Gujarat Refinery Tender JC20ELT221
Gujarat Refinery Tender JC20ELT221
Refineries Division
Gujarat Refinery
Gujarat Refinery
Where growth is essence of life
JC20ELT221
(Tender ID: 2020_JR_123954_1) 1 of 82
CONTENTS
Name of the Work : Online Partial Discharge and diagnostic testing at Gujarat Refinery.
Tender No. : JC20ELT221
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
5. Tender download schedule Issuing authority is not responsible for the delay / non-
downloading of tender document by the recipient due to any
problem in accessing the e-tender website. The tender issuing
authority is also not responsible for delay in uploading bids
due to any problem in the e-tender website.
6. Pre-Bid Meeting N.A.
Last date of submission of
7. Up to 05-Oct-2020; 15:00 hrs.
tender
On 06-Oct-2020; 15:00 hrs online or at a later date/time
Techno-commercial Tender convenient thereafter.
8.
opening date Date and time of Price Bid opening will be communicated only to
techno-commercially acceptable bidders.
Rs. 67,600.00
EMD is not required in case of:
Micro & Small Enterprises (MSE) registered with agencies as
per the notification issued by the Ministry of Micro, Small and
Medium Enterprises.
Micro & Small Enterprises (MSE) registered with agencies as
mentioned in the tender document irrespective of the items for
Earnest Money Deposit which the MSE is registered are exempted from payment of
9.
(EMD) Earnest Money Deposit (EMD).
Government organization & Public Sector Undertaking of the
Central / State Government.
JV/ Subsidiary companies of IOCL
Startup recognized by DIPP
Bidder claiming such exemption needs to submit necessary
documentary proof of their eligibility along with their techno-
commercial bid.
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
Bidder to note that PQC for ARC jobs (more than one
year duration) is set on Annualized value basis. Therefore,
evaluation for experience criteria shall also be done on
annualized value of work order or annualized executed
value, whichever is higher and submitted by the bidder.
Please refer NIT clause 20.
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
21. General
Beware of Fake Communications - IOCL officials never ask for any financial transaction other than as
mentioned in NIT or Tender doc. Any communication like Call, SMS, Email etc. can be made by fraudster.
Please do not act on such communication.
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
viii.) Relevant supporting documents towards other requirements specified are also to be uploaded along with
Techno-commercial bid failing which bid is liable for rejection.
ix.) IOCL reserves the right to reject any or all of the tenders or any parts of the tender so received and may
cancel the tender in part or full, extend the due date of Tender submission etc. without assigning any reason.
x.) IOCL reserves the right to allow purchase preference to Micro and Small Enterprises (MSEs) or other
organizations as per Government policy prevailing at the time of floating the tender.
xi.) IOCL will allow Purchase Preference to MSE as per applicable Govt. guidelines. (Refer to clause no. 6 of
Public Procurement Policy, 2012 for MSE and Special Conditions of Contract - Commercial).
xii.) Bidders are to quote their most competitive rates. Negotiations will not be conducted with the bidders as a
matter of routine. However, Owner reserves the right to conduct negotiations.
xiii.) Legal dispute, if any, shall only be within the jurisdiction of Local Court unless mentioned otherwise.
xiv.) All communication will be made through e-Tendering web site (www.iocltetenders.nic.in). However, IOCL
reserve the right to take cognizance of the communication made outside e-Tendering Portal under exceptional
circumstances.
xv.) OWNER reserves the right to reject, accept or prefer any tender or to abort the bidding process without
assigning any reason whatsoever.
xvi.) Tendering can be abandoned without assigning any reason. No compensation is paid for the efforts made by
the contractor.
xvii.) Bidder cannot make any claim against IOCL towards its expense incurred in connection with the preparation
and delivery of their bids, site visit, participating in the discussion and other expenses incurred during bidding
process.
xviii.) Bidder should make sure that their priced bid (Part-II/BOQ) contains only prices. Rates mentioned elsewhere
shall not be taken into cognizance. Offer shall be liable for rejection if any condition directly or implied,
recorded in Priced Bid (Part-II/BOQ).
xix.) Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has concern or
apprehension regarding the authenticity/ correctness of any document, IOCL reserves the right to get the
documents verified from issuing authority/any relevant source. If documents (part or full) are found forged,
such offers will be summarily rejected and EMD will be forfeited and may be debarred from future tenders.
xx.) After opening of the technical bids but before the opening of the price bids, the bids may be rejected for
unsatisfactory performance or adverse comments which have come to the notice after the issue of the tender
enquiry.
xxi.) Offers not meeting statutory requirement are liable for rejection.
xxii.) Bidders are advised to visit Announcement section/ Information for DSC/ Bidders Manual Kit/ FAQ of e-
Tender Portal before bidding.
xxiii.) Notwithstanding any other condition / provision in the tender documents, bidders are required to
submit complete documents pertaining to PQC along with their offer. Failure to meet the PQC will
render the bid to be summarily rejected. IOC reserves the right to complete the evaluation based on the
details furnished by the bidder, with or without seeking any additional supporting documents /
clarifications.
xxiv.) Refer ITB of the tender document /Special Instruction to Bidder (SITB) of e-tender web site for more details.
xxv.) Any Addendum/Corrigendum/Sale date extension in respect of above Tender shall be issued on our website:
https://iocletenders.nic.in only and no separate notification shall be issued. Bidders are therefore requested to
regularly visit our website to keep themselves updated. Failure of Bidder to submit tender without taking
cognizance of Corrigendum / Amendment (if any) issued by IOCL shall make bid liable for rejection.
xxvi.) IOCL does not take any responsibility for the correctness of tender documents obtained from any other
source. Bidders are advised to visit above mentioned website before submitting their offer for official version
of the tender document including any corrigendum / amendment if any, which shall be binding to the bidder.
xxvii.) Owner reserves the right to increase/decrease the tendered quantity of any or every item and delete any item
at any stage of work at the accepted rates. The Contractor’s claim for compensation or damages on account of
these shall not be entertained subject to provision contained in GCC.
xxviii.) In case of tie between two or more bidders at L-1 position, all the L-1 bidders should be asked to submit
discount over previous quoted rate in a sealed envelope within the due date & time. In case there is still a tie,
the bidder with highest annual turnover in the most recent financial year shall be considered as lowest bidder.
Tender Notice No.: JC20ELT221 (Tender ID: 2020_JR_123954_1) Opening Date: 06-Oct-2020
xxix.) EMD:
EMD must be submitted online by Indian bidders. EMD in the form of Demand Draft / Banker’s cheque,
Swift Transfer will be accepted only from foreign bidders. Tenders without Earnest Money are liable to be
rejected. However, Agencies mentioned at sl. No. 9 above under “Earnest Money Deposit (EMD) clause
are exempted from submission of EMD. Bidder claiming such exemption needs to submit necessary
documentary proof of their eligibility along with their techno-commercial bid. The certificate must be valid
on the bid submission date. In absence of same their offer are liable for rejection. Su motto submission of
MSE certificate after the due date of bid submission will not be considered for EMD exemption / Price
preference.
The MSEs who have applied for registration or renewal of registration, but have not obtained the valid
certificate as on last date of bid submission, are not eligible for exemption/preference. In absence of same
their offer are liable for rejection.
This BG shall be valid for a period of not less than 7 (seven) months from the date of opening of the tender.
BG’s should have been issued on stamp paper of as per Law / rules prevailing on stamp duty in the concerned
state.
EMD from the foreign bidder shall be obtained in the form of BG only either issued by nationalized /
scheduled Indian bank or by foreign bank with counter guarantee from nationalized / scheduled Indian bank.
UAM (Udyog Aadhaar Memorandum) number should be submitted in CPPP (Central Public Procurement
Portal) and Indian Oil e-tendering portals along with their techno commercial bid.
BG in prescribed format from a scheduled bank is acceptable provided EMD amount is not less than Rupees
One Lac. BG on e-paper shall also be accepted in addition to NON-Judicial stamp paper. The rating of the
bank sanctioning the BG should not fall below the rating of 'A' from Moody's or equivalent (from other rating
agency) in case of foreign bank and rating of 'AA' from CRISIL or equivalent (from other rating agency) in
case of Indian banks during the tenor of the BG. In case the rating falls below threshold level at the time
during the tenor of BG, the party will arrange to replace the BG, at its own cost, through bank acceptable to
IOCL’.
Wherever applicable, scanned copy of EMD Instrument (i.e. B.G /MSEs/UAM/NSIC certificate etc.) must be
uploaded along with offer & original of BG should reach to the office of tender issuing authority in sealed
envelope super-scribing tender name, tender number, date of opening and bidder’s name, preferably before
the deadline of submission but not later than 7 (seven) days from tender opening date.
____________________________________________________________________________________
21-Sep-2020 Deputy General Manager (Contracts)
Jawaharnagar, Vadodara-391320 Phone: 0265-2237181 / 84 / 87
Notice Board – Contract Cell Fax: 0265-2233380
1. GENERAL
1.1 The subject tender is an e-tender and available on Indian Oil website
https://iocletenders.nic.in/ The bidding documents are and shall remain the
exclusive property of OWNER without any right of the Bidder to use them for
any other purpose except bidding in the subject tender and for use by
successful Bidder with reference to the work.
1.2 The bidder shall submit their offer through e-tendering site,
https://iocletenders.nic.in following the instructions as mentioned in the e-
tendering website. Bids sent through any other means (Fax / E-mail / Courier /
Post etc.) shall not be accepted. Bidder(s) are advised to quote strictly as per
terms and conditions of the tender documents through e-bidding.
1.3 Bidder must ensure that the online payment instrument as mentioned in the NIT
towards EMD is received by the Tender Receiving Authority before last date of
tender submission (as indicated in the NIT), failing which the tender is liable
for rejection. Tender receiving authority takes no responsibility for delay, loss or
non-receipt of EMD Bank Gurantee sent by post / online.
post.
1.4 In order to bid for Indian Oil e-tenders, all the agencies are required to obtain a
Class II or above Digital Signature Certificate (DSC) from the licensed Certifying
Authority (CA) for their user who is authorized to submit bids on-line. Bidders
already possessing the Class II or above digital signature issued from authorized CAs
can register on the e-tendering web site and use the same in this tender.
Further, the bidder should ensure that the e-mail address given in the
Registration Form available on the web site during registration on the web site is
valid & active as all the communications will be made through this e-mail id only.
For any problem on e-tendering process kindly contact on the numbers provided on e-
tender website or on e-mail IDs as given below.
Kindly note the e-tendering helpdesk e-mail: [email protected] /
[email protected]
1.5 On no account will any person to whom bidding documents are furnished, part
with possession thereof or copy or disclose the provisions thereof or any of
them or disclose or take copies of tracings or of any drawing, plan or route
forming part thereof, it being understood that the information therein is
confidential, and that the bidding documents are therefore being furnished only
to bidders in strictest confidence.
