः 0180-2522602, 2522618
14. अखंडतासंिध समझौता लागू नहीं

नोट : अंग्रेजी एवं िह�ी म� दी गई िनिवदा म� िकसी प्रकार का िववाद होने पर अंग्रेजी प्रित ही मा� होगी।
सामा� प�र�स्थितयों के िलए कृपया एनआईटी अंग्रेजी दे ख�।

उपमहाप्रबंधक (संिवदा प्रको�)

Page 9 of 53
RPRC183359

Letter Inviting Tender

Vendor No.: Tender No.: RPRC183359


M/S RFQ No.:
RFQ Dt. 25.10.2018
Quotation Deadline: 14.11.2018

Tel No.
Tel No. SINGLE BID [ ]
Fax TWO BID [ ]

Subject:
"Lining Up Contract : Support services (Supply of Manpower) for
Miscellaneous jobs in Fire & Safety Department at Panipat Refinery."

Dear Sir,

Please find enclosed one set of tender document for the subject work to be
submitted in 'Two Bid"

An amount of Rs.6,900.00(Rupees Six Thousand Nine Hundred Only) as earnest


money deposit(EMD) shall be deposited by you through Online mode only.In case
Earnest Money is Rs.1 Lacs or more, bidder may opt to submit BG from a
nationalized / scheduled bank in the standard format available in the tender
document. EMD is to be remitted online through Net Banking or NEFT mode as per
details mentioned in the "Special Instructions to the Bidder for participating
in E-Tendering".

Scanned copy of MSE Certificate /BG shall be uploaded along with the Tender.
The original 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.

Demand Draft and Bankers Cheque is not acceptable as EMD instrument.

page 1

Page 10 of 53
RPRC183359

Tendor No.: RPRC183359

The tender shall be uploaded as per instructions given in the tender document.
Physical Bids will not be accepted. Tender documents can be downloaded from
the website https://iocletenders.gov.in upto 14-Nov-2018.

Online bids are to be uploaded with Digital Signature upto 14-Nov-2018 at 2:30
p.m. in the above mentioned website.

The techno-commercial part (Part-I) shall be opened on 16-Nov-2018 at 03:00


p.m. or at a later date convenient thereafter. The Price part (Part-II) of
techno-commercially clear bidders shall be opened on a later date, after due
intimation to them.

IOCL takes no responsibility for delay in uploading the Tender in


E-procurement system.

IOCL reserves the right to reject any/all the tenders without assigning any
reason(s) whatsoever thereof.

Thanking you,

Yours faithfully,
For Indian Oil Corporation Limited,
Panipat Refinery,

(Devendra Singh)
DGM(CC)
Ph. No.0180-2522602/2522618
Fax No.0180-2578170
e-mail:singhd4@indianoil.in

page 2

Page 11 of 53
RPRC183359

INSTRUCTIONS TO TENDERERS

In addition to the General Instructions to the Tenderers forming part of General Conditions of
Contract, the following instructions are issued to the tenderers.

1.0 GENERAL

1.1 Bidder to note that “Tendering can be abandoned without assigning any reason. No
compensation will be paid for the efforts made by the contractor.”

1.2 Bidder to note that that “Negotiations will not be conducted with the bidders as a matter of
routine. However, Corporation reserves the right to conduct negotiations.”

1.3 Bidders to quote competitive prices considering the fact that price negotiations, if required, to
be held with the lowest tenderer only.

1.4 Bidder to note that “Unless and until specified elsewhere validity of the quoted rates quoted
should be four months from the date of opening of tender.”

1.5 Bidder to note that “if validity of bid will not be as tender document then their bid shall be
rejected.”

1.6 Bidder to note that “Corporation’s rights to increase /decrease the tendered quantity of any or
every item and delete any item at any stage of work at the accepted rates. The Contractor’s
claim for compensation or damages on account of these shall not be entertained subject to
provision contained in GCC.”

1.7 Bidder to note that “The OWNER reserves the right to reject, accept or prefer any tender or to
abort the bidding process without assigning any reason whatsoever.
Although ordinarily the lowest responsive bid amongst the bids submitted by tenders and
considered by the OWNER to qualified and competent shall be preferred, the OWNER
reserves the right not to accept the lowest bid if in its opinion this would not be in the interests
of the works.”

1.8 Bidder to note that “Tenderers should furnish Permanent Account Number, PF Number,
GSTIN and place of registration, ESI Registration Code and any other statutory requirement,
wherever required, at the time of submitting their bid.”

1.9 Bidder to note that “All payment to Contractor labourer shall be made through electronic mode
in a scheduled bank i.e. NEFT by the contractor in the respective bank account of workmen.
Contractor will facilitate/extend required help to the workmen in opening a bank account if the
workmen do not possess the same to ensure payment of wages directly to their bank
account.”

1.10 Bidder to note that wherever the interest bearing advance is given to the contractors as per
below:
“Interest on advance shall be recovered by IOCL from running account bills. Contractor,
therefore, shall deposit the amount of TDS with the Income Tax Dept and claim
reimbursement from IOCL against submission of TDS certificate.”

Page 12 of 53
RPRC183359

1.11 Bidder to note that “On account of exigencies, in case bids have to be revalidated before PBO
beyond the originally sought validity, the same may be extended by the bidder on request of
IOCL.”

1.12 Offers received without EMD or EMD submitted in other than the prescribed form/ instrument
shall be rejected.

1.13 IOCL does not take any responsibility for the correctness of tender documents obtained from
any source other than IOCL official website.

1.14 Bidders are advised to visit IOCL official 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.

1.15 Failure of bidder to submit tender without taking cognizance of corrigendum/ amendment (if
any) issued by IOCL are liable for rejection.

1.16 Legal dispute, if any, shall only be within the jurisdiction of Local Court situated at
Panipat (Haryana).

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


any Tenderer shall make their offer invalid. In addition, suitable penal action as deemed
fit shall also be taken by IOCL.

2.0 SUBMISSION OF TENDER

2.1 The tender complete in all respect shall be uploaded along with Earnest Money as stipulated
in the Notice/Letter Inviting Tender only. Tenders without Earnest Money Deposit will be
rejected.

2.2 After submission of requisite EMD instrument, Tenders shall be UPLOADED in the following
manner:

I). UNPRICE BID:

Section - 1 : Tender document.

• This Part of Tender Document contains the various instructions for bidder, Details
Schedule of Rate (SOR), Guideline for EMD/Bid Submission, Guideline for Price
Preference, Commercial and Technical terms and condition, Time Schedule and various
Formats to be used after award of job. The complete set of same documents is required to
be uploaded using digital signature as a token of acceptance.

• This document must be uploaded at designated slot provided at e-tendering website.

• Any deviations are to be recorded in deviation statement given in Section-2 of tender


document.

• This section of Tender document also includes the format for completion Certificate for
ARC’s running under extension. Completion certificate in case of ARC’s running under
extension is to be obtained from EIC as per attached Format (Annexure-F) of tender
document.

Page 13 of 53
RPRC183359

Section - 2 : Tender Documnent

Following document mentioned under this Part of Tender document are to be printed, duly
filled wherever required and complete scanned copies of the same are to be uploaded using
digital signature at the designated slot provided at e-tendering website.

a) Checklist :
Checklist mentioned under this section is required to be properly filled by bidder.
All the documents submitted by bidder are to be serially numbered before scanning
and uploading using digital signature and their reference details should be provided
in this checklist.
b) Exception & Deviation Format (Annexure-L):
Any deviation sought by the bidder is required to be mentioned here.
Deviation mentioned elsewhere shall not be taken into cognizance.
c) Declaration of GCC/SCC/ Specials Conditions on Safety Regulations & Environment
Management System of Panipat Refinery/ Guidelines on Personal Protective
Equipment (PPE) and Tender Document:
Bidder has to give acceptance of same document as per this format.
d) Performa of Black Listing/Holiday listing (Annexure-M):
Bidders have to give declaration as per this format that they are not Black
listing/Holiday list.
e) Loss Performance report of contractor (Annexure-N):
Bidder has to declare their Loss performance report of their firm as per this format.
f) Consent Letter Format for E-Payment (Annexure-O):
The bidders, who are not having vendor code in IOCL has to fill this format for the
creation of vendor code for e-payment.
Existing bidder need not fill this format but the have to provide their vendor code.
Existing bidder whose bank details has also been updated are also required to fill
this format for updated their bank details in IOCL record.
g) Format for Independent ESI (Annexure-P):
Bidder have to provide their ESIC code allotment letter, if they are not having ESIC
code then they have to give declaration as per option mentioned there.
h) Format for GST (Annexure-S1):
Bidder have to provide their GSTIN no. along with certificate and also have to
declare the applicable GST rate and SAC code as per this format.

