Hot Repair - Indane

Published on December 2016 | Categories: Documents | Downloads: 62 | Comments: 0 | Views: 328
of 81
Download PDF   Embed   Report

Tender Document

Comments

Content

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Contract for Hot repair of LPG cylinders at:
Indian Oil Corporation Limited (MD)
Indane Bottling Plant
Village & Post Banthla, Loni
GHAZIABAD (U.P.)
PIN – 201102

TECHNICAL BID

REGIONAL CONTRACT CELL, NR
INDIAN OIL CORPORATION LTD (Marketing Division),
INDIAN OIL BHAWAN, 3RD FLOOR,
1, SRI AUROBINDO MARG,
YUSUF SARAI, NEW DELHI - 110016

Page 1 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

NOTICE INVITING TENDER (NIT)
Indian Oil Corporation Limited (Marketing Division) invites digitally signed e-tender in
”Two-Bid System”, (Part A: Technical-Bid with Commercial Terms and Part B:
Price-Bid) from Company, partnership / proprietorship firm, Co-operative Society
meeting the minimum PQC (pre-qualification criteria) for award of contract for Hot
Repair of LPG Cylinders ex- Loni Bottling Plant as per following tender
schedule :
1

Tender No

RCC/NR/UPSO-II/LPG/PT-04/15-16 due on
30/07/2015 at 1100 hrs Ex – Loni BP

2

Name of work

Hot Repair of LPG Cylinders Ex –Loni BP

3

Estimated value of works per annum

Rs.

4

Earnest
Money
Deposit
(Refundable with no interest)

7794250.00 per annum

(EMD) Rs. 77,950.00 payable by way of DD (Demand
draft) or PO (Pay order) in favour of Indian Oil
Corporation Ltd.(MD) payable at New Delhi.
The original instrument of EMD has to be
submitted only in sealed envelope with the
Tender No. clearly mentioned on it, in the tender
box available with Regional Contract Cell,
Northern region at the following address before
closing date and time of tender failing which the
tender shall be summarily rejected.

e-tender website

Indian Oil Corporation Ltd (Marketing Division)
Indian Oil Bhawan, Regional Contract Cell,3rd
Floor,
No.1, Aurobindo Marg, Yusufsarai,
New Delhi-110016
https://iocletenders.gov.in

5

Tender download Starts on

02/07/2015 at 1100 Hrs

6

Pre-bid conference date, time and 15/07/2015 at 1100 Hrs at Indian Oil Bhawan,
place
Regional Contract Cell,3rd Floor, No.1, Aurobindo
Marg, Yusufsarai, New Delhi-110016
Page 2 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
7

Last Date and time for submission of 30/07/2015 upto 1100 hrs
completed E-tender documents online

8

Date & Time of Opening of Technical
Bid

9

Verification of Documents submitted in From 10/08/2015 to 11/08/2015 during office
the Tender with their Originals
working hours at Indian Oil Bhawan, Regional
Contract Cell,3rd Floor, No.1, Aurobindo Marg,
Yusufsarai, New Delhi-110016

10 Contact person

31/07/2015 after 1100 Hrs

Chief Manager (Contracts)/NR
Email id : [email protected]

11 Period of Contract

12 Expected
Works

commencement

13 Validity of quoted rates

of

This contract will be initially for a period of one
year with option for extension, at mutual
consent, for a period upto two more years on
yearly basis on the same rates, terms and
conditions contained hereinafter
the From the date of placement of work order

Date of placement of work order on the
successful bidder or 180 days from the date of
closing of tender whichever is later.

Page 3 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

GENERAL INSTRUCTIONS TO BIDDERS
1.
2.
3.

4.
5.
6.

7.
8.
9.
10.
11.
12.

13.

Tender document will be downloaded from https://iocletenders.gov.in free of
cost using their digital signature and registered user ID.
Tender will not be available for purchase from any of our offices. There is no
Tender Fee.
Technical Bid and Price Bid to be submitted online only. The tender document
and supportive document of tender should be submitted online only.
Conditional offers are liable for rejections. Tenderers willing to accept tender
terms and conditions should only quote.
EMD shall be refunded after placement of work order and its acceptance by
successful Bidder. Bidders will have to provide Bank Details for their Banker as
per our format.
Indian Oil Corporation Ltd. reserves the right to accept or reject any tender or
all tenders without assigning any reason whatsoever and may or may not
accept the lowest quotation.
Bidder is advised to refrain from submitting any false, forged documents during
the entire tendering / later process, the penalty for which shall be termination
of contract / holiday listing of Bidder at any stage and EMD or SD submitted
shall be forfeited. Use of white/ erasing fluid for correction is banned.
During evaluation of technical bids of the bidders participated in the tender, if
it is found that any bidder is Blacklisted / holiday listed by Corporation or
MoP&NG, then bid of such bidders will be out-rightly rejected.
The quality of works and timely execution is of paramount importance and
under no circumstances these shall be allowed to be diluted.
Bidder is also advised to go through the tender documents carefully and
understand these completely before quoting.
The estimated cost is only directional and the successful bidders cannot claim it
as their right. The quantities can increase or decrease at the sole discretion of
IOCL. Payments will be made based on actual.
Non- Submission of EMD shall entail disqualification unless exempted as per
tender condition.
Price Bid should be uploaded online only in the excel file format downloaded
from given IOC website. Bidder should quote rates on percentage basis as per
price bid format. No scan copy of price bid document is acceptable and incase
any bidder submitting the price bid other than through on-line, then such
tender will be summarily rejected. Bids will be opened on-line on scheduled
date & time. However, Bidders may attend during opening of bids if so desires.
The original instrument of EMD has to be submitted only in sealed
envelope with the Tender No. clearly mentioned on it in the tender
box available with Regional Contract Cell, Northern region at the
following address before closing date and time of tender, failing
which the tender shall be summarily rejected.
Page 4 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Indian Oil Corporation Ltd (Marketing Division)
Indian Oil Bhawan, Regional Contract Cell,3rd Floor,
No.1, Aurobindo Marg, Yusufsarai,
New Delhi-110016
14.

APPROXIMATE QUANTITY OF CYLINDERS FOR HOT REPAIR OF LPG
CYLINDERS PER ANNUM –

No. of Cylinders for Hot Repair

Corresponding Minimum Safe Custody Quantity
Including of cylinders in Transit & SC Valves

Sr.

Plant
14.2
Kg

1

Loni

24000

19 Kg

5 Kg

47.5 Kg

1200

240

0

14.2 Kg

1200

SC Valves

600

It is assumed that 95% cylinders of this quantity will be tested and 5% will be rejected during
testing.

The tentative quantity of cylinders for Hot Repair per month is to be prorated from

per annum quantity given above or as decided in consultation with Location–Incharge of Plant
prior to start of the quarter.
The minimum Safe custody quantity mentioned above corresponds to the above mentioned
quantity of cylinders to be repaired per annum. However, in case of two or more parties, same
shall be prorated depending upon the no. of cylinders to be repaired per annum by the party/
parties. The Safe custody deposit amount shall cover 1200 cylinders of 14.2 kg type and while
uplifting other type cylinders from Plant (19 kg, 5 kg, 47.5 kg), the required number of
cylinders of 14.2 kg shall be reduced to remain within the amount of BG.
15.

Security Deposit (SD):

Security Deposit cum performance guarantee amount

shall be 10% of the value of work order. (Format enclosed at Annexure X), as
described in tender document.
16.

Safe Custody Deposit :

The safe custody deposit amount given in the table

below:

Page 5 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
14.2 kg
cylinder

19 kg
cylinder

5 kg
cylinder

47.5 kg
cylinder
with SC
Valve

47.5 kg
cylinder
with LOT
valve

SC
Valve

Rs 1050 per
cylinder

Rs 1700 per
cylinder

Rs 350 per
cylinder

Rs 4300 per
cylinder

Rs 5800 per
cylinder

Rs 120
per Valve

17.
Sr.
No.

PRE-QUALIFICATION CRITERIA (PQC) FOR EXISTING & NEW VENDORS:
Category

i)

Proof
Identity

ii)

Existing vendor

of

New Vendor

PAN card

PAN Card

Statutory
license

Copy of valid PESO license (and
renewal application copy) for Hot
Repair for the premises from
where the Hot Repair work will be
carried out under this tender

Proof of application for PESO
license for Hot Repair work for the
premises from where the Hot
Repair work will be carried out
under this tender

iii)

Earnest Money
Deposit (EMD)

Demand draft
certificate

Demand
draft
certificate

iv)

Work order

Copy of work order(s) executed
by the firm within 5 years from
date of closing of this tender from
IOC/BPC/HPC for ST&P or Hot
Repair of cylinders

Not applicable

v)

Acceptance
tender

Relevant Technical bid pdf
document as downloaded from
IOC website

Relevant
Technical
bid
pdf
document as downloaded from
IOC website

vi)

Audited
Finance
documents

Audited Profit & Loss Account and
the Balance Sheet of the last 3
financial years i.e 2012-13, 201314 and 2014-15

Audited Profit & Loss Account and
the Balance Sheet of the last 3
financial years i.e 2012-13, 201314 and 2014-15

of

/

Exemption

/

exemption

Page 6 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
18.

Details of PQC documents :

i) PAN CARD :
Existing and new vendor should have valid PAN Number (self attested copy of PAN card to be
enclosed). PAN card should be in the name of Proprietor or the Firm participating in the
tender.
ii) PESO LICENSE :
Existing vendor should have valid approval from Chief Controller of Explosives / PESO
(Petroleum & Explosives Safety Organisation) for carrying out the job of Hot Repair of Cylinders
under rule 39(2) of Schedule IV of Gas Cylinder Rules 2004 for the premises from where the
Hot Repair work will be carried out under this tender. Such license should be valid till the
closing date of tender. Latest editions and revisions thereafter, need to be followed strictly. In
case of expiry of license, proof of having applied for renewal and acknowledgment by PESO to
be submitted.
Even bidders carrying out Statutory testing & painting of cylinders and interested to carry out
Hot Repair for the first time should have valid approval from Chief Controller of Explosives /
PESO for carrying out the job of Hot Repair of Cylinders under rule 39(2) of Schedule IV of Gas
Cylinder Rules 2004 for the premises from where the Hot Repair work will be carried out under
this tender. Latest editions/revisions/amendments thereafter, also need to be followed strictly.
In case of expiry of license, proof of applied for renewal and acknowledgment by CCOE to be
submitted. Bidders not having the valid approval from CCOE / PESO for such works will be
treated as new vendors.
New vendors to furnish the valid PESO license or Proof of applying for PESO License from
PESO authority.
iii) EMD :
The Bidder should furnish requisite Earnest Money Deposit (EMD) by way of demand draft
except in cases eligible for exemption of EMD as specified in the tender.
iv) WORK ORDER :
Copy of at least one work order which is under execution or executed by the firm within 5
years from date of closing of this tender for ST&P work / Hot repair of cylinders work for any
IOC/BPC/HPC plant. Party must submit certificate of performance of above work orders.
v) ACCEPTANCE OF TENDER :
As an acceptance of all tender terms and conditions, bidders need to download complete
technical bid document from IOCL’s e-tender website and upload the same on same website as
it is after signing it digitally using their own DSC.
vi) AUDITED FINANCIAL DOCUMENTS:
Bidder is required to upload Audited Profit & Loss Account and the Balance Sheet of the last 3
financial years i.e 2012-13, 2013-14 and 2014-15 duly certified by registered Chartered
Accountant. If certified Profit & Loss Account and Balance Sheet is voluminous, then relevant
pages in support of turnover is to be uploaded along-with CA certificate towards the same. In

Page 7 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
case the turnover is less than the statutory requirement of “Audited Accounts” the self certified
accounts shall also be accepted. This shall be supported with Income Tax return of the
corresponding financial year, duly acknowledged by IT Department for the same.
IMPORTANT : Technical Bids of Bidders who do not upload all the above applicable
PQC documents shall be summarily rejected.
The Price Bids of only those bidders who have qualified as Existing Vendors after evaluation of
Technical Bids shall be opened.
Note on PQC:
i.

However mere submission of the relevant information and meeting the qualifying criteria
would not entitle the Bidder for technical qualification. In the event
document/information submitted by the Bidder is found to be incorrect, the contract with
such Bidder shall be terminated at any stage and EMD or SD submitted shall be forfeited.
Such Bidder(s) may also be put on Holiday List by IOC.

ii.

In case any successful bidder during the pendency of the contract (during execution of
work) wants to shift its unit to some other place, preferably nearer to our LPG Bottling
Plant under the same name and proprietorship, then existing work order can be modified
from the old unit to the new unit. Before shifting bidder has to get the approval from
competent authority originally approving the work order i.e. respective State Head /
State LPG Head. However, bidder has to submit “Valid PESO License in respect of
new unit” before carrying out any modification in the work order.

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

Page 8 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

CHECK LIST TO BE ENCLOSED WITH THE TENDER
From,

To,
DGM (Contract Cell), NR
Indian Oil Bhawan, Regional Contract Cell, 3 rd Floor,
1, Sri Aurobindo Marg, Yusuf Sarai,
New Delhi - 110016

Dear Sir,
SUB:

HOT REPAIR OF LPG CYLINDERS (14.2, 19, 5, 47.5 KG.) EX-LPG BOTTLING
PLANT, LONI, Uttar Pradesh

Tender Ref.:

RCC/NR/UPSO-II/LPG/PT-04/15-16

With reference to the subject tender we confirm having carefully read, studied and understood
all the terms and conditions supplied with the tender and upload / Digitally signed documents
as per the details given hereunder:


As an acceptance of all tender terms and conditions, bidders need to download
complete technical bid document from IOCL’s e-tender website and upload the same
on same website as it is after signing it digitally using their own DSC.



EMD Rs. 77950/- (Rupees Seventy seven thousand nine hundred fifty only)

through DD/Pay Order in favour of Indian Oil Corporation Ltd. (Marketing
Division) payable at New Delhi.


Copy of valid PESO approval/ License for Hot Repair for the premises from where the
HR work will be carried out under this tender.