1.6 The details as called for in the bidding documents shall be filled and completed
by the Bidders in all respect and shall be submitted with requisite information
and Annexures.
1.7 If the space in any Performa of bidding document is insufficient, additional
pages shall be separately added. These shall be page numbered and shall also
carry the bidding document number and shall be signed by the Bidder.
1.8 Bidder shall clearly indicate their legal constitution and the person signing the
bid shall state his capacity as also the source of his ability to bind the Bidder.
The Power of Attorney or Authorization or other document constituting adequate
proof of the ability of the signatory to bind the Bidder, shall be annexed to the
bid. OWNER may reject outright any bid unsupported by adequate proof of the
signatory’s authority.
1.9 Bidders shall submit their eligibility and qualification documents, Technical bid,
Financial part etc. in the standard formats prescribed in the Tender Documents,
uploaded in e-tendering website. The bidder shall upload the scanned copies of
all the relevant certificates, documents etc. in support of their eligibility
criteria/technical bids in the e-tendering website. The bidder shall digitally sign
on the tender document, statements, documents, certificates uploaded by him,
owning responsibility for their correctness/authenticity. If any of the documents
furnished by the bidder is found to be false/ fabricated, the bidder is liable for
black listing, forfeiture of EMD & cancellation of work.
1.10 The bidder shall enclose documents to show that he has previous experience in
having successfully completed in the recent past works of similar nature
together with the name of the Client, location, sites and value of contract in the
format annexed to the tender. It shall be the responsibility of the Bidders to fill
complete, correct and accurate information in line with the requirements /
stipulations of the Tender Documents, regarding their past experience and other
information required to facilitate due evaluation / consideration of their tenders.
If any information given by the Bidder / Tenderer is found to be incorrect in any
particular considered by the OWNER to be relevant for the evaluation of the
bid/tender, or is found by the OWNER to misrepresent facts, or if any of the
documents submitted by the Bidder / Tenderer in support of or relevant to bid /
tender is found by the OWNER to be forged, false or fabricated, the OWNER
may reject the bid, and without prejudice to any other right(s) of action or
remedy available to the OWNER, the Owner may forfeit the Earnest Money
given by the Bidder in the form of Earnest Money Deposit or Bank Guarantee in
lieu of Earnest Money Deposit in order to compensate the OWNER for the
expenses incurred by it in considering the bid (and not by way of penalty) and
take action for putting the Bidder / Tenderer on holiday list for such period as
the OWNER in this behalf considers warranted and / or to remove the Bidder /
Tenderer from the approved list of Vendors / Contractors. If prior to the
discovery of incorrect information, misrepresentation or false, forged or
fabricated document(s) the bid / tender has resulted in a contract, the contract
shall be liable to be terminated by the OWNER pursuant to the provisions of
Clause 7.0.1.0 of the General Conditions of Contract with the consequences of
termination as provided in Section 7 of the General Conditions of Contract
which is an integral part of the tender document.
1.11 A pre-bid meeting, if indicated in the Notice Inviting Tender, will be held as per
the schedule. Apart from any technical queries and any other queries regarding
the conditions of tender, bidders/ their representatives shall be familiarized
about the OWNER e-tendering site & how to submit their offer online, getting
digital signatures etc. Bidders are requested to clarify all the technical queries
related to tender during the Pre-bid meeting, if held and as far as possible avoid
any deviations/Queries in their offer. Bidders to ensure compliance of all
provisions of the bidding document.
2. BIDDING DOCUMENT:
The bidding document that is downloaded shall be submitted on-line along with
other associated documents, digitally signed as a token of acceptance. The
bidding document is a non-transferrable document that shall not be transferred to
any other agency without the specific prior written permission of the tender
inviting authority. The digital signature shall be considered as your confirmation
that you have read and accepted all the conditions laid down in the Tender
Documents.
3. BID VALIDITY:
Bid shall remain valid for acceptance for a period of 04 (Four) months from the
date of opening of the bid. The bidder shall not be entitled to modify, vary, revoke
or cancel his bid during the said period unless specifically asked and permitted by
the OWNER. The validity of the bid shall be extended as and when required for
the period as requested by OWNER in writing and agreed by the bidder.
5. BID SUBMISSION:
5.1 Bidders shall submit on line offers within scheduled date & time and as per the
instructions mentioned in the NIT and on the e-tendering web site.
5.2 Bidders shall ensure that all the documents submitted are digitally signed
as per the guidelines given in the e-tendering web site.
5.3 Late and delayed bids/offers after due date / time shall not be permitted in
e-tendering system. No bid can be submitted after the last date and time of
submission has reached.
5.4 After the successful submission of bid, an acknowledgement will be
generated by the system along with bid submission number. Users may
also note that the incomplete bids will not be saved by the system and are
not available for processing and evaluation.
5.5 The PRICE PART (PART-II) shall contain only “Schedule of Rates” which
should be duly filled in the specified format only without altering or
modifying the same. It is to be noted that the Price part shall contain only
PRICES and no conditions whatsoever. In case of percentage rate tender,
the percentage rate shall be filled up in figures and the total amount shall
be automatically calculated and rounded off to the nearest rupee.
However, the exact amount shall be considered for evaluation and of
award of job. In Item Rate tenders the “Rates/Prices” only for the
corresponding items shall be filled in the specified cells and the total
amount shall be automatically calculated.
5.6 The bid shall be digitally signed by someone legally authorized to enter
into commitment on behalf of the Bidder. Bidder shall upload among other
documents, Power of Attorney in favour of the person who is authorized
to enter into commitments on behalf of the Bidder.
5.7 The cancellation of any document such as Power of Attorney, Partnership
Deed, etc. should be communicated by the Bidder to OWNER in writing
well in time, failing which OWNER shall have no responsibility or liability
for any action taken by OWNER on the strength of the said documents.
5.8 Bidders shall ensure submission of complete information/documentations
in the first instance itself. OWNER reserves the right to complete the
evaluation based on the details furnished by the agencies without seeking
any subsequent additional information. Bids not in compliance with
Bidding Document or with incomplete information documents are liable
for rejection.
6. COST OF BIDDING:
The bidder shall bear all direct and indirect costs associated with the preparation
or delivery/ submission of their Bid, participating in discussions etc. including
costs and expenses related with visits to the OWNER’s offices, digital signatures
etc. OWNER will in no case be responsible or liable for reimbursement of those
cost and expenses regardless of the outcome of the bidding process.
7. BID REQUIREMENTS
The Bidder shall arrange his bid as per the instructions given in the tender. In the
Techno- commercial Bid (Part-I) apart from the Tender submitted on-line, the
following documents shall also be uploaded:
Bidders shall examine the Bidding documents thoroughly and submit to OWNER any
apparent conflict, discrepancy or error. OWNER shall issue appropriate clarification
or amendment, if required. Any failure by bidder to comply with the aforesaid shall
not excuse the bidder from performing the services in accordance with the
agreement, if subsequently awarded the contract.
DGM (Contracts)
Gujarat Refinery
Indian Oil Corporation Limited
Jawahar Nagar
Vadodara – 391320
e-mail: [email protected]
The Bid documents are and shall remain the exclusive property of the OWNER
without any right of the Bidder to use them for any purpose except for bidding and for
use by the successful Bidder with reference to the resultant contract. On no account
will any person to whom the Bid documents are furnished, part with the possession
thereof or copy or disclose the provision thereof or any of them or disclose or take
copies of any drawings, plans or other documents comprised therein, it being
understood that information given in the Bid documents is the proprietary and
confidential information of the OWNER, and that the Bid documents are therefore
being furnished only in the strictest confidence. The intending Bidder may, however,
disclose the Bid documents and/or furnish copies in whole or part thereof to
employees, Contractors and/or potential Indian Engineering subcontractors involved
in the preparation of the Bid who have understood the proprietary and confidential
nature of the documents and have undertaken to be bound by and maintain
confidentiality. The Bid of any bidder who contravenes any of the foregoing
provisions hereof is liable to be rejected.
12.1 OWNER reserves the right to accept a bid other than the lowest and to accept
or reject any bid in whole or part, or to reject all bids with or without assigning
any reasons. Such decision by OWNER shall bear no liability whatsoever
consequent upon such decisions.
12.2 The intending tenderer as a pre-requisite must produce documentary
evidence(s) of all documents required as per tender and upload the same along
with the techno-commercial part of their offer. In case of non-submission of
above documents or submission of incomplete documents as per above
documents or submission of incomplete documents as per tender along with
Part-I, OWNER reserves the right not to evaluate such offers further and not to
enter into correspondence in this regard after opening of offer.
12.3 The subject work is indivisible and shall be awarded as per tender to single
successful bidder unless otherwise mentioned in the tender documents.
Bidders shall quote their prices in Indian rupees only unless specified otherwise.
The Bidder should quote firm prices/ rates taking in to account of Levies, Personal
Tax, Corporate Tax, Custom duty and cess; if provision available in bid document
and all other expenditure required to be incurred by him/her for providing
required services etc. during the contract period as indicated under this contract and
afterwards no variation on any account unless otherwise specifically mentioned will
be allowed. The quoted prices for all the items should be excluding GST.
1. It will be the responsibility of the bidder to inform IOCL within 15 days from the date of
order of insolvency resolution process or liquidation or bankruptcy proceeding passed by
the Adjudicating Authority namely, National Company Law Tribunal (NCLT) or Debt
Recovery Tribunal (DRT) under the Code.
2. If bidder refuses or fails to share the information regarding their status of insolvency
resolution process or liquidation or bankruptcy proceeding in their bid or at any later
stage, their offer is liable to be rejected by IOCL.
3. IOCL reserves the right to cancel/ terminate the contract without any liability on the part
of IOCL immediately on the commencement of insolvency resolution process or
liquidation or bankruptcy proceeding of any party under the contract.
4. IOCL reserves its right to evaluate and finalize the bid without considering the bid of any
party undergoing insolvency resolution process or liquidation or bankruptcy proceeding
under the Code regardless of the stage of tendering.
5. A declaration / undertaking shall be submitted from the bidder in the Format (as per
ANNEXURE-I to ITB) along with techno-commercial bid.
ANNEXURE- I to ITB
OR
It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd. shall have the
right to reject my/our bid, and forfeit the EMD, if the bid has resulted in a contract, the contract will be
liable for termination without prejudice to any other right or remedy (including holiday listing) available
to Indian Oil Corporation Ltd.
Place:
Date:
Signature of Bidder
Name of Signatory
Strike out Not Applicable Clause/ section and furnish relevant document.
(a) If Available :
“In case job is awarded, party will acquire independent ESI code within 15 days of the date
of issue of Work order. The gate pass for labour shall be issued only after furnishing the
independent ESI code to Engineer-in-Charge (EIC). In case party fails to acquire the
independent ESI code, EIC reserves the right to cancel the work order, forfeit the EMD and
initiate suitable penal action as deemed fit by IOCL.”
