bidding document for engineering, procurement & construction

151
IMPLEMENTATION OF SAFETY MEASURES & UP-GRADATION OF EXISTING TANK FARMS IN ASSAM OF OIL INDIA LIMITED (INTERNATIONAL COMPETITIVE BIDDING) OIL’S IFB NO.: CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-8000/7001)) BIDDING DOCUMENT FOR ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY BASIS Prepared & Issued by: Regional Office: 5 th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017 Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

Transcript of bidding document for engineering, procurement & construction

Page 1: bidding document for engineering, procurement & construction

  

IMPLEMENTATION OF SAFETY MEASURES & UP-GRADATION OF EXISTING TANK FARMS IN ASSAM

OF OIL INDIA LIMITED

(INTERNATIONAL COMPETITIVE BIDDING)

OIL’S IFB NO.: CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-8000/7001))

BIDDING DOCUMENT

FOR

ENGINEERING, PROCUREMENT & CONSTRUCTION OF COMPOSITE WORKS ON LUMP SUM TURNKEY

BASIS

Prepared & Issued by:

Regional Office: 5th Floor, A.G. Towers, 125/1, Park Street, Kolkata-700017  

Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

Page 2: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 1 of 18

MASTER INDEX

Name of Work : Engineering, Procurement & Construction of Composite Works on Lump Sum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in Assam of Oil India Ltd.

OIL's Tender No. : CDG8364P13(EIL’s Bidding Document No.: BM/A345-000-PK-TN-000/7001)

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

1.0 Section-I Forwarding Letter ---------------- 0 62.0 Section-II Instruction to Bidders ---------------- 0 16 3.0 Section-III General Conditions of

Contract

---------------- 0 22

4.0 Section-IV Terms of Reference/ Technical Section/ Technical Specification (Comprising of Part ‘A’ To ‘G’)

----------------

PART-A : GENERAL/ TECHNICAL REQUIREMENTS SECTION A-1 : TECHNICAL CHECK LIST: VOL - 1 of 11

A-1.1 Check list for Bid completion (Technical)

A345-000-52-41-EM-04 0 2

A-1.2 Technical Compliance Formats

A-1.2.1 General civil A345-000-16-47-TC-01 0 3 A-1.2.2 Civil& structural A345-000-16-48-TCL-01 0 2 A-1.2.3 Architectural A345-000-16-49-TCL-01 0 2 A-1.2.4 Static Equipment A345-16-46-TCL-0001 0 3 A-1.2.5 Rotating Equipment A345-000-16-45-TC-0010 0 5 A-1.2.6 Packaged Equipment A345-000-16-44-TC-8000 0 4 A-1.2.7 Piping A345-00-16-43-TC-01 0 4 A-1.2.8 Electrical A345-000-16-50-TC-0001 0 4 A-1.2.9 Instrumentation A345-000-16-51-TQS-0001 0 3 A-1.2.10 Construction A345-00-000-19-41-TC01 0 5 SECTION A-2 : INFORMATION REQUIRED FOR ASSESSMENT OF

WORK: VOL - 1 of 11 A-2 Information required for

Assessment of Quantum of Work

A345-000-68-42-0001 TO 10 0 10

SECTION A-3 : GENERAL PROJECT & PLANNING: VOL - 1 of 11 A-3.1 Introduction, Scope &

Obligation of contractor A345-000-52-41-EM-01 0 11

A-3.2 Project Planning, Scheduling, Monitoring and Control System for LSTK Contract

8-2744-1003 1 15

Attachment-1-Project Schedule Hierarchy Format

8-2744-1003 (Attachment-1) 1

Attachment-2-WBS Format

8-2744-1003 (Attachment-2) 1

Page 3: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 2 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Attachment-3- Monthly Progress Report Format

8-2744-1003 (Attachment-3) 37

Attachment-4- Flow of Documents

8-2744-1003 (Attachment-4) 3

Attachment-5- Indicative Progress Measurement Weightage at Various Levels

8-2744-1003 (Attachment-5) 3

A-3.3 Methodology of Handling and Review Procedure

A345-000-52-41-PP-01 0 12

A-3.4 Requirements During Construction

A345-00-000-19-41-0001 0 2

A-3.4.1 Construction, Supervision and Management

A345-00-000-19-41-0002 0 16

A-3.4.2 QA/QC During Construction

A345-00-000-19-41-0003 0 7

A-3.4.3 Health, Safety and Environment(HSE) Management During Construction

A345-00-000-19-41-0004 0 4

A-3.5 Pre-Commissioning & Commissioning Specifications

A345-52-41-PCS-01 0 17

SECTION A-4 : MANDATORY SPARE PARTS/RECOMMENDED SPARE PARTS : VOL - 1 of 11

A-4.1 General Civil A-4.1-

101 Gen. Civ. Spare Parts For

Duliajan A345-101-16-47-MS-01 0 2

A-4.1-102

Gen. Civ. Spare Parts For Jorhat

A345-102-16-47-MS-01 0 2

A-4.1-103

Gen. Civ. Spare Parts For Moran

A345-103-16-47-MS-01 0 2

A-4.1-104

Gen. Civ. Spare Parts For Tengakhat

A345-104-16-47-MS-01 0 2

A-4.2 Civil & Structural (not applicable)

--

A-4.3 Static Equipment A345-000-16-46-SL-0001 0 1 A-4.3-

101 SED Spare Parts for

Duliajan A345-101-16-46-SL-0001 0 2

A-4.3-102

SED Spare Parts for Jorhat

A345-102-16-46-SL-0001 0 2

A-4.3-103

SED Spare Parts for Moran

A345-103-16-46-SL-0001 0 2

A-4.3-104

SED Spare Parts for Tengakhat

A345-104-16-46-SL-0001 0 2

A-4.4 Rotating Equipment (not applicable)

A-4.5 Packaged Equipment (not applicable)

A-4.6 Piping (Common for all Locations)

A345-00-16-43-MS-01 0 2

A-4.7 Electrical A-4.7-

101 Elect. Spare Parts for

Duliajan A345-101-16-50-SL-0001 0 2

Page 4: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 3 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

A-4.7-102

Elect. Spare Parts for Jorhat

A345-102-16-50-SL-0001 0 2

A-4.7-103

Elect. Spare Parts for Moran

A345-103-16-50-SL-0001 0 2

A-4.7-104

Elect. Spare Parts for Tengakhat

A345-104-16-50-SL-0001 0 2

A-4.8 Instrumentation A345-000-16-51-SL-1001 0 2 A-4.8-

101 Instt. Spare Parts for

Duliajan A345-101-16-51-SL-1001 0 5

A-4.8-102

Instt. Spare Parts for Jorhat

A345-102-16-51-SL-0001 0 5

A-4.8-103

Instt. Spare Parts for Moran

A345-103-16-51-SL-0001 0 5

A-4.8-104

Instt. Spare Parts for Tengakhat

A345-104-16-51-SL-0001 0 5

SECTION A-5 : DOCUMENTS FOR REVIEW : VOL - 1 of 11 A-5.1 NIL A-5.2.1 General Civil A-5.2.1-

101 Gen. Civ. Dwg./Doc. for

Review for Duliajan A345-101-16-47-VDR1 0 4

A-5.2.1-102

Gen. Civ. Dwg./Doc. for Review for Jorhat

A345-102-16-47-VDR1 0 4

A-5.2.1-103

Gen. Civ. Dwg./Doc. for Review for Moran

A345-103-16-47-VDR1 0 4

A-5.2.1-104

Gen. Civ. Dwg./Doc. for Review for Tengakhat

A345-104-16-47-VDR1 0 4

A-5.2.2 Civil & Structural A345-000-16-48-VDR-01 0 1 A-5.2.2-

101 Civil & Strl. Dwg./Doc. for

Review for Duliajan A345-101-16-48-VDR-01 0 3

A-5.2.2-102

Civil & Strl. Dwg./Doc. for Review for Jorhat

A345-102-16-48-VDR-01 0 3

A-5.2.2-103

Civil & Strl. Dwg./Doc. for Review for Moran

A345-103-16-48-VDR-01 0 3

A-5.2.2-104

Civil & Strl. Dwg./Doc. for Review for Tengakhat

A345-104-16-48-VDR-01 0 3

A-5.2.3 Static Equipment A345-000-16-46-VD-0001 0 1 A-5.2.3-

101 SED Dwg./Doc. for Review

for Duliajan A345-101-16-46-VD-0001 0 3

A-5.2.3-102

SED Dwg./Doc. for Review for Jorhat

A345-102-16-46-VD-0001 0 3

A-5.2.3-103

SED Dwg./Doc. for Review for Moran

A345-103-16-46-VD-0001 0 3

A-5.2.3-104

SED Dwg./Doc. for Review for Tengakhat

A345-104-16-46-VD-0001 0 2

A-5.2.4 Rotating Equipment A345-000-16-45-LL-A 5.2.4 2 A-5.2.4-

101 RED Dwg./Doc. for

Review for Duliajan A345-101-16-45-VDR-0010 0 3

A-5.2.4-102

RED Dwg./Doc. for Review for Jorhat

A345-102-16-45-VDR-0010 0 3

A-5.2.4-103

RED Dwg./Doc. for Review for Moran

A345-103-16-45-VDR-0010 0 3

A-5.2.4-104

RED Dwg./Doc. for Review for Tengakhat

A345-104-16-45-VDR-0010 0 3

Page 5: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 4 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

