Tender
Tender
Page 1 of 66
Tender No: WRCC/2021-22/LT/270
INDEX
Page 2 of 66
Tender No: WRCC/2021-22/LT/270
Page 3 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE 1
NOTICE INVITING E-TENDER
Indian Oil Corporation Limited invites electronic bids through its website
https://iocletenders.nic.in under single bid system for the work as detailed below from
indigenous bidders fulfilling the qualifying requirements as stated hereunder.
2. E-Tender ID : 2021_WRO_144515_1
: Nil
: NIL
Page 4 of 66
Tender No: WRCC/2021-22/LT/270
You may please note that this is an e-Tender and can only
MODE OF TENDER be downloaded and submitted in the manner specified in
14. :
SUBMISSION ‘Special Instructions to bidders for participating in e-tender’
attached separately in this tender
Page 5 of 66
Tender No: WRCC/2021-22/LT/270
1. The party who has quoted the lowest rate (L1 rate) on net landed cost basis will be
considered for award of work, with or without negotiation as per the policy of the
Corporation.
Negotiations shall not be conducted with the bidders as a matter of routine. However,
Corporation reserves the right to conduct negotiations. Tenderers will have to attend
the Office of INDIAN OIL CORPORATION LIMITED as informed by Tender Issuing
Authority for negotiations/clarifications as required in respect of their quotation without
any commitment from INDIAN OIL CORPORATION LIMITED.
2. In case of tie between two or more bidders at L-1 position, all the L-1 bidders shall be
asked to submit discount bid in terms of percentage discount over previous quoted
amount and documents against turnover for the last 3 years in a sealed envelope.
3. The above exercise of discount bid and submission of Turnover shall currently
be an offline activity outside e-portal.
4. In case there is a tie again after discount bid, bidder with the highest turnover worked
out to three decimal points in any of the last three years shall be considered as L1
bidder. In event of bidder submitting turnover documents for only one or two years, L1
shall be decided on the basis of the turnovers submitted.
B) Rejection of Tender
The bid of the party will be liable for rejection on the following grounds:
Page 6 of 66
Tender No: WRCC/2021-22/LT/270
1) Any Addendum/ Corrigendum/ Sale Date Extension in respect of the tender shall be
issued on our website https://iocletenders.nic.in only & no separate notification shall be
issued in the press. Bidders are therefore requested to regularly visit our website to keep
themselves updated.
All bidders must login and visit their DASHBOARD on regular basis to get the timely updates
related to any communication sent in the form of e-mail/SMS by system.
2) Legal dispute, if any, arising during the evaluation of the tender shall be within the
jurisdiction of local courts.
3) Please visit our website https://iocletenders.nic.in for further details of this tender.
4) Bidders may note that the following are attached separately and uploaded in the e-
tendering portal:
Page 7 of 66
Tender No: WRCC/2021-22/LT/270
c. After opening the price bid, party who has quoted the lowest rate (L1 rate) derived on
the basis of net landed cost basis will be considered for award of work, with or
without negotiation as per the policy of the Corporation.
d. Net landed estimated cost:
Estimated cost excluding GST: Rs. 92,01,882.11
Estimated GST @ 18%: Rs. 16,56,338.78
Estimated cost including GST: Rs. 1,08,58,220.88
Less ITC available to IOC @ 23.434% on GST: Rs. 3,88,153.39
Net landed estimated cost: Rs. 1,04,70,067.50
Page 8 of 66
Tender No: WRCC/2021-22/LT/270
2. If the tenderer refuses or fails to share the information regarding their status of any kind of
business transfer process / restructuring etc., in their tender or at any later stage, as applicable,
their tender is liable to be rejected by IOCL and without prejudice to any other remedy or action
available with IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the tenderer, in any
form whatsoever.
b. Insolvency resolution process or liquidation or bankruptcy proceeding is initiated under the Code
or any other applicable law (in cases where code is not applicable) against / by the bidder at any
stage of evaluation of the bid.
In the event, insolvency resolution process or liquidation or bankruptcy proceeding is initiated under
the Code or any other applicable law (in cases where code is not applicable ) against / by the bidder,
after submission of its bid but at any stage of evaluation of the bid, it will be 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 adjudicating authority namely, National Company
Law Tribunal (NCLT) or Debt Recovery Tribunal (DRT) under the code or any other applicable law (in
case where code is not applicable).
If bidder refuses or fails to share the information regarding their status of insolvency resolution
process or liquidation or bankruptcy proceedings as sought hereinabove, in their bid or at any later
stage, as applicable, their offer is liable to be rejected by IOCL and without prejudice to any other
remedy or action available with IOCL, IOCL shall forfeit the Earnest Money Deposit provided by the
bidder, is any form whatsoever.
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.
Page 9 of 66
Tender No: WRCC/2021-22/LT/270
In case where the bid of the L-1 bidder is rejected on the aforesaid grounds during the period
between Price – Bid opening and award of contract, then the bid of the next higher eligible bidder
will be considered for further processing.
If bidder fails to share or misrepresents the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding as sought hereinabove and the bidder’s
bid results in a Contract, IOCL, without prejudice to any other any other remedy or action available
with IOCL, shall be within its rights to terminate the resultant contract.
A declaration / undertaking shall be submitted by the bidder in the attached format along with the
bid (Annexure-XVI)
Page 10 of 66
Tender No: WRCC/2021-22/LT/270
Clause: “Party may be put on holiday list & forfeiture of EMD in the event of
any one or more of the following :
If a Party
4. Has substituted materials in lieu of materials supplied by IOCL or has not returned or has short
returned or has unauthorized disposed off materials/ documents/ drawings/tools or plants or
equipment supplied by IOCL.
5. Has obtained official company information or copies of documents, in relation to the tender/
contract, by questionable methods/ means.
6. Has deliberately violated and circumvented the provisions of labour laws/ regulations/ rules,
safety norms or other statutory requirements.
7. Has deliberately indulged in construction and erection of defective works or supply of defective
materials.
9. Has committed breach of Contract or has failed to perform a contract or has abandoned the
contract.
10. Has refused to accept Fax of Acceptance/ Letter of Acceptance/ Purchase Order/ Work Order
after the same is issued by IOCL within the validity period and as per agreed terms and
conditions.
11. After opening of Price Bid, on becoming L1, withdraws/ revises his bid upwards within
the validity period.
12. Has parted with, leaked or provided confidential/ proprietary information of IOCL given to the
party only for his use (in discharge of his obligations against an order) to any third party without
prior consent of IOCL.
13. Any other ground for which in the opinion of the Corporation makes it undesirable to deal with
the party.
14. If a communication is received from the Administrative Ministry of IOCL to ban a party from
dealing with IOCL, the party shall be automatically put on Holiday list.”
Page 11 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE 2
MM/mm - MILLIMETER
SQMM/sqmm/mm2 - SQUARE MILLIMETER
CM/cm - CENTIMETER
SQCM/Sqcm - SQUARE CENTIMETER
SFT/sft - SQUARE FEET
M/m/rm/RM - METRE / RUNNING METRE
SQM/sqm/m2 - SQUARE METRE
CUM/cum/m3 - CUBIC METRE
KG/kg - KILOGRAM
MT - METRIC TONNE
MS - MILD STEEL
DIA/dia/Φ - DIAMETER
NO (S) / Nos. / nos. - NUMBER(S)
PCC - PLAIN CEMENT CONCRETE
RCC - REINFORCED CEMENT CONCRETE
E-I-C - ENGINEER - IN - CHARGE
IS/BIS - INDIAN STANDARD
API - AMERICAN PETROLEUM INSTITUTE
JOB - JOB LUMPSUM
LS - LUMPSUM
EMD - EARNEST MONEY DEPOSIT
ISD - INITIAL SECURITY DEPOSIT
BG - BANK GUARANTEE
Page 12 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE 3
2.2 In case the contractor fails to adhere to the time limit specified above or if the rate of
progress is considered not satisfactory, the Corporation will be at liberty to terminate
the contract and get the same executed by any other agency entirely at the risk and
cost of the original contractor and in line with provisions available under the GCC.