In case bidder claims exemption from obtaining independent ESI code, bidder must submit
documentary evidence towards the same along with the bid. IOCL will examine the
submitted documents during tendering and convey the decision to the party. If the exemption
claim is accepted by IOCL, the party will have to furnish an indemnity bond indemnifying
IOCL against any eventuality regarding ESI becoming applicable to the party during the
tenure of the contract. In case the exemption claim of party is not acceptable to IOCL the
same will be conveyed to the party and party will be governed by above clause (b). In
response to IOCL communication conveying non-acceptance of party’s exemption claim,
party will submit acceptance to above clause (b).
In case, party does not agree to any of the above clauses (a), (b) or (c), the offer of
party shall be liable for rejection.
17. In case of any advance including Mobilization Advance given as per Contract, the
CONTRACTOR shall issue a GST Invoice containing all the details required as per GST Laws
and Rules. Subsequent recoveries / adjustment of Advance amount shall be separately indicated
in the GST Invoice for actual supply of Goods and Services.
18. In case any recovery is made for any facility or services provided by the Owner and such
recoveries are subject to GST, amount of recovery plus applicable GST shall be deducted
/recovered from the Invoices/Claim of the Bidder.
Annexure - A
Name of Work: Online Partial Discharge and Diagnostic testing at Gujarat Refinery.
Tender No.: JC20ELT221
E- Tender ID: 2020_JR_123954_1
Place of Service: Gujarat Refinery
Name of Bidder:
Bidders is requested to quote as below:
GSTIN registration number
Particulars To be confirmed by Bidder (Plz. see Para 7 above
and note Below)
Applicable Service Category (for GST Repair &Maintenance of plant,
purposes) machinery, equipment or
appliances, which are part of
immovable property.
Note:
1. In case the bidder seeks any deviation w.r.t. category of service, Service Accounting
Code (SAC) and GST rate as pre-determined by IOCL, Bidder should provide the
details with proper justification.
2. In case the bidder seals and signs this page without mentioning any deviation w.r.t.
category of service, Service Accounting Code (SAC) and GST rate as pre-determined by
IOCL, it will be interpreted that bidder agrees to the data as mentioned herein and has
signed the document as a token of acceptance.
1.1 Special Conditions of Contract shall be read in conjunction with General Conditions of
Contract; technical specifications of work, drawings and any other document forming part
of this tender wherever required so.
1.2 Notwithstanding the sub division of the documents into these separate sections and
volumes every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the contract so far as it may be
practicable to do so.
1.3 Where any portion of the General Conditions of Contract is repugnant to or at variance
with any provisions of the Special Conditions of Contract, then unless a different intention
appears, provisions of the Special Conditions of Contract shall be deemed to override the
provisions of the General Conditions of Contract and shall to the extent of such
repugnancy or variations prevail.
1.4 Wherever it is mentioned in the specifications that the contractor shall perform certain
work and provide certain facilities, it is understood that the contractor shall do so at his
own cost.
1.5 The material, design and workmanship shall satisfy the relevant Indian standards, the job
specifications contained herein and codes referred to. Where the job specifications
stipulate requirement in addition to those contained in the Standard codes and
specifications, these additional requirements shall also be satisfied. In the absence of any
Standard/specification / code of practice for detailed specifications covering any part of
the work covered in this tender, the instructions / directions of the Engineer-in-Charge will
be binding on the Contractor.
The time schedule is given separately. The owner will notify the successful bidder in
writing by a letter and/or Fax of Acceptance that their bid has been accepted. The
completion period shall be reckoned from the date of this communication unless and
otherwise specified in the letter of acceptance.
The work shall be executed strictly as per the schedule given in the tender document. The
completion period includes the time required for mobilisation, testing, rectification, if any,
retesting and completion in all respects to the entire satisfaction of the engineer-in-charge.
Monthly / Weekly construction programme shall be drawn up by the Contractor based on
availability of the work fronts and keeping in view the target set in the time schedule. The
Contractor shall scrupulously adhere to these schedules by deploying adequate personnel,
construction tools and tackles and other required resources. In all matters concerning the
extent of target set out in the weekly and monthly programmes and degree of achievement,
the decision of the engineer-in-charge will be final and binding.
3.0 Water, compressed air & power:( applicable for jobs to be carried inside the battery area only).
3.1 Water: Water shall be provided free of cost by the owner at one available point within the
refinery premises. Deductions,if any, on account of the same shall be applicable as specified in
Schedule of rates or Special Conditions of Contract- Technical.
3.2 Compressed Air: Compressed Air shall be provided free of cost by the owner at one
available point within the premises of the refinery unless otherwise specified in the tender
under contractor's scope of supply. Deductions,if any, on account of the same shall be
applicable as specified in Schedule of rates or Special Conditions of Contract- Technical.
3.3 Power Supply: Power shall be provided free of cost by the owner at one available point from
the nearest sub station within the refinery premises. The owner will ensure power availability as
far as possible, but for any unavoidable interruption of power supply, contractor should have
standby arrangement of his own. The contractor shall dismantle at his own cost the temporary
cabling etc., after completion of the job. Deductions,if any, on account of the same shall be
applicable as specified in Schedule of rates or Special Conditions of Contract- Technical.
4.0 Payment: All payment / receipts in respect of this contract shall be rounded off to the
nearest rupee. For example amount less than 50 paise shall be ignored and amount of 50
paise or more shall be rounded off to the next higher rupee.
5.0 Income tax: Income tax deduction will be made from the contractor's bills as per the Rules
& Regulations in force in accordance with the Income Tax Act prevailing from time to time.
6.0 Provident Fund: The contractor shall strictly comply with the provisions of Employees
Provident Fund Act and shall deposit Employees and Employers contributions to RPFC
every month.
7.0 Medical & canteen facilities to the contractor: The contractor shall make his own
arrangements of Medical and canteen facilities to his employees as required by the
statutory laws. Limited tea/snacks facilities on actual cost basis be considered by IOCL at
its sole discretion subject to the contractor paying the equivalent cash subsidy amount to
IOCL.
8.0 Contractor’s personnel: The contractor shall verify the character and antecedents of all
the personnel who are proposed to be deployed for this work from the concerned
authorities and no person having adverse report against him should be deployed. In case of
any of the above personnel found indulging in any act, which may cause breach of security,
then the contractor shall be held responsible.
9.0 The provisions of following clauses of the bidding document must be adhered to, failing
which the bid shall be considered non-responsive and shall be rejected:
The following clause shall be read in conjunction with the General Condition of Contract,
Section-3 ( MATERIALS, LABOUR AND EQUIPMENT):
The scope of supply of various materials / services either in Owner’s scope or in the
scope of the Contractor are clearly mentioned in the respective item descriptions of the
Schedule of Rates.
Any ambiguity regarding the scope of supplies / services shall be brought to the notice of
tender issuing authority well in advance before the due date for submission of the tender.
For any ambiguity after placement of order related to scope of supplies / services, the
decision of Engineer-in-charge shall be final and binding on to the contractor.
Wherever Cement (Ordinary Portland Cement), Reinforcing Bars (MS or HYD), structural
steel, plates, pipes etc are to be supplied by owner as Free Issue Materials (FIM) w.r.t the
scope of the items of SOR, the following guidelines are applicable:
i) Necessary indents will have to be raised by the Contractor as per procedure laid down by
the Engineer-in-Charge from time to time, as required for incorporation in permanent
works.
ii) Materials will be issued only for permanent works and not for making templates, other
temporary works, enabling works etc. and the same shall not be taken into account for
purpose of material reconciliation.
iii) The contractor shall bear all other costs including the lifting, carting from issue points to
worksite/Contractor’s Stores, custody and handling etc. return of surplus/serviceable
materials to Owner’s stores designated by the Engineer-in-Charge and expenditure
made by the Contractor on all these accounts.
iv) All reinforcement bars shall be issued in available lengths/shapes and no claims for extra
payment on account of issue of non standard lengths/shapes will be entertained.
Reinforcement bars shall be issued on weighment basis as per the normal stores
practice. For the purpose of billing and accounting only linear measurement will be taken
and weight will be calculated as per the IS Co-efficient. The difference in unit weight as
per IS and actual as issued, if any shall be to the Contractor’s account and contractor
shall quote the rates for corresponding item to take care of such difference.
10.1 Cement:
i) The permissible variation between cement actually used on the job and theoretical
consumption shall be 2% (two percent only).
ii) If the actual consumption is more than 2% of the theoretical consumption, then recovery
at the rate of Rs. 3500/- per MT or the market rate whichever is higher for the quantity of
the cement beyond the limit of 2% of theoretical consumption shall be effected from the
Contractor’s bill(s) and/or any other payment due to him by the Owner.
iii) If the actual consumption is less than 2% of the theoretical consumption then recovery at
the rate of Rs. 3500/- per MT or the Market rate whichever is higher shall be affected from
the Contractor’s bill(s) and/or any other payment due to him by the Owner, provided that
the quality of the work has been found acceptable by the Engineer-in-Charge.
iv) Unused quantity of cement shall be returned by the Contractor to the Owner’s stores in
good condition. The Contractor shall get full credit for the same. In case the contractor
fails to do so then recovery for such quantity of cement not returned by him at the rate of
Rs. 3000/- per MT or Market rate whichever is higher shall be effected from his bill(s)
and/or any other payment due to him by the Owner.
v) The Contractor shall maintain good stores for storing the cement issued to him. The
flooring of the storage house, the clearances of cement bags from the sidewall etc. shall
be as per the instructions of the Engineer-in-Charge.
vi) The cement stores shall be open for supervision and verification by the
Engineer-in-Charge or his authorised representative any time when the
Engineer-in-Charge feels the need to do so.
vii) The empty cement bags shall be Contractor’s property and will not be taken back.
However, a token amount of Rs. 1/- (Rupee One only) per bag shall be recovered from
his bill towards empty cement bags charges, for the total number of bags issued to them.
i) The scrap allowance for steel bars issued by the Owner shall be 3% (2 ½% accountable
(scrap) + wastage ½% non accountable) of the actual consumption as incorporated in the
works.
ii) All steel bars/structural steel of length above 2 M except M.S. Plates shall be considered as
serviceable materials provided the materials is in good and acceptable condition. Steel bars
in length less than 2M shall be treated as scrap.
iii) For non-accounting of MS or Tor steel materials or Structural Steel drawn by the Contractor
over and above the permissible limits, Contractor shall be charged penal rate as under :
• For non return of Serviceable : Rs. 22000/- per MT or Market materials rate whichever is
higher.
iv) All unused/scrap steel reinforcement bars shall be the property of the Owner and shall be
returned by the Contractor category-wise at his own cost to the Owner’s stores. In case the
Contractor fails to do so then recovery for such quantity of reinforcement bars / steel not
returned by the Contractor shall be effected from his bill(s) or from any other dues of him to
the Owner at rates indicated above. Contractor shall make his own arrangements for
weighing the off cuts to be returned to the Owner’s stores.
a) Plates : The piece of plates measuring as below shall be treated as serviceable material :
1. If both sides are greater than 1M.
2. If any side is less than 1 metre but greater than 0.5 metre and the total area by equal or
greater than 2 M2.
