Sie sind auf Seite 1von 29

(Tender No.

: MRCC15M078/177)

-:: i :: -

Tender Documents

For

Rate Contract for erection & dismantling of


scaffolding including supply of scaffolding materials
at Mathura Refinery

PART - I : TECHNO-COMMERCIAL BID

Prepared & Issued by

Contract Cell
Indian Oil Corporation Limited
(Refineries Division)
P.O. Mathura Refinery
Distt. : Mathura 281 005 (U.P.)
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: ii ::-

Rate Contract for erection & dismantling of scaffolding including supply of


Name of work :
scaffolding materials at Mathura Refinery.

INDEX
Sl. No. Description Page No.
PART-I : TECHNO-COMMERCIAL BID -

1. Check list for submission of offer iii to iv

2. Statement of Deviations/Exceptions (Annexure-A) v

3. Notice Inviting Tender vi & vii


EMD exemption and Benefits/Preference for Micro & Small
4. viii & ix
Enterprises (MSEs) : Annexure B
5. Special Conditions of Contract (SCC) / IOCL Taxes Code 1 to 39

6. Special Instructions to Bidders for participation in e-Tendering 40 to 42

7. Amendments to Special Conditions of Contract (SCC) 43 to 44

8. E-banking Account Form 45

9. Undertaking of GCC/SCC/ESI 46

10. Proforma of Declaration of Black Listing/Holiday Listing 47 to 48

11. Technical Specification TS-1 to TS-5


INDIAN OIL SAFETY MANAGEMENT SYSTEM
12. ON SCAFFOLD SAFETY) WITH ANNEXURES Attached
(I TO IX)
13. Time Schedule 49

14. Preamble to Schedule of Rates 50 to 51

15. Schedule of Rates (SOR) Page-3 to 4

16. Percentage BoQ As per BOQ


Printed Booklet
17. General Conditions of Contract
(Pages 1 to 177)

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: iii ::-


CHECK LIST FOR SUBMISSION OF OFFER

Rate Contract for erection & dismantling of scaffolding including supply of


Name of work :
scaffolding materials at Mathura Refinery.
Tenderers are requested to duly fill-in this check list. The check-list, signed and stamped on each page by the person(s) signing
the tender must be submitted along with the Techno-commercial part of the tender and also ensure that all details/documents
have been furnished as called for in this tender.
In case of an irreconcilable conflict between NIT/Instructions to Bidders for participation in e-Tendering and
GCC/SCC, the provisions of NIT/ Instructions to Bidders for participation in e-Tendering shall prevail.
1. EMD Amount (Rs.): DD/BC/PO :
(Bank Guarantee in the No.
prescribed format can also (In the form of DD/Bankers
be submitted in case the Cheque/ Pay Order in favour of Date :
EMD amount is more than Sr. Accounts Officer, Indian Oil
Rs.1.00 lakhs and the Corporation Limited, Mathura
validity of BG shall be 7
Issuing Bank :
Refinery payable at SBI,
months w.e.f. the date of Mathura Refinery Project
opening of tender). Branch, Code No. 3540).
2. Annual Turn over Year Amount (Rs.) List of document enclosed
(Profit and loss account 2012-13
of Audited Balance Sheet
/ TDS for any of the 2013-14
years mentioned herein 2014-15
in accordance with NIT).
3. Single Work Order PO No.
Value. of M/s
Completion value Rs.
(Copies of qualifying PO No.
similar work orders one of M/s
/ two / three executed Completion value Rs.
alongwith completion PO No.
certificates or any other of M/s
proof certifying the Completion value Rs.
executed value of the NOTE:
work, as per NIT).
Please note that the value of completed job indicated above by the bidder
shall be exclusive of service tax. However in case the value of completed
job indicated in the completion certificates submitted by bidder do not
have clarity with regard to inclusion/exclusion of Service tax; the
following shall be applicable.

1. The completion certificate, submitted by the bidder shall separately


indicate the service tax amount included in the value of completed job OR
a separate certificate from the respective client, mentioning the service
tax amount if any, included in the value of completed job under
consideration should be submitted by the bidder.

2. In case Service Tax amount/component is not specified in the


submitted completion certificate, then the amount equivalent to rate of
applicable service tax for the subject tender shall be deducted from the
value of completed job mentioned in the completion certificate to arrive at
the value of the completed job without service tax.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: iv ::-
YES / NO
(In all the Blank
DESCRIPTION space below REMARK
please fill either
Yes or No only)
4. Power of Attorney / Authorization on Please enclose the self attested
document such as Declaration of
Companys letter head in favour of person who : proprietorship or Partnership
has signed the offer. deed or power of attorney etc.
No. : Enclose the self attested copy
5. PF code of registration certificate
.
6. Independent ESI code
No.
(In case the party does not have
independent ESI code, then Enclose the self attested copy of
undertaking in the prescribed

: registration certificate or give the
format as enclosed in the tender undertaking of ESI as per tender.
document will have to be
submitted).
7. Whether related in any way to any Director of
Please certify as per page 95 of
IOCL present or retired within the past two : GCC
years?
8. Whether blacklisted / put on holiday list of
Please fill the form on page 88 of
IOCL or its Administrative Ministry (Presently : GCC
the Ministry of Petroleum & Natural Gas)?
Please submit duly signed and
stamped copy of no deviation /
exception sheet of tender i.e.
Annexure-A along with Techno-
commercial bid.
9. Any deviation / exception to the tender
conditions.
: Deviations/ Exceptions mentined
anywhere else shall be ignored.
It would be considered that offer
has no deviation even if bidder
submits blank no deviation /
exception sheet along with offer.
10. All the documents furnished are readable / Please ensure filling the tender in
legible.
: readable / legible form.

11. Original tender / Bidding document submitted Please submit the complete tender
alongwith addendum / corrigendum, if any.
: document.
12. Validity of offer upto 04 (four) months from
the date of opening of Techno-commercial bid.
: Please certify.
Try to fill the price bid without
13. Prices quoted strictly as per the price schedule correction / overwriting /
enclosed with the tender document.
: repetition in both figure and
words.
14. Tenderers have submitted and filled Forms /
Instruction of Tenderer from page 88 to 96 of : Please ensure these are filled
GCC.
For documents submitted in any other language, an English Translation shall also be submitted, in which case,
for interpretation of the offer, the English Translation shall govern.