3.0 DOCUMENTS:
These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, GCC and any other document forming a part of the tender,
wherever the tender so requires.
Empanelled bidders not exercising option of permanent ISD shall be required to pay
SD @3% of work value (excl GST) for each contract.
Page 13 of 66
Tender No: WRCC/2021-22/LT/270
All the works carried out by the Contractor shall be covered under defect liability
period for a period of 12 (twelve) months from the date of handing over of completed
work to IOCL.
6.0 NATURE AND SCOPE OF WORK: The scope of work has been detailed under
heading “Scope of Works” in this document.
Page 14 of 66
Tender No: WRCC/2021-22/LT/270
9. Instructions to tenderers
A variation or amendment issued after the execution of the formal contract shall take
precedence over the formal contract and all other Contract Documents. Notwithstanding
the sub divisions of the tender document into several sections and volumes, every part
of each shall be deemed to be supplementary of every other part and shall be read with
and into the contract so far as it may be practicable to do so.
Page 15 of 66
Tender No: WRCC/2021-22/LT/270
Page 16 of 66
Tender No: WRCC/2021-22/LT/270
21.1 The successful bidder shall be required to position an effective project management
team at site consisting of a minimum of designated project manager, QC/QA Engineer
and dedicated HSE Engineer as per the qualifications tabulated below.
21.2 The table stipulates only the minimum qualification of manpower required at site for
the three functions and additional engineers / technical staff shall be positioned based
on the requirements at site at no additional financial implication to IOCL.
Quantu
QC/ QA/ Recovery for Non-deployment per Month
Sr. m of Project HSE
Nature of Work Planning
No. Work in Manager Engineer Project QC/ QA HSE
Engineer
Rs./ Lac Manager Engineer Engineer
Civil work
including
1. 50-200 1 Engineer with 3 Years of Experience Rs.30000.00
Structural and
painting works
Mechanical
works such as
1 Engineer
pipeline, 1 Engineer 1 Engineer
with 1 Year
2. tankage and 50-200 with 3 Years with 2 Years of Rs.30000.00 Rs.25000.00 Rs.20000.00
of
other works of Experience Experience
Experience
where NDTs are
mandated
1 Engineer
1 Engineer 1 Engineer
with 1 Year
3. Electrical Works 30-100 with 3 Years with 2 Years of Rs.40000.00 Rs.25000.00 Rs.20000.00
of
of Experience Experience
Experience
Note: In case the Engineer concerned is holding diploma qualification against Engineering
graduation, the requirement of site experience shall be increased by 2 years.
Page 17 of 66
Tender No: WRCC/2021-22/LT/270
completion), recovery of requisite GST amount over and above the penalty amount
shall be done from the contractor’s bill.
Page 18 of 66
Tender No: WRCC/2021-22/LT/270
Clause
Description
No.
DEFINITIONS
Contractual period / Work Completion Period /Contractual Delivery Date /
Contractual Completion Period shall mean the Scheduled Delivery / Completion
1
Period as mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work
Order and shall also include approved extensions, if any.0
GENERAL
Where any portion of the GCC/any other section of tender, is repugnant to or at
variance with any provision of the Standard Taxation Condition (STC), then the
1
provision of the STC shall be deemed to override the provisions of the GCC and
shall, to the extent of such repugnance or variations, prevail.
For the purpose of this STC, the term “tax” in addition to tax imposed under CGST
(Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory
2
Tax)/ GST Compensation Cess Acts, also includes any duties, cess or statutory
levies levied by central or state authorities.
Rate variation in Taxes and any new promulgated taxes after last date of the
submission of price bid only on the final product and/or services (applicable to
invoices raised on IOCL) within the contractual delivery date /period (including
extension approved if any) shall be on IOCL’s Account against submission of
documentary evidence.
Further , in case of delay in delivery of goods and/or services, any upward rate
3
variation in Taxes and any new promulgated taxes imposed after the contractual
delivery date shall be to the Seller’s / Contractor’s Account.
Similarly in case of any reduction in the rate(s) of the Taxes between last date of
submission of price bid relevant to the Contract and the date of execution of
activities under the contract, the Contractor shall pass on the benefit of such
reduction to IOCL with the view that IOCL shall pay reduced duty/Tax to Govt.
Wherever any escalation / de-escalation linked to raw material price (Basic price
excluding taxes) is allowed as per terms of the contract, Variation to the extent
4
related to escalation / de-escalation of value of material shall be allowed without
Tax unless specified otherwise.
It would be the responsibility of the contractor to get the registration with the
respective Tax authorities. Any taxes being charged by the Contractors would be
claimed by issuing proper TAX Invoice indicating details /elements of all taxes
charged and necessary requirements as prescribed under the respective tax laws
and also to mention his correct and valid registration number(s) along with IOCL’s
registration number as applicable for particular supply on all invoices raised on
IOCL.
5 Contractor to provide the GSTIN number from where the supply is proposed to be
under taken. Further the HSN Code / Service Accounting Code (SAC) as
applicable for the subject tender needs to be provided in the columns provided in
the technical bid.
In case the contractor is opting for Composition scheme under the GST laws (i.e
Section 10 of the CGST Act, 2017 and similar provisions under the respective
State / UT law), the contractor should confirm the same. Further the contractor to
confirm the issuance of Bill of Supply while submission of tender documents and
Page 19 of 66
Tender No: WRCC/2021-22/LT/270
Clause
Description
No.
no GST will be charged on IOCL.
In case the contractor is falling under Unregistered category, the contractor should
confirm the same.
The contractor would be liable to reimburse or make good of any loss/claim by
IOCL towards tax credit rejected /disallowed by any tax authorities due to non
deposit of taxes or non updation of the data in GSTIN network or non filling of
6 returns or non compliance of tax laws by the Contractor by issuance of suitable
credit note to IOCL. In case, contractor does not issues credit note to IOCL, IOCL
would be constrained to recover the amount including interest payable alongwith
Statutory levy/Tax, if any, payable on such recovery.
Tax element on any Debit Note / Supplementary invoice, raised by the contractor
will be reimbursed by IOCL as long as the same is within the permissible time limit
7 as per the respective taxation laws and also permissible under the Contract terms
and conditions. Contractors to ensure that such debit Notes are uploaded while
filing the Statutory returns as may be prescribed from time to time.
The contractor will be under obligation for quoting/charging correct rate of tax as
prescribed under the respective Tax Laws. Further the Contractor shall avail and
pass on benefits of all exemptions/concessions/benefits/waiver or any other
8 benefits of similar nature or kind available under the Tax Laws. In no case,
differential Tax Claims due to wrong classification of goods and/or services or
understanding of law or rules or regulations or any other reasons of similar nature
shall be entertained by IOCL.
In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax
i.e. payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax
or vice versa, the contractor is liable to make good the loss suffered by IOCL by
9
issuance of suitable credit note to IOCL. In case, contractor does not issue credit
note to IOCL, IOCL would be constrained to recover the amount including interest
payable alongwith Statutory levy, if any, payable on such recovery.
In case the contractor is opting for Composition scheme under the GST laws, in
such event the evaluation of his bid will be based on the Quoted Price.
10
In case the contractor is falling under Unregistered category, then GST liability, if
any, on IOCL will be included for the purpose of evaluation.
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
11 from the delivered price to arrive at the net landed cost.
IOCL shall reimburse GST levied as per invoice issued by the Contractor as
12 prescribed under section 31 of the CGST Act and respective states and Rules.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and
13 all certificates, documents and declarations as are required by IOCL to avail of the
ITC with respect to GST reimbursed by IOCL on materials sold to IOCL.
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at
the time of raising Invoice if the invoices raised are not as per Tax rates mentioned
14 in the bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is
within the Contractual period.
CUSTOM DUTY (These clauses will not be applicable wherever port
15 clearances are in the scope of IOC and IOC is to take delivery at Port)
applicable for Global Tender
Page 20 of 66
Tender No: WRCC/2021-22/LT/270
Clause
Description
No.
Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of
15.1 Customs levied under Section 3 of the Customs Tariff Act equivalent to the IGST
and Education Cess and Secondary and Higher Secondary Cess.
The contractor shall within 7 (seven) days of dispatch /shipment of any such
materials forward to the owner, the following documents.
(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for
the purpose of assessing customs and other Import duties
(ii) Bill of lading/Airway Bill
15.2
(iii) Package wise packing list
(iv) Certificate of origin and other relevant documents relating to the
identification of the materials.
(v) Other relevant documents for the assessment of customs duties and the
clearance of goods through Customs.
The Contractor shall also be fully responsible for Port and Customs clearance
including stevedoring, handling, unloading, loading and storage and for satisfying
all Port and Customs formalities for the clearance of the goods , including
preparation of the BILL(s) of Entry mentioning the applicable GSTIN of IOCL and
15.3
other documents required for import and or/clearance of the goods. The applicable
GSTIN shall be advised by IOCL. The Contractor shall also be fully responsible for
any delays, penalties, interest, demurrages, shortages and any other charges and
losses, if any in this regard.
The Custom Duty payable shall be reimbursed on production of supporting
15.4 documents or paid directly to the Customs Authority, as the case may be.
IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under
Customs law, after the day on which the CONTRACTOR furnishes the complete
necessary documents including duty requisition slip along with BILL of ENTRY to
15.5 the IOCL’s designated office for release of requisite materials/ equipment from
Customs.
However additional cost on account of delayed payment of Custom duty due to
IOCL’ s fault shall be paid by IOCL.
IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty,
Protective Duty or Countervailing Duty on subsidized articles or any other such
15.6
duties of Customs imposed by the Government of India under Custom Tariff Act
1975 applicable on such materials in India.
All other costs towards Port and Customs Clearance shall be the contractor’s
15.7 responsibility including appointment and payment to clearing agents and no
reimbursement will be made by IOCL except as quoted in the price bid.
The contractor shall provide IOCL with all documents necessary for IOCL to claim
Input Tax Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act.
Should the contractor fail to provide any such document(s) resulting in a shortfall in
15.8 the ITC available to IOCL, the shortfall shall be made good by the contractor by
issuance of suitable credit note to IOCL. In case the contractor does not issue
credit note to IOCL, in such case, IOCL would be constrained to recover the
amount along with interest and statutory levy, if any, and such recovery would be
Page 21 of 66
Tender No: WRCC/2021-22/LT/270
Clause
Description
No.
without pre-judice to any other mode of recovery from the Running Account or
other bills or payments to the Contractor.
The input tax credit available to IOCL will be reduced to arrive at the net Landed
15.9
cost in the hand of IOCL for evaluating the Bids.
In case the bidder is availing any exemption under the prevailing customs law, then
necessary documentary proof for availing the said exemption is required to be
15.10 submitted. In the event of non submission of the requisite documents as per the
conditions for availing the exemption by the successful bidder, then the additional
outflow on account of various taxes and duties will be recovered from the bidder.
The Tariff Head under which the goods will fall should be clearly mentioned along
15.11
with the Custom Duty Rate at the time of submission of Bid.
IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the
Contractor only in those cases where materials is purchased by IOCL directly
and/or IOC is statutorily required to issue the Road permit/Way Bill, by whatever
16.1 name it is called. Contractor will be under obligation for proper utilization of road
permits for the specific supply and in case of seizure of goods/vehicle, the
Contractor will be wholly responsible for release and reimburse the litigation cost to
IOCL.
IOCL shall on no account be responsible for delay or hold up due to the timely non
availability of such documents as are required to be furnished by the owner to
16.2 obtain the Road Permit/Way bill, by whatever name it is called. However, IOCL
shall make best efforts to provide sufficient number of Road Permits/way bill, by
whatever name it is called on demand to avoid any delay or Hold up.
Composite Supply has been defined as supply in which two or more supply of
goods or service or both or any combination are naturally bundled and supplied in
17.1
conjunction with each other in the ordinary course of Business, and then the rate
as applicable for principal supply will be applicable on the entire transaction.
Mixed supply has been defined as supplies of goods or service or both which are
made in conjunction with each other for a single price and which does not
constitute a composite supply then the rate as applicable for the highest rate will
be applicable.
Page 22 of 66
Tender No: WRCC/2021-22/LT/270
Clause
Description
No.
In view of the above various definitions under GST law, bidders are required to
evaluate the jobs to be undertaken covered under the tender and quote
accordingly by taking in to account the nature of Job read with the legal provision.
In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced
from the delivered price to arrive at the net landed cost. IOCL shall reimburse GST
17.2 levied as per TAX invoice issued by the Contractor as prescribed under respective
GST Acts and Rules. In case the contractor is not permitted to issue Tax Invoice
the same should be clearly mentioned in the price Bid.
To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and
17.3
all certificates, documents and declarations as are required by IOCL to avail of the
ITC with respect to VAT reimbursed by IOCL on materials sold to IOCL.
Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at
the time of raising Invoice if the invoices raised are not as per Tax rates mentioned
17.4 in the bid, payment will be limited to the rate quoted as per BID subject to increase
/decrease in Rates after last date of submission of Price Bid provided delivery is
within the Contractual period.
Wherever provisions of Tax deduction at Source (TDS) are applicable under the
CGST / SGST / UTGST/IGST Act ,2017 on supplies of goods or services or both to
17.5 IOCL , tax will be deducted from the invoice raised and deposited with the
authorities by IOCL. TDS certificate as per provisions of CGST / SGST /
UTGST/IGST Act, 2017 shall be issued by IOCL
a. The contractor shall be exclusively responsible and liable to pay Taxes on Income
arising out of payment made out of the contract.
b. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under
the Income tax Act, 1961 the same will be deducted from the Invoices raised and
TDS Certificate as per provision of the Income tax Act and Rules shall be issued
to the contractor.
c. Where the contractor is eligible for deduction at lower rate of TDS, supporting
documents to be furnished to paying authority of IOCL before the payment is
released. Once the deduction is made at higher rate and TDS is deposited to
authorities, no claim will be entertained by IOCL.
d. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate
as per the provisions of Income Tax Act.
Page 23 of 66
Tender No: WRCC/2021-22/LT/270
b. The CONTRACTOR shall be exclusively responsible and liable to pay all income
taxes on any payments arising out of the Contract, whether payable in India or
outside India.
d. Contractor shall not include withholding tax / tax deductible at source in its quoted
price. Withholding tax as applicable as per Indian Income Tax Act read with
respective Double Taxation Avoidance Agreements (DTAA) will be borne by IOCL.
Page 24 of 66
Tender No: WRCC/2021-22/LT/270
26.1 Entire work shall be executed as per the IOCL specifications for civil, electrical &
mechanical works. All the bought out items used in the construction shall be
sourced from the approved vendors of IOCL. However, on the specific request of
the Contractor, IOCL may approve name of any other vendor not included in the
approved list.
26.2 IOCL may appoint Third Party Inspectors (TPI) for inspection of work at various
stages of construction and as per the QAP & IOCL specifications. The fee of TPI
will be paid by IOCL.
26.3 Over and above the inspections carried out by TPI, if appointed by IOC, the work
will also be inspected by the Engineer / Engineers from concerned Divisional Office
and State Office of IOCL.
26.4 Contractor shall provide all necessary assistance to the TPI / IOCL engineers for
carrying out inspections/ tests / measurements of work without any extra cost to
IOCL.
26.5 All the materials shall be got approved before use. In case defective/sub standard
materials are brought at site and rejected by TPI / IOCL site Engineer, the same
shall have to be removed immediately within 3 days from the site at their own cost.
IOCL shall not entertain any claim from the Contractor on this account. In case,
Contractor fails to remove such materials from the site, within 15 days after issue of
notice in writing, IOCL reserves the right to dispose off such materials at the entire
risk and cost of the Contractor.
26.6 The Contractor shall make arrangements for retention of samples of approved
materials till completion of work.