3. Any piece of plate measuring less than above shall be treated as scrap.
b) Piping:
1. All pipes measuring 2 metres and above in length shall be treated as serviceable materials
provided they are in good and acceptable condition.
2. Pipe in less than 2 metre length shall be treated as scrap.
c) Cables:
1. All cables measuring 5 metre and above in length shall be treated as serviceable material
provided they are in good and acceptable condition.
2. Cables in less than 5-metre length shall be treated as scrap.
iii) Scrap
a) Salvageable / Serviceable Scrap:
1. Salvageable / Serviceable scrap shall mean lengths of tubes, pipes and cables etc. or
piece of plates that can be used one time or other at a later date and they are recovered
from cut pieces of tubes, pipes multi-cables, cables etc.
2. The permissible limits of total scrap generation are as follows:
• Steel Plates 5.00% (five percent) inclusive of non serviceable scrap
• Pipes & Tubes 3.50% (three point five percent) inclusive of non-serviceable scrap
• Cables 3.00 % (three percent) inclusive of non-serviceable scrap.
Non-salvageable / Non-serviceable scrap shall mean the cut pieces of plates, tubes, pipes,
multi-cables, cables etc. that can not be used at all. The following are the limits for
non-salvageable / Non-serviceable scrap :
iv) The contractor shall submit, every month an account for all the materials issued to him by
the owner in the proforma prescribed for this purpose by the Engineer-in-Charge. The
contractor shall ensure that the wastage of steel plates, Reinforcement steel, structural
steel, pipes and cables issued to him by the owner for the work shall be within the
percentage given above at the theoretical consumption.
v) For the non-accounting of materials drawn by the contractor over and above the
permissible limits contractor shall be charged penal rate as under:
a)
For non-return of scrap within permissible limits (including both
Owner’s issue rate
serviceable as well as non-serviceable).
b) For non-return of serviceable materials and / or excess Double the owner’s
generation of scrap beyond the permissible limits (including both issue rate Or market
serviceable scrap as well as non-serviceable scrap calculated on rate whichever is
individual basis). higher.
All off cuts / scrap and unused plates, and pipings, cables, etc. shall be the property of the
owner and shall be returned by the contractor to the owner’s stores at site at his own cost.
In case the contractor fails to do so then the recovery for such quantities of material not
returned by the contractor shall be effected from the contractor’s bill(s) and / or from any
other payment due to him by the owner at rates indicated above.
11.0 This Schedule of Rates shall be read along with CPWD specifications, IOCL specification,
relevant BIS Standards, Indian electricity rules and other relevant standards, codes /
practices as specified wherever specifications are not available standard Civil / Electrical
Engineering practices shall be adopted.
12.0 For appropriation of materials, theoretical consumption shall be worked out based on
CPWD standard consumption coefficients of various items. Wherever CPWD standard
coefficient of various items is not available, the consumption coefficients shall be taken on
the basis of other similar standards / Engineering practices.
13.0 Materials shall confirm to relevant BIS standards / CPWD specifications / Refineries
specifications / materials of best quality available in the market and other relevant
standards, codes etc.
14.0 The bidder shall ensure use of 'Full body harness ' in place of 'Safety belt' while working at
height as defined in SCC / GCC.
15.0 The Govt. of India, Ministry of Labour, has declared Gujarat Refinery being the industry
engaged in manufacture or production of mineral oil (crude oil), motor and aviation spirit,
diesel oil, kerosene oil, fuel oil, diverse hydrocarbon oils and their blends including
Synthetic fuels, Lubricating oils and the like to be a Public Utility Service under the
provisions of Industrial Disputes Act, 1947. Therefore, any act or omission or commission
to be resorted to by the contractors / contractor’s workers which is in contravention of
above provisions will be dealt with seriously.
a. IOCL shall effect payments to the vendors through cheques or E- payments at its
discretion, during the operation of the said Contract / PO/ WO.
b. That for this purpose, the vendor / contractor / supplier shall provide their Bank details in
the Format enclosed along with the tender documents
7.0 The bidders to note that wherever reference to GCC / SCC- Safety and Environment
Management System is made in the tender document the same shall mean GCC
(Revision 2017) and SCC-Safety and Environment Management System (Rev.27.04.07).
18.0 The bidders to note that the use of white/erasing fluid for correcting the rates is banned.
Accordingly, wherever the rates are corrected with white/erasing fluid, the bids will be
summarily rejected. This shall supersede the relevant clauses of GCC/SCC forming part of
tender document.
19.0 The time limit for settling the contractor's bills shall be as follows:
(B) Where approval for extra items and time 90 days from date of receipt by Engineer-in-
extension of contractual period are involved Charge.
Engineer-in-Charge to send the bill to Finance
within 70 days of the receipt of the bill (one
month time is given to Engineer-in-Charge for
getting the approval) and Finance to release
the payment within 20 days after receipt.
20.0 Bidders who are submitting the Bank Guarantee either against Earnest Money deposit or
Initial Security deposit/ Security deposit may please ensure that the rating of the bank
sanctioning the BG should not fall below the rating of ‘A’ from Moody’s or equivalent (from
other rating agency) in case of foreign bank and rating of ’AA’ from CRISIL or equivalent
(from other rating agency) in case of Indian banks during the tenor of the BG. In case the
rating falls below threshold level at the time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through bank acceptable to IOC.
All payment to Contractor labourer shall be made through electronic mode in a scheduled bank i.e.
NEFT by the contractor in the respective bank account of workmen. Contractor will facilitate/
extend required help to the workmen in opening a bank account if the workmen do not possess
the same to ensure payment of wages directly to their bank account.
22.0 Action against Vehicle and its Driver/Cleaner- Theft Cases In Refinery Units.
22.1 If the vehicle or its driver cleaner is found involved in theft or found attempting to make theft of
any item, an amount of Rs. 25,000/- shall be recovered from the contractor apart from issuing of
a warning letter.
22.2 For subsequent similar act, if any, placing the vendor on holiday list, following due process,
apart from recovery of an amount of Rs.25,000/- from the contractor.
The above conditions will be applicable to all the contractors performing “building or other
construction work” as defined under BOCQ (RE&CS) Act, 1996 subject to other provisions of the
Act”. Further, Section 2(1)(d) of the BOCW (RE &CS) Act, 1996, imposes liability for payment of
such a tax on building and other construction work carried out for expansion / repairing /
maintenance or necessary transformation of the building, within a factory premises, where
Factories Act, 1948 may be applicable.
24. Every worker engaged by the contractor should be enrolled under the following schemes:
-Pradhan Mantri Jeevan jyoti yojana
-Pradhan Mantri Suraksha Bima Yojana
Under the two schemes, an amount of Rs.342 person (as on date) per annum shall be
considered by the prospective bidder while submitting the price bid. Subsequent escalation/
descalation shall be assessed by the contractor at his own.
Proof of payment towards the above two schemes shall be submitted by the contractor
to EIC for verification of the same from time to time.
25.1 Conditions for Benefits/ Preference for Micro & Small Enterprises (MSEs)
25.1.1. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide
Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of
Govt. of India, MSEs must be registered with any of the following in order to avail the
benefits/preference available vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
25.1.2. MSEs participating in the tender must submit the certificate of registration with any one of the above
agencies. Policy is meant for procurements of only goods produced and services rendered by
MSEs. Stockist / traders are excluded from the purview of public procurement policy.
25.1.3 The MSEs who have applied for registration or renewal of registration with any of the above
agencies/bodies, but have not obtained the valid certificate as on close date of the tender, are not
eligible for exemption/preference.
25.1.4 The MSEs registered with above mentioned agencies/bodies are exempted from payment
of Earnest Money Deposit (EMD).
25.1.5 Price Preference — Subject to meeting terms and conditions stated in the tender document
including but not limiting to prequalification criteria, twenty-five percent of the total quantity of the
tender is earmarked for MSEs registered with above mentioned agencies / bodies. Where the
tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15 percent shall be
allowed to supply up to 25 percent of total tendered value provided they match L1 price. In case
the tendered quantity cannot be split, MSE shall be allowed to supply total tendered quantity
provided their quoted price is within a price band of L1 + 15 percent and they match the L1 price. In
case of more than one such MSEs are in the price band of L1 + 15% and matches the L1 price, the
supply may be shared proportionately.
25.1.6 Out of the twenty five percent target of annual procurement from micro and small enterprises five
percent shall be earmarked for procurement from micro and small enterprises owned by Scheduled
Caste & Scheduled Tribe entrepreneurs and minimum three percent shall be earmarked for
procurement from micro and small enterprises owned by Women. In the event of failure of such MSEs
to participate in the tender process or meet the tender requirements and L1 price, sub-target so
earmarked shall be met from other MSEs.
25.1.7 To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must
be submitted by the bidder in addition to certificate of registration with any one of the agencies
mentioned in paragraph (I) above. The bidder shall be responsible to furnish necessary documentary
evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ ST is
defined as:
NOTE:
1. Refer Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette
Notification dated 23.03.2012 by Ministry of Micro, Small and Medium Enterprises of Govt. of India.
2. Price Preference to MSE Bidders is not applicable in Works Contracts.
The rates stated in Schedule the of Rates shall not be subject to variation on any account whatsoever,
other than new taxes, duties, levies, charges and variation in minimum wages.
a) lncrease in minimum Wages means : Any increase in minimum wages of workers and corresponding
increase in statutory components of wages due to coming into force by any fresh law or notification issued
by State/Central Government or wage increase arising out of a Court Order or directions of the
Corporation to pay higher wages.
b) Any increase in minimum wages after stipulated date of price bid submission shall be payable from the
effective date mentioned in the notification as defined in (a) above up to contractual completion period
including justifiable extensions, if any. Any increase in minimum wages beyond justifiable extension period
is to be borne by the contractor. The amount becoming due after contractual completion will be
reimbursed only after approval of time extension, however, contractor has to ensure that payment to
workers is made as soon as it becomes due as per labour payment schedule.
c) There shall be no service charge / profit component payable to the contractor on account of differential
amount reimbursed to the Contractor towards increase in minimum wages.
d) The additional impact of taxes to be paid by the contractor to the authorities on account of increase in
minimum wages will be reimbursed by IOCL.
e) Reimbursement of differential amount on account of increase in minimum wages shall be made in the
following manner:-
i. For contracts in which number of manpower to be deployed has been specified, the differential amount
on account of increase in wages for the actual number of labours deployed as per direction of E-l-C shall
be reimbursed to the contractor as per wage register certified by E-l-C upon submission of proof of
payment of revised wages and statutory components.
ii. For contracts in which number of manpower to be deployed has NOT been specified, if the increase in
the minimum wages is beyond 10% at a time (singular increase more than 10%), the differential amount
exceeding 10% will be reimbursed based on calculations given at (a) and (b) below and the lower of the
two values will be considered for reimbursement:
a) Differential amount arrived using price variation formula given below.