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: v ::-
Annexure-A
STATEMENT OF DEVIATIONS/EXCEPTIONS TO TENDER TERMS & CONDITIONS

Rate Contract for erection & dismantling of scaffolding including supply of


Name of work
scaffolding materials at Mathura Refinery.

Sl. Ref. of Tender Document Subject Deviation/Exception


No. Page Cl. Para
No. No. No.
1 2 3 4 5 6

Attached separate sheet, if required and mentioned the attachment in this format.
The bidder should submit duly signed and stamped copy of no deviation / exception sheet
of tenders technical specifications, Schedule of Rates (SOR), additional/special condition
of contract, broad scope of works, Drawing etc. along with offer, failing which there offer
will be considered as without any deviation and also the deviation / exception sheet
submitted by bidders is kept blank, then it will also be considered as without any deviation
from the tender. Deviations specified any other locations in tender/offers shall not be
considerd.
Name & Signature of Tenderer
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: viii ::-


Annexure B

EMD EXEMPTION AND BENEFITS/PREFERENCE FOR MICRO & SMALL ENTERPRISES (MSES)

14.0 . Benefits/Preference for Micro & Small Enterprises (MSEs)

a) As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012
issued vide Gazette Notification dated 23.03.2012 by Ministry of Micro, Small and
Medium Enterprises of Govt. of India, MSEs must be registered with any of the
following in order to avail the benefits/preference available vide Public Procurement
Policy MSEs Order, 2012.

1. District Industries Centers (DIC)


2. Khadi and Village Industries Commission (KVIC)
3. Khadi and Village Industries Board
4. Coir Board
5. National Small Industries Corporation (NSIC)
6. Directorate of Handicraft and Handloom
7. Any other body specified by Ministry of MSME

b) MSEs participating in the tender must submit the certificate of registration with any one
of the above agencies indicating the details of the particular tendered item along with
their bid.

c) The registration certificate issued from any one of the above agencies must be valid as
on close date of the tender. The successful bidder should ensure that the same is valid
till the end of the contract period.

d) The MSEs who have applied for registration or renewal of registration with any of
the above agencies/bodies, but have not obtained the valid certificate as on close date
of the tender, are not eligible for exemption/preference.

e) The MSEs registered with above mentioned agencies/bodies and Public Sector
Undertaking of Central/State Govt/Joint Ventures of IOCL are exempted from payment of
Earnest Money Deposit(EMD).

f) Price Preference (THE SUBJECT JOB SHALL BE TREATED AS NON-SPLIT


TENDER UNLESS OTHERWISE MENTIONED SPECIFICALLY FOR
SPLITTING THE JOB, HENCE THE PRICE PREFERENCE TO MSEs SHALL BE
APPLICABLE FOR COMPLETE 100% JOB) Subject to meeting terms and
conditions stated in the tender document including but not limiting to prequalification
criteria, twenty percent of the total quantity of the tender is earmarked for MSEs
registered with above mentioned agencies/bodies for the tendered item. Where the
tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15
percent shall be allowed to supply/service up to 20 percent of total tendered quantity
provided they match L1 price. In case the tendered quantity cannot be split, MSE
shall be allowed to supply total tendered quantity provided their quoted price is within
a price band of L1 + 15 percent and they match the L1 price.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: ix ::-

In case of more than one such MSEs are in the price band of L1 + 15% and
matches the L1 price, the supply may be shared proportionately if the job can be split. If
the job cannot be split, than the opportunity to match the L-1 rate of the tender shall be
given first to MSE (who have quoted lowest rate among the MSEs) and the total job shall
be awarded to them after matching the L-1 price of the tender. If the MSE who have
quoted lowest rate among the MSEs in the price band of L1 + 15% do not agree to
match the rate of L1 of the tender, than the MSE with next higher quoted rate of in the
price band of L1 + 15% in order shall be given chance to match the rate of L1 for
award of the complete job.

Type of Price quoted by MSE How to finalize the tender


tender
Can be Split L1 Full order on MSE
Can be Split Not L-1 but within L1+15% 20% order on MSE subject to matching L1
price
Cannot be Split L1 Full order on MSE
Cannot be Split Not L-1 but within L1+15% Full order on MSE subject to matching L1 price

g) Out of the twenty percent target of annual procurement from micro and small
enterprises four percent shall be earmarked for procurement from micro and small
enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event
of failure of such MSEs to participate in the tender process or meet the tender
requirements and L1 price four percent sub-target so earmarked shall be met from other
MSEs.
h) To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by
District Authority must be submitted by the bidder in addition to certificate of
registration with any one of the agencies mentioned in paragraph (I) above. The
bidder shall be responsible to furnish necessary documentary evidence for enabling
IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined
as:

In case of proprietary MSE, proprietor(s) shall be SC /ST

In case of partnership MSE, The SC/ST partners shall be holding at least 51%
shares in the enterprise.

In case of Private Limited Companies, at least 51% share shall be held by


SC/ST promoters.