26.7 Contractor shall bear all expenses towards testing of materials as per QAP and
IOCL specifications. Repeat tests if required, as per the opinion of IOCL/TPI shall
also be conducted by the Contractor at no extra cost. The lab tests shall be carried
out at any Govt Engg College/Govt University/Labs with NABL accredition /Govt
Labs, Govt recognized test houses and test houses with ISO accredition. However,
at its discretion, IOCL may advise to carry out tests at a particular laboratory, which
shall be binding on the Contractor.
26.8 Contractor shall provide all the necessary equipments required for field tests to
maintain the quality of work as per QAP and IOCL specifications.
Page 25 of 66
Tender No: WRCC/2021-22/LT/270
and shall be delivered back to the Corporation in a clean and neat condition as
required by the Site Engineer within a period of one week after the job is completed
after ensuring that all surfaces spoiled during the works such as floors, walls, glass
panels, etc are spotless clean.
27.3 In case of failure to do so by the Contractor, the Corporation shall have the right to get
the site cleared at the risk and cost of the Contractor.
28.1.3 EQUIPMENTS LIKE COMPRESSOR, DAG, SUBMERSIBLE PUMP ETC & ITEMS
LIKE YARD LIGHT ETC.
A. Upto 80% of the item rate on supply of equipment/ items to site including test
certificate
B. 15% After installation & grouting of equipment
C. Balance 5% on completion of all works & in final bill
28.2 Final bill shall be released only after successful completion of all the activities and
after the Final Acceptance by IOCL for the work in its entirety.
There shall be no restriction in value for submission of RA bills. In normal
circumstances, payment shall normally be made within 30 days from the date of
receipt of bills, provided the bills are legitimate and free from any dispute Following
documents/ activities shall be completed before submission of final bills:
- Copy of test certificates, Warranty certificates as applicable.
- Material reconciliation statements & documentation of site records as
applicable.
- Any other specific documentation required by IOCL.
Page 26 of 66
Tender No: WRCC/2021-22/LT/270
The Contractor will not have any legal ownership on materials issued for Corporation
works. The Contractor will submit the name of his authorized representative with his
attested signature to Divisional Engineer/Location- in-charge for issue of materials.
Contractor will preserve MIN/MRN (for receipt of material from the Corporation/
Return of balance material to the Corporation after the individual work has been
completed) till the submission of final bill for individual works. The consumption of
material for work will be settled on the basis of MIN/MRN if any materials is found
short, the Corporation will recover its cost either book value plus 10% or market rate
whichever is higher.
30.0 The Corporation reserves the right to accept any tender in whole or in part and reject
any or all tenders without assigning any reasons. The Corporation reserves the right
to accept one or more tenders in part.
31.0 Any conditional / incomplete offer or failure to follow above instructions shall lead to
disqualification.
33.0 At all places in the GCC enclosed with the tender document, OWNER shall mean
INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, HEAD OFFICE, with
its office at G9, Ali Yavar Jung Marg, Bandra(E), Mumbai-400051
1.0 General
A system for evaluation for contractors’ Performance is a key process and important
to support an effective contracting function of an organization.
Page 27 of 66
Tender No: WRCC/2021-22/LT/270
achieving the desired goals of the organization, it is necessary to monitor the execution of
project or contracts right the award stage to completion stage and take corrective measures
in time.
2.0 Objective
The objective of Contractor Performance Evaluation is to ascertain the performance of the
Contractor with respect to satisfactory execution of work while maintaining safety and
Quality standards and to develop reliable contractors to that they consistently meet or
exceed expectations and requirements.
The purpose of this guideline is to put in place a system to monitor performance of
Contractors associated with IOCL so as to ensure timely completion of various projects.
Contractor’s Performance Evaluation Methodology should be integral part of the respective
tenders.
6.1 Following actions shall be taken depending upon the performance ratings:
Page 28 of 66
Tender No: WRCC/2021-22/LT/270
Note:
In case of fair / Unsatisfactory rating, indicated penal action shall be taken for future jobs for
a maximum period of 1 year across Marketing Division, with a provision for revoking such
penal action in case of improvement in performance in the job under evaluation or any other
concurrent job (having contract value of minimum 80% of the job under evaluation) at
similar or higher stages of evaluation in the same Division.
6.2 Restriction in Contractors’ Pre-qualification in future jobs
In future jobs, prequalify the contractor only for the works of estimated value upto X% of the
original contract value for which “Fair Performance” rating has been given.
“X” =Marks obtained by the contractor
6.3 Banning
FORMAT FOR
Page 29 of 66
Tender No: WRCC/2021-22/LT/270
MARKS
1 Safe work Practices 15
2 Timely completion of works
a Mobilisation Time (Actual handing over at Site) 5
b Percentage cash flow against WO Value till original CDD 5
c Percentage cash flow against WO Value till original CDD 5
d Material supply- delivery made on time 10
3 Quality of Work
a Recoveries due to deficiency in work 5
b Punch point prior to project takeover 5
c Availability of QAP Documentation
i Availability of inspection reports 4
Site documentation- Pour Card, Cement register, Cement
ii consumption statement, level book Fit up, welding records 8
etc
Submission of Guaranty/ Warranty Certificate, User manuals
iii 3
as applicable etc
4 Relationship Management
a With Laborers 3
b With sub vendor / sub-contractors 2
c With Statutory authorities 3
d With IOCL 2
5 Project Management
a Qualification of site representative 2
b Understanding of drawing / specifications 3
c Submission of monthly progress reports 5
6 Capacity for resource development/ Financing
a Adequate manpower/ machinery deployed 4
b Payment of monthly wages as per schedule 4
c Instances of work slowdown/ stoppage due to site finance 4
d RA bill value ratio 3
100
Page 30 of 66
Tender No: WRCC/2021-22/LT/270
Depending upon the total marks as obtained by the contractor at 10.0 above, the
Performance Rating of the contractor, comes out to be…………………………………………..
Site In charge
(Name, Designation, Signature, Date)
MAXIMUM
SN DESCRIPTION COMPUTATION PHILOSOPHY
MARKS
Violation of applicable
Safety, health and
Violation leading to
environment related Violation
No instances of Safety Physical injury-5
norm, a penalty of leading to Fatal
1 Safe Work Practice 15 Lapses, availability of marks deduction for
Rs.5000/- per accident –nill
PPE-Full Marks each instance of
occasion- 3 marks Marks
penalty
deduction for each
instance of penalty
Timely completion of
2 25
works
Mobilization Time Delay beyond
Within Time – Full Delay upto 15 days-3 Delay by 16-30 days
a (Actual handing over 5 30 days -1
Marks(5) marks -2 marks
at site) marks
Page 31 of 66
Tender No: WRCC/2021-22/LT/270
3 Quality of Work 10
Recoveries/
Recoveries / Amount Recoveries/ amount amount
withheld for withheld for withheld for
Nil recoveries; Nil
Recoveries due to rectification in Final rectification in Final rectification in
a 5 withhold for rectification
deficiency in work Bill upto 1% of Bill upto 2% of Final Bill
–full marks
Excuted value- 4 Executed value-2 Greater than
marks marks 2% of Executed
Value- Nil
Punch points prior to Upto 10 punch points- 10-20 Punch Points- 3 20-30 punch points- >30 punch
b 5
project takeover full Marks marks 2 marks points- Nil
Availability of QAP
c 15
Documentation
Marking based on ratio
Availability of
i 4 of available documents
inspection reports
to that required
Site documentation-
Pour Card, Cement
register, Cement Marking based on ratio
ii consumption 8 of available documents
statement, level book to that required
fit up, welding records
etc.