A % = Percentage of Labour Component as specified in the tender
Y % = Average percentage increase in minimum wage
Y is to be calculated on the basis of average percentage (Average ofpercentage variation in each
category for Unskilled, Semi-Skilled, andSkilled)
Z = Value of work executed on / after effective date of revision in wages.
OR
b) The differential amount (increase in Wages & Statutory Components) calculated based on certified
Wage Register.
During the contract / engagement the organization, its employees, agents, other contractors,
sub-contractors and their employees, etc., may be exposed to certain unpublished price
sensitive information (UPSI), that is not generally available and which upon becoming generally
available is likely to materially affect the price of the securities issued by IndianOil. Such UPSI
shall be held by the organization, its employees, agents, other contractors, sub-contractors and
their employees etc., in strictest confidence and shall not be disclosed to any other party except
on need to know basis and with the prior consent of IndianOil.
It is hereby further cautioned that, the organization, its employees, agents, other contractors,
sub-contractors, their employees and immediate relatives thereof, should not trade in the
securities of IndianOil while in possession of such UPSI or communicate such UPSI to any person
except in furtherance of legitimate purposes, performance of duty or discharge of legal
obligations. Any trades in securities of IndianOil, while in possession of any UPSI would be
presumed to have been motivated by the knowledge and awareness of the UPSI and liable for
penal action under this contract / engagement as well as under SEBI (Prohibition and Insider
Trading) Regulations, 2015. It is therefore advised to familiarize with the “Code for Prevention
of Insider Trading in the Securities of IndianOil”, copy of which is hosted on the website
www.iocl.com.
Accordingly, it must be ensured that any UPSI, whenever received from the IndianOil,
(a) shall be used solely for the purpose for which it is being disclosed;
(b) shall be preserved and the secrecy of such information shall be maintained;
(c) shall not be disclosed to any third party;
(d) shall be kept securely and properly protected against theft, damage, loss and
unauthorized access (including access by electronic means) by deploying means similar
to those being used to secure their own confidential information;
(e) to notify IndianOil immediately upon becoming aware that any of the confidential
information has been disclosed to or obtained by a third party.
The organization shall undertake that its employees & their immediate relatives, agents, sub-
contractors and any other person associated with said contract / engagement does not violate
any of the provision of the SEBI (Prohibition of Insider Trading) Regulation, 2015. Any violation
shall be considered as breach of terms of contract / engagement and IndianOil shall take
necessary action for such breach in addition to reporting to SEBI for taking necessary action
under SEBI (Prohibition of Insider Trading) Regulations, 2015.
II. Declarations
S No Declaration Confirmation of submission of
supporting document (Yes or
No)
1. INFORMATION ABOUT TENDERER
2. PROFORMA FOR DECLARATION OF BANK DETAILS
3. EQUIPMENT QUESTIONNAIRE
4. EXPERIENCE QUESTIONNAIRE
5. INFORMATION OF LITIGATION
6. DECLARATION OF BLACK LISTING / HOLIDAY LISTING
7. FORMAT OF DECLARATION AGAINST ENGAGEMENT OF
CHILD LABOUR
8. DECLARATION FOR WEB DOWNLOADED TENDERS
9. TENDER ACCEPTANCE FORMAT
10. TAX QUOTATION/ DECLARATION
11. PERFORMA FOR DECLARATION ON PROCEEDINGS UNDER
INSOLVENCY AND BANKRUPTCY CODE, 2016
12. FORMAT FOR INDEPENDENT ESI
13. DECLARATION FOR TENDER CONDITIONS FOR POWER
SUPPLY SYSTEM AND NETWORK
14. RESTRICTIONS ON PUBLIC PROCUREMENT FROM
COUNTRIES WHICH SHARE A LAND BORDER WITH INDIA
1. In case of Individual
1.1 Name of Business
1.2 Whether his business is registered
1.3 Date of Commencement of business
1.4 Whether he pays Income Tax over Rs.10,000/- per year
1.5 Whether he is a Director or is related to any Director of IOC present or retired within the past
2 years
1.6 Permanent Account Number
1.7 What are his profits/losses for the past 3 (three) years with a copy of Balance Sheet and
Profit & Loss Account for the past 3 (three) years with a copy of the audited Balance Sheets
and Profit & Loss account for the past 3 (three) years
1.8 What are his concurrent job commitments
1.9 How does he propose to finance the work if awarded to him
1.10 Provident Fund Code Number
1.11 ESI Code Number if the job site is covered by the ESI Act
2. In case of Partnership
2.1 Name of Partners
2.2 Whether the partnership is registered
2.3 Date of establishment of firm
2.4 If each of the partners of the firm pays Income tax over Rs.10,000/- a year and if not,
whoever of them pays the same
2.5 Whether any partner of the firm is a Director or is related to any Director of IOC, present or
retired within the past 2 years
2.6 Permanent Account Number
2.7 What are the firm's profits/losses for the past 3 (three) years with a copy of Balance Sheet
and Profit & Loss Account for the past 3 (three) years
2.8 What are the firm's concurrent job commitments
2.9 How does the firm propose to finance the work if awarded to him
2.10 Provident Fund Code Number
2.11 ESI Code Number if the job site is covered by the ESI Act
FOOT NOTE : Reference is also invited to Clause 8.0 of Instructions to Tenderers forming part of GCC.
Signature of Tenderer
Name & Address of the Tenderer
To Dtd.: ________
Indian Oil Corporation Ltd. (Refineries Division),
Scope of Complex, Core-2,
Lodhi Road, NEW DELHI 110 003.
Dear Sir,
We hereby give our consent to accept the related payments of our claims / bills on IOCL through Cheques or
Internet based online E-payments system at the sole discretion of IOCL. Our Bank account details for the said
purpose are as under:
Sr. Particulars Details
No.
1. Name and address of the Beneficiary
9. E-mail Id of beneficiary
* A blank copy of a cancelled cheque / photocopy of a cancelled cheque relating to the above account Number for
verifying the accuracy of the bank account details is enclosed.
** A copy of PAN Card duly attested by Authorised Signatory for verifying the accuracy of the PAN is enclosed.
I / We hereby declare that the particulars given above are correct and complete.
Encl : One cheque / photocopy of cheque duly cancelled & copy of PAN Card.
*** We confirm that the above bank account details of beneficiary are correct in all respect and the account of
Beneficiary (IOCL Vendor) is maintained at our bank branch.
EQUIPMENT QUESTIONNAIRE
The tenderer shall specify in the form given below the list of equipment owned by the
tenderer which shall be used for the work if awarded to the tenderer.
Signature of tenderer
Name and address of
the tenderer
EXPERIENCE QUESTIONNAIRE
(To be furnished with Tenderer)
The Tenderer has completed the following similar works in the last five years :
Signature of tenderer
Name and address of
the tenderer
119
INFORMATION OF LITIGATION
Tender No.:
Dear Sirs,
As desired, we give below the status of litigation (including the arbitrations) filed by or against us during
the last 5 (five) years with respect to works contracts executed by us:
2.
3.
Arbitration
FORM OF TENDER
114
I hereby declare that neither I in my personal name or in the name of my proprietary concern M/s
____________________________ which is submitting the accompanying Bid/ Tender nor any other
concern in which I am proprietor nor any partnership firm in which I am involved as a Partner, are
presently or have during the last three years, been placed on any blacklist or holiday list declared by
Indian Oil Corporation Limited or by any department of any Government (State, Provincial, Federal or
Central) or by any Public Sector Organization in India or in any other country nor is there pending any
inquiry by Indian Oil Corporation Ltd. Or any Department of the Government or by any Public Sector
Organization in India or in any other country, in respect of any corrupt or fraudulent practice(s) against me
or any other of my proprietorship concern(s) or against any partnership firm(s) in which I am or was at the
relevant time involved as a partner, except as indicated below:
(Here given particulars of blacklisting or holiday listing, and /or inquiry and in absence thereof state “NIL”)
We hereby declare that neither we, M/s ____________________________ submitting the accompanying
Bid/ Tender nor any partner involved in the said firm either in his individual capacity or as proprietor or
partner of any other firm or concern presently are or within the past three years have been or has been on
any blacklist or holiday list declared by Indian Oil Corporation Limited Or by any department of
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country nor is there any pending inquiry by Indian Oil Corporation Ltd. Or by any Department of any
Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country, in respect of any corrupt or fraudulent practice(s) against us or any partner or any other
concern or firm of which he is proprietor or partner, except as indicated below:
(Here given particulars of blacklisting or holiday listing, and /or inquiry and in absence thereof state “NIL”)
(Here given particulars of blacklisting or holiday listing and/or inquiry and in absence thereof state “NIL”)
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporations Ltd.
Shall have the right to reject my/ our bid, and if the bid has resulted in a contract, the contract is liable to
be terminated without prejudice to any other right or remedy (including black listing or holiday listing)
available to Indian Oil Corporation Limited.
115
(Note : (i) The bidder shall indicate/disclose also the job/work/contract with respect to which the bidder
has been blacklisted/placed on the holiday list, and the reasons for such blacklisting/holiday
listing as disclosed in the show-cause notice.
(ii) Except as indicated in the Instructions to Bidders, the above declaration is for information
purpose only.)
116
To
Subject:
Dear Sir,
Signature of Bidder
Place:
Name of Signatory
Date:
Power supply system is a sensitive and critical infrastructure that supports not only our national
defence vital emergency services including health disaster response, critical national infrastructure including
classified data & communication services, defence installations and manufacturing establishments, logistics
services but also the entire economy and the day–to-day life of the citizens of the country. Any danger or
threat to Power Supply System can have catastrophic effects and has the potential to cripple the entire
country. Therefore the Power Sector is a strategic and critical sector.
The vulnerabilities in the Power Supply System & Network mainly arise out of the possibilities of
cyber attacks through malware/ Trojans etc embedded in imported equipment. Hence to protect the security,
integrity and reliability of the strategically important and critical Power Supply System & Network in the
country, the following directions/conditions are to be followed:
(1) All equipment components and parts imported for use in the Power Supply System and Network shall
be tested in the country to check for any kind of embedded malware/trojans/cyber threat and for
adherence to Indian Standards.
(2) All such testings shall be done in certified laboratories that will be designated be the Ministry of Power
(MoP).
(3) Any import of equipment/components/parts from “prior reference” countries as specified or by persons
owned by, controlled by, or subject to the jurisdiction or the directions of these “prior reference”
countries will require prior permission of the Government of India.
(4) Where the equipment/components/parts are imported from “prior reference countries” with special
permission, the protocol for testing in certified and designated laboratories shall be approved by the
Ministry of Power (MoP).
The above conditions shall apply to any item imported for end use or to be used as a component
or as a part in manufacturing, assembling of any equipment or to be used in power supply system or
any activity directly or indirectly related to power supply system.
