section l of tender document

Upload: mark-kekule

Post on 03-Jun-2018

224 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/11/2019 Section l of Tender Document

    1/32

  • 8/11/2019 Section l of Tender Document

    2/32

    RPNC101658

    INDIAN OIL CORPORATION LIMITEDPANIPAT NAPHTHA CRACKER

    INDEX

    TENDER DOCUMENT SECTION-I

    Name of work:Lining up agency for attending Steam Leakage jobs in Power plant,Offsite, ETP and utility unit.

    Sr. NO. DESCRIPTION NO. OF PAGES

    1

    2

    3

    4

    5

    6

    7

    8

    9

    10

    11

    12

    13

    14

    15

    16

    17

    18

    19

    20

    21

    22

    23

    24

    25

    SPECIALINSTRUCTIONS TO THE BIDDER FOR PARTICIPATING IN E-TENDER

    NOTICE INVITING TENDER

    LETTER INVITING TENDER

    PREAMBLE TO SOR

    SCHEDULE OF RATE

    INSTRUCTIONS TO TENDERERS

    SUPPLEMENTARY INSTRUCTIONS TO TENDERERS

    ADDENDUM/AMENDMENT TO GCC/SCC

    ERRATA TO SCC

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

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

    PERFORMANCE REPORT OF CONTRACTOR(ANNEXURE F)

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

    ISSUE OF GATE PASS (ANNEXURE- H)

    DECLARATION / UNDERTAKING (ANNEXURE- I)

    FORMAT FOR CERTIFICATION OF CONTRACTUAL COMPLETION FOR ARCS RUNNING UNDEREXTENSION (ANNEXURE -J).

    MEDICAL EXAMINATION FORM FOR CONTRACT WORKERS (ANNEXURE -K)

    TENDER CONDITIONS FOR BENEFITS / PREFERENCE FOR MICRO & SMALL ENTERPRISES(MSES) (ANNEXURE -L).

    SCOPE OF SUPPLY

    TIME SCHEDULE

    SCOPE OF WORK

    ADDITIONALSPECIAL TERMS & CONDITIONS OF CONTRACT

    *SPECIAL CONDITIONS OF CONTRACT-PANIPAT REFINERY

    *PANIPAT REFINERY-SPECIALS CONDITIONS ON SAFETY REGULATIONS AND ENVIRONMENTMANAGEMENT SYSTEM

    *GENERAL CONDITIONS OF CONTRACT BOOKLET

    4

    2

    2

    1

    7

    2

    1

    6

    1

    1

    1

    2

    1

    1

    1

    1

    1

    2

    1

    1

    1

    2

    17

    18

    167

    * TO BE DOWNLOADED FROM STANDARDDOCUMENTS SECTION OF WEBSITEwww.indianoiltenders.com

  • 8/11/2019 Section l of Tender Document

    3/32

    RPNC101658

  • 8/11/2019 Section l of Tender Document

    4/32

    RPNC101658

  • 8/11/2019 Section l of Tender Document

    5/32

    RPNC101658

  • 8/11/2019 Section l of Tender Document

    6/32

    RPNC101658

  • 8/11/2019 Section l of Tender Document

    7/32

    RPNC101658

    INSTRUCTIONS TO TENDERERS

    1.0 GENERAL

    In addition to the General Instructions to the Tenderers forming part of the printed General Conditionsof Contract, the following instructions are issued to the tenderers:

    1.1 Bidders to note that IOCL reserves the right to reject the offer without stating any reason in caseof suomoto price reduction/discount is offered after opening of price bid. As such bidders areadvised to quote their best competitive price at very first instance.

    2.0 SUBMISSION OF TENDER

    2.1Bidder who has not downloaded the tender from IOCL official website (http://iocletenders.gov.in )should note that:

    a. IOCL does not take any responsibility for the correctness of tender documents obtained from anyother source.

    b. Bidders are advised to visit above mentioned website before submitting their offer for officialversion of the tender document including any corrigendum / amendment if any, which shall bebinding to all the bidders.

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

    2.2 The tender complete in all respect shall be uploaded along with scanned copy of DD/BG/NSIC/ Microand Small Enterprises (MSEs)certificate towards Earnest Money as stipulated in the Notice/LetterInviting Tender only. Tenders without Earnest Money Deposit will be rejected.

    Note: In case of Earnest Money Deposit is being furnished in the form of the Bank Guarantee (BG),when required EMD amount is more than Rs. 1.00 Lac (Rupees One Lac), the same may befurnished in the format provided on Page Nos. 100 to 102 of General Conditions of Contractfrom any scheduled bank of India on a stamp paper of Rs.100/- and valid for a period not lessthan 12 (Twelve) months from the date of opening of tender. The bank Account No. ofcontractor and IFSC Code of the issuing branch is also to be provided along with the BG.