Submission of
Guaranty/Warranty Marking based on ratio
iii certificates, User 3 of available documents
manuals as applicable to that required
etc
Relationship
4 10
Management
a With labourers 3 Very Good- full marks Good- 2 marks Average- 1 marks
With sub vendor/ sub Nil complaints received- Complaints received-
b 2
contractors full marks Nil
With Statutory Nil complaints received- Complaints received-
c 3
authorities full marks Nil
Nil marks in case
tendency to interpret
d With IOCL 2 contract clauses for
undue advantages, extra
claim
5 Project Management 10
In case not specified-
If meeting degree Additionally
full marks for qualified Not meeting
Qualification of site As per contract criteria but not recoveries as per
a 2 engineer or Diploma degree criteria-
representative requirement- Full marks meeting experience contract
holder with 2 years of Nil marks
criteria- 1 mark condition
experience
Does not
Understanding of Good and reasonable Requirement of
understand not
b drawings/ 3 self understanding- full tutoring but
willing to learn- Nil
specification Marks understands- 2 marks
marks
Page 32 of 66
Tender No: WRCC/2021-22/LT/270
Ratio of no of reports
Submission of monthly
C 5 submitted to total no of
progress reports
months of execution
Total 100
Page 33 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE 4
SCOPE OF WORK
1.0 GENERAL:
The scope of work under this tender is for Development of New A- Site RO at location –
village Nandasan, on SH-41, Dist.- Mehsana under Ahmedabad Divisional Office, Gujarat
State Office which includes Provision of Single-Storey Sales Building, Structural Steel
Canopy, Paver block driveway (including GSB & WMM etc) in RO Premises, AD Lane, Box
culvert, Installation of 2x20KL Tanks in earth pit with Strip raft, Installation of MPDs &
STPs with HDPE Flexible pipeline (without Brick Masonry Trench), Yard lighting, Air
Compressor, Digital Tyre Inflator, Pump Island, Catch Water Drain, Unipole Foundation,
Garden Wall, D-Area, Electric Panel (with ESD), and other allied civil, mechanical &
electrical works.
The broad scope of execution of work is indicated below but is not limited to the following:
iii) Paver Driveway finish with required GSB & WMM etc in RO premises
iv) Provision of AD Lane with Paver Driveway finish with required GSB & WMM etc
vii) Installation of supplied MPDs (2 Nos) & STPs (2 Nos) with HDPE Flexible Pipeline without BM
Trench
viii) Supply, Installation & commissioning of 5m high Octagonal Yard Lighting Facility
ix) Provision of Air Compressor (3HP / 1No) with Digital Tyre Inflator (1 No)
x) Provision of Pump Island, Catch Water Drain, Unipole Foundation, Garden Wall, D-Area etc.
xi) Provision of Electric Panel (with ESD), Earthing facility and Misc Electrical Works like cabling,
ILC, Stabilizer, CVT etc
Note : The scope of work is defined in general and is not limited to above. Successful tenderer has
also to carry out job which is not listed here but required for completion of all facilities with
amenities & all connected works in toto.
Page 34 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE 5
20 Kerbing / Pre finished cement tiles : Eurocon / Ultra / Dura crete / Nitco / Bharat
Page 35 of 66
Tender No: WRCC/2021-22/LT/270
33 Water proofing works / Applicators Likproof India Pvt. Ltd., / All India Water Proofing
:
Co.
35 Beadings for Aluminium works : INDAL / JINDAL / Ajit India / Alumilite/ Hindalco
Page 36 of 66
Tender No: WRCC/2021-22/LT/270
51 GI pipes medium quality Tata / Gujarat Steel / Zenith / Ambica / ITC / Surya
:
Prakash / Jindal
54 CP brass spray shower with ball and Metro / Parko / ARK Soma / ESS ESS / Plumber /
:
socket Jaquar
56 CP brass pillar cock Metro / Parko / ARK Soma / ESS ESS / GMT /
:
ESSCO / Develop SIECKO & PLUMBER / Jaquar
57 CP brass Stop cock Metro / Parko / ARK Soma / ESS ESS / GMT /
:
ESSCO / Develop SIECKO & PLUMBER / Jaquar
Page 37 of 66
Tender No: WRCC/2021-22/LT/270
ix) M/s Steel India Corporation. : No: 404, 405/1, Kumarappapuram Road, Assisi
Page 38 of 66
Tender No: WRCC/2021-22/LT/270
Page 39 of 66
Tender No: WRCC/2021-22/LT/270
IOCL)
Page 40 of 66
Tender No: WRCC/2021-22/LT/270
4 FLP (double compression) : Baliga / CEAG / FCG / Flexpro / Sudhir Switchgear / Comet
Cable Glands
5 Cable lugs : Jainson / Dowells / Gripvel
Page 41 of 66
Tender No: WRCC/2021-22/LT/270
lamps
NOTE:
NOTE: IOCL RESERVES RIGHT TO ADD OR DELETE ANY VENDOR IN THE APPROVED VENDOR LIST
DURING THE PENDENCY OF CONTRACT.
Page 42 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-6
DECLARATION
(On acceptance of tender, this undertaking shall be submitted on stamp paper of appropriate
value)
1) Deploy trained and competent employees who are physically fit and are not suffering
from any chronic or contagious diseases.
2) Be responsible and liable for payment of salaries, wages and other legal dues of our
employees for the purpose of rendering the services required by the Corporation under
the above contract and shall maintain proper books of account, records and
documents. We shall however as the employer, have the exclusive right to terminate
the service of any of our employees and to substitute any person instead.
3) Be responsible and liable for payment of salaries, wages and other legal dues of our
employees for the purpose of rendering the services required by the Corporation under
the above contract and shall maintain proper books of account, records and
documents. We shall however as the employer, have the exclusive-right to terminate
the services of any of our employees and to substitute any person instead.
4) Comply in all respects with the provisions of all statues, rules and regulations
applicable to us and /or to our employees and in particular we shall obtain the requisite
license under the Contract Labour (Regulation and abolition) Act 1970 and the rules
made there under.
5) Ensure that our employees while on the premises of the Corporation or while carrying
out their obligations under the contract, observe the standards of cleanliness,
decorum, safety and general discipline laid down by the Corporation or its authorized
agents and the Corporation shall be the sole Judge as to whether or not we and/or our
employees have observed the same.
7) Ensure that our employees will not enter or remain on the Corporation's premises
unless absolutely necessary for fulfilling our obligations under the contact.
Page 43 of 66
Tender No: WRCC/2021-22/LT/270
10) Be liable for and make good any damage caused to the Corporation's properties or
premises or any part thereof or to any fixtures or fittings thereof or therein by any act,
omission, default or negligence on our part or on the part of our employees or our
agents.
11) Indemnify and keep indemnified the Corporation, its officers and employees from and
against all claims, demands, actions, suits and proceedings, whatsoever that may be
brought or made against the Corporation by or on behalf of any person, body, authority
and whatsoever and all duties, penalties, levies, taxes, losses, damages, costs,
charges and expenses and all other liabilities of whatsoever nature which the
Corporation may now or hereinafter be liable to pay, incur or sustain by virtue of or as
a result of the performance or non-performance or observance or non-observance by
us of the terms and conditions of the contact. Without prejudice to the Corporation's
other rights, the Corporation will be entitled to deduct from any compensation or other
dues to us the amount payable by the Corporation as a consequence of any such
claims, demands, costs, responsible for death, injury or accidents to our employees
which may arise out of or in the course of their duties on or about the Corporation's
property is made liable to pay any damages or compensation in respect of such
employees, we here by agree to pay to Corporation such damages or compensation
upon demand. The Corporation shall also not be responsible or liable for any theft,
loss, damages or destruction of any property that belongs to us our employees lying in
the Corporation's premises from any cause whatsoever.
12) It is hereby declared that we are, for the purpose of this contract independent
contractors and all persons employed or engaged by us in connection with our
obligations under the Contract shall be our employees and not of the Corporation.
13) On the expiration of the contract or any earlier termination thereof, we shall forthwith
remove our employees who are on the Corporation's premises or an part thereof
failing which, our employees, agents, servants etc. shall be deemed to be trespassers
and on their failure to leave the Corporation's premises, the Corporation shall be
entitled to remove all persons concerned (if necessary use of force) from the
Corporation’s premises and also to prevent them (if necessary by use of force) from
entering upon the Corporation's premises.