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 37 ::-
1.0 SCOPE OF WORK:
The scope of work shall be Rate Contract for erection & dismantling of scaffolding
including supply of scaffolding materials at Mathura Refinery and shall consist of all the
jobs as per item description in Schedule of Rates (SOR) and all other jobs required to complete
the work.
2.0 The validity period for the rates quoted shall be four months. On account of exigencies, if the
bidder is asked to extend the validity, the same should be without any deviation including no
change in the price, failing which their offer will be rejected.
3.0 If the tender is accepted and the contractor fails to deposit the amount of initial security deposit
or to execute the contract within the stipulated period, the earnest money shall be liable to be
forfeited. In case of the failure of the party on more than one occasion, the tenderer may be put
on holiday list for a period of one year.
4.0 In case, the tenderer alters/modifies /withdraws his bid after opening of the price bid and within
the validity period, the tender submitted by the tenderer shall be liable to be rejected and EMD
forfeited. However, if there is a suo moto reduction from the lowest tenderer adjudged on the
basis of comparative statement, such suo moto reduction may be acceptable.
5.0 The bidder should submit their quotation only on the BOQ given in price part. Any terms
submitted by the tenderer in violation of above will not be accepted and the same is liable to be
rejected.
6.0 The offer is liable from rejection if it contains deviations from specified terms & conditions.
7.0 The bidders must quote competitive prices considering the fact that price negotiations, if
required, to be held with the lowest tenderer only.
8.0 All cuttings & corrections in the bid document should be avoided and if it is unavoidable, it
should be kept at bare minimum and it should be neatly cut and re written without overwriting
and use of white fluid. All corrections should be duly signed by the contractor. In case the
tenderer resorts to many corrections including usage of white correction fluid in the tender
document, the tender shall be liable for rejection.
9.0 The scan copy of EMD should be submitted in a separate cover along with the Techno
Commercial Bid of tender document duly filled in. The original EMD should reach the Tender
Inviting Authority within the Technical Bid opening date and time. IOCL shall not be
responsible for any postal delay/non-receipt of the same.
10.0 The tenderer should respond to the tender either by submitting their bids or by explaining the
reasons for non submission of the offer. In case, there is no response either way continuously for
3 times, names of such tenderers shall be removed from the list of contractors.
11.0 The tendering can be abandoned without assigning any reasons. No compensation is payable for
the efforts made by the contractor.
12.0 In case interest bearing advance is given to the contractors, the interest on advance shall be
recovered by IOCL from running account bills as per relevant clause of GCC.
13.0 The Small scale industries registered with NSIC under its single point registration scheme are
exempted from tender fee. They are exempted from submission of EMD only for the items of
job/work for which the small scale industries hold the registration with NSIC. The certificate
issued by the NSIC shall be valid on the date of opening of the tender.
14.0 Public Sector undertaking of the Central / State Government are exempted by government from
payment of EMD.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 38 ::-
15.0 FREE ISSUE MATERIAL:
All materials shall be in Contractor's scope unless otherwise specified against the relevant item
in the Schedule of Rates (SOR) of this tender.
16.0 DETAILS OF BANK ACCOUNT:
All the bidder musts fill e-payment details as per format given in tender for e-transfer of
payment in the vendor account.
17.0 SETTLEMENT OF IRRECONCILIABLE CONFLICT:
In case of an irreconcilable conflict between NIT/Instructions to Bidders for participation
in e-Tendering and GCC/SCC, the provisions of NIT/ Instructions to Bidders for
participation in e-Tendering shall prevail.
In case of an irreconcilable conflict between Indian or other applicable standards, General
Conditions of Contract (GCC), Special Conditions of Contract (SCC), Specifications, Drawings
and/or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict
in order of precedence as noted below (For exemplification "a" prevails over "b" to "j", "b'
prevails over "c" to "j' and so on).
a) Letter of Acceptance along with Statement of Agreed Variations.
b) Telex/Telegram of Acceptance.
c) Schedule of Rates as enclosure of Letter of Acceptance.
d) Job/Particular Specifications.
e) Drawings.
f) Technical/Material Specifications.
g) Special Conditions of Contract.
h) General Conditions of Contract.
i) Indian Standards.
j) Other applicable standards.
18.0 If not specifically mentioned in tender, IOCL shall not issue Form-39 (Road Permit
for materials, tools/tackles & machineries etc. required to execute the job). Contractor
shall contact UP State Sales Tax/VAT Authority and arrange for the required Road
Permit at their own cost.
19.0 All contractors should submit valid C&A verification certificate issued not earlier than 12
months for the contract workers from their native place Police Station or Police station
under whose jurisdiction the worker worked or Police station under whose jurisdiction the
registered office of the contractor comes or Police Station under whose jurisdiction
Mathura Refinery comes.
20.0 IOCL Taxes Code
1> Service tax no : AAACI1681GST241
2> Excise Registration No : AAACI1681GXM154
3> PAN No : AAACI1681G
4> TIN : 09552100006
5> CIN : L23201MH1959GOI011388

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 39 ::-
21.0 Following shall be applicable for Mandatory medical examination of
contractor workers before deployment at work site:
Medical examination will be in the scope of the contractors.
Medical examination to be conducted by a doctor with minimum MBBS qualification, having
registration number for practicing.
Certificate issued should have endorsement on the photo & clearly mention general
health/fitness of the candidate to carryout work inside refinery, including eye sight, Vertigo, BP,
Heart, convulsion problem etc.
Certificate of fitness is to be issued on letter head of doctor and to be produced with application
for photo Gate pass to the E-I-C for the job.
Validity of medical certificate will be for one year from the date of issuance.
Gate pass issued by CISF will bear Medically Fit stamp based on the E-I-Cs recommendation.
Accordingly, this shall be treated as part of the tender SCC.

Affix latest PHOTO

Signature/ thumb
MEDICAL CERTIFICATE
impression of the
workmen half
covering the photo.

Form for Medical Check Up for the Workman engaged by the Contractor

Certified that I, ___________________ have examined Shri ____________________Age _________


who has signed / thumb impression above on the photo in my presence. The details of his examination
as required are given in the enclosed medical examination report. I certify that all clinical and
pathological tests were done in my hospital/dispensary under my instructions. General and physical
examinations of Shri ________________ do not reveal any abnormality. He does not suffer from any
acute / chronic disease or any contagious or infectious disease. He is medically fit to work inside
refinery. He is free from Vertigo, Epilepsy or Fits, general giddiness and height related disease. His B.P.,
Pulse, Eyesight etc. are normal.
In my opinion, Shri ____________________ is physically and mentally fit for undertaking physical labour
inside the refinery.

Sign_______________________
Date: _________________

Signature and Rubber stamp of medical practitioner with name

Note: This certificate is to be given on the letterhead of the registered medical practitioner who is
possessing MBBS qualification as recognized by the Indian medical council. Below the signature, the
rubber stamp of the medical practitioner should be affixed. The letterhead normally should contain the
following:

1) Name of the Medical practitioner:


2) Qualifications:
3) Registration Number:
4) Designation:
5) Address:

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 40 ::-
Special Instructions to the Bidder for participating in e-Tender
Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering system
through National Informatics Center (NIC), which enables Vendors / Bidders to Search, View,
Download tenders directly and also, enables them to participate & submit online bids on the e-
Tendering site https://iocletenders.gov.in in a secured and transparent manner maintaining
confidentially and security throughout the tendering process.

Bidders 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 used ID. The tender should be submitted online on our e-Tendering portal only.
EMD / any other document(s) as per Tender (to be submitted in original) must be submitted
before the due date and time failing which the bid shall be summarily rejected.

Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from the
licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI),
Controller of Certifying Authorities (CCA) of India (For details regarding Digital Certificate
Provider please refer to Point 8 of Information about DSC on the home page). All interested
bidders are requested to register themselves using the link Online Bidder Enrollment on the
home page and enroll their digital certificate during their first login attempt.