    Bank Guarantees issued by Scheduled Banks in India (As appearing in the Second Scheduledto the RBI Act 1934) shall only be accepted. Bank Guarantee issued by a bank which is not ascheduled bank, will not to be accepted unless the same in COUNTER GUARANTEED by any

    scheduled bank in India. Merely counter signing/ forwarding of such BGs by any scheduledbank in India is NOT sufficient, it must be counter guaranteed. In case of BGs issued byforeign branches /foreign offices of such scheduled banks, the same will have to be counterguaranteed by the Indian branch of any scheduled bank in India.

    2.3 IOCL reserve the right to cancel the tender in part or full / extend the due date of TenderSubmission etc. without assigning any reason & allow Preference to PSUs /MSEs/ NSIC / IOCLJVs etc. as per applicable Govt. / Company policy.

    2.4 Bidders are to quote their most competitive rates. Negotiations will not be conducted with thebidders as a matter of routine. However, Corporation reserves the right to conduct negotiations.

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

    2.6 Use of white/ erasing fluid for correcting the rates is banned. Wherever the rates are correctedwith white/ erasing fluid, the bids will be summarily rejected.

    2.7 Tenders shall be Uploadedin the following manner:

    (i) Unpriced bid:

    Section 1: Tender document.

    1.1 This part shall contain original Tender Document consisting of Schedule of rates (withoutPrice).

    1.2 All covering letter and information required shall be uploaded.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    8/32

    RPNC1016581.3 Completion certificate in case of ARCs running under extension is to be obtained from

    EIC as per attached Format (Annexure-J)of tender document

    1.4 The Tender document shall be downloaded and uploaded using digital signature as tokenof acceptance other than recorded in deviation statement.

    Section 2: The following documents mentioned are to be printed, duly filled wherever requiredand scanned copies of the same are to be uploaded using digital signature.

    (1) Checklist.(2) Exception & Deviation Format (Annexure A).(3) Declaration of GCC/SCC.(4) Performa of Black Listing/Holiday listing (Annexure B).(5) Loss Performance Report of Contractor (Annexure C).(6) Consent Letter Format for E-Payment (Annexure D).

    Vendor Documents:Scanned Copies of Vendors documents are to be uploaded as per Checklist.

    3.1 All the documents are to be serially numbered before scanning and uploading usingdigital signature.

    3.2 The page number is to be entered in the column of Checklist enclosed in Section-2.3.3 Procedure for Uploading of documents.

    3.3.1 Bidders are allowed to upload maximum 3 nos. completed order of suitable valuematching with similar nature of work defined in NIT along with SOR and CompletionCertificate indicating executed value.

    3.3.2 If single work order meets NIT Criteria, bidder need to upload the same document in allbalance two locations as system will not allow saving of empty locations.

    3.3.3 Bidders are required to upload, ITR, ATO & PF at relevant location specified for thesame in the system.

    3.3.4 The documents uploaded at irrelevant location may not be evaluated and may lead torejection of tenders.

    &

    .

    In case the Tenderer wishes to take any deviation or exceptions to this tender, he shall fill in the same,strictly in the format: Exceptions & Deviations (Annexure A) provided in the tender and upload thesame.

    EXCEPTIONS/ DEVIATIONS MENTIONED ANYWHERE ELSE WILL NOT BE TAKEN INTOCOGNIZANCE.

    Except as provided below with reference to PART-II, this part shall contain all the documents required

    to be submitted with the tender.

    (ii) Priced Bid:

    This part shall contain Schedule of Rates duly filled strictly as per attached format of tender. No otherformat will be acceptable and offer will be summarily rejected.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    9/32

    RPNC101658

    SUPPLEMENTARY INSTRUCTIONS TO TENDERERS

    Tenderers to note:

    1. That in the eventuality of award of work, the Contractor shall not be entitled toreceive any payments from the Corporation unless the Contractor either furnishesits Permanent Account Number or a declaration under section 197A to the

    Corporation with its first running account bill.

    2. Vendors / Contractors shall submit proper vatable tax invoices, as per VAT Act, toenable IOCL to take full input tax credit, under VAT Act, if applicable.

    Our T.I.N. No.06832611272.

    3. The bidders have to quote their rates/ price inclusive of all taxes and duties(if applicable) except Service Tax.

    4. Service Tax, if applicable as per service tax act up to contractual completiondate, will be reimbursed extra at the rates applicable to bidder for providing

    services under this contract against the invoice suitable for claiming input taxcredit.