Copy of valid BIS license/ approval for Hot Repair of cylinders.



Copies of at least one work order executed by the firm towards HR (Not Applicable in
case of new parties).

Page 9 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs


Copy of Audited Profit & Loss Account and the Balance Sheet of the last 3 financial
years i.e 2012-13, 2013-14 and 2014-15 duly certified by registered Chartered
Accountant. If certified Profit & Loss Account and Balance Sheet is voluminous, then
relevant pages in support of turnover is to be uploaded along-with CA certificate
towards the same. In case the turnover is less than the statutory requirement of
“Audited Accounts” the self certified accounts shall also be accepted. This shall be
supported with Income Tax return of the corresponding financial year, duly
acknowledged by IT Department for the same.



Price Bids duly filled in both vendor name and item rate quotation digitally signed and
uploaded.



Details of the tenderers.



Details of relationship with IOC Directors & Employees.



Partnership Deed (if it is a Partnership Firm).



Copy of latest Income Tax Clearance Certificate, in absence of which an acknowledged
copy of latest Income Tax return filed/ Pan No of proprietor in case of proprietorship
firm/ PAN no in the name of firm in case of any other firm/Limited Cos.



Declaration by the tenderer of having employed a Mechanical Engineer (an attested
copy of his/her Mech Engg degree to be submitted) by him at the unit where repairing
job will be carried out.
Yours faithfully,

Signature
Name & address of the party with seal

Telephone Office: _______________
Mobile:________________________
Residence:_____________________

Page 10 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

CREDENTIAL TERMS AND CONDITIONS
Tenderer must submit the following with EMD in support of the credential of the Tenderer:
1)

Copy of valid PESO approval/ License for Hot Repair for the premises from where the
HR work will be carried out under this tender.

2)

Copy of valid BIS license/ approval for Hot Repair of cylinders.

3)

In case of existing parties, copy of valid Factory License or proof of having applied for
renewal and in case of new parties copy of proof of having applied for Factory License
for Hot Repair of cylinders at the premises from where the HR work will be carried, to
be submitted. However new parties should submit copy of Factory License (self
attested) & original for verification one month after issuance of LOI failing which the
tender will be liable to be rejected.

4)

Copy of at least one work order executed by the firm for HR work (Not Applicable in
case of new parties).

5)

Copy of Audited Profit & Loss Account and the Balance Sheet of the last 3 financial
years i.e 2012-13, 2013-14 and 2014-15 duly certified by registered Chartered
Accountant. If certified Profit & Loss Account and Balance Sheet is voluminous, then
relevant pages in support of turnover is to be uploaded along-with CA certificate
towards the same. In case the turnover is less than the statutory requirement of
“Audited Accounts” the self certified accounts shall also be accepted. This shall be
supported with Income Tax return of the corresponding financial year, duly
acknowledged by IT Department for the same.

6)

Copy of latest Income Tax Clearance Certificate, in absence of which an acknowledged
copy of latest Income Tax return filed/Pan No of proprietor in case of proprietorship
firm/ PAN no in the name of firm in case of any other firm/limited cos.

7)

Declaration by the tenderer of having employed a Mechanical Engineer (an attested
copy of his/her Mech Engg degree to be submitted) by him at the unit where repairing
job will be carried out.

8)

Copy of Partnership deed in case of partnership firm.

9)

EMD Details - As mentioned on Page no. 2 of the tender.

10)

Relationship with IOC’s Directors

11)

Whether the HR Party is willing to undertake additional shift for executing HR work for
IOC in case additional contract other than the order quantity placed. If so, please

Page 11 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
furnish the quantity that can be delivered per month. HR-Party to confirm that he will
be able to undertake HR work of the estimated tendered quantity on prorata basis.
12)

Copy of service tax registration certificate should be attached with the tender
document, if such certificate is not available, the proof of having applied for service tax
registration with the competent authorities should be furnished as the job in the tender
attracts service tax.

13)

Price bid to be submitted / filled through ONLINE MODE ONLY.

14)

There should not be any variation in item wise and total rate, however, in case of
variation, total amount will be considered for evaluation.

Notwithstanding any other condition / provision in the tender documents, in case
of ambiguity or incomplete documents pertaining to PQC, bidders shall be given
only one opportunity with a fixed deadline after bid opening to provide complete &
unambiguous documents in support of meeting the PQ criteria. In case the bidder
fails to submit any document or submits incomplete documents within given time,
the bidders tender will be rejected.

After scrutiny of the Credential Bids the eligible tenderers who will meet all credentials will be
notified regarding the date and time for opening the price bid.
xxxxxxx

Page 12 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

INSTRUCTION TO TENDERERS
1.0

GENERAL :
1.1

Tenderers are requested to carefully study all the tender documents and
understand tender conditions, specifications etc. before quoting the rates. In
case of any doubt written clarification should be obtained but this shall not be
a justification for late submission of the tender or request for extension of
tender opening date. Tenders should strictly be in accordance with our
specification and terms and conditions.

1.2

The tenderer should ensure that all the enclosures with all the pages are
downloaded by them and any claim for non-receipt of any of the document
due to delay or otherwise will not be entertained.

1.3

The documents include specification, terms and conditions, details of the
tenderers and details of the relationship with IOC Directors and Price Bid etc.
All the enclosed tender documents, including this document, will form part of
the contract.

1.4

Tenderers should not modify any page of the complete tender documents.

1.5

Tender should be submitted only in prescribed form supplied by the
Corporation. Forms are non-transferable and can be submitted only by the
purchaser/party in whose name those are issued. Violation of this provision will
automatically debar the tender from consideration.
Tenderers who have not downloaded the tender document from our website
www.iocletenders.gov.in may also be accepted , shall have to abide by all
the terms and conditions as per the documents hosted on the official website,
should there be any discrepancy observed in the submitted tender, at a future
date and undertake to agree to all decisions in pre-bid meeting. Such bidders
will have to visit the e-tender site from time to time for any corrigendum or
correction. Failure of bidder to submit e-tenders without taking cognizance of
corrigendum or amendment issued by IOC is liable for rejection.

1.6

Any other communications, if any, should be submitted through e- tender
portal /e-mail with subject having the tender number, item, closing date/time
and, so as to reach the concerned authority as given in the tender forms,
before the closing date / time in the concerned authority’s Office as given in

Page 13 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
the tender forms, before the closing date/time with the permission of the
concerned authority.
1.7

All entries in the tender must be written in permanent ink or typewritten and
there should be no erasers or over writing. Corrections if any, should be
attested under the full signature of the tenderer.

1.8

When the person signing the tender/ agreement is not the sole proprietor or
authorized representative of the company, the original Power of Attorney or a
Notarized Certified Copy thereof, authorizing such person to act and sign on
behalf of the company must be produced before signing the documents.

1.9

HOW TO APPLY
Completely filled Tender in all respects is to be digitally signed and submitted
online:
Credential Bid will include following:
a)

Tender Terms and conditions, details of bidders filled-in with complete

enclosures, annexure and certificates.
b)

EMD /All documents as per checklist

Price Bid will include following:
a)

Completely filled (both bidder name and & Item rate quotation) and

digitally signed price bid
Credential Bid along with the scan copy of EMD and prescribed annexures
without the price bid, and the Price Bid should be submitted separately online
only, in excel file attached as BOQLONI duly digitally signed. The submission
of the bids before the closing date & time is the sole responsibility of the
tenderer.
1.10

Notwithstanding any other condition / provision in the tender documents, in
case of ambiguity or incomplete documents pertaining to PQC, bidders shall be
given only one opportunity with a fixed deadline after bid opening to provide
complete & unambiguous documents in support of meeting the PQ criteria. In
case the bidder fails to submit any document or submits incomplete documents
within given time, the bidders tender will be rejected.

Page 14 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
2.0

PRICE
2.1

Tenderer should read the terms and conditions carefully and quote their rates.
Quantities mentioned in the tender document are tentative. The rates quoted
by the tenderer shall remain firm irrespective of the quantity of cylinders
tested. If the rate quoted is linked with the quantities, the quotation shall not
be considered.
The prices shall be firm for a period of 180 days from the date of
closing of tender unless extended by mutual consent, and for the
successful tenderer, till the completion of the job in all respects.
The rate should be quoted only in the format enclosed and submitted in the
Price Bid file uploaded by the Corporation, duly digitally signed. RATES
SHOULD BE QUOTED IN PERCENTAGE BASIS IN THE PRICE BID
FORMAT ONLY.

2.2

The rates quoted in the tender shall be inclusive of all taxes and duties except
service tax as in existence on the closing date of the tender. The Statutory
taxes as on closing date of the tender will not be reimbursed. Any new
statutory taxes introduced/ implemented after closing date of the tender will
be reimbursed subject to the production of original receipt of payment along
with the bills. The above reimbursement will not be applicable to enhancement
of any existing taxes, which are required to be borne by the party only.
Corporation’s decision whether any change is reimbursable or not would be
binding on the party.

2.3

The rates are inclusive of all taxes and duties except service tax, however, the
successful tenderer needs to submit tax invoice reflecting all Excise/Service
Tax/VAT (if any) etc. paid by him to the concerned authorities w.r.t Hot
Repair of the cylinders.

2.4

The transportation rate paid to the repairer for movement of cylinders shall
include loading-unloading at both ends and all other charges as mentioned
above.

2.5

Tenderer to advise, at the stage of tendering itself, the documents required by
him from the Corporation w.r.t Hot Repair of the cylinders.

Page 15 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
3.0

DELIVERY

3.1

Tenderers should clearly establish their production capacity before quoting their
earliest delivery period. Delivery schedule once accepted should be strictly adhered to.

4.0

QUANTITY/EVALUATION OF TENDERS

4.1

Price Bid of only those parties shall be opened who qualify as per the qualifying
parameters after technical evaluation. Prior intimation will be uploaded on e-tender
portal regarding due date and time of opening of Price Bid.

4.2

Work will be preferably distributed among two parties.

4.3

The methodology to be followed for finalization of subject Tenders shall be as under:

4.4

After opening of the price bid, Merit-list of the parties shall be prepared in the
ascending order of L1, L2, L3.. etc. based on the quoted rates.

4.5

In case more than one party quotes the same rate, then the tenderer with the higher
average annual turnover in the last 3 financial years ending 31/03/2015 will be
preferred above in the Merit-list as compared to the party with lower turnover. The
merit list shall be prepared in descending order of the average annual turnover in the
last 3 financial years to do sub-ranking of parties having similar rates.

4.6

The average turnover shall be calculated by dividing the sum of annual turnover of last
three financial years. If the party fails to submit documents for one/two year(s), the
sum of the annual turnover of the remaining year(s) shall be divided by 3 to arrive at
average annual turnover figure.

4.7

The lowest acceptable rates (with or without negotiation with L-1) will be offered to
other parties in order of L2, L3, L4 …. etc. till one of such parties agrees to the
finalized rate.

4.8

Two parties shall be selected on the basis of the following situations and the work
distribution will be as follows:

Page 16 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Sno
Situation based on offers received
.
A All parties quoting different rates and L2 accepts the L1 rates
B

Two Parties quoting L1 rate

C.

If three or more parties are quoting L1 rates, Two parties will
be decided based on their annual average highest turnover in
last three financial years as explained in para 4.5 above

50 %

D. If two or more parties are quoting L2 rates, L2 party will be
decided based on its annual average highest turnover in last
three financial years as explained in para 4.5 above. The
finalized L1 rate will be offered to the L2 parties having higher
turnover appearing in the merit list (as per para 4.5 above), in
order of L2-1, L2-2, L2-3 …. etc. till one of such parties agrees
to the finalized L1 rate. Similar criteria shall be applied for
parties having similar rates at L3 or L4 level and so on, till
another party is selected.


Work Distribution Ratio
L1
L2
60 %
40 %
50 %

50 % each to the two parties
having higher turnover in last
three financial years.
60 %

40 %

If the finalized negotiated rate is not accepted by any of the other parties, corporation
reserves the right to allocate the entire quantity to the L-1 party.

NOTE :
Bidder is required to upload Audited Profit & Loss Account and the Balance Sheet of the
last 3 financial years i.e 2012-13, 2013-14 and 2014-15 duly certified by registered Chartered
Accountant. If certified Profit & Loss Account and Balance Sheet is voluminous, then relevant
pages in support of turnover is to be uploaded along-with CA certificate towards the same. In
case the turnover is less than the statutory requirement of “Audited Accounts” the self certified
accounts shall also be accepted.

This shall be supported with Income Tax return of the

corresponding financial year, duly acknowledged by IT Department for the same.

5.0

HR-Party should ensure that the inventory of cylinders/ valves do not exceed the Safe
Custody limits fixed by IOC and BG furnished against such safe custody inventory.
Based on Corporations instruction the parties would be required to furnish additional
BG towards safe custody of cylinders/ SC valves for any additional differential quantity.

6.0

It shall be understood that every endeavor has been made to avoid errors which can
materially affect the basis of tender and the successful tender shall take upon himself

Page 17 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
and provide for risk of any error which may, subsequently, be discovered and shall
make no subsequent claim on account thereof.
7.0

Tenderers are expected to submit their offers without any counter conditions.
Tenderer’s (digital) signature on the documents is considered total acceptance of the
terms and conditions. Hence, repeatedly the acceptance need not be mentioned in the
Tenderer’s offer. A brief covering letter would suffice along with the other required
documents. However, tender documents have to be filled in wherever required.

8.0

INCOME TAX CERTIFICATE /BANKER’S CERTIFICATE/ PARTNERSHIP
DEED

8.1

Copy of latest Income Tax Clearance Certificate, in absence of which an acknowledged
copy of latest Income Tax return filed/ Pan No of proprietor in case of proprietorship
firm/ PAN no in the name of firm in case of any other firm/limited cos.

8.2

A copy of the partnership deed should accompany the tender if the tender is a
partnership firm. The Deed must be registered or the party should give undertaking to
provide the registration of deed within 15 days after issue of LOI, if shortlisted.