Vendor Documents:

• Apart from digitally signed copy of Section-1 and duly filled in, signed & stamped copy of
Section-2 of tender document bidders are also required to submit their Pre-qualification
(PQ) credentials and other document to meet the tender requirement.

• These documents must be uploaded at designated slot provided at e-tendering


website.

• Reference no. of these documents are to properly mentioned at checklist provided in


Section-2 of tender document.

Page 14 of 53
RPRC183359

Document which are required to be uploaded by bidder to meeting Tender requirement


are as follows:
a) 03 Nos. of Completed Work Orders:
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.
b) Annual Turnover:
Bidders have to uploaded the audited balance sheet along with profit and loss
account of last 03 (Three) financial year for meeting ATO requirement as specified
in NIT.
ATO document must contain the Name, Signature and membership no. of Charted
Account.

c) PF Code Allotment Letter:


Bidder have to upload the PF code allotment letter.
d) PAN, ITR, ESI document:
Bidders are required to upload PAN, ITR & ESI at relevant location specified for the
same in the system.
e) Authorization Document in favour of Signatory to Tender:
Bidders have to upload the valid duly notarized, authorization document on stamp
paper, in favour of signatory to tender (like Proprietorship Affidavit, Partnership
deed, Power of Attorney, Copy of memorandum & Article of associate etc as the
case applicable).
Note: The documents uploaded at irrelevant location may not be evaluated and may lead
to rejection of tenders.

II). PRICE 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.

2.3 NOTES:
a) In case the Tenderer wishes to take any Deviation or Exceptions to this tender, they shall fill in
the same, strictly in the format: “Exceptions & Deviations” (Annexure-L) provided in the
Section-2 of Tender Document and upload the same.

b) EXCEPTIONS/ DEVIATIONS MENTIONED ANYWHERE ELSE WILL NOT BE TAKEN INTO


COGNIZANCE.

3.0 GUIDELINE FOR EMD SUBMISSION :

3.1 Tenders for which EMD Instruments are received after the due date and time shall be
rejected out rightly.

3.2 For the submission of EMD as specified in NIT or for getting EMD exemption benefit, bidder
may adopt following options:

Page 15 of 53
RPRC183359

OPTION-1: Start-up recognized by DIPP/Micro & Small Enterprises (MSEs) registered


with agencies/bodies as per Annexure-H1 of Section-1 of tender document
irrespective of the items for which they are registered with the said
agencies/bodies are exempted for payment of EMD. However to avail the EMD
exemption, Bidder must have to upload the valid MSEs certificate on e-
portal along with their bid. The certificate issued by the said agencies/bodies
shall be valid on the date of bid submission.

Note:
a. Suo-moto submission of MSE certificate by bidders after the due date of
“Bid submission” will not be considered for EMD exemption.
b. The MSEs who have applied for registration or renewal of registration but
have not obtained the valid certificate as on original bid submission date
of the tender, are not eligible for EMD exemption and bid will rejected out-
rightly.
OPTION-2: Alternatively, Bidder may remit EMD 'online' through Net Banking or NEFT
mode as per details mentioned in the “Special Instructions to the Bidder for
participating in E-Tendering”.

OPTION-3: Alternatively, Bidder may submit the EMD in the form of BG from a Nationalized/
Scheduled bank strictly as per the format given in the GCC. (If EMD amount is
more than one Lac).

Note:
a) Scanned copy of Original BG must be uploaded at e-tender portal along with
Bid document.

b) AND, Hard copy of Original BG shall be submitted / delivered in person or


sent by post in sealed envelope (super scribing tender name, number & date
of bid submission & opening) so as to reach the Tender Inviting Authority up
to stipulated date & time of Bid Submission at the following address:

Deputy General Manager – Contract Cell,


Panipat Refinery, Indian Oil Corporation Ltd.,
Panipat – 132140 Haryana.

c) Original BG preferably must reach before the deadline of submission but not
later than 07 (Seven) days from tender opening date.

d) For the purpose of receipt of Physical EMD instrument (in case of BG), the
time recorded in the receipt/DAK section against receipt shall be considered
as receipt time.

e) Only those physical BG instruments found matching with copy submitted in


the e-portal shall be considered as valid.

f) BG must be in IOCL format, No deviation with respect to IOCL format for BG


is acceptable.

3.3 EMD is not required in following cases:


a) Micro & Small Enterprises (MSE) registered with agencies as per the notification issued
by the Ministry of Micro, Small and Medium Enterprises. However bidder has to submit the
valid document.
b) Start up recognized by DIPP. However bidder has to submit the valid document.
c) Government organization & Public Sector Undertaking of the Central / State Government.

Page 16 of 53
RPRC183359

d) JV/ Subsidiary companies of IOCL.

3.4 Note:
a) EMD in the form of DD or other than as mentioned above shall not be accepted.
b) Bids without proper EMD instrument as per NIT are liable for rejection.
c) Scanned copy of the BG/ NSIC/ Micro and Small Enterprises (MSEs) certificate shall
be uploaded along with the Tender.
d) Demand Draft and Bankers Cheque is not acceptable as EMD instrument.
e) Indian Oil will not be responsible for delay in submission of online tender &
physical copy of EMD Instrument on or before due date & time of tender
submission.

4.0 GUIDELINE FOR FORFEITURE OF EMD:


Earnest Money shall be liable for forfeited in the following circumstances:

a) If the successful bidder / tenderer fails to deposit or furnish the requisite initial Security Deposit
as specified in the General Conditions of Contract within 10 (ten) days of the receipt of the
Acceptance of Tender/LOA/WO or any extension thereof permitted by the OWNER.

b) If the successful bidder fails to execute the contract agreement within 30 (thirty) days of
receipt of Letter of Acceptance or any extension thereof permitted by the OWNER

c) If a bidder / tenderer who purports to alter, modify or withdraw its / his / their bid / offer after
submission within the period during which it / he / they promised to keep its / his / their bid
valid, shall be liable to have its/ his / their tender rejected and its / his / their Earnest Money
deposit or bank guarantee submitted by way of earnest money shall be forfeited / enchased.

Note: Such forfeiture or encashment (as mentioned in point-a to point-c ) shall not be
by way of penalty or liquidated damages but by way of recovery of the agreed pre
estimate of costs incurred by the OWNER in the process relative to the bid and in the
examination and / or evaluation of the bid.

d) In case the bid is rejected due to submission of fake/ forged documents and suitable panel
action as per IOCL guideline shall be initiated.

e) In case lowest party backs out before the work order is placed or before the execution of the
work order. EMD of the lowest party shall be forfeited and suitable panel action as per IOCL
guideline shall be initiated.

5.0 GUIDELINE FOR PREPARATION OF EMD BANK GURANTEE (BG) :


(EMD in the form of BG is only acceptance when EMD amount is more than 1.00 Lacs)

a) 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. 131 to 133 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 07 (Seven) 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.

b) 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

Page 17 of 53
RPRC183359

scheduled bank, is 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.

c) The Rating of the bank sanctioning the BG should not fall below the rating of ‘A’ from Moody’s
or equivalent (from other rating agency) in case of foreign bank and rating of ‘AA’ from CRISIL
or equivalent (from other rating agency) in case of Indian banks during the tenor of the BG. In
case the rating falls below threshold level at the time during the tenor of BG, the party will
arrange to replace the BG, at its own cost, through bank acceptable to IOC”.

d) BGs of Rs. 1 Crore and above may be accepted, which is issued by any of the following
Banks:

SL No. NAME OF BANK SL No. NAME OF BANK


1. Allahabad Bank 26. Syndicate Bank
2. Bank of Baroda 27. ICICI Bank
3. Bank of India 28. HDFC Bank
4. Bank of Maharashtra 29. Kotak Mahindra Bank
5. Canara Bank 30. South Indian Bank
6. Central Bank of India 31. Federal Bank
7. Corporation Bank 32. Exim Bank
8. Indian Bank 33. ING Vysya Bank
State Bank of Bikaner &
9. 34. Axis Bank
Jaipur
10. State Bank of Hyderabad 35. Yes Bank
11. State Bank of India 36. CITI Bank n.a.
12. State Bank of Mysore 37. HSBC Bank
13. State Bank of Patiala 38. Deutsche Bank ag
14. State Bank of Travancore 39. Bank of America n.a
15. Uco Bank 40. Royal Bank of Scotland
16. Union Bank of India 41. BNP Paribas
17. United Bank of India 42. Bank of Nova Scotia
Bank of Tokyo-Mitsubishi UFJ
18. Vijaya Bank 43.
Ltd.
19. Andhra Bank 44. Mizuho Corporation Bank Ltd
20. Dena Bank 45. Barclays Bank Plc
21. IDBI Bank 46. ANZ Bank
22. Indian Overseas Bank 47. JP Morgan Chase Bank
23. Oriental Bank of Commerce 48. Standard Chartered Bank
24. Punjab & Sind Bank 49. DBS Bank
25. Punjab National Bank 50. First Rand Bank
BG (of Rs. 1 crore and above) from any other schedule bank not listed above but
having a rating of at least ‘A’ from Moody’s or equivalent (from other rating agency) in case
of foreign bank and ratings of at least ‘AA’ from CRISIL or equivalent (from other rating
agency) in case of Indian banks can be accepted subject to clearance from IOCL.

e) BGs less than 1 crore may be accepted from any schedule bank (including nationalized banks,
other schedule commercial banks, schedule cooperative banks and schedule regional rural

Page 18 of 53
RPRC183359

banks) as appearing in the Second Schedule to the RBI Act 1934.However, the BG from the
above banks is Preferable.

f) The IOCL Banker’s details required for issue of Bank Gurantees Only are as under:

Bank Name : STATE BANK OF INDIA


Account Number : 00000010813605410
Bank IFSC Code : SBIN0017313
Branch Name : CAG-II NEW DELHI

g) Bidder to note that “the rating of the bank sanctioning the BG should not fall below the rating
of 'A' from Moody's or equivalent (from other rating agency) in case of foreign bank and rating
of 'AA' from CRISIL or equivalent (from other rating agency) in case of Indian banks during the
tenure of the BG. In case the rating falls below threshold level at the time during the tenure of
BG, the party will arrange to replace the BG, at its own cost, through bank acceptable to
IOCL”.

6.0 SUO MOTO CHANGES IN PRICE BY THE BIDDER SHALL BE TREATED AS PER
FOLLOWING MATRIX
Stage Price increase Price Decrease
After Opening of un- Not Acceptable. Bid shall In case of Suo moto price decrease:
price bid be asked to withdraw the 1. Tender evaluation shall be done
price increase, in case without considering suo moto
bidder refuses to withdraw price decrease.
the price increase their bid 2. Ordering shall be done
shall be liable for rejection. considering suo moto price
EMD shall be forfeited. decrease.
Note:
i) Supplementary letters for revision in prices received from the bidders shall be considered
only in those cases where the revision in the price is asked for by IOCL based on the
changes in specification/scope of work/commercial terms and conditions.

7.0 GUIDELINE WITH RESPECT TO PQC DOCUMENT:

a) For experience purpose (1/2/3 Work Order) the Work Order with completion date within last five
years (irrespective of work order issue date and date of commencement) shall be acceptable.

b) For experience, the single work successfully executed by the bidder, as main or
subcontractor, during any of the last five years ending on last day of the month immediately
previous to the month in which the last date of bid submission (in case of extended bid
submission date, original bid submission date shall be considered) falls will be considered for
evaluation.

c) If the documentary evidence of executed value is submitted by the bidder along with his bid then
the work order value or executed value, whichever is higher, shall be considered for meeting PQC
requirement and his offer will be evaluated accordingly. If no documentary evidence is submitted
by the bidder for the completion value then his offer will be considered on the basis of the work
order value of successfully completed work and no further query in this regard will be made.
However, Certification for successful completion of job is mandatory.

Page 19 of 53
RPRC183359

d) In case, the executed value of job is more than work order value and bidder claims for meeting the
PQC requirement on the basis of executed value then it is the responsibility of the bidder to submit
the documentary evidence of final executed value (such as copy of final bill, executed value
mentioned in completion certificate etc.) along with his bid’.

e) Whenever a contractor had worked as a sub-contractor to main contractor, their experience


also can be considered. With regard to Sub-Contracted work order, the bidder has to submit a
Certificate from the end user / Owner / Consultant of the Owner stating that the main
contractor has intimated them about the engagement of sub-contracting OR have been
allowed/ permitted as a sub-contractor.

f) Bidder to note that “PQC for ARC jobs (more than one year duration) is set on annualised
estimate basis. Therefore, evaluation for experience criteria shall also be done on annualized
value of work order or annualized executed value, whichever is higher and submitted by the
bidder.

g) Bidder to note that the amount considered for meeting the experience criteria of PQC shall be
exclusive of Service Tax/GST. In case the value of job submitted by the bidder does not have
clarity with regard to inclusion/exclusion of Service tax/GST, the amount appearing in the
certificate shall be considered exclusive of tax and shall be evaluated accordingly.

h) Bidder to note that “In case, a foreign bidder submits any of the Pre Qualification supporting
documents in any language other than English, then it will be the responsibility of such foreign
bidder to also provide the English translation copy of the same duly certified, stamped and
signed by their Local Chamber of Commerce/ Notary.”

i) Provident Fund (PF) and ESI registration are mandatory requirement for domestic bidder. PF
& ESI is not mandatory for Foreign bidders, foreign bidders are required to submit an
undertaking clearly stating that they will not employ any man-power from India OR in case
they will employ the man-power from India, they will comply with the PF & ESI requirements.
ESI is mandatory requirement and concerned bidder is required to submit the ESI registration
certificate (if applicable) within 15 days from the award of work to EIC.

j) Bidders have to uploaded the audited balance sheet along with profit and loss account of last
03 (Three) financial year for meeting Annual Turn Over (ATO) requirement as specified in NIT.
ATO document must contain the Name, Signature and membership no. of Charted Account
along with sign and stamp of bidding firm.

k) Bidder to note that “In case of involvement of foreign contractors, tenders can be submitted
either by the contractor directly OR by their Indian Agent on behalf of them, but not both. The
Indian Agent should represent only one contractor and he should not be allowed to quote on
behalf of another contractor for subsequent or parallel tender for the same job.”

l) Bidder to note that “Experience of only the bidding entity shall be considered. A Company
(bidder) shall not be allowed to use the credentials of its parent or any group company to meet
the Experience Criteria unless stated otherwise elsewhere in NIT/Tender document. However,
jobs executed for Subsidiary / Fellow Subsidiary / Holding company will be considered as
experience for the purpose of meeting experience criteria subject to submission of tax paid
invoice(s) duly certified by Statutory auditor of the bidder towards payments of statutory tax in
support of the job executed for Subsidiary / Fellow Subsidiary /Holding company. Such bidders
shall submit these documents in addition to the documents specified in the PQ Documents to
meet Experience Criteria.

Page 20 of 53
RPRC183359

m) Bidder to note that “Consultant appointed for the project / work shall not be allowed to
participate in the tender either directly or indirectly. An indirect participation shall include
participation through an affiliate or as a subcontractor, consultant or supplier. The expression
‘affiliate’ for the purpose of this clause will include any person, or company or association
(howsoever designated) who/which is a member of the consultant (if the consultant is a joint
venture or consortium or who or which directly or indirectly holds 10% (ten percent) or more of
the capital or voting capital of consultant (if the consultant or any of its members is a company
or a body corporate) or who or which is a consultant or sub-contractor of the consultant with
regard to the project.”

n) Foreign bidders are not permitted to bid against domestic tender.

o) Bidder to note that “In case of ambiguity or incomplete documents pertaining to PQC, bidders
shall be given only 01 (one) opportunity with a fixed deadline after bid opening to provide
complete and unambiquous document in support of meeting the Pre-Qualification Criteria. In
case the bidder fails to submit any document or submits incomplete documents within the
given time, the bidder’s tender will be rejected.”

8.0 GUIDELINE FOR INSOLVENCY AND BANKRUPTCY CODE, 2016 (IBC) :

a) It will be the responsibility of the bidder to inform IOCL within 15 days from the date of order of
insolvency resolution process or liquidation or bankruptcy proceeding passed by the
Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt Recovery
Tribunal (DRT) under the Code.

b) If bidder refuses or fails to share the information regarding their status of insolvency resolution
process or liquidation or bankruptcy proceeding in their bid or at any later stage, their offer is
liable to be rejected by IOCL.

c) IOCL reserves the right to cancel/terminate the contract without any liability on the part of
IOCL immediately on the commencement of insolvency resolution process or liquidation or
bankruptcy proceeding of any party under the contract.

d) IOCL reserves its right to evaluate and finalise the bid without considering the bid of any party
undergoing insolvency resolution process or liquidation or bankruptcy proceeding under the
Code regardless of the stage of tendering.

e) A declaration / undertaking shall be submitted from the bidder in the Format (as per
Annexure-Q of Section-2 of tender document) along with techno-commercial bid.