I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only
if the bidder is registered with Competent Authority.
II. “Bidder” (including the term ‘tenderer’, ‘consultant’, or ‘service provider’ in certain contexts) means any
person or firm or company, including any member of a consortium or joint venture (that is an association
of several persons, or firms or companies), every artificial juridical person not falling in any of the
descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such
person, participating in a procurement process.
III. “Bidder from a country which shares a land border with India” for the purpose of this order means :-
a. An entity incorporated, established or registered in such country; or
b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or registered in such a
county; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls under any of
the above.
IV. The beneficial owner for the purpose of (iii) above will be as under :
1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s),
who, whether acting alone or together, or through one or more juridical person, has a controlling
ownership interest or who exercises control through other means.
Explanation –
a. “Controlling ownership interest” means ownership of or entitlement to more than twenty-five
percent of shares or capital or profits of the company;
b. “Control” shall include the right to appoint majority of the directors or to control the management
or policy decisions including by virtue of their shareholding or management rights or shareholders
agreements or voting agreements;
2. In case of partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or
together, or through one or more juridical person, has ownership of entitlement to more than fifteen
percent of capital or profits of the partnership;
3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person, has
ownership of or entitlement to more than fifteen percent of the property or capital or profit of such
association or body of individuals;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant
natural person who holds the position of the senior managing official;
5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of
the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other
natural person exercising ultimate effective control over the trust through a chain of control or
ownership.
V. An Agent is a person employed to do any act for another, or to represent another in dealings with third
person.
VI. In Tenders for works contracts, including Turnkey contracts.The successful bidder shall not be allowed to
sub-contract works to any contractor from a country which shares a land border with India unless such
contractor is registered with the Competent Authority.
I have read the clause regarding restrictions on procurement from a bidder of a country which shares a land
border with India; I certify that this bidder is not from such a country or, if from such a country, has been
registered with the Competent Authority. I hereby certify that this bidder fulfills all requirements in this
regard and is eligible to be considered. (Where Applicable, evidence of valid registration by the Competent
Authority shall be attached).
In case of tenders for works involving possibility of subcontracting, I have read the clause regarding
restrictions on procurement from a bidder of a country which shares a land border with India and on sub-
contracting to contractors from such countries; I certify that this bidder is not from such a country or, if
from such a country, has been registered with the Competent Authority and will not sub-contract any work
to a contractor from such countries unless such contractor is registered with the Competent Authority. I
hereby certify that this bidder fulfills all requirements in this regard and is eligible to be considered.
[Where applicable, evidence of valid registration by the Competent Authority shall be attached]
I/We have downloaded the tender form from the internet site
http://eprocure.gov.in / https://iocletenders.nic.in / submitting e-mail copy of
tender and I/we have not tampered / modified the tender forms in any manner. In
case, if the same is found to be tampered / modified, I / we understand that my /
our tender will be summarily rejected and full earnest money deposit will be
forfeited and I/we am/are liable to be banned from doing business with and/or
prosecuted.
Date :
NAME OF WORK :
TENDER No. :
UNIQ E-TENDER ID :
I/we hereby certify that we have fully read and thoroughly understood the tender requirements
and accept all terms and conditions of the tender including all documents mentioned above
and all corrigendum/addendum issued. Our offer is in confirmation to all the terms and
conditions of the tender including all corrigendum/addendum and minutes of the pre-bid
meeting, if any except the deviations stated in format of “Deviations / Exceptions”. In the event
of award of contract to us, the complete tender document along with addendum /corrigendum,
if any as uploaded by Indian Oil Corporation Limited at e-tender portal
[https://iocletenders.nic.in] under the subject referring to the above-mentioned tender number
shall be considered for constitution of Contract Agreement.
I/ we declare that none of the electronic documents have been tampered with. In case of
tampering of electronic documents, the bid shall be rejected outright and EMD forfeited without
prejudice to any other rights or remedies available to IOCL.
I / we further undertake and confirm that all the documents submitted by us along with the bid
are true and genuine to the best of our knowledge and belief. In case at any time, any
document / information furnished by us are found to be forged / false / fabricated / misleading,
we shall be solely liable for any legal consequences, penal actions including holiday listing by
IOCL.
Name : ………………………..………………………
Designation : ………………….…………………….
Email ID : ………………………….…………………
Check List for submission of details w.r.t. Pre-qualification criteria specified in NIT
Complete details to be filled by Bidder.
Tender no:
Job description:
Date of
commencement
Executed value:
Date of completion:
Client:
Date of completion:
Client:
Bidders to Note:
1. PQ evaluation of the offer shall be based on the information provided hereof above and its supporting
documents submitted. Hence, it is responsibility of the Bidder to provide complete, correct & true information
/ details & its supporting documents.
2. In case of mismatch of details / information or in its supporting documents offer of the bidder is liable for
rejection and evaluation by Owner shall be final & binding.
FORM-B
SCHEDULE OF DEVIATIONS
BIDDING DOCUMENT
S.No REFERENCE Subject DEVIATION
VOL/SEC.NO CLAUSE NO.
122
FORM OF TENDER
(To be filled up by the Tenderer)
From _______________________________
_______________________________
Tender No._______________________________
Dear Sirs,
Having examined the Tender Documents consisting of the Tender Notice, General Instructions to
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of
Contract,
Specifications, Plans (Exhibits_____________________to_____________________), Drawings
(Exhibits_____________________to_____________________) Time Schedule, Form of Contract, Form
of Schedule of Rates, and Addendum(a) to the Tender Documents, and having understood the provisions
of the said Tender Documents and having thoroughly studied the requirements of Indian Oil Corporation
Ltd. relative to the work tendered for in connection with the_____________________(Name of the
Refinery/Project) and having conducted a thorough study of the job site(s) involved, the site conditions,
soil conditions, the climatic conditions, labour, power, water, material and equipment availability, the
transport and communication facilities, the availability and suitability of borrow areas, the availability of
land for right of way and temporary office accommodation and quarters and all other facilities and things
whatsoever necessary for or relative to the formulation of the tender or the performance of work, I/we
hereby submit my/our tender offer for the performance of proposed work in accordance with the terms
and conditions and within the time mentioned in the Tender Documents.
In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd.,
by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer
open for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as
specified in the General Instructions to Tenderers forming part of the Tender Documents.
I/We hereby further state that I/We/None of us (in the case of partnership firm) and none of our Directors
(in the case of a Company) was/were employed as Directors of Indian Oil Corporation Ltd., during the
period of 2 (two) years immediately preceding the date hereof OR I/We hereby declare that
I/Shri_____________________one of our partners (in the case of partnership firm/Directors in the case of
a Company) was employed as a Director in Indian Oil Corporation Ltd., during the period of 2 (two) years
immediately preceding the date hereof and that I/Shri_____________________have/has obtained
previous permission of Indian Oil Corporation Ltd. to make this tender. OR Shri __________, one of our
123
partners is related to Shri __________ who was employed as a Director in Indian Oil Corporation Ltd.
during the preceding 2 (two) years as follows:
[State Relationship]
(vi) Information regarding tenderer in the form annexed to the Form of Tender.
(vii) Tenderer’s past experience of comparable nature in the prescribed form accompanied by
documents supporting the successful completion of claimed works / projects.
(viii) Information regarding construction, organization and equipment in the prescribed form.
(ix) Declaration of Blacklisting in the prescribed form.
(x) Declaration on Child Labour in the prescribed form.
(xi) Details of Provident Fund Code Number.
(xii) Details of ESI Code Number.
(xiii) Such other information as required from the tenderer.
(vi) .
.
I/We hereby undertake that the statements made herein/information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
incorrect in any particular, without prejudice to any other right or remedy available to the Corporation, the
same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any
resultant contract.
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
124
FORM OF TENDER
E
_______________________________
D IC
BI PR
To Indian Oil Corporation Ltd.
(Refineries Division)
_____________________Refinery/Project
E E
.
IC ER
Tender No._______________________________
Dear Sirs,
PR H
Having examined the Tender Documents consisting of the Short Tender Notice, General Instructions to
E ED
Tenderers, General Conditions of Contract, Special Instructions to Tenderers, Special Conditions of
Contract, TH N Specifications,
Plans(Exhibits___________________________________to___________________________________),
IN TIO
Drawings (Exhibits_______________________________to_______________________________)Time
Schedule, Form of Contract, Form of Tender, Form of Schedule of Rates, and Addendum(a) to the
ED EN
Tender Documents, and having understood the provisions of the said Tender Documents and having
thoroughly studied the requirements of Indian Oil Corporation Ltd. relative to the work tendered for in
LL M
thorough study of the job site(s) involved, the site conditions, soil conditions, the climatic conditions,
labour, power, water, material and equipment availability, the transport and communication facilities, the
AS TO
availability and suitability of borrow areas, the availability of land for right of way and temporary office
accommodation and quarters and all other facilities and things whatsoever necessary for or relative to the
formulation of the tender for the performance of work, I/we hereby submit my/our tender offer for the
BE T
L NO
performance of proposed work in accordance with the terms and conditions and within the time
mentioned in the Bid Documents at the rate(s) quoted by me/us in the accompanying Schedule of Rates
based on the Form of Schedule(s) of Rates included within the Tender Documents and arrived at a total
AL E
based on an application of the rates tendered in the accompanying Schedule(s) of Rates to the relative
PR
quantities indicated in the Form of Schedule(s) of Rates forming part of the Tender Documents.
If the work or any part thereof is awarded to me/us, I/ We undertake to perform the work in accordance
with the Contract Documents as defined in the Form of Contract forming part of the Tender Documents
and accept the terms and conditions of Contract as laid down therein and undertake within 10 (ten) days
of receipt of acceptance of Tender to pay to and/or deposit with the Accounts
Officer,_________________(Name of the Refinery/Project) Indian Oil Corporation Ltd. (Refineries
Division) a sum which together with the amount of earnest money deposited by me/us in terms hereof,
shall make 2 ½% (two and one-half percent) of total contract value as specified in the Acceptance of
Tender for the purpose of security deposit, by any one or more of the modes of payments specified in this
behalf in the General Conditions of Contract, and to commence work at each job site(s) involved within 10
121
(ten) days of handing over the job site or any part thereof to me/us, and to sign the formal Contract in the
terms of the form of contract forming part of Tender Documents, within 10 (ten) days of receipt of Letter of
Acceptance from and on behalf of Indian Oil Corporation Ltd., in this behalf failing which Indian Oil
Corporation Ltd., shall be at liberty, without reference to me/us and without prejudice to any of its rights or
remedies, to terminate the Contract and/or to forfeit the earnest money deposited in terms hereof.
E
D IC
In consideration of the sum of Rupee 1/- (Rupee one only) paid to me/us by Indian Oil Corporation Ltd.,
by adjustment in the price of Tender Documents, I/We further undertake to keep my/our this tender offer
BI PR
open for a period of not less than 4 (four) months from the scheduled date of opening of Tenders as
specified in the General Instructions to Tenderer forming part of the Tender Documents.
