Sie sind auf Seite 1von 40

INDIAN OIL CORPORATION LTD.

(MARKETING DIVISION)
INDIAN OIL BHAVAN,
KARNATAKA STATEOFFICE,
NO. 29, P KALINGA RAO ROAD,
BANGALORE 500 027

PUBLIC E-TENDER
(TWO BID)

E-TENDER NO.: 2015_KASO_13887


Last Date of Tender Submission

: 11.02.2015 at 16 00 hrs.

Due Date of Technical Bid Opening : 11.02.2015 at 16 15 hrs

FOR

Fire fighting system for proposed filling shed


extension, New mounded bullet 2 x 1200 MT and
New LPG pump house at Belgaum LPG Bottling
Plant.

TECHNICAL BID

Indian Oil Corporation Ltd.(Marketing Division)

Tender no: KASO/LPG-E/PT-07/2014-15

INDIAN OIL CORPORATION LI MI TED, MARKETING DIVISION, KARNATAKA STATE


OFFICE, INDIAN OIL BHAVAN, NO: 29, P KALINGA RAO ROAD (MISSION ROAD),
BANGALORE 560 027,
REF: 2015_KASO_13887

DATE: 21.01.2015

M/s.
Dear Sirs,
Indian Oil cor poration Limited ( IOCL ) has a LP G Bottling plant at Belgaum and
this tender is initiated for Fire fighting system for proposed filling shed extension ,
New mounded bullet 2 x 1200 MT and New LP G pump house at Belgaum LP G
Bottling Plant.
Address of the loc ation: M/s Indian Oil Corporation Limited,
Belgaum LP G Bottling Plant,
P.B Road, Kanagala,
Belagavi -591 225
Ph: 0833-279204/279208
SCOPE OF WORK:
The scope of work is defined in detail under the schedule of quantities & technical
specifications. The various structures covered under the scope of this tender are
detailed below. However the scope specified below i s only indicative but not
exhaustive and the vendor is required to carry out any other scope as per the site
requirement w i t h i n the items available under this tender.
We request you to submit your lowest quotation for the work contained in the tender.
Your offer complete in all respects must be uploaded in the prescribed manner on
our e-tendering portal www.iocletenders.gov.in on or before 11.02.2015, 16:00.
Original EMD Instrument in a sealed envelope may please be dropped in
Engineering tender box kept on 3rd Floor in our office at address given
below.
INDIAN OIL CORPORATION LI MI TED
MARKETING DIVISION, INDIAN OIL BHAVAN,
KARNATAKA STATE OFFICE,
rd
3 FLOOR, NO. 29, P KALINGA RAO
ROAD,
BANGALORE 500 027
Earnest Money Deposit (EMD) as
EMD submitted in the form of
Corporation Ltd., payable at
tender submission date and time

per NIT to be deposited in the form of DD/Bank Guarantee.


Demand Draft/ Pay Order should be favour of Indian Oil
Bangalore. Tenderers not paying EMD on or before
will be disqualified

Indian Oil Corporation Ltd.(Marketing Division)

Tender no: KASO/LPG-E/PT-07/2014-15

A scanned copy of the instrument DD or exemption certificate in case of NSIC or exempted


category has to be uploaded along with clear scanned copies of required documents to
substantiate the claim towards their credentials along with the tender documents in the
appropriate link
Bidders are requested to go through the Bidders Manual Kit available in the homepage
of the e- tendering portal i.e. https://iocletenders.gov.in to have a clear understanding of
the steps to be followed for bid submission. The Bidders Manual kit is for
general reference only and the tenderers have to abide by the terms and conditions of
this tender.Tenderers must note that Indian Oil will not be responsible for delay in
submission of online tender& physical copy of EMD Instrument on or before due date
& time of tender submission.
Tenderers to please note that PreBid conference will be held in our office on 28.01.2015
at 11:00 Hrs wherein all the clarifications with regard to Technical/ Commercial conditions
shall be given. Queries may also be sent on email tverghese@indianoil.in or
ksaranya@indianoil.in PH: 080-22160875 / 080-22160843
Tenderers also to note that after the clarifications are given in Pre Bid conference, no
further deviation shall be permitted and all decisions taken by IOCL in the pre -bid
conference shall be binding on all bidders. All are requested to attend the Pre Bid
conference and signed copy of the pre bidconference minutes also to be submitted by
the bidder along with tender document.
Tenderers must also note that before the bid is uploaded, the bid comprising of all
attached documents should be digitally signed using digital signatures as specified in the
tender.
Lowest tenderer L 1 will be on Net cost after input tax credit would be available to IOCL

For Example:Tenderer A

PARTICULARS
1.Total estimated cost of work to be done

Tenderer B

AMOUNT(Rs.) AMOUNT(Rs.)
100

100

4 /4.5/5.5 %

14.5 (@ 14.5%)

104

114.5

14.5

104

100 (L1)

2.Rate of works contract tax (WCT)


a. @ Composite rate of WCT.
b. Regular WCT Rate (as per Schedule VI of KVAT Act,2003)
Sub total
Less: Input tax credit available to IOCL in respect of 2(b) above
Net Cost to IOCL

Thanking you
Yours faithfully
For Indian Oil Corporation Limited
DGM (LPG)

Indian Oil Corporation Ltd.(Marketing Division)

Tender no: KASO/LPG-E/PT-07/2014-15

NOTICE INVITING E-TENDER


ANNEXURE- 2
Digitally signed and sealed (encrypted) E-Tenders are invited in Two-bid System (a) Part-I,
Technical Bid with Commercial Terms without Price-Bid and (b) Part-II, Price-Bid; from reputed
parties for Firefighting System For Proposed Filling Shed Extension , New Mounded Bullet 2
X 1200 MT And New LPG Pump House At Kanagala LPG B.P, Belagavi as detailed below:
Tender No./ Name of the work

Tender fee
EMD

E-tender No. 2015_KASO_13887


Firefighting System For Proposed Filling Shed
Extension , New Mounded Bullet 2 X 1200 MT and
New LPG Pump House at Kanagala LPG B.P,
Belagavi
No Tender fee is applicable for this e-tender, since the
bidders are required to download the tender
documents from IOCL e-tender website
(https://iocletenders.gov.in)
Rs.
1, 75,700 /- If by BG then EMD to be valid
for six months from the date of opening of
technical bid.

Completion time

4 Months from date of LOI or date of handing over


site whichever is later

Download Starts on

21.01.2015

Download Closes on
Date & Venue of Pre- Bid
Conference

Validity of Offer
Due date & time of submission
of tender
Date & time of opening of tender
Contact Person

11.02.2015 at 16 00 hrs
At 11: 00 Hrs on 28.01.2015 at
INDIAN OIL CORPORATION LIMITED,
MARKETING DIVISION, KARNATAKA STATE
OFFICE, 3rd FLOOR, NO. 29, P KALINGA RAO
ROAD , BANGALORE 500 027
Parties to send soft copy of assumptions /
exception / deviations / clarification in advance though
e6mail.
months from the date of opening of technical bid
11.02.2015 by 16:00 hrs
11.02.2015 by 16:15 hrs
Ch. Mgr (LPG-Engg.), AM (LPGEngg)
Tel. No. 080-22160843 / 22160875
Email: tverghese@indianoil.in /
ksaranya@indianoil.in

Indian Oil Corporation Ltd.(Marketing Division)

Tender no: KASO/LPG-E/PT-07/2014-15

Parties, who meet the following qualifying parameters, only need to apply
BIDDERS QUALIFYING PARAMETERS (BQP):
S. QUALIFYING PARAMETER (Table:-1)
No.
1 Bidder must have successfully completed similar works during last five years i.e., from
01.01.2010 to 31.12.2014 The value of completed works including the above should be
either of the following:
a) Three similar completed works each costing not less than the amount equal to
Rs. 57.40 lakhs (including all taxes) OR
b) Two similar completed works each costing not less than the amount equal to
Rs. 76.54 lakhs (including all taxes ) OR
c) OR
One similar completed work costing not less than the amount equal to
Rs. 95.68 lakhs (including all taxes)
2. Annual Financial Turnover during any of the last 3 years, ending 31st March
2014 should be at least Rs.114.81 lacs.
Note: Balance sheet or audited financial statements including profit and loss account
along with the technical bid to establish qualification for participation.
3. As on date of closure of Tender, Tenderer should not be placed on black list or holiday list
declared by Indian Oil Corporation Limited or its Administrative Ministry (the Ministry of
Petroleum & NaturalGas) or by any departrnent/s of the State or Central Government/s or
by any other Public Sector Undertaking/s and that there is no inquiry in respect of any
corrupt or fraudulent practice pending against him l them. Declaration of Holiday List /
Black List in the prescribed format as per Annexure-5. (Any other formats declared
will be rejected.)
4. Tender without Earnest Money Deposit will be rejected.
Definition of Similar completed Works:i) Similar work means Experience of completing the work involving
Fabrication, Erection & commissioning of fire hydrant piping/fire water
medium velocity sprinkler system work during last five years
The Bidder shall furnish documentary evidence by way of copies of work order and
proof of completion. Proof of completion should be copy of work completion
certificate or final bill

Indian Oil Corporation Ltd.(Marketing Division)

Tender no: KASO/LPG-E/PT-07/2014-15

INDEX

SR.
NO.
1.

DESCRIPTION
Notice inviting tender

2.

Tender Pre-qualification Abstract

3.
4.

Technical / Commercial Bid Abstract / Check List


Proforma of Declaration of Black Listing/Holiday Listing

5.
6.

Declaration Part A/PART B/PART C


Instructions to Bidder

7.
8.

Undertaking by tenderer
Form of BG as EMD

9.

Payment to vendors as RTGS FORMAT

10
11

Special Terms and Conditions of Contract


Bill of quantities (to be Quoted in Excel sheet only)

12.

Technical Data sheets

13.

Technical Specifications with approved list of make

14.

Hot work cubicle drawing

15.

Typical sketch of mounded bullet

16.

Typical Layout of Filling Shed

17.

