tender pm jts 13029

Upload: bharat

Post on 14-Apr-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/30/2019 Tender Pm Jts 13029

    1/57

    1

    INDIAN OIL CORPORATION LIMITED

    (PIPELINES DIVISION)NORTHERN REGION PIPELINEKAPASHERA NAJAFGARH ROAD,BIJWASAN, NEW DELHI110061

    TENDER NO.: PMJTS13029

    TENDER FOR

    ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCEOF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPLMATHURA

    Issued by

    Chief Manager(T&I/TS)Indian Oil Corporation Ltd.Northern Region Pipeline

    Bijwasan, New Delhi

    Price Nil

  • 7/30/2019 Tender Pm Jts 13029

    2/57

    2

    INDIAN OIL CORPORATION LIMITED(PIPELINES DIVISION)

    NORTHERN REGION PIPELINEKAPASHERA NAJAFGARH ROAD,BIJWASAN, NEW DELHI110061

    TENDER NO.: PMJTS13029

    TENDER FOR

    ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE

    OF FIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPLMATHURA

    PART - I(TECHNICAL BID)

    Issued by

    Chief Manager (T&I/TS)Indian Oil Corporation Ltd.Northern Region Pipeline

    Bijwasan, New Delhi

  • 7/30/2019 Tender Pm Jts 13029

    3/57

    3

    INDIAN OIL CORPORATION LIMITED(PIPELINES DIVISION)

    NORTHERN REGION PIPELINEKAPASHERA NAJAFGARH ROAD,

    BIJWASAN, NEW DELHI110061

    TENDER NO.: PMJTS13029

    TENDER FOR

    ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OFFIRE FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA

    INDEX

    SL.No.

    Brief Description Page No.

    VolumeI (Techno-commercial bid)

    1 Cover Page 1-2

    2 Index 3

    3 Notice Inviting Tender 4-5

    4 Special Instructions to Tenderers 6-22

    5 Special Condition of Contract 23-38

    6 Annexures I to XVII 39-57

    7 General Conditions of Contract (SeparateFile)

    1-139

    8 Volume -II (Price Bid) (Separate File)

  • 7/30/2019 Tender Pm Jts 13029

    4/57

    4

    NOTICE INVITING TENDER

    1.Name of Work

    ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIRE

    FIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA2 Tender No. PMJTS13029

    3 Tender type Open e-Tender, Two Bid

    4 Area/Location IOCL-NRPL- MATHURA

    5 Completion period12 months from the date of issuance of specific instruction by Engineer-in-Charge, extendabl

    for another 12 months at the discretion of owner

    6Tender Fee

    (Non-Refundable)

    No Tender fee is applicable for this tender, since the bidders are required to download the

    tender documents from IOCL e-tender website (https://iocletenders. gov.in).

    7

    Pre-Qualification CriteriaThe intending bidder shall have to submit online, proof of their pre-qualification and experienc

    along with Part-1 (Technical Bid) of tender. Copies of all the documents shall be self attested.

    a. Annual Turnover

    (for at least one of previous

    03 financial year ending 31st

    Mar13)

    Rs. 1.91 lacs

    (Proof shall be in the form of audited balance sheet / TDS certificate or profit & loss statement

    b. Min. Value of completed

    work order executed for

    similar jobs in last 05

    financial years ending 31st

    March13

    Work order value executed by vendor for work similar to maintenance of fire fightin

    equipment & system during last five financial years w.e.f. 01.04.08 should be as under:

    Three similar completed works each costing not less than the amount equal to ` 0.95 LacOR

    Two similar completed works each costing not less than the amount equal to ` 1.27 LacOR

    One similar completed work costing not less than the amount equal to ` 1.58 Lac.

    Proof shall be in the form of copy of work order with Completion certificate for simila

    nature of job.

    c. Other documents to be

    submitted online/upload

    1. PF code allotment letter

    2. Service tax/VAT/TIN no. (if applicable)

    3. PAN card details

    4. ESI (if applicable)

    8 Tender sale dateSale start date: 26/08/2013 at 1000 hrs

    Sale end date: 09/09/2013 at 1500 hrs

    9 Pre-bid meeting Not applicable

    10 Last date for tendersubmission

    09/09/2013 up to 1500 hrs

    11 Tender opening datePart-I (Technical bid) shall be opened on 10/09/2013 at 1530 Hrs or any convenient dat

    thereafter

    12 Earnest Money Deposit

    Nil

    INDIAN OIL CORPORATION LIMITED(PIPELINES DIVISION)

    NORTHERN REGION PIPELINEKAPASHERA NAJAFGARH ROAD,BIJWASAN, NEW DELHI110061

    PROCEDURENO:QAF:TS:03EFFECTIVEDATE:03.05.2010

  • 7/30/2019 Tender Pm Jts 13029

    5/57

    5

    13Tender issuing/receiving

    authority

    Chief Manager (T&I/TS)

    Indian Oil Corporation Ltd,

    Northern Region Pipeline,

    Bijwasan, New Delhi 110061

    Phone: 011- 28063337

    e-mail :[email protected]

    14 Other information

    The Tenderers shall upload scanned copy of necessary documents in support of required

    qualification and experience along with their offer as per instruction given in the Specia

    Instructions to Tenderer

    Bids from Consortium shall not be accepted.

    In the case of offers from Joint Venture Company duly registered under Indian Companie

    Act, any of the partners of the Joint Venture Company will have to meet the experience and

    any one of the partners will have to meet the financial criteria mentioned in S.No.7

    Physical Bids will not be accepted. Tender Document can be downloaded from

    https://iocletenders.gov.in and on line bids are required to be submitted with Digita

    signatures on the system.

    IOCL reserves the right of annulment of tender without assigning any reasons whatsoever.

    The tender documents are non-transferable

    IOCL reserves the right to cancel tender in full/part, extend tender sale/submission date etcwithout assigning any reasons thereof.

    Tenderers shall furnish necessary documents in support of required qualification and

    experience along with offer.

    Any legal dispute shall be within jurisdiction of Delhi Court.

    Bidder who has downloaded tender from IOCL tender website ( www.iocletenders. gov.in) i

    advised to visit the website for any corrigendum / amendment and take these into

    cognizance before submitting the tender. Tenders submitted without taking cognizance o

    corrigendum / amendment issued by IOCL are liable for rejection.

    Chief Manager (T&I/TS)Date: 22.08.2013

    Place: Bijwasan

    mailto:[email protected]:[email protected]:[email protected]://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/mailto:[email protected]
  • 7/30/2019 Tender Pm Jts 13029

    6/57

    6

    SPECIAL INSTRUCTIONS TO TENDERERS

    1.0.0 INFORMATION

    The information given in the Bid Documents and in the plans and drawings forming part thereof ismerely intended as general information without undertaking on the part of the Owner as to itsaccuracy and without obligation relative thereto upon the Owner. The Vendors are expected to

    conduct their own surveys and investigations prior to Bidding.

    Before bidding, the vendor shall undertake and shall be deemed before bidding to haveundertaken a thorough study of the proposed work, the job site(s) involved, the site conditions,the labour, power, water, material and equipment availability, transport and communicationfacilities and temporary offices and accommodation quarters, and all other factors, constraints andfacilities necessary for the formulation of the Bid, supply of materials and the performance of thework.

    The vendor shall inspect and examine the site and its surroundings and shall satisfy himselfbefore submitting his tender as to the nature of the ground present, physical conditions and allroads, approaches and lands which may be used temporarily otherwise in connection with theworks, means of access to the site accommodation he may require and in general shall

    himself obtain all necessary information as to risks, contingencies and other circumstances whichmay influence or affect his tender.

    2.0.0 INTRODUCTION

    2.1.0 Pipelines Division of Indian Oil Corporation Limited (IOCL), a Government of India Undertaking(hereinafter called as the Owner), owns and operates over 11000 km of pipeline network as ofnow.

    2.2.0 Indian Oil Corporation Limited, a company registered in India under the Companies Act, 1956invites electronic bids through its website https://iocletenders.gov.in under two-bid system frombonafide experienced contractors of financial standing and reputation having Provident Fund CodeNumber, PAN, experience and fulfilling the qualifying requirements stated hereunder for thefollowing job at NRPL, Bijwasan base :

    Name of Work:ANNUAL RATE CONTRACT FOR SERVICE & MAINTENANCE OF FIREFIGHTING EQUIPMENTS & SYSTEM AT NRPL MATHURA

    Tender No. PMJTS13029

    3.0.0 BRIEF DESCRIPTION OF WORK

    3.1.0 Service & maintenance of Fire Fighting equipments & system at NRPL Mathura.

    4.0.0 SITE LOCATION

    IOCL- NRPL, Mathura

    5.0.0 SITE VISIT

    5.1.0 The intending Tenderers shall be deemed to have visited the site & familiarized themselves withthe existing conditions before submitting the offer. Non familiarity with site conditions shall not beconsidered a reason either for extra claims or for not carrying out the work conforming to thespecifications.

    5.2.0 The intending Tenderers may contact IOCL, NRPL-Mathura for necessary guidance and help

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/
  • 7/30/2019 Tender Pm Jts 13029

    7/57

    7

    during site visits:

    6.0.0 LOCAL CONDITIONS

    6.1.0 It will be imperative on each BIDDER to acquaint himself of all local laws, conditions and factorswhich may have any effect on the execution of works and supplies under the Bid document. In theirown interest, the BIDDER is requested to familiarise themselves with (but not limited to) the IndianIncome Tax Act,1 961, Indian Companies Act, 1956, Indian Customs Act, 1962, Indian Factories

    Act, 1948, The Contract Labour (Regulation & Abolition) Act, 1970, The Employees Provident

    Funds and Miscellaneous Provisions Act, 1952 and other related Acts and Laws and Regulationsof India, with their latest amendments, as prevalent in India. OWNER shall not entertain anyrequest for clarification from the BIDDER regarding such local conditions.