A-5.2.5 Packaged Equipment A345-000-16-44-VDR-8000 0 2 A-5.2.-101 PED Dwg./Doc. for Review

for Duliajan A345-101-16-44-VDR-8000 0 3

A-5.2.5-102

PED Dwg./Doc. for Review for Jorhat

A345-102-16-44-VDR-8000 0 3

A-5.2.5-103

PED Dwg./Doc. for Review for Moran

A345-103-16-44-VDR-8000 0 3

A-5.2.5-104

PED Dwg./Doc. for Review for Tengakhat

A345-104-16-44-VDR-8000 0 3

A-5.2.6 Piping (Common for all Locations)

A345-00-16-43-VDR-01 0 4

A-5.2.7 Electrical A-5.2.7-

101 Elect. Dwg./Doc. for

Review for Duliajan A345-101-16-50-VR-0001 0 3

A-5.2.7-102

Elect. Dwg./Doc. for Review for Jorhat

A345-102-16-50-VR-0001 0 3

A-5.2.7-103

Elect. Dwg./Doc. for Review for Moran

A345-103-16-50-VR-0001 0 3

A-5.2.7-104

Elect. Dwg./Doc. for Review for Tengakhat

A345-104-16-50-VR-0001 0 3

A-5.2.8 Instrumentation (common for all locations)

A345-000-16-51-VDR-0001 0 5

A-5.2.9 Architectural A345-000-16-49-VDR-01 0 2 SECTION A-6 : VENDOR LIST : VOL - 1 of 11 A-6.1 Rotating Items A345-000-16-45-VL-0010 0 2 A-6.2 Piping A-6.3 Electrical A345-000-16-50-VL-0001 0 4 A-6.4 Instrumentation A345-000-16-51-VL-0001 0 6 A-6.5 Civil & Structural A345-000-16-48-VL-01 0 2 A-6.6 Architectural A345-000-16-49-VL-01 0 2 A-6.7 General Civil A345-000-16-47-VL01 0 4 A-6.8 Packaged Items A345-000-16-44-VL-8000 0 2 PART-B : PROCESS PACKAGE: VOL - 2 of 11 B-1 Process Design Basis A345-52-41-PDB-1001 A 8 B-2 Piping and Instrumentation

Diagram B-2-100 Piping and Instrumentation

Diagram IndexA345-02-41-000-DI-1001 0 1

Standard Symbols & Nomenclature

A345-02-41-101-1191 0 1

B-2-101 P&ID. for Duliajan Facility A345-02-41-101-1114 0 2 B-2-102 P&ID. of Jorhat Facility A345-02-41-102-1111 0 1 B-2-103 P&ID. for Moran Facility A345-02-41-103-1113 0 1 B-2-104 P&ID. of Tengakhat

FacilityA345-02-41-104-1112 0 2

B-3 Process Data Sheet B-3-101 PDS. for Duliajan PDS Index for Duliajan A345-101-02-DSI-2001 0 1 MOV d/s for Duliajan A345-101-02-DS-2814 0 13 Level Instrument d/s for

DuliajanA345-101-02-DS-2214 0 4

Temperature Instrument d/s for Duliajan

A345-101-02-DS-2114 0 4

Page 6: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 5 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Thermal Safety Valve d/s for Duliajan

A345-101-02-DS-2514 0 6

Gas Detector d/s for Duliajan

A345-101-02-DS-2714 0 9

B-3-102 PDS. for Jorhat PDS Index for Jorhat A345-102-02-DSI-2001 0 1 MOV d/s for Jorhat A345-102-02-DS-2811 0 8 Level Instrument d/s for

JorhatA345-102-02-DS-2211 0 4

Temperature Instrument d/s for Jorhat

A345-102-02-DS-2111 0 2

Thermal Safety Valve d/s for Jorhat

A345-102-02-DS-2511 0 2

Gas Detector d/s for Jorhat

A345-102-02-DS-2711 0 6

B-3-103 PDS for Moran PDS Index for Moran A345-103-02-DSI-2001 0 1 MOV d/s for Moran A345-103-02-DS-2813 0 8 Level Instrument d/s for

MoranA345-103-02-DS-2213 0 4

Temperature Instrument d/s for Moran

A345-103-02-DS-2113 0 2

Thermal Safety Valve d/s for Moran

A345-103-02-DS-2513 0 4

Gas Detector d/s for Moran

A345-103-02-DS-2713 0 5

B-3-104 PDS for Tengakhat PDS Index for Tengakhat A345-104-02-DSI-2001 0 1 MOV d/s for Tengakhat A345-104-02-DS-2812 0 3 Level Instrument d/s for

TengakhatA345-104-02-DS-2212 0 3

Temperature Instrument d/s for Tengakhat

A345-104-02-DS-2112 0 2

Gas Detector d/s for Tengakhat

A345-104-02-DS-2712 0 8

PART-C SECTION C-1 : SCOPE OF SUPPLY/WORKS : VOL - 3 of 11 C-1.1 Introduction, Brief

Description and Exclusions C-1.2 Preamble C-1.3 General Civil C-1.3-101 Gen. Civil SOW for Duliajan A345-101-16-47-SW01 0 13 C-1.3-102 Gen. Civil SOW for Jorhat A345-102-16-47-SW01 0 13 C-1.3-103 Gen. Civil SOW for Moran A345-103-16-47-SW01 0 13 C-1.3-104 Gen. Civil SOW for

TengakhatA345-104-16-47-SW01 0 7

C-1.4 Civil & Structural C-1.4-101 Civil & Strl. SOW for

Duliajan A345-101-16-48-SOW-01 0 5

C-1.4-102 Civil & Strl. SOW for Jorhat A345-102-16-48-SOW-01 0 5 C-1.4-103 Civil & Strl. SOW for Moran A345-103-16-48-SOW-01 0 5 C-1.4-104 Civil & Strl. SOW for

TengakhatA345-104-16-48-SOW-01 0 5

C-1.5 Static Equipment A345-000-16-46-SOW-0001 0 1

Page 7: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 6 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

C-1.5-101 SED SOW for Duliajan A345-101-16-46-SOW-0001 0 6 C-1.5-102 SED SOW for Jorhat A345-102-16-46-SOW-0001 0 6 C-1.5-103 SED SOW for Moran A345-103-16-46-SOW-0001 0 6 C-1.5-104 SED SOW for Tengakhat A345-104-16-46-SOW-0001 0 4 C-1.6 Rotating Equipment C-1.6-101 RED SOW for Duliajan A345-101-16-45-SOW-0010 0 4 C-1.6-102 RED SOW for Jorhat A345-102-16-45-SOW-0010 0 4 C-1.6-103 RED SOW for Moran A345-103-16-45-SOW-0010 0 4 C-1.6-104 RED SOW for Tengakhat A345-104-16-45-SOW-0010 0 4 C-1.7 Packaged Equipment C-1.7-101 PED SOW for Duliajan A345-101-16-44-SOW-8000 0 4 C-1.7-102 PED SOW for Jorhat A345-102-16-44-SOW-8000 0 4 C-1.7-103 PED SOW for Moran A345-103-16-44-SOW-8000 0 4 C-1.7-104 PED SOW for Tengakhat A345-104-16-44-SOW-8000 0 4 C-1.8 Piping C-1.8-101 Piping SOW for Duliajan A345-101-16-43-SW-01-0 0 12 C-1.8-102 Piping SOW for Jorhat A345-102-16-43-SW-01-0 0 11 C-1.8-103 Piping SOW for Moran A345-103-16-43-SW-01-0 0 12 C-1.8-104 Piping SOW for Tengakhat A345-104-16-43-SW-01-0 0 11 C-1.9 Electrical C-1.9-101 Elect. SOW for Duliajan A345-101-16-50-SOW-0001 0 7 C-1.9-102 Elect. SOW for Jorhat A345-102-16-50-SOW-0001 0 7 C-1.9-103 Elect. SOW for Moran A345-103-16-50-SOW-0001 0 8 C-1.9-104 Elect. SOW for Tengakhat A345-104-16-50-SOW-0001 0 7 C.1.10 Instrumentation A345-000-16-51-SOW-1001 0 2 C-1.10-