General conditions of contract

TENDERERS SIGNATURE

ANNEXURE- 4
TECHNICAL / COMMERCIAL BID ABSTRACT / CHECK LIST
(TO BE FILLED BY THE TENDERER)

SL
NO

DETAILS

Earnest Money
Deposit:

Please Write
Yes
if
submitted
/
IOCs REQUIREMENT
Agreed and No if
Not submitted /
Not agreed.
confirm %
Rs. 1, 75,700 /-(Rupees One Lakh applicable in 2 D
Seventy Five Thousand Seven
Hundred only)

A
B

Mode of EMD
Details of EMD
Payment

DD/ Bankers Cheque / BG


DD No. & Date/ BG No & date of
issue. Validity upto 6 months
from date of
opening of technical bid

2A

Proof of Experience
as per qualifying
norms of NIT.

2B

Annual Turnover

2C

Whether registered
under Karnataka VAT If YES, Enclose the copy of
Karnataka VAT registration
Act 2003
certificate

2D

Rate of WCT
applicable as per
Karnataka VAT Act
2003
Holiday List / Black
List

Copies of orders executed as per


qualifying norms of NIT to be
enclosed.
For the last three years. (Copy of
Audited P/L statement and Balance
Sheets to be enclosed)

Please confirm whether 4% or 5.5%


or 14.5%
If left blank ,it will be assumed as 4%
3
Declaration of Holiday List / Black
List in the prescribed format strictly
as per Annexure-5
Six months from date of opening of
Validity of offer
Technical Bid
4
4 months from the date of LOI/site
5
Completion time
hand over date whichever is later
ENTIRE ABOVE DETAILS ARE ESSENTIAL FOR EVALUATING THE BID AND
SHOULD NOT BE LEFT BLANK

Page 6

7
8

10

11

Declaration A / B/ C/ D for
relationship with
Director of IOCL properly
filled up & submitted.
All tender documents have been
digitally
signed & submitted
Confirm that there are no
deviations from
tender conditions
Confirm that the Price
bid does not contain any
condition
Confirm that the
Scope of supply /
inspection /
Evaluation parameter, has been
understood
and
agreed
Confirm
that the rates
have been expressed in both figures
and words

To be confirmed

To be submitted
To be confirmed

To be confirmed

To be confirmed

To be confirmed

12

Proposed Mode of SD
Payment

13

VAT Registration showing TIN


number

Enclose Xerox Copy of


VAT Registration
Certificate

14

PF Registration
Number

Enclose Xerox Copy of


Regn. Certificate

15

ESI Registration
Number

Enclose Xerox Copy of


Regn. Certificate

16

Declaration regarding
no outstanding on
P.F. payment

17

Income Tax PAN


No.

18

Acceptance of
Payment through Electronic
Clearance System (ECS), if
feasible.
Bank A/C details (Name of Bank /
A/c No. / City , etc.)

19

DD / BG

To be confirmed

Enclose Photo Copy

Vendor to confirm

Vendor to furnish

Page 7

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

ANNEXURE- 5
DECLARATION OF BLACK LISTING/HOLIDAY LISTING (STRICTLY IN
THE BELOW FORMAT)
In the case of a Proprietary Concern:
I hereby declare that neither I in my personal name or in the case of my Proprietary concern
M/s.
which is submitting the accompanying
Bid/Tender, nor any otherconcern in which I am proprietor nor any partnership firm in
which I am involved as a Managing Partner have been placed on black list or holiday list
declared by Indian Oil Corporation Limited or its Administrative Ministry
(the Ministry of Petroleum & NaturalGas) or by any departrnent/s of the State or Central
Government/s or by any other Public Sector Undertaking/s and that there is no inquiry in respect of
any corrupt or fraudulent
practice pending against himlitlthem except as indicated below: '
(Here give particulars of blacklisting or holiday listing, and in absence thereof state "NIL")
In the case of a Partnership Firm:
We hereby declare that neither we, M/s.
, submitting the
accompanying Bid/Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor or managing partner of any firm or concern have or has been
placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its Administrative
Ministry (presently the Ministry of Petroleum & Natural Gas), or by any department/s
of the State or Central Government/s or by any other Public Sector Undertaking/s and that
there is no inquiry in respect of any corrupt or fraudulent practice pending against
himlit/them except as indicated below:
(Here give particulars of blacklisting or holiday listing and in the absence thereof state NIL)
In the case of Company:
We hereby declare that the Company nor its Promoter/s / Director/s having controlling
stake in the Company (here controlling stake means person having minimum 26%
shareholding of a company) as a proprietor or as a Managing Partner has not been placed on
black list or holiday list declared by Indian Oil Corporation Limited or its Administrative
Ministry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State or
Central Government/s or by any other Public Sector Undertaking/s and that there is no
inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except
as indicated below:
(Here give particulars of black listing or holiday listing, and in absence thereof state "NIL")
It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation
Ltd or its Administrative Ministry, 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.
Place:

Signature of Bidder:

Date:

Name of Signatory:

Page 8

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

LISTOFDIRECTORSOFINDIANOILCORPORATIONLTD.
1

Shri B. Ashok
Chairman
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049

Shri P K Goyal
Director (finance),
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049

Shri VS Okhde
Director(Pipelines),
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi 110049
Dr S C Khuntia
Addl. Secretary and Financial
Adviser
Ministry of Petroleum & Natural Gas
Shastri Bhawan,
New Delhi 110 001
Ms. Shyamala Gopinath
Former Deputy Governor
Reserve Bank of India

10

Shri Shyam Saran


Former Foreign Secretary
Govt. of India

13 Sunil Krishna
Former Director General,
NHRC

2 Shri A M K Sinha
Director (Planning & Business
Development)
IndianOil Corporation Ltd.,
Corporate Office, Plot 3079/3, Sadiq
Nagar,
J.B.Tito Marg, New Delhi -110049
4 Shri Nesar Ahmad
Past President,
ICSI

6 Shri Sanjiv Singh


Director (Refineries),
IndianOil Corporation Ltd.,
SCOPE Complex Core 2,
7 Institutional Area, Lodhi Road,
New Delhi - 110003
8 Shri Rajive Kumar
Additional Secretary
Ministry of Petroleum & Natural Gas
Shastri Bhawan,
New Delhi 110 001
11 Prof. Devang Khakhar
Director,
Indian Institute of Technology,
Bombay
12
Shri K Jairaj
Former Additional Chief Secretary,
Karnataka
14 Shri Sayan Chatterjee
Former Secretary
Govt. of India

Page 9

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

ANNEXURE- 6
DETAILS OF RELATIONSHIP WITH IOCS DIRECTOR ETC.
Bidder should furnish following details in the appropriate part based on their
organizational structure.
Organizational Structure
Sole
Trader
Partnershi
Company pPrivate/Public

Part of the form applicable


PartA
PartB
PartC

PART-A
(APPLICABLE WHERE TENDERER IS SOLE
PROPRIETOR)
1. Name of Bidder
2. Address

Residence

3. State whether Bidder is related to any Director/(s) of the Indian


Oil Corporation Ltd.
4. If `Yes to 3, state the name of IOCs Director and Bidders
relationship with him/her.
* Strike out whichever is not applicable.

Office
D
A
T
E
:
Yes/No*

PLACE:
DATE:
PART- B
(APPLICABLE WHERE TENDERER IS SOLE PROPRIER TOR)
1.

Name of the Partnership firm responding to the tender

2.

Address

3.

Name of Partners

4.

State whether any of the partners is a Director to the Indian


Oil Corporation Ltd.,

5.

If `Yes to 4 state the name(s) of IOCs Directors

6.

State whether any of the partners is related to any of the


Director(s) of the Indian Oil Corporation Ltd.
If `Yes to 6, state the name(s) of IOCs Director and the concerned
partners relationship with him/her.

7.

* Strike out whichever is not applicable.


PLACE:
Page 10

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

PART-C
(APPLICABLE WHERE THE TENDERER IS A PUBLIC/PRIVATE LTD.
CO. )
1. Name of the Company responding to the tender

2. Address of :
a) Registered Office

b) Principal Office

3. State whether the Company is a Pvt.Ltd. Co. or Public


Ltd., Co.
4. Names of Directors of the Company

5. State whether any of the Directors of the Tenderers


Company is a Director of Indian Oil Corporation Ltd.

Yes/No *

6. If `Yes to (5) state the name(s) of IOCs Directors


7. State whether any of the Director of the Tenderer
Company is related to any of the Directors of the Indian
Oil Corporation Ltd.
8. If `Yes to (7) state the name(s) of IOCs Director and
the concerned Director's (of the Tenderer Co.)
relationship with him/her.
Strike out whichever is not applicable.
PLACE
: DATE:

Page 11

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

INSTRUCTIONS TO BIDDERS FOR PARTICIPATING


IN E-TENDERING:
Tenderers are advised to download Notice Inviting Tender along with other
tender documents from the e-tendering portal https://iocletenders.gov.in free
of cost using their digital signature & registered user id. While the tender
shall be submitted online in soft copy on our e-tendering portal, the
Earnest Money Deposit has to be submitted by dropping it in the KASO LPG
Engineering Tender-box placed on 3rd Floor at our Mission Road office before
the due date and time of tender submission failing which the tender shall be
summarily rejected. A scanned copy of the instrument DD/ BG or exemption
certificate in case of NSIC or exempted category has to be uploaded along
with clear scanned copies of required documents to substantiate the claim
towards their credentials along with the tender documents in the appropriate
link.
Indian Oil will not be responsible for delay in submission of online tender &
physical copy of EMD Instrument on or before due date & time of tender
submission. Indian Oil Corporation reserves the right to accept / reject any or all
tenders without assigning any reason whatsoever.
All interested bidders are r e q u e s t e d to register themselves with the portal
indicated above and enrol their digital certificate with the user id for
participation in the tender.
Bidders are requested t o r e a d following conditions i n conjunction with
various conditions, wherever applicable appearing with this bid invitation for eTendering. The conditions mentioned herein a n d i n p r e - b i d m e e t i n g under
shall supersede and shall prevail over the conditions enumerated elsewhere in
thetender document.
1.0
Procedure to submit On-line Bids / Offers electronically on etendering portal
For this purpose, Vendors / Bidders are advised to read the instructions
available in the homepage of the portal https://iocletenders.gov.in/
where
detailed procedure for submission of bids is available under the section
Bidders Demo Kit. You may contact the following resource persons for any
assistance required in this regard.