    6.2.0 It must be understood and agreed that such factors have properly been investigated andconsidered while submitting the Bid. No claim for financial and other adjustments to the contractprice, on account of lack of clarity or proper understanding of such factors, shall be entertained.

    7.0.0 TENDER DOCUMENTS

    7.1.0 The tender documents include the following:-

    7.2.0 Owner has posted the complete tender document on the e-tendering web site(www.iocletenders.gov.in ) and has ensured its availability for downloading the full set comprising ofthe above. The tenderer is expected to download the complete tender document from the e-tendering website, compile the required documents asked in the tender and upload the scanned

    copies with their offer digitally signed.7.3.0 The tenderer is expected to examine the tendering documents, including all instructions,

    specifications and drawings in the tendering document. Failure to furnish all the informationrequired by the tendering documents or submission of tender not substantially responsive to thetendering document in every respect shall result in the rejection of the tender.

    8.0.0 PRICE OF TENDER DOCUMENT

    8.1.0 No Tender fee is applicable for this tender, since the bidders are required to download thetender documents from IOCL e-tender website (https://iocletenders.gov.in ).

    8.2.0 The tender documents shall remain the exclusive property of the Owner without any right with theBidder to use them for any purpose except for the purpose of tendering and for use by the

    successful Bidder with reference to the work.8.3.0 The tender document is non-transferable.

    9.0.0 SUBMISSION OF TENDER

    9.1.0 Bids may be submitted by Tenderer electronically as per entities defined in Clause 9.4.0. Tenderers shall quote for the work subject to their meeting the criteria for evaluation specified inclause No. 14.0.0 hereafter.

    Volume No. Contents

    Volume I of II Techno-commercial tender

    Special Instructions to Tenderers General Conditions of Contract (GCC)

    Special Conditions of Contract (SCC)

    Scope of work

    Annexures (I to XVI)

    Volume II of II Price Bid

    Schedule of Rates (SOR)

    http://www.iocletenders.gov.in/http://www.iocletenders.gov.in/http://www.iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/http://www.iocletenders.gov.in/
  • 7/30/2019 Tender Pm Jts 13029

    8/57

    8

    9.2.0 Tenders shall be based strictly on the terms, conditions and specifications contained in the Tenderdocument. Any deviation and exceptions taken to terms and conditions of the tender documentsmust be clearly listed out and submitted along with techno-commercial part of the offer.

    9.3.0 The offer should be submitted in two parts Part A and Part B as detailed below :

    PART A

    (Techno-commercial Bid)

    : Technical and commercial aspects of the offer with thetechno-commercial volumes of the tender documents digitallysigned with NO PRICE indicated therein and EMD

    documents to be uploaded as per the tender instructions

    PART B

    (PRICE BID)

    : Price portion of the offer (not to be opened along with PART-A) shall be submitted separately. Price Bid to be uploaded asper the downloaded BOQ without any change in format .Itshall be noted that this part shall contain only PRICE and noconditions whatsoever. Any condition mentioned in Part-B ofthe tender shall not be considered at the time of evaluation ofthe tender.

    9.3.1 All Amendments to tender documents issued by Owner subsequently, if any, must be digitallysigned and submitted along with the Tender. The Tender submitted by the Tenderer shall take into

    account all such amendments.

    9.3.2 The tender shall be completely filled in all respects and with requisite information and annexuresstrictly in the order indicated in clauses 9.4.0 & 9.5.0. Incomplete tender / tenders not supported byrequisite documents may not be considered. Decision of the Owner, in this regard, shall be final &binding on the tenderer.

    9.3.3 All the physical signatures in annexures/tender documents shall be dated. All annexures shall beinitialled at the lower right hand corner or signed wherever required in the tender documents by theTenderer or by a person authorised to sign on behalf of the Tenderer.

    9.3.4 The tenderer shall be deemed to have satisfied himself before tendering, as to the correctness andsufficiency of the tender for the works and of the rates stated in the Schedule of Rates, which shallcover all his obligations under the Contract and all matters and things necessary for propercompletion of the works.

    9.3.5 Submission of the information and details shall be done strictly in the manner described. In casethe relevant data/details/information in respect of the above is not furnished in the technical part,the tender shall be liable for rejection

    9.3.6 The bidder if it is a Micro, Small or Medium enterprises as per the Micro, Small & MediumEnterprises Development Act, 2006 (MSMED Act 2006) and registered with the Authorities underthe above Act for the items/services under procurement in this tender, then party has to indicatethe Entrepreneurs Memorandum Number (Twelve digit) and enclose a copy of the certificateissued by the Authorities under the Micro, Small & Medium enterprises Development Act 2006.

    9.4.0 PART-A ( Techno-Commercial Bid)

    9.4.1 The techno-commercial part of the tender document shall be submitted in two folders as detailedbelow:-

    9.4.2 (I) FOLDER No. I Commercial Bid (in one copy only):

    The bidders are required to upload the scanned copy of the following list of documents :

    i) Duly filled in Tender Check-list as perAnnexure-III.

    ii) Tender forwarding letter duly signed by the authorised signatory.

  • 7/30/2019 Tender Pm Jts 13029

    9/57

    9

    iii) Power of Attorney or other proof of authority, in favour of the person who is having validDigital Signature Certificate (DSC) and participating in e-tendering as required by Clause4.13 of Instructions to Bidders of GCC in the following manner:-

    (a) If bidder is a proprietary firm, tender shall be signed by proprietor of the firm or power ofattorney holder of the firm, in such case original or Certified (Attested/ notarised) copy ofthe power of attorney shall be enclosed in the envelop.

    (b) If the bidder is a partnership firm, it shall be signed by all the partners of the firm or by a

    partner holding power of attorney for the firm or power of attorney holder of the firm forsigning the tender, in such case original or certified (Attested/Notarised) copy of thepower of attorney shall accompany the Tender. A certified copy of the partnershipdeed and current address of the partners of the firm shall also accompany the Tender.

    (c) If the bidder is a Private Limited Company, the power of attorney holder of the companyshall sign the Tender. Original or certified (Attested/ notarised) copy of the power ofattorney along with the certified (Attested/ notarised) copy of the Articles ofmemorandum of Private Limited Company shall accompany the Tender.

    d) If the bidder is a Public Limited Company, the power of attorney holder of the companyshall sign the Tender. Original or certified (Attested/ notarised) copy of the power ofattorney along with the certified (Attested/ notarised) copy of the Articles ofmemorandum of Public Limited Company shall accompany the Tender.

    iv) Earnest Money Deposit as per Clause 13.0.0.

    v) Audited Balance sheets of any last 3 (three) financial years. In case the audited balancesheet for last financial year i.e. 2012-13 is not completed, bidder have to submitprovisional /unaudited balance sheet duly certified by a chartered accountant

    vi) "Form of Tender" forcommercial bid duly filled and signed as given on page 127 to 128 ofGeneral Conditions of Contract. (Annexure-X)

    vii) "Form of Tender" forprice bid, signed as given on page 125 to 126 of General Conditionsof Contract. (Annexure-XI)

    viii) Blank SOR duly signed on each pages indicating QUOTED or NOT QUOTED for each item

    of SOR.ix) Information regarding the bidder in the form annexed to the Form of Tender (Page-129 of

    GCC). (Annexure-XII)

    x) Provident Fund Code Number (for Indian Bidders only) as per Clause 4.18 of GeneralConditions of Contract

    xi) Income Tax Permanent Account Number as per Clause 4.18 of General Conditions ofContract.

    xii) Bidder shall submit copy of certificate containing Service Tax Registration Number. Thebidder shall also furnish the following information along with the bid with regard to ServiceTax. (Annexure-XV)

    Type ofService asper Finance

    Act 1994

    Relevant provisionof the Finance Act1994 under whichservice is falling

    Normalrate ofServiceTax

    Availmentof anyexemption/ abetment

    Rate of Servicetax underabetmentscheme.

    Supply

    Services

    Composite

  • 7/30/2019 Tender Pm Jts 13029

    10/57

    10

    xiii) The bidders shall get their names registered with Sales Tax Authority of the StateGovernment concerned in which the work is being carried out. Bidder shall submit copy ofcertificate containing TIN. (Annexure-XVI)

    xiv) Solvency certificate from a Scheduled bank in India or a reputed foreign Bank acceptable tothe Owner.

    xv) Declaration of Blacklisting in the prescribed format. (Page No. 122 of GCC). (Annexure-XIII).

    xvi) Declaration of relationship with directors of IOCL as per (Annexure-IX).

    xvii) Details of experience as per Annexure-VI, mentioned in accordance with Clause 14.0.0meeting experience (Financial) alongwith relevant documents, such as copies of Work Orderand Completion Certificate, supporting the claim.

    xviii) Exceptions/deviations pertaining to Instructions to Bidders, General Conditions of Contract(GCC), Special Conditions of Contract (SCC) and other general tender conditions to beindicated only as per Performa in Annexure-II. Any exceptions /deviations listedanywhere other than the Annexure-II shall not be considered.

    xix) Declaration as per performa given in Annexure-V regarding Non-engagement of child labour.

    xx) The bidders should provide their bank details in the format as perAnnexure-VIII.

    xxi) Duly signed addendum, if any, issued to the bidder at a later date.

    xxii) Declaration for acceptance of terms and conditions of Techno-commercial volumes of thetender documents including SOR as perAnnexure-XIV. UNPRICED SOR (excel format) dulyfilled in as QUOTED/ NOT QUOTED shall be uploaded along with the above declaration.