    5. Health and medical fitness of workers:

    a. Contractor has to submit fitness certificate of each contract worker to EIC as perenclosed format Annexure-Kof tender, before assigning any job.

    b. Minimum frequency of health checkup for workers working in hazardous areashould be annual in general and half yearly for working in Benzene environmentor as directed by EIC.

    c. Production of fitness certificate does not relieve the contractor of any of his

    responsibility in respect of workers engaged by him.

    6. Vendor to note that all correspondence in regard to this tender shall be done onthe registered e-mail address provided by the party.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    10/32

    RPNC101658

    1 of 6 Pages

    ADDENDUM/ AMENDMENT TO GENERAL CONDITIONS OF CONTRACT &SPECIAL CONDITIONS OF CONTRACT

    (A) SAFETY PRACTICES DURING CONSTRUCTION

    Contractor to ensure adherence to safety systems & procedures in force. Their

    Non-compliance will attract the following penalty:

    1. Violation of applicable Safety, Health & Environment related norm, a penalty ofRs.5, 000/- per occasion shall be levied.

    2. Violation as above resulting in:- Any physical injury, a penalty of 0.5% of the contract value (maximum value of

    Rs. 2, 00, 000/-) per injury in addition to Rs.5, 000/- as in item no.1.

    - Fatal accident, a penalty of 1% of contract value (maximum Rs.10,00,000/-) perfatality in addition to Rs.5,000/- as in item no.1.

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

    The aforesaid Penalty Clause is over and above the applicable statutoryrequirements.

    The following clauses of GCC stand modified as under :

    (B)TAXESClause No.8.1.1.0The CONTRACTOR shall be exclusively liable for the payment of any and all taxes,duties, levies, etc now in force increased or modified in respect of any work done and/ or materials supplied and for the payment of all contributions and taxes forunemployment compensation, Insurance and old age pension and annuity imposedby the Central and State Government or any authority with respect to or covered bythe wages, salaries or other compensations paid to persons employed or engaged bythe CONTRACTOR and doth hereby undertake to indemnify and keep indemnifiedthe OWNER from and against the same and all claims, actions, demands andpayments whatsoever against the OWNER howsoever arising there from or inconnection therewith. However, any new taxes, duties, levies, etc. imposed bythe Central or State Government subsequent to the submission of the bid shallbe reimbursed.

    (C) SCHEDULE OF RATES

    Clause No.6.3.3.0The rates stated in the Schedule of Rates shall not be subject to escalation orincrease on any account whatsoever, other than new taxes, duties, levies etcimposed by Central or State Government subsequent to submission of the bid.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    11/32

    RPNC101658

    2 of 6 Pages

    (D) LABOUR LAWS & REGULATIONS, PAST EXPERIENCEAND INSTRUCTIONS TOTENDERERS:

    Sr.

    No.

    Section Ref. Page

    No.

    Clause

    No.

    Subject Amendments

    1. 8 64 of

    Conventional

    GCC & . of

    LSTK GCC

    8.3.1.0 LABOUR

    LAWS AND

    REGULATIONS

    Replace the entire sub clauseno.8.3.1.0 with the following:The CONTRACTOR shall be

    responsible for strict compliance of

    and shall ensure strict compliance by

    its sub-contractors, servants and

    agents of all laws, rules or regulations

    having the force of law affecting the

    relationship of employer and employee

    between the CONTRACTOR/Sub-

    contractors and their respectiveemployees and/or otherwise

    concerning labour, social welfare and

    provident fund, pension, bonus,

    gratuity and other benefits to

    employees. Without prejudice to the

    generality of this provision, the

    CONTRACTOR shall comply with and

    ensure that his sub-contractors and

    other agencies employed by him

    comply with the provisions of thePayment of Wages Act 1936,

    Minimum Wages Act-1948, Employers

    Liability Act-1938, Workmens

    Compensation Act-1923, Industrial

    Disputes Act-1947, Maternity Benefit

    Act-1961, Mines Act-1952, The Child

    Labour (Prohibition & Regulation)

    Act-1986,Contract Labour (Abolition &

    Regulation) Act-1970, Payment of

    Bonus Act, Gratuity Act, Factories Actand the Employees Provident Fund

    and Miscellaneous Provisions Act-

    1952 as amended from time to time

    and all rules, regulations and schemes

    framed there under from time to time.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    12/32

    RPNC101658

    3 of 6 Pages

    Digital Signature of the Tenderer

    Sr.

    No.

    Section Ref. Page

    No.

    Clause

    No.