Vikrant 9999188919
Ankit
9717983330
Sawan 8130269544
eMail-id: etenderinghelpdesk@indianoil.in / prakashjee_25@yahoo.co.in

Page 12

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

2.0

The bidders should note the following:

2.1
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. (However if bidder intends to revise the
bid already submitted, they may change / revise the same on or before the
last date and time of submission of bid). The system time (IST) that will be
displayed on e-tendering web page shall be the time and no other time shall be
taken into cognizance.

2.2 Bidders are advised in their own interest to ensure that bids are
uploaded in e-tendering system well before the closing date and time of bid.
2.3
No printed or posted Bids / Offers other then EMD instruments shall
be accepted.

3.0

Bidders need to have Digital Signature Certificate

Digital Signature Certificate is a unique digital code which can be


transmitted electronically and primarily identifies a unique sender. The
objective of digital signature is to guarantee that the individual sending the
message is who he or she really claims to be
just like the written signature. The Controller of Certifying Authorities of India
(CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allot
on a regular basis Digital Certificates, Documents which are signed digitally
are legally valid documents as per the Indian IT Act (2000).
In order to bid for IndianOil e-tenders all the vendors are required to obtain a
legally valid Digital Certificate as per Indian IT Act from the licensed
Certifying Authorities (CA) operating under the Root Certifying Authority of
India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital
Certificate is issued by CA in the name of a person authorized for filing Bids /
Offers on behalf of his Company. A Vendor / Bidder can submit their Bids /
Offers On-line only after digitally signing the bid / documents with the above
allotted Digital Signatures.
Bidders have to procure Digital Certificate (Class II/III) on their own from
any of the Certifying Authorities in India.
4.0
Submission of Documents
The tender documents including quoted Price Bid have to be submitted
online only. However, documents which necessarily have to be submitted in
originals like EMD and any other documents mentioned in the tender
documents have to be submitted offline. Indian Oil shall not be responsible in
any way for failure on the part of the bidder to follow the instructions.
5.0
It is advised that the bidder uploads small sized documents
(preferably upto 10 MB) at a time to facilitate easy uploading into etendering site. IndianOil does not take any responsibility in case of failure
Page 13

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

of the bidder to upload the documents within specified time of tender


submission. Indian Oil will not be responsible for any delay under any
circumstances for non-receipt of Tenders/submission of filled in tender
document by due date & time.
6.0
Submission and Opening of Bids
Bid along with all the copies of documents should be submitted in the
electronic form only through IndianOil e-tendering system. Before the bid is
uploaded, the bid comprising of all attached documents should be digitally
signed using digital signatures issued by an approved Certifying Authority
(CA) in accordance with the Indian IT Act 2000. The bidder
should go through the detailed instructions available in the homepage of the
portal for enrolment and online bid submission process. Bidder has to
ensure that their bid is complete in all respect before pressing on the
FREEZE BID button. Any revision or amendment in bid shall be possible
after the FREEZE BID button is pressed only till the due date and time of
submission of tender.
7.0

Last Date for Submission of Bids

Bidders are advised in their own interest to ensure that bids are
uploaded in e- Procurement system well before the closing date and time of
bid. Vendors / Bidders must use any computer having Windows XP versions or
higher operating system and an Internet web browser version internet explorer
V8.0 or higher recommended.
Note: Bidders are requested to go through the Bidders Manual Kit available
in the homepage of the e-tendering portal i.e. https://iocletenders.gov.in to
have a clear understanding of the steps to be followed for bid submission. The
Bidders Manual kit is for general reference only and the
tenderers have to abide by the terms and conditions of this tender.

Page 14

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

UNDERTAKING BY THE TENDERER(S)


NAME OF WORK: Fire fighting system for proposed filling shed extension , New
mounded bullet 2 x 1200 MT and New LPG pump house at Belgaum LPG Bottling
Plant.
Tender No.: KASO/LPG/PT-07/2014-15
We confirm that we have quoted the rates in the tender considering Inter-alia theMinutes
of Pre-bid meeting, BOQ- Price bid sheets, Scope of work ,Special Terms & Conditions ,
the Tender Technical specifications including General Conditions of contract
We
(Name of the Tenderer) hereby certify that we have
fully read and thoroughly understood the tender requirements and accept all terms and
conditions of the tender including all corrigendum/addendum issued, if any. Our offer
is in confirmation to all the terms and conditions of the tender including all
corrigendum/addendum, if any and minutes of the pre- bid meeting. In the event of
award of contract to us, the complete tender document shall be considered for
constitution of Contract Agreement.
SIGNED FOR AND ON BEHALF OF TENDERER(S) Name of Tenderer(s)
Date:

PLACE:

Seal & Signature of


Tenderer

NOTE: This declaration should be signed by the Tenderer's authorized


representative ON COMPANY LETTERHEAD who is signing the Bid and
scanned copy to be uploaded as a part of tender document.

Page 15

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

1.
In consideration of the Indian Oil Corporation Limited (hereinafter
called The Corporation) having agreed to accept from(name of the tenderer) (
hereinaftercalled `the said tenderer) Earnest money in the form of Bank Guarantee,
under the terms and conditions of tender No.
dated
in connection
with
(mention the details of the tender) (hereinafter called the said
tender), for the due observance by the said tenderer of the stipulation to keep the offer
open for acceptance for a period of
days from the date of the opening of
the tender and other stipulations of the tender we, (indicate the name of the
bank) hereinafter referred to as the Bank at the request of
(mention the name of the tenderer) do hereby undertake to pay on demand to the
Indian Oil Corporation Limited an amount not exceeding Rs.
in the event of the said tenderer having incurred forfeiture of earnest
money as
aforesaid or for the breach of any of the terms or conditions or the stipulations of the said
tender and/ or the contract if awarded including but not limited to non performance of
the contract caused due to revision in price/ pricing basis after close of the pricing part of
the tender under an order of the Indian Oil Corporation limited
2.
We
(indicate the name of the bank) do hereby
undertake to pay the amounts due and payable under this guarantee without any demur,
merely on a demand from the Indian Oil Corporation Limited stating that the amount
claimed is due by way of forfeiture of earnest money or any loss or damage caused to or
suffered or would be caused to or suffered by the Indian Oil Corporation Limited by
reason of breach by the said tenderer any of the terms or conditions or stipulations
contained in the said tender or by reason of the tenderers failure to perform the
stipulations of the said tender. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding Rs.
.
3.
We
(indicate the name of the bank) undertake to pay to the
Indian Oil Corporation Limited any money so demanded notwithstanding any dispute or
disputes raised by the tenderer in any suit or proceeding pending before any court or
Tribunal or arbitrator relating thereto our liability under this present being absolute
and unequivocal. The payment so made by the bank under this bond shall be a valid
discharge of our liability for payment there under and the tenderer shall have no claim
against us for making such payment.

Page 16

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

4.
We
(indicate the name of the bank) further agree that the
guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the terms, conditions or stipulation of the said
tender and that it shall continue to be enforceable till all the dues of the Indian Oil
Corporation Limited under or by virtue of the said tender/ contract have been fully paid
and its claims satisfied or discharged or till Indian Oil Corporation Limited certifies
that the terms and conditions of the said tender have been fully and properly carried out
by the said tender and accordingly discharge this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before
we shall be discharged
from all liability under this guarantee thereafter.
5.
We
(indicate the name of the bank) further agree with
the Indian Oil Corporation Limited that the Indian Oil Corporation Limited shall have
the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said tender or to
extend time of performance by the said tenderer from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Indian Oil Corporation
Limited against the said tenderer and to forbear or enforce any of the terms and
conditions relating to the said tender and shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said tenderer or
for any forbearance, act or omission on the part of Indian Oil Corporation Limited or any
indulgence by the Indian Oil Corporation Limited to the said tenderer or by any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provisions have effect of so relieving us.
6.
This guarantee will not be discharged due to the change in the constitution of the
bank or the tenderer.
7.
We,
(indicate the name of the bank) lastly undertake not to
revoke this guarantee during its currency except with the previous consent of the
Indian Oil Corporation Limited in writing.

Dated the
For

day of

2015

(indicate the name of bank & IFSC code)

Place :
Date

Page 17

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

PAYMENT TO VENDORS THROUGH ELECTRONIC MODE


Payment system to Vendors through Electronic Modes such as EFT, RTGS etc has been introduced by the
Corporation. For availing this facility, a consent letter from the Vendor as also the Bank Account details
of the Vendor is required.
Tenderers are requested to submit their Consent Letter on LETTER HEAD as per the format given
below along with the enclosures as required:To ,

Dated

M/s Indian Oil Corporation Ltd.


Address
Dear Sir ,
With reference to your advise, we hereby agree to accept the payment of our bills through
RTGS/NEFT/Electronic Mode .The desired bank account details are given below :
1.

Vendor Code allotted by IOCL in SAP

2.
3.

Name of Beneficiary (i.e IOCL Vendor )


Name of the Beneficiarys Bank

4.
5.
6.