    9.4.3 (II) FOLDER No. II Technical Bid

    i) Work schedule with break-up of activities in the form of bar chart (if any).

    ii) Technical literature/catalogue, information of materials under Contractors scope of supply(if any).

    iii) Experience profile of the bidder for executed work of any civil repair & maintenance/ newcivil construction as per Annexure-VI along with copies of work order, completion

    certificates, Performance certificate, etc., with respect to evaluation criteria mentioned inClause No. 14.0.0.

    iv) Details of concurrent commitments as perAnnexure-VI.

    v) Exceptions/deviations pertaining to Specifications, if any, to be indicated only as perPerforma in Annexure-II.

    vi) Duly signed and stamped declaration for acceptance of terms and conditions of Techno-commercial volumes of the tender documents including SOR as perAnnexure-XIV.

    9.4.4 Failure to furnish all information required as per the tender documents or submission of bid notsubstantially responsive to the tender documents, in every respect, may result in rejection of thebid.

    Submission of the information and details shall be done strictly in the manner described.PRICE SHALL NOT APPEAR ANYWHERE IN PART A OF THE TENDER

    9.5.0 PART B ( PRICE BID)

    9.5.1 The price bid shall be submitted online only. Prices should not be submitted in a sealedenvelope.

    9.5.2 The bidder shall quote firm prices in the price schedule. The bid prices shall conform to theprovisions of Clause No. 29.0.0, Currencies & Payments, amplified hereunder.

  • 7/30/2019 Tender Pm Jts 13029

    11/57

    11

    9.5.3 Bidders are advised to check the BOQ file before submitting the price bid w.r.t. theSchedule of rates attached with tender documents. In case of any discrepancy in item text,Qty & Units in the BOQ file vis-a-vis Schedule of rates, the Schedule of rates attached withTender documents shall prevail.

    9.5.4 Bidders are advised to fi l l the BOQ fi le as per fol lowin g instruct io ns.

    a) The bidder has to download the BOQ file along with tender documents and subsequentAddendum/Corrigendum/Clarifications, if any may be issued at a later stage, if required.

    b) Bidder to note that there are Greycells in the BOQ file, which should not be modified bythe bidder. Bidders are advised to fill the Whitecells meant for the rates, which to beentered by the bidder.

    c) Bidders are advised strictly not to alter or change the BOQ format/ contents. Bidders arealso advised not to paste any image file or put any additional conditions in the BOQ worksheet.

    d) BOQ shall be filled in strictly in the manner described as per above. In case, the BOQ is notfilled in the manner described as per above, the tender may be rejected.

    9.5.5 The price quoted under each head shall include all cost towards equipment, labour & laboratoryback-up, logistics, transport, travel and stay arrangements and other incidentals including supply ofmaterials as may be necessary for rendering the services in totality as per detailed specifications.

    9.5.6 All duties, taxes (excluding service tax and cess thereon) and other levies, including thatrelating to Works Contract tax levied by certain State Governments shall be payable by the Bidderunder the Contract, shall be included in the rate and prices quoted by the Bidder. The quoted bidprices shall accordingly be all inclusive and firm. However, any new taxes, duties, levies etc.,imposed by the Central or State Government, subsequent to the submission of the bid but duringthe scheduled contractual completion period shall be reimbursed against documentary evidence.However, the benefit of any withdrawal of any existing taxes, duties, levies, etc must be passed onto IOCL.

    9.5.7 For supply of indigenous items under the scope of the contractor supply, the rates quoted by theBidder shall be all inclusive for delivery of material at site (FOR destination basis). It shall includethe basic cost, all applicable taxes (excluding service tax and cess thereon) and duties, inspectioncharge, transportation charges, transit insurance, auxiliary taxes, octroi etc.,

    9.5.8 The bidder shall submit the tender online in IOCLs E-tendering sitehttps://iocletenders.gov.in onor before the due date of Bid submission. TENDERS SUBMITTED BY ANY OTHER FORM (Fax /E-mail / Courier / Post/ Hard copy) WILL NOT BE ACCEPTED.

    9.5.9 Tender documents as submitted by bidder shall become the property of OWNER and OWNERshall have no obligation to return the same to the bidder.

    9.5.10 Owner shall not be liable for any obligation until such time Owner has communicated to thesuccessful bidder its decision to entrust the work.

    9.5.11 The price offered by the bidder shall not appear anywhere in any manner in theTechnicalBid.

    9.5.12 Submission of the information and details shall be done strictly in the manner described. In casethe relevant data/ details/ information in respect of the above is not furnished in the technical part,the tender may be rejected.

    9.6.0 INSTRUCTIONS TO BIDDERS FOR PARTICIPATION IN E-TENDERING

    9.6.1 Indian Oil Corporation Ltd. has developed a secured and user friendly system which will enableVendors/Bidders to Search, View, Download tenders directly from Indian Oil Corporation Ltd.,secured website and also enables them to participate & submit Online Bids on the e-tendering sitehttps://iocletenders.gov.in directly from the website in secured and transparent manner maintaining

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/
  • 7/30/2019 Tender Pm Jts 13029

    12/57

    12

    confidentiality and security throughout the tender evaluation process and award.

    9.6.2 All interested bidders are requested to register themselves with the portal indicated above andenroll their digital certificate with the user id for participation in the tender.

    9.6.3 Tenderers are advised to download Notice Inviting Tender along with other tender documents fromthe e-tendering portal https://iocletenders.gov.in free of cost using their digital signature &registered used ID. While the tender shall be submitted online in softcopy on our e-tendering portal,the earnest Money Deposit has to be submitted by dropping it in the Tender-box (as per instruction,

    if applicable) before the due date and time of tender submission failing which the bid shall besummarily rejected. A scanned copy of the instrument DD/BC or exemption certificate in case ofNSIC or exempted category has to be uploaded along with clear scanned copies of requireddocuments to substantiate the claim towards their credentials along with the tender documents inthe appropriate space.

    9.6.4 Bidders are requested to read following conditions in conjunction with various conditions, whereverapplicable appearing with this bid invitation for e-Tendering. The conditions mentioned here inunder shall supersede and shall prevail over the conditions enumerated elsewhere in the tenderdocument.

    9.6.5 How to submit On-line Bids / Offers electronically against E-tendering?

    9.6.5.1 Vendors / Bidders are advised to read the following instructions for participating in the electronic

    tenders directly through internet:

    i) Late and delayed Bids / Offers after due date / time shall not be permitted in E-tenderingsystem. No bid can be submitted after the last date and time of submission has reached.(However if bidder intends to revise the bid already submitted, they may change / revise thesame on or before the last date and time of submission of bid). The system time (IST) that willbe displayed on e-tendering web page shall be the time and no other time shall be taken intocognizance.

    ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-tendering systemwell before the closing date and time of bid.

    iii) No bid can be modified after the dead line for submission of bids.

    iv) Bidders are requested to provide correct e-Mail address and Mobile No. for receivingupdates related to e-tender from time to time.

    v) IndianOil does not take any responsibility in case bidder fails to upload the documents withinspecified time of tender submission.

    vi) No Manual Bids / Offers along with electronic Bids / Offers shall be permitted.

    9.6.6 What is a Digital Signature?

    This is a unique digital code which can be transmitted electronically and primarily identifies aunique sender. The objective of digital signature is to guarantee that the individual sending themessage is who he or she really claims to be just like the written signature. The Controller ofCertifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who

    in turn allot on a regular basis Digital Certificates, Documents which are signed digitally are legallyvalid documents as per the Indian IT Act (2000).

    9.6.7 Why is a Digital Signature required?

    In order to bid for Indian Oil e-tenders all the vendors are required to obtain a legally valid DigitalCertificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under theRoot Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. TheDigital Certificate is issued by CA in the name of a person authorized for filing Bids / Offers onbehalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally

  • 7/30/2019 Tender Pm Jts 13029

    13/57

    13

    signing the bid / documents with the above allotted Digital Signatures.

    Bidders should have Class III Digital Certificate from any of the competent Certifying Authorities inIndia (For details regarding Digital Certificate Provider please refer to section Informat ion aboutDSC point 8 on the home page). All interested bidders are requested to register themselves usingthe link Click here to Enrol l on the home page and enroll their digital certificate during their firstlogin attempt. If any bidder is not currently holding DSC, then it should be obtained from any of thefollowing:

    1) Sify Communications Ltd,(Formerly Safescrypt Limited),2nd Floor, Tidel Park, Chennai-113.Ph: +91 44 22540770 ext 2594Mob: 99400 13548Contact person name: Mr A Anand,Accounts Manager

    2) Tata Consultancy Services,C/o SAP BPO Services Ltd,

    Ashok Lakshmi Kripa, No 9 43rd street,VI Avenue, Ashok Nagar, Chennai-83.Ph: 23714888,42033888,43054882

    3) R3 eConsulting Pvt Ltd,Indira devi Complex, 2nd floor,20,Gopalakrishna Street,Pondy bazaar,Chennai-600017.Ph: 044-28152670, 28152672

    4) Exim Links International,Dealer of nCode Solutions,Old no 14, New no 36,2nd floor,Errabalu Chetty Street,Parrys,Chennai-600001.Ph: 044-42159972, Cell: 9444087687

    5) Safe Solutions,M C Complex,70/6, Lawley road, Near Agricultural University, Coimbatore-3,Ph: 0422-2442081, Cell: 9994867519

    6) M/s 3i Infotech Consumer Services Ltd.,3rd Floor, Sai Arcade,Outer Ring Road,Devarabeesanahalli,Bangalore 560036.Karnataka, IndiaPhone: +91 80 67821616Fax: +91 80 67175306Email: [email protected]:[email protected]

    7) KARTSIV INTERNATIONAL,6/358-A,THIRUVALLUVAR NAGAR,BODHUPATTI ROAD,

    mailto:[email protected]:[email protected]:[email protected]:[email protected]
  • 7/30/2019 Tender Pm Jts 13029

    14/57

    14

    NAMAKKAL- 637001,PH- 04286 326232,FAX- 04286 225126,MOBIL NO: 9944287728,E-MAIL ID:[email protected],COIMBATORE BRANCH.