9.0 Guideline for WO/Sub-Contract document w.r.t to date of Formation of Firm:

a) If the work order, submitted by the bidder against their credentials, found to be issued before
the date of the formation / registration / incorporation of that bidder, then that work order shall
not be considered as valid work order for evaluation against PQC.

b) If the work order, submitted by the bidder against their credentials, found to be issued to them
as contract or sub-contract by the issuing authority whose company or firm is found to be
formed / registered / incorporated after the date of issue of that work order, then that work
order shall not be considered as valid work order for evaluation against PQC.

Page 21 of 53
RPRC183359

c) If the sub-contracting work order, submitted by the bidder against their credentials, found to be
issued before the date of issue of the original work order against which that sub-contracting
work order was issued, then that sub-contracting work order shall not be considered as valid
work order for evaluation against PQC.

Page 22 of 53
RPRC183359

SUPPLEMENTARY INSTRUCTIONS TO TENDERERS

1.0 Health and medical fitness of workers:

i) Contractor has to submit fitness certificate of each contract worker to EIC as per enclosed
format Annexure-G of tender, before assigning any job.

ii) 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.

iii) Production of fitness certificate does not relieve the contractor of any of his responsibility in
respect of workers engaged by him.

2.0 Taxes and duties:

i) 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.

ii) Vendors / Contractors shall submit proper Cenvatable tax invoices, as per GST Act, to enable
IOCL to take full input tax credit, under GST Act, in the absence of which, Payments shall not
be released.

IOCL T.I.N. No. 06832611272


GST No. for Panipat Naphtha Cracker & PX-PTA 06AAACI1681G3ZR
GST No. for Panipat Refinery 06AAACI1681G1ZT

iii) The bidders have to quote their basic rate/ price excluding GST (Goods & Services
Tax).

iv) GST, if applicable as per GST act up to contractual completion date, will be paid extra at
the rates applicable to bidder for providing services under this contract against the
invoice suitable for claiming input tax credit.

v) Bidder is requested to refer the Addition condition of Contract (Commercial) for current
Tax Rate.

vi) Bidder may take note of the above and quote accordingly and Refer GST format of
Tender Document for GST.

3.0 GST conditions for Works and Service Contracts:

i) The quoted price shall be exclusive of SGST & CGST/ IGST unless and until specifically not
mentioned elsewhere of tender document.

Page 23 of 53
RPRC183359

ii) GST amount shall be paid to the CONTRACTOR at actual against submission of invoice
issued in accordance with the Invoice Rules.
iii) In case of recovery on account of License Fees on Land, Owner shall issue an Invoice
including applicable GST for adjustment against RA / Final Bills.

iv) The contractor shall not directly consign any material under their scope of supply to Owner.

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

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

vii) Depending upon the nature of service of subject tender, category of services, service
accounting code(SAC) and applicable rate of GST (SGST+CGST OR IGST as the case may
be) is to be confirmed by bidder as per prescribed format given in the Annexure-S1 of
Section-2 of tender document.

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

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

x) In case a Bidder declares that he has applied for GSTIN registration at the time of submission
of Bid but GSTIN is not available, he must attach a copy of Application Reference Number
(ARN) as proof of his declaration. And in such cases, Bid shall be evaluated after considering
GST Rates and Service Accounting Code (SAC) as determined by the Owner if Bidder has not
confirmed or quoted the same. In such cases, Work Order may be awarded pending
submission of GSTIN by such Bidder. However, Bidder must submit GSTIN before first
payment under Contract is released.

xi) In case Service is specified where Service Recipient is liable to pay GST under Reverse
Charge, same shall be clearly mentioned in the Annexure-S1 of Section-2 of tender
document.

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

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

Page 24 of 53
RPRC183359

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

a. Name, address and GSTIN of the supplier;


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

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

xvi) It shall be obligatory for the Bidder to issue Credit Note for Price reduction on account of delay
in delivery as defined in the Bid or Contract Documents in the month immediately following the
month in which deduction of account of delay in delivery is effected by the Owner.

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

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

Page 25 of 53
RPRC183359

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

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. Environmental Protection by minimizing pollution and optimizing 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 awareness on 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.

V.K. RAIZADA
Execute Director

Page 26 of 53
RPRC183359

Annexure – A

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 Owner’s absolute right to resort to and
impose such exclusion.

Place: Signature of Bidder :

Date: Name of Signatory :

Page 27 of 53
RPRC183359

Annexure – B

PERFORMANCE REPORT OF CONTRACTOR


A) Name of Contractor :

B) LOA No. :

C) Date of Starting work :

D) Date of completion :
(Scheduled/Actual)
E) Name of work (in short) :

Sr. Activity Action Marks Give marks as


No Applicable
1 Initial Mobilization
i) For works costing upto 15 lacs a) within 7 days of LOI 8
b) within 8 to 14 days of LOI 4
c) After 14 days of LOI (-) 4
ii) “Between 15 to 50 lacs a) within 14 days of LOI 8
b) within 15 to 21 days of LOI 4
c) After 21 days of LOI (-) 4
iii) “above 50 lacs a) within 20 days of LOI 8
b) within 21 to 30 days of LOI 4
c) After 30 days of LOI (-) 4
2 Performance of work
i) Submission of progress- a) within 7 days of LOI 4
schedule identifying 5 b) within 10 days of LOI 2
important milestones. c) within 15 days of LOI 1
d) After 15 days of LOI (-) 2
ii) Milestones achieved as per a) As per schedule(Ro) 10
original progress schedule (Ro) a-1) Delayed on A/c of dept 10
b) “Within acceptable limits (as per 8
subsequent acceptable prog.
Schedule) Revision 1
b-1) “ As per Revision 2 6
c) Just satisfactory 0
iii) Man-power deployment
1) Skilled a) Adequate as per R0 8
b) Adequate as per R1 6
c) Adequate as per R2 3
d) Just adequate 0
2) Unskilled a) Adequate as per R0 8
b) Adequate as per R1 6
c) Adequate as per R2 3
d) Just adequate 0
iv) Material availability a) Adequate as per R0 10
b) Adequate as per R1 8
c) Adequate as per R2 5
d) Just adequate 0
v) Healthiness of M/Cs & a) Sound health 5
Tools & Tackles b) Satisfactorily maintained 2
c) Poorly maintained 0

Page 28 of 53
RPRC183359

3 Labour wage payments and


Adherence to labour laws
i) Payment of wages a) Full payments in time 8
b) Late payments 3
ii) Adherence to labour laws a) Full compliance 6
b) partly compliance 2
4 Quality of work & material
i) Materials under a) Excellent 5
contractor’s scope b) Good 3
ii) Workmanship a) Maintaining very good line & level 5
b) “ “ just enough line & level 2
5 Site clearance after a) Within 7 days 5
completion of work b) within 15 days 3
c) After 15 days (-) 5
6 Sub-letting of work a) With deptt. approval 0
b) Without deptt. approval if noticed (-) 15
7 Depositing ISD and Signing of a) Within 10 days of information as per 5
Agreement LOI
(to be filled up by Contract cell) b) After 10 days of LOI 0
8 Co-operation a) Full Co-operation with deptt. 5
b) Partial co-operation 2
9 Safety & Environment Norms a) Adherence to safety norms 5
b) Per violation of safety norm (-) 2
10 Statutory Requirement a)Adherence as per schedule 3
b) Not as per schedule 0
Total 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

TO : HOD (CONTRACT – CELL)

Digital Signature of the Tenderer

Page 29 of 53
RPRC183359

Annexure – C

INSTRUCTIONS TO CONTRACTOR FOR COMPLIANCE OF SAFETY BRIEFING

There will be compulsory safety briefing to contractor employees, before their entry inside Refinery.
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 contractor’s employees will be submitted by the contractor to CISF and CISF will
allow entry of those contractor employees from gate No.1 of Refinery 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 Refinery 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 atleast three weeks.

10. From 25.12.2012, issue of permanent gate pass to contractor employees by security will be
done on availability of safety briefing card only.