Address of the Beneficiarys Bank Branch


Contact details of Branch with STD Code
Beneficiarys Bank Account No. ( as per cheque copy

)Beneficiarys Account Type (SB/CC/CA)


7.
8.
Beneficiarys Bank IFSC Code ( 11 Digit)
9.
Mobile No of Beneficiary (One Number only)
10. E-Mail Id of Beneficiary (One Mail Id only)
A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the
accuracy of the bank account details.
I hereby declare that the particulars given above are correct and complete . I agree to receive transactional
SMS / E-Mail Alerts from IOCL with regard to my bill payments.
( Signature of Account Holder )
Seal of the Vendor
Encl : Cancelled Cheque
We hereby confirm that the above bank account details of beneficiary are correct in all respects and the
account of Beneficiary (IOCL vendor) is maintained at our bank branch .( Name of Bank & Branch )
Authorized Signatory
**** Verification required only in case vendors name is not printed/appearing on the cancelled cheque
leaf being submitted to IOCL office
Page 18

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

SPECIAL TERMS AND CONDITIONS OF CONTRACT


1.0

EARNES MONEY DEPOSIT:

1.1
Tenderers are requested to submit earnest money deposit as per NIT in the form
of demand draft / Bank Guarantee in favour of INDIAN OIL CORPORATION LIMITED
payable at BANGALORE. The sealed cover containing EMD must be dropped in the tender box
kept at 3r d floor, LPG Department at KASO on or before due date & time of tender submission.
1.2

EXEMPTION FROM SUBMISSION OF EMD:

a. Parties as per MSME act, 2006 (erstwhile NSIC registered parties), PSUs (Central &
State) and JVs of IOCL. In such cases, the certificate to be submitted by the MSME parties
shall be valid on the date of tender opening and must cover the items tendered. The MSME
certificate also must indicate the ERN allotted by the authorities who have issued the MSME
certificates.
1.3
Tenders received without EMD shall be rejected outright. Public sector
undertakings
(Central/ State) are exempted from making EMD payment.
1.4
The EMD of unsuccessful tenderers shall be returned after finalization of tender and
after submission of original cash receipts by the tenderers.
1.5

EMD will not carry any interest.

1.6

Tenderers may note that that the EMD shall be forfeited in case of following situations

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


tenderers. Backing out after placement of work order.
1.7
The EMD of unsuccessful tenderers shall be returned upon finalization of tender
and on acceptance of the tender by successful tenderer.
2.0

COMPLETION TIME:

2.1
Entire work should be completed in a duration of 04(Four) Months from the date of
handing over the site which will be taken as the 10th day from the date of issue of
Acceptance of tender or the actual date of handing over the site whichever is later . failing which
price adjustment for delay in completion shall be made as per clause
4.4.0.0, section 4 of GCC. This will be in addition to and without prejudice to the other rights
available to the Corporation under the said GCC. Site will be handed over as on when work front
is available.
3.0
These special terms and conditions shall be read in conjunction with the technical
specifications, drawings, instructions to tenderers, GCC and any other document forming a part
of the tender, wherever the tender so requires.
4.0
VALIDITY OF TENDER: The tender will be valid for a period of 06(SIX) months
from the date of opening the tender which will be taken as the date of opening of technocommercial bid in case of two bid system of tenders.
5.0

SECURITY DEPOSIT:
Page 19

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

5.1
As per the clause 2.1.1.0, Section- 2 of the GCC, the successful tenderer shall pay security
deposit up on placement of work order equivalent to 10% of the work order value in any of the
following modes.
A. DD:Initial security deposit: The successful tenderer within 10 days of receipt of acceptance
of tender issued by owner shall deposit initial security deposit in an amount equal to 2.5%
(Two and a half percent) of the total work order value in any of the following modes.
a. Demand draft drawn on a nationalized/ scheduled bank drawn in favour of Indian Oil
Corporation Limited payable at Bangalore.
b. If the EMD has been made in DD, the contractor may be permitted to adjust the same
towards the initial security deposit and pay balance in the manner stipulated in (a) above.
Balance security deposit will be recovered at the rate of 10% of gross certified value of work
from incoming running bills till such time entire security deposit is recovered.

B. BANK GUARANTEE (Only if the quantum of security deposit is in excess of


Rs. 1,00,000/-):

be
to
their

Entire amount of security deposit (worked out on the basis of work order value) should
covered by BG as per the format issued by the Corporation and should be submitted prior
commencement of work. The BG will be valid for a period of 3 months beyond the date of
satisfactory completion of work. This BG shall be submitted directly by the bankers under
covering letter to the office of the Corporation in a sealed cover

5.2
The tenderer should clearly indicate in his offer one of the modes of payment towards
the security deposit. The option once made can in no circumstances be changed.
5.3
The security deposit collected as per the terms shall be released after a period of 12
months from the date of completion of works subject to the relevant clauses of the GCC. The SD
shall not carry any interest.
6.0
The tenderers must note that the rates and amount indicated in the schedule of works
shall be applicable for all leads and lifts and reach involved. The Corporation also reserves the
right to operate or not operate or partly operate any item mentioned in the schedule. The rates
quoted for all items below the ground level shall be inclusive of adequate shoring,
shuttering, bailing out sub soil water (if found necessary) etc complete. The successful
tenderer shall be responsible for implementation of all precautionary measures for ensuring
safety for all materials and labor till such time the work is completed in all respects and
handed over to the Corporation.
7.0 The Corporation reserves the right to accept any tender in whole or in part and reject any or
all tenders without assigning any reasons. The Corporation reserves the right to accept more
tenders in part. The Corporation also reserves the right to accord purchase/ price preferences to
the public enterprises and Joint ventures of the Corporation as per the prevailing policy.
Decision of the Corporation in this regard will be final.

Page 20

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

8.0
Any additional work that may become necessary during course of execution of works
as authorized by our site in charge shall be immediately got approved prior to taking up the
work duly forwarding the details, nature of works etc as per relevant clause of the GCC.
9.0
In case the contractor fails to adhere to the time limit specified above or if the rate of
progress is considered not satisfactory, the Corporation will be at liberty to terminate the contract
and get the same executed by any other agency entirely at the cost and risk of the original
contractor and in line with provisions available under the GCC
.
10.0
Nature And Scope Of Work :
10.1
The scope of work comprises of , preparation of piping drawings, fabrication drawings
and obtaining approval before execution Supply, fabrication, erection, testing & commissioning of
fire protection system including fire hydrant & rezoning of MV spray system & associated civil
works for LPG bottling plant (Belgaum).
Tenderers are advised to inspect the site and ascertain the site conditions including leads/
lifts involved/ approach to vehicles etc prior to quoting the amount.
The work descriptions and specifications are as per enclosed documents.
11.0

Location of site:
Kanagala LPG Bottling Plant , Belgaum located approx 70kms from Belgaum .

12.0

Water Supply:

12.1
The contractor shall arrange water/procure water required for the work at his own cost for
all
leads and lifts. IOCL shall not be responsible for supplying water and Contractor
shall ensure timely and adequate supply of water to meet the schedule.
12.2
Curing has to be done properly including Sundays. If not done upto satisfactory of Site
Engineer . Penality of Rs.5000/- will be deducted per case in the running bills or final bill. Site
Engineer has Authority to take action against the contractor for the same.
13.0

Power Supply:

13.1
The contractor shall make his own arrangement for power required for the work at
his cost. DG set of suitable capacity may be installed and operated by the contractor at his cost.
IOCL shall not be responsible for power supply and contractor shall ensure proper supply of
electricity to meet the schedule.
14.0

Contractors Scope Of Supply:

14.1
All materials including pipelines, fittings, cement, reinforcement, structural steel,
consumables, testing appliances, tools and tackles necessary for completing the work shall
be procured & supplied by the Contractor at his own cost unless otherwise specified in the
schedule. No claim/ delay on this account will be entertained by the Corporation.
15.0
IOCL reserves the right in selection of best make of materials to be procured by
the contractors & contractor shall procure the same only up on the approval by site in charge.

Page 21

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

The Third Party Inspection Agency (TPIA) shall be appointed by the Contractor for
certifying supplied materials at site , Hydro test reports, drawings (including civil &
mechanical), Radiography reports, cross check the fire water calculation as per the drawing
after completion of work , As built drawing after completion of work . The tenderer should
consider the cost towards the TPIA while quoting their offer.
The work is to be carried out in the working LPG Plant. Tenderers are advised to inspect the site
and ascertain the site conditions including safety regulations, leads/ lifts involved prior to quoting
the amount.
The work descriptions and specifications are as per enclosed documents.

16.0

Firm price :

16.1 The rates quoted shall be inclusive of all costs, allowances, duties and
taxes/levies including VAT, Works contract tax, Service tax, Octroi, Freight, etc prevailing on
the date of opening of bids. No extra payment will be made under the contract/ individual
work order on account of any of the above.
16.2
Introduction of new taxes by Government/ statutory bodies or revision in slabs of
existing taxes shall not be reimbursed.
16.3
Under no circumstances, shall the Owner be held responsible for compensation or
loss to the Contractor due to any increase in the cost of labour or materials etc.
16.4
Once the offer is accepted and agreement executed, the rates shall be valid till the
completion of works in all respects and no escalation whatsoever will be entertained on any
grounds. Similarly no variation or reimbursement shall be entertained due to revisions in
statutory tax or levies imposed by the Governments of State or Centre.
17.0

Forms C and D will not be issued by IOCL.

18.0

Labour Agreement:

18.1
The Contractors who are working in the establishments through Contract Labour
shall be fully responsible for observance of all rules and regulations as per the Contract
Labour (Regulation and Abolition) Act 1971 and obtain a licence from the Assistant Labour
Commissioner concerned and produce the same to IOCL. In this connection, tenderers shall
abide by all the conditions of Appendix I and Appendix II enclosed with the GCC. The
Principal Employer certificate shall be given on written request from contractor by IOCL.

19.0

General:

19.1
Notwithstanding the sub divisions of the tender document into several sections
and volumes, every part of each shall be deemed to be supplementary of every other part and
shall be read with and into the contract so far as it may be practicable to do so.