    8) KARTSIV INTERNATIONAL,79A, DB ROAD,

    R.S.PURAM,COIMBATORE 641002,PHONE- 0422 3240625,MOBIL NO: 9944287728.E-MAIL ID:[email protected]

    9) SCS CORPORATE SOLUTIONS,#101, P.M.G COMPLEX,NO 57 SOUTH USMAN ROAD,T.NAGAR,CHENNAI 600017 (Near T.Nagar bus terminus).Tel : 044-42831124,32972241,Mob : 9884222241 , 9884292979 , 9962002961/62/63.

    Once a digita l cert i f icate is registered to a pro fi le it cannot b e removed o r de-activated

    under any circ umstances. It is advised to take extreme precaution while mapping dig ita l

    cert i f icate to a part icular user pro fi le.

    9.6.8 Pre-Bid Meeting

    Any queries in connection with the bid shall be discussed and clarified during a pre-bid conferenceas per time and venue specified in the tender. (If pre-bid meeting information is not available in thetender then the same shall not be held.)The authorized representatives of the parties to whom thetender has been issued shall only be allowed to attend the meeting. Further, during the pre-bidmeeting, Indian Oil may also arrange demonstration of the e-tendering system to the vendorspresent and who may be interested in attending the same.

    9.6.9 Submission of Documents

    All tenders available on the website can be searched by using the Search Active Tenders menuunder Bidders profile. Use any of the searching criteria to search your tender. For a refined search,enter Work Title under Keywords and click Submit. The intended tender(s) should be checkedand saved as Favorite by clicking on the check box. The bid submission process will start byclicking the menu My Tenders.

    The Un-priced Technical Bids and Price Bid have to be submitted online only. For this purpose,Vendors/Bidders are advised to read the instructions available in the homepage of the portal where

    detailed procedure for submission of bids is available under the section Bidders Manual Kit.However, documents which necessarily have to be submitted in originals like EMD and any otherdocuments mentioned in the tender documents have to be submitted offline. Prices should not besubmitted in a sealed envelope. Indian Oil shall not be responsible in any way for failure on thepart of the bidder to follow the instructions. No manual bids/offers along with electronicbids/offers shall be permitted. Uploading of Tender Documents.

    It is advised that the bidder should arrange the document (s) to be uploaded for a single packet sothat the total size of the documents (s) is less or equal to 10 MB. Additional 20 MB under sectionMy Space is available to upload high volume documents, such documents can be tailored as per

  • 7/30/2019 Tender Pm Jts 13029

    15/57

    15

    Tenders requirement. To include files from My Space to your bid, select Yes for OtherImportant Documents after EMD details.

    At the e-tender website, the bidder will find 4 covers and each cover can take up to a file size oftotal 10 MB. In a 4 cover scenario following covers are configured in the system:

    Cover 1 Commercial Documents

    Cover 2 Qualification Documents

    Cover 3 Technical BidCover 4 Price Bid

    The documents to be uploaded should be in the same format as asked in the e-Tender. Price Bidhas to downloaded and saved in the exact format available in the website (i.e. Microsoft 97-2003Workbook). All relevant details and quotes are to be filled in the same file/sheet (BOQ_.....xls). It isrequested to use the same file for uploading. Any change in the File name, Sheet name or both willrestrict uploading of the Price Bid.

    Indian Oil does not take any responsibility in case of failure of the bidder to upload the documentswithin specified time of tender submission.

    9.6.10 Submission and Opening of Bids

    Bid along with all the copies of documents should be submitted in the electronic form only throughIndian Oil e-tendering system. Bidder has to ensure that their bid submission is complete in allrespect by clicking on the FREEZE BID button. Any revision or amendment in bid shall bepossible after the FREEZE BID button is clicked only till the due date and time of submission oftender. Bidder in turn will receive an acknowledgement against his/her bid submission.

    Before the bid is uploaded, the bid comprising of all attached documents should be digitally signedusing digital signatures issued by an acceptable Certifying Authority (CA) in accordance with theIndian IT Act 2000.

    9.6.11 Last Date for Submission of Bids

    Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement systemwell before the closing date and time of bid. The system time (IST) that will be displayed on e-

    Procurement web page shall be the time considered for determining the expiry of due date andtime of the tender and no other time shall be taken into cognizance.

    Vendors / Bidders must use any computer having Windows 2000 or Windows XP versions orhigher of Window operating system, an internet web browser version Internet Explorer V8.0 orhigher recommended and computer should be JAVA V1.6 or higher enabled.

    9.6.12 Help Desk

    You may contact the following resource persons for any assistance required in this regard.

    Mr. Shashi Noida 8130634323 Mr. Sawan Noida 8130269544

    Mr. Ankit Gurgaon 9717983330 Mr. Atul Mumbai 9920638636

    Mr. Vikrant New Delhi 9999188919 Mr. Ashwani Mumbai 8879414448

    Mr. Manu Gurgaon 9711276525 Mr. Ravi Kolkata 8981665512

    Land Line No. : +91-124-2861244

  • 7/30/2019 Tender Pm Jts 13029

    16/57

    16

    Email-id :[email protected]

    10.1.0 VALIDITY OF OFFER:

    10.2.0 Tender submitted by the tenderer shall remain valid and open for acceptance for a period of 4(four) months from the date of opening of Techno-commercial part of the tender. The rates quotedin the schedule of rates shall remain firm during the validity period.

    10.3.0 In exceptional circumstances, prior to expiry of the original bid, the owner may request the Bidderfor a specified extension in the period of validity. The request and the responses thereto shall be

    made in writing or by fax/ e-mail. A Bidder may refuse the request without forfeiting his bid security.A Bidder agreeing to the request will not be permitted to modify his bid, but will be required toextend the validity of his bid security correspondingly. The provisions of discharge and forfeiture ofbid security shall continue to apply during the extended period of the bid validity.

    11.0.0--CONSORTIUM BIDS :

    12.0.0 SUBSIDIARY COMPANY

    Bids may be submitted by:

    a) An Individual Proprietary firm /Partnership firm/ Limited Company (called Sole Bidder);

    b) Sole bidder shall fulfil each requirement of Eligibility Criteria as per clause 14.0.0.

    13.0.0 EARNEST MONEY DEPOSIT (EMD):13.1.0The EMD for above tender is NIL

    13.2.0 The sealed EMD (Original BG/ DD/ Bankers cheque/ e-payment (copy of e-payment receipt)should be addressed in the name of tender issuing authority and delivered in person atIndian Oil Corpor ation Lim ited (Pipel ines Divis ion), Northern Region Pipel ines, , Kapashera -Najafgarh Road, Bijwasan, New Delhi - 110061

    13.3.0 Entities exempted from submission of EMD: As per MSMED Act, 2006 (or erstwhile NSICRegistered Parties), Central / State PSUs and JVs of IOC.

    13.4.0 The bidder may submit the Earnest Money in the form of Demand Draft in favour of Indian OilCorporation Ltd., Pipelines Division payable at Kapashera - Najafgarh Road, Bijwasan, New Delhi -110061

    13.5.0A Bank Guarantee (BG) may be accepted by the Owner towards EMD provided the amount of suchBG is not less than Indian Rupees 1,00,000.00 (Indian Rupees One Lac). It shall be anunconditional Bank Guarantee issued by a Scheduled Bank in India or an Indian Branch of foreignBank (acceptable to the Owner) and operating in India under the guidelines of Reserve Bank ofIndia. The proforma for furnishing the bank guarantee is given in General Conditions of Contract.The BG shall be kept valid up to 6 months from the date of opening of the techno-commercial offer.

    13.6.0 Bidders to ensure that the text of bank guarantee submitted towards bid security (EMD) shallmatch the format for BG in lieu of EMD as given in General Conditions of Contract (pageno. 133 to 134) verbatim including all comma/ full stops. In case of a deviation/variation,necessary amendment shall be sought from the bidder/ their bankers.

    13.7.0 EMD Fee by the intending Tenderers shall be accepted through e-banking directly in IOCLsaccount as per the bank details as given in Clause 13.8.0 below. The Bidders remitting EMDthrough e-banking should submit a copy of their bankers advice as proof of remittance of EMD in aseparate envelope in UNPRICED BID. Bids received without such a copy (in case of payment ofEMD by e-banking) are liable to be rejected.

    13.8.0 The bidders can remit the EMD by way of Electronic Fund Transfer (EFT)/SWIFT transfer also.The bank account particulars of IOCL are given below. The Bidders remitting EMD through EFTshould submit a copy of their bankers advice as proof of remittance of EMD in uploaded file of

    http://localhost/var/www/apps/conversion/tmp/scratch_3/[email protected]://localhost/var/www/apps/conversion/tmp/scratch_3/[email protected]://localhost/var/www/apps/conversion/tmp/scratch_3/[email protected]://localhost/var/www/apps/conversion/tmp/scratch_3/[email protected]
  • 7/30/2019 Tender Pm Jts 13029

    17/57

    17

    techno-commercial bid. Bids received without such a copy (in case of payment of EMD by EFT) areliable to be rejected. Remittance Information should contain Name of the Tenderer, Tender No &

    Amount. Bids received without a copy of EFT message (in case of payment by EFT) are liable tobe rejected.

    Beneficiary Name: INDIAN OIL CORPORATION LTD., (PIPELINES DIVISION)

    Account No.: 10083255084

    Beneficiary Bank: STATE BANK OF INDIA

    Branch/ Address: Kapashera, New Delhi - 110037

    IFSC Code: SBIN0006887

    MICR: 110002138

    13.9.0 Further to provisions of Clause 4.19 and Clause 5.0 at page 117 & 118 of Instructions to Tenderersof General Conditions of Contract, following shall be considered by the bidder in terms of bidsubmitted by them:

    Bids submitted without bid security may be considered as NON-RESPONSIVE and shall be liablefor REJECTION. The decision of the owner, in this regards, shall be final and binding on thebidder(s).