9.0

RELATIONSHIP WITH IOC DIRECTORS
Details of tenderer’s relationship with IOC Directors should accompany the quotation as
per the enclosed proforma.

10.0

EARNEST MONEY DEPOSIT

10.1

The earnest money deposit amount to be submitted for Hot Repair of cylinders is as
mentioned on Page no. 2 of the tender.

10.2

No interest will be paid on the EMD.

10.3

EMD should be submitted through the following instruments and enclosed with the
Credential Bid.
a) Pay orders/ demand drafts from the Nationalised/ Scheduled Banks drawn in
favour of Indian Oil Corporation Ltd (Marketing Division) payable at Delhi.

10.4

No other form of EMD deposit will be accepted. Tenders without valid EMD as
mentioned above will not be considered.

10.5

Exemptions from EMD:


NSIC & Public Sector Enterprises are exempted from payment of EMD. (The proof
that tenderer is a PSE/ NSIC registered must be submitted)

Page 18 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
10.6

The unsuccessful tenderer will be intimated immediately after the finalisation of the
tenders and on placement/ acceptance of the order by the successful tenderer. The
EMD will be returned to the unsuccessful tenderers on production of the cash receipt
issued at the time of remittance of EMD.

10.7

EMD is liable for forfeiture in the event of
a) Withdrawal of offers while they are under consideration during the validity period.
b) Non-acceptance of orders when placed.
c) Non-confirmation of acceptance of the order within the stipulated time after the
placement of the order.
d) Any unilateral revision made by the tenderer during the validity period of the
tender.

11.0

SECURITY DEPOSIT (SD)
Successful Tenderers would also be required to submit Security Deposit within 15 days
of the acceptance of the Offer Letter (LOI). Details of Security Deposit are as follows:
a) The security deposit cum Performance Guarantee amount shall be 10% of the
work order value - in the form of Demand Draft or Bank Guarantee (format
enclosed at Annexure X).
b) The validity of Bank Guarantee will be six Months beyond the expiry of the
maximum period of contract (i.e. three year).


In addition to Security deposit, safe custody deposit has to be made for an
amount as per table below:

14.2 kg
cylinder

19 kg
cylinder

5 kg
cylinder

47.5 kg
cylinder
with SC
Valve

47.5 kg
cylinder
with LOT
valve

SC
Valve

Rs 1050 per
cylinder

Rs 1700 per
cylinder

Rs 350 per
cylinder

Rs 4300 per
cylinder

Rs 5800 per
cylinder

Rs 120
per Valve

i)

Out of the total safe custody deposit, Rs. 25,000/- is payable by way of DD in
favour of M/s. Indian Oil Corporation Ltd. (Marketing Division), on which no
interest allowed. The balance amount of the Deposit may be submitted by way
of Bank Guarantee as per Annex X (with validity of six months beyond the

Page 19 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Work Order period) before commencement of work.

However, bank

guarantee’s will not be accepted if the total amount of the Safe custody
Deposit is less than Rs. 25,000/ii) No interest is payable on Security Deposit and Safe Custody Deposit.
c) Any loss/damage arising out of the Contract and/or loss of equipment would be
adjustable against the SD and/or Safe Custody deposit. Any damages in excess of
the Security Deposit will be recovered from payments due to the HR-Party under
this contract or deposits/payments due to the same HR-Party under any other
contract.
d) Security Deposit would be refunded only after 6 (six) months of the satisfactory
completion of the contract and written request from the HR-Party duly
accompanied by original Cash Receipt issued by us. Safe Custody deposit shall be
released upon reconciliation of stocks jointly certified by the repairer and IOCL.
e) In the event of loss/misplacement of the Cash Receipt of the SD, the refund would
be made only after the HR-Party furnishes an Indemnity Bond in a proforma
prescribed by us on a Non-Judicial Stamp Paper of prevailing requisite value (at
HR-Party’s cost).

12.0

ACCEPTANCE OF THE TENDER BY THE CORPORATION:

12.1

Tenders received late and those not in the format and in conformity with the
prescribed terms and conditions, specification shall be rejected.

12.2

Incomplete tenders, conditional tenders, tenders having counter conditions or tenders
not confirming to the terms and conditions prescribed in the tender documents or not
accompanied by their requisite documents will be rejected.

12.3

Any terms and conditions attached/ printed overleaf of the tenderers offer will not be
binding on the Corporation.

12.4

The Corporation is not bound to accept the lowest tender and reserve the right to
reject any or all tenders without assigning any reason whatsoever and or to carry out
negotiation with the tenderers in the manner considered suitable by the Corporation.

12.5

Tenderers may have to appear in the concerned office of the Corporation for
negotiation/ clarification if required, at their own cost, in respect of their quotation
without any commitment from the Corporation.

Page 20 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
12.6

The successful tenderer shall return the duplicate copy of the work order and
agreement duly signed in token of their acceptance within 15 days from the date of
receipt of the order as applicable to the individual location.

13.0

The terms and conditions applicable to this tender are given in the enclosed articles of
the agreement which shall be executed by the tenderer immediately on placement of
work order.

14.0

The successful tenderer shall comply all statutory provisions relating to his
trade/business/profession including his own employees and the Corporation shall not
be responsible for any compliance/non-compliance of statutory provisions applicable to
the successful tenderer.

15.0

If any new party becomes successful tenderer then it should be ensured by the party
that their premises are duly approved by PESO (CCOE) Nagpur.

16.0

THE CORPORATION RESERVES THE RIGHT TO :
a)

Negotiate with any or all the Tenderers

b)

To divide the work among the HR-Parties at the discretion of the Corporation

c)

To reject any or all the tenderers either in full or in part without assigning any
reason whatsoever, and

d)

To engage additional HR-Party at any time without giving any notice
whatsoever to the HR-Party/s already appointed against this tender

e)

To foreclose/terminate the contract with one months notice with or without
assigning any reason(s) whatsoever.

17.0

If the order is placed on two or more parties, in case either of the party fails to fulfill
the contractual obligations, Corporation reserves the right to get the complete quantity
tested from the other party, at the risk and cost of the defaulting party.

18.0 Submission and Opening of Bids:
Bid along with all the copies of documents should be submitted in the electronic form only
through Indian Oil 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.

Page 21 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

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.
Technical bids shall be opened on line at the specified date and time as per NIT mentioned in
the Tender document in our office.

We request you to submit your competitive offer for the subject work online
on or before due date and time.
Indian Oil Corporation Ltd. has developed a secured and user friendly system through National
Informatics Center, 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 confidentiality
and security throughout the tender evaluation process. All interested bidders are requested to
register themselves with the portal indicated above and enroll their digital certificate with the
user id for participation in the tender. Bidders are requested to read following conditions in
conjunction with various conditions, wherever applicable appearing with this bid invitation for
e-Tendering.

How to submit On-line Bids / Offers electronically one-tendering portal?
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’ Demo Kit”. The bidders should note the following:
i)

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.

ii) 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. No Manual Bids / Offers shall be
accepted.

Page 22 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
What is a Digital Signature?
This 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 Indian Oil etenders 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 3) on their own from any of the Certifying Authorities in India.
Submission and Opening of Bids:
Bid along with all the copies of documents should be submitted in the electronic form only
through Indian Oil 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.

XXXXXXX

Page 23 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

DETAILS WHICH SHOULD ACCOMPANY THE QUOTATION
AGAINST OUR TENDER

Name of the Tenderer

Whether Sole Trader/ Partnership/ Pvt. Ltd. Co./ Public
Ltd. Co.

Address of the Registered Office

Address of the Branch Office

Address of the Factory from where HR

against the tender

work Against this tender shall be
carried out.

Name and address of the Proprietors/
Partners/ Directors :

Year of establishment/ Registration & Date

Registration No. Under Co. Act

Year of commencement

Production facilities available :
1.

Installed capacity (Cyls/ month)

2.

No of shifts operated for the job

3.

Capacity available for the job proposed under this contract ( cyls/month)

4.

Party wise and location wise break up of capacity being utilized presently.
Name of Oil Co

Location

Cyls per month

Contract valid upto

Option for further extension

Page 24 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

STATEMENT OF CREDENTIALS - DECLARATION
I/We agree that the rates offered shall remain valid for acceptance by you up to 180 days from
the date of closing of this tender and if the offer is withdrawn before the said date, the EMD
furnished by me us is liable to be forfeited. The Earnest Money Deposit has been paid by me/ us
and it is agreed that the said amount so deposited is refundable to us after finalisation of the
tender and subject to our fulfilling the terms and conditions of this tender. In case we are
awarded the job, the EMD paid by us can be released only on payment of Security Deposit by
me/us.
I/We hereby agree to abide and fulfil the terms and conditions set out in the General and Special
conditions of this contract and the Agreement papers as attached which shall be deemed to form a
part of this tender. I/We return herewith the same duly attested on each page of this tender in
token of my/our acceptance thereof.
I/We hereby further agree to seek the prior approval of Indian Oil Corporation Limited, whether
before or after acceptance of my/our tender that before making any change in the constitution of
my/our firm either by the death or otherwise. It is further agreed that any change in the
Constitution of the firm without prior written approval shall not be binding on the Corporation and
shall entitle the Corporation to terminate or any action as deemed fit by the Corporation at its sole
discretion.
I/We hereby declare that this tender and the Corporation’s acceptance to be communicated to
me/us by Registered letter shall constitute a binding contract till such time the final Agreement is
signed by me/us.
I/We have noted that the Corporation reserves that right to accept/reject any tender which
may/may not fulfil any of the conditions containing above in the enclosed agreement form without
assigning any reasons whatsoever.

Seal and date

Signature:………………………...
Name:…………………………….
(Director /Partner/Proprietor)
Name & address of firm :…………………………………

Page 25 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Note : Strike out whichever is not applicable.

ANNEXURE-I

PARTICULARS OF FIRM'S CONSTITUTION
Please tick () in the correct box relating to your firm/ organization
Is the tender, Proprietorship Firm/ Partnership Firm/ Private Limited Co/ Public Limited
Co/ any other
1.

If Proprietorship

Name of Proprietor
Full Address

Particulars of his other Business, if any

2.

If Partnership firm

a) Name of partners and their addressees
1.
2.
3.
4.
5.
b) Is partnership deed registered YES/NO
c)

3.

If Ltd. Co. Under Indian
Companies Act. 1965.

Date of registration and name of Registering Authority.

Please state
(A)

Private Ltd. or Public Ltd.

(B)

Registered Office's Address

(C)

Date of Certificate of Incorporation

Page 26 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

4.

If any other type of constitution

(D)

Authorized Share Capital

(E)

Subscribed Share Capital

(F)

Main business of the company.

Please indicate full.
a)
b)

Name & Address of Members/ Directors/ Chief
Executives.
1.
2.
3.
4.

c)

Registration Particulars

d)

Share Capital

e)

Any other business of the Firm

xxxxxxxx

Page 27 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Annexure - II

DETAILS ON THE RELATIONSHIP WITH IOC’S DIRECTORS
Tenderers should furnish following details in the appropriate part based on their organisation
structure.
Organizational Structure

Part of the form applicable

Sole Trader

Part – A

Partnership

Part – B

Company- Private / Public/ Co-operative Society

Part – C

Part – A
(Applicable where Tenderer is sole Proprietor
1.

Name of Tenderer

:

2.

Address

:

Residential

3.

State whether tenderer is related to any of

:

Yes / No

Office

the Director’(s) of IOC

4.

If ‘yes’ to 3 state the name of IOC Director

:

and Tenderer’s relationship with him / her

Strike out whether is not applicable.
Place :
Date :

Signature of Tenderer

Page 28 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

PART – B
(Applicable where the tenderer is a Partnership firm)
1.

Name of the Partnership Firm

:

2.

Address

:

3.

Name of Partners

:

4

Sate whether any of the partner is a Director of the

: YES / NO

Indian Oil Corporation
5.

If ‘Yes’ to 4 state the name(s) of the IOC’s Director

:

6.

Sate whether any of the partner is related to any of

: YES/NO

the Director(s) of IOC
7.

If ‘Yes’ to 6 state the name(s) of IOC’s Director and
the concerned partner’s relationship with him/her

Strike out whichever is not applicable.

PLACE :
DATE

:

SIGNATURE OF TENDERER

Page 29 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

PART – C
(Applicable where the tenderer is a Public / Private Ltd. Co./ Co-operative Society)
1.

Name of the Company responding the tender

:

2.

Address

: (a) Registered Office

: (b) Principal Office

3.

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

:

Ltd. Co. or Co-operative Society
4

Name of the Directors of the Company/ Co-operative

:

Society
5.

State whether any of the Director of the Company is a

: YES/No

Director of IOC.
6.

If ‘Yes’ to (5) state the name(s) of IOC ‘s Director

:

7.

State whether any of the Director of the Tenderer

: YES / No

Company is related to any of the Director’s of the IOC
8.

If "Yes" to (7), State the name (s) of IOC's Director
and the concerned Directors (of the tenderer Co.)
relationship with him/her
Strike out whichever is not applicable
PLACE :
DATE

:

SIGNATURE OF TENDERER

Page 30 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Annexure -III

DECLARATION 'A'
We have carefully studied the tender and submit our offer after having fully understood the same. We
hereby agree to abide by and fulfill all the Terms and Conditions incorporated in the Agreement which
should be deemed to form a part of this tender.

Date :
Place :

Signature of Tenderer with Seal

DECLARATION 'B'
We declare that we do not have any employee who is related to any employee of the Corporation.
We have the following employees working with us who are near relative of the Corporation.
Name of the Employee
Of the STP-Party

Name and Designation of the Officer of the
Corporation

1.____________________________________________________________________
2.____________________________________________________________________
3.____________________________________________________________________
4.____________________________________________________________________

Date :
Place :
Signature of Tenderer with Seal

Page 31 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Annexure -IV

LIST OF RELATIVES
PERSON SHALL BE DEEMED TO BE A RELATIVE OF ANOTHER IF ANY AND ONLY IF
A.

HE/SHE/THEY ARE MEMBER OF HINDU UNDIVIDED FAMILY OR

B.