Page 22

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

20.0

Measurements For Works/Record Measurements/ Bills:

20.1
All the payment for quantities certified in the running account/ final bill shall be as
per the details recorded in the standard measurement book of the Corporation and jointly
signed by the Contractor/ site engineer of IOC.
20.2
Method of measurement shall be strictly in accordance with the technical specification for
this work.
20.3
The payment shall be as per the details entered in the standard Measurement
Certificate bills of the Corporation.
21

Temporary Works

.
All temporary works, enabling works, including dewatering of surface and subsoil
water, preparation and maintenance of temporary drains at the work site, preparation and
maintenance of
approaches to working areas, adequate lighting, wherever required, for
execution of the
work, shall be
the responsibility of the Contractor and all costs
towards the same shall be deemed to have been included in the quoted prices.
22
. The Owner/Consultant or their representative shall reserve the right to
inspect/witness,
review
any
or all stages of work at shop/site as deemed
necessary for quality
assurance and / or timely
completion of the work.
23
In case Contractor fails to follow the instructions of Engineer-in- Charge with respect
to above
clauses, next payment due to him shall not be released unless and until he
complies with the instructions to the full satisfaction of Engineer-in-Charge

24

Site Cleaning

24.01 The Contractor shall clean and keep clean the work site from time to time to the
satisfaction of
the
Engineer-in-Charge for easy access to work site and to ensure safe
passage, movement and
working.
24.02 The Contractor shall dispose off the unserviceable materials, debris etc., to the
earmarked area
within
the premises or any other location outside the premises
as per the Contract and/or
as decided by the Engineer-in-Charge. No extra payment
shall be paid on this account.
25.0 Protection of Existing Facilities
Contractor shall obtain all clearance (work permit) from the Owner, as may be required from time
to time, prior to start of work. Work without permit shall not be carried out within the
existing premises.
Contractor shall obtain plans and full details of all existing and planned
facilities/services/utilities from the Owner and shall follow these plans closely at all times during
the performance of work. Contractor shall be responsible for location and protection of all
facilities/utilities and structures at his own cost.
Despite all precautions, should any damage to any structure / utility etc. occur, the
Contractor shall contact the Owner / authority concerned and Contractor shall forthwith carry
Page 23

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

out repair at his expenses under the direction and to the satisfaction of Engineer-inCharge and the Owner/concerned authority.
Contractor shall take all precautions to ensure that no damage is caused to the existing facilities
etc., during construction. Existing structures/ facilities/ utilities damaged / disturbed during
construction shall be repaired and restored to their original condition by Contractor after
completion of construction to the complete satisfaction of Owner.
Cubicle for the hot work should be strictly as per the drawing given and this will not be
paid extra. It is the responsibility of the contractor to arrange a safe work area as per the
site In charge instructions.

26.0

Work Front

The work involved under this Contract may include such works as have to be taken up and
completed after other agencies have completed their jobs. The Contractor will be required and
bound to take up as and when the fronts are available for the same and no claim of any sort
whatsoever shall be admissible to the Contractor on this account. Only extension of time limit
shall be admissible, if the availabilities of work fronts to the Contractor are delayed due to any
reason not attributable to the Contractor and the same is clearly recorded.
27.0 Site Facilities
27.1 The Contractor shall arrange for the following facilities at site,
deployed/engaged by him / his sub- contractor, at his own cost:
i)

*Arrangement for First Aid.

ii)

*Arrangement for clean & potable drinking water.

for workmen

iii) *A
creche where 10 or more women workers having
children below the age of 6 years.

are

iv) *Any other facility/utility as may be required under

the

Contract as per the existing legislation/regulations.

27.2 Contractor's Site Office and Stores


Owner shall provide land only for contractor's site office and stores and fabrication yard,
if any at site. However, same shall be dismantled prior to submission of Final Bill.
The Contractor shall remove all temporary buildings / facilities etc., before leaving the
site after completion of works in all respect.
28. CEMENT :
Cement required for execution of the job under the scope of this tender shall be supplied by the
contractor at his own cost. Cement used shall be 43 Grade Ordinary Portland Cement (OPC). In
case 43 grade OPC is not available, Portland Slag Cement or Portland Pozzolanic Cement
may be permitted by IOCL after review of the same. Contractor to include the cost of cement
required for execution of various items included in this tender in their quoted rates. Cement
Page 24

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

shall be of Grade as specified in the SOQ and shall conform to relevant BIS standards of latest
edition. Contractor to produce Invoice Copy of every batch of cement procured at site to
EIC. Test Certificate shall be submitted to EIC for verification. No claims for extension of
completion period for stoppage of work on account of non-availability of cement / delays is
testing procedures will be entertained/accepted.
For all computation purposes, the theoretical cement consumption shall be considered as per
CPWD standards. Cement cost shall be recovered for under-consumption at the penal rate of
Rs.7000/- per MT. Empty cement bag shall be the property of the contractor. Theoretical weight
of cement in a bag will be considered as 50 Kgs. Contractor shall maintain necessary weighing
scale at site for the purpose of random checking of the weight of cement bags by representative of
IOCL.
The contractor will be required to maintain a stock register for receipt, issuance and daily
consumption of cement at site. Cement shall be regulated on the basis of 1st receipt to go as
1st issue. Cement not consumed within 3 months after bringing to site shall not be used and
shall be removed from site with prior written permission of EIC.
All RA bills including the final bills will be accompanied by Cement Consumption
Statements giving the detailed working of cement used.
Contractor shall construct suitable temporary godown at site for storage of cement under his lock
and key. The contractor will be fully responsible for safe custody of cement.

29.0 STEEL :
Entire quantity of reinforcement steel required for the project shall be supplied and
provided at site by the contractor at his own cost. IOCL shall not supply any
reinforcement steel. The contractor shall make necessary arrangement at his own cost for
unloading, storage of steel in the open duly fenced under locking arrangement. The Contractor
shall produce invoice for the reinforcement steel to EIC for every batch of procurement along
with Manufacturer's Test Certificate.
No claim towards additional wastage due to lap length / full length bars or other
consideration including rolling margin will be entertained. No payment will be made or
measurement recorded for binding wires which shall be of specified gauge and shall be
provided by the contractor.
All binding wires required for tying the reinforcement in position etc. will be supplied by the
contractor.
It will be necessary that the contractor get the steel tested at his own cost at a IOCL approved
laboratory as per the testing schedule or as per the EIC's advise, for properties specified in
IS -1786 latest edition before using it in the work.
The contractor will be required to maintain a register for recording details of steel receipt, steel
utilised and balance at site.
Final bill will be accompanied by steel consumption statement.
In every case, it shall be the contractor's responsibility to ensure the standard of quality and the
correctness of quantity of steel procured at site by him. The permissible wastage (wastage
defined as bars having less than 3 mt. Length) shall be of 3% of theoretical consumption for the
Page 25

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

purpose of reconciliation. Recovery for less consumption as per theoretical consumption will be
effected at Rs.6O,OOO/- per MT. All scrap (scrap defined as pieces of steel bars measuring less
than 3 mt. in length) shall be the property of the contractor. The wastage quantity shall not
be considered to be included within the theoretical quantity and no extra shall be
payable on account of wastage.

31.0 Coordination with other agencies


31.0.1 Contractor shall be responsible for proper coordination with other agencies operating at
the site of work so that work may be carried out concurrently, without any hindrance to others.
The Engineer - in - Charge shall resolve disputes, if any, in this regard, and his decision shall
be final and binding on the Contractor.

32.0

Price Adjustment for Delay In Completion:

32.1
The contractual price payable shall be subject to adjustment by way of discount if
the units are mechanically completed or the contract works are finally completed subsequent to
the date of mechanical completion/ final completion specified and as per provisions indicated
in clause 4.4.0.0, Performance of work, Section 4 of GCC.
33.0

Special Clause:

33.1
The contractor is required to take necessary care to protect to the existing nearby
structure while carrying out his scope of work. Any damage caused to other property shall be
rectified at his own cost.
34.0

Income Tax, Sales Tax , Works Contract Tax & Service tax:

34.1
The contractor shall take note that rates quoted shall be inclusive of all taxes, statutory
levies, Royalty, Income tax, sales tax, works contract taxes, service tax, transportation etc.
IOCL shall not entertain any request for payment of any taxes/levies separately.
35.0

Testing Of Materials/ Works:

35.1 Acceptance of material shall be subject to inspection at Vendors works and at IOCL
site, approval and release by a Third Party Inspection Agency.
35.2 The successful tenderer shall appoint a Third Party Inspection Agency (considering any one
of the reputed agency viz. M/s Certification Engineers International Ltd., M/s PDIL, M/s
Bureau Veritas Industrial Services (I) Pvt. Ltd., M/s IRS Inspection Services, M/s
Lloyds Register Industrial Services (I) Pvt. Ltd., M/s DET Norske Veritas and M/s SGS
India Pvt. Ltd. Tenderer should advise IOCL the name of Third Party Agency on receipt of Work
Order.
35.3 All required facilities to facilitate inspection of equipment/system will have to be made
available by the successful tenderer including co-ordination with the inspecting agency. The above
inspection will be without prejudice to guarantee / warranty. The inspection agency shall submit
the original inspection report directly to IOCL and a copy to the contractor.
The Contractor shall carry out the various tests as enumerated in the technical specifications of
this tender document and the technical documents that will be furnished to him during the
Page 26

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

performance of the work and no separate payment shall be made unless otherwise specified in
schedule of rates.
35.4 All the tests either on the field or at outside laboratories concerning the execution of
the work and supply of materials by the Contractor shall be carried out by Contractor at his
own cost.
35.5 The work is subject to inspection at all times by the Site Engineer/ Engineer-inCharge/ representatives nominated by IOCL. The Contractor shall carry out all instructions
given during inspection and shall ensure that the work is being carried out according to the
technical documents and the relevant codes of practice furnished to him during the
performance of the work.
35.6 Any work not conforming to the execution drawings, specifications or codes shall be
rejected forthwith and the contractor shall carry out the rectifications at his own cost.
35.7
form

All results of inspection & tests will be recorded in the inspection reports, proforma
which will be approved by the Site Engineer/ Engineer-in-Charge. These reports shall
part of the completion documents.

35.8 Inspection & acceptance of works shall not absolve the Contractor from any of his
responsibilities under this Contract.

36.0

Authorized Representative & Engineer for site activities:

36.1
The successful tenderer within 10 days of receipt of acceptance of tender, name
an engineer responsible for the job at site on behalf of the contractor as per clause 4.0.3.0
and 4.0.3.1, Performance of work, section 4, of GCC. bidder should give in writing to the
Corporation, the name of his authorized and qualified engineer who will supervise the work
and shall remain at the site during execution of the job.
36.2
The successful tenderer shall position an Engineer responsible for the work.
Deployment of Manpower by the successful tenderer including recovery for non
deployment for the subject work is listed below :
Manpower to be deployed

Recovery per month for non


Deployment of engineer
Rs. 50,000/-

a. Project Manager - 1 Engineer with 8 years of


experience.
b. QC/ QA/ Planning Engineer 1 Engineer with 4 years of Rs. 35,000/- Rs.25,000/experience.
c. Safety Engineer 1 Engineer with 2 years experience.