    Subject Amendments

    2. 8 64 of

    Conventional

    GCC & . ofLSTK GCC

    8.3.2.0 LABOUR

    LAWS AND

    REGULATIONS

    Replace the entire sub clauseno.8.3.2.0 with the following:

    The contractor and sub-contractor(s)of the CONTRACTOR shall obtain

    from the authority(ies) designated in

    this behalf under any applicable law,

    rule or regulation (including but not

    limited to) the Factories Act and

    Labour (Abolition and Regulation) Act-

    1970 (in so far as applicable) any and

    all such license(s), consent(s),

    registration(s) and/or other

    authorization(s) as shall from time to

    time be or become necessary for or

    relative to the execution of the work or

    any part or portion thereof or the

    storage or supply of any material(s) or

    otherwise in connection with the

    performance of the Contract and shall

    at all times observe and ensure due

    observance by the sub-contractors,

    servants and agents of all terms &

    conditions of the said license(s),

    consent(s), regulation(s) and otherauthorization(s) and laws, rules and

    regulations applicable thereto Without

    prejudice to the generality of this

    provision, the CONTRACTOR shall

    obtain and ensure that his sub-

    contractors and other agencies

    employed by him on the Work, obtain

    a valid License under the Contract

    Labour (Regulation & Abolition) Act-

    1970 and shall duly and faithfullyobserve and comply with the

    provisions ofThe Child Labour

    (Prohibition & Regulation) Act-1986,

  • 8/11/2019 Section l of Tender Document

    13/32

    RPNC101658

    4 of 6 Pages

    Digital Signature of the Tenderer

    Sr.

    No.

    Section Ref. Page

    No.

    Clause

    No.

    Subject Amendments

    Contract Labour (Regulation and

    Abolition) Central Rules-1971 and

    other Central and State Rules asamended from time to time and

    applicable to the work and shall duly,

    promptly and faithfully maintain and/or

    cause to be maintained all records and

    facilities required be maintaining

    and/or providing in terms thereof or

    any license granted there under.

    3. 8 65 of

    Conventional

    GCC & . of

    LSTK GCC

    8.3.9.0 LABOUR LAWS

    AND

    REGULATIONS

    Replace the entire sub clauseno.8.3.9.0 with the following:

    The CONTRACTOR shall indemnifyand keep indemnified the OWNER

    from and against all actions, claims,

    demands and liabilities whatsoever

    under and in respect of the breach of

    any of the provisions hereof and/or

    against any claim, action or demand

    by any workman/employee of the

    CONTRACTOR or any sub-contractor

    and/or from any liability anywise to any

    sub-contractor under any law, rules orregulation having the force of law

    including (but not limited to) claims

    against the OWNER under the

    Workmens compensation Act-1923,

    the Employees Provident Funds and

    Miscellaneous Provisions Act-1952,

    the Employees State Insurance Act-

    1948, the Contract Labour (Abolition &

    Regulation) Act-1970, and/orThe

    Child Labour (Prohibition &Regulation) Act-1986.

  • 8/11/2019 Section l of Tender Document

    14/32

    RPNC101658

    5 of 6 Pages

    Digital Signature of the Tenderer

    Sr.No.

    Section Ref. PageNo.

    ClauseNo.

    Subject Amendments

    4 - 82 of GCC 4.17 Past

    Experience

    Replace entire clause with the following:The tenderer shall enclose documents toshow that he has previous experience in

    having successfully completed in the recentpast works of similar nature together with thename of the OWNER, location, sites andvalue of contract in the format annexed to theform of tender. It shall be the responsibility ofthe tenderers to fill complete, correct andaccurate information in line with therequirements/stipulations of the tenderdocument, regarding their past experienceand other information required to facilitate dueevaluation/ consideration of their tenders.

    If any information given by the Bidder/Tenderer is found to be incorrect in anyparticular considered by the OWNER to berelevant for the evaluation of the bid/tender,or is found by the OWNER to misrepresentfacts, or if any of the documents submitted bythe Bidder/Tenderer in support of or relevantto the bid/tender is found by the owner to beforged, false or fabricated, the OWNER mayreject the bid, and without prejudice to anyother right(s) of action or remedy available tothe Owner, the owner may forfeit the EarnestMoney given by the bidder in the form ofEarnest Money Deposit or Bank Guarantee inlieu of Earnest Money Deposit in order tocompensate the OWNER for the expensesincurred by it in considering the bid (and notby way of penalty) and take action for puttingthe Bidder/Tenderer on holiday list for suchperiod as the OWNER in this behalf considerswarranted and/or to remove thebidder/Tenderer from the approved list ofvendors/contractors. If prior to discovery of

    incorrect information, misrepresentation orfalse, forged or fabricated document(s) thebid/ tender has resulted in a contract, thecontract shall be liable to be terminated by theOWNER pursuant to the provisions of Clause7.0.1.0 of the General Conditions of Contractwith the consequences of termination asprovided in Section 7 of the GeneralConditions of Contract.