    13.10.0 In case an Indian Company, otherwise eligible for exemption from submission of EMD as perGovernment of India Guidelines, submits a bid in association (as a JV) with another company (noteligible for EMD exemption) then the EMD must be submitted with the offer.

    13.11.0 In the case of JV, the EMD shall be furnished by the Leader of the JV member.

    13.12.0 No interest or any expense what so ever will be payable by OWNER on the bid security furnishedby BIDDER in any manner.

    13.13.0 Security of the successful BIDDER (hereinafter called the Contractor) will be discharged after theBIDDER has signed the agreement and furnished the required Initial Security Deposit / SecurityDeposit or shall be adjusted against Initial Security Deposit as required as per General Conditionsof Contract.

    13.14.0 EMD to the unsuccessful bidders deposited by DD/Bankers Cheque/pay Order/ e-banking may bereleased in their respective bank accounts through e-banking. The bidders should provide theirbank details in the format as perAnnexure-VIII including a cancelled cheque for the purpose.

    13.15.0 The bid security may be forfeited :

    a) If a BIDDER withdraws his bid during the period of bid validity; OR

    b) In the case of a successful BIDDER, if he fails within the specified time limit to:

    i) sign the agreement, or

    ii) furnish the required security deposit

  • 7/30/2019 Tender Pm Jts 13029

    18/57

    18

    14.0.0 CRITERIA FOR EVALUATION:

    The party quoting minimum amount (% rate) in totality shall be considered as lowest.

    Evaluation of the bidder shall be primarily done based on the following qualifying criteria:-

    14.1.0 (A) Experience (Technical)

    The evaluation of the bidders shall be done on techno-commercially qualified basis. Any bidderparticipating in this bidding must have experience as described herein and the evaluation of their

    offers shall be primarily done on the basis of the following qualifying criteria.Tenderer should have successfully executed works of maintenance of fire fighting equipments &

    system

    during any of the last 5 (five) financial years (2008-09, 2009-10, 2010-11, 2011-12 & 2012-13) or

    current financial year as below:

    Three similar completed works each costing not less than the amount equal to Rs. 0.95 LacOR

    Two similar completed works each costing not less than the amount equal to Rs. 1.27 LacOR

    One similar completed work costing not less than the amount equal to Rs. 1.58 Lac.

    I. The job/work(s) completed & commissioned in last five years (to be reckoned from date ofcommencement of sale of tender) shall only be considered for technical qualification asper the above criteria. The bidder shall submit copy of relevant work order(s) withcompletion certificate(s) meeting the above-mentioned criteria.

    II. Wherever the sub contractors is proposed by the bidder for survey(s), the commitmentletter as per enclosed format from sub contractors for carrying out the relevant survey(s)for the bidder in current project along with the qualification details (work order(s) andcompletion certificate(s)) of sub contractors shall be submitted.

    III. Work completed before April 2008and completed after commencement of sale of this

    tender will not be taken into consideration for technical qualification.(B) Financial criteria

    (i) Annual turnover of the tenderer during any of the preceding 3 (three) financial years

    (2010-11, 2011-12 & 2012-13) shall not be less Rs. 1.91 lacs

    (Proof shall be in the form of audited balance sheet / TDS certificate or profit & lossstatement )

    14.2.0 Besides the above, the offer shall also be evaluated keeping in view the Tenderers presentcommitment, deployment capability of specified equipment & manpower work experience.

    14.3.0 Relevant documents, such as copies of Work Order and Completion Certificate, supporting theclaim shall be furnished along with the offer.

    14.4.0 In addition to above, the performance of past / ongoing works executed for IOCL, if any, andperformance in past / ongoing works for other clients shall have important bearing in evaluating thetenderers technical capability.

    14.5.0 The final techno-commercial evaluation shall be done on the basis of evaluation of financialsoundness, past experience, present commitment, credentials of the sub contractors proposed (ifany), capability to deploy specified manpower & equipments for the work and confirmationregarding strict adherence to the time schedule to be submitted in the form of a bar chart for thepresent work.

  • 7/30/2019 Tender Pm Jts 13029

    19/57

    19

    15.0.0 LANGUAGE OF BID:

    15.1.0 The bid prepared by the BIDDER and all correspondence and documents relating to the bidexchanged by the BIDDER and the OWNER shall be written in English language only. Supportingdocuments and printed literature furnished by the BIDDER may be in another language providedthey are accompanied by an appropriate translation of pertinent passages in the above statedlanguage. For the purpose of interpretation of the bid, the English language shall prevail.

    16.0.0 COST OF BIDDING:

    16.1.0 The Bidder shall bear all costs associated with the preparation and submission of his bid andOWNER will in no case be responsible or liable for these works, regardless of the conduct ofoutcome of the bidding process.

    17.0.0 MODIFICATION AND WITHDRAWAL OF BIDS:

    17.1.0 A Bid once made cannot be modified or withdrawn.

    18.0.0 CLARIFICATION OF BIDS:

    18.1.0 To assist in the examination, evaluation and comparison of bids, the Owner may ask the biddersindividually for clarification of their Bids, including break-down of unit rates. The request forclarification and the response shall be in writing, but no changes in the price or substance of thebid shall be sought, offered or permitted except as required to confirm the correction of errors

    discovered by the Owner during the evaluation of bids.

    18.2.0 The bidder requiring any clarification on the bidding document may notify the owner in writing at theowner's address. The Owner will respond in writing to any request for clarification received by threedays before the last date of sale period. The queries / clarifications shall be conveyed to all thebidders for their information and action as required.

    19.0.0 APPOINTMENT OF CONSULTANTS:

    19.1.0 Owner shall have full discretion to engage consultant of his choice for expert advice on theevaluation of bids, inspection of equipments, supervision of installation and commissioning or anyother services deemed necessary from time to time. Bidder shall be bound to answer all relevantqueries from Owner/ Consultant.

    20.0.0 QUALITY ASSURANCE SYSTEM20.1.0 The contract must ensure that best quality of work is done and should comply with the

    clauses of GCC(General Conditions of Contract) as applicable.

    21.0.0 PRE-BID MEETING

    21.1.0 The pre-bid meeting, if required, shall be held as per the schedule in the notice inviting tender toclarify the techno-commercial issues related to the tender. The authorised representatives of theparties to whom the tender has been issued shall only be allowed to attend the meeting. If the dateof pre-bid meeting is not written in the Notice Inviting Tender, the same shall not be held.

    22.0.0 PRE-PRICE BID MEETING

    22.1.0 Pre-price bid meeting shall be held as a prelude to price bid opening if required. Representatives of

    the tenderers shall attend the pre-price bid meeting for resolving the outstanding issues, if any, andfor other mutual clarifications. The date and time shall be conveyed to the techno-commerciallyqualified tenderers at a later date.

    22.2.0 Any modification to the tendering document which may become necessary as a result of the pre-price bid meeting (if held) shall be made by Owner exclusively by issue of an addendum.

    23.0.0 OPENING OF TENDER :

    23.1.0 The Techno-Commercial Bid (Part-A of Bid) of all the tenders submitted online up to the due date &time for receipt of bids shall be opened as per due date and time. The system time (IST) that will

  • 7/30/2019 Tender Pm Jts 13029

    20/57

    20

    be displayed on e-Procurement web page shall be the time considered for determining the expiryof due date and time of the tender and no other time shall be taken into cognizance.

    23.2.0 The Price Bids of the technically and commercially acceptable bidder(s) shall be opened at a laterdate, which shall be intimated.

    23.3.0 The Owner shall not be responsible for delayed submission of offers or non-submission of offersdue to any reason whatsoever. The responsibility of ensuring online & on-time submission of theiroffers lies entirely with the bidders. The bidders are requested to submit the bid online much before

    date and time of submission, failing which IOCL shall not be responsible for any such technicalproblem.

    24.0.0 RIGHT OF OWNER TO ACCEPT OR REJECT TENDERS

    24.1.0 Owner reserves the right to accept the tender in full or in part/parts. Owner does not bind itself toaccept the lowest tender and reserves the right to reject any or all the tenders received withoutassigning any reason whatsoever. And no compensation shall be paid for effort made by thebidder. Reasons for rejection shall be disclosed on written representation by the concerned bidderwhose bid is rejected.

    24.2.0 Tenders in which any of the particulars and prescribed information is missing or are incomplete inany respect and/or the prescribed conditions are not fulfilled, shall be considered non-responsiveand are liable to be rejected.

    25.0.0 AWARD OF WORK

    25.1.0 The work shall be awarded at the discretion of the Owner to the lowest techno-commerciallyaccepted bidder

    26.0.0 ADDENDA/ CLARIFICATION

    26.1.0 Corrigendum/ Addenda/ Clarifications may be issued prior to the date of opening of the tender toclarify issues arising out of various queries/ clarifications relevant to the tender documents frombidders or to reflect modification in the design or contract terms. Such addendum/ addenda shallbe issued to each party at the E-mail ID furnished while registering with the IndianOil e-tenderingsite https://iocletenders.gov.in for downloading the tender document/ to whom a set of tenderdocument has been issued from the office of tender issuing authority. Each recipient shall retain

    one copy of such corrigendum/ addendum/ addenda for submission along with the tender inacknowledgement of receipt thereof. All such addendum issued shall form part of the tenderdocument.

    26.2.0 If a party does not view / fails to view the corrigendum/ addenda / clarification hosted on thewebsite while registering with IndianOil e-tendering site https://iocletenders.gov.inon anyaccounts whatsoever and their offer is without considering the corrigendum / addenda /clarification, then owner may reject the offer.