NOTE : In case the Engineer concerned posted for the above is holding Diploma
qualification instead of Engineering graduation, the requirement of site experience would
go up by minimum 2 years.
Page 27

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

37.0

MISCELLANEOUS REQUIREMENTS:

37.1
It shall be contractors responsibility to obtain approval for any revision
and/or modifications decided by the contractor from the Owner/Engineer-in-Charge before
implementation. Also such revisions and/or modification if accepted / approved by the
Owner/Engineer-in-Charge shall be carried out at no extra cost to the owner.
37.2
Any changes required during and/or after approval for detailed construction
drawings due
to functional requirements or for efficient running of system keeping
the basic parameters unchanged and which has not been indicated by the Contractor in the
data / drawings furnished along with the offer, will be carried out by the contractor at no
extra cost to the owner.
37.3
All expenses towards mobilization & demobilization including bringing in
equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no
separate payments on account of such expenses shall be entertained.
37.4
It shall be entirely Contractors responsibility to provide, operate & maintain
necessary construction equipments, scaffoldings and safety gadgets, cranes and other lifting
tackles, tools and appliances to perform the work in a workman like and efficient
manner & complete all jobs as per time schedules.
37.5
Preparing approaches and working area for movement and operation of the cranes,
leveling the areas for assembly and erection shall also be the responsibility of the
Contractor. The Contractor shall acquaint himself with access availability, facilities such
as railway siding, local labour etc. to provide suitable allowances in his
quotation. The Contractor, at his own cost, may have to build temporary access roads to aid
his own work which shall also be taken care while quoting for the work.
37.6
The procurement and supply in sequence and at the appropriate time of all
materials & consumables shall be entirely the Contractors responsibility. Rates for
execution of work will be inclusive of supply of all these items.
38.0 SAFETY PRECAUTIONS/ HOT WORK & WORK PERMITS:
38.1
Contractor shall have to take all safety precaution for carrying out hot work
in the premises after obtaining hot work permit from location in charge at his own cost
as directed by the Engineer-In-Charge. Necessary safety equipment such as safety
belts, helmets and other equipments are to be positioned by the contractor and use as
per requirement.
38.2
Safety distance as per CCE Rules and Oil Industry Safety Directorate shall be
maintained strictly.
38.3
Any casualty or damage caused to property or person by any untoward
incidents while
executing this contract will be at the contractors risk and cost.

Page 28

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

38.4
The contractor shall also abide by hot work permits to be taken on day to day
basis from the location as per policy of the Corporation.
38.5
The successful tenderer shall be responsible for observance of all conditions
as per
Appendix III furnished along with GCC with regard to safety.
39.0

SAFETY:

Since works have to be carried out in Gas storage and distribution establishment, the
contractor should ensure that day to day operations, safety and security of the location are
not affected in any way on account of the works being carried out. In case of any
damage to our properties due to the negligence on the part of the contractor or their
workmen, the contractor will be held responsible and liquidated damages as assessed by
the corporation would be recover from them.
Traffic Jacket should be provided at contractors cost for all the workers.
When hot works are involved, the following safety precautions have to be strictly observed
before commencement of works.
All hot works operations should be carried out under the supervision of
our representative and also under the supervision of responsible representative of the
contractor.
All hot work operations should be undertaken only after issue of hot work permits
by the location in charge on day to day basis.
It should be ensured that the tanks, pipes, containers where the hot work is
required are gas freed and properly checked to this effect with explosive meters.
It should be ensured that the surrounding area is free from oil, rags, oil spillage
and other sources of ignition and the area is cleaned/ sprinkled with sand or dry earth. It
should also be ensured that metallic trays filled with DCP powder are kept for
collecting the welding arc/ hot metal cutting.
Hot work should commence only after positioning the portable fire extinguishers and
sand/ dry powder in readiness at site and hydrant system made available at the
nearest point.
Match boxes, lighters etc used for hot work should be kept in the custody of
the supervisor only.
If hot work has to be carried out in a place close to storage tanks or any other
facility under operation, it is necessary to provide screen wall made of AC sheets to
segregate the area to prevent sparks traveling to the hazardous area.
It should be ensured that no workmen carries match boxes or any other source
of
ignition with them while entering the premises or inside the premises. After the
hot work
operation of the day, the following precaution should be taken .

Page 29

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

Welding sets should be switched off and power mains disconnected. If


the connection is taken from a temporary switch board the fuse carriers should be
removed and handed over to the supervisor.
o
Gas cylinder and the cutting sets should be properly closed and the
equipment removed to a safe place.
o
The site of work should be examined to ensure that it is free from hot splatters
and any other source of ignition.
o All the work men of the contractors should be moved out of the premises.
40.0
SECRECY AGREEMENT:
40.1
CONTRACTOR shall as a part of his obligation sign an agreement for secrecy of the
drawings
/ documents with IOC. CONTRACTOR, hereby, expressly undertake to keep all the
drawings/documents as well as other Technical information given in the
CONTRACT- DOCUMENT secret and shall not divulge or leak or otherwise cause to
be known to the competitors or others having any interest in such process in anyway
the contents in any form, shape or method.
41.0
In case any land is made available to the Contractor within the provisions of
tender, the owner shall be entitled (without prejudice to any other mode of recovery), the
contractor shall pay a license fee @ Rs.20/- (Rupees Twenty Only) per 100 (One Hundred)
Sq. mtrs or part thereof, to be recovered from the running/ final bills of the contractor or
any other payments due to the contractor from time to time as per clause 3.6.4.0 of GCC.
42.0
Following clauses forming part of the GCC issued along with the tender are
deleted :
a. Clause 2.6.1.0 and 2.6.2.0 General, section 2 of GCC.
b. Clause 4.5.1.1 The clause shall partly be modified. Duration of 30 days shall be read
as 20 days.
c. Clause no. 3.0 Instruction to tenderers of GCC.
d. Clause No.9 arbitration and alternate dispute resolution machinery.
43.0

PENALTY CLAUSE IN CASE OF BREACH OF SAFETY:

44.1
The penalty for breach of safety during execution of works shall be
levied by the
Corporation as below :
a. Violation of applicable safety, health and environment related norm, a penalty of Rs.
5000/- per occasion.
b. Violation as above resulting in
Any physical injury, a penalty of 0.5% of the contract value (max. of Rs. 2 lacs)
per injury in addition to Rs. 5000/- as mentioned above.
Fatal accident, a penalty of 1% of the contract value (max. of Rs. 10 lacs) per
fatality in addition to Rs. 5000/- as mentioned above.
45.0
The tenderers are advised to submit their offer strictly as per the terms and
conditions and specifications contained in the tender document and not put forth
Page 30

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

conditions/ counteconditions. Conditional tenders received shall render the offer liable for
rejection.
46.0
In case sub contractors are engaged by the successful tenderer with prior
permission from IOCL on award of works, it will be mandatory on part of the main
contractor to furnish a NO DUE UNDERTAKING from the sub contractor (on their letter
heads) to IOCL before final payments are cleared by the Corporation.

48.0
In case identical rates are received (percentage rates quoted working out to
identical amount towards the tender) then the tender shall be awarded to the bidder having
higher annual average annual turnover for the 3 financial years worked out to 3 decimal
places.
49.0 The tenderers must note that the rates to be quoted in percentage over the estimated
amount indicated in price bid documents must be limited to a maximum of 2 decimal
places. In case, the tenderer submits the rates for more than 2 decimal places then, the
amount quoted towards the tender shall be computed to the first 2 decimal places without
rounding off.
50.0
IOCL shall make available suitable space at the depot to the successful tenderer for
setting up site office and area for undertaking fabrication of piping. It shall be the
responsibility of the successful tenderer to suitably develop the area required for putting up
his site office as well as clear the area required for undertaking works. Further, it must be
noted that IOCL shall not charge any rental for according above space in the depot.
51.0
Tender Negotiations: Tenderers may note that negotiations will not be conducted
with the bidders as a matter of routine. However, Corporation reserves the right to
conduct such negotiations.
52.0
At all places in the GCC enclosed with the tender document, OWNER shall mean
INDIAN OIL CORPORATION LIMITED, MARKETING DIVISION, KARNATAKA
STATE OFFICE, with its office at NO. 29, P. KALINGA RAO ROAD (MISSION
ROAD), BANGALORE 560 021. The court of jurisdiction for all matters under the
tender shall be at BANGALORE
.
53.0
Tenderers must note that it will be mandatory on part of the successful contractor
to set up a QC Lab at site prior to commencement of works at no extra financial
implication to IOC and having following minimum equipment .
54.0

Arbitration Clause : deleted.

55.0 FINAL DOCUMENTS


Final drawings/documents consisting of as-built certified drawing and registers and
test records duly certified by IOCL should be submitted in three sets along with soft copy of
the drawing.

Page 31

Indian Oil Corporation Ltd.(Marketing Division)

Tender : KASO/LPG/PT-07/2014-15

56.0 TENDER QUANTITIES

Tender quantities appearing in the schedule of rates are only indicative quantities. Exact
quantities of each item shall be ascertained by the Contractor. Only such ascertained
quantities shall be procured. The contractor shall obtain necessary approvals before any
quantity is brought to site. For getting approval, he shall submit break-up of quantities to
Owner.
The contractor should submit the expected final quantities against the P.O. within one
month from the date of commencement of job.
57.0 PAYMENT TERMS
a. Payment shall be released to the successful contractor against completion of
individual items as mentioned below.
For Mechanical Works &cables:
a. 70% payment shall be released on receipt of item(s) in good conditions,
Manufacturer Test certificate,Mode of transportation receipt at site, TPI
certificate (in original+ one copy to KASO+ one copy to site and receipt of
MRN (materials receipt note) from IOCs site engineer
.
b. 20% payment shall be released on erection of item(s)
c. 10% payment shall be released on commissioning of fire fighting facilities of
all works with certificate along with final bill
For Civil works:a) 90% on completion of each work/as certified by Site engineer in MB and also soft
copy of the measurement in Excel for RA &Final bills.
b) 10% on each item shall be released after commissioning of entire fire fighting
system.
All RA should accompany hindrance register copy, material register copy,
Bar chart progress vs planned, measurement in soft copy and photographs
The Stoppage of work due to any reasons mentioned above shall not entitle the Contractor for
any claim of compensation whatsoever for idling of his labor / machinery, etc., during such
interruptions.