14) We hereby undertake and declare that, in the event the workmen / employees /
person engaged by us ("the Contractors' employees") to carry out the purpose hereof,
attempt to claim employment with the Corporation or attempt to be declared as
employees of the Corporation or attempt to become so placed, then in all such cases,
we shall assist the Corporation in defending all such attempts of the Contractor's
employees AND we shall bear and pay solely and absolutely all costs, charges and
expenses including legal charges incurred or which may be incurred in defending all
such attempt and in any appeal or appeals filed by the Corporation therein or relating
thereto AND we hereby indemnify forever the Corporation against all such costs,
charges and expense including legal charges and against all and any loss, expenses
or damages whether recurring or not, financial or otherwise, caused to or incurred by
the Corporation; as a result of such attempt by the Contractors' employees.
15) It is hereby agreed that the Corporation shall be entitled to set off any debt or sum
payable by us either directly or as a result of vicarious of vicarious liability to the
Corporation against any monies payable or due from the Corporation to us against any
Page 44 of 66
Tender No: WRCC/2021-22/LT/270
monies lying or remaining with the Corporation and belonging to us or any of our
partners or directors.
Page 45 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-7
4. We _________________(indicate the name of the bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be
taken for the performance of the terms, conditions or stipulation of the said tender and
that it shall continue to be enforceable till all the dues of the Indian Oil Corporation
Limited under or by virtue of the said tender/ contract have been fully paid and its claims
satisfied or discharged or till Indian Oil Corporation Limited certifies that the terms and
conditions of the said tender have been fully and properly carried out by the said tender
Page 46 of 66
Tender No: WRCC/2021-22/LT/270
and accordingly discharge this guarantee. Unless a demand or claim under this
guarantee is made on us in writing on or before _______ we shall be discharged from all
liability under this guarantee thereafter.
5. We____________________(indicate the name of the bank) further agree with the Indian
Oil Corporation Limited that the Indian Oil Corporation Limited shall have the fullest
liberty without our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said tender or to extend time of
performance by the said tenderer from time to time or to postpone for any time or from
time to time any of the powers exercisable by the Indian Oil Corporation Limited against
the said tenderer and to forbear or enforce any of the terms and conditions relating to the
said tender and shall not be relieved from our liability by reason of any such variation, or
extension being granted to the said tenderer or for any forbearance, act or omission on
the part of Indian Oil Corporation Limited or any indulgence by the Indian Oil Corporation
Limited to the said tenderer or by any such matter or thing whatsoever which under the
law relating to sureties would, but for this provisions have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the bank or
the tenderer.
7. We, _________________(indicate the name of the bank) lastly undertake not to revoke
this guarantee during its currency except with the previous consent of the Indian Oil
Corporation Limited in writing.
Place:
Date:
Page 47 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-8
1. In consideration of the Indian Oil Corporation Limited having its Registered Office at
_________________ (hereinafter called “The Corporation”) having agreed to exempt
________ (hereinafter called “The said Contractor(s) / Supplier(s) / -Seller(s)”) from the
demand under the terms and conditions of an Agreement dated _______ made between
________ and ___________ for ____________ (hereinafter called “The said
Agreement”), of Security Deposit for the due fulfillment by the said Contractor(s) /
Supplier(s) / - Seller(s) of the terms and conditions contained in the said Agreement, on
production of a Bank Guarantee for Rs. _______ (Rupees _________ only), we
___________ (hereinafter referred to as “The Bank” at the request of ___________
Contractor(s) /Supplier(s) / - Seller(s) do hereby undertake to pay to the Corporation an
amount not exceeding Rs. ____________ against any loss or damage caused to or
suffered or would be caused to or suffered by the Corporation by reason of any breach
by the said Contractor(s) /Supplier(s) / - Seller(s), of any of the terms or conditions
contained in the said Agreement.
2. We __________ ( indicate the name of the bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a demand
from the Corporation stating that the amount claimed is due by way of loss or damage
caused to or would be caused to or suffered by the Corporation by reason of breach by
the said Contractor(s) / Supplier(s) / - Seller(s) of any of the terms or conditions
contained in the said Agreement or by reason of the Contractor(s) / Supplier(s) ‘ failure to
perform the said Agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding
Rs._________
The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the Contractor(s) / Supplier(s) / - Seller(s) shall have no claim
against us for making such payment.
4. we, ____________ further agree that the guarantee herein contained shall remain in full
force and effect during the period that would be taken for the performance of the said
Agreement and that it shall continue to be enforceable till all the dues of the Corporation
under or by virtue of the said agreement have been fully paid and its claims satisfied or
discharged or till ___________ office / department at _____________ certifies that the
terms and conditions of the said agreement have been fully and properly carried out by
the said Contractor(s) / Supplier(s) / - Seller(s) and accordingly discharge this guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before
_______ we shall be discharged from all liability under this guarantee thereafter.
Page 48 of 66
Tender No: WRCC/2021-22/LT/270
5. We, __________(indicate the name of Bank) further agree with the corporation that the
corporation shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said Contractor(s) / Supplier(s) / -
Seller(s) from time to time or to postpone for any time or from time to time any of the
powers exercisable by the corporation against the said Contractor(s) / Supplier(s) / -
Seller(s) and to forbear or enforce any of the terms and conditions relating to the said
agreement and shall not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor(s) / Supplier(s) / - Seller(s) or
forbearance, act or omission on the part of the corporation or any indulgence by the
corporation to the said Contractor(s) / Supplier(s) / - Seller(s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provisions
have affect of so relieving us.
6. This guarantee will not be discharged due to change in the constitution of the Bank or
the Contractor(s) / Supplier(s) / - Seller(s).
7. We, __________(indicate the name of Bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the corporation in
writing.
PLACE….
DATE……
Page 49 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-9
FORM OF CONTRACT
ARTICLE – 1
Contract Documents
1.1 The following documents shall constitute the Contract documents, namely
1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have
been collectively marked Annexure 'A' while a copy of the letter of Acceptance of
Tender along with annexures thereto and a copy of Fax/Telegram of Intent dated
________ are annexed hereto and said copies have been collectively marked as
Annexure 'B".
ARTICLE – 2
Work to Be Performed
Page 50 of 66
Tender No: WRCC/2021-22/LT/270
2.1 The CONTRACTOR shall perform the work upon the terms and conditions and within the
item specified in the Contract documents,
ARTICLE – 3
Compensation
3.1 Subject to and upon the terms and conditions contained in the Contract documents,
the OWNER shall pay CONTRACTOR compensation as specified in the Contract
documents upon the satisfactory completion of the work and/ or otherwise as may be
specified in the Contract documents.
ARTICLE – 4
Jurisdiction
4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s)
forming the subject matter of the reference if the same had been the subject matter of a
suit, any and all actions and proceedings arising out of or relative to the contract
(including any arbitration in terms thereof) shall lie only in the court of competent civil
jurisdiction in this behalf at Ahmedabad (where this Contract has been signed on behalf
of the OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any
such action(s) and/ or proceeding(s) to the exclusion of all other Courts.
ARTICLE – 5
Entire Contract
5.1 The Contract documents mentioned in Article - I hereof embody the entire Contract
between the parties hereto, and the parties declare that in entering into this Contract
they do not rely upon any previous representation, whether express or implied and
whether written or oral, or any inducement, understanding or agreements of any kind
not included within the Contract documents and all prior negotiations,
representations, contacts and/ or agreements and understandings relative to the
work are hereby cancelled.
ARTICLE – 6
Notices
6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order
or communication sought to be served by the CONTRACTOR on the OWNER with
reference to the Contract shall be deemed to have been sufficiently served upon the
OWNER (notwithstanding any enabling provisions under any law to the contrary) only
if delivered by hand or by Registered Acknowledgment Due Post to the Engineer in-
Charge as defined in the General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract
Documents or otherwise available to the OWNER, any notice, order or other
communication sought to be served by the OWNER on the CONTRACTOR with
reference to the Contract, shall be deemed to have been sufficiently served if
Page 51 of 66
Tender No: WRCC/2021-22/LT/270
ARTICLE-7
Waiver
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in
terms of the Contract or any obligation or liability of the CONTRACTOR in terms
thereof shall be deemed to be a waiver of such right, remedy, obligation or liability, as
the case may be, by the OWNER and notwithstanding such failure or delay, the
OWNER shall be entitled at any time to enforce such right, remedy, obligation or
liability, as the case may be.