E E
.
I/We have annexed to this Bid the following documents:
IC ER
(i) Schedule of Rates in the prescribed Form.
PR H
(ii) Original Power of Attorney or other proof of authority of the person who has signed the
E ED
Tender OR copy of Power of Attorney or other authority duly certified by a Gazetted Officer or
a Notary Public in proof of authority of the person who has signed the Tender.
TH N
IN TIO
I/We hereby undertake that the statements made herein/information given in the Annexures referred to
above are true in all respects and that in the event of any such statement or information being found to be
ED EN
incorrect in any particular, without prejudice to any other right or remedy available to the Corporation, the
same may be construed to be a misrepresentation entitling Indian Oil Corporation Ltd. to avoid any
LL M
resultant contract.
FI BE
I/We further undertake as and when called upon by Indian Oil Corporation Ltd. to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
AS TO
Witness :
Signature :
Name :
Occupation :
3. BGs from any other bank other than those listed above can be accepted only if the same
is counter guaranteed by any of the above 50 banks.
FORM OF CONTRACT
K
(hereinafter referred to as the "OWNER" which expression shall include its
R
successors and assigns) of the One Part; AND …………………., ………….. carrying
O
out business in Company/ Proprietorship /Partnership under the name and style of
W
………………… …………… having its office at …………….. ……………. …………..
………….. ……………….. (hereinafter referred to/as collectively referred to as the
F
"Contractor'' which expression shall include his/their/its executors, administrators,
O
representatives and permitted assigns/successors and permitted assign) of the other
D
part:
WHEREAS
AR
AW
The OWNER desires to have executed the work of “……….. …………….
……………. …………… ……………” (Tender No : ……………..) more specifically
mentioned and described in the contract documents (hereinafter called the ''work''
R
which expression shall include all amendments therein and/or modifications thereof)
TE
and has accepted the tender of the CONTRACTOR for the said work.
AF
ARTICLE – 1
ED
N
CONTRACT DOCUMENTS
G
1.1 The following documents shall constitute the ‘Contract documents’, namely:
SI
1.2 A list of the Tender Documents is annexed hereto as Annexure 'A' while a copy
of the Letter of Acceptance of Tender along with annexure thereto dtd. ……… ……
are annexed hereto and said copies have been collectively marked as Annexure -'B'.
1.3 The Tender Documents mentioned in Annexure ‘A’ are available in electronic
form at the OWNER’S e-tender portal [https://iocletenders.nic.in] under the subject
‘Tender Number ______’. These Tender Documents are an integral and valid part of
the present Contract.
ARTICLE -2
WORK TO BE PERFORMED
ARTICLE -3
COMPENSATION
3.1 Subject to and upon the terms and conditions contained in the Contract
documents, the OWNER shall pay CONTRACTOR compensation as specified in the
Contract documents upon the satisfactory completion of the work and/or otherwise
as may be specified in the Contract documents.
K
ARTICLE -4
R
JURISDICTION
O
W
4.1 Notwithstanding any other court or courts having jurisdiction to decide the
question(s) forming the subject matter of the reference if the same had been the
F
subject matter of a suit, any and all actions and proceedings arising out of or relative
O
to the contract (including any arbitration in terms thereof) shall lie only in the court of
competent civil jurisdiction in this behalf at New Delhi (where this Contract has been
D
signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to
AR
entertain and try any such action(s) and/or proceeding(s) to the exclusion of all other
Courts.
AW
ARTICLE -5
R
ENTIRE CONTRACT
TE
Contract they do not rely upon any previous representation, whether express or
implied and whether written or oral, or any inducement, understanding or
N
agreements of any kind not included within the Contract documents and all prior
negotiations, representations, contracts and/or agreements and understandings
G
ARTICLE -6
NOTICES
TO
6.1 Subject to any provisions in the Contract documents to the contrary, any notice,
order or communication sought to be served by the CONTRACTOR on the OWNER
with reference to the Contract shall be deemed to have been sufficiently served upon
the OWNER (notwithstanding any enabling provisions under any law to the contrary)
only if delivered by hand or by Registered Acknowledgment Due Post to the
Engineer-in-Charge as defined in the General Conditions of Contract.
6.2 Without prejudice to any other mode of service provided for in the Contract
Documents or otherwise available to the OWNER, any notice, order or other
communication sought to be served by the OWNER on the CONTRACTOR with
reference to the Contract, shall be deemed to have been sufficiently served if
delivered by hand or through Registered Post Acknowledgement Due to the principal
office of the CONTRACTOR ……….. ………… ………….. ……………… or to the
DIGITAL SIGN. OF TENDERER
JC20ELT221
(Tender ID: 2020_JR_123954_1) 67 of 82
CONTRACTOR's representatives as referred to in the General Conditions of
Contract forming part of the Contract Documents.
ARTICLE-7
WAIVER
7.1 No failure or delay by the OWNER in enforcing any right or remedy of the
OWNER in terms of the Contract or any obligation or liability of the CONTRACTOR
in terms thereof shall be deemed to be a waiver of such right, remedy, obligation or
liability, as the case may be, by the OWNER and notwithstanding such failure or
delay, the OWNER shall be entitled at any time to enforce such right, remedy,
obligation or liability, as the case may be.
K
ARTICLE-8
R
O
NON-ASSIGNABILITY
W
The Contract and benefits and obligations thereof shall be strictly personal to the
F
CONTRACTOR and shall not on any account be assignable or transferable by the
O
CONTRACTOR.
D
IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate
the place, day and year first above written. AR
AW
(CONTRACTOR)
AF
ED
1. 1.
G
SI
2. 2.
BE
TO
1. Gujarat Refinery has wide spread Power Generation & distribution network inside the Refinery
comprising of number of HT & LT panels. The switchgear panels are mainly indoor type metal-enclosed,
these panels are located at various sub-stations inside the Gujarat Refinery.
2. The deterioration of insulation property leads to inception of Partial Discharge (PD) activities
inside the panel which ultimately leads to arcing / flashovers. It is intended to detect these Partial
Discharges in the panels / terminal boxes & cables by carrying out Online Partial discharge testing of the
Panels & also pin pointing of the components producing PD. It is also intended to identify the PD Activity
for prevention of plausible areas of fault.
3. Vendor to carry out the testing complying all applicable relevant standards like IS/IEC/OISD etc.
or any other standards applicable for carrying out PD analysis jobs.
A. Scope of Work for item no. 10: Online PD testing of HT 11/33kV SWG
Condition assessment of MV (11/33kV) switchgears through online partial discharge (PD) measurement
1. The Job shall be carried out in Live Condition without involving any shutdown / outage of the
panels for carrying out the test.
2. The measurement should be done at the front/back/side of a panel to cover all the High
Voltage part of the switchgears i.e. CT, PT, Insulators, cable end termination etc.
4. Partial Discharge detection in HT switchgear panels should be carried out by wide band UHF
PD technique while HT switchgear is online.
5. The test should be performed in wide band frequency selective UHF spectrum analysis of
frequency up to 1GHz or above with RBW of 1MHz. Test kit should be of portable type and offer
high sensitivity UHF signal from switchgears without opening of doors of LIVE terminals.
Additionally Acoustic PD Test to be carried out for PD detection and report to be submitted
6. UHF spectrum analysis of each measurement should be done in order to identity the type of
defect like corona, surface discharges, micro-sparking activity etc, based on PD pulse
characteristics. A detailed test report in graphical form with suitable conclusion should be
submitted for each panel.
7. Test kit should use portable antennae or dedicated UHF sensor which can be placed on each
panel compartment with UHF signal output of 1GHz range. Tests performed should be effective
in identifying the abnormal discharges in a particular panel of HT Switchboard.
8. The UHF test instrumentations should be able to discriminate the external UHF interference
from the internal PD activity in switchgear.
9. Detailed test report to be submitted along with assessment of data with comments and
recommendations
10. Vendor to provide test kit makes and model number of the equipment that shall be used for
measurement of online PD. The vendor also shall make arrangements to provide demo during
technical query stage, if requested by IOCL, without any additional financial implications to IOCL.
11. The testing shall be non-invasive, non-destructive type, and shall be carried out in live
condition and in no way shall adversely affect the switchgear operation or the other
sophisticated microprocessor based relays etc., installed on the panels.
12. Online Partial Discharge measurement to be carried out on cables to measure the absolute
PD Discharge level in Pico Coulombs in accordance to IEC 60270.
14. The Detection and Elimination of external noises is to be done by using a separate
measurement channel including an external antenna or differentiation by testing personnel.
15. PD Windowing with unlimited number of Windows for an easy suppression of phase-locked
noise signals
16. Test kit should have measurement frequency range from 40 KHz to 20MHz with high
dynamic range
17. PD Pulse of known value to be injected into circuit prior to actual measurement for
verification of functionality of test instruments. Injected Pulse magnitude should be 500pC and
any other value to be decided at site. Vendor should have charge injection facility in the steps of
5pC, 20pC, 100pC, 500pC, 2000pC, 10,000pC
18. Test kit should have capability for voltage synchronization and should analyze the test data
with PRPD (phase resolved partial discharge) tools
19. Detailed test report to be submitted along with assessment of data with comments and
recommendations
20. The Unit of measurement EA represents the charges for testing of one 11/33KV switchgear
vertical.
B. Scope of Work for item no. 20: Localization of PD act - 11/33KV SWG
Condition assessment of medium voltage (11/33kV) switchgears through online partial discharge (PD)
measurement per feeder where internal partial discharge is observed and localization of PD activity is to
be carried out internally.
The following shall be carried out only after PD activity is detected through online PD measurement as
detailed in Clause A (given above)
1. In case of detection of any PD activity above permissible limit in any of the panel, Partial
Discharge localization activity shall be carried out on that particular panel / cable chamber
involving pin-pointing of the Partial Discharge.
3. Suitable test instruments, probes/sensors and safety gears to be arranged by contractor for
performing the tests.
5. The bidder shall use any of above two methods (compulsory) either or all of the technique
and tools to ensure that the partial discharge activities are localized.
6. The Unit of measurement EA represents the charges for testing of one switchgear vertical for
localization of PD activity - 11/33KV SWG.
C. Scope of Work for item no. 30 & 40: On line partial discharge testing of 6.6 KV Panels &
Localization of PD testing of 6.6 kV Panel
1. The switchgears shall be tested for presence of partial discharge in acoustic level as well as
TeV using airborne acoustic & TeV measuring instrument.
2. The switchgear shall be further tested for the location of the discharge at the event of a high
trending PD activity using four acoustic and one HFCT based PD analyzer.
3. Thermal imaging of the cable termination at the switchgear shall be conducted for the
identification of hotspot at the cable termination box; if required.
The Unit of measurement EA represents the charges for testing as per following:
a. Testing done as per above Sl no 1 in one feeder - Billing quantity One (item 30).
b. Testing done as per above Sl no 2+3 in one feeder - Billing quantity One (item 40).