101 Instt. SOW for Duliajan A345-101-16-51-SOW-0001 0 19

C-1.10-102

Instt. SOW for Jorhat A345-102-16-51-SOW-0001 0 19

C-1.10-103

Instt. SOW for Moran A345-103-16-51-SOW-0001 0 19

C-1.10-104

Instt. SOW for Tengakhat A345-104-16-51-SOW-0001 0 17

C.1.11 Architectural A345-000-16-49-SOW-01 0 4 SECTION C-2 : DESIGN BASIS / PHILOSOPHY : VOL - 3 of 11 C-2.1 General Civil A345-16-47-DB-0001 0 18 C-2.2 Civil & Structural A345-000-16-48-EDB-01 0 16 C-2.2.1 Engineering Design Basis

– Geotechnical (Not Applicable)

C-2.2.2 Site specific Seismic Spectra (Not Applicable)

C-2.3 Static Equipment A345-000-16-46-EDB-0001 0 13 C-2.4 Rotating Equipment A345-000-16-45-DB-0001 0 10 C-2.5 Packaged Equipment A345-00-16-44-DB-01 1 6 C-2.6.1 Piping Part 1 A345-00-16-43-DB-01 1 24 C-2.6.2 Piping Part 2 A345-00-16-43-DB-02 1 4 C-2.7 Electrical A345-00-16-50-DB-01 0 19 C-2.8 Instrumentation A345-00-16-51-DB-01 2 16 A345-00-16-51-DB-02 0 10 7-52-0001 2 4 7-52-0002 2 3 C-2.9 Architectural A345-000-16-49-EDB-01 0 18

Page 8: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 7 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

SECTION C-3 : JOB SPECIFICATION AND DATA SHEETS : VOL – 4 of 11

C-3.1 General Civil C-3.1-

101 Gen. Civil Job Spec. for

Duliajan A345-101-16-47-JS01 0 2

C-3.1-102

Gen. Civil Job Spec. for Jorhat

A345-102-16-47-JS01 0 2

C-3.1-103

Gen. Civil Job Spec. for Moran

A345-103-16-47-JS01 0 2

C-3.1-104

Gen. Civil Job Spec. for Tengakhat

A345-104-16-47-JS01 0 2

C-3.2-000

Civil & Structural (Common for All Locations)

A345-000-16-48-SP-01 0 15

C-3.3 Static Equipment A345-000-16-46-SP-0001 0 1 C-3.3-

101 SED Job Spec. for

Duliajan A345-101-16-46-SP-0001 0 5

C-3.3-102

SED Job Spec. for Jorhat A345-102-16-46-SP-0001 0 5

C-3.3-103

SED Job Spec. for Moran A345-103-16-46-SP-0001 0 5

C-3.3-104

SED Job Spec. for Tengakhat

A345-104-16-46-SP-0001 0 5

C-3.4 Rotating Equipment C-3.4-

101 RED Job Spec. for

Duliajan

Datasheet for Jockey Pumps-Duliajan

A345-101-16-45-DS-0010 0 2

Datasheet for Main Fire Water Pumps-Duliajan

A345-101-16-45-DS-0020 0 2

Datasheet for Diesel Engine-Duliajan

A345-101-16-45-DS-0030 0 6

Datasheet for Coupling-Duliajan

A345-101-16-45-DS-0040 0 2

Datasheet for ACHE-Duliajan

A345-101-16-45-DS-0050 0 1

Job Spec.-Rotating Equipment-Duliajan

A345-101-16-45-SP-0060 0 11

Experience Record Proforma-Pumps-Duliajan

A345-101-16-45-ERP-0070 0 04

Experience Record Proforma-Diesel Engine-Duliajan

A345-101-16-45-ERP-0080 0 3

C-3.4-102

RED Job Spec. for Jorhat

Datasheet for Jockey Pumps-Jorhat

A345-102-16-45-DS-0010 0 2

Datasheet for Main Fire Water Pumps-Jorhat

A345-102-16-45-DS-0020 0 2

Datasheet for Diesel Engine-Jorhat

A345-102-16-45-DS-0030 0 6

Datasheet for Coupling-Jorhat

A345-102-16-45-DS-0040 0 2

Page 9: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 8 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Datasheet for ACHE-Jorhat

A345-102-16-45-DS-0050 0 1

Job Spec.-Rotating Equipment-Jorhat

A345-102-16-45-SP-0060 0 11

Experience Record Proforma-Pumps-Jorhat

A345-102-16-45-ERP-0070 0 4

Experience Record Proforma-Diesel Engine-Jorhat

A345-102-16-45-ERP-0080 0 3

C-3.4-103

RED Job Spec. for Moran

Datasheet for Jockey Pumps-Moran

A345-103-16-45-DS-0010 0 2

Datasheet for Main Fire Water Pumps-Moran

A345-103-16-45-DS-0020 0 2

Datasheet for Diesel Engine-Moran

A345-103-16-45-DS-0030 0 6

Datasheet for Coupling-Moran

A345-103-16-45-DS-0040 0 2

Datasheet for ACHE-Moran

A345-103-16-45-DS-0050 0 1

Job Spec.-Rotating Equipment-Moran

A345-103-16-45-SP-0060 0 11

Experience Record Proforma-Pumps-Moran

A345-103-16-45-ERP-0070 0 4

Experience Record Proforma-Diesel Engine-Moran

A345-103-16-45-ERP-0080 0 3

C-3.4-104

RED Job Spec. for Tengakhat

Datasheet for Jockey Pumps-Tengakhat

A345-104-16-45-DS-0010 0 2

Datasheet for Main Fire Water Pumps-Tengakhat

A345-104-16-45-DS-0020 0 2

Datasheet for Diesel Engine-Tengakhat

A345-104-16-45-DS-0030 0 6

Datasheet for Coupling-Tengakhat

A345-104-16-45-DS-0040 0 2

Datasheet for ACHE-Tengakhat

A345-104-16-45-DS-0050 0 1

Job Spec.-Rotating Equipment-Tengakhat

A345-104-16-45-SP-0060 0 11

Experience Record Proforma-Pumps-Tengakhat

A345-104-16-45-ERP-0070 0 4

Experience Record Proforma-Diesel Engine-Tengakhat

A345-104-16-45-ERP-0080 0 3

C-3.5 Packaged Equipment C-3.5-

101 PED Job Spec. for

Duliajan A345-101-16-44-SP-8000 0 23

C-3.5-102

PED Job Spec. for Jorhat A345-102-16-44-SP-8000 0 23

C-3.5-103

PED Job Spec. for Moran A345-103-16-44-SP-8000 0 23

Page 10: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 9 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

C-3.5-104

PED Job Spec. for Tengakhat

A345-104-16-44-SP-8000 0 7

C-3.6 Piping (Common for all Locations)

A345-00-16-43-SP-01-0 0 7

C-3.7 Electrical C-3.7-

101 Elect. Job Spec. for

Duliajan A345-101-16-50-SP-0001 0 13

Data sheet – Vendor’s Scope / Battery Limit

A345-101-16-50-DS-0001 0 1

Data sheet for 415V SWBD

A345-101-16-50-DS-0002 0 4

Data sheet for 415V motor A345-101-16-50-DS-0003 0 1 Data sheet for MV cable A345-101-16-50-DS-0004 0 1 Data sheet for lighting

fixture scheduleA345-101-16-50-DS-0005 0 3

Data sheet for MOV actuator

A345-101-16-50-DS-0006 0 1

Data sheet for Dry Type transformer

A345-101-16-50-DS-0007 0 2

Data sheet for communication / FA cables

A345-101-16-50-DS-0008 0 3

Data sheet for UPS System

A345-101-16-50-XZ-DS-0009

0 3

Data sheet for Engine Starting Battery and Battery charger

A345-101-16-50-DS-0010 0 1

Data sheet for High Mast Lighting

A345-101-16-50-DS-0011 0 6

Data sheet for Fire Alarm System

A345-101-16-50-DS-0012 0 4

Electrical load data A345-101-16-50-DS-0013 0 2 C-3.7-

102 Elect. Job Spec. for Jorhat A345-102-16-50-SP-0001 0 13

Data sheet – Vendor’s Scope / Battery Limit

A345-102-16-50-DS-0001 0 1

Data sheet for 415V SWBD

A345-102-16-50-DS-0002 0 4

Data sheet for 415V motor A345-102-16-50-DS-0003 0 1 Data sheet for MV cable A345-102-16-50-DS-0004 0 1 Data sheet for lighting

fixture schedule A345-102-16-50-DS-0005 0 3

Data sheet for MOV actuator

A345-102-16-50-DS-0006 0 1

Data sheet for Dry Type transformer

A345-102-16-50-DS-0007 0 2

Data sheet for communication / FA cables

A345-102-16-50-DS-0008 0 3

Data sheet for UPS System

A345-102-16-50-XZ-DS-0009

0 3

Data sheet for Engine Starting Battery and Battery charger

A345-102-16-50-DS-0010 0 1

Page 11: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 10 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Data sheet for Fire Alarm System