HE/SHE/THEY ARE HUSBAND AND WIFE OR

C.

THE ONE IS RELATED TO THE OTHER IN THE MANNER INDICATED BELOW.

1.

FATHER

2.

MOTHER (INCLUDING STEP-MOTHER)

3.

SON (INCLUDING STEP-SON)

4.

SON'S WIFE

5.

DAUGHTER (INCLUDING STEP-DAUGHTER)

6.

FATHER'S FATHER

7.

FATHER'S MOTHER

8.

MOTHER'S MOTHER

9.

MOTHER'S FATHER

10.

SON'S SON

11.

SON'S SON'S WIFE

12.

SON'S DAUGHTER

13.

SON'S DAUGHTER'S HUSBAND

14.

DAUGHTER'S HUSBAND

15.

DAUGHTER'S SON

16.

DAUGHTER'S SON'S WIFE

17.

DAUGHTER'S DAUGHTER

18.

DAUGHTER'S DAUGHTER'S HUSBAND

19.

BROTHER (INCLUDING STEP-BROTHER)

20.

BROTHER'S WIFE

21.

SISTER (INCLUDING STEP-SISTER)

22.

SISTER'S HUSBAND

Page 32 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE – V

UNDERTAKING
We solemnly affirm and declare as under :That we are presently not under blacklisting / holiday listing by any PSU oil company.

We further confirm that in case, the information given above is found to be incorrect, we will be liable
for any action under the terms of the tender/ contract including termination of the contract and
forefeiture of the earnest money / security deposit.

We also undertake that there be any action against Corporation resulting in damages of whatsoever
nature to the Corporation on account of award of contract in our favour on the basis of
misinterpretation, we shall keep the Corporation completely indemnified against all the losses/
damages, litigations, court actions etc.

SIGNATURE OF THE TENDERER WITH SEAL

NOTE:

Subject undertaking is to be submitted on Non-Judicial stamp of Rs. 50/- duly notorised.
This undertaking is to be submitted alongwith the credential bid at the time of submitting
the tender documents.

xxxxxxxx

Page 33 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-VI
M/s Indian Oil Corporation Ltd. (Marketing Division)
Regional Contract Cell, Indian Oil Bhawan, 3rd Floor,
1, Sri Aurobindo Marg, Yusuf Sarai, New Delhi- 110016

Dear Sir,

This is to certify that nothing is payable by me/us to Corporation. In case it is found that some
amount is outstanding against me/us payable to Corporation, the same may please be recovered
from my/our bills against this contract.

I / We am / are also agreeable to relieve my / our crew for training pertaining to safe transportation
of LPG cylinders as required by Corporation. The crew who are having valid certificate issued by the
Corporation shall only be deployed by me / us for transportation of LPG cylinders.

Thanking You.

Yours faithfully

PROPRIETOR / PARTNER OF FIRM

DATE:

Page 34 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-VII

DESCRIPTION OF JOBS IN HOT REPAIRS OF LPG CYLINDERS
1.0

RECEIPT OF CYLINDERS
1.1

The cylinders could be received from either the attached IOC Plant or other Bottling
Plants. The cylinders received at the Plant should be supported by proper accounting
documents and should be checked against the particulars given therein.

1.2

The cylinders received for hot repairs are from circulation, as such it is necessary to
ensure that the cylinders are made “gas–free” prior to hot repairs. The cylinders
received for hot repairs must be stored in a covered shed if they are not in “gas–free”
condition at the time of receipt.

1.3

The hot repair of LPG cylinder should strictly confirm to BIS specification 3196. The
repairer should have valid approval from PESO (Chief controller of Explosive) /BIS for
carrying out hot repairs of cylinders as required under the statutory regulations.

1.4

Visual inspection of the cylinder should be done by inspection authority BIS
representative, for corrosion, dents, cuts and other damages as per the norms
contained in the latest BIS 13258 (Code for practice for visual inspection and
reconditioning of used LPG cylinders).

2.0

VERIFICIATION OF AGE PROFILE/SEGREGATION
2.1

Before the cylinders are taken up for hot repairs, the date of last test punched on the
cylinder body should be verified. The cylinder should be taken for hot repairs only
when it is segregated for such job.

2.2

At this stage, the Serial No. of the cylinder, date of last test and name of the cylinder
manufacturer should be checked and recorded. It will be the exclusive responsibility
of the repairers to segregate the cylinders in the following categories.

2.3

a)

repairable

b)

rejected for scrapping

Both VP Ring and Foot Ring should be changed for all HR cylinders as any cylinder
can be subjected to Hot Repair only once during its life time (as per IS 13258).
The causes for rejection of all the rejected cylinders should be recorded and
submitted along with the relevant bills as well as with monthly hot repair statement.

2.4

It will be the responsibility of the repairer to make a complete list of cylinders with
the punched serial numbers and hand over a copy of such list to the Bottling Plant

Page 35 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
before the cylinders are taken for hot repair from the Plant premises. The repairer
will be required to depute his representative for such listing. The same list of
cylinders with punched serial nos. should only be returned as a truck load after
repairs. This will include the cylinders, which are hot repaired as well as the cylinders
rejected in the process.
2.5

It should be ensured that only the repairs that are required to be done as per the
above item No. 2.3 should be done and for whatever repairs done other than what is
required, the payment will not be made.

2.6

Whenever new valves are supplied by to the Plant, the old valves replaced by the
new valves should be returned to the Plant in the next truck load itself.

3.0

DE–PRESSURISING OF CYLINDER
The pressure inside the cylinder should be released and brought to atmosphere pressure
using a suitable manifold arrangement or with the help of dummy regulators and it should be
checked so that there is no pressure build up within the cylinder. In case of pressure build
up, the same should be released safely. The gas collected in the manifold shall be vented
through a piping above roof level. Adapter used for this purpose should not press the valve
spindle beyond 2.5 mm.

4.0

REMOVAL OF CYLINDER’S VALVES
After depressurisation of the cylinder is completed, the valve should be removed using
suitable equipment. After removal of valve, the same should be tested for correct working
after cleaning by ultra sonic/valve retrieval equipment with kerosene.

5.0

DE–GASSING
5.1

After removal of valves, the cylinder should be de–gassed by filling the cylinder with
water and allowing the water to overflow. The water should be retained for minimum
one hour. After emptying out the water cylinders shall be kept in inverted position
and be tapped gently by non metallic hammer to remove dust, rust or any loose
remnants in the cylinders. The subject operation is to be carried out at a place
nominated by CCOE in the layout approval. Suitable bung plug should be fixed after
de – gassing to prevent rusting of bung threads and ingress of foreign materials.

5.2

Checking after degassing
a)

Cylinder must be checked for gas free condition by explosive meter after gas
freeing/degassing operation.

b)

The above sequence may be altered by us as and when found necessary at
our discretion.

Page 36 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
The HR-Party has to ensure that the operations mentioned at 3, 4 & 5 are supervised
by competent person.

6.0

REMOVAL/WELDING NEW FOOT RING/VP RING
6.1

Removing the foot ring/VP ring by cold method through trained person under proper
supervision. Welded joints shall be smoothly grinded taking due care to ensure that
no damage or loss of metal or reduction of thickness of parent metal of cylinder body
takes place during the process. Thereafter areas around foot ring periphery shall be
thoroughly cleaned by the wire brushing to expose bare metal. All the markings on
the foot ring must be recorded in the registered against Sl. No. of the cylinder for
reproducing on the cylinder after hot repairs. Marking on the old foot rings/VP rings
should be defaced thereafter.

6.2

Supplying and fixing new foot ring/VP ring should be confirming to cylinder drawing
attached or latest drawing issued by IOCL from time to time during pendency of the
contract and as per provisions and procedures of IS-3196 without any extra cost.

7.0

CHECKING TARE WEIGHT
7.1

Tare weight of the cylinder should be checked up as per BIS standards 13258 and if
the tare weight is less than 95% of the original tare weight marked on the cylinder,
the cylinder shall be segregated for scrap. Only those cylinder which pass the tare
weight test shall be process for repairs as necessary. At the time of weighing, the
weight of the valve removed must be accounted for.

7.2

Particulars observed should be recorded in the register maintained for the purpose.
The reason for rejection should be marked on the cylinder (using a code) before
sending the to the stack for disposal as scrap.

7.3

Burn out treatment carried out in furnace at a temp. not exceeding 300 degree
centigrade for the period of not exceeding one hour after which all rust and other
foreign materials shall be removed by steam cleaning or washing with approved
solvent.

8.0

HEAT TREATMENT
After the hot repairs and de-denting, stress relieving or normalising according to the process
adopted at the time of manufacturer shall be carried out. After the heat treatment the loose
rust/foreign material should be completely removed before further process.

9.0

HYDROSTATIC TEST/HYDROSTATIC STRETCH TEST
9.1

The hydrostatic test should be done in all cylinders. The test is mandatory. The test
pressure shall not be less than 2.45 Mpa ( 25 kg/cm 2).

Page 37 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
9.2

Hydrostatic test should be carried out as per IS-5844, by non-jacket method except
that the volumetric changes during the test need not be measured.

9.3

Only water should be used as medium for hydrostatic test.

9.4

The pressure to be applied during the test should be the test pressure marked on the
cylinder body and should be retained for minimum period of 30 seconds.

9.5

Any reduction in pressure noticed during the test, any leakage, visible bulge or
deformation should be treated as a case of failure. Such cylinders should be properly
marked and segregated for disposals scrap after recording observation.

9.6

Pressure gauge used shall be calibrated at least once in a week. The pressure gauge
used for verification must be tested once in three months.

10.0

MARKINGS
10.1

As soon as the hydrostatic test/hydrostatic stretch test is completed, the cylinder
shall be dried internally and following original marking should be re–produced
(wherever foot ring/VP ring has been changed). As per details given in the drawing
(latest) on the top surface of the bung as well as on the vertical stay of VP rings/foot
rings as a case may be.

10.2

a)

Cylinder No.

b)

Manufacturer’s identification symbol

c)

gross weight of cylinders (Tare weight with valve+ 14.2 Kg/19 Kg)

d)

Month and year of manufacturer/re–test

In addition marking should be stamped on the upper surface of the bung indicating
the identification mark of the person by whom the hydrostatic test has been carried
out and the date of test for identification that the cylinder is repaired the letter “R”
shall be conspicuously stamped (embossed) on the foot ring as well as on the vertical
stay of the VP ring as close to BIS certification mark as practicable.

11.0

SHOT BLASTING/METALISING/RE-PAINTING
11.1

The entire surface of the cylinder including the valve protection collar should be shot
blasted and given the following treatment in sequence indicated below:
a)

Spraying with Zinc metal to give Zinc layer of minimum 0.00015 inches (37
microns) thickness.

b)

Applying one coat of Zinc Chromate primer and allow the same to dry
overnight to give a primer layer of 74 macrons as per BIS standards.



Apply one coat of super synthetic enamel signal red color as
per BIS 5 latest shade 537.
Page 38 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
12.0

EMPTING OUT/DRYNG INTERNAL SURFACE
After completion of test mentioned above, the water should be completely removed from the
cylinder and internal surface should be dried with the help of hot air jet.

13.0

FIXING OF VALVES
After hydrostatic test, the new SC valves supplied by Corporation should be fixed on cylinders
which have passed through hydrostatic test. The procedure is as follows:
13.1

The loose dust particles, which have fallen inside the cylinder, should be removed
using a magnet.

13.2

New SC valves are to be fitted immediately cleaning of bung thread to avoid rusting
of bung thread.

13.3

Fixing of valves on cylinders should be in accordance with BS 8737 (Part I) with the
help of valve on/off screwier.

13.4

Valves shall be fixed by using minimum two rounds of PTFE tape of ¾” width, 40
micron thickness, conforming to IS 14643 of reputed manufacturers only.

13.5

For tightening the valve the correct torque of 20 +/- 2 Kg-m should be applied.

13.6

Only new SC valves supplied by Corporation should be utilized for fitment on the
tested cylinders.

14.0

PNEUMATIC TEST
14.1

After fitting the valve pneumatic test should be applied to the cylinder at the pressure
of 12 Kg/Sq. cm for a minimum period of 60 second. This is basically to check the
tightness of the valve/cylinder joint.

14.2

With the cylinder under pressure during pneumatic test a soap solution should be
applied to be valves/bung joint to ensure that there is no leak. In case of any leakage
the same should be rectified.

14.3

After this test the cylinder should be de – pressurized on its external surface dried by
blowing hot air.

14.4

The pressure gauges used for both pneumatic and hydrostatic test should be
calibrated once in a week. The pressure gauge used for calibrating these pressure
gauges should be calibrated once in three months. Proper records shall be
maintained for the same.

15.0

PAINTING OPERATION
15.1

All the cylinders passing the above test, the entire surface of cylinder including valve
protection ring and foot ring should be painted as per the sequence given below:

Page 39 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs


It should be ensured that the external surface of the cylinder is properly
cleaned of dirt, dust and loose remnants of previous paint so that uniform
coating is obtained.



The bung threads should be closed by plastic / rubber cap to prevent entry of
primer and paint into the cylinder.



One coat of Zinc Chromate primer confirming to BIS-2074 (latest) and shall
be of brushing consistency and suitable and spraying. The colour of primer
should be of Red Oxide.



After cylinders have been coated with primer, the cylinders shall be left in air
for drying. The drying time shall be as per paint manufacturer/ supplier’s
recommendations.



One coat of Super Synthetic Enamel Paint of Signal Red color confirming to
BIS 5 latest shade 537.



The paint shall be of brushing consistency and suitable for application by
spraying.



Both the layers i.e. of paint and the primer should be minimum thickness of
30 microns.