Page 32

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

Description of work

A
1

MECHANICAL WORKS
Preparation of design and working &isometric drawing for hydrant line, sprinkler line/airline, Deluge valve ,Deludge room,
K factor for sprinkler with respect to existing facilities for 2 X 1200 MT Mounded bullets,new pump house with manifold ,
new loading and unloading and for new cylinder storage shed calculation for the medium velocity water spray system and
hydrant header sizing approved by competent agency (appointed by the vendor in consultation with IOCL) as per OISD
150/144 Latest , considering the overall existing plant hydrant layout and inclusion of re circulation line as per IOCL
guildelines , to be submitted. Cross check existing filling shed and preparation of revised zone calculation .Final design
calcualtions for entire filling shed (exisitng and proposed) also to be calculated and submitted.( 1 hard copy to plant +1
hard copy to KASO + 1 soft copy of the drawing +calcualtions).

2.a

Unit

EA

Unit rate

250000

Supply, fabrication, erection, testing and commissioning of M.S. Black ERW Heavy grade piping as per IS:1239 for
pipeline below 150mm/ IS:3589. This includes supply of pipes complete with necessary specials such as tees, bends,
flanges, reducers, etc. Rate quoted shall include for unloading at site, storage, transportation of pipe to work site,
prefabrication, handling, cutting, edge preparation, tack welding & final welding, installation, alignment final welding & field
tightening and painting of pipe with a coat of primer and two coats of synthetic enamel paint of approved colour / make for
above ground piping as per the IS standards and rate including supply and installation of pipe supports, pedestal,
fasteners etc.,

AMOUNT
Rs.
P

250000.00

0.00

Underground piping with necessary flanges & fittings such as elbows,tees, alongwith pipe coating and wrapping of
underground pipes with `PYPKOTE' 4mm thick conforming to IS : 10221 and holiday testing . Excavating trenches of
required width for pipes including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5m
including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20cm in depth
including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as
directed, within a lead of 50m.(underground lines to be laid minimum 1.2 meter below the ground level) , other pipe size
if used will be converted to the nearst pipe size in DIA basis. only TATA /JINDAL. PYPKOTE will be paid seperately

0.00

300 mm dia
2a1

2a2
2a3
2a4

200 mm dia
250 mm dia
supply and fixing of Wrapping coat 4 mm thick

Page 1 of 7

20

5098.95

101979.00

30

3132.34

93970.30

40

3930.37

157214.72

95

Sqm

331.18

31462.04

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

2.b

2b1
2b2
2b3
2b4
3
3.1
3.2
3.3
4

5.A
5A4
5A5
5A6

Description of work

Unit

Unit rate

AMOUNT
Rs.
P

Above ground piping with necessary flanges & fittings such as elbows, tees and Painting, supports and Orifice plates if
any necessary for the hydrant system complete as per the requirement. (above ground line to be laid minimum 300mm
above the ground level) only TATA /JINDAL the pipe size if used will be converted to the nearst pipe size in DIA basis
300mm dia
200 mm dia
250 mm dia
100 mm dia
Hooking up of New line with the existing pipeline system- MS Class C confirming to IS 1239 part 1 and IS 3589 . Rates
inclusive of flushing , cleaning, cutting ,grinding and welding & all consumables.
300 mm NB to 300 mm NB
300 mm NB to 200 mm NB
250 mm NB to 250 mm NB
Dismantling of pipes ,fittings,valves measured in inchmeter (pipe size in inch x length of pipeline) .Rates inclusive of all
consumables and stacking at the location store /as per Engineer Incharge instrcutions safely.
Supply, fabrication, erection, testing and commissioning of M.S. Black ERW Heavy grade piping as per IS : 1239 for
pipeline below 150mm / IS:3589. This includes supply of pipes complete with necessary specials such as tees, bends,
flanges, reducers, etc. Rate quoted shall include for unloading at site, storage, transportation of pipe to work site,
prefabrication, handling, cutting, edge preparation, tack welding & final welding, installation, alignment final welding & field
tightening and painting of pipe with a coat of primer and two coats of synthetic enamel paint of approved colour / make for
above ground piping as per the IS standards and rate including supply and installation of pipe supports, pedestal,
fasteners etc., only TATA /JINDAL
Above ground piping with necessary flanges & fittings such as elbows, tees and Painting, supports and Orifice plates if any
necessary for the spray system complete as per the requirement. Supply and installation of (25x15MM) QB detectors
couplings, hydro-testing / pneumatic testing, flushing and system leak test, stabilisation and zone synchonisation, painting,
line numbering, tag numbering of Detectors.
MS PIPE 50 NB
MS PIPE 25 NB -(normal piping/tapping like above)
25 mm dia (Should be socket welded for detection lines) - for QB line
Supply, fabrication, erection, testing and commissioning of G.I. ERW threaded piping Heavy grade as per IS : 1239 /
IS:3589 . This includes supply of pipes complete with necessary specials such as tees, bends, flanges, reducers, etc. Rate
quoted shall include for unloading at site, storage, transportation of pipe to work site, prefabrication, handling, cutting, edge
preparation and painting of pipe with a coat of primer and two coats of synthetic enamel paint of approved colour / make
for above ground piping as per the IS standards including supply and installation of pipe supports, fasteners etc.,

Page 2 of 7

150

4947.50

742124.39

450

2987.77

1344498.09

250

3749.17

937293.47

50

1686.65

84332.32

3
1
2

Nos
Nos
Nos

5957.19
2655.49
1807.35

17871.57
2655.49
3614.70

5000

inm

10.10

50484.65

150
200
2207

m
M
m

791.60
302.91
431.78

118739.90
60581.58
952941.69

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

6A

6A1
6A2
6A3
6A4
6A5
6A6
7
7.1
8
9
9.1
9.2
9.3

10

10.1
10.2
11

Description of work

Unit

Above ground piping with necessary flanges & fittings such as elbows, tees and Painting, supports and Orifice plates if any
necessary for the hydrant system complete as per the requirement. Supply and installation of (25x15MM) spray nozzle
bush, QB detectors couplings, hydro-testing / pneumatic testing, flushing and system leak test, stabilisation and zone
synchonisation, painting, line numbering, tag numbering of spray nozzles. Pipe fitings should be followed as per Technical
Spec.
GI PIPE 150 mm dia
GI PIPE 100 mm dia
GI PIPE 80 mm dia
GI PIPE 50 mm dia
GI PIPE 40 mm dia
GI PIPE 25 mm dia
Supply, erection, testing and commissioning of 1/2 BSPT Medium Velocity Water Spray Nozzle brass construction with
necessary accessories, supports and painting ,taging etc. (Should be of U/L approved make)
For all K Factors
Supply, installation, testing & commissioning of quartzoid detectors testing and commissioning of Quartzoid Bulb Detector
system leak free.79 deg. Rated rising Temperature 10deg. Centigrade per Minute
Supply, erection, testing and commissioning of Orifice Plate
200 mm dia
100 mm dia
150 mm dia
Supply, installation, testing ,synchronisation&commissioning of Deluge valve with pneumatic actuation trim, alarm line with
water motor gong, 3 pressure guages, 2 flame proof pressure switch, 1 15NB solenoid valve and operating 230V
AC power supply, 1 priming line, test line with manual pull box arrangement & relevant valves, with all pipes, fittings
and accessories complete as per the TAC regulations / IOCL requirement & technical specification / drawings. This should
be UL/FM approved make
150 mm dia
100 mm dia
Supply, installation, testing & commissioning of Buffer air chamber (200 litres capacity) with regulated valve, flame proof
pressure switch, pressure gauge, relevant valves, piping etc and accessories complete as per IOCL requirement &
drawings.

Page 3 of 7

450
700
635
750
340
490

m
m
m
m
M
M

Unit rate

2843.20
1884.22
1426.42
857.78
684.30
472.26
0.00

AMOUNT
Rs.
P

1279441.73
1318957.45
905777.28
643335.11
232660.82
231407.88
0.00

750

NOS

343.07

257299.62

750

NOS

337.79

253341.17

2
2
2

nos
nos
nos

0.00
17923.89
8880.66
16329.95

0.00
35847.78
17761.33
32659.90

6
2

Nos
Nos

174604.84
160349.12

1047629.06
320698.25

Nos

23719.07

47438.13

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

12

13
14
14.1
14.2
15
15.1
15.2
16
16.1
16.2
17
18
19
20
21
22
23

Description of work

Unit

Supply, installation, testing & commissioning of Conventional Type Deluge Valve Control cum Annunciation panel
(DVCAP) Operating Voltage 230 V, single phase, 50 Hz ac and the panel should have a minimum of 48 Hrs. stand by
Battery back up.This panel shall include provision for 12 nos. of input modules and 6nos. of output modules. Panel shall
include Repeater interface, Network interface, Public Address interfaces etc as required for the satisfactory operation of
the LPG Plant. This panel operation is as per IOCL requirement and Technical spec.& drawings. Scope of work including
the cabling works in the panel and integration with the equipment (Main fire alarm panel). (includes cabling with termination
of cable from old dv panel to new dv panel & fire ph power panel to new dv panel )Necessary on/off requirement / IOCL
requirement in addressable Fire Alarm control panel.
Supply, installation, testing & commissioning of Flame proof Junction Box (for DV) with 3 input Modules. Scope of work
including all the cabling between the equipments(Dv to JB or any other equipment within the distance of 50m
),termination ,glanding etc.,
Supply, installation, testing & commissioning of Y -type online strainer constructed of MS as per IS:2062 wire shall be of
SS316, 30 mesh with matching flange as per the IOCL requirement & technical specification.
200 mm dia
150 mm dia
Supply, installation, testing & commissioning of Cast Iron Body Gate valve PN 1.6 Non-rising stem type conforming to
IS:14846, with flanged ends and required flange,gasket,net,bolt etc.,
200 mm dia
100 mm dia
Supply, installation, testing & commissioning of C.I. Butterfly valve PN 1.6 Gear operated, wafer ends conforming to
BS:5155.with flanged ends and required flange,gasket,net,bolt etc.,
200 mm dia

Unit rate

AMOUNT
Rs.
P

set

95002.94

95002.94

Sets

25334.12

152004.70

0.00
1
1

No
No

24537.15
16683.57
0.00

6
6

Nos
Nos

23756.01
17100.53

0.00
24537.15
16683.57
0.00
142536.07
102603.17

0.00
2

Nos

19966.45

39932.90

100 mm dia (Hand lever operating type)


Standpost and Hose Cabinet for Double Hydrant-100NB (hydrant Accessories) (Spec - No C 180-HY-DSS-401,402)

Nos

9289.18

18578.35

Nos.