A345-102-16-50-DS-0011 0 4

Electrical load data A345-102-16-50-DS-0012 0 2 C-3.7-

103 Elect. Job Spec. for Moran A345-103-16-50-SP-0001 0 13

Data sheet – Vendor’s Scope / Battery Limit

A345-103-16-50-DS-0001 0 1

Data sheet for 415V SWBD

A345-103-16-50-DS-0002 0 4

Data sheet for 415V motor A345-103-16-50-DS-0003 0 1 Data sheet for MV cable A345-103-16-50-DS-0004 0 1 Data sheet for lighting

fixture schedule A345-103-16-50-DS-0005 0 3

Data sheet for MOV actuator

A345-103-16-50-DS-0006 0 1

Data sheet for Dry Type transformer

A345-103-16-50-DS-0007 0 2

Data sheet for communication / FA cables

A345-103-16-50-DS-0008 0 3

Data sheet for UPS System

A345-103-16-50-XZ-DS-0009

0 3

Data sheet for Engine Starting Battery and Battery charger

A345-103-16-50-DS-0010 0 1

Data sheet for Fire Alarm System

A345-103-16-50-DS-0011 0 4

Electrical load data A345-103-16-50-DS-0012 0 2 C-3.7-

104 Elect. Job Spec. for

TengakhatA345-104-16-50-SP-0001 0 10

Data sheet – Vendor’s Scope / Battery Limit

A345-104-16-50-DS-0001 0 1

Data sheet for 415V SWBD

A345-104-16-50-DS-0002 0 4

Data sheet for 415V motor A345-104-16-50-DS-0003 0 1 Data sheet for MV cable A345-104-16-50-DS-0004 0 1 Data sheet for lighting

fixture schedule A345-104-16-50-DS-0005 0 3

Data sheet for MOV actuator

A345-104-16-50-DS-0006 0 1

Data sheet for Dry Type transformer

A345-104-16-50-DS-0007 0 2

Data sheet for Engine Starting Battery and Battery charger

A345-104-16-50-DS-0008 0 1

Electrical load data A345-104-16-50-DS-0009 0 2 C-3.8 Instrumentation A345-000-16-51-SP-1001 0 2 C-3.9 Architectural A345-000-16-49-SP-04 0 39 PART-D DRAWINGS & SKETCHES : VOL – 5 of 11 D.1 General Civil D.1-101 Gen. Civil Dwg. for

Duliajan A345-101-16-47-LD01 0 2

D.1-102 Gen. Civil Dwg. for Jorhat A345-102-16-47-LD01 0 2 D.1-103 Gen. Civil Dwg. for Moran A345-103-16-47-LD01 0 2

Page 12: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 11 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

D.1-104 Gen. Civil Dwg. for Tengakhat

A345-104-16-47-LD01 0 2

PART-D DRAWINGS & SKETCHES : VOL – 6 of 11 D.2 Civil & Structural D.2-000 General Notes (Common

for all locations) A345-000-16-48-4-251 0 1

D.2-101 Civil & Strl. Dwg. for Duliajan

A345-101-16-48-DI-01 0 2

D.2-102 Civil & Strl. Dwg. for Jorhat A345-102-16-48-DI-01 0 2 D.2-103 Civil & Strl. Dwg. for

Moran A345-103-16-48-DI-01 0 2

D.2-104 Civil & Strl. Dwg. for Tengakhat

A345-104-16-48-DI-01 0 2

PART-D DRAWINGS & SKETCHES : VOL – 7 of 11 D.3 Static Equipment A345-000-16-46-DI-0001 0 1 D.3-101 SED Dwg. for Duliajan A345-101-16-46-DI-0001 0 2 D.3-102 SED Dwg. for Jorhat A345-102-16-46-DI-0001 0 2 D.3-103 SED Dwg. for Moran A345-103-16-46-DI-0001 0 2 D.3-104 SED Dwg. for Tengakhat A345-104-16-46-DI-0001 0 2 D.4 Rotating Equipment (not

applicable)

D.5 Packaged Equipment D.5-101 PED Dwg. for Duliajan A345-101-16-44-4001 0 1 D.5-102 PED Dwg. for Jorhat A345-102-16-44-4001 0 1 D.5-103 PED Dwg. for Moran A345-103-16-44-4001 0 1 D.5-104 PED Dwg. for Tengakhat A345-104-16-44-4001 0 1 D.6 Piping D.6-101 Piping Dwg. for Duliajan A345-101-16-43-LL-01 0 2 D.6-102 Piping Dwg. for Jorhat A345-102-16-43-LL-01 0 2 D.6-103 Piping Dwg. for Moran A345-103-16-43-LL-01 0 2 D.6-104 Piping Dwg. for Tengakhat A345-104-16-43-LL-01 0 2 PART-D DRAWINGS & SKETCHES : VOL – 8 of 11 D.7 Electrical D.7-000 Control Philosophy for

Tank body valve MOV’s (For All Locations)

A345-000-16-50-SK-4110 0 1

D.7-101 Elect. Dwg. & Sketches for Duliajan

SLD, Duliajan A345-101-16-50-1010 0 1 Area Classification,

Duliajan A345-101-16-50-0020 0 1

FA Block Diagram, Duliajan

A345-101-16-50-3030 0 1

Overall cable and lighting layout, Duliajan

A345-101-16-50-0060 0 1

Overall Fire Alarm Layout, Duliajan

A345-101-16-50-0070 0 1

Fire Water Lighting layout, Duliajan

A345-101-16-50-1080 0 1

Switch Room Equipment Layout, Duliajan

A345-101-16-50-3090 0 1

Page 13: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 12 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

D.7-102 Elect. Dwg. & Sketches for Jorhat

SLD, Jorhat A345-102-16-50-1010 0 1 Area Classification, Jorhat A345-102-16-50-0020 0 1 FA Block Diagram, Jorhat A345-102-16-50-3030 0 1 Overall cable and lighting

layout, Jorhat A345-102-16-50-0060 0 1

Overall Fire Alarm Layout, Jorhat

A345-102-16-50-0070 0 1

Fire Water Lighting layout, Jorhat

A345-102-16-50-1080 0 1

Switch Room Equipment Layout, Jorhat

A345-102-16-50-3090 0 1

D.7-103 Elect. Dwg. & Sketches for Moran

SLD, Moran A345-103-16-50-1010 0 1 Area Classification, Moran A345-103-16-50-0020 0 1 FA Block Diagram, Moran A345-103-16-50-3030 0 1 Overall cable and lighting

layout, Moran A345-103-16-50-0060 0 1

Overall Fire Alarm Layout, Moran

A345-103-16-50-0070 0 1

Fire Water Lighting layout, Moran

A345-103-16-50-1080 0 1

Switch Room Equipment Layout, Moran

A345-103-16-50-3090 0 1

D.7-104 Elect. Dwg. & Sketches for Tengakhat

SLD, Tengakhat A345-104-16-50-1010 0 1 Area Classification,

Tengakhat A345-104-16-50-0020 0 1

Overall cable and lighting layout, Tengakhat

A345-104-16-50-0060 0 1

Fire Water Lighting layout, Tengakhat

A345-104-16-50-1080 0 1

Switch Room Equipment Layout, Tengakhat

A345-104-16-50-3090 0 1

D.8 Instrumentation (common for all locations)