    27.0.0 CONFORMITY TO TERMS AND CONDITIONS OF BID DOCUMENTS

    27.1.0 Bids shall be based strictly on the terms, conditions and specifications contained in the Biddocuments. Any deviation and exceptions taken to terms and conditions of the Bid documentsmust be clearly listed out as per proforma of Exceptions and Deviations. Exceptions & Deviations

    are to be submitted in different folders giving proper reference to Page No. / Clause No. / Para etc.

    27.2.0 All correspondences from owner as well as from the contractor regarding clarifications duringtechno-commercial evaluation of the bid and mutually accepted deviations to tender documentshall be concluded as Agreed Variations. The Agreed Variations shall form part of the contractand all other correspondences in this regard will be treated as null and void.

    28.0.0 INDIGENISATION

    28.1.0 Tenderer shall make maximum possible utilisation of indigenous manufacturing facilities and otherservices/ expertise available for their project implementation plans. It is, therefore, essential that as

    https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/https://iocletenders.gov.in/
  • 7/30/2019 Tender Pm Jts 13029

    21/57

    21

    a preliminary exercise, Tenderers should explore potential available indigenously for utilisation ofmanufacturing facilities and other various products/ equipment/ material of Indian origin conformingto specifications as well as construction expertise available indigenously and associateexperienced Indian Agencies under overall supervision and responsibility of Contractor.

    29.0.0 CURRENCIES AND PAYMENT

    29.1.0 Tenderers shall quote their prices in Indian Rupee only.

    29.2.0 All payments will be made in Indian Rupee only. In case tenderers are required to pay any amount

    in foreign exchange to their sub-Contractor or for any imported items, necessary arrangement forsuch foreign exchange payment shall be made at their end.

    29.3.0 No mobilization advance shall be payable under this Contract.

    29.4.0 All the payment shall be released through e-banking. Successful bidder shall submit details of theirBank Account for e-payment purpose as per Annexure-VIII.

    30.0.0 PLACE OF PAYMENT:

    30.1.0 All payments in connection with the contract shall be made through e-banking only from NRPL,Bijwasan Office. The Contractor should provide their bank details in the annexed format enclosed.

    31.0.0 NEGOTIATIONS

    Negotiations will not be conducted with the bidders as a matter of routine. However, Corporationreserves the right to conduct negotiations.

    32.0.0 AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT (CONVENTIONAL & LSTK)

    S.No.

    Section Ref

    Page No.

    ClauseNo.

    Subject Amendments

    1. 8 64 ofConventional GCC and of LSTKGCC

    8.3.1.0 LABOUR LAWSAND REGULA-TIONS

    Entire sub clause No.8.3.1.0 to be replaced withthe following:The CONTRACTOR shall be responsible forstrict compliance of and shall ensure strictcompliance by its sub-contractors, servants andagents of all laws, rules or regulations having theforce of law affecting the relationship of employer

    and employee between the CONTRACTOR/sub-contractors and their respective employeesand/or otherwise concerning labour, socialwelfare and provident fund, pension, bonus,gratuity and other benefits to employees. Withoutprejudice to the generality of this provision, theCONTRACTOR shall comply with and ensurethat his sub-contractors and other agenciesemployed by him comply with the provisions ofthe Payment of Wages Act, 1936, MinimumWages Act, 1948, Employees Liability Act 1938,Workmens Compensation Act 1923, IndustrialDisputes Act 1947, Maternity Benefit Act 1961,Mines Act 1952, The Child Labour (Prohibition &Regulation) Act 1986, Contract Labour (Abolition

    & Regulation) Act 1970, Payment of Bonus Act,Gratuity Act, Factories Act and the Employees

    Act 1952 as amended from time to time and allrules, regulations and schemes framedthereunder from time to time.

    2. 8 64 ofConventional GCC and of LSTKGCC

    8.3.2.0 LABOUR LAWSAND REGULA-TIONS

    Entire sub clause No.8.3.2.0 to be replaced withthe following:The contractor and sub-contractor(s) of theCONTRACTOR shall obtain from theauthority(ies) designated in this behalf under anyapplicable law, rule or regulation (including but

  • 7/30/2019 Tender Pm Jts 13029

    22/57

    22

    not limited to) the Factories Act and Labour(Abolition and Regulation) Act, 1970 (in so far asapplicable) any and all such licence(s),consent(s), registration(s) and/or otherauthorization(s) as shall from time to time be orbecome necessary for or relative to theexecution of the work or any part or portionthereof or the storage or supply of anymaterial(s) or otherwise in connection with theperformance of the Contract and shall at all times

    observe and ensure due observance by the sub-contractors, servants and agents of all terms andconditions of the said licence(s), consent(s)regulation(s) and other authorisation(s) and laws,rules and regulations applicable thereto. Withoutprejudice to the generality of this provision, theCONTRACTOR shall obtain and ensure that hissub-contractors and other agencies employed byhim on the Work, obtained a valid Licence underthe Contract Labour (Regulation & Abolition) Act,1970 and shall duly and faithfully observe andcomply with the provisions of The Child Labour(Prohibition & Regulation) Act 1986, ContractLabour (Regulation & Abolition) Central Rules1971 and other Central and State Rules as

    amended from time to time and applicable to thework, and shall duly, promptly and faithfullymaintain and/or cause to be maintained allrecords and facilities required to be maintainedand/or provided in terms thereof or any licencegranted thereunder.

    3. 8 65 ofConventional GCC and of LSTKGCC

    8.3.9.0 LABOUR LAWSAND REGULA-TIONS

    Entire sub clause no.8.3.9.0 to be replaced withthe following:The CONTRACTOR shall indemnify and keepindemnified the OWNER from and against allactions, claims, demands and liabilities whateverunder and in respect of the breach of any of theprovisions hereof and/or against any claim,action or demand by any workman/employee of

    the CONTRACTOR or any sub-contractor and/orfrom any liability anywise to any sub-contractorunder any law, rules or regulation having theforce of lalw including (but not limited to) claimsagainst the OWNER under the WorkmensCompensation Act 1923, the EmployeesProvident Funds and Miscellaneous Provisions

    Act 1952, the Employees State Insurance Act1948, the Contract Labour (Abolition &Regulation) Act 1970 and/or The Child Labour(Prohibition & Regulation) Act 1986.

    4. - 83 of GCC 4.20 INSTRUCTIONTOTENDERERS

    Sub clause 4.20(c) to be added as:Each tenderer/bidder shall give a Declaration inthe prescribed format annexed to the Form of

    Tender that he/it/they is/are not engaging childlabour as per the applicable law in their work andundertake to comply with all various legislation,as may be applicable from time to time in casethe work is awarded to them.

    5. - 88A ofConventional GCC(Newpage) and. Of LSTKGCC

    Addition INSTRUCTIONTOTENDERERS

    Proforma of Undertaking for Non-engagement ofchild labour attached as Annexure-IA to this

    Amendment.

  • 7/30/2019 Tender Pm Jts 13029

    23/57

    23

    SPECIAL CONDITIONS OF CONTRACT

    1.0.0 GENERAL

    1.1.0 Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract,

    specifications of work and other documents forming part of this contract wherever, the context sorequires.

    1.2.0 Notwithstanding the sub-divisions of the documents into separate sections and volumes every partof each shall be deemed to be supplementary to and complementary of every other part and shallbe read with and into the contract in so far as it may be practicable to do so.

    1.3.0 Wherever any portion of the General Conditions of Contract is repugnant to or at variance with anyprovisions of the Special Conditions of contract then the Special Condition of contract shall bedeemed to over-ride the provisions of the General Conditions of Contract and shall prevail to theextent of such repugnancy or variations prevail.

    1.4.0 Where it is mentioned in the specifications that the contractor shall perform certain works orprovide certain facilities, it is understood that the contractor shall do so at his cost, being deemedto be part of the relevant item in the Schedule of Rates whether explicitly stated or not.

    1.5.0 The materials, design & workmanship shall satisfy the relevant Indian Standard, the specificationscontained herein & codes referred there to. Where the specifications stipulate requirements inaddition to those contained in the standard codes and specifications, these additional requirementsshall also be satisfied.

    2.0.0 LOCATION OF SITE

    Mathura Pump Station is situated at Northern Region Pipelines- Mathura, Mathura Refinery,Mathura (U.P.).

    3.0.0 SCOPE OF WORK

    The scope of work shall include servicing& maintenance of all fire fighting equipments & systemsinside NRPL Mathura Pump Station, Mathura Refinery, Mathura.

    3.1.0 Under the scope of this contract, contractor is required to attend all the jobs required to maintainvarious fire fighting equipments/ systems as per approved maintenance procedure or as directedby Engineer-in-Charge and keep the same ready for use in case of any exigency.

    3.2.0 The contract covers various jobs mainly inspection, servicing, repair and maintenance of FireFighting Systems, Equipments, Fire Extinguisher etc. as described in the schedule of rates and

    directed by Site Engineer/Engineer-in-Charge including supply of materials, transportation, spares,labours etc. The scope of work shall include but not limited to the following:

    a) Providing and refilling of CO2 cartridges used in various types of Dry Chemical Powder typefire extinguishers including cost of all labours, material, consumables etc. as and when requiredbasis.

    b) Providing and refilling of all types of CO2 fire extinguishers provided in station as and whenrequired basis.

    c) Hydrostatic pressure testing of various types of DCP extinguishers as per IS-2190.

  • 7/30/2019 Tender Pm Jts 13029

    24/57

    24

    d) Hydrostatic pressure testing of various CO2 extinguishers as per IS-2190.e) Inspection and servicing of all types of fire extinguishers, nozzles fire extinguishers hose/ discharge

    pipe etc. on monthly basis and as specified elsewhere in tender documents including supply of alllabours, consumables complete.

    f) Servicing of fire hydrant landing valves and main isolation valves in firewater network of theMathura pump Station and testing of the fire pump.

    g) Replacement of various spares as listed in schedule of rates including supplying standardmaterials confirming to/marked with ISI mark, as when required basis.