Both primer coating and signal red coating paint shall be applied on the external
surface of the cylinder by using a suitable pneumatic spraying gun in a fabricated
painting booth having provision for water curtain draft and rotating arrangement of
cylinders. While applying the primer coating and final painting, care should be taken
to ensure that the shadow zones such as surfaces under foot ring, VP ring etc. are
properly coated. Sufficient drying time should be provided after finish painting.
The assessment of thickness of coat of primer and paint surface shall be done in line
with IS 3196 Part I as per following procedure.
a)

Five gauge readings for each spot shall be taken moving the probe a short
distance for each new gauge reading within an approx area of 2cm x 2 cm.
Any unusually high or low gauge readings that cannot be repeated
consistently, needs to be discarded.

b)

Make five such spot measurement approx evenly spaced over the surface of
the cylinder.

c)

Each spot shall not be below 8 % of the specified minimum thickness and
average of 5 spot measurements shall not be below the specified thickness.

For better results it is recommended that the primer and paint both are obtained
from the same source.

Page 40 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
15.2

IOC reserves the option to use powder coating for painting of cylinders instead of
ordinary painting. The tenderer who has facility for powder coating should also quote
for hot repair with powder coating in addition to ordinary painting.

15.3

After painting, the following marks should be made on the cylinders :
a)

New tare weight of the cylinder ascertained as per procedure No. 16 should
be stenciled in white paint at a three equi–spaced locations of 25 mm size
and also on the inside portion of two vertical stays. The gross weight of the
cylinder, after determining the same including weight of the valve should also
be punched as per the drawing for manufacturing new IOC cylinders.

b)

Net weight in black paint only and R1 & R2 slogans are also to be stenciled
on the body of cylinders as per drawing/specification of new IOC LPG
cylinders.

c)

Indane logo to be painted/ stenciled on the body of the cylinder, 120 mm
from the stay plate weld to the body where safety slogans are not stenciled
in white colour as per the drawing enclosed.

d)

Date of re-test to be punched on stay of VP ring and the gross weight to be
changed to new gross weight if there is a variation in the gross weight.

e)

Stenciling of “Check Seal on Delivery” (both in Hindi & English)

f)

Stenciling of “Switch off Regulator when Not in Use” (Both in Hindi & English)

g)

Stenciling of “Strike match first then open burner knob” (Both in Hindi &
English)

h)

Stenciling of “Check rubber tube regularly for cracks” (Both in Hindi &
English)

i)

Stenciling of any other message that may be decided by the Corporation
during the course of contract.

(A)

In case of 14.2 Kg Cylinders :

a)

New tare weight of the cylinder ascertained as per procedure No. 16 should
be stenciled in white paint at two locations of 25 mm size and also on the
inside portion of the two vertical stays, as shown in the attached drawing no.
LPG-ED/150 (R-6). The gross weight of the cylinder, after determining the
same including the weight of the valve should also be punched as per the
drawing.

b)

“NETT WT.” & “GROSS WT.” alongwith figures of actual weights of cylinder
to be stenciled in white as shown in the drawing.

Page 41 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
c)

Stenciling of “Check Seal on Delivery” (both in Hindi & English)

d)

Stenciling of “Switch off Regulator when Not in Use” (Both in Hindi & English)

e)

Stenciling of “For Domestic use only” (both in Hindi & English)

f)

INDANE both in Hindi & English to be stenciled on opposite side of the
cylinder as per enclosed drawing.

g)

Date of re-test to be punched on stay on foot ring and the gross weight
punched on stay to be changed to new gross weight if there is a variation in
the gross weight.

(B)

In case of 19 Kg Cylinders :

a)

New tare weight of the cylinder ascertained as per procedure No. 16 should
be stenciled in white paint at a three equi space locations of 25 mm size and
also on the inside portion of the two vertical stays, as shown in the attached
drawing no. LPG-ED/150 (R-5). The gross weight of the cylinder, after
determining the same including the weight of the valve should also be
punched as per the drawing. This drawing is otherwise of 14.2 Kg cylinder
only, as per the dimensions etc., but the stenciling requirements shown are
for 19 Kg cylinder.

b)

“NETT WT. - 19 Kg” to be stenciled in white as shown in the drawing.

c)

Stenciling of “Check Seal on Delivery” (both in Hindi & English)

d)

Stenciling of “Switch off Regulator when Not in Use” (Both in Hindi & English)

e)

INDANE both in Hindi & English to be stenciled on opposite side of the
cylinder as per enclosed drawing.

f)

Date of re-test to be punched on stay on foot ring and the gross weight
punched on stay to be changed to new gross weight if there is a variation in
the gross weight.

g)

Stenciling of any other message that may be decided by the
Corporation during the course of contract.

15.4

HR-Party has to obtain necessary approval from Pollution Control Department for
carrying out all operations at its factory

16.0

CHECKING / MARKING OF TARE WEIGHT
16.1

Tare weight of the cylinder should be ascertained and if it is in variance with the
original tare weight, the observed tare weight should be punched as close to the
original tare weight marking as practicable. The value of tare weight may be rounded
to the nearest 100 gms as per IS 2 : 1960.

Page 42 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
16.2

Change of tare weight to be recorded in the register.

16.3

Weighing machine used for checking the Tare weight should be duly certified by
weights and measure authority and should be tested daily with standard weights to
verify accuracy.

17.0

PUNCHING OF MARKS
17.1

After satisfactory completion of periodic inspection and testing each cylinder found
acceptable shall be marked with following on the vertical stays of the cylinders.
a)

The identification mark of testing unit as registered with PESO (CCOE)
Nagpur.

b)

The new test date retaining the previous test date.

Loss in tare weight, if observed within 5% of original tare weight is to be punched at
the foot ring as per details given at para 18.2. In addition to punching of revised tare
weight/gross weight wherever applicable, date of re–test and code of test Plant
should also be punched on cylinder stay as close to the previous marking as
practicable.
18.0

COLOUR CODING FOR AGE PROFIE
18.1

Color-coding for stenciling of next due test date on the inside portion of vertical stay
plate of the LPG cylinder for retesting shall be done as follows :
Background

ISI Spec. for

Lettering

Year of

Year of

colour

Shade

colour

Manufacturing

Retesting

Black

Shade No.521

White

2000

2010

Yellow

Shade No.355

Black

2001

2011

White

Shade No.127

Black

2002

2012

Sea Green

Shade No.217

Black

2003

2013

Dove Grey

Shade No.694

Black

2004

2014

Air Craft Blue

Shade No.108

White

2005

2015

Salmon Pink

Shade No.4423

Black

2006

2016

India Brown

Shade No.415

White

2007

2017

Satin Blue

Shade No.177

Black

2008

2018

Bus Green

Shade No.299

White

2009

2019

Page 43 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

18.2

Punching
Details of marking on Stay Plate
OLD TEST DATE

TEST DATES
XXX

YYY

XXX : IDENTIFICATION MARK OF TESTING STATION.
YYY : MONTH AND YEAR OF TEST DATE.
DETAILS OF MARKING ON FOOTRING
LTW ZZZ
ZZZ : LOSS OF TARE WEIGHT IN GMS.
19.0

DOCUMENTATION
19.1

Cylinders have been undergone all the operations described above and confirming
through requirement to various stages of inspection and the test should be
considered fit for re – circulation at a necessary documentation is completed.

19.2

While dispatching re–tested cylinders to the Plants test certificates as per annexure
VIII should be sent along with cylinders.

19.3

In each load along with reconditioned cylinders equal no. of old SC Valves removed
from the cylinders should be dispatched to the plant with necessary documentation.

20.0

RECORD/DOCUMENTATION
20.1

Detailed record of each cylinder received and tested should be maintained. The
record should include minimum of the following details:
a)

Running Sr. No.

b)

Date of testing

c)

Sl. No. of the cylinder and name of manufacturer

d)

Month and year of test

e)

Weight of cylinder
-

Punched on cylinder

Page 44 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

f)

-

Observed

-

Whether satisfactory/rejected

Visual defects
-

External

-

Internal

-

Whether passed/rejected

(Note: The details of actual defects observed based on which the cylinder is
rejected should be specially recorded).
g)

Hydrostatic Test/ Hydrostatic Stretch Test

h)

Condition of bung threads (Internal)
-

Whether passed/rejected

i)

Quarter/year of re–test punched on the cylinder

j)

Relevant test certificates No.

k)

Remarks (The remark column should indicate whether the cylinder has been
finally passed or rejected besides any passed or rejected besides any other
relevant details not covered above.

20.2

The proforma for the test certificate issued by BIS along with the details of hot
repaired cylinders is given in the annexure giving the following details:

21.0

a)

Running Sl. No.

b)

Cylinder Sl. No.

c)

Name of the manufacturer

d)

Date of testing

e)

Remarks

LIST OF REFERENCES :
21.1

It is desired & essential that following reference material should be available at the
repairer premises :
a.

Gas Cylinder Rules 2004

b.

IS:3196 – 1992 Welded low carbon steel gas cylinder exceeding 5 litres water
capacity for low pressure liquefiable gases.

c.

IS:4379 – 1981 :- Identification of contents of industrial gas cylinders.

d.

IS:13258 – 1991 code of practice for visual inspection of LPG cylinder in use.

e.

IS : 7241 – 1981 Glossary terms used in gas cylinder technology.

Page 45 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
f.

IS : 8868 – 1988 Periodical inspection interval for gas cylinders in use.

g.

IS : 2074 – 1992 Ready missed paint, air drying, red oxide zinc chrome
priming.

21.2

h.

IS:2932 – 2003 Enamel, synthetic, exterior (a) Undercoating, (b) finishing.

i.

IS : 5-2004 Colours for ready missed paints & enamels.

j.

IS-2-1960 Rules for rounding off numerical values.

Repairers also keep the updated drawings of cylinder & also the circulars issued for
any changes in stenciling & punching etc. for implementation.
xxxxxxxxxxxxxx

Page 46 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Page 47 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Page 48 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Page 49 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Page 50 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE VIII

TEST CERTIFICATE FOR HOT REPAIRED LPG CYLINDERS
REPAIRER’S NAME
CERTIFICATE NO.
DATE

This is to certify that the LPG Cylinders having nominal water capacity of 33.3 litres (14.2 kg) & 44.4
litres (19.0 kg) as per details given in the attached annexure A belonging to IOCL have been found
acceptable in visual inspection as per IS 13258- Latest and hydrostatic test at 2.45 Mpa (25 kg/cm2)
pressure as per IS 3196 latest. These cylinders are fitted with self closing (SC) type valves as per IS
8737 of type 1 threads (3/4 inch – 14 NGT of ANSI- B 57.1-1975).
The cylinder rejected/ recommended for hot repair are as per annex.

Total no. of Cylinders passed :

Inspecting Officer
Name:

Signature:

Designation:

Certifying Authority

Page 51 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
ANNEXURE IX

DETAILS OF HOT REPAIRED CYLINDERS
ANNEXURE

TO

CERTIFICATE

NO.

_________________________

DATED

________________ ANNEXURE SHEET NO. ________ TOTAL NUMBER OF SHEETS
__________ IN THE ANNEXURE

SR.

CYL.

MANUFACTURER’S

DATE OF

SR.

CYL.

MANUFACTURER’S

DATE OF

NO.

SR.NO.

CODE

TESTING

NO.

SR.NO.

CODE

TESTING

Inspecting Officer
Name
Designation

Signature
Competent Authority

Page 52 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-X
(ON NON-JUDICIAL STAMP PAPER OF THE REQUIRED VALUE)

BANK GUARANTEE
BG No. :
Date :
Amount :
Validity :
To,
Indian Oil Corporation Ltd.

IOC Tender No. RCC/NR/UPSO-II/LPG/PT-01/15-16 for Hot Repair of

Ref:

LPG Cylinders ex Loni, LPG Bottling Plant, Loni

Dear Sir,

A.

In consideration of M/s Indian Oil Corporation Limited having its registered office at INDIAN
OIL BHAWAN, G-9, Ali Yavar Jung Marg Bandra (East) Mumbai-400051 and a place of
business at ….. State Office, Address (hereinafter called the Corporation) having agree to
exempt

M/s

……............................……....................…………..having

its

office

at

.................................. (hereinafter called the "said HR-Parties") from the demand under the
terms

and

conditions

...........….……………

of

the

Agreement/

dated......................

made

Contract/
between

offer

letter/work

order

no.

the

Corporation

and

M/s.

..................…………… the HR-Party(s) (for hereinafter called the said agreement) of the
security deposit for the due fulfillment by the said HR-Party(s) of the terms and conditions
contained in the said Agreement on production of a Bank guarantee for Rs......…….....
(Rupees……….………...............................only). We ............................... (hereinafter referred
to as Bank) at the request of M/s. .............................................. (HR-Party(s)) do hereby
undertake to pay to the Corporation an amount not exceeding Rs....................... (Rupees
............................................................. only) against any loss or damage caused to or
suffered by the Corporation by the reasons of any breach by the said HR-Party(s) of any of
the terms and conditions contained in the said Agreement.

Page 53 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
B.

We...................................... (name of the bank)……………………… do hereby undertake to
pay the amounts due and payable under this guarantee without any demur, merely on
demand from the Corporation stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the Corporation by reasons of breach
of the said HR-Party(s) of any of the terms and conditions contained in the said agreement or
by reason of the HR-Party's failure to perform the said Agreement. Any such demand made in
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...................................................

C.

We undertake to pay the Corporation any money so demanded notwithstanding any dispute
or disputes raised by the HR-Party(s) in any suit or proceedings pending before any court or
Tribunal or Arbitrator relating there to our liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the HR-Party(s) shall have no claim against us for
making such payment.

D.

We............................. (name of 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 said agreement and that it shall continue to be enforceable till all the
dues of the Corporation under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till the corporation certifies that the terms and conditions of
the said agreement have been fully and properly carried out by the said HR-Party(s) 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.

E.

We ........................................ (name of bank) .............................................. further agree
with the Corporation that the Corporation 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 Agreement or to extend time of performance by the said HR-Party(s)
from time to time or to postpone from any time or from time to time any of the powers
exercisable by the Corporation against the said HR-Party(s) and to forbear or enforce any of
the terms and conditions relating to the said agreement and shall not be relieved from our
liability by reason of any such variation or extension being granted to the said HR-Party(s) or
form any forbearance, act or omission on the part of the Corporation or any indulgence by
the Corporation to the said HR-Party(s) or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provision have effect of so relieving us.