A345-000-16-51-SK-1001 0 2

D.9 Architectural Control Room Plan,

Elevation & Section-Duliajan

A345-101-16-49-1103 0 1

Control Room Plan, Elevation & Section-Jorhat

A345-102-16-49-1103 0 1

Control Room Plan, Elevation & Section-Moran

A345-103-16-49-1103 0 1

FW Pump House Plan, Elevation & Section-Duliajan

A345-101-16-49-1101 0 1

FW Pump House Plan, Elevation & Section-Jorhat

A345-102-16-49-1101 0 1

Page 14: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 13 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

FW Pump House Plan, Elevation & Section-Moran

A345-103-16-49-1101 0 1

FW Pump House Plan, Elevation & Section-Tengakhat

A345-104-16-49-1101 0 1

Switch Room Plan, Elevation & Section-Duliajan

A345-101-16-49-1102 0 1

Switch Room Plan, Elevation & Section-Jorhat

A345-102-16-49-1102 0 1

Switch Room Plan, Elevation & Section-Moran

A345-103-16-49-1102 0 1

Switch Room Plan, Elevation & Section-Tengakhat

A345-104-16-49-1102 0 1

PART-E EIL STANDARD SPECIFICATIONS : VOL - 9 of 11 E.1 General (not applicable) E.2 General Civil A345-000-16-47-LS01 0 3 E.3 Civil & Structural A345-000-16-48-ESP-01 0 2 E.4 Static Equipment A345-000-16-46-SP-0002 0 2 E.5 Rotating Equipment A345-000-16-45-LL-E.5 2 Standard specification for

Centrifugal pump (Water Service)

6-41-0003

19

Standard specification for Diesel Engine 6-43-0040 17

Standard Specification for erection of equipment and machinery

6-76-0001 22

Spec. for Quality management system requirements from Bidders

6-78-0001 7

Specification for Documentation requirement from Contractors

6-78-0002

8

Specification for Documentation Requirement from Suppliers

6-78-0003

8

E.6 Packaged Equipment A345-000-16-44-ESP-8000 0 2 AIR CONDITIONING

SYSTEM6-37-0013 4 28

HOT CRANE 6-48-0003 3 9

ERECTION OF EQUIPMENT MACHINERY

6-76-0001 2 22

SURFACE PREPARATION AND PROTECTIVE COATING

6-79-0020 0 59

E.7 Piping A345-101-16-43-LL-02 0 2

Page 15: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 14 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

PART-E EIL STANDARD SPECIFICATIONS : VOL - 10 of 11

E.8 Electrical Specification for

flameproof control stations 6-51-0006 4 07

Specification for flameproof lighting and power panels

6-51-0008 4 07

Specification for UPS system.

6-51-0017 5 23

Specification for MV switchboard

6-51-0018 4 16

Specification for FLP Plugs, Sockets & Hand Lamps

6-51-0021 4 08

Specification for engine starting battery and charger.

6-51-0030 2 9

Specification for MV motors

6-51-0032 4 14

Specification for high mast lighting system

6-51-0039 2 11

Specification for dry type lighting transformer

6-51-0042 4 6

Specification for MV and HV cables and accessories

6-51-0051 6 10

Specification for communication and fire alarm cables

6-51-0052 5 10

Specification for hazardous area lighting fixtures and JBs

6-51-0061 4 07

Specification for fire detection and alarm system

6-51-0076 4 25

Specification for electrical equipment installation

6-51-0081 3 15

Specification for cable installation

6-51-0082 3 11

Specification for lighting installation

6-51-0083 3 12

Specification for earthing installation

6-51-0084 3 7

Specification for field inspection, testing and commissioning of Electrical installation

6-51-0087 2 08

Specification for electrical MOV actuator

6-51-0091 3 10

Design philosophy for electrical facilities

6-51-0099 5 23

Inspection test plan for flameproof control stations

6-81-1006 2 05

Page 16: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 15 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Inspection & test plan for flameproof lighting and power panels

6-81-1008 1 05

Inspection & test plan for UPS system

6-81-1017 2 06

Inspection test plan for MV switchboards

6-81-1018 2 07

Inspection test plan for MV induction motors

6-81-1032 2 06

Inspection & test plan for high mast lighting system

6-81-1039 0 05

Inspection & test plan for dry type lighting transformer

6-81-1042 1 05

Inspection test plan for HV and MV cables and accessories

6-81-1051 2 06

Inspection test plan for hazardous area lighting fixtures and JBs

6-81-1061 2 06

Inspection & test plan for fire detection & alarm system

6-81-1076 2 07

E.9 Instrumentation A345-000-16-51-SP-1002 0 3 PART-F ENGINEERING/INSTALLATION STANDARDS :

VOL - 11 of 11 F.1 General (not applicable) F.2 General Civil A345-000-16-47-LS02 0 3 F.3 Civil & Structural A345-000-16-48-EST-01 0 3 F.4 Static Equipment A345-000-16-46-SP-0003 0 2 F.5 Rotating Equipment (not

applicable) F.6 Packaged Equipment A345-000-16-44-EST-8000 0 2 CRANE RAIL FIXING

DETAILS 7-68-0205 4 2

INSTRUCTIONS TO VENDOR FOR SITE PERFORMANCE GUARANTEE REQUIREMENTS FOR PACKAGE UNITS

7-76-0103 1 7

F.7 Piping A345-00-16-43-LL-03-0 0 2 F.8 Electrical Typical Earth Electrode for

Earthing System 7-51-0101 4 1

Typical Earth Electrode in Test Pit

7-51-0102 5 1

Typical Earthing plate & fixing details

7-51-0103 5 1

Page 17: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 16 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Typical arrangement for Earthing of motor

7-51-0104 4 1

Typical earth connection for P.B. station

7-51-0106 4 1

Typical earth connection for lighting poles

7-51-0107 4 1

Typical erarthing of tanks, vessels & spheres

7-51-0108 5 2

Typical earthing arrangement for process equipment

7-51-0111 4 1

Earthing / bonding of pipes and pipe racks

7-51-0112 4 2

Equipment Earthing Schedule

7-51-0116 6 1

Typical details of directly buried earth electrode

7-51-0117 4 1

Typical installation of lighting fixture at ground level

7-51-0201 3 1

Typical installation of flood light fixtures (two) mounted on pole.

7-51-0205 3 2

Typical installation of street lighting fixture

7-51-0207 3 2

Typical marshalling box details for lighting poles

7-51-0208 4 1

Typical installation of high bay lighting fixture

7-51-0216 3 1

Typical installation of aviation obstruction light.

7-51-0220 3 1

Typical installation of Hazardous area well glass ltg. fixture

7-51-0221 3 1

Typical installation of FLP lighting panel

7-51-0225 3 1

Marking of trenches for electric cables

7-51-0301 3 1

Typical section of cable trench in unpaved areas

7-51-0302 3 1

Typical section of RCC cable trench

7-51-0303 4 1

Installation details for conduit or cable support on wall / slab / beam

7-51-0305 3 1

Installation details for control station on structural channel in paved area

7-51-0306 3 1

Connection details for vertical motor and control station (cables below ground)

7-51-0311 3 1

Page 18: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 17 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

Connection details for horizontal motor and control station (cables below ground)

7-51-0312 3 1

Connection details for horizontal motor (cable below ground)

7-51-0313 3 1

Connection details for motor & control station (cable in tray)

7-51-0314 3 1

Installation details for socket / receptacle mounted on wall / column (cable below ground)

7-51-0315 3 1

Installation details for socket / receptacle mounted on column (cable in tray)

7-51-0316 3 1

Installation details for socket / receptacle/ control station mounted on handrail.

7-51-0317 3 1

Details of ERC below grade level

7-51-0322 2 1

Cable termination for motors (Cable laid in trench)

7-51-0325 2 1

Cable termination for motors (Cable laid in trench & GI sleeves)

7-51-0326 2 1

Safety measures for electrical installations during construction

7-51-0332 2 2

Details of hot dip galvanized ladder type cable trays

7-51-0333 1 3

Typical installation details of electrical panels on cable trench

7-51-0336 2 3

Notes, Legend and details for area classification (Onshore oil/Gas installations)

7-51-0701 1 20

F.9 Instrumentation A345-000-16-51-SP-1003 0 2 F.10 Architectural A345-000-16-49-EST-03 0 2 PART-G ITP’s : VOL – 11 of 11 G.1 Construction (not

applicable) G.2 Static Equipment (not

applicable) G.3 Rotating Equipment (not

applicable) G.4 Packaged Equipment A345-000-16-44-ITP-8000 0 2

Page 19: bidding document for engineering, procurement & construction

IMPLEMENTATION OF SAFETY

MEASURES IN OIL TANK FARMS

A345-000-16-42-MI-01 Rev. 0 Page 18 of 18

Sl. No.

Sub Sl. No.