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 Non-compliance 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

Page 30 of 53
पानीपत रफाइनरी एवं पेटोकेिमकल कॉ े RPRC183359

ठे केदार सुर ा दशन मू ांकन णाली

पानीपत रफाइनरी एवं पेटोकेिमकल कॉ े की सुर ा को बेहतर बनाने के िलए नवंबर 2017 से “ठे केदार सुर ा दशन मू ां कन णाली” की
शु वात की गयी तािक ठे केदार सािथयों का सुर ा दशन का आकलन िकया जा सके। इस णाली को अिधक मजबू त बनाने के िलए इसे रत
“SAP” िस म म लागू िकया जा रहा है ।  

सुर ा दशन मू ांकन का उदे   सुर ा दशन अं क


 
असंतोषजनक < 150 
• इस व था का उदे िविभ ठे केदारों ारा काय म ली गयी सुर ा के र को जानना है ,
संतोषजनक  ≥ 150 < 250 
िजससे सुरि त ठे केदारों की पहचान की जा सके ।
अ ा  ≥ 250 < 350 
• इस मू ां कन के आधार पर आगे आने वाले कां टै उ ी ठे केदारों को िदये जाएं गे, िजनका
सुर ा दशन अ ा पाया जाएगा ।
उ ृ   ≥  350 

 
सुर ा दशन मू ांकन की जानकारी  1. गत सुर ा उपकरण (कुल अंक - 80)‐
इस व था के अंतगत सभी ठे केदारों का पाँ च कारकों के आधार पर
 

  1. ा पी.पी.ई. मानक अनुबंध (Contract  Standard)  के अनुसार


मू ां कन िकया जाएगा   योग िकया जाता है .
1. गत सुर ा उपकरण – 80 अंक
2. साइट पर पी.पी.ई. अनुपालन ( ेक कामगार के उ ंघन के
2. िश ण – 50 अंक
अनुसार% मा कट िकए जाएं गे)  
3. दु घटना/ चोट/ बाल बाल बचने की घटना – 70 अंक
3. काय अविध के दौरान ठे केदार ारा कम से कम 20% अित र
4. वक पिमट का पालन – 100 अंक
पी.पी.ई. ॉक रखा गया है ।
5. सुर ा ो ाहन और जाग कता – 100 अंक
4. ठे केदार ारा पी.पी.ई. ॉक और कामगारों को िदये जाने वाले
 कुल अंक – 400  (ई.आई.सी. 200 अंक , फायर से टी– 200 अंक)
पी.पी.ई. का िव ृत ोरा रिज र होना चािहए। 

2. िश ण (कुल अंक - 50) 3 .दु घटना/ चोट/ बाल बाल बचने की घटना (कुल अंक - 70) 
 
1. ठे का िमकों के िलए सुर ा िश ण के बारे म (Tool  Box  Talk) 1. ठे का कमचा रयों ारा रपोट की गई बाल बाल बचने की घटना
  दान की गई और रकॉड रखा हो ।  ( ेक 20 िनयर िमस रपोट के िलए 1 अंक, अिधकतम 20 अंक)
2. ठे का िमकों के िलए के िलए सुर ा िश ण की व था (इं ड न 2. ठे केदार / ठे का कमचारी के खलाफ असुरि त काय/ असुरि त थित
फायर
  & से टी िश ण/ ऑन द जॉब से टी टे िनंग)  दे खी गई 
3. ा ठे केदार यह सुिनि त करता है िक सभी कामगार िनिहत काम 3. ाथिमक िचिक ा / आग की घटना / चोट (-10 हर ाथिमक िचिक ा
 
करने के िलए स म ह ।  / चोट के िलए 10 अं क कम िकए जाएं गे) 
4.
  ा ठे केदार यह सुिनि त करता है िक सभी ठे का कमचा रयों को 4. बड़ी दु घटना / बड़ी आग (-100 हर दु घटना)
सीधे-सीधे स म ारा सुपरवाइज़ िकया जाता है । 

4.वक पिमट का पालन (कुल अंक - 100) 5.सुर ा ो ाहन और जाग कता (कुल अंक - 100)
 
1. सभी काम वैध वक पिमट और यरस के साथ िकए गए 1. ा ठे केदार ने अपने कमचा रयों को सुर ा दशन के आधार पर
  वक पिमट उ ंघन (-2 हर वक पिमट उ ंघन)
2. े रत िकया है ।  ा ठे केदार ने अपने कमचा रयों तथा इं जीिनयर इनचाज
के साथ सुर ा बैठक की ह । 
3. ा काय के दौरान डड संचालन ि या (SOP) का पालन िकया
  2. ा ठे केदार ने ठे का कमचा रयों को सुर ा के बारे म जाग क करने
गया ।  के िलए साइट पर सुर ा चार िकया है या नहीं । 
4.
  ा ठे केदार ारा डड इ पमट का उपयोग िकया जाता है । 3. ा ठे केदार ारा से टी सुपरवाइजर िनयु   िकया है ।
5. ा ठे केदार को सुर ा मानदं डों का पालन न करने के िलए दं िडत 4. ा ठे केदार या उसके कायकता को आई०ओ०सी०एल ० बं धन से
िकया
  गया है या नही?ं कोई शं सा पु र ार िमला है ?
6. ठे केदार ारा अि एवं सुर ा उपकरणों का दु पयोग नहीं िकया गया 5. ा सभी ठे का कमचा रयों की ा जां च की गयी है और उसके
 
ह। द ावेज इं जीिनयर इनचाज को जमा कराये गए ह ।

Page 31 of 53
SAMPLE FORMAT FOR CONTRACTOR SAFETY EVALUATION SYSTEM  RPRC183359

Contractor Safety Performance Evaluation DATE: 
A  Name of the contractor
B W.O.Number
C  Job description
D RA Bill Number (1st or 2nd or ‐‐‐‐) or Write Final Bill
E  Area/Unit
F Engineer in Charge
G Designation of Engineer In‐Charge
H Department
EIC Marks (200)  F&S Marks (200)
PPE Alloted Given Alloted Given
Whether PPEs being used as as per standard as mentioned in contract documents. (All PPE 
1
non standard‐ 0 marks, Partial then as per percentage) 10 10
2 PPE compliance at site (% Marks cut as per violations per worker) 10 10
Additional stock of at least 20% of requirement maintained by contractor throughout the 
3
work period. 20 10
4 PPE Stock & issue register maintained by contractor  10
Training
Daily tool box talk imparted and record maintrained regarding safety training to contract 
1
workers 10 10
2 Safety training arranged for contract workers (Induction/ On the job safety training)  10
3 Does the contractor ensure that all the personnel are competent to perform the work 10
4 Does the contractor ensure that the workers are directly supervised by competent person. 10
Work permit compliance
1 All works carried out with valid work permit and clearance 10 10
2 Work permit violations (‐2 every work permit violation) 10 10
3 Whether SOP during the job are being followed by the contractor 10
Whether standard equipement are used by contractor (Electrical fittings, Lifting tools. Mech. 
4
Equipment etc) 10 10
5 Whether the contractor has been penalized for non compliance of safety norms 20
6 F&S equipment being misused by contractors 10
Accident/ First Aid incident/ Near Miss
Near miss reported by workers (1 mark for every 20 near miss reported, 20 marks 
1 maximum) 20
2 Unsafe act / unsafe condition noticed against contractor/ worker  10
3 First aid/ Fire incident/ Minor injury (‐10 every first aid/ minor injury) 20
4 Accident / Major fire (‐100 every accident) 20
Safety incentives & awareness
1 Whether the contractor has motivated its employees on basis of safety performance.  20
Number of safety meeting conducted with owner+EIC+WOrkers (2 marks per meeting, 10 
2 marks maximum) 10
3 Whether the contractor has done safety propaganda at site to aware his workers on safety. 10
4 Safety supervisors deputed at site  10 10
Safety supervisor qualification ‐ Regular Diploma in industrial safety from recognized institute 
4a (10 marks)
4b Safety supervisor qualification ‐ Part time Diploma in industrial safety (5 marks)
4c Safety supervisor qualification ‐ No safety diploma (0 marks)
5 Whether contractor/ his worker received any appreciation award from IOCL management 10
6 Awareness of safety norms by the contract workers at site 10 10
Whether medical health check up of all the contract workers done and documents submitted 
7 to EIC. 10
 Marks 200 200
Total Marks
Contractor Safety performance
1 Unsatisfactory < 150
2 Satisfatory ≥ 150 < 250
3 Good ≥ 250 < 350
4 Excellent ≥  350

At the time of completion of work order, EIC will fill contractor safety performance sheet and will submit the same to F&S for "No 
1
objection certificate" & "Safety Performance certificate".
2 F&S will fill its part of contractor safety performance and will check the rating of contractor.
3 Based on his rating, F&S will issue certificate to the concerned contractor through EIC with a copy to Contract cell.
4 Contract cell will maintain master data of contractor safety performance of each contractor.