  • 8/11/2019 Section l of Tender Document

    15/32

    RPNC101658

    6 of 6 Pages

    Digital Signature of the Tenderer

    Sr.

    No.

    Section Ref. Page

    No.

    Clause

    No.

    Subject Amendments

    5. -- 83 of GCC 4.20 INSTRUCTION

    TO

    TENDERERS

    Add sub clause 4.20(c) as:Each tenderer / bidder shall give a

    Declaration in the prescribed format

    annexed to the Form of Tender that

    he/it/they is/are not engaging child

    labour as per the applicable law in their

    work and undertake to comply with all

    various legislation, as may be

    applicable from time to time in case the

    work is awarded to them.

  • 8/11/2019 Section l of Tender Document

    16/32

    RPNC101658

    ERRATA TO SCC

    GCC clauses referred in the SCC are changed in view of the amendment in GCC. Sothe provisions under the GCC clauses referred in SCC shall be as per the relevantclauses of GCC amended in January 2003.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    17/32

    RPNC101658

    INDIAN OIL CORPORATION LIMITED(REFINERIES DIVISION)PANIPAT REFINERY

    PANIPAT

    INTEGRATED POLICY ONTPM, QUALITY, SAFETY, HEALTH & ENVIRONMENT (TQSHE)

    We are committed to:-

    1. Customers' Delightby meeting & exceeding their requirements & expectations.

    2. Commitment to health and Safetyof people including prevention of injury and illhealth.

    3. Environment Protection by minimizing pollution and optimising the use ofnatural resources.

    4. Complianceof all Statutory & regulatory requirements.

    5. Continual Improvement to maximize wealth creation through Teamwork,Innovation, Technology, Skill and Competence.

    6. Spreading awarenesson TQSHE among employees, contractors and interestedparties.

    7. Strive to eliminate every type of lossby implementing TPM Methodology.

    8. Reducing direct and indirect emissions of greenhouse gases in theatmosphere for sustainable development.

    Tapan Kumar Basak

    Execute Director I/C

  • 8/11/2019 Section l of Tender Document

    18/32

    RPNC101658

    ANNEXURE E

    UNDERTAKING FOR NON-ENGAGEMENT OF CHILD LABOUR

    I/We hereby declare that:

    a) We are committed to elimination of child labour in all its forms:

    b) Neither we nor any of our nominated sub-contractor(s) are engaging Child Labour in

    any of our work(s) in terms of the provisions of The Child Labour (Prohibition and

    Regulation) Act, 1986 and other applicable laws.

    c) We as well as our nominated sub-contractor(s) undertake to fully comply with provisions

    of The Child Labour (Prohibition and Regulation) Act, 1986 and other applicable labour

    laws, in case the work is awarded to us.

    d) It is understood that if I/We, either before award or during execution of Contract, commit

    a transgression through a violation of Article b/c above or in any other form, such as to

    put my/our reliability or credibility in question, the Owner is entitled to disqualify us from

    the Tender process or terminate the Contract, if already executed or exclude me/us

    from future contract award processes. The imposition and duration of the exclusion will

    be determined by the severity of transgression and determined by the Owner. Such

    exclusion may be for a period of 1 year to 3 years as per the procedure prescribed in

    the guidelines for holiday listing of the owner.

    e) I/We accept and undertake to respect and uphold the Owners absolute right to resort to

    and impose such exclusion.

    Place Signature of Bidder

    Date. Name of Signatory

  • 8/11/2019 Section l of Tender Document

    19/32

    RPNC101658

    ANNEXURE F

    PERFORMANCE REPORT OF CONTRACTOR

    1) Name of Contractor:

    2) LOA No.:

    3) Date of Starting work:

    4) Date of completion (Scheduled/Actual):

    5) Name of work (in short):Sr. No Activity Action Marks Give marks

    asApplicable

    1 Initial Mobilization

    i) For works costing upto 15 lacs a) with in 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) with in 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) with in 20 days of LOI 8b) within 21 to 30 days of LOI 4

    c) After 30 days of LOI (-)4

    2 Performance of work

    i) Submission of progress- a) with in 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 peroriginal progress schedule (Ro)

    a) As per schedule(Ro) 10

    a-1) Delayed on A/c of dept 10

    b) Within acceptable limits (as per

    subsequent acceptable prog. Schedule)Revision 1

    8

    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 3d) Just adequate 0

    iv) Material availability a) Adequate as per R0 10

    b) Adequate as per R1 8

    c) Adequate as per R2 5

  • 8/11/2019 Section l of Tender Document

    20/32

    RPNC101658

    d) Just adequate 0

    v) Healthiness of M/Cs & a) Sound health 5

    Tools & Tackles b) Satisfactorily maintained 2

    c) Poorly maintained 0

    3 Labour wage payments andAdherence 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

    contractors 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 (-)56 Sub-letting of work a) With deptt. approval 0

    b) Without deptt. approval if noticed (-)15

    7 Depositing ISD and Signing ofAgreement

    a) Within 10 days of information as perLOI

    5

    (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)