Section No. Description Document No. Rev. No.

No. of Sheets

INSPECTION & TEST PLAN (ITP) FOR HOT CRANE

6-81-0136 0 5

G.5 Piping (not applicable) G.6 Electrical (not applicable) G.7 Instrumentation A345-000-16-51-SP-1004 0 2 G.8 Civil & Structural A345-000-16-48-ITP-01 0 2 G.9 General Civil A345-000-16-47-ITP-01 0 2

5.0 Section-V Schedule of Rates/Price Bid Format

---------------- 0 20

6.0 Section-VI Special Conditions of Contract

---------------- 0 43

7.0 Section-VII Bid Evaluation Criteria/Bid Rejection Criteria

----------------

0 7

8.0 Proformas 8.1 Proforma-I Proforma Letter of

Authority

---------------- 0 1

8.2 Proforma-II Statement of Compliance

---------------- 0 1

8.3 Proforma-IIA Bid Form

---------------- 0 1

8.4 Proforma-IIB Performance Security Form

---------------- 0 1

8.5 Proforma-IIC Contract Form

---------------- 0 2

8.6 Proforma-IID Bid Security Form

---------------- 0 2

8.7 Proforma-III Integrity Pact Proforma

---------------- 0 5

8.8 Proforma-IV Safety Measure

---------------- 0 2

8.9 Proforma-V Format for Specific Experience meeting BRC/ BQC

----------------

0 4

8.10 Proforma-VI Format for Verification Documents(Form A to E)

---------------- 0 5

Page 20: bidding document for engineering, procurement & construction

1 | P a g e   

SECTION - I

Forwarding Letter

Sub.: IFB No CDG8364P13 for Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures and Up-gradation of Existing Tank Farms in Assam of Oil India Ltd ( EIL Bidding Document no. BM/A345-000-PK-TN-8000/7001) Dear Sirs, 1.0 OIL INDIA LIMITED (OIL), a Govt. of India “NAVARATNA” category Enterprise, is a Premier oil Company engaged in exploration, production and transportation of crude oil &

natural gas with its Headquarters at Duliajan, Assam. Duliajan is well connected by Air with nearest Airport being at Dibrugarh, 45 km away.

2.0 In connection with its operations, OIL invites ON-LINE International Competitive Bids (ICB)

from competent and experienced Agencies/Contractors for Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in Assam of Oil India Ltd, on Lump Sum Turnkey Basis. You are invited to submit your most competitive bid on or before the scheduled bid closing date and time through OIL’s E-Procurement portal. For your ready reference, few salient points of the IFB (covered in detail in the Bid Document) are highlighted below:

(i) IFB NO. : CDG8364P13

(EIL Bidding Document no. BM/A345‐000‐PK‐TN‐8000/7001) 

(ii) TYPE OF IFB : Single Stage-2(two) Bid System

(iii) BIDDING DOCUMENT FEE : ` 40,000/- or USD $ 720.00 (Central PSUs and Firms registered with NSIC/Directorate of Industries are exempted from submission of Bidding Doc. Fee)

(iv) LAST DATE FOR RECEIPT : up to 15:30 Hrs (IST) of 11-Jan-2013 OF PRE-BID QUERIES (Bidder's queries should be submitted in a consolidated form and not in piece meal) (v) SITE VISIT DATE : 7th & 8th January 2013

(vi) OIL Contact Person for site visit: 1. P K Goswami [email protected]

Oil India Limited (A Govt. of India Enterprise) P.O. DULIAJAN, DIST. DIBRUGARH, ASSAM, INDIA, PIN-786 602

Page 21: bidding document for engineering, procurement & construction

2 | P a g e   

Mobile No: + 91-9435038673 2. R K Singh [email protected] Mobile No: +91- 9435532813 (vii) PRE BID CONFERRENCE :

a) Time & Date : 1000 Hrs. (IST) on 17th & 18th January’13

b) Venue : Kolkata - For address contact 1. P K Goswami [email protected] Mobile No: + 91-943503867 2. R K Singh [email protected] Mobile No: +91- 9435532813

(viii) BID CLOSING DATE &TIME : At 11:00Hrs(IST) On 12-Feb-2013

(ix) TECHNICAL BID : At 14:00 Hrs(IST) on 12-Feb-2013 OPENING DATE &TIME (x) PRICE BID OPENING DATE : Date, Time & Venue shall be intimated later to & TIME technically acceptable bidders. (xi) BID SECURITY/EARNEST MONEY AMOUNT: `1,23,44,000.00 or

US$ 221,775.00 (xii) BID SECURITY VALIDITY : 210 days from Bid closing date (xiii) BID VALIDITY : 180 days from Bid closing Date (xiv) AMOUNT OF PERFORMANCE : 7.5% of Total Contract value. GUARANTEE (xv) VALIDITY OF PERFORMANCE : 15(fifteen) months from the date of Mechanical

GUARANTEE completion of the job. (xvi) MOBILISATION TIME : 30 days from date of issue of Letter of Award (LOA) by OIL. (xvii) DURATION OF CONTRACT : 12 Months from the date of Letter of Award (LOA) for Mechanical Completion of the Job for all Four Tank Farms.

Page 22: bidding document for engineering, procurement & construction

3 | P a g e   

(xviii) LIQUIDATED DAMAGE DUE TO : 0.50 % of total Contract value for delay per DELAY IN COMPLETITION OF WORK week or part thereof subject to maximum of 7.50 % of contract value. (xix) BIDS TO BE ADDRESSED TO : HEAD-CONTRACTS OIL INDIA LIMITED DULIAJAN – 786602 ASSAM.

3.0 INTEGRITY PACT : The Integrity Pact must be uploaded in OIL’s E- Procurement portal along with the Technical bid duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the Bid.

4.0 PRE-BID CONFERENCE :

4.1 A pre-Bid conference will be held on the date(s) as per the online bid document at Kolkata, India for providing clarifications to prospective bidders on Bid Rejection Criteria (BRC)/Bid Evaluation Criteria (BEC), Terms of Reference/Technical Specifications, Terms and conditions of the IFB to enable them to understand the exact service requirement of the Company. Bidders interested to attend the pre-bid conference should contact/intimate well in advance(at least 5 working days prior to pre-bid conference) for details of the venue & time, to the Head-Contracts, Oil India Ltd., P.O. Duliajan-786602, Phone: 91-374-2808812/2800548, Fax# (91)374-2803549, E-mail: [email protected]  or  Mr. P K Goswami, CEPO at [email protected]   andMobile No: + 91-943503867 or Mr.R K Singh, CE(F) at [email protected]  and Mobile No: +91- 9435532813. Bidders must  purchase  bid  document  to  attend  pre‐bid 

conference. 

 

4.2 At the most 2 (two) representatives from each prospective bidder shall be allowed to participate in the pre-bid conference. All costs for attending the pre-bid conference shall be to prospective bidders’ account. 4.3 The prospective bidders shall submit their queries through E-mail / Fax / Courier addressed to Head-Contracts, Oil India Ltd., Duliajan-786602, Assam, e-mail: [email protected] with a copy to AGM, C&P Department, Engineers India Limited, 125/1 Park Street, A.G. Tower ( 5th Floor), Kolkata- 700017, Phone: 91-33-22276304/ 22296952, Fax: 91-33- 22277692, e-mail: [email protected] at least 5 working days prior to the date of pre-bid conference and such queries must reach OIL’s/EIL’s office at Duliajan/Kolkata well in time. OIL/EIL shall reply /clarify their queries in the pre-bid conference. OIL will not be responsible for non-receipt or late receipt of any bidder’s query in OIL’s/EIL’s office.

Page 23: bidding document for engineering, procurement & construction

4 | P a g e   

5.0 GUIDELINES FOR PARTICIPATING IN OIL’S E-PROCUREMENT :

To participate in OIL’s E-procurement tender, bidders should have a legally valid digital certificate of Class 3 with Organizations Name as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India (http://www.cca.gov.in). Bidders must have a valid User ID to access OIL E-Procurement site. Bidders shall request OIL through a letter along with the cost of bid documents as indicated in the IFB for issue of the User ID for accessing the E- Procurement tender. The User ID shall be issued to the eligible bidders on receipt of the requisite cost of the bid document through e-mail. In case any bidder is exempted from paying the tender fee, they should request OIL with supporting documents for issue of the User ID on free of charge basis. Bidders, who do not have a user ID, can click on Guest login button to view the available open tenders. The detailed guidelines are available in OIL’s E-Procurement site. For any clarification in this regard, bidders may contact OIL.