Signature of EIC

Page 32 of 53
Signaure of F&S Officer 
RPRC183359

Annexure – D

(To be typed on Contractors’ Letter Head)

Indian Oil Corporation Limited


Panipat Refinery
PANIPAT

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 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 he
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 counter-signature.

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 :

Page 33 of 53
RPRC183359

Annexure – E

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) Duly and faithfully observe all safety ad other regulations applicable to the Refinery to
which the gate Pass (es) relate (s).
ii) 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.
iii) 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 above-named.
iv) Not make any claim against Indian Oil Corporation Ltd. for any loss damage or injury to me
/ us while in the premises
v) Not make any claim against Indian Oil Corporation Ltd. employment, compensation,
absorption or otherwise.
vi) 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.
vii) Not use the Gate Pass for any purpose other than for entry into designated premises for
the bona fide performance of such duties as be assigned to me / us by our aforesaid
employer.

Name ________________Designation ____________ Signature ______________

Page 34 of 53
RPRC183359

Annexure – F

FORMAT FOR COMPLETION CERTIFICATE FROM E.I.C


FOR ARC’S RUNNING UNDER EXTENSION

Sl. No. Description Details to be filled


1 Name of Work

2 Work Order Number

3 Work Order Value

4 Date of Commencement

5 Contractual Completion Date

6 Executed Value Upto


Contractual Completion

7 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

Page 35 of 53
RPRC183359

Annexure- G

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 Height
Chest Weight
Abdomen Anemia
CNS BP
Pulse
Investigation
Hb % TLC DLC
Platelets PBF

Blood Group & Rh


RBS
Typing
Urine - R/E M/E
Stool – R/E M/E (For canteen Workers)

Signature
Doctor Name
Registration NO.

Digital Signature of the Tenderer

Page 36 of 53
RPRC183359

Annexure – H1

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. Policy is meant for procurements of only goods produced and services
rendered by MSEs. Stockist/traders are excluded from the purview of public procurement policy.

III) 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 original bid submission date of
the tender, are not eligible for exemption/preference.

IV) The MSEs registered with above mentioned agencies/bodies are exempted from payment of
Earnest Money Deposit (EMD).

Note:
a. To avail the EMD exemption and price preference, Bidder have to upload the valid MSEs
certificate on e-portal along with their bid. The certificate issued by the said agencies/bodies
shall be valid on the original bid submission date.
b. Suo-moto submission of MSE certificate by bidders after the due date of “Bid submission” will
not be considered for EMD exemption/price preference.
c. The successful bidder should also ensure the validity of certificate till the end of the contract
period.

V) Price Preference :-

Subject to meeting terms and conditions stated in the tender document including but not limiting
to prequalification criteria, 20% (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%
shall be allowed to supply up to 20% (Twenty 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.

Page 37 of 53
RPRC183359

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% 20% order on MSE subject to matching L1 price
Cannot be split L1 Full Order on MSE
Cannot be split Not L1 but within L1+15% Full Order on MSE subject to matching L1 price

VI) Out of the 20% (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 4% (Four
percent) sub-target so earmarked shall be met from other MSEs.

VII) 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.

Note: Allotment of 20% job to MSE bidders is only applicable in case where job can be split
and specified by IOCL. If specifically not mentioned anywhere, then it will be considered that
job cannot be split and complete job will be awarded to single agency.

VIII) Eligibility Criteria for Price Preference to MSEs

A) For Works Contracts :


Price Preference to MSE Bidders is not applicable in Works Contracts.

B) For Service Contracts:


To avail the price preference the bidder has to submit MSE certificate.

Page 38 of 53
RPRC183359

Annexure – I

Condition for Price Escalation

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

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

a) Increase in minimum wages means: Any increase in minimum wages of workers and
corresponding increase in statutory component of wages due to coming into force by any fresh law
or notification issued by state/central government or wages increase arising out of court order or
direction of the corporation to pay higher wages.
b) Any increase in minimum wages after stipulated date of price bid submission shall be payable from
the effective date mentioned in the notification as defined in (a) above up to contractual completion
period including justifiable extensions, if any. Any increase in minimum wages beyond justifiable
extension period is to be borne by the contractor. The amount becoming due after contractual
completion will be reimbursed only after approval of time extension, however, contractor has to
insure that payment to worker is made as soon as it becomes due as per labour payment
schedule.
c) There shall be no service charges/profit component payable to the contractor on account of
differential amount reimbursed to the contractor towards increase in minimum wages.
d) The additional impact of taxes to be paid by the contractor to the authorities on account of increase
in minimum wages will be reimbursed by IOCL.
e) Reimbursement of differential amount on account of increase in minimum wages shall be made in
the following manner :
i. For contracts in which number of manpower to be deployed has been specified, the
differential amount on account of increase in wages for the actual numbers of labours
deployed as per direction of E.I.C shall be reimbursed to the contractor as per wages register
certified by E.I.C upon submission of proof of payment of revised wages and statutory
components.
ii. For contracts in which number of manpower to be deployed has not been specified, if
the increase in the minimum wages is beyond 10% at a time (singular increase more than
10%), the differential amount exceeding 10% will be reimbursed based on calculation given
at (a) and (b) below and the lower of the two values will be considered for reimbursement.
a) Differential amount arrived using price variation formula given below:
A% = Percentage of labour component as specified in the tender.
Y% = Average percentage increase in minimum wages.
Y is to be calculated on the basis of average percentage (average of percentage
variation in each category for unskilled, semi-skilled, and skilled).
Z = Value of work executed on/after effective date of revision in wages.

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

OR

b) The differential amount (increase in wages and statutory components) calculated


based on certified wages register.

iii. Mixed type of contracts having both types of items i.e. composite as well as specified
manpower, will be dealt in accordance with the relevant clauses as mentioned above.

Page 39 of 53
RPRC183359

Annexure – J

TENDER CONDITIONS FOR RELAXATION IN PRIOR EXPERIENCE & PRIOR TURN


OVER TO START-UP ENTERPRISES/MSES IN “NON-CRITICAL” CATEGORY TENDERS

As per Govt. policy on Start up and advisory from MoPNG regarding relaxation to Start ups
and MSEs in Prior turn over and Prior experience will be applicable for “NON-CRITICAL”
tenders only.

(A). For MSE Bidders:


1. Prior turnover and experience criteria given under NIT clause are relaxed for the quantum of
15% only.
2. MSE will be recognized by the Govt. agencies as mentioned in Annexure-H.

(B). For Start-ups:


1. 100% Exemption from Prior turn over and Prior experience given under NIT clause will be
applicable for recognized start-up bidder only.
2. Above exemption for start-ups will be applicable in such non-critical tenders only, which is
floated for trail order or developmental order.
3. The definition of start-up shall be as per Gazette Notification of Govt of India.
4. Recognized Start-ups (as per Start-up India Action Plan of Govt of India) subject to Submission
of Certificate of recognition as Start-up from DIPP (Department. Of Industrial Policy &
Promotion), Ministry of Commerce & Industry, Govt of India.

(C). Note: Start-ups and MSE bidders shall be required to submit an undertaking stating that
they will comply to all quality requirements and technical specifications of the tender during
execution and adhere with the completion schedule & statutory compliance as mentioned in
tender.

Page 40 of 53
RPRC183359

ANNEXURE-K

Dated:__________

AN UNDERTAKING BY A CONTRACTOR FOR COMPLIANCE OF ALL LAWS, AS


APPLICABLE

REF: WORK ORDER NO._____________________ DATED _____________________

I/We __________________________________S/o
___________________________________ (Proprietor/Partner/Director of M/s
___________________________________ being contractor
of M/s Indian Oil Corporation Limited, Unit : _________________________________________

do hereby declare and undertake as under:

1. That in the capacity of independent Contractor of M/s Indian Oil Corporation, I/We have
complied with the provisions of all statutory Provisions as applicable. I/We have paid the
wages for the month of ________________________ which are not less than the minimum
rates as applicable, to all my/our employees and no other dues are payable to any employee
engaged against the aforesaid work order.

2. That I/We have covered all the eligible employees under Employees' Provident Funds &
Miscellaneous Provisions Act, 1952 and the Employees' State Insurance Act, 1948 /
Employees' Compensation Act, 1923 and deposited the contributions for the period
___________ to____________ and as such no amount towards contributions whatsoever is
payable. Appropriate Insurance Cover has been obtained for all such employees engaged
under my/our Contract (including uncovered) under EDLI Scheme.