It is advised to take extreme precaution while mapping digital certificate to a particular user
profile. Once a digital certificate is enrolled to a user account, it cannot be used for any other
registration in the system.

Bidders are requested to read following conditions in conjunctions with various conditions,
wherever applicable appearing with this bid invitation for e-Tendering.
The conditions mentioned herein under shall supersede and shall prevail over the contradicting
conditions (if any) mentioned elsewhere in the tender documents.

1.0 Procedure to submit On-line Bids

For this purpose, Vendors/Bidders are advised to read the instructions available in the
homepage of the portal where detailed procedure for submission of bids is available
under the section Bidders Manual Kit.

2.0 System Generated Communication(s)

The alerts / reminders in the form of SMS / e-Mail are given to bidders by the system at
various stages of tender as mentioned below:
o Reminder for Registered Digital Certificate Expiry before 30 days;
o Issuance of Limited Tenders to the selected bidders;
o Change in Password;
o Bids uploaded but Freeze button not clicked;
o On issuance of Corrigendum if the tender is downloaded from DSC Registered
Account/ made it favorite;

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 41 ::-
o Posting of any Techno-Commercial Query by the department;
o Date and Time for Opening of Price Bid to all technically accepted bidders ;
o AOC to successful bidder(s).
Please note, communication alerts in the form of e-Mail/SMS will be sent to the bidder
if and only if
His/her e-Mail/Mobile No. registered in the portal is correct and latest.
In addition to the above communication, the information is updated in portal under
Pending section of Dashboard like:
a) Limited Tender(s) to be made as favorite;
b) TQ/CQ to be responded;
c) Bids to be frozen;

All bidders must login and visit their DASHBOARD section on regular basis to get the
timely updates related to the pending activities as mentioned above at their end to act
timely even if they have missed any communication sent in the form of e-Mail / SMS by
system.

3.0 Tender Search


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

4.0 My Documents
Provision of My Documents is available to bidders for uploading frequently required
documents in advance.
However, Uploading of any document in My Documents does not imply that the same
is submitted along with any tender.

5.0 Price Bid


Price Bid (BOQ) as given in the tender must be downloaded and saved at bidders local
PC / Laptop without any change. Bidders shall fill the required details/prices in BOQ,
save it and upload the filled-in BOQ in the portal.

6.0 Tampering of Documents


The following shall be considered as Tampering of documents:
o Submission of Scanned copy or Photocopy of Price bid (BOQ);
o Submission of any file other than original Price Bid (BOQ);
o Insertion of additional sheet(s);
o Change in content or context of the original file;
o Protection of Workbook over and above Sheet Protection done by IOCL.
Such bids will be summarily rejected at the time of evaluation.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 42 ::-

7.0 Uploading and Confirmation


Bid along with all the copies of documents should be submitted in the electronic form
only through Indian Oil e-Tendering system. Bidder has to ensure that their bid
submission is complete in all respect by clicking on the FREEZE BID SUBMISSION
button. Any revision or amendment in bid shall be possible after bid submission only
upto the due date and time of submission of tender. Bidder in turn will receive an
acknowledgement against his/her bid submission. Successful submission of bid can also
be verified under My Bids section.

8.0 Help Desk

Bidders may contact the following resource persons for any assistance required in this
regard.
Mr. Ravi Kolkata 08981665512 Mr. Deepak Mumbai 09820177883
Mr. Shashi Noida 08130634323 Mr. Lalit Mumbai 09004536892
Mr. Sawan Noida 08130269544 Mr. Manu Gurgaon 01242861244
Mr. Vikrant New Delhi 01242861318 Mr. Ankit Gurgaon 01242861317

HelpDesk Tel. No. : +91-22-26447708


HelpDesk Email-id : ethdmkhonic@indianoil.in
etenderinghelpdesk@indianoil.in
Business Hours: Mon Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)

9.0 Special Note

Bids can only be submitted / resubmitted before the last date and time of submission
as per tender.
The system time (IST) displayed on e-Tendering web page shall be considered as the
reference time for all transactions and no other time shall be taken into cognizance.
Bidders are advised in their own interest to ensure that bids are uploaded and
submitted successfully in e-Tendering system well before the closing date and time
of bid.
No physical bid shall be accepted except the documents as specified in tender.
IndianOil does not take any responsibility in case bidder fails to upload the
documents in the portal within specified time.
Bidders are requested to provide correct/latest e-Mail address and Mobile No.
for receiving updates related to e-tender from time to time.

Name & Signature of Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 43 ::-

AMENDMENTS TO SPECIAL CONDITIONS OF CONTRACT (SCC)

Clause No.5.4.2 of Special Conditions of Contract (SCC) shall be read as:

Service Tax

A. Service Tax limited to Contractors liability shall be paid by Owner to the Contractor at
actual during the contractual completion period. Any increase in the rates of Service Tax
beyond the contractual completion date or approved extended contractual completion
time will be borne by IOCL to the extent Cenvatable documents passed on to IOCL and
IOCL is in a position to get the CENVAT claim. However, the benefit of any reduction
in rate must be passed on to IOCL. It will be paid against invoices issued in accordance
with the provisions of Rule 4A of the Service Tax Rules 1994 which state that each
invoice shall be serially numbered and shall contain the following details:
i) The name, address and service tax registration no. of the person.
ii) The name & address of the person receiving taxable service
iii) Description, classification and value of taxable service provided or to be provided by
the service provider and
iv) The service tax payable thereon
The above details are required to enable the Owner to claim CENVAT credit on Service
Tax paid. In case contractor does not furnish such invoices enabling the OWNER to
claim CENVAT credit benefit then such amount shall not be reimbursed to the
Contractor irrespective of whether the Contractor has paid such amount to the
Tax authorities.
B. The effective Service Tax rate applicable against this job shall be 14%. In case any other
service tax rate is applicable to the contractor; the bidder shall indicate the same with
appropriate justification in the table given below.
Service Tax Rate (if other than that Justification
mentioned above)

C. In case the effective service tax rate is less than full service tax rate (presently 14%), the
bidder shall certify in each of their invoice that they are not availing CENVAT credit.