F.

Bank Guarantee shall remain in force upto..............................................................

Page 54 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
G.

This guarantee will not be discharged due to the change in the constitution of the bank or the
HR-Party(s).

H.

The bank agrees that this guarantee may be invoked on a number of occasions but so that
the total amount payable hereunder shall not exceed Rs........................

I.

We.....................................................(name

of

bank)...............................................

lastly undertake not to revoke this guarantee during its currency except with the previous
consent of the Corporation in writing.

Dated..............................................day of.................................................200

................................................
(Name & Signatures of the bank)

Note : Validity of Bank Guarantee shall be for three and a half year i.e. six months beyond
maximum period of Validity of Contract

Page 55 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-XI

(on non-judicial stamp paper of Rs. 50/-.)

AGREEMENT
TENDER NO :
DUE ON :
Articles of agreement made at _____________ this ______________ day of _________

between

the Indian Oil Corpn. Ltd. incorporated under the Indian Co. Act I of 1956, being an undertaking of
Govt. of India and having their Registered Office at G-9, Ali Yavar Jung Marg, Bandra(E), Mumbai –
400 051 respectively hereinafter referred to as “the Corporation” (which expression shall include its
successors

and

assigns

in

law)

of

the

one

part

and

M/s.________________________________________ Sole proprietorship firm/ partnership firm
registered under the Indian partnership Act I of 1932/

a Public/Private Limited Company under

companies act I ,1956 having its registered office at

__________________________________

______________________________ Herein after called “the HR-Party” (Which expression shall mean
and include, if the context so admits, the partners or partner for the time being of the firm and their
or his representative heirs, executors and administrators/its successors and assigns in law) of the
other part.
WHEREAS the Corporation is desirous of Hot Repair of LPG Cylinders (herein after called “the Work”)
on the cylinders of 14.2 Kgs and 19 Kgs 5 kg and 47.5 kg capacity, owned by IOC which has become
due for HR (hereinafter called “Cylinders”) as specified in the Work Order reference ____________
Dated __________ issued by the Corporation, and the HR-Party has agreed with the Corporation to
perform the work specified in the tender conditions, and both the Corporation and the HR-Parties are
desirous of reducing in writing the terms and conditions of the said contract under which the HRParty has agreed to perform the work.
NOW THEREFORE IT IS HEREBY AGREED BY AND BETWEEN THE CORPORATION AND THE HRPARTY HERE TO AS UNDER:

1.0

PERIOD OF CONTRACT :
This contract will be initially for a period of one year with option for extension on yearly basis
for two more years at the same rates, terms and conditions on mutual consent. However, if
either of the parties is not willing to extend the contract at the end of each term, i.e. one
year, the HR party shall be obliged to continue the Hot Repairs on the cylinders at the same
rates for a four month period (i.e. either at the end of first year period or second year
period), or till such time IOC is able to finalize new contract, whichever is earlier, in case the

Page 56 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
present HR party is not interested in renewing the contract, No escalation of rates are
allowed for the works till completion of the contract period.

2.0

TAXES
The rates quoted in the tender shall be inclusive of all taxes and duties as in existence on the
closing date of the tender except service tax. The Statutory taxes as on closing date of the
tender will not be reimbursed. Any new Statutory taxes introduced/ implemented after closing
date of the tender will be reimbursed subject to the production of original receipt of payment
along with the bills. The above reimbursement will not be applicable to enhancement of any
existing taxes, which are required to be borne by the party only. Corporation’s decision
whether any change is reimbursable or not would be binding on the party. The rates are
inclusive of all taxes and duties, however, the successful tenderer needs to submit tax invoice
reflecting all Excise/Service Tax/VAT (if any) etc. paid by him to the concerned authorities
w.r.t Hot Repair of the cylinders.

3.0

CYLINDER DESPATCHES AND INSPECTION
3.1

Before the cylinders are taken up for work the Sr. No. of the cylinder, the name of
the cylinder manufacturer and all other basic details should be checked and recorded
before taking the cylinders from the Plant. It will be the responsibility of the HRParty to make a complete list of cylinders with the punched Sr. No. and hand over a
copy of such list to the Bottling Plant before the cylinders are taken from the Plant
premises for hot repairs. The HR-Party will be require to depute his representative to
the Plant for such listing. The same lot of cylinders with the punched Sl. No. should
only be returned to the Plant after testing/repaired as a truck load. This will include
the cylinders rejected in the process. When the cylinders are received from the HRParties they should match with the list prepared at the time of taking these cylinders
from the Plant.

3.2

In case of suspected spurious cylinders receipt from a HR-Party, payment shall be
deducted for the cylinders at appropriate rates.

3.3

Whenever new valves are supplied from the Plants, the old valve replaced by the new
valve should be returned to the Plant in the next truck load itself.

3.4

If the HR-Party carries out repairs on a cylinder i.e. not due for repairs, no such
charges will be paid for that cylinder. The to and fro charges also will be recovered
from the HR-Parties bill for infractuous movement of the cylinders.

3.5

The HR-Party is responsible for transportation of cylinders from Plant and delivering
the same after testing including loading/unloading of cylinders at both ends.

Page 57 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
3.6

As per the directive of the Chief Controller of Explosives and the present practice, BIS
representative will supervise and inspect the job carried out at the HR-Party’s factory
prior to commencement under during repairs.

3.7

All the safety messages, color coding, tare weight etc. to be stenciled/punched on the
cylinders and Indane logo to be screen painted as per the latest drawing enclosed in
the tender document. Similarly the VP rings/ foot rings replaced etc to be done as per
the latest drawing. Any revisions in the drawing thereafter will be communicated to
the party and the party shall comply with the same at no extra cost.

4.0

PAYMENTS
4.1

Payments will be made within 30 days of receipt of the bills after satisfactory
completion of the job duly accompanied by
a)

Documents for receipt of cylinders by IOC

b)

Test certificate issued by competent person engaged by the HR HR-Party

c)

List of accepted cylinders for circulation and the rejected cylinders certified
by BIS.

5.0

BIS INSPECTION CHARGES
5.1

BIS inspection charges which are already included in the rate schedule will be paid to
the

tenderer/HR-Party

upon

production

of

necessary

certificate

from

BIS

representative or office of BIS covering the location certifying the No. of cylinders
repaired and rejected. In absence of necessary certificate from BIS representative or
office of BIS, no payment will be made towards the Hot Repairing of the cylinders.

6.0

MONTHLY STATEMENT
6.1

HR-Parties will be required to send the monthly reconciliation statement on all items
as per the format before 5th of each month failing which HR-Parties will be withheld
until the receipt of the statement.

7.0

ORDER QUANTITY
7.1

The quantum of cylinders indicated in the contract should mean the net cylinders
repaired and returned to the Corporation and will exclude the rejected cylinders at
various stages.

7.2

After placement of order the HR-Party shall not be permitted to sub-contract or
assign any part of our order to any other party.

7.3

No minimum cylinders are guaranteed per month. All materials generated either by
way of rejection under replacement such as valves, caps, washers, cylinders etc.

Page 58 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
should be properly accounted and handed over to the Corporation. Cut out Old VP
Rings and Foot Rings generated during Hot Repair will belong to the repairer and the
same need not be returned to the Corporation. However, old VP Rings & Foot Rings
at Repairer’s premises has to be properly scrapped / deshaped by the Repairer to
prevent its misuse.

7.4

Quantities mentioned in the tender document are tentative. The tentative quantity of
cylinders for Hot Repair per month is to be prorated from per annum quantity given
above or as decided in consultation with Location–Incharge of Plant prior to start of
the quarter.

7.5

In case the transportation is arranged by the Corporation the scheduled dates will be
the date of despatch from the Plant and date of despatch from the HR-Party. In case
the schedule is not adhered to, the Corporation shall invoke the damages clause.

8.0

DAMAGES FOR NON-PERFORMANCE
8.1

The Corporation will periodically review the performance. In case the HR-Party after
receipt of order fails to carry out the repairs as stipulated in the delivery schedule,
the Corporation reserves the right to foreclose the contract and get the work done
from alternate sources at the defaulting HR-Parties risk and responsibility.

8.2

Quantities mentioned in the tender document are tentative. Monthly tentative
schedule of quantities for the contract period is specified in the tender document.
The number of cylinders received at Plant in any month after actual testing shall be
taken as the quantity repaired in that month.
Any shortfall in this with respective to the monthly schedule shall attract penalty
which shall be levied on quarterly basis @ 1% of the value of the shortfall quantity
for that quarter or closing stock of HR due cylinders at plant whichever is lower.
However no penalty will be charged if the closing stock of HR due cyls. is less than
one truck load at plant.
If more than one repairer is engaged at plant, the penalty shall be charged on the
above derived quantity in proportion of their unexecuted work order quantities.
However the total penalty levied shall not exceed 10% of the work order value.
IOCL reserves the right to offload the quantity to other repairers (in case more than
one party is awarded contract) as and when required.

8.3

Cylinders sent for repairs as well those received back should be with Safety Caps. In
case of short receipt of Safety Caps from the HR-Parties’ recovery should be made at
the rate of Rs.2/- per Safety Cap.

Page 59 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
9.0

The HR-Party is responsible for transportation of cylinders from Plant and delivering the same
after testing including loading/unloading of cylinders at both ends. The truck used for
transportation of cylinders must carry fire extinguishers and must conform to laid down safety
norms of the Corporation. It will be the responsibility of the HR-Party to ensure strict
observance of “NO SMOKING” restrictions by the laborers, truck crews at all stages including
in transit. It is essential that the HR-Parties get the valid gate passes from the concerned
Plant for the laborers/truck crews. It is the responsibility of the HR-Parties to submit the
character antecedent report of all laborers and truck crews engaged by them at respective
plant premises. HR-Parties shall ensure that the vehicles are always driven by the drivers
whose driving license has been duly endorsed by the Licensing Authority to that effect that
he is authorised to drive vehicles carrying goods of hazardous nature.
No escalation will not be paid, for transportation of cylinders on account of hike in price of
HSD during the pendency of contract. Tenderers should quote the firm rate for transportation
of cylinders for the entire period of contract.

10.0

The Corporation shall have full right to terminate the contract any time during the
currency of the contract if the services are found not satisfactory giving one
months notice including forfeiture of Security Deposit and no compensation for
damages can be claimed by the HR-Party.

11.0

FORCE MAJEURE CLAUSE
Delivery of cylinders is subject to Force Majeure conditions given below:
At any time during the continuance of the contract, the performance in whole or part by
either party of any obligation under the contract shall be prevented or delayed by reasons of
war hostility, acts of public enemy, civil commotion, sabotages, fires, floods, explosions,
epidemics, quarantine restrictions, strikes, lock outs, non availability of serviceable valves or
acts of God (hereinafter referred to as events), provided notice of happening of any such
events if given by either part to the other within 10 days from the date of occurrences
thereof, neither party shall with reasons of such event be entitled to terminate the contract
nor shall either party have any claim for damages against the other in respect of such non
performances or delay in performance and deliveries under the contract shall be resumed as
soon as practicable after such event has come to an end or ceased to exist.

12.0

ARBITRATION
All questions, disputes and differences arising under or in relation to this Agreement shall be
referred to the sole arbitration of an officer of the Corporation to be nominated by the
Director (Marketing) of the Corporation. The arbitrator to whom the matter is originally
referred by the Director (Marketing), on his being transferred or vacating his office or being
unable to act, for any reason the Director (Marketing) may designate any other officer to act

Page 60 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
as arbitrator. It is also the expressed term of this Agreement that no person other than the
officer designated by the Director (Marketing) as aforesaid shall act as arbitrator. The award
of the Arbitrator so appointed shall be final, conclusive and binding on all the parties to the
Agreement and provisions of the Arbitration and Conciliation Act 1996 or any statutory
modification or re-enactment thereof and the Rules made thereunder for the time being in
force shall apply to the arbitration proceedings under this clause.

The parties hereby agree that the court in the city of New Delhi alone shall have jurisdiction
to entertain any application or any award/s made by the Sole Arbitrator or other proceedings
in respect of anything arising under this Agreement.

13.0

IOC reserves the right to inspect the cylinders at any stage of repairs as well as at the
receiving locations.

14.0

The repaired cylinder if found unfit at the time of first filling after repairing will be debited at
penal rate to the party. The transportation charges to and fro from HR-Party’s factory for
such cylinder will be debited from the HR-Party’s bills. All incidental charges also will have to
be borne by the HR-Party.
14.1

All the tender documents including the quotations, revised offer, terms and
conditions and special instructions of the contract, specifications, revised specification
and test sequence, general description of the work and all other correspondence
connected with this tender shall form part of this contract agreement. Additionally,
any statutory requirement becoming due with reference to committees concerning
LPG cylinder handling etc. appointed by Government from time to time and more
specifically the Vasudevan Committee / OISD will also form part of this contract
agreement.

15.0

The PESO (CCOE) recognition letter for the HR-Party’s testing station must be valid / renewed
till the completion of the entire work entrusted to HR-Party.

16.0

All forms etc. required for documentation and certification stipulated in our terms and
conditions should be printed by the HR-Party.

17.0

All safety regulations being stipulated from time to time and all instructions given by IOC
Safety Officers towards the safe Operation of the facilities and as required by statutory
organisations must be strictly followed. Reasonable working facilities must be provided to our
officials who have been assigned the task of inspection in connection with testing and
painting of LPG cylinders at HR-Party’s premises. If at a later date approval of appropriate

Page 61 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
authority is required for other agencies like BIS etc. the HR-Party will have to bear all the
additional charges as fees payable to these firms.
18.0

The HR-Party should compensate IOC at the penal rate specified in Item No. 20.0 subject to
revision from time to time. Compensation towards other unaccounted materials will be as per
rates at the time when these shortages are noticed.

19.0

For any detection of spurious cylinders established from the lot received by the same will be
debited to the party at the penal rates mentioned in item No. 20.0. This will be in addition to
severe action that will be taken at the discretion of the corporation.