  • 8/11/2019 Section l of Tender Document

    21/32

    RPNC101658

    ANNEXURE G

    INSTRUCTIONS TO CONTRACTOR FOR COMPLIANCE OFSAFETY BRIEFING

    There will be compulsory safety briefing to contractor employees, before their entryinside Naphtha Cracker. The training will be imparted by Fire & Safety Officer and asafety briefing card shall be issued to each participant with validity of one year.

    1. The list of contractors employees will be submitted by the contractor to CISF andCISF will allow entry of those contractor employees from gate No.1 of NaphthaCracker to safety training hall. The contractor/ Contractor supervisor will identifytheir 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 onattendance registered in Safety training hall, before the training.

    3. After the training, the Safety briefing card will be issued to the contractorsupervisor for their employees, which will be valid for 1 year from the date oftraining.

    4. The contractor supervisor will produce the safety briefing cards to CISF forprocessing the permanent gate passes/ renewal of old gate pass, as the casemay be.

    5. On expiry of safety card validity, contractor employees has to again take thesafety 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 thecontractor employees can inform about the date of training, otherwise new cardwill be issued only after training.

    7. Contractor workers have to always carry the safety briefing card along with thegate pass during the working period while working in Naphtha Cracker area.

    8. Any IOCL employee can demand to the contractor/contractor employee to showtheir safety briefing card, failing which the concerned contractor employees maynot be allowed to work.

    9. Safety violation will be endorsed on safety cards. 1st violation will lead towarning; on 2nd violation entry will be banned for a week and on 3rd violation gatepass will be withdrawn. No gate pass will be issued to such contractor employeefor a period of at least three weeks.

    We agree to comply the above, before entry of our workmen/ employees inside BatteryArea. IOCL will have the right to refuse entry of our workmen/employees in case ofNoncompliance of any of the above said clause. IOCL reserves the right to modify/alterany of the above mentioned clauses.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    22/32

    RPNC101658ANNEXURE H

    (To be typed on Contractors Letter Head)

    Indian Oil Corporation LimitedPNC Panipat Refinery

    Dear Sir,

    REF : Contract No. ________________________ Dated ___________.

    Issue of Gate Passes

    We have been awarded the above contract on __________________________________________________________for the performance of which we wouldrequire to enter into the premises of Corporation at PNC Panipat Refinery. For theperformance of the said employees whose names and designations are given in theannexed statement declaration to enter into the said Refinery for the period of maximum6 (Six) months commencing from _______. Also, enclosed are two passport size

    photographs of each of our employees for whom the Gate Pass is sought. (Onephotograph 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 aGate Pass is requested disclaiming any right to make any claim on employment orotherwise against the Corporation.

    It is understood that Gate Pass will be counter-signed by us as the employee the personto 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 properidentification 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 OilCorporation Limited and that we as employers of persons for whom Gate Passes aresought assume full responsibility for all acts and omission for persons to whom the GatePasses are issued.

    Yours faithfully,

    Signature of Contractor

    Place:.

    Date:..

  • 8/11/2019 Section l of Tender Document

    23/32

    RPNC101658

    ANNEXURE I

    DECLARATION / UNDERTAKING

    Contract No. ________________________at _______________________

    Name of Employer: M/s. _______________________________________(M/s. of Indian Oil Corporation Ltd.)

    We, the undersigned employee (s) of the above named employer and his establishmentdo hereby undertake that if the Gate Pass (es) applied for in the accompanyingapplication of the above named employer is / are issued to me / us. I/We shall:

    i) Duly and faithfully observe all safety and other regulations applicable to theRefinery to which the gate Pass (es) relate (s).

    ii) Not anywise do any act or omission that can cause any fire or other hazard orloss or damage to any property or harm or injury to any person within the saidpremises.

    iii) Not indulge in any act or activity except such activities as necessary and in theordinary 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 orinjury 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 thecourse of antecedent verification that there is adverse remarks against by theDistrict / Police authorities and / or any criminal case is pending against me orI have been convicted for any criminal offence by any or of law either beforetaking 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 bonafide performance of such duties as be assigned to me /us by our aforesaid employer.

    Name ________________Designation ____________ Signature ______________

  • 8/11/2019 Section l of Tender Document

    24/32

    RPNC101658

    (Annexure -J)

    Format for Certification of Contractual Completion forARCs running Under Extension

    Sr.No.