Lowest Bidder (L1) will be decided after loading service tax liability of the bidder and service
tax liability of IOCL after duly consider CENVAT benefit (as applicable) to IOCL.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 44 ::-

Clause No. 8.11.6 WORKING IN CONFINED SPACE of Special Conditions of Contract


(SCC) shall be read as:
8.11.6 WORKING IN CONFINED SPACE:
8.11.6.1 A standby person should be present outside at entry point while working in
confined space and he should be aware of his role in case of emergency.
8.11.6.2 Ensure use of requisite Personal Protective Equipment. Ensure that work permit
is valid.
8.11.6.3 Any person including contract personnel entering into a confined space, must
carry multi gas detector (LEL, O2, CO, H2S) with alarm provision.
8.11.6.4 Gas & O2 level checking should be ensured at regular intervals on hourly basis
inside the confined space by the contractor and monitoring sheet to be
maintained. Production Deptt will carry out gas checking at the start of every
shift.
8.11.6.5 Air eductor in place of air hose should be provided for effective ventilation of
confined space especially for single manhole vessel. Alternatively, provision of
air hose for confined space entry should be under the strict supervision of
contractors supervisor.

City type double driving cabin Hydra to be deployed in Mathura Refinery, whenever
required for better visibility of the driver and averting accidents.

Name of Tenderer : ....

Signature & Seal of Tenderer :

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 45 ::-
On the Letterhead of the Vendor/Contractor/Supplier
Date:
To
Indian Oil Corporation Ltd (Refineries Divn)
Scope Complex, Core-2,
Lodhi Road, New Delhi-110 003

Dear Sir,

With reference to the P.O./W.O./Contract Ref No___________ dated ________ awarded to us by IOCL, we hereby
give our consent to accept the related payments of our claims/bills on IOCL through Cheques or Internet based
online E-payments system at the sole discretion of IOCL. Our Bank account details for the said purpose is as
under:-
S.No. Particulars Details
1 Name and address of the Beneficiary
2 Account Number of Beneficiary
3 Account Classification (CA/CC-11 or 29) &
SB-10 as per Cheque leaf
4 Name and address of the Bank Branch
(where payments are to be sent by IOC)
5 Branch Name/Code
6 The 9 Digit MICR code of the Branch (as
appearing on the MICR cheque)
7 IFSC Code of the Bank Branch for RTGS
mode
8 IFSC Code of the Bank Branch for NEFT
mode
9 Service Tax Registration No. (Copy to
enclosed with the offer)
10 E-mail ID of Beneficiary
11 Any other particulars (to be advised by
Beneficiary for the E-payments purposes
12 Vendor Code (to be filled by IOCs Deptt
only)
13 PERMANENT ACCOUNT NUMBER
14 MOBILE NUMBER (FOR SMS ALERTS)
A blank copy of a cancelled cheque/photocopy of a cancelled cheque relating to the above account Number for
verifying the accuracy of the bank account details is enclosed.

A copy of PAN Card duly attested by authorized signatory for verifying the accuracy of the PAN is enclosed.

I/We hereby declare that the particulars given above are correct and complete.

Date: Signature of Account Holder


Place: with Company Stamp (if a Company)

Encl: one cheque/photocopy of cheque duly cancelled & copy of PAN Card.
***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 the Bank & Branch)


Authorised Signatory
***Verification required only in case(a) vendors not providing a cancelled cheque leaf or if vendors name is not
printed/appearing on the cancelled cheque leaf submitted to IOCL Office.
(b) change in existing bank details.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 46 ::-

UNDERTAKING OF GCC/SCC/ESI

Rate Contract for erection & dismantling of scaffolding including


Name of Work : supply of scaffolding materials at Mathura Refinery.

I am submitting the above Tender of Indian Oil Corporation, Refineries Division. It is


understood to me that following standard documents are the part of the Techno- Commercial
Bid.

1. General Condition of Contract (As Amended in January 2003) Carrying Pages from 1 to 167
and One Page carrying Corrigendum to General Condition of Contract.
2. Special Conditions of Contract for Mathura Refinery Carrying Pages from 1 to 38.
3. Environment Management System for Mathura Refinery carrying Pages from 1 to 8.

Having thoroughly read clauses of General Conditions of Contract, Special Conditions of


Contract of Mathura Refinery (IOCL) and Environment Management System for Mathura
Refinery and having understood all the terms and conditions therein I/we hereby undertake to
abide by all provisions of General Conditions of Contract, Special Conditions of Contract and
Environment Management System for the above said work.
The undersigned have fully understood the provisions of ESI Act 1948 and rules framed
thereunder in respect of workers engaged for the job and ESI code no. shall be obtained from
the local ESI authorities for which we have applied to local ESI authorities (copy of proof is
enclosed).
The independent ESI code no. from appropriate local ESI authorities will be submitted to IOCL,
Mathura Refinery before start of work, if the work is awarded to me / us.
Security deposit should be released only after PF clearance, duly verified by concerned PF
commissioner.

Name of Tenderer : ....

Signature & Seal of Tenderer :

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 47 ::-

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in my personal name or in the name of my Proprietary


concern M/s _____________________which is submitting the accompanying Bid/Tender
nor any other concern in which I am proprietor nor any partnership firm in which I am
involved as a Partner, are presently or have during the past three years, been placed on
any black list or holiday list declared by Indian Oil Corporation Ltd. Or by any
department of any Government (State, Provincial, Federal or Central) or by any Public
Sector Organization in India or in any other country nor is there pending any inquiry
by Indian Oil Corporation Ltd. Or any Department of the Government or by any Public
Sector Organization in India or in any other country, in respect of any corrupt or
fraudulent practice(s) against me or any other of my proprietorship concern(s) or
against any partnership firm(s) in which I am or was at the relevant time involved as a
partner, except as indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry 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 said firm either in his
individual capacity or as proprietor or partner of any other firm or concern presently
are or within the past three years have been or has been placed on any blacklist or
holiday list declared by Indian Oil Corporation Ltd. Or by any department of
Government (State, Provincial, Federal or Central) or by any Public Sector
Organization in India or in any other country nor there is any pending inquiry by
Indian Oil Corporation Ltd. Or by any Department of any Government (State,
Provincial, Federal or Central) or by any Public Sector Organization in India or in any
other country, in respect of corrupt or fraudulence practice(s) against us or any partner
or any partner or any concern or firm of which he is proprietor or partner, except as
indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry and in the
absence thereof state "NIL")

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 48 ::-

In the case of Company:

We hereby declare that neither we or a parent, subsidiary or other company under


direct or indirect common parent (associate company) are presently nor have within
the past three years been placed on any holiday list or black list declared by Indian Oil
Corporation Ltd. Or by any Department of any Government (State, Provincial, Federal
or Central) or by any Public Sector Organization in India or in any other country; and
that there is no pending inquiry by Indian Oil Corporation Ltd or by any Department
of any Government (State, Provincial, Federal or Central) or any Public Sector
Organization in any country against us or a parent or subsidiary or associate company
as aforesaid in India or in any other country, in respect of corrupt or fraudulent
practice(s), except as indicated below:
(Here give particulars of blacklisting or holiday listing, and / or inquiry and in the
absence thereof state "NIL")

It is understood that if this declaration is found to be false in any particular, India Oil
Corporation Ltd. shall have the right to reject my/our bid, and if the bid has resulted in
a contract, the contract is liable to be terminated without prejudice to any other right or
remedy (including black listing or holiday listing) available to India Oil Corporation
Ltd.