3. If any violation or non compliance is discovered at a later date, I/We shall be answerable to
the authorities, courts for such violations and non-compliances and the Principal Employer
shall not be responsible or liable for such violations and non-compliances in any manner
whatsoever. I/We hereby fully agree to indemnify the Principal Employer from associated
losses, costs and risks suffered by it in the event of any violations and non compliances on
my/our part.

SIGNATURE WITH SEAL

NAME __________________

DESIGNATION ________________

CONTACT NO. ________________

Note: Undertaking to be obtained from Contractor before passing any of his running or final bill.

Page 41 of 53
RPRC183359

ERRATA TO SCC FOR PANIPAT REFINERY

Existing Clause Safety Regulations and Proposed change in the clause 1.4
Environment Management System regarding
Qualification of safety supervisor part

The supervisor should have requisite “Qualification of Safety supervisor is as under:


qualification and experience to carry out the
job. Such supervisors shall have to submit (i) Minimum 10+2 or higher
safety supervisor training certificate issued
(ii) Diploma in Industrial Safety Management
by RLI or equivalent certificate and also to /Fire & Safety/Occupational safety &
pass the test conducted by F &S Dept. for health/Health, safety & Environment from any
assessing their Knowledge on safety aspects Govt. recognized
and competence to supervise the job. board/university/organization or equivalent.

(iii) Experience: Minimum ONE years working


experience in the field of safety in any
Construction/Chemical/Fertilizer/Oil
Refinery/Gas processing/petrochemical
plant.

(iv) Such Supervisors shall submit copy of above


documents to F& S followed by interview to
assess their knowledge. Deployment of
supervisors to be done after acceptance of
F&S Deptt along with EIC.

Page 42 of 53
RPRC183359

SCOPE OF SUPPLY

A. SCOPE OF OWNER’S (IOCL) SUPPLY:

 As per "SOR, Additional Conditions of Contract (Technical) & Tender document"

B. SCOPE OF CONTRACTOR'S SUPPLY:

 As per "SOR, Additional Conditions of Contract (Technical) & Tender document"

NOTE: Above scope of supply is indicative only and not exhaustive and therefore all other
materials/ consumables/ 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

Page 43 of 53
RPRC183359

TIME SCHEDULE

Name of Work Time of Completion

“Lining Up Contract: Support services 01(One) year which shall be reckoned from the
(Supply of Manpower) for Miscellaneous date of starting the job at site.
jobs in Fire & Safety Department at
Panipat Refinery.”

Page 44 of 53
RPRC183359

SCOPE OF WORK

Scope of work shall be in general but not limited to the following:

 Outline scope of work shall be as given in the SOR (Schedule of Rates), Additional Condition of
Contract (Technical) & as per tender document.

However, the Contractor shall be responsible to complete the entire work as per schedule of
rates, technical description, drawings etc in all respect 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

Page 45 of 53
RPRC183359

ADDITIONAL CONDITION OF CONTRACT (COMMERCIAL)

1.0 Compliance after Award of Job:

a) In case of award of work, Initial Security deposit (ISD) is to be deposited within 10 days of issue of
LOA/WO. In case ISD is not received within 10 days from receipt of LOA/WO, penal interest will
be charged & recovered from bills of the contractor.
b) If ISD/SD is being submitted in the form of BG then validity of BG should calculated as follows:
WO completion period + 12 months defect liability period + 03 months as claim period
i.e. WO completion period + 15 months

c) BG must be in IOCL format, No deviation with respect to IOCL format for BG is acceptable.

d) Contract Agreement is applicable for the work order value of above Rs. 50.00 Lac. Contract
Agreement is required to be signed within 30 days of receipt of LOA/WO. Successful bidder has
to immediately submit a blank non-judicial stamp paper/e-stamp paper (Haryana State) of Rs.100/-
for the preparation of Contract agreement.

2.0 Specific Deviation with respect to GCC/SCC:

2% deduction towards consumption of air, water & electricity is waived off.

3.0 Applicable Taxes:

In addition to guideline given in Supplementary Instruction following is applicable for this


tender:
a) GST as per applicable rate (presently @ 18%) shall be paid extra.

4.0 Labour Component:


a) Weighted percentage for Labour component over the estimated cost = 100%

5.0 Preference to Startup Bidder:


a) (Note: Subject job is Critical in nature so there is no Relaxation of PQC to MSE &
Startup bidders)

6.0 This Tender cannot be split and shall be awarded to only one agency.

Page 46 of 53
RPRC183359

ADDITIONAL CONDITION OF CONTRACT (TECHNICAL)

Terms & Conditions of Contract.

1. Scope of Work:

1. Semi-skilled Workers:

Supply of 2 Nos. Semi-skilled worker for handling of Fire fighting chemicals and upkeepment of fire safety
equipments at fire station.

A)Handling of Fire fighting chemicals in Fire Station including loading/unloading of foam from storage area
to over head Foam tanks,shifting of DCP and Foam compound from one place to another at Fire Station.

B)House keeping of storage area, store upkeepment, general cleanliness of fire & safety appliances,
equipments & other miscellaneous jobs related to fire station.

C) Material issue & checking: PPEs along with other safety equipments are stored at Fire & safety Dept.
which are issued to employees and contractors on regular day to day basis . Other than these, various
miscellaneous jobs like cleaning of Fire-Tenders & cleaning and upkeepment of PPEs kept at stores are
regularly to be done.

2. Skilled Worker:

Supply of 1 No. Skilled worker well conversant in Hindi and English language and literate in Computers
(viz. Microsoft Word, Excel, Powerpoint) required in fire & safety dept for a number of official jobs carried
out on day to day basis.
The main jobs involving the record keeping of official files, store items, fire fighting equipments, training
records and other similar records related to fire & safety.

2. Owner's Scope of Supply:

a): Personal Computer


b): Stationery
c): Working Space

3. Contractors Scope of Supply:

3.1 Providing One skilled & Two Semi Skilled Workmen for above said job at Fire & Safety on daily basis.

3.2 Lodging, Boarding, Travelling & local transport for the workmen shall be in the scope of the contractor.

3.3 Providing PPEs like safety shoe, safety helmet is under the scope of the contractor.

3.4 Vendor shall provide coverall to semi skilled workmen and uniform to skilled workman.

3.5 In case the workmen are found not working to the full satisfaction of EIC, Vendor shall have to provide
replacement within 7 days of notice given by EIC.

3.6 In case of absentism of workmen, deduction will be done on prorata basis.In case of long absentism
beyond 7 days without intimation, contractor has to arrange alternate manpower failing to do so will be
liable of penalty equivalent to day on prorata basis apart from absentism deduction.
3.7 Semi-skilled worker shall be well conversant with Fire & Safety Equipments,fire fighting AFFF/DCP and
General rules followed inside battery area.

Page 47 of 53
RPRC183359

3.8 Existing workman cannot be replaced without consent of EIC.

3.9 Any damage to machinery, equipments, chemicals or any property of fire & safety done by labourers
will be recovered by the contractor.

4. Additional Special Terms & Conditions

4.1 The minimum rates of wages being notified from time to time are basic rates of minimum wages which
would not be allowed to be segregated into components in the form of allowances by the employer agency.

4.2 Monthly wage payments are to be made within the stipulated period i.e. before 7th of the following
month through electronic mode. All other statutory payments to the workers are also to be made through
electronic mode.

4.3 ESI Biometric Cards are to be ensured for all workers covered under the ESI Scheme by the employer
agency.

4.4 Appropriate insurance cover @ 0.5% of the emoluments (i.e. Basic+ VDA) is to be ensured by the
employer agency for all such employees engaged under the contract (including uncovered) under the EDLI
Scheme.

4.5 Separate ECR of Provident Fund for separate work order is to be ensured by the employer agency.

4.6 While calculating the per day wages, the monthly wages shall be divided by 26 days but for deduction,
if any, shall be calculated as monthly wages divided by 30 days.

4.7 Wages are to be paid by the employer for the festival / national holidays notified by IOCL. While
working on holiday / Sunday and beyond prescribed duty hours, the employer agency shall pay overtime at
double rates of ordinary rates of wages.

4.8 There shall be no difference between the wages for men and women workers.

4.9 The employer agency shall submit an undertaking for compliance of all laws, as applicable along with
requisite documents (i.e. Third Party Insurance, Employees' Compensation Insurance, PF & ESI challans
along with ECRs, Para 36B PF statement for recoveries of contribution, Register of Workmen, Wages
Slips, Labour Licence etc.)

4.10 Minimum payment of bonus @ 8.33% of minimum wages per month is to be ensured by the employer
agency even in the case of wages beyond prescribed ceiling for bonus under the statutory provisions.