    Description Details to be filled

    1 Name of Work

    2 Work Order Number

    3 Work Order Value

    4 Date of Commencement

    5 Contractual CompletionDate

    6 Executed Value UptoContractual Completion

    7 WO extended upto date

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

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    25/32

    RPNC101658

    (Annexure- K)

    Medical Examination Form for Contract Workers

    Exam Date - _________________________________________________________Name -_________________________________________________________D. O. B -_________________________________________________________Contract Agency -___________________________________________________Work Area - ________________________________________________________

    History:

    /

    / .

    /

    General Physical Examination:

    Investigation:

    %

    &

    / /

    / / ( )

    Remarks: FIT/UNFIT

    ()

    .

  • 8/11/2019 Section l of Tender Document

    26/32

    RPNC101658(ANNEXURE-L)

    Tender Conditions for Benefits / preference for Micro & Small Enterprises (MSEs)

    I. As Per Public procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and MediumEnterprises of Govt. of India, MSEs must be registered with any of the following in order toavail 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 ofthe above agencies indicating the details of the particular tendered item along with theirbid.

    III. The registration certificate issued from any one of the above agencies must be valid ason close date of the tender. The successful bidder should ensure that the same is validtill the end of the contract period.

    IV. The MSEs who have applied for registration or renewal of registration with any of theabove agencies/bodies, but have not obtained the valid certificate as on close date of the

    tender, are not eligible for exemption/preference.

    V. The MSEs registered with above mentioned agencies/bodies are exempted frompayment of Earnest Money Deposit (EMD).

    VI. Price Preference - Subject to meeting terms and conditions stated in the tenderdocument including but not limiting to prequalification criteria, twenty percent of the totalquantity of the tender is earmarked for MSEs registered with above mentionedagencies/bodies for the tendered item. Where the tendered quantity can be split,MSEsquoting a price within a price band of L1+15 percent shall be allowed to supply up to 20percent of total tendered quantity provided they match L1 price. In case the tenderedquantity 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. Incase of more than one such MSEs are in the price band of L1+15% and matches the L1price, the supply may be shared proportionately.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    27/32

    RPNC101658(ANNEXURE-L)

    For Further clarity in this regard a table is furnished below:

    Type of Tender Price Quoted by MSE How to Finalize the Tender

    Can be split L1 Full Order on MSE

    Can be split Not L1 but within L1+15% 20% order on MSE subject to matchingL1 priceCannot be split L1 Full Order on MSE

    Cannot be split Not L1 but within L1+15% Full Order on MSE subject to matchingL1 price

    VII. Out of the twenty percent target of annual procurement from micro and small enterprisesfour percent shall be earmarked for procurement from micro and small enterprises ownedby Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of suchMSEs to participate in the tender process or meet the tender requirements and L1 price

    four percent sub-target so earmarked shall be met from other MSEs.

    VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by DistrictAuthority must be submitted by the bidder in addition to certificate of registration with anyone of the agencies mentioned in paragraph (I) above. The bidder shall be responsible tofurnish necessary documentary evidence for enabling IOCL to ascertain that the MSE isowned 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% sharesin the enterprise.

    c. In case of Private Limited Companies, at least 51% share shall be held by SC/STpromoters.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    28/32

    RPNC101658

    SCOPE OF SUPPLY

    PART-A

    SCOPE OF OWNERS SUPPLY

    Owner will issue the following materials as free of charge from owner's store orfrom any other specified location within the Refinery premises:

    1. Plates (CS), Pipe/ Pipe fittings (CS),Structural Materials, GlandPackings,Gaskets, Studs,Rustolene etc.

    2. Scaffolding material and erection of scaffolding where ever required shall be inIOCL scope of supply.

    3. Crane/Hydra shall be provided by owner as per availability and requirement.

    PART-B

    SCOPE OF CONTRACTORS SUPPLY

    1. All tools & tackles (including chain pulley blocks), manpower,transportation ofmaterial from store, welding, grinding & cutting equipment & material, ladder,consumable like electrodes/ cutting gas/ grinding wheel, drilling machine, buffingwheel etc. including supply of any other materials required to complete the job asper full satisfaction of Engineer-in-charge without any extra cost.

    2. Minimum 02 No's of Single phase portable welding machine and 02 No's of 3Phase welding machines along with sufficient length of cable.

    3. Contractor has to carry out the job on round the clock basis with minimum time tocomplete the all jobs within schedule.

    4. Contractor should engage different manpowers for separate jobs along withsupervisors.

    5. If delay is found at any time, the job shall be executed through other availableagency at the risk & cost of contractor.