Place: Signature of Bidder

Date: Name of Signatory

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: TS-1 ::-


TECHNICAL SPECIFICATIONS

SPECIAL CONDITION OF CONTRACT (TECHNICAL):

1. The job is meant for providing scaffolding for various maintenance activities like
Mechanical, Civil, Instrument and Electrical maintenance works at Mathura Refinery.

2. The job involves providing scaffolding in Old units, New units, TPS, Water Block, ETP,
SR-8 area and offsite area of Mathura Refinery.

3. The scaffolding may be erected inside as well as outside the equipment like Furnaces,
Columns, Heat Exchangers, Vessels, Boilers, HRSG, Stacks, Regenerators, Reactors,
Cyclones, Horton Spheres, Mounded Bullets, Tanks, Building etc. and for accessing
Pipelines, Cable Trays etc. at different elevations.

4. The jobs shall be executed for routine maintenance as well as shutdown maintenance. In
shutdown, the requirement of quantities of different items may shoot up very high within
short time.

5. The contractor must have adequate resources to mobilize sufficient quantity of scaffolding
materials, manpower and transportation facilities for supply, erection and dismantling of
scaffoldings on short notice period i.e. within 24 hrs for emergency jobs and within fifteen
(15) days for shutdown jobs.
IOCL shall provide space at (as per request of contractor) for stores / stacking scaffolding
material and contractor must keep his material inside designated place(s) only.

6. Contractor shall necessarily have the following minimum scaffolding materials for
successful completion of jobs within time.
Scaffolding pipes of different sizes (As per IS:1239 Heavy duty)
6.A.1) 6 meter MS Plain pipes- 2000 nos.
6.A.2) 4 meter MS Plain pipes- 750 nos.
6.A.3) 3 meter MS Plain pipes- 5000 nos.
6.A.4) 2 meter MS Plain pipes- 800 nos.

6.B) Base plates (Antiskid feature) 1800 nos.

6.C) Scaffolding Planks(MS) of different sizes - 850 each

6.D) Aluminum Ladders of different heights (10 Feet, 12 Feet & 20 Feet long etc.) - Total 60
nos.

6.E) Scaffolding Fixed Clamps -15000 nos.


& Swivel clamps - 4000 nos.

6.F) Cuplok Horizontal


6.F.1) 3.0 meter - 200 nos.
6.F.2) 2.5 meter - 200 nos.
Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: TS-2 ::-

6.F.3) 2 meter - 200 nos.


6.F.4) 1.5 meter - 300 nos.
6.F.5) 1.0 meter - 500 nos.

6.G) Cuplok Vertical


6.G.1) 3.0 meter - 400 nos.
6.G.2) 2.5 meter - 200 nos.
6.G.3) 2.0 meter - 400 nos.
6.G.4) 1.5 meter - 300 nos.
6.G.5) 1.0 meter - 400 nos.

6.H) Spigot - 400 nos.

6.I) Adjustable Base Plates - 400 nos.

7. The scaffolding shall be kept in position i.e. inside refinery till the completion of intended
job and no extra claim shall be entertained on this ground.

8. Contractor shall erect model scaffolding duly checked and certified by IOCL Fire &
Safety Department, Mathura Refinery in various units (about 4 in numbers) and these shall
be kept in position till the completion of the contract. No extra payment for this model
scaffoldings will be paid.

9. The job is for providing scaffolding inside Refinery area. Contractor and their
representative shall strictly follow the work permit systems of Mathura Refinery.

10. Contractor and all his manpower shall go through the safety briefing from Fire & Safety
Training department of Mathura Refinery before entering inside Mathura Refinery.

11. Contractor shall obtain work permit and shift clearance (Cold permit and Working at
Height Permit) before starting any scaffolding job.

12. No wooden planks/bamboo/coir or manila rope will be used in scaffolding. The metallic
plank used for working platform/ toe board shall be tied with the ledger/transom pipe
strictly with scaffolding clamp/metallic wire only.

13. Contractor shall keep their materials always painted in Red-Yellow band to easily identify
it from Owner's (Indian Oil Corporation Limited) materials.

14. All the manpower deployed for the job shall always be in proper PPEs viz. safety helmets,
safety shoes, safety belts (double hook type with fall arrester) etc. the manpower deployed
shall be in a unique color boiler suit printed with the name of contractor on its back.

15. The job may require to be carried out on round the clock basis including Sunday and
holiday. Contractor shall accordingly deploy their manpower at no extra cost.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: TS-3 ::-

16. During Shutdown of units, contractor shall provide sufficient & separate technical/safety
supervisor and field supervisor for each unit. As during shutdown, job shall be executed
on round the clock basis there should be separate safety supervisor in day as well as night
shift.

17. Contractor shall necessarily deploy the minimum number of skilled manpower viz. Works
manager, Technical supervisors, Field supervisors and other resources as detailed below.
This manpower is only for the technical requirement of the job at site.

In addition to this contractor shall deploy sufficient skilled and unskilled manpower to
complete the job within the stipulated time in every respect. As a general guideline,
contractor must have in hand following manpower & resources to meet the requirement of
routine day to day maintenance jobs.

During routine maintenance


1. Skilled scaffolders - 32 nos
2. Supervisor - 03 nos
3. Safety supervisors - 02 nos
4. Tempo/Tractor trolley - 01 nos
5. Jeep - 01 no.

The above manpower requirement & resources is only indicative. This may increase or
decrease as per actual requirement of job at site without any additional financial
implication on IOCL.