D. Scope of Work for item no. 50: On line partial discharge testing of cables
A. Complete Cable
1. Test-1: HFCT based PD measurement test to be conducted at the cable feeders with
accessible earth sheath. This shall be a consolidated test to identify presence of PD in any of
the multiple cables in the feeder.
2. Test-2: Testing of cables at the terminations end for Transient earth voltage (TeV) or UHF
method.
3. Test-3: Testing of each cable in the feeder shall be conducted in case a discharge activity
from the consolidated test (level-1 & 2) is identified OR if the earth sheath is not accessible
from both ends and also accessible joints. The test shall be conducted with electromagnetic
interference based sensor (EMI sensor)/ as per latest relevant IEC standard. Necessary
filtering of the data to identify PD from multiple sources shall be applied. Location of the PD
pulses shall be carried out in Cables with PD of high criticality/severity.
4. The Unit of measurement EA represents the charges for testing as per following:
a. Test 1- one quantity will be considered for one feeder (irrespective of the no of cables).
b. Test 2 + 3 - one quantity will be considered for one cable each, measurement to be taken
from both ends of the cable.
5. If this line item operated/ executed then quantity of line item 60 & 90 (or any other line item
of this contract) shall not be considered for payment (quantity) for the same panel from where
the cables are being under testing for this line item.
E. Scope of Work for item no. 60: Cable, Cable Joint & End Termination partial discharge testing
A. Complete Cable
C. Localized all HT straight through joints Online PD testing throughout the cable run
1. The job includes partial discharge testing of cable, cable joints and end terminations of HT
cables.
2. Vendor on observation in increase in PD on any feeder shall check PD on each outgoing cable
if multiple cable runs are used in a single feeder circuit. Vendor shall identify the exact cable.
3. The test carried out should include PD Measurement on cables joints and end
terminations and pinpointing of high PD locations (either at cable, joints or termination). The
vendor should be equipped with necessary infrastructure for carrying out the same online.
4. Measurement Technique:-
a. The Vendor shall use Acoustic Sensors to detect the Partial Discharge.
b. The Vendor shall also use Partial Discharge Analyzer with high frequency detection/UHF to
measure the PD activities.
c. The Vendor shall use all of the technique and tools to ensure that the partial discharge
activities are measured and localized if required and recorded to prepare the complete health
index of the cable joints.
5. The vendor shall submit a detailed report after diagnostic testing by PD measurement for
identifying the weak joints of the cable and pinpointing the same so as to fix the sections to be
replaced for retrieving the cables for reliable service.
6. The Unit of measurement EA represents the charges for identification of PD activities in cable,
joints and end termination in multiple run cables. 1 Qty will consider for 1 switchgear vertical
panel.
7. If this line item operated/ executed then quantity of line item 50 & 90 (or any other line item
of this contract) shall not be considered for payment (quantity) for the same panel from where
the cables are being under testing for this line item.
2. Analysis of the data and submission of the test report indicating the following:
3. The Unit of measurement EA represents the charges for diagnostic testing of HT (6.6/11/33
KV) in 3 core cable or single core cable.
G. Scope of Work for item no. 80: 72 hours continuous PD monitoring of cable
1. Testing is intended where the cable/s with critical partial discharge shortlisted from the
above Test of line item 50 is established. Test - 4 shall be conducted for continuous
monitoring for the identification of the complete profile of the discharge
phenomenon/behavior for at least 3 days the decision of Site Engineer/ E-I-C shall be final.
2. All the aforementioned testing shall be carried out in live condition without any need for
shut down and vendor shall submit separate report for Test - 4 with executive summary.
3. The Unit of measurement EA represents the charges for diagnostic testing of HT (6.6/11/33
KV) in 3 core cable or single core cable.(For 3 core cable- Qty shall be one and for single core
cable – Qty shall be one)
H. Scope of Work for item no. 90: On line partial Discharge testing of Transformer/motor or HT
equipment Terminal box
1. The job involves partial discharge monitoring of exclusive for terminal box/junction box of
Transformer/ Motor/ HT equipment.
2. The transformer cable boxes shall be tested for presence of partial discharge in acoustic
level as well as TeV using airborne acoustic & TeV measuring instrument.
3. The PD testing shall also be done with the help of EMI antenna based sensor/ as per latest
relevant IEC standard applied on the cables at the Transformer Termination Box end
4. Thermal imaging of the cable boxes for the identification of hotspot at the cable termination
chamber if require after testing of online PD testing; if required.
5. The Unit of measurement EA represents the charges for PD testing in HT terminal box
(6.6/11/33 KV) (For HT-HT transformer- Qty shall be two, For HT-LT transformer Qty shall be
one)
6. If this line item operated/ executed then quantity of line item 50 & 60 (or any other line item
of this contract) shall not be considered for payment (quantity) for the same panel from
where the cables are being under testing for this line item.
I. Scope of Work for item no. 100: Partial discharge monitoring the transformer Tank
1. The job involves monitoring the transformer main tank for partial discharge.
2. The test shall be conducted with drain valve sensor, to be inserted through the drain valve
(gate valve) & carry out the testing for at least 2 hours in UHF range to identify PD in the
transformer main tank.
3. Thermal imaging of transformer main tank, bushings and Radiator tubes shall be conducted
for the identification of winding hotspots, bushings & transformer cooling circuit (radiator); if
required.
4. Measurement of Partial Discharge in the Transformer Incoming & Outgoing cables through
EMI based sensor/ as per latest relevant IEC standard.
5. The location of the discharge shall be identified with the four acoustic and one HFCT based
device on the transformers with high criticality trending PD activity.
6. The Unit of measurement EA represents the charges for PD testing in single transformer
including OLTC chamber
J. Scope of Work for item no. 110: Offline diagnostic testing of Transformer
B. The Unit of measurement EA represents the charges for diagnostic testing in a transformer
K. Scope of Work for item no. 120: Condition Monitoring of HT/LT Motors
5. DC leakage measurement
B. The Unit of measurement EA represents the charges for condition monitoring in a motor
L. Scope of Work for item no. 130: Diagnostic Testing of VCBs (of HT Panel)
B. The Unit of measurement EA represents the charges for diagnostic testing in a VCB (1 qty for
one HT VCB up to 33KV)
1. The vendor shall make a presentation before starting the job about the plan and methodology
of the job.
2. A detailed health report is to be prepared for all the individual Switchgears. Test results shall be
analyzed and recommendations regarding healthiness of the Switch-Gears should be given.
5. Detailed Report containing analysis, test results and interpretations, final recommendations
regarding healthiness of switchgears to be submitted within one month from date of completion of
testing.
6. The reports should also include information that would give details regarding Overall health of
the switchgears, PD levels for individual panels over the entire length-Graphic measurement.
7. A total no of 03 hard copies and 01 soft copy (CD) of the reports shall be submitted by the
contractor to Indian Oil Gujarat Refinery.
8. A final presentation shall be made by the vendor at the end and all the test results along-with
recommendations shall be discussed in detail.
9. Report shall be in chronic form of last two reports in which PD activities are increased at critical
level.
Other conditions:
1. The vendor shall depute skilled Engineer level with at least 3 years of working experience in field
of partial discharge testing. All required equipments, tools and tackles, local conveyance for
transportation of equipment and personnel etc shall be arranged by the vendor for executing
the job.
2. Vehicle to move inside the refinery for doing testing activities at different locations shall be in
vendor's scope only.
3. The vendor shall provide copy of valid calibration certificate of the test kits used for partial
discharge and diagnostic testing at the time of site hand over.
4. All the lodging, boarding, local conveyance, travel charges of their personnel shall be in the
scope of vendor and rates quoted shall be inclusive of all these charges. No extra charge shall be
paid against these expenses.
5. Vendor shall provide contact numbers and addresses including email ids and mobile nos. of key
persons who can be contacted in case of requirement. Vendor shall report to the site within 7
days for normal testing and within 3 days for any specific abnormal testing after receipt of
intimation from IOCL through any available means (e-mail, phone etc).
6. The contractor shall take full care not to damage/ waste any property/ materials while carrying
out the jobs. In case of damage/ loss of IOCL property due to negligence of contractor's persons
the contractor shall be liable for payment of damage equivalent to the cost of replacement/
rectification or as deemed fit by EIC. The contractor shall also ensure that his workforce does
not tamper with any equipment of IOCL or any of its contractors and also does not enter into
restricted area.
7. Contractor has to ensure minimum wage payment to the workmen employed by him as per the
statutory rules of the Government.
8. All labour laws and other statutory obligations provided in the state of Indian Union, which may
come in force from time to time during the contract period has to be strictly adhered to.
Contractor has to arrange the labour license, if required, for carrying out the jobs as per
applicable labour laws.
9. The contract shall be valid for a period of one (01) years from the date of handover of site.
However, the contract period can be extended for a further period of one (01) year or part
thereof on the same terms & conditions with sole discretion of IOCL.
Schedule of Rates
Service Required for Plant: 9030 ,Gujarat Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________
page 2
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________
page 3
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________
FIFTY-FOUR ONLY
Total Value of item 00010 (Rs.): 6,750,228.55
Rs.SIXTY-SEVEN LAC FIFTY THOUSAND TWO HUNDRED TWENTY-EIGHT & PAISE FIFTY-FIVE
ONLY
_________________________________________________________________
Total Estimated Value(Rs.): 6,750,228.55
Rs.SIXTY-SEVEN LAC FIFTY THOUSAND TWO HUNDRED TWENTY-EIGHT &
PAISE FIFTY-FIVE ONLY
page 4
JC20ELT221
(Rupees Sixty-Seven Lakh Fifty Thousand Two Hundred Twenty-Eight and Paise Fifty-Five Only)
I / we agree to carry out the above items of schedule of rates for at:
).
[ ] ABOVE _______ % (Percentage in words______________________________________)
Q
O
[ ] BELOW _______ % (Percentage in words______________________________________)
(B
[ ] AT PAR
e .
ic re
d
Bi
Pr He
Please (√) tick in the box only, which is applicable.
d ed
→The above rates are inclusive of all taxes and duties, etc. as per tender but exclusive of GST.
te ot
uo u
in
→The GST, as applicable shall be paid by IOCL at actual as per the instructions enclosed in the
Q eQ
tender.
Be o B
→The Tenderers shall quote on overall percentage basis only as indicated above, failing which the
offer shall be summarily rejected by IOCL.
To ot T
* Abbreviation: EA-Each, TO-Metric Ton, LS- Lump sum, P-Point, Mon-Month, M-Metre, M2-
Sq.Metre, M3-Cum
es N
at s
R ate
R
Time Schedule
Tender No JC20ELT221
Name of the Work Online Partial Discharge and Diagnostic testing at Gujarat
Refinery.
Completion Schedule 01 (One) year From the date of handover of site. However, the
contract period can be extended for a further period of 01
(One) year or part thereof on the same terms & conditions
with sole discretion of IOCL.