20.0

SECURITY DEPOSIT & SAFE CUSTODY DEPOSIT
20.1

Security Deposit: Successful Tenderers would also be required to submit Security
Deposit within 15 days of the acceptance of the Offer Letter (LOI). Details of Security
Deposit are as follows:
a) The security deposit cum Performance Guarantee amount shall be 10% of value
of work order. The same should be deposited in advance in the form of Demand
Draft or Bank Guarantee (format enclosed at Annexure X). The validity of Bank
Guarantee will be six Months beyond the maximum period of the contract (i.e.
three years) within 15 days of the acceptance of the offer letter (LOI) towards.

20.2

Safe Custody Deposit: The equipment wise details of safe custody deposit is given in
the table below :
14.2 kg
cylinder

19 kg
cylinder

5 kg
cylinder

47.5 kg
cylinder
with SC
Valve

47.5 kg
cylinder
with LOT
valve

SC Valve

Rs 1050 per
cylinder

Rs 1700 per
cylinder

Rs 350 per
cylinder

Rs 4300 per
cylinder

Rs 5800
per
cylinder

Rs 120 per
Valve

Out of the total safe custody deposit, Rs. 25,000/- is payable by way of DD in favour
of M/s. Indian Oil Corporation Ltd. (Marketing Division) payable at Delhi on which no
interest allowed. The balance amount of the Deposit shall be submitted by way of
Bank Guarantee (with validity of six months beyond the Work Order period before
commencement of work. However, bank guarantee’s will not be accepted if the total
amount of the safe custody Deposit is less than Rs. 25,000/-. The safe custody
deposit shall be revised as and when there is a revision in the equipment tariff rate.

Page 62 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
The tenderer shall have to submit the excess amount as advised by the Corporation
within 15 days of intimation.
In case contract is awarded for more than one location, the HR-Party should submit
Safe Custody Deposit as well as Security Deposit for all the locations.
20.3

No interest is payable on Security Deposit and Safe Custody Deposit.

20.4

Any loss/damage arising out of the Contract and/or loss of equipment would be
adjustable against the SD and/or safe custody deposit deposited by the party. Any
damages in excess of the Security Deposit will be recovered from payments due to
the HR-Party under this contract or deposits/payments due to the same HR-Party
under any other contract.

20.5

Security Deposit would be refunded only after 6 (six) months of the satisfactory
completion of the contract and upon the written request from the HR-Party duly
accompanied by original Cash Receipt issued by us. Safe Custody deposit shall be
released after joint reconciliation of equipment by repairer and IOCL

20.6

In the event of loss/misplacement of the Cash Receipt of the SD, the refund would be
made only after the HR-Party furnishes an Indemnity Bond in a proforma prescribed
by us on a Non-Judicial Stamp Paper of prevailing requisite value (at HR-Party’s cost).

21.0

Present penal rates for inventory shortage and spurious equipments are as follows :

Equipment

Unit rate (Rs.)

Cylinder (14.2 Kg)

2300.00

Cylinder (19 Kg)

2550.00 (with SC valve)

Cylinder (19 Kg)

4800.00 (with LOT valve)

Cylinder (5 Kg)

700.0 (with SC Valve)

Cylinder (47.5 Kg)

6450.0 (with SC valve)

Cylinder (47.5 Kg)

8700.0 (with LOT valve)

LOT Valve

2250.0

SC Valves

180.00

Page 63 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Whenever there is a revision in penal rates by the Corporation, the same shall be applied.
22.0

IOC will not be responsible for theft, fire, accident or any damages, losses etc. accruing
within the boundary area of the site of the HR-Party and it will be the HR-Parties
responsibility to take Insurance charges, appointment of security staff etc. to safeguard IOC’s
property and personnel at their (HR-Parties) risk and cost.

23.0

The factory premises should be opened to IOC officials for on the spot inspection at any point
of time.

24.0

Municipal and other license including ESI, PF and other statutory formalities etc. will totally be
the HR-Party’s responsibility.

25.0

All the documents and formats must be furnished by the HR-Parties whenever they are called
for by the Corporation.

26.0

The HR-Party shall comply all statutory provisions relating to his trade/ business/ profession
including his own employees and the Corporation shall not be responsible for any
compliance/non-compliance of statutory provisions applicable to the HR-Party.

27.0

QUALITY/WORKMANSHIP OF HOT REPAIRED CYLINDERS
The HR-Party shall ensure that the quality of cylinders Hot Repaired is in line with the
specification sheet of the tender. The cylinders received from the HR-Party shall be inspected
by the plant and in case any deviations are observed the same shall be reported to the HRParty. The HR-Party’s authorized representative shall visit the concerned plant within 48
hours of such intimation and prepare joint inspection report.
If the defects observed are minor in nature and could be corrected at plant level the HR-Party
shall carry out the necessary repairs at plant level within the time frame agreed to between
the plant and the HR-Party. If the HR-Party fails to repair the cylinders within the given time
frame satisfactorily, plant may carry out the repairs and debit the actual expenses to the HRParty.
In case of major deviations in workmanship the HR-Party will have to take back the cylinders
to their works and return the same after rectifying the defects, at no additional cost to IOC.
Corporation’s decision regarding nature of defects shall be final and binding on the HR-Party.

Page 64 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
ANNEXURE-XII
(On Non Judicial Stamp Paper - to be typed in double spacing)

PROFORMA OF DECLARATION OF BLACK LISTING/ HOLIDAY LISTING
(FORMAT TO BE TYPED ON TENDERERS' LETTERHEAD AND SUBMITTED ALONG WITH TECHNICAL BID
DOCUMENTS WITH SIGNATURE AND STAMP)

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 Managing Partner nor any
company in which I am a Promoter or a Director or having controlling stake with minimum 26%
share holding have been placed on black list or holiday list declared by Indian Oil Corporation
Ltd. Or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas),
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 or as
a promoter or Director or having controlling stake with minimum 26% share holding of any
company 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), 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 we have not been placed on any holiday list or black list declared by
Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of
petroleum and Natural Gas), except as indicated below:
(Here give particulars of black listing or holiday listing and in the 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 rejec t 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:
SIGNATURE OF TENDERER WITH SEAL

Page 65 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-XIII

INDEMNITY BOND/UNDERTAKING
From M/s. __________________________

__________________________
To, M/s Indian Oil Corporation Ltd (Marketing Division)

1. Work Order No ________________________ date _______________

2. Agreement No ______________________ date _________________

THIS INDEMNITY BOND/UNDERTAKING executed at _____________ this _______ day ______ 20
by M/s _______________________________________ hereinafter called the Contractors (which
expression shall mean and include, if the context so admits, the partners or partner for the time being
of the firm and their or his respective heirs, executors and administrators/ its successors and assign in
law) in favour of M/s INDIAN OIL CORPORATION LIMITED (MKTG. DIV.) a Company incorporation
under the Companies Act I of 1956 and having its Registered Office at G-9, Ali Yavar Jung Marg,
Bandra (E), Mumbai - 400 051, hereinafter called 'the corporation' (which expression shall include its
successors and assigns in law)
WHEREAS the Corporation, desirous of having executed certain work specified in the offer letter/work
order No. __________________ dated __________ issued by the Corporation on the contractors,
describing the work to be done, prepared and the same have been signed by or on behalf of the
parties hereto AND WHEREAS the contractors have agreed with the Corporation to execute and
perform the said work specified in the said offer letter/work order upon certain terms and conditions
provided in the Agreement executed between the contractors and the Corporation and also contained
in the General conditions of contract attached thereto.
AND WHEREAS THE CONTRACTORS are bound by law to comply with the provisions of various
Labour Laws like Minimum wages Act, 1948, equal remuneration Act 1976, Inter-State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act, 1979; Contract Labour
(Regulation and Abolition Act, 1970), Workmen's Compensation Act, 1923, Employees State
Insurance Act as also the Provident Fund Act providing for Provident Fund Scheme for labourers
engaged by the contractors but in the event of violation of the provisions of various amenities and
facilities to the workers under the different labour laws, not only the contractors, but also the
Corporation as the principal employer becomes liable for the acts of commission and omission by the
contractors.

Page 66 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND/UNDERTAKING BY the contractors to
indemnify and keep indemnified the Corporation as stated hereinafter.
The Contractors hereby agree, confirm and declare that they have fully complied/will comply with the
provisions of various labour laws, particularly those referred to herein above and that no violation the
provisions of various amenities and facilities to the workers under different laws has been done by
them and in the event of any past or future violation of the provisions of various labour laws, the
contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages,
costs, charges, expenses, penalties, suits are proceedings which the corporation may incur, suffer or
be put to.
The Contractors hereby undertake to furnish a certificate with regard to the number of labourers
employed by them in the Corporation/ in other organizations throughout the country to the Location
Incharge of the Corporation where the work is undertaken by the Contractors.
The contractors hereby confirm and state that they are duly registered under the Contract Labour
(Regulation and Abolition) Act 1970, as amended from time to time that they undertake to furnish a
certified copy of the requisite licens4e obtained by the contractors from the competent authority to the
Corporation's representative.
The contractors hereby undertake to keep proper record of the attendance of his Labourers and will
give opportunity to the Officers of the Corporation to supervise the same and confirm upon the
Corporations representative the right to countersign the said register. The contractors shall provide a
copy of the pay sheets to the location incharge of the Corporation nominated by the Corporation for
supervision of the payment of wages made to the labourers by the Corporation for supervision of the
payment of wages made to the labourers by the contractors and also confer the right on the
Corporation's representative to supervise the payment of wages to the labourers on the spot.

The contractors state that they are fully aware of provisions of the Provident Fund Act, particularly
with regard to the enrolment of labourers as a member of provident Fund. The contractors further
confirm that they are aware of the provisions that they are fully obliged to recover Provident Fund
contribution from the eligible labourer engaged by them and after adding their own contribution remit
the same to RPFC. The contractors state and confirm that they are fully aware of their obligation to
remit the said amounts on account of Provident Fund to the RPFC within the prescribed period and
they have obtained a separate code number from the RPFC which is bearing Sr. No. __________
dated _______ from RPFC. ______________
The Contractors will afford all opportunities to the Officers of the Corporation to verify that the
Provident Fund actually deducted by the contractors from the wages of the labourers and the same
together with the contractor’s contribution has been duly remitted by the Contractors to the concerned
PF commissioner. The contractors also undertake to provide photocopy of the receipt issued by the
concerned PF Commissioner for having received the PF contribution from the contractors.
In the event the Location Incharge of the Corporation is not satisfied about the Payment of wages
made and the recovery of PF etc. from the labourers employed by the Contractors, the contractors
hereby agree and authorise the Corporation to withhold the payment of their bills till the contractors
complete all the obligations in this matter.

Page 67 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Notwithstanding the provisions contained in clause - 7 above, the contractors hereby undertake and
authorize the Corporation to recover dues payable by the Contractors to the labourers employed by
them as also amounts on account of PF contributions (including the contractors contribution) as also
all losses, damages, cost, charges, expenses, penalties from his bills and other dues including the
security amount.
The contractors hereby agree that the aforesaid indemnity undertakings or in addition to and not in
substitution of the terms and conditions contained in the tender documents and the offer letter/work
order and also the agreement executed by the contractors with the Corporation.
The contractors hereby confirm, agree and record that this letter of undertaking and indemnity bond
shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators
and legal representatives and shall ensure for the Corporation’s benefit and for the benefit of its
successors and assigns.

Yours faithfully
DATE ____________

WITNESS : (1)
(full address)

WITNESS : (2)

(full address)
Note : Indemnity Bond/undertaking is to be submitted on non-judicial stamp paper of Rs.
100/- duly notarized. ‘

Page 68 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

ANNEXURE-XIV

Format (For bank mandate details to be provided on Vendors Letter Head
M/s. Indian Oil Corporation Limited,
Dear Sir
We hereby agree to accept the payments of all our bills (For employees Salary / Bonus / PLI /
adhoc / other) through NEFT/ RTGS/Internet. The desired bank details are given below :
1.

Beneficiary Name

2.

PAN No.

3.

Vendor Code / Employee PF No

4.

Name of Bank (to which payment is to be sent)

5.

Branch Name

6.

Address of the Branch

7.

STD Code & Telephone no of the branch

8.

Branch Code

9.

9 digit code of the bank & branch as appearing on the MICR
Cheque. (Please ensure that the MICR Code should not start
with ZERO) Copy of a cancelled cheque must be enclosed)

10.

Bank account number
appearing on the cheque book)

11.

Account type (SB/CA/CC)

12.

Branch IFSC Code

13.

E-mail address of the vendor

(as

I hereby declare that the particulars given above are correct & complete.

Page 69 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
ANNEXURE-XV
INTEGRITY AGREEMENT

( For contracts above Rs. 10 Crores )

To be executed on plain paper and submitted along with Technical Bid/Tender
documents for tenders having a value of 10 crores or more. To be signed by the bidder
and same signatory competent/authorised to sign the relevant contract on behalf of
IOCL.
(

_______________Division)

Tender no. :__________________

INTEGRITY AGREEMENT

This Integrity Agreement is made at __________ on this ______

day of _____________

BETWEEN
Indian Oil Corporation Limited, a company duly incorporated and validly existing under the provisions
of Companies Act, 1956 and having its registered office at Indian Oil Bhavan, 9, Ali Yavar Jung Marg,
Bandra (East), Mumbai 400051 (hereinafter referred as the ‘Principal/Owner’, which expression shall
unless repugnant to the meaning or context hereof include its successors and permitted assigns)
And
…………….(name and address of the Individual/firm/Company/consortium members through
_____(mention details of duly authorized signatory) hereinafter referred to as the “Bidder/Contractor”
and which expression shall unless repugnant to the meaning or context hereof include its successors
and permitted assigns.
Preamble
WHEREAS the Principal/Owner has floated a tender (Tender No. :
) (hereinafter referred to as
“Tender”) and intends to award, under laid down organizational procedures, contract/s purchase
order/work order for …………..(name of contract/order) or items covered under the tender hereinafter
referred to as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)
and Contractor(s).
AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent
External Monitors (IEM), to monitor the Tender process and the execution of the Contract for
compliance with the principles as laid down in this Agreement.