The contractor shall submit the CVs with work experience certificate of skilled manpower
i.e. for Works manager, Safety supervisor & Field supervisor to EIC & F&S for approval
prior to mobilisation and starting of the job.

Contractor shall submit the medical certificate for the manpower engaged in scaffolding
works from a registered medical practitioner as per prescribed format given by EIC.

18. Before any planned shutdown the requirement of scaffolding materials and manpower
shall be jointly accessed by EIC & contractor representative and accordingly, contractor
shall have the obligation to arrange additional material and manpower for taking up the
shutdown job in the stipulated time.

19. All the conditions stated above shall be accounted for in quoted price by the contractor
and no separate payment whatsoever shall be made on this account.

20. Quantity mentioned for the SOR items may vary as per site condition. Payment will be
released only for actual work done

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: TS-4 ::-

21. Extension of contract: The contract shall be valid for 24 months. However, in case the
service of the contractor is found to be satisfactory at the end of contract period, owner at
its own discretion may extend the contract for another 12 months or part thereof at same
rate and terms and conditions. Hence, the quoted rate shall be valid for 36 months.

IOCL's Scope:-
----NIL-----

Misc.
1. Medical certificate (in prescribed format) for all scaffolder/ supervisor shall be submitted
to IOCL before the deployed of scaffolder/supervisor to work.
2. Age Limit- All scaffolders/ supervisors must not be more than 45 Year age.
3. The contractor shall get all the persons insured before taking over site for actual job
execution.
4. All the jobs to be done as per specifications and as per instruction of Engg-in-Charge.
5. Contractor shall make all arrangement for attending the jobs on round the clock basis.
6. Red Tags/Green Tags to be arranged by contractor for classification of scaffolding as safe
and unsafe.
7. Contractor to comply the safety check list after completion of scaffolding and ensuring
that the scaffolding is safe to use.
8. Contractor has to deposited the required contribution with ESI Corporation and have valid
challans of having deposited the money for his employees as per applicable rates under the
act.
9. 'PAN' has to be provided along with billing.
10. Contractor has to deposits PF as per norms.
11. Contract has to submit wage sheet of manpower engaged for the job and all payments to
contract workers will be made in bank accounts of workers and contractor will have to
submit bank transfer receipt.

Safety requirement:
1. Contractor should strictly follow the safety guide lines, safety practices, work permit,
height permit etc prevalent in the Refinery.
2. Contractor has to ensure that "Safety Training" has been given to their employees at
"F&S" department before start of mech job at site.The arrangement for the training shall
be made by EIC in consultation with F&S Department.
3. Contractor shall provide all standard quality personnel protective equipments (safety
shoes,safety helmets,full body harness wereever applicable for height jobs) to all of their
employees engaged for the job.All PPE'S should be of ISI marked as per enclosed
specification.
4. Contractor to arrange and use full body harness (full body safety belt and safety net in all
job at a height of 2 meter and more.
5. Contractor has to arrange and use standard quality PPE'S.The relevant specification for
standard PPE'S are enclosed for reference.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: TS-5 ::-

General note:

a. No deviation with respect to ISMS-1007 (INDIAN OIL SAFETY MANAGEMENT


SYSTEM, SCAFFOLD SAFETY) and contractual terms & conditions regarding supply of
material and erection of scaffolding will be entertained. If any non-compliance is
observed, penalty will be imposed as decided by EIC.

b. There is no supply in scope of owner. All material required for the job will be in agency
scope

c. If the performance of the contractor found satisfactory by the EIC, then the same contract
can be extended for 1 more year with same rates, terms and condition with the consent of
both Agency and EIC.

d. Bidder to return ISMS-1007 (all pages) duly signed and stamped as a token of acceptance

Duration of contract: The contract shall be valid for 2 years extendable by another one
year at same rate, terms and conditions.

Taxes:-
1. Service tax including Cess shall be paid at rate prevailing at the time time of billing.
However current rate of Service tax is @ 14%
2. For the purpose of Service Tax, contractor has to provide following along with the invoice
-
a. The Name and address and Registration number of Service Providers.
b. The Name and address of person receiving taxable service.
c. Description, Classification and value of taxable service provided.
d. The service tax payable.
e. PAN No.

ATTACHMENT : ISMS-1007 (INDIAN OIL SAFETY MANAGEMENT


SYSTEM ON SCAFFOLD SAFETY) WITH ANNEXURES (I TO IX)

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

-:: 49 ::-

TIME SCHEDULE

Name of Work Time of Completion

24 months from the date of site handover


+ further extendable for 12 months on
Rate Contract for erection & dismantling of
same rates, scope of work, terms and
scaffolding including supply of scaffolding
conditions depending upon requirement
materials at Mathura Refinery.
and satisfactory performance of the
contractor.

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 50 ::-

PREAMBLE TO SCHEDULE OF RATES

1. This preamble to schedule of Rates along with its annexure shall form part of Schedule of Rates.
2. Price bid containing any condition in any form shall be ignored or offer shall be liable for rejection.
3. PROCEDURE TO QUOTE RATES IN BOQ FOR PERCENTAGE RATE TENDERS
A. BIDDERS SHOULD SELECT LESS or EXCESS or AT PAR IN THE
RESPECTIVE CELL OF BOQ DEPENDING UPON THEIR QUOTATION BELOW
OR ABOVE OR AT PAR WITH THE ESTIMATE.
B. AFTER SELECTING LESS OR EXCESS, THE BIDDERS SHOULD FILL
PERCENTAGE RATE (ONLY NUMBERS) IN THE RESPECTIVE CELL OF BOQ.
C. FOR AT PAR QUOTATION, THE BIDDERS SHOULD SELECT AT PAR IN THE
RESPECTIVE CELL OF BOQ.
4. Tenderers to note that the quoted percentage shall be rounded off upto two decimals. This percentage
shall be valid for the rates and amounts of each and every item in the Schedule of Rates.
5. Total job shall be awarded to one party and lowest bidder shall be decided based on overall
quoted amount basis.
6. The Schedule of Rates should be read with all other sections of this tender.
7. The tenderer shall be deemed to have studied the items, specifications, and details of work to be
done within the time schedule attached and to have acquainted himself of the conditions prevailing at
site.
8. The quantities shown against various items are only approximate. Any increase or decrease in the
quantities shall not form the basis of alteration of the percentage quoted and accepted.
9. The Owner reserves the right to extrapolate/interpolate the rates for such items of work falling
between similar items of lower and higher magnitude.
10. The works, item wise, shall be measured upon completion and paid for at the rates quoted and
accepted.
11. All the items of work mentioned in the `Schedule of Rates' and covered by this contract shall be
carried out as per the drawings, specifications and directions of the Engineer-in-Charge, and shall
include all labour, materials, tools and tackles, plants testing, if any, with Contractor's testing
appliances etc. required to complete the job.
12. The description given under the items of work shall deem to include wherever applicable
mobilization, labour equipments, materials, carriage, cartage, hoisting, setting, fitting and fixing in
position of all materials, and equipments, disposal of wastages and all other labour and operations
necessary for the full and entire execution and completion of the relative works in all respects
according to the contract.
13. Quotation by the tenderer elsewhere in the tender document shall be ignored. This condition
supersedes all other related conditions elsewhere in the tender document, to the extent of repugnancy
or variance as and if any.