ARTICLE-8
Non-Assignability
8.1 The Contract and benefits and obligations thereof shall be strictly personal to the
CONTRACTOR and shall not on any account be assignable or transferable by the
CONTRACTOR.
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the
place, day and year first above written
SIGNED AND DELIVERED for and on behalf of INDIAN OIL CORPORATION LTD.
by..........................................
in the presence of
1.
2.
SIGNED AND DELIVERED for and on behalf of
.......................................... (CONTRACTOR)
by..........................................
(this day of _____________ 20___)
in the presence of
1.
2.
Page 52 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-10
do hereby declare:
i) that I / we have availed the benefit of waiver of EMD while submitting our offer against the
subject Tender and No EMD being deposited for the said Tender.
ii) that in the event we withdraw / modify our bid during the period of validity OR I/we fail to
execute formal contact agreement within the given timeline OR I/we fail to submit a
performance security within the given timeline OR I/we commit any other breach of Tender
Conditions / Contract which attracts penal action of forfeiture of EMD and I/we will be
suspended from being eligible for bidding / award of all future contract (s) of Indian Oil
Corporation Limited for a period of one year from the date of committing such breach.
Page 53 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-11
This Atlas is one of its kind single point source for the various stakeholders including Policy
makers, administrators, municipal commissioners, urban managers, Engineers,
architects, planners, public etc. to ascertain proneness of any City/location/site to
multi-hazard which includes earthquakes, winds, floods Thunderstorms, cyclones and
landslides. While project formulation, approvals and implementation of various urban
housing, buildings and infrastructures schemes, this Atlas provides necessary information for
risk analysis and hazard assessment. The Vulnerability Atlas of India has been prepared
by Building Materials and Technology Promotion Council under Ministry of Housing
and Urban Affairs, Government of India and available at their website www.bmtpc.org. It is
mandatory for the bidders to refer Vulnerability Atlas of India for multi-hazard risk
assessment and include the relevant hazard proneness specific to project location while
planning and designing the project in terms of:
Page 54 of 66
Tender No: WRCC/2021-22/LT/270
S.No. S.
Name & Address No Name & Address
.
1 Secretary, 8 Secretary,
Department of Agriculture, Department of Pharmaceutical,
Cooperation and Farmers Welfare, 3rd Floor, B Wing, Janpath Bhawan,
Krishi Bhawan, New Delhi-110001
New Delhi - 110001
2 Secretary, 9 Secretary,
Department of Fisheries, Krishi Ministry of Civil Aviation Rajiv Gandhi
Bhawan, Bhawan, Safdarjung Airport,
Dr. Rajendra Prasad Road, New New Delhi.
Delhi-110001.
3 Secretary, 10 Secretary,
Department of Animal Husbandary Ministry of Coal, A-Wing, Shastri
& Dairying, Krishi Bhawan, Dr. Bhawan, Dr. Rajendra Prasad Road,
Rajendra Prasad Road, New Delhi- New Delhi-110001.
110001.
4 Secretary, 11 Secretary,
Department of Agricultural Department of Commerce, Udyog
Research & Education, Krishi Bhawan, New Delhi-110011.
Bhawan, Dr. Rajendra Prasad
Road, New Delhi-110001.
5 Secretary, 12 Secretary,
Ministry of Ayush, Department for Promotion of Industry &
Ayush Bhawan, 'B'Block, GPO Internal Trade, Udyog Bhawan,
Complex, INA, New Delhi-110023 New Delhi-110011.
6 Secretary 13 Secretary,
Department of Fertilizers A Wing, Department Telecommunication
Shastri Bhawan, Dr. Rajendra Sanchar Bhawan, 20 Ashoka Road,
Prasad Road, New Delhi-110001. New Delhi.
7 Secretary, 14 Secretary,
Department of Chemicals & Petro- Department Posts, Dak Bhawan,
Chemicals, A Wing, Shastri Sansad Marg, New Delhi-110001.
Bhawan, Dr. Rajendra Prasad
Road, New Delhi-110001
15 Secretary, 23 Secretary
Department Consumer Affairs, Ministry of Development of North
Krishi Bhawan, Dr. Rajendra Eastern Region, Vigyan Bhawan
Prasad Road, New Delhi-110001. Annexe, Maulana Azad Road, New
Delhi
16 Secretary, 24 Secretary,
Department Food & Public Department of Drinking Water &
Distribution, Krishi Bhawan, Dr. Sanitation, Pandit Deendayal
Rajendra Prasad Road, New Delhi- Antyodaya Bhawan, CGO Complex,
110001. Lodhi Raod, New Delhi.
Page 55 of 66
Tender No: WRCC/2021-22/LT/270
17 Secretary, 25 Secretary,
Ministry of Corporate Affairs, A Department of Water Resources, River
Wing, Shastri Bhawan, Dr. evelopment and Ganga Rejuvenation,
Rajendra Prasad Road, New Delhi- Shakti Bhawan, Rafi Marg,
110001. New Delhi.
18 Secretary, 26 Secretary,
Ministry of Culture, C Wing, Shastri Ministry of Earth Sciences,
Bhawan, Dr. Rajendra Prasad Prithvi Bhavan, Opp. India Habitat
Road, New Delhi-110001. Centre, Lodhi Road, New Delhi
19 Secretary, 27 Secretary,
Department of Defence Ministry of Electronics & IT, Electronics
Production, South Block New Niketan, 6, CGO Complex, Lodhi Road
Delhi. New Delhi.
20 Secretary, 28 Secretary,
Department of Ex- Servicemen Ministry of Environment, Forest &
Welfare, Climate Change, Indira Paryavaran
5-A South Block, New Delhi Bhavan, Jorbagh Road, New Delhi.
22 Secretary, 30 Secretary,
Ministry of Defence, South Block, Department of Economic Affairs, North
New Delhi. Block, New Delhi.
31 Secretary, 39 Secretary,
Department of Expenditure, North Department of Public Enterprises,
Block, New Delhi. CGO Complex, Block No.14 Lodhi
Road,
New Delhi.
32 Secretary, 40 Secretary,
Ministry Finance, Department of Department of Official Language,
Revenue, North Block, New Delhi. C Wing, Lok Nayak Bhawan,
Khan Market, New Delhi
Page 56 of 66
Tender No: WRCC/2021-22/LT/270
35 Secretary, 43 Secretary
Ministry of Food Department of Border Management
Processing Industries, Ministry of Home Affairs, ' North Block,
Panchsheel Bhawan August Kranti New Delhi
Marg, New Delhi.
36 Secretary, 44 . Secretary
Department of Health & Family Department of Jammu &
Welfare, C Wing, Nirman Bhawan Kashmir and Ladakh Affairs
New Delhi.
37 Secretary, 45 Secretary
Department of Health Department of States,
Research, Indian Red Cross Ministry of Home Affairs
Society, Red Cross Road, New
Delhi.
38 Secretary, 46 Secretary,
Department of Heavy Industry, Ministry of Housing and Urban Affairs,
Udyog Bhawan, New Delhi. Nirman Bhawan, Maulana Azad Road,
New Delhi.
47 Secretary, 55 Secretary,
Department of School Ministry of Mines, A Wing, Shastri
Education & Literacy, Bhawan, Dr. Rajendra Prasad Road,
C Wing, Shastri Bhawan, New New Delhi.
Delhi.
48 Secretary, 56 Secretary,
Department of Higher Education Ministry of Minority Affairs, Paryavaran
Shastri Bhawan, Rajendra Prasad Bhawan, CGO Complex, Lodhi Road,
Road, New Delhi.
New Delhi.