4.11 The employer agency will ensure activation of Universal Account Number (UAN) for all their workers.

4.12 Payment of statutory and terminal benefits:

a) The employer agency will pay statutory bonus @ 8.33% of minimum wages and leave with wages @
one for 20 working days in the monthly wage payment.

b) The employer agency will also pay Notional Retrenchment Compensation (@ 15 days' wages per year)
in the monthly wage payment. However, in case of workers who have been issued appointment letters/
employment card, the same shall be paid at the expiry of contract positively.

c) The employer agency will have to pay one month prior notice in writing indicating the reasons for
retrenchment before completion of job.

Page 48 of 53
RPRC183359

d) In case the agency is awarded the same job for the 2nd time consecutively and the same workers
continue to work, the employer agency will have to pay the retrenchment compensation after expiry of the
1st contract itself.
4.13.Workers shall be covered under insurance schemes being notified by the Govt. from time to time.

5. PRICE COMPONENT

The contract price shall be deemed to be FIRM and valid for the entire duration of the contract till the
completion of work in all respects and shall not be subject to any adjustment due to increase in price of
materials, equipment's, consumables etc., or any other input for performance of work and the contract.

The FIXED PART (ITEM 10 ) of the Schedule of Rates consists of min. wages as per Govt. of Haryana
notification (as on 04.10.18) with additional amount of statutory payments like PF, ESI,bonus, LEAVE
WITH WAGES and RETRENCHMENT COMPENSATION as applicable on monthly basis.It is the amount
payable to skilled and semiskilled workmen.

The VARIABLE PART (ITEM 20) of the Schedule of Rates consists of contractor's profit.

Bidders will quote only for ITEM 20 : VARIABLE.


Bidders will not quote for ITEM 10 : FIXED PART(Salary)

6. STATUTORY OBLIGATIONS
6.1 All statutory obligations under various laws as may be applicable to the contract labour from time to
time will have to be met by the CONTRACTOR for which no extra payment shall be made to him at any
time during the contractual period.

6.2 In case of labour unrest / dispute arising out of non-implementation of any law, the responsibility
shall solely lie with the CONTRACTOR and he shall remove/resolve the same satisfactorily at his cost and
risk.

6.3 The CONTRACTOR shall at all times indemnify and keep indemnified the owner and its officers,
servants and agents from and against all third party claims whatsoever including but not limited to property
loss and damage, personal accident and or the owner and the CONTRACTOR shall at his cost and
initiative at all times, maintain all liabilities under workman's Compensation Act / Fatal accident Act,
Personal Injuries, Insurance Act and / or their Industrial legislation in force from time to time.

7.0 Escalation Clause:

Due to frequent changes in minimum rates of wages, the price variation is admissible for the contract. In
the event of revision in minimum rates of wages, the reimbursement shall be made towards differential
increased minimum wages, PF (including PF admn. and EDLI charges), ESI, bonus, leave with wages and
notional retrenchment compensation / gratuity as per applicability ceilings prevailing at the time of
payment. However, the same shall be made subject to submission of necessary documents. No
contractor profit shall be made on differential increased minimum wages.

The contractor shall make payment of increased wages along with statutory benefits as above in every
month. However, the reimbursement to the contractor shall be made once in six months.

Page 49 of 53
RPRC183359

INDIAN OIL CORPORATION LTD.


(REFINERIES DIVISION)
PANIPAT REFINERY
PANIPAT

PREAMBLE TO ‘SCHEDULE OF RATES’

1. The schedule of rates should be read with all other sections of this tender.

2. The tenderers shall be deemed to have studied the items, specifications, and details of work to be
done within the time schedule attached and to have acquainted himself with the conditions
prevailing at site.

3. The quantities shown against various items are only approximate. Any increase or decrease in the
quantities shall not form the basis of alteration of the percentage quoted and accepted.

4. The Owner reserves the right to extrapolate/interpolate the rates for such items of work falling
between similar items of lower and higher magnitude.

5. The works, item wise, shall be measured upon completion and paid for at the rates quoted and
accepted.

6. All the items of work mentioned in the ‘Schedule of Rates’ and covered by this contract shall be
carried out as per the drawings, specifications and directions of the Engineer-In-charge, and shall
include all labour, materials, tools and tackles, plants testing, if any, with contractor’s testing
appliances etc. required to complete the job.

7. The tenderer shall quote one flat percentage with respect to all estimated rates & amounts given
in the schedule of rates. This percentage shall be valid for the rates & amounts of each & every
item in the schedule of rates of the tender.

8. Rates are fixed for item No. 00010 Manpower-Basic rates without CP- Fixed Part. Price is not to
be quoted by bidder for item 00010.

Rates are to be quoted for variable part only.

SIGNATURE OF TENDERER

NAME OF TENDERER

Page 50 of 53
RPRC183359

Schedule of Rates
Service Required for Plant: 9060 ,Panipat Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 Misc job at fire station-fixed

00010 24.000 MON 15,526.17 372,628.08


Supply of 2 Nos. Semi-skilled worker Rs.FIFTEEN Rs.THREE LAC
for handling of Fire fighting THOUSAND FIVE SEVENTY-TWO
chemicals and upkeepment of fire safety HUNDRED THOUSAND SIX
equipments at fire station. TWENTY-SIX & HUNDRED
AFFF(Aqueous film forming foam) loading PAISE SEVENTEEN TWENTY-EIGHT &
is done in overhead tank along ONLY PAISE EIGHT ONLY
with the shifting of Foam compound and
DCP at fire station. It is
required as the chemicals are consumed
on regular basis. Around 162 KL
of foam compound and 15 T of DCP is
stored at fire station as an
inventory. Store upkeepment, general
cleanliness of fire & safety
appliances, equipments along with other
miscellaneous jobs is to be
carried out.
00020 12.000 MON 18,723.78 224,685.36
Supply of 1 No. Skilled worker well Rs.EIGHTEEN Rs.TWO LAC
conversant in Hindi and English THOUSAND SEVEN TWENTY-FOUR
language and literate in Computers HUNDRED THOUSAND SIX
(viz. Microsoft Word, Excel, TWENTY-THREE & HUNDRED
Powerpoint) required in fire & safety PAISE EIGHTY-FIVE &
dept for a number of official jobs SEVENTY-EIGHT PAISE
carried out on day to day basis. The ONLY THIRTY-SIX ONLY
main job involves record keeping of
official file, stores items, fire
fighting equipments, training records
and other similar records related to
fire & safety.
Total Value of item 00010 (Rs.): 597,313.44
Rs.FIVE LAC NINETY-SEVEN THOUSAND THREE HUNDRED THIRTEEN & PAISE FORTY-FOUR
ONLY

RFQ ITEM NO.00020 Misc job at fire station-variable

00010 24.000 MON 2,328.93 55,894.32


Transportation of Fire Fighting Material Rs.TWO THOUSAND Rs.FIFTY-FIVE
THREE HUNDRED THOUSAND EIGHT
TWENTY-EIGHT & HUNDRED

Page 51 of 53
RPRC183359

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

PAISE NINETY-FOUR &


NINETY-THREE PAISE
ONLY THIRTY-TWO ONLY
00020 12.000 MON 2,808.57 33,702.84
All F&S materials record keeping Rs.TWO THOUSAND Rs.THIRTY-THREE
EIGHT HUNDRED THOUSAND SEVEN
EIGHT & PAISE HUNDRED TWO &
FIFTY-SEVEN ONLY PAISE
EIGHTY-FOUR ONLY
Total Value of item 00020 (Rs.): 89,597.16
Rs.EIGHTY-NINE THOUSAND FIVE HUNDRED NINETY-SEVEN & PAISE SIXTEEN ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 686,910.60
Rs.SIX LAC EIGHTY-SIX THOUSAND NINE HUNDRED TEN & PAISE SIXTY
ONLY

Page 52 of 53
RPRC183359

Q
i d/BO
B
P rice
% Above________________________________________

t ed in
Q uo
%Below_________________________________________

t o be
At Par
a t es
R
( Contractor to quote only one percentage for all items of SOR in figures and
words. )
If the bidder is registered with NSIC under Ministry of Micro, Small and
Medium enterprises, then, the bidder shall enclose the copy of the recent
valid NSIC certificate without fail. The details of the same are to be
mentioned in this page.

NOTE:
"The quoted rates shall include all taxes and duties except GST. GST shall be
paid extra as applicable."

Signature of the Issuing Authority Signature and Stamp of Tenderer

Page 53 of 53

Вам также может понравиться