15256.46

137308.16

Double Hydrant valve


Water Monitor Long Range- 80 Mtrs Through (Document Reference No. C180-HY-DSS-406C)
63mm fire hydrant hoses (sets) along with branch pipes & nozzles (ISI Marked), each set comprising of hose & nozzle
(one each)
Pressure Gauges 150 mm Dial - Complete with 3 way guage cock (SS) and vibation dampner and requred piping and
tubing SPEC NO C 180-I-DSS-603)
Supply and installation o f Flameproof Addressable MCP 2 wire model: AL-MC-F1 make : PCD fire systems,Mumbai

9
9

Nos.
Nos.

18537.96
39933.36

166841.68
359400.24

18

Nos.

6845.72

123222.94

10

Nos.

12459.61

124596.12

Nos

10785.36

64712.15

12

Nos

16109.19

193310.32

Supply and installation o f Flameproof Addressable ETB model: AL-NS001 make : PCD fire systems,Mumbai

Page 4 of 7

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

24
25

Description of work

Unit

Supply and installation o f AL02LP Loop Controller 1 ( LOOP 3 IC ) model: ASM 109 make : PCD fire systems,Mumbai
Supply, erection, testing and commissioning of Annealed tin-copper (ATC) conductor, PVC sheathed, armoured, FRLS
XLPE cable as per relevant IS standard.
19 c x 2.5 sqmm (fire p/h to DV room) (including termination )

Nos

Unit rate

24214.28

AMOUNT
Rs.
P

24214.28

0.00
1700

805.92

1370061.68

Supply & Fixing of Ball Valve 25 mm dia Class 150# Flange end
Supply& fixing of Butter Fly valve 100 mm Dia
Supply & Fixing of NRV 25 mm dia Class 150# flange end
Supply & welding slip-on flanges conforming to ASTM A-105 GrA. (No separate payment for making flange joints .)

6
9
9

Nos
Nos
nos

897.62
2869.55
905.69

5385.70
25825.93
8151.25

200 mm Dia
150 mm Dia
100 mm Dia
80 mm Dia
Subtotal A mechanical works (without any taxes)
CIVIL WORKS
B
providing and laying non - pressureNP2 class RCC pipes with collar jointed with stiff mixture of cement mortar in the
ZSORC
proportion of 1:2 including testing of joints . 600mm dia pipe
37205

36
32
32
10

EA
EA
EA
EA

2928.11 105411.95
64620.36
2019.39
44749.60
1398.42
10096.93
1009.69
0.00 14993807.55
0.00

60

1138.22

68292.97

80

496.67

39733.53

2500

182.73

456837.38

70

nos

375.87

26311.14

25

cum

5535.51

138387.77

26
27
28
29
30
30.1
30.2
30.3
30.4

ZSORE
01003
ZSORE
00802
ZSORE
00701
ZSORC
02203

supply,fabricating and installing perforated GI cable trays including horizontal,vertical bends,tee,reducers and other
accessories and duly suspended from the ceiling /fix to steel/RCC colums,beams or any other structure with MS
suspenders,angless,channel,etc., complete as per instructions of Engineer incharge. PERFTD GI CABLE TRAY 200MM
X 50MM X 2MM
Providing& constructing u/g brick duct of 650 mm below GL for laying 3 cables of max diameter 70mm , complete with
supply and laying of sand ,bricks &excavation of soil and back filling. Brick duct for cables ,225 mm wide (16 bricks
&0.0195 cum/mtr) as per specifications and directions of engineer in charge
supply and installing GI cable router marker with 100mm x 100 mm x 5mm thick GI plate with inscription
thereon,bolted/welded to 35mm x 35mmx 6mm angle iron,600 mm long snd fixing the same in ground and painting one
coat of red oxide and synthetic enamel on the markers
Providing and laying of Plain Cement Concrete in foundation, flooring etc. Cement concrete 1:2:4 ( 1 cement : 2 course
sand: 4 crushed graded stone metal of 20 MM down graded.

Page 5 of 7

0.00

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

Description of work

Unit

Earthwork in excavation upto 1 Mts depth in all type of soils such as ordinary, laterite soil / Soft rock, kankar , murrum,
gravel pebbles, etc. Including clearing area, uprooting the tree roots etc, & all type of material encountered in excavation
including bailing out of sub-soil water or any other water , provision of shuttering, shoring etc, if requried. The excavated
ZSORC
earth free from all foreign matters, boulder shall be filled in plinths, sides of foundations in plot where ever required,
00501
watering and consolidating of the same and Disposing of all debris unserviceable materials to an Unobjectionable place
within a lead of 1 KM as per IOC specification & directions of Site Engineer.
Providing and laying Brick masonry in Cement Morter 1:5 (1 Cement : 5 coarse sand) using locally available good quality
ZSORC
bricks in foundations, plinths, pedestals and drainage etc., including necessary scaffolding, curing etc., all complete as per
04302
specifications, drawings and directions of Site Engineer.
Providing plastering in CM 1:4 (1 cement : 4 fine sand ) 20 mm thick over masonry wall in plinths, drainage walls,
ZSORC
pedestals including racking of joints, with necessary scaffolding, curing etc. all complete as per directions of Site
15705
Engineer.
Providing and laying of Plain Cement Concrete in foundation, flooring etc. Cement concrete 1:3:6 ( 1 cement : 3course
ZSORC
sand: 6 crushed graded stone metal of 40 MM down graded.
02206
ZSORC
03102

ZSORC
03701

ZSORC
10100

Providing and laying of Reinforced Cement Concrete in foundation, flooring etc. Cement concrete 1:1.5:3 ( 1 cement : 1.5
course sand: 3 crushed graded stone metal of 20 MM down graded. Item includes finishing the exposed surface with CM
1:3 (1 Cement : 3 sand ) of not more than 6 mm thick ness, finished to give a smooth even surface and sharp edges,
where ever necessary.
Supply and fixing in position, high yield deformed bars reinforcement conforming to IS 1786 or IS 1139, for RCC work
including the cost of steel, carting to the site of work, straightening, cleaning, cutting, bending to shape and lengths as per
details binding with contractors own 16 SWG black soft annealed binding wire and placing with proper cover blocks,
supports, chairs,spacers, fan hooks etc., complete for all height and depths. (For the purpose of calculations overlaps will
not be considered.
Design, Supply, fabricating structural steel work for ladder, stairways pathways, cross overs, hand rail, gratings platform,
hooks, link, brackets etc from various steel section, cutting to required size, welding, erecting in position for operating
Water hydrant Monitor, vessels etc., wherever required, painting with one coat of red oxide zinc chromate primer and two
coats of synthetic enamel paint of approved colour, providing all labour, materials, scaffolding etc., to complete the work as
per specifications and instructions of site-in-charge. , fixing in line and level with temporary staging and grouting with
cement concrete ( 1:2:4) using 12 mm & down grade chips or non shrunk grout as per specifications and finishing the
exposed surfaces complete, for cat walks, cross overs, supports, etc for all sizes and heights etc., complete and as per
direction of Site Engineer. NOTE: For the purpose of payment, measurement shall be recorded for all fabrication work for
finished sections and no separate payment will be made for nuts & bolts washers etc., used . (alternate color should be
given for level differences)

Page 6 of 7

Unit rate

AMOUNT
Rs.
P

250

cum

135.44

33859.43

50

cum

4879.03

243951.64

250

sqm

181.68

45418.84

50

cum

4879.23

243961.28

70

cum

6022.64

421585.05

1000

kg

67.43

67429.87

8000

kg

78.03

624207.96

INDIAN OIL CORPORATION LIMITED,


KARNATAKA STATE OFFICE

E-TENDER:2015_KASO_13887
DATE :21.01.2015

TENDER ESTIMATE FOR FIRE FIGHTING SYSTEM FOR PROPOSED FILLING SHED EXTENSION ,NEW MOUNDED BULLET 2 X 1200 MT AND NEW PUMP HOUSE AT
SERVICE TAX 4.944% WILL BE PAID EXTRA & WCT applicable as mentioned in the checklist /excel sheet will be paid extra .ALL other taxes are included in the BOQ
In rupees
Qty
Sl No

Description of work

Unit

Providing & fixing KLIPPON GALVALUME SHEET ROOFING for DV room , metal thickness of 0.50mm as per ASTM
ZSORC
A446 having yield stree 275mpa ,surface shall have hot dip metallic coating of aluminium zinc alloy comprising of 55%
13101
aluminium, length upto 6m
3 OR MORE COATS OF WHITE WASHING
ZSORC
17400

Unit rate

AMOUNT
Rs.
P

50

sqm

965.21

48260.52

150

sqm

12.62

1892.85

5-20 cm boulders filling under the pipeline to prevent vegetation growth , No gap should be found . Filling depth as per the
ZSORC
instruction of engineer Incharge
44900

180

M3

481.93

86747.57

Providing and laying brick edging 7 cm wide 11.4 cm deep to plinth protection with bricks of class 75 including grouting
ZSORC
with cm 1:4
04500

900

27.26

24534.84

Sub total B civil works without taxes


Total A+ B(WITHOUT TAXES ) = Rs.2562646.56+14993807.55
(Rupees One Crore Seventy Five Lakhs Sixty Five Thousand Two Hundred and Twenty only)

Page 7 of 7

2571412.65
17565220.20

Das könnte Ihnen auch gefallen