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
(Tender No. : MRCC15M078/177)

- :: 51 ::-

14. Following shall be applicable for works contract:


a) In case of composite contracts, where the material component and the service
component can be separately identified: For material portion the contractor shall
provide separate invoice with necessary VAT invoice and for service portion the
contractor shall provide service tax invoice. Hence no WCT will be applicable in this
case.
b) In those composite contracts where the service and material component cannot be
bifurcated: The tenderers are required to get their names registered with Sales Tax
Authority of the UP Government. For this purpose, the tenderers are required to obtain
TIN no. from the U. P. Sales Tax authorities and submit the same at the time of
submission of their bills. Payment against Bills submitted without U P TIN will not be
made.
15. Incorporation of terms and conditions at variance with terms and conditions of tender
documents shall make the offer liable for rejection.

Name & Signature of the Tenderer

Signature of Tenderer
Indian Oil Corporation Limited, Mathura Refinery, Mathura 281 005 (U.P.)
Tendor No.: MRCC15M078

Schedule of Rates
Service Required for Plant: 9050 ,Mathura Refinery
______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

RFQ ITEM NO.00010 ARC for scaffolding Supp & Erect at MR

00010 CME11025XX
STEEL SCAFFLODING MATERIALS IN
CONTRACTOR'S SCOPE
The job includes transportation of
scaffolding materials in contractor's
scope of supply,
erection of scaffolding at site
covering the areas specified including
providing vertical posts of
pipes at inter distance of 1.5 m
& horizontal numbers at a inter
distance of 0.5 to 0.75 m,
providing tie rods at corners to give
sufficient strength to the
structure, placing the wooden /
steel planks / FRP gratings on top for
making sufficient area.
Dismantling scaffolding after
completion of job & returning the
scaffolding material to
specified place including all tools,
tackles, consumables, labours &
contractor's supervision as
directed by the Engineer-in-
Charge (for measurement in SQM area = 2
(L + B) X H is to be taken).
00020 CME1102501 100,000.000 M2 68.30 6,830,000.00
Upto 6 M Rs.SIXTY-EIGHT Rs.SIXTY-EIGHT
& PAISE THIRTY LAC THIRTY
ONLY THOUSAND ONLY
00030 CME1102502 50,000.000 M2 97.58 4,879,000.00
Above 6 m upto 10 m Rs.NINETY-SEVEN Rs.FORTY-EIGHT
& PAISE LAC
FIFTY-EIGHT ONLY SEVENTY-NINE
THOUSAND ONLY
00040 CME1102503 25,000.000 M2 136.61 3,415,250.00
Above 10 m upto 20 m Rs.ONE HUNDRED Rs.THIRTY-FOUR
THIRTY-SIX & LAC FIFTEEN
PAISE SIXTY-ONE THOUSAND TWO
ONLY HUNDRED FIFTY
ONLY

page 3
Tendor No.: MRCC15M078

______________________________________________________________
O.Lev. Item No Quantity Unit Rate Amount
Sr.No. Item Description
______________________________________________________________

00050 CME1102504 12,000.000 M2 227.68 2,732,160.00


Above 20 m upto 30 m Rs.TWO HUNDRED Rs.TWENTY-SEVEN
TWENTY-SEVEN & LAC THIRTY-TWO
PAISE THOUSAND ONE
SIXTY-EIGHT ONLY HUNDRED SIXTY
ONLY
00060 CME1102505 5,000.000 M2 341.52 1,707,600.00
Above 30 m upto 40 m Rs.THREE Rs.SEVENTEEN
HUNDRED LAC SEVEN
FORTY-ONE & THOUSAND SIX
PAISE FIFTY-TWO HUNDRED ONLY
ONLY
00070 CME1102506 2,500.000 M2 683.03 1,707,575.00
Above 40 m upto 50 m Rs.SIX HUNDRED Rs.SEVENTEEN
EIGHTY-THREE & LAC SEVEN
PAISE THREE ONLY THOUSAND FIVE
HUNDRED
SEVENTY-FIVE
ONLY
00080 CME1102507 2,000.000 M2 1,366.07 2,732,140.00
Above 50 m upto 90 m Rs.ONE THOUSAND Rs.TWENTY-SEVEN
THREE HUNDRED LAC THIRTY-TWO
SIXTY-SIX & THOUSAND ONE
PAISE SEVEN ONLY HUNDRED FORTY
ONLY
00090 CME1102508 12,000.000 M2 113.84 1,366,080.00
Intermediate plate form Rs.ONE HUNDRED Rs.THIRTEEN LAC
THIRTEEN & SIXTY-SIX
PAISE THOUSAND EIGHTY
EIGHTY-FOUR ONLY ONLY
00100 CME1102509 20,000.000 M3 136.60 2,732,000.00
Volumetric (for inside furnace/ vessel Rs.ONE HUNDRED Rs.TWENTY-SEVEN
etc. THIRTY-SIX & LAC THIRTY-TWO
PAISE SIXTY ONLY THOUSAND ONLY
Total Value of item 00010 (Rs.): 28,101,805.00
Rs.TWO CRORE EIGHTY-ONE LAC ONE THOUSAND EIGHT HUNDRED FIVE ONLY

_________________________________________________________________
Total Estimated Value(Rs.): 28,101,805.00
Rs.TWO CRORE EIGHTY-ONE LAC ONE THOUSAND EIGHT HUNDRED FIVE ONLY

page 4

Das könnte Ihnen auch gefallen