    3.3.0 The rates for the refilling shall be inclusive of transportation of equipments, manpower and otheraccessories for carrying out the above jobs between both the pump station and partys works.

    3.4.0 The cylinders prior to refilling shall have to be properly defused and thoroughly cleaned inpresence of IOC representative.

    3.5.0 The refilling has to be done according to BIS standards. The refills used shall bear followingrelevant BIS Codes. CO2 Gas cartridge: 4947 -1985

    3.6.0 Refilling of fire extinguishers shall be carried out as per the code of practice of fire-extinguishersmaintenance (BIS-2190-latest edition) and the report/ certificate shall be submitted after every

    recharging.

    3.7.0 Hydrostatic pressure testing of DCP and CO2 type fire extinguishers shall be carried out asmentioned in relevant BIS standard and the report/ certificate shall be submitted after everyrecharging/hydro testing.

    3.8.0 Refilling of DCP type fire extinguishers shall be done at station premises under the supervision ofIOC representative. The CO2 extinguishers and cartridges shall be hydro tested by CCE approvedagencies. However the CO2 extinguishers can be refilled at partys work.

    3.9.0 Once the extinguisher /Cylinders are taken for refilling, they should be returned to respectivelocation after refilling within 5/6 days positively.

    3.10.0 The % rates quoted shall be inclusive of all the materials, tools and tackles, labour etc. applicableto complete the work in all respects.

    3.11.0 The work is to be carried inside our Mathura pump Station premises. So all safety precautions areto be taken by the contractor and necessary permission to carry out for work in the desiredlocations is to be obtained from the Station-In-Charge prior to commencement of job.

    3.12.0 Any clarifications regarding specifications for the various items shall be given by the Engineer-In-Charge or his authorized representative at site. These instructions and clarifications shall be finaland binding on the contractor.

    3.13.0 The contractor shall execute his work without any disturbance or damage to the existingstructures. Equipments used by contractor for checking & refilling of extinguishers and otherequipments shall be of standard type and suitable for the job. No tampering to any of theequipments shall be there during checking & refilling. Owner reserves the right to charge penaltyfor any such work.

    3.14.0 The Owner reserves the right to get executed any item/items of the tender independently by thecontractor as may be required to keep the fire fighting equipments in ready condition. TheContractor shall be bound to execute any item of the tender at his quoted rates as and when he iscalled upon to do so at any stage during the pendancy of the contract.

  • 7/30/2019 Tender Pm Jts 13029

    25/57

    25

    3.15.0 Any breach of any of the above conditions shall entail immediate withdrawal of the work which willbe carried out through other agencies and without any notice to the contractor and an amount willbe charged from the contractor at double the rates applicable as per this Contract.

    3.16.0 Various items given in tender are self-explanatory; however in case of any ambiguity, referenceshall be made to the relevant IS codes.

    3.17.0 All manpower, materials, consumables, tools, tackles etc. necessary for carrying out themaintenance of above along with small spares, refilling, hydro testing, transportation shall bearranged by contractor.

    3.18.0 All the materials/ equipments to be supplied by the contractor for these works, shall be gotapproved by EIC or his authorised representatives before effecting the installation job under thiscontract.

    3.19.0 The work involves working in all locations of area and under all conditions and for all surfaces,plain, curved etc. No plea on any account for consideration of rates will be entertained to anyaccount whatsoever.

    3.20.0 Quantities given in Schedule of Rate (Annexure-A) for any/all the items are indicative only.Quantities may increase/decrease as per site requirement for any / all the items. Some item(s)may not execute at all. The tenderers are advised to keep this in mind while quoting.

    4.0.0 CONTARCT PERIOD

    4.1.0 The completion period for the works envisaged under the scope of this contract shall be Twelve (12)months from the date of issuance of specific instruction by EIC and can be extended for anotherperiod of twelve (12) months at the discretion of Owner on the same rate, terms & conditions..

    5.0.0 MODE OF MEASUREMENT /PAYMENT5.1.0 All the payments in Indian Rupees will be released through e-banking only. The successful

    bidder should provide their bank details as per the annexed format at the time of signing ofthe Contract. Running bill can be made by the EIC however the bill amount should be minimumRs 25,000.00.

    5.2.0 All payments to & recoveries from the contractor shall be rounded off to the nearest rupee. If theamount to be paid /recovered consists of a fraction of a rupee (paise) the amount shall be roundedoff to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the fraction of arupee is less than 50 (fifty) paise the same shall be ignored.

    5.3.0 Payment shall be subject to deduction of sales tax/income tax at source, as applicable or any othertaxes.

    5.4.0 No mobilization advance shall be given for this work.

    5.5.0 In case bidders take deviations to the specified payment terms, loading for interest implication at1% higher than IOCL cash credit rate shall be done.

    6.0.0 OTHER FACILITIES

  • 7/30/2019 Tender Pm Jts 13029

    26/57

    26

    6.1.0 The owner may provide the space within the premises, if any, free of cost to store contractorsmaterials/consumables/tools & tackles at his own risk & cost during the contract period after whichthe space has to be vacated/cleared by the contractor to the satisfaction of the Engineerin-Charge. If the contractor fails to do so suitable action will taken against him by the EIC.

    7.0.0 DEFECT LIABILITY PERIOD AND LATENT DEFECTS AND GAURANTEE

    7.1.0 DEFECT LIABILITY PERIOD

    "Defect liability period ofthe complete work shall be 12 months from the date of completion of thework in all respects. The Contractor shall at his own cost and the initiative correct, repair and/orrectify all such defect(s) and/or imperfections in the works performed as shall be discovered duringthe said defect liability period. In the event of the contractor fails to do so, all the listed defects shallbe got rectified through other agency at the risk and cost of the contractor. The expenditure inrectification of defects shall be deducted from SD or any other dues due to him.

    7.2.0 Material supplied by the contractor should be of approved make.

    The contractor shall perform all works with due diligence in accordance with sound engineeringpractice & shall be entirely responsible for construction method or directive plans, bills of materialsor other information made, prepared, given, checked, verified or accepted by the contractor.

    7.3.0 The contractor shall indemnify & keep indemnified against all loss and damage suffered by theowner arising from any negligence/ omission or default on the part of contractor or breach of any ofthe terms of the contract by the contractor observed within the defect liability period. At the close ofthe work and before issue of Final certificate of virtual completion, the contractor shall furnishwritten guarantee indemnifying the Engineerin-Charge against defective materials & workmanshipfor a period of One year after completion.

    The contractor shall hold himself responsible for reinstallation or replacement, free of cost to theowner the following: -

    a) Any defective work or material supplied by the contractor during the contract period &uptoone year from the date of issue of Completion certificate.

    b) Any material or equipment damaged or destroyed as a result of defective workmanship by

    the contractor during the contract period & during the defect liability period.

    7.4.0 The event of failure by the contractor to abide by the above directives proper action will be initiatedagainst the contractor & security deposit shall be forfeited. If in case the contractor abandon the

    job without completing the work the same shall be got done by any external agency asdecided by the owner at the risk & cost of the contractor.

    8.0.0 EMPLOYMENT OF LABOUR

    8.1.0 The contractor shall ensure that local labour, unskilled as well as skilled to the extent possible andavailable from local resources are preferentially employed on work with special priority being givento the persons and/or dependents of persons whose lands have been acquired for the pump

    station or for any other facilities in connection with the Northern region Pipelines. The labourersshall be insured according to the Provisions of Labour Laws for Class-I, Division-I operational area.The contractor should also abide by the labour regulations act.

    8.2.0 For any infringement of this provision the owner shall be at liberty to rescind the contract withoutany liability to pay any compensation whatsoever to the contractor.

    9.0.0 RESTRICTION OF VISITORS

  • 7/30/2019 Tender Pm Jts 13029

    27/57

    27

    9.1.0 The contractor shall not allow any visitors on the works or premises of the site(s) without theapproval of the Engineerin-Charge and/or Site Engineer.

    10.0.0SAFETY GUIDELINES

    10.1.0 Contractor has to adhere to the following safety precaution / check list. The contractor shall beresponsible to enforce in his work force strict discipline and safety consciousness required to beobserved and shall ensure that the work is carried out under constant supervision by competent

    supervisors, who are adequately informed and experienced for handling the work in suchenvironment. All the members of the contractor work force should be clearly instructed not to carrymatch boxes inside the premises of the pump station and strict action shall be taken againstanyone found to violating the instructions.

    10.2.0 Proper and correct lifting methods shall be adopted.

    10.3.0 All lifting tools tackles and wires ropes etc shall be of tested quality for safe working loads. Wireropes shall be of sound construction without any splaying.

    10.4.0 OISDGDN192 is given in General Condition of Contract for compliance.

    10.5.0 It is mandatory for all jobs done at a height of 2.5 M and more to use fall arrestor type safety belts& safety nets.

    10.6.0 In addition to the above, contractor has to adhere to the following safety checklist.

    GENERAL

    Safety starts from the individual on the job. Experience and common sense shall be generouslyused. In case of any doubt regarding safety, Engineerin-Charge or Safety Officer can beconsulted.

    Proper communication and alertness on the job is to be ensured.

    Manholes and openings for ducts etc shall be kept properly covered.

    Correct tools and tackles should be used for every work. Make shift tools and tackles will resultin accidents.

    Fire-fighting equipments shall be placed at designated locations and kept unobstructed.

    Do not use loose clothing, neckties, etc. while on the job.

    Safety precautions recommended by the manufacturers/ vendors shall be strictly adhered to.

    All machinery, tools and tackles shall be maintained properly, and clearly.

    11.0.0 PENALTY CLAUSE

    11.1.0 Violation of applicable Safety, Health & Environment related norm, a minimum penalty of Rs.5,000.00 is applicable per occasion.