6.0 IMPORTANT NOTES :

Bidders shall take note of the following important points while participating in OIL’s E-Procurement tender :

i) The bid along with all supporting documents must be submitted through OIL’s E-Procurement site only except the following documents which shall be submitted manually by the bidder in sealed envelope super scribed with OIL’s IFB No. and Bid Closing date to Head-Contracts, Contracts Department, Oil India Limited, Duliajan-786602, Assam(India): a) Proof of submission of Bidding Document Fee b) Original Bid Security c) Printed catalogue and Literature, if called for in the tender. d) Power of Attorney for signing the bid. e) Any other document required to be submitted in original as per

tender requirement.(specific documents to be submitted)

The above documents including the Original bid security must be received at OIL’s Contract office on or before 12:45Hrs(IST) on the bid closing date . A scanned copy of the Bid Security shall also be uploaded by the bidder along with their Technical Bid in OIL’s E-Procurement site.

ii) Bid should be submitted online in OIL’s E-Procurement site up to 11:00 Hrs (IST)(Server Time) on the bid closing date as mentioned and will be opened on the same day at 14:00 Hrs (IST) at the office of the Head-Contracts in presence of the authorized representatives of the bidders.

iii) The authenticity of digital signature shall be verified through authorized CA after bid opening. If the digital signature used for signing is not of “Class -3” with Organizations name, the bid will be rejected.

Page 24: bidding document for engineering, procurement & construction

5 | P a g e   

iv) Bidder is responsible for ensuring the validity of digital signature and its proper usage by their employee.

7.0 The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidders are required to submit both the “TECHNICAL” and “PRICE” bids through electronic form in the OIL’s E- Procurement portal within the Bid Closing Date and Time stipulated in the e-Tender. Please ensure that TECHNICAL Bid / all technical related documents related to the tender are to be uploaded in the c-Folder link (collaboration link) under Un-priced Bid Tab Page only. Please note that no price details should be uploaded as c-Folder link (collaboration link) under Un-priced Bid Tab Page. Details of prices as per Price Bid format can be uploaded as Attachment in the attachment link Search and Add under “Unpriced Bid” under “General Data”. Screen shots in this regard are given below. Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Part-2 (Refer Clause 1.0 of (B) Commercial.

 

On change Mode- The following screen will appear. Bidders are advised to upload “Technical Bid” and “Priced Bid” in the places as indicated below:

Go to this Tab for Uploading “Technical 

Bid” as well as “Priced Bid” files. 

Page 25: bidding document for engineering, procurement & construction

6 | P a g e   

 

 

* The “Technical Bid” shall contain all Technical details except the prices.

** The “Priced bid” must contain the prices as per the price schedule(Proforma-B)

8.0 OIL now looks forward to your active participation in the IFB. Thanking You, Yours Faithfully, (U.R.Borah) Head-Contracts For Resident Chief Executive  

Area for uploading 

Priced Bid** 

C‐Folder Link (Area for 

uploading Technical 

Bid*) 

Bid on Change Mode 

Page 26: bidding document for engineering, procurement & construction

 

1 | P a g e   

SECTION-II

INSTRUCTIONS TO BIDDERS

1.0 Bidder shall bear all costs associated with the preparation and submission of bid. Oil India Limited, hereinafter referred to as Company, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

A. BID DOCUMENTS

2.0 The services required, bidding procedures and contract terms are prescribed in the Bidding Documents. This Bid Document includes the following:

(a) A forwarding letter highlighting the following points (Section-I): (i) Company’s IFB (Tender) No. & Type. (ii) Tender/Bidding Document Fee. (iii) Last date of receipt of pre-bid queries (iv) Pre-Bid Conference place (v) Bid closing/opening date and time (vi) Amount of Bid Security/Earnest Money Deposit & Validity. (vii) Amount of Performance Guarantee/Security. (viii) Validity of Performance Security. (ix) Bid Validity. (x) Mobilization Time. (xi) Quantum of liquidated damages for default in timely

Completion (xii) Duration of Contract.

(b) Instruction to Bidders (Section-II) (c) General Conditions of Contract (Section- III) (d) Terms of Reference/Technical specification (Section -IV) (e) Schedule of Prices/Price bid Format (Section-V) (f) Special Conditions of Contract (Section- VI) (g) Bid Evaluation Criteria/Bid Rejection Criteria - (Section-VII) (h) Proforma Letter of Authority (Proforma--I) (i) Statement of Compliance (Proforma-II) (j) Bid Form (Proforma-IIA) (k) Performance Security Form (Proforma-IIB) (l) Contract Form (Proforma-IIC) (m) Bid Security Form (Proforma-IID)

(n) Integrity Pact Proforma (Proforma-III) (o) Safety Measure (Proforma-IV) (p) Format for Specific Experience meeting BRC/ BQC ( Forforma-V) (q) Format for Verification of Documents (Proforma-VI (Form A to FORM D)

Page 27: bidding document for engineering, procurement & construction

 

2 | P a g e   

2.1 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding Documents. Failure to furnish all information required in the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder's risk & responsibility and may result in the rejection of its Bid.

3.0 PRE-BID CONFERENCE :

3.1 As detailed in Para4.0 of the Forwarding letter under Section-I of the Bid Document

4.0 AMENDMENT OF BIDDING DOCUMENTS :

4.1 At any time prior to the deadline for submission of Bids, the company may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents by the issuance of an Addendum.

4.2 The Addendum will be uploaded in OIL’s E- Tender Portal in the C- folder under tab “Amendments to tender documents”. Bidders to whom Company has issued Bid documents/all prospective bidders shall also be intimated about the amendments through E-mail/Fax/courier etc. Company may, at its discretion, extend the deadline for Bid submission, if the Bidders are expected to require additional time in which to take the Addendum into account in preparation of their Bid or for any other reason. Bidders shall also check OIL’s E-Tender portal [C-folder under the tab “Amendments to Tender Documents”] for any amendments to the bid documents before submission of their bids.

B. PREPARATION OF BIDS

5.0 LANGUAGE OF BIDS:

The bid as well as all correspondence and documents relating to the Bid exchanged between the Bidder and the company shall be in English language, except that any printed literature may be in another language provided it is accompanied by an English translated version, which shall govern for the purpose of bid interpretation.

5.1 BIDDER’S/AGENT’S NAME & ADDRESS : Bidders should indicate in their bids their detailed postal address including the Fax/Telephone / Cell Phone Nos. and E-mail address. Similar information should also be provided in respect of their authorised Agents in India /Local Agents in Duliajan, if any.

Page 28: bidding document for engineering, procurement & construction

 

3 | P a g e   

6.0 DOCUMENTS COMPRISING THE BID: Bids are invited under Single Stage Two Bid System. The bid to be uploaded by the Bidder in OIL’s E-Tender Portal shall comprise of the following components.

(A) TECHNICAL BID

(i) Complete technical details of the offered services and equipment specifications with catalogue, etc. as per terms of reference & Technical specifications/ Technical section (Section-IV) of this Bidding Document.

(ii) Documentary evidence established in accordance with Section-VII, BEC/BRC of this Bid Document.

(ii) Bid Security scanned copy) furnished in accordance with Clause No. 11.0. Original Bid Security to be sent by post/courier separately.

(iii) Statement of Compliance as per PROFORMA –II (iv) Letter of Authority as per PROFORMA-I

(v) Section-V :Copy of Price(Commercial) Bid format without

indicating prices

(vi) Proforma-IIA :Copy of Bid-Form without indicating prices

(vii) Integrity Pact digitally signed by OIL’s competent personnel as Proforma-III attached with the bid document to be digitally signed by the bidder.

(viii) Any other information/details required as per bid document

including Addendum/Corrigendum of this bid document, if issued any.

(B) PRICE (COMMERCIAL) BID: Prices are to be quoted as per online format available in OIL’s E Tender-Portal and shall comprise of the following:

(i) Price-Bid Format/Price Schedule as per Section-V given in the Bidding document duly completed in all respect.

(ii) Bid Form as per Proforma-IIA.

Page 29: bidding document for engineering, procurement & construction

 

4 | P a g e   

The Price Bid shall contain the prices along with the currency quoted. The Price part shall not contain any condition whatsoever failing which the bid shall be liable to be rejected. In case of any correction the bidder shall put his signature and it’s stamp. Eraser fluid will not be allowed for any correction.

7.0 BID FORM:

7.1 The Bidder shall complete the Bid Form (Proforma-IIA) furnished in the Bid Document and upload. (without showing any price with Technical bid & showing Price with Price bid).