    6. After completion of job, scarp removal & area cleaning has to be carried out bythe contractor.

    7. Contractor has to follow all safety & contractual rules & regulations of thecorporations at each & every stage.

    8. Contractor has to assess adequate No. of manpower in consultation with E-I-C

    before start of the job and accordingly resource planning is to be done by theparty.

    All these conditions should be read in conjunction with GCC/SCC.

    NOTE: Above scope of supply is indicative only and not exhaustive and thereforeall other materials/ facilities which has not been specifically mentioned in IOCLscope of supply shall be supplied by the contractor to complete the job in allrespect as per direction of Engineer-in-charge.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    29/32

    RPNC101658

    INDIAN OIL CORPORATION LIMITED(REFINERIES DIVISION)

    PANIPAT NAPHTHA CRACKERPANIPAT

    TIME SCHEDULE

    Name of Work Time of Completion

    Lining up agency for attending SteamLeakage jobs in Power plant, Offsite,ETP and utility unit.

    *01 (one) year reckoned from thedate of issue of LOA/FOA/date ofhanding over of work at site.

    *Extension of contract:The contract shall be valid for 12 months. However, in case theservices are found satisfactory at the end of contract period, Owner at their discretion may

    extend the contract for 12 months or part thereof at same rate and terms and conditions.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    30/32

    RPNC101658

    SCOPE OF WORK

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

    Name of Work: - Lining up agency for attending Steam Leakage jobs in Powerplant, Offsite, ETP and utility unit.

    Outline scope of work shall be as given in the SOR (Schedule of Rates) andany other section of the tender document.

    However, the Contractor shall be responsible to complete the entire work as perschedule of rates, technical description, drawings etc in all respects and any otherjob necessary to complete the work though specifically may not be covered in thescope of work.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    31/32

    RPNC101658

    ADDITIONAL SPECIAL TERMS & CONDITIONS OF CONTRACT

    1. The Contractor shall be liable to engage only those welders, who are qualified andholders of valid certificate, issued by Inspection Department of any of the IOCLRefineries. In other words, the Contractor shall minimize time in getting hiswelders tested and qualified after mobilization at site.

    2. It shall be noted that the Contractor has to execute all the piping under the

    inspection of Inspection Department of Panipat Naptha Cracker. No inspection byany external body/agency shall be involved.

    3. Contractor has to execute the job at multiple locations (minimum Two hot gang)simultaneously; however engineer-in- charge may ask to mobilize at more thanTwo locations at a time as per need of the job or in case of emergency for whichnormally one week notice would be given in advance.

    4. The contractor has to necessarily deploy experienced site supervisor, technicians,skilled electrician and other workmen to carry out the jobs as per scope of workwithout any extra cost. Contractor to note that no separate expenses for theabove manpower mobilisation shall be payable.

    5. The contractor shall arrange to obtain insurance coverage for the working peopleand contractor has to adhere to the latest prevailing statutory laws & guidelines ofIOCL, HR Department.

    6. If required, the contractor has to carry out the job on round the clock basis and onSundays & Holidays as per the requirement without any extra compensation/claimas per direction of EIC.

    7. Contactor is to take care of all statutory requirement like labor laws, providentfund, gratuity, insurance coverage, medical benefits, welfare, weekly offs,

    holiday's etc. for their workmen to ensure uninterrupted services for maintenanceof units throughout the year.

    8. In case of contractor's failure to carry out of work to the satisfaction of Engineer-in-charge, the Corporation has every right to get the work done by other agencyand recover all the charges incurred in hiring the other agency and any otherconsequential losses.

    9. All safety precautions shall be ensured while doing the job as per safety rules andregulations.

    10. As job is scattered all around in the Naphtha Cracker premises, to meet all safety

    norms contractor has to engage an independent safety supervisor.

    11. The quoted rate shall include transportation cost of free issue material fromowner's store / storage point to work site.

    12. No compensation shall be made by the owner for any damage done by rain ortraffic during the execution of the work.

    Digital Signature of the Tenderer

  • 8/11/2019 Section l of Tender Document

    32/32

    RPNC10165813. Any materials /accessories / fittings etc. which may not be specifically mentioned

    in the description of items but which are normally used , necessary are to beprovided by the contractor without any extra cost to owner / consultant and thework must be completed in all respects.

    14. The supply / procurement of all materials, required for the job, shall be theresponsibility of the contractor unless otherwise stated in the "schedule of rates"and elsewhere in the tender document. The quality of the materials procured by

    the contractor shall be subject to the approval of engineer- in- charge or hisauthorised representative before the materials are allowed to be used in theworks.

    Note: - All the above mentioned conditions of contract shall be read in conjunctionwith the GCC, SCC and specification and any other document forming part of thecontractor.

    Digital Signature of the Tenderer