49 Secretary, 57 Secretary,
Ministry of Information & Ministry of New & Renewable Energy,
Broadcasting, Block No.14, CGO Complex, Lohdi
Shastri Bhawan, New Delhi. Road, New Delhi
Page 57 of 66
Tender No: WRCC/2021-22/LT/270
53 Secretary, 61 Secretary,
Department of Legislative Department of Pensions &
Department, Shastri Bhawan, Dr. Pensioner's Welfare
Rajendra Prasad Road, New Delhi. 514, Sardar Patel Bhavan,
Sansad Marg, New Delhi-
110001
65 Secretary, 72 Secretary,
Ministry of Road Transport& Ministry of Skill Development &
Highways, Transport Bhawan, Enterpreneurship, Shram Shakti
Sansad Marg New Delhi. Bhawan, Rafi Marg, New Delhi
66 Secretary, 73 Secretary,
Department of Rural Development, Department of Social Justice &
Krishi Bhawan, New Delhi. Empowerment, C Wingh, Shastri
Bhawan, New Delhi
67 Secretary, 74 Secretary,
Department of Land Resources C Department of Empowerment of
Wing, Nirman Bhawan, New Delhi Persons with Disabilities, Pt. Deendayal
Antoyadaya Bhawan, CGO Complex,
Lodhi Road, New Delhi
68 Secretary, 75 Secretary,
Department of Science & Department of Space, Antarish Bhavan,
Technology Technology Bhawan, New BEL Road,
New Mehrauli Road, New Delhi. Bangalore.
69 Secretary, 76 Secretary,
Department of Bio Technology, Department of Atomic Energy,
Block-2, CGO Complex, Lodhi Anushakti Bhavan,
Road, New Delhi. Chatrapati Shivaji Maharaj Marg,
Mumbai.
77 Secretary, 82 Secretary,
Ministry of Statistics and Ministry of Women & Child
Programme Implementation, Development, Shastri Bhawan, New
Sardar Patel Bhawan, Sansad Delhi
Marg, New Delhi
Page 58 of 66
Tender No: WRCC/2021-22/LT/270
78 Secretary, 83 Secretary,
Ministry of Steel, Udyog Bhawan, Department of Sports, C Wing, Shastri
New Delhi Bhawan, New Delhi.
79 Secretary, 84 Secretary,
Ministry of Textiles, Udyog Department of Youth
Bhawan, Dr. Maulana Azad road, Affairs, Shastri Bhawan,
New Delhi New Delhi
80 Secretary, 85 Chairman,
Ministry of Tourism, Transport Ministry of Railways Rail Bhawan, Rafi
Bhawan, Sansad Marg, New Delhi Marg, New Delhi- 110001
Page 59 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-12
D E C L A R A T I O N - `A'
We declare that we have complied with all the conditions of the tender including technical specifications,
drawings, GCC & all the documents etc., forming part of tender.
Date: Tenderer’s
Place: Signature & Seal
D E C L A R A T I O N - `B'
We declare that we do not have any employee who is related to any officer of the Corporation/ Central/
State Governments of India.
OR
We have the following employees working with us who are near relatives of the Officer/ Director of the
Corporation/ Central/ State Government in India.
Name of the employee of the Tenderer Name & designation of the Officer of the
Corporation/ Central/ State Governments
Date: Tenderer’s
Place: Signature & Seal
Page 60 of 66
Tender No: WRCC/2021-22/LT/270
D E C L A R A T I O N - `C'
The Tenderer is required to state whether he is a relative of any Director of Indian Oil Corporation or the
Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other
partners of such a firm or alternately the Tenderer is a private company in which Director of Indian Oil
Corporation is a member or Director.
Date: Tenderer’s
Place: Signature & Seal
DECLARATION – ‘D’
Tenderer is required to state whether they have employed any retired Director and above rank officer of
Indian Oil Corporation Limited in their firm. If so, details hereunder to be submitted.
S/N PARTICULARS DETAILS
3 Date of retirement
Date: Tenderer’s
Place: Signature & Seal
Note:
a. A separate sheet may be attached, if the above is not sufficient.
b. Strike out whichever is not applicable. If the tenderer employs any person subsequent to
signing the above declaration and the employee/s so appointed happens to be the near
relatives of the Officer/Director of the Corporation/Central/State Governments, the tenderer
should submit another declaration furnishing the name/s of such employee/s who is/are
related to the officer/s of the Corporation/ Central/ State Governments.
c. List of Directors of IOC Board is attached.
Page 61 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-13
The list of Directors of Indian Oil Corporation Limited is available in Indian Oil website:
https://iocl.com/AboutUs/Management.aspx.
Page 62 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-14
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING
(in letter head of bidder)
I hereby declare that neither I in my personal name or in the case of my Proprietary concern M/s
_________________________________________, which is submitting the accompanying Bid/Tender,
nor any other concern in which I am proprietor nor any partnership firm in which I am involved as a
Partner, are presently or having during the past three years, been placed on any black list or holiday list
declared by Indian Oil Corporation Limited or by any department of any Government (State, Provincial,
Federal or Central) or by any Public Sector Organization in India or in any other country nor is there
pending any inquiry by Indian Oil corporation Ltd. or any Department of Government or by any other
Public Sector Organization in India or in any other country, in respect of any corrupt or fraudulent
practice(s) against me or any other of my proprietorship concern(s) or against any partnership firm(s) in
which I am or was at the relevant time involved as a partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing, and/or inquiry in absence thereof state “NIL”)
(Here give particulars of black listing or holiday listing, and in absence thereof state “NIL”).
We hereby declare that neither we or a parent, subsidiary or other Company under direct or indirect
common parent (associate company) are presently nor have within the past three years been placed on
black list or holiday list declared by Indian Oil Corporation Limited or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country; and that there is no pending inquiry by Indian Oil corporation Ltd. or any Department of
any Government (State, Provincial, Federal or Central) or by any other Public Sector Organization in any
country against us or a parent or subsidiary or associate company as aforesaid, in respect of corrupt or
fraudulent practice(s), except as indicated below:
(Here give particulars of black list or holiday listing, and in absence thereof state “NIL”)
Page 63 of 66
Tender No: WRCC/2021-22/LT/270
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd.,
shall have the right to reject my/our/bid, and if the bid has resulted in a contract, the contract is liable to
be terminated without prejudice to any other right or remedy (including black listing or holiday listing)
available to Indian Oil Corporation Ltd.
Place :
Date :
Page 64 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-15
PEROFORMA FOR DECLARATION ON NCLT / NCLAT /DRT /DRAT/
COURTRECEIVERSHIP/ LIQUIDATION
{to submitted in Bid_Documents on Letter Head}
Tender No : ..................................... ..
Bidder Name: .......................... ..........
Or,
It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have the
right to reject my/our bid, and forfeit the EMO. If the bid has resulted in a contract, the
contract will be liable for termination without prejudice to any other right or remedy
(including black listing or holiday listing) available to Indian Oil Corporation Ltd.
Place:
Page 65 of 66
Tender No: WRCC/2021-22/LT/270
ANNEXURE-16
NAME OF WORK: Development of New A-Site RO at location – village Nandasan, on SH-41, Dist.-
Mehsana under Ahmedabad Divisional Office of Gujarat State Office.
We confirm that we have quoted the rates in the tender considering Inter-alia the
1. Tender Document(s)
2. Additional Document(s) (if any)
3. BOQ Document (Price Bid Format)
4. Corrigendum (if any)
5. Pre Bid Meeting Minutes (if any)
We _____________________________________________________________________________
(Name of the Tenderer) hereby certify that we have fully read and thoroughly understood the
tender requirements and accept all terms and conditions of the tender including all
corrigendum/addendum issued, if any. Our offer is in confirmation to all the terms and conditions
of the tender including all corrigendum/addendum, if any and minutes of the pre-bid meeting. In
the event our offer is found acceptable and contract is awarded to us, the complete tender
document shall be considered for constitution of Contract Agreement.
Name of Tenderer(s)
Date: _ _/_ _/_ _ _ _
Place:
Seal & Signature of Tenderer
Page 66 of 66