    11.1.0 Violation as above resulting in: Any physical injury, a penalty of 0.5 % of the contract value(Maximum of Rs. 2,00,000.00) per injury in addition to Rs. 5,000.00 as mentioned in clause No.11.1.0.Fatal accident penalty of 1 % of the contract value (Maximum of Rs. 10,00,000.00) per injuryin addition to Rs. 5,000.00 as mentioned in clause No. 11.1.0 or as mentioned in GCC

    12.0.0 SAFETY, FIRE & SECURITY REGULATIONS, ACCIDENT AND DAMAGE12.1.0 Safety, Fire & Security regulations outlined below may be read in conjunction with Safety Rules

    and Fire Prevention Regulations of the Owner given in Safety Manuals and other such documents.

  • 7/30/2019 Tender Pm Jts 13029

    28/57

    28

    It will be the responsibility of the Contractor and its supervisors to make themselves fullyconversant with all the Rules and Regulations regarding Safety and Fire Prevention and to issuenecessary instructions to all persons deployed by the Contractor at the Construction site(s).

    12.2.0 As the work is to be performed in the operating station, while carrying out the jobs, contractor shalltake all necessary precautions and abide by relevant rules of safety including explosive Rules andRegulation and such other rules and regulations enforceable within limits of Petroleum installation.The contractor shall also take such other additional precautions or resort to such other additionalsafety measures as may be directed from time to time by the EIC / Site Engineer.

    12.3.0 No hot work shall be undertaken without written permit issued by the Station-in-Charge/ ShiftOfficer of the station. The Contractor shall be responsible to fulfill and abide by all requirementsand conditions subject to which the fire permit is issued.

    12.4.0 Though the Fire Permit will be issued by the Station-in-Charge/ Shift Officer after required testingfor presence of any explosive mixtures etc., it will be responsibility of the Contractor to do periodicchecking at least once in four hours by means of an Explosimeter or other means approved by SiteEngineer.

    12.5.0 Records of such testing shall be maintained by the Contractor and in case of presence of anyexplosive mixtures is observed all hot jobs shall be stopped immediately and Site Engineer/Fireand Safety Department/Station-in-Charge shall be duly informed. Hot jobs shall be started afterobtaining fresh permits only.

    12.6.0 The Contractor shall be responsible to enforce in his work force strict discipline and safetyconsciousness required to be observed in operating petroleum installation and shall ensure that thework is carried out under constant supervision by competent supervisors who are adequatelyinformed and experienced for handling the work in such environment.

    12.7.0 Contractor shall obtain HOT PERMIT from IOCL before carrying out any hot job like Gas cutting,welding etc at pump station/colony. The plan for taking up hot jobshall be informed to IOCL well inadvance. The contractor shall submit job plan forworking in the pump station/colony area andnecessary permission shall beobtained from the concerned authority for carrying out the jobs. Careshall be taken that no damage is caused to other nearby structures / properties.

    12.8.0 The work front being located within the existing operating station of the Owner, the Contractor shalltake necessary precautions to ensure that no damage, whatsoever is caused to the existing cablelines, pipelines and other facilities and utilities within the area. In case the contractor fails to adhereto this stipulation and if any damage to those facilities result due to his negligence, the contractorshall be held responsible and shall be liable to compensate the Owner for such damage caused asassessed by the Engineer-in-Charge.

    12.9.0 Contractor shall take written permission of Site Engineer/EIC before connection/ disconnection ofcables and electrical equipments, which exist in the station.

    The Contractor shall take due precaution to avoid damage to other pipelines, roads, cables, drains,water mains, dykes, poles, pillars, fences, wires, supports and embankments and otherunderground works, structures or construction whatsoever and shall at his own cost and initiativeforthwith restore and repair any damage thereof to the satisfaction of the Owner. The Contractor

    shall also indemnify and keep indemnified the Owner from and against all losses and damagesrelative to loss of any gas, crude oil and other commodities. While working within the compoundarea of existing operating station, the Contractor shall make arrangement of gate pass for hisemployees as prescribed and instructed by the Station-in-Charge at his own cost. In the event ofan employee's services being terminated during the contractual period, the Contractor shallsurrender the gate pass issued to the said employee. At the end of the project, all the gate passesendorsed by the Station-in-Charge/ Shift Officer for use of Contractors employees shall bereturned to the concerned authority.

  • 7/30/2019 Tender Pm Jts 13029

    29/57

    29

    12.10.0 The Station-in-Charge or any person authorized by Station-in-Charge shall have the right tosearch bodily or otherwise each and every employee of the Contractor and the Contractor shallabide by the rules and regulations. In addition to the safety arrangements, the Contractor shallalso ensure strict adherence to the following provisions:

    (i) It is required to have proper and continuous supervision in hazardous area. It isessential that workers be allowed to work in hazardous area only after medical check-up.

    (ii) Whenever presence of entrapped hydrocarbon gas/liquid is suspected, anybody

    entering the closed space should be provided with air/gas mask by the Contractor.(iii) No job including vessel entry should be undertaken by the Contractor without

    clearance.

    12.11.0 The following requirements shall be complied with by the Contractor in the event of an injury beingsustained by anybody on the works:

    (i) All injuries occurring on works whether minor or critical shall be reported in theprescribed work Accident Forms to Engineer-in-Charge and Site Engineer immediatelyor within half an hour of occurrence of the event, as per rules of the Corporation.

    (ii) The EIC shall be kept informed by the Contractor on daily basis regarding condition,recovery/progress and date of joining in duty about the persons who after being inflictedby critical injuries were firstly examined and treated outside.

    12.12.0 The Contractor shall ensure that the following general rules/guidelines pertaining to safety arerigidly complied with:

    (i) All vehicles such as trucks, tractors, bulldozers, cranes etc. moving within the stationpremises, should be fitted with spark arrestors.

    (ii) Vehicles should not be parked on road junctions within the station premises, wherethey are likely to interfere with the movement of Vehicles.

    (iii) Vehicles shall not be allowed to enter into any operating area without a valid firepermit, safety certificate and gate pass.

    (iv) Parking of vehicles on the side of fire hydrants is strictly prohibited.(v) Within the premises, the speed limit of vehicles shall be 20 Kmph.(vi) Use of ordinary torchlight within the premises is strictly prohibited and the Contractor

    should use only explosion proof torches.(vii) When a fire extinguisher is used, the Shift-in-Charge of Control Room or Site Engineershould be informed for replacing the depleted extinguisher immediately.

    (viii) In the event of fire emergency EIC/ Site Engineer and Control room should beinformed immediately. The caller should indicate his identity, telephone number andthe location of fire.

    (ix) Wearing of terylene/nylon/polyester/clothing within premises is strictly prohibited, asthere are chances of generation of static electricity in these types of clothing.

    (x) While on duty, wearing of chapels/slippers is prohibited and everyone should wearshoes/safety shoes.

    (xi) Wearing of safety helmet and safety belt is essential for all persons working inconstruction jobs.

    (xii) All personnel of the Contractor shall be required to wear photo badges foridentification.

    12.13.0 The following provisions pertaining to sand/shot/grit/copper slag blasting shall be strictly adheredto by the Contractor:

    (i) The person carrying out sand/shot/grit/copper slag blasting (or standing near the sitewhere wet abrasive blasting is going on) must use suitable protective means likespectacles/goggles, respirable dust particle mask, ear muffs, hand gloves, apron,safety helmet, safety shoes etc.

  • 7/30/2019 Tender Pm Jts 13029

    30/57

    30

    (ii) The hoses/tubes used for sand blasting should be properly checked for leakages etc.regularly before use.

    12.16.0The contractor shall instruct his personnel NOT TO SMOKE within the premises of station exceptat prescribed smoking booths, if any. NO MATCHES / LIGHTERS/ MOBILE PHONES shall bepermitted to be carried inside the premises. The Contractor shall be held responsible for anydefault of his workers in this regard and the clause for termination of contract shall be imposed inthat eventuality.

    13.0.0 SITE CLEARANCE

    13.1.0 After completion of works, the tenderer shall clear the work site as per the direction of SiteEngineer/Engineer-in-Charge and the area is to be restored to original condition.

    14.0.0 INSURANCE14.1.0 The tenderer shall provide the following insurance through his regular agency to cover his men,

    machinery and equipment.

    (a) Workman Compensation Insurance for the persons deployed for execution of the work.(b) Group Personnel Accident Policy & for person working at heights.

    (c) All other Insurances like all risk insurance, third party liability etc. The Contractor shall obtainnecessary third party insurance and shall indemnify the owner against any loss or damagescaused to any other party /agency /individual.

    15.0.0 LABOUR LAW AND REGULATIONS

    15.1.0 The contractor shall take the comprehensive insurance policy for the workmen engaged by him/them at site and shall submit the copy of the same to the EIC/ Site Engineer. It shall be noted thatin no conditions, whatsoever owner shall permit the contractor to carry out the work asdefined/specified elsewhere the workmen (including supervisors and work inspectors) not coveredunder such insurance policy. This may, however, be noted that the contractor shall have to takeany other insurance policy/policies for workmen as required by the laws of the land i.e. by the StateGovernment and/ or Central Government enforced from time to time, in this regard owner shall not

    take any responsibility whatsoever. The contractor at his own risk and cost shall take all suchinsurance policy/polices.

    15.2.0 The contractor shall adequately cover all its eligible employees under the provisions contained inEmployees Provident Fund Act 1952 and subsequent amendment thereof, if any. The contractorshall furnish a certificate and statement embodying therein all the relevant details in evidence ofhaving complied with the provisions of the said act. It would be obligatory on the part of theContractor to take necessary PF establishment code number and regularly deposit the PF amount(Amount deducted from the employee's wages and employer's contribution) for all the eligibleemployees to the concerned statutory authority.

    15.3.0 The Contractor shall ensure that the wages are paid by himself or by his subcontractors to their

    workme