Page 70 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of
which shall also be read as integral part and parcel of the Tender documents and Contract between
the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesseth as under:
Article 1: Commitment of the Principal/Owner
1) The Principal/Owner commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
a) No employee of the Principal/ Owner, personally or through any of his/her family
members, will, in connection with the Tender, or the execution of the Contract,
demand, take a promise for or accept, for self or third person, any material or
immaterial benefit which the person is not legally entitled to.
b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity
and reason. The Principal/Owner will, in particular, before and during the Tender
process, provide to all Bidder(s) the same information and will not provide to any
Bidder(s) confidential I additional information through which the Bidder(s) could
obtain an advantage in relation to the Tender process or the Contract execution.
c) The Principal/Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2) If the Principal/Owner obtains information on the conduct of any of its employees which is
a criminal offence under the Indian Penal Code (IPC) /Prevention of Corruption Act, 1988
(PC Act) or is in violation of the principles herein mentioned or if there be a substantive
suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.
Article 2-Commitments of the Bidder(s)/Contractor(s)
1) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in
the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the
Tender process or execution of the Contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.

Page 71 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or nonsubmission of bids or any other actions to restrict competitiveness or to cartelize in
the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act. Further the Bidder(s)/Contractor(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or document
provided by the Principal/Owner as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or
transmitted electronically.
d) The Bidder(S)/Contractor(s) of foreign origin shall disclose the names and addresses
of agents/representatives in India, if any. Similarly Bidder(S)/Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if
any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender but not both. Further, in cases where an agent
participates in a tender on behalf of one manufacturer, he would not be allowed to
quote on behalf of another manufacturer along with the first manufacturer in a
subsequent/ parallel tender for the same item as per CVC guidelines dated
21/4/2004.
e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender
as per proforma enclosed) any and all payments he has made, is committed to or
intends to make to agents, brokers or any other intermediaries in connection with the
award of the Contract.
2)

The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

Article 3. Disqualification from Tender Process and exclusion from future contracts
1.

If the Bidder(s)/Contractor(s), either before award or during execution of Contract
has committed a transgression through a violation of Article 2 above or in any other
form, such as to put his reliability or credibility in question, the Principal/Owner is
entitled to disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate the Contract, if already executed or exclude the Bidder/ Contractor from
future contract award processes. The imposition and duration of the exclusion will be
determined by the severity of transgression and determined by the Principal/Owner.
Such exclusion may be for a period of 1 year to 3 years as per the procedure
prescribed in the guidelines for holiday listing of the Principal/Owner.

2.

The Bidder/ Contractor accepts and undertakes to respect and uphold the
Principal/Owner’s absolute right to resort to and impose such exclusion.

Page 72 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
3.

Apart from the above, the Principal/Owner may take action for banning of business
dealings/holiday listing of the Bidder/Contractor as deemed fit by the
Principal/Owner.

Article 4-Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(/Contractor(s):
1)

Forfeiture of EMD/Security Deposit: If the Principal/Owner has disqualified the
Bidder(s) from the Tender process prior to the award of the Contract or terminated
the Contract or has accrued the right to terminate the Contract according to Article 3,
the Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its considered opinion forfeit the Earnest Money
Deposit/ Bid-Security amount of the Bidder/Contractor.

2)

Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder
or Contractor , or of an employee or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of PC Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will
inform the same to the Chief Vigilance Officer.

Article 5- Previous Transgression
1) The Bidder declares that no previous transgressions occurred in the last 3 years with any
other Company in any country confirming to the anti-corruption approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the Tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
Tender process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/ Contractor as deemed fit by the Principal/ Owner.
3) If the Bidder/Contractor can prove that he has resorted \recouped the damage caused by
him and has installed a suitable corruption prevention system, the Principal/Owner may, at
its own discretion as per laid down organizational procedures, revoke the exclusion
prematurely.
Article 6- Equal Treatment of all Bidders/Contractors/Subcontractors
1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Sub-contractors,/
sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.

Page 73 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/Owner and the bidder, along with the Tender or violate its provisions at any
stage of the Tender process, from the Tender process.
Article 7-Independent External Monitor (IEM)
1) The Principal/Owner has appointed competent and credible Independent External Monitor(s)
(IEM) for this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this Pact.
2) The IEM is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairman, Indian Oil Corporation
Limited.
3) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access, without restriction,
to all Project documentation of the Principal/Owner including that provided by the Contractor.
The Contractor will also grant the IEM, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his or any of his Sub-Contractor’s project
documentation. . The IEM is under contractual obligation to treat the information and
documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.
4) In case of tenders having estimated value of Rs 150 Crores or more, the Principal/Owner will
provide to the IEM sufficient information about all the meetings among the parties related to
the Project and shall keep the IEM apprised of all the developments in the Tender Process.
5) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will so inform the
Management of the Principal/Owner and request the Management to discontinue or take
corrective action, or to take other relevant action. The IEM can in this regard submit nonbinding recommendations. Beyond this, the IEM has no right to demand from the parties that
they act in a specific manner, refrain from action or tolerate action.
6) The IEM will submit a written report to the Chairman, Indian Oil Corporation Limited within 6
to 8 weeks from the date of reference or intimation to him by the Principal/Owner and,
should the occasion arise, submit proposals for correcting problematic situations.
7) If the IEM has reported to the Chairman, Indian Oil Corporation Limited a substantiated
suspicion of an offence under the relevant IPC/PC Act, and the Chairman, IOCL has not,
within reasonable time taken visible action to proceed against such offence or reported it to
the Chief Vigilance Officer, the IEM may also transmit the information directly to he Central
Vigilance Commissioner.
8) The word “IEM” would include both singular and plural.

Page 74 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

Article 8- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the Contractor/Vendor 12
months after the completion of work under the Contract or till the continuation of defect liability
period, whichever is more and for all other Bidders, till the Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pact as specified above, unless it is discharged/determined by the Chairman,
IOCL.
Article 9-Other Provisions
1) This Pact is subject to Indian law, place of performance and jurisdiction is the Head
Office/Head quarters of the Division of the Principal/Owner, who has floated the Tender.
2) Changes and supplements need to be made in writing. Side agreements have not been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners
and consortium members. In case of a Company, the Pact must be signed by a representative
duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.
5) Any dispute or difference arising between the parties with regard to the terms of this
Agreement/Pact, any action taken by the Owner/Principal in accordance with this Agreement/
Pact or interpretation thereof shall not be subject to arbitration.
Article 10- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Pact will have precedence over the Tender/Contract documents with
regard any of the provisions covered under this Pact.
IN WITNESS WHEREOF the parties have signed and executed this Pact at the place and date first
above mentioned in the presence of following witnesses:

_________________________
(For and on behalf of Principal/Owner)

Page 75 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
__________________________
(For and on behalf of Bidder/Contractor)

WITNESSES:

1.______________ (signature, name and address)
______________

2.________________ (signature, name and address)
________________

Note: In case of Purchase Orders wherein formal agreements are not signed references to witnesses
may be deleted from the last part of the Agreement.

Page 76 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
ANNEXURE-XVI
PROFORMA OF TENDER NOT TEMPERED
(TO BE EXECUTED ON STAMP PAPER DULY NOTORIZED)
Note: copy to be uploaded along with tender and original to be submitted during
documents verification.
Subject: Tender No: ________________________________ due on ___________.
I/We _________________________________________________ (Name of Bidder),
hereby declare that:


I/We have not tampered or modified the subject tender document in any manner and before
uploading, same has been cross-checked with documents hosted on your e-portal
https://iocletenders.gov.in. In case, if same is found to be tampered/modified, I/We
understand that my/our tender will be summarily rejected and EMD/SD may be forfeited and
I am/We are liable to be banned from doing business with and/or prosecuted.



I/We, hereby confirm that if any discrepancy observed in the submitted tender even at a
future date, I/We will abide by all the terms and conditions as per all the documents hosted
including Addendums/Changes/Corrigendum, on your e-portal related with subject tender.
I/We further assure that we agree to all the decisions confirmed in Pre-Bid Conference of the
subject tender.

Tenderer's Signature & Seal

Date:
Place:

Witness:
1)

Name & Address: ______________________
____________________________________
____________________________________

2)

Name & Address: ______________________
____________________________________
____________________________________

Page 77 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
TECHNICAL ESTIMATE / SCHEDULE OF RATES
Estimated rate of various items for hot repair jobs, rejection, de-shaping & transportation is given in
the table below. Tenderers are required to study the rates and quote their most competitive offer in
uniform percentage in the BOQ (price bid format) attached separately as excel worksheet.

Sl.
No.

Item Description for Loni BP

1.00

1.10

Inspection & segregation, by
Repairer’s representative, of HR due
cylinders as-per IS:13258/ IS 5845
from the stacked lot and stacking
the scrap cylinders separately.
Noting down the details of
individual cylinders and getting the
same checked on random basis by
Plant Officers.
14.2 kg cylinders

1.11

Quantity

Units

Estimated
Rate

TOTAL
AMOUNT

24000.00 Nos

10.9100

261840.00

19 kg cylinders

1200.00 Nos

13.0900

15708.00

1.13

5 kg cylinders

240.00 Nos

6.5400

1569.60

2.00

Preliminary inspection and
segregation of cylinders at
repairer’s premises, inspection by
BIS, Complete Hot Repairing/
Reconditioning of cylinders as per
IS: 13258 latest (Code of practice for
inspection and reconditioning of
used LPG Cylinders) or any other
relevant IS Code / Specification as
published by BIS. Degassing,
removal of internal rust/foreign
material, internal cleaning through
external cleaning, minimum)
allowable thickness verification, tare
weight verification, heat treatment,
De–denting of cylinders, hydrostatic
testing/hydrostatic stretch testing,
shot blasting, metallizing and
painting (as specified), fixing the
valve, punching the markings on
Valve Protecting ring/Foot-ring,
pneumatic testing, stenciling
“INDANE” Logo which should be
screen printed in HINDI and
ENGLISH, and other messages etc.
Page 78 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
conforming to drawing, all
documentation & certification and
including loading/unloading of
cylinders back to respective bottling
plant.
22800.00 Nos

176.6600

4027848.00

19 kg cylinders

1140.00 Nos

185.3900

211344.60

2.13

5 kg cylinders

228.00 Nos

109.0500

24863.40

3.00

3.11

Cutting away the existing VP ring
which are deemed irreparable by
inspecting authority and supplying
and welding a NEW VP ring with
three Vertical Stays on the top of the
cylinder as per the drawing
enclosed.
14.2 kg cylinders

22800.00 Nos

58.8900

1342692.00

3.12

19 kg cylinders

1140.00 Nos

69.7900

79560.60

3.14

5 kg cylinders

228.00 Nos

45.8000

10442.40

4.00

4.10

Cutting away the foot ring which are
deemed irreparable by the
inspecting authority and supplying
and welding a NEW foot ring at the
bottom of the cylinder as per the
drawing enclosed.
14.2 kg cylinders

22800.00 Nos

58.8900

1342692.00

4.11

19 kg cylinders

1140.00 Nos

69.7900

79560.60

4.13

5 kg cylinders

228.00 Nos

45.8000

10442.40

5.00

5.10

Rejection of cylinders during process.
Noting down the details of cylinders
with reasons for which the cylinders
are rejected.
14.2 kg cylinders

1200.00 Nos

23.9900

28788.00

5.11

19 kg cylinders

60.00 Nos

27.2600

1635.60

5.13

5 kg cylinders

12.00 Nos

16.3600

196.32

2.10

14.2 kg cylinders

2.11

Page 79 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs

6.10

De-shaping of rejected cylinders :
The cylinders segregated for deshaping arising out of the
inspection/tests shall be destroyed
by flattering. This can be achieved
by pressing such cyls flat under a
300/350 MT press. All markings on
the cyl shall be defaced before the
cyl is de-shaped. Details to be
maintained in a separate register
before the cylinder are scrapped.
a) Name of the Manufacturer
b) Serial no. of the cylinder
c) Date/year of manufacture
d) Reasons for rejection
14.2 kg cylinders

6.11

6.00

1200.00 Nos

21.8100

26172.00

19 kg cylinders

60.00 Nos

27.2600

1635.60

6.13

5 kg cylinders

12.00 Nos

16.3600

196.32

7.00

7.10

Transportation of cylinders: The
transportation rate for picking up
the cylinder from the plants and
delivering the same after repairs.
The rate should be inclusive of
octori, Service charges, taxes,
levies, loading/ unloading of
cylinders at both end.
14.2 kg cylinders

24000.00 Nos

12.6300

303120.00

7.11

19 kg cylinders

1200.00 Nos

18.9500

22740.00

7.13

5 kg cylinders

240.00 Nos

5.8100

1394.40

8.00

8.10

Total Rates for Testing, Repair &
Transportation of Tested Ok
cylinders ( excl item 5&6) for
following category of cylinders
14.2 kg cylinders

22800.00 Nos

317.9800

7249944.00

8.11

19 kg cylinders

1140.00 Nos

357.0100

406991.40

8.13

5 kg cylinders

228.00 Nos

213.0000

48564.00

9.00

9.11

Total Rates for Rejection ,
Deshaping and Transportation of
Rejected cylinders for following
category of cylinders
14.2 kg cylinders

1200.00 Nos

69.3400

83208.00

9.12

19 kg cylinders

60.00 Nos

86.5600

5193.60

9.14

5 kg cylinders

12.00 Nos

45.0700

540.84

Page 80 of 81

TENDER NO. RCC/NR/UPSO-II/LPG/PT-04/15-16

Due on 30.07.2015 at 1100 Hrs
Total in
Figures
Quoted
Rate in
Words

7794441.84
INR Seventy Seven Lakh Ninety Four
Thousand Four Hundred & Forty One
and Paise Eighty Four Only

Page 81 of 81

Sponsor Documents

Or use your account on DocShare.tips

Hide

Forgot your password?

Or register your new account on DocShare.tips

Hide

Lost your password? Please enter your email address. You will receive a link to create a new password.

Back to log-in

Close