8.0 BID PRICE:

I. The Bidder shall quote their all inclusive Lump Sum Prices On Line for the entire Scope of Work in accordance with the Schedule of Prices/Price Bid Format (Section-V) available in OIL’s E- Tender Portal. In particular, but not limited to, the Bidder’s quoted price in respect of individual items of the Schedule of Rates must include the elements as given in II through VI here under.

II. Supplies

A. Foreign Supplies(Finished goods imported from outside India for the project):

Prices of all such Foreign Supplies on CIF, Kolkata or elsewhere basis including packing & forwarding charges, and all duties, taxes etc. Foreign supplies for use in Tank Farms at Duliajan, Tengakhat and Moran are eligible for import on “NIL” Customs Duty. Deemed Export benefit is also available to the contractor for supplies to Tank Farms at Duliajan, Tengakhat and Moran and OIL will issue Project Authority Certificate to the Contractor accordingly. However, for Jorhat Tank Farm bidder shall quote their prices inclusive of Customs duty on Merit rate basis and all other taxes & duties. OIL will issue necessary Recommendatory Letter to Directorate General of Hydrocarbons (DGH) (Govt. of India) for availing ‘NIL’ Customs Duty for Tank Farms at Duliajan, Tengakhat and Moran, for which bidders must declare CIF values in Schedule of Rates (Section-V) of this Bidding Document.

B. Indigenous Supplies (Goods to be supplied from within India

including item having Import content):

Prices of all such Indigenous Supplies on FOR dispatch point basis including packing & forwarding charges, and all duties, taxes & levies without any exception.

Page 30: bidding document for engineering, procurement & construction

 

5 | P a g e   

C. Prices for commissioning spares and all mandatory spares as specified in this Bidding Document and all tools & tackles.

III. Inland Transportation

A. Foreign Supplies(Finished goods imported from outside India for this project):

Cost of transportation of all goods from Kolkata port (nearest port of entry into India) and/or from any other place/ works in India up to the Project site, including port & customs clearance and other incidentals at port of entry, handling, forwarding, loading/unloading from ships, trucks etc

B. Indigenous Supplies (Goods to be supplied from within India including item having Import content): Transportation cost of all goods from Contractor’s works/ dispatch point up to the Project site, including handling, forwarding, loading/unloading from trucks etc.

C. Transit Insurance cost during the entire period covered under sub-clause 6.4 III A and/or 6.4 III B above as applicable to Foreign &Indigenous supplies and local/ municipal/octroi /Assam Entry Tax/consumption tax etc. shall be included in the above transportation price. Beneficiary of all such insurance policies shall be OIL.

IV. Services (Design and Detailed Engineering and Site Works/ Installation)

Cost of Services ( Design and Engineering and all site works/ Installations) as per Scope of Work under Terms of Reference & Technical Specifications (i.e. Section-IV of this Bidding Document) and in accordance with General & Special Conditions of Contract (i.e. Section-III & Section-VI respectively of this Bidding Document) related to (but not limited to) site transportation, safe storage/ security of all materials at site, erection/ construction/ creation/ installation, testing, acceptance tests and pre- commissioning , commissioning assistance successful operation of the Plant/JOB including rectification of defects/ malfunctioning during commissioning.

V. Training – Not applicable

VI. General

Page 31: bidding document for engineering, procurement & construction

 

6 | P a g e   

a) The bidder’s quoted price against individual items per Schedule of Prices (Section-V) of this bidding document shall be inclusive of, amongst others, basic & detailed design.

b)The Bidder’s quoted total price shall be inclusive of installation & pre-commissioning/commissioning assistance charges; all taxes, duties and levies as applicable on the Works / offered goods and services under the Contract except Service tax in Schedule of Rates/ Prices (Section-V) of this tender document. The imported goods shall be consigned in the name of OIL. The bidder is further advised to take into consideration the following note.

NOTE:

a) All demurrage, wharfage and other expenses incurred due to delayed clearance of goods, or for any other reasons, either at Indian port of entry, or at any clearing point, shall be to the successful bidder’s account. The successful bidder shall be responsible for making all necessary arrangements for complying with all necessary formalities at the Indian port of entry.

b) The bidder’s price break-up in accordance with above and as per the

Schedule of Rates shall be solely for the purpose of facilitating bid evaluation and payments to be released by the Company, and will not in any way limit the bidder’s single point total responsibility for the complete Scope of Work and for the bidder’s all contractual responsibilities/ obligations as stated in the Bid Document.

c) It is for the bidder to assess and ascertain applicability of taxes, duties,

levies etc. applicable under the Contract. It is clearly understood that except for the specific provision covered in these conditions, the Company will not have any liability, whatsoever, on account of taxes, duties, levies etc., till the complete execution of the Contract. The Company will also not have any liability, whatsoever, on account of taxes, duties, levies etc. which are based on the bidder’s wrong assessment/ interpretation of applicability of such taxes, duties, levies etc.

d) If any tax is deductible at source as per Govt. laws, rules and regulations,

the same will be so deducted by the Company from the Contractor’s bills before releasing payments, and necessary certificate to that effect will be issued.

e) Inspection/ certification of all goods/ services & works at all stages shall

be done by OIL or its authorised representative for which no extra charges shall be borne by the Company.

f) Conditional discount, if offered, shall not be considered for evaluation.

Page 32: bidding document for engineering, procurement & construction

 

7 | P a g e   

g) Prices quoted by the bidder shall be firm and fixed during the bidder’s performance of the Contract. A bid submitted with an adjustable price quotation shall be considered non-responsive and hence, rejected.

h) Unit and total prices must be quoted in words & figures. In case of any

discrepancy between the price quoted in words and in figures, the price quoted in words will prevail.

9.0 CURRENCIES OF BID AND PAYMENT:

9.1 Bidders should quote as per Currency and payment term available in OIL’s E- Tender Portal.

10.0 DOCUMENTS ESTABLISHING BIDDER'S ELIGIBILITY AND QUALIFICATIONS:

10.1 These are listed in BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC), in Section-VII of the Bid documents.

11.0 BID SECURITY:

11.1 Pursuant to Clause 6.0 the Bidder during online submission of bid shall furnish as part of its Technical (unpriced) Bid, Bid Security (scanned copy) in the amount as specified in the “Forwarding letter”. The Original bid security should reach the office of HEAD-CONTRACTS, Oil India Limited, Duliajan-786602, Assam on or before 12:45Hrs(IST) on the Bid closing date, otherwise Bid will be rejected.

11.2 The Bid Security is required to protect the Company against the risk of Bidder's conduct, which would warrant the security's forfeiture, pursuant to Sub-Clause 11.7.

11.3 The Bid Security shall be denominated in the currency of the bid or another freely convertible currency, and shall be in one of the following form:

(a) A Bank Guarantee or irrevocable Letter of Credit in the prescribed format vide Proforma-IID or in another form acceptable to the Company : Bank Guarantee/LC issued from any of the following Banks only will be accepted

i) Any Nationalised / scheduled Bank in India or

ii) Any Indian branch of a Foreign Bank or

iii) Any reputed foreign Bank having correspondent Bank in India

Page 33: bidding document for engineering, procurement & construction

 

8 | P a g e   

The Bank Guarantee / LC shall be valid for 30 days beyond the validity of the bids asked for in the Bid Document.

Bank Guarantees issued by Banks in India should be on non-judicial stamp paper of requisite value, as per Indian Stamp Act, purchased in the name of the Banker.

(b) A Cashier's cheque or Demand Draft drawn on ‘Oil India Limited’ valid for minimum 90 days from the date of issue and payable at Duliajan, Assam.

11.4 Any bid not secured in accordance with Sub-Clause 11.3 shall be rejected by the Company as non-responsive.

11.5Unsuccessful Bidder's bid Security will be discharged and/or returned within 30 days of expiry of the period of bid validity.

11.6 Successful Bidder's bid Security will be discharged upon the Bidder's signing of the contract and furnishing the performance security.

11.7 The Bid Security may be forfeited:

(a) If any Bidder withdraws their Bid during the period of Bid validity (including any subsequent extension) specified by the Bidder on the Bid Form, or

(b) If a successful Bidder fails:

i) to sign the contract within reasonable time and within the period of Bid validity, and /or

ii) to furnish Performance Security.

11.7.1 In case any bidder withdraws their bid during the period of bid validity, Bid Security will be forfeited and the party shall be debarred for a period of 2(two) years.

11.8 The scanned copy of the original Bid Security in the form of either Bank Guarantee or LC or Cashier Cheque or Bank Draft must be uploaded by bidder along with the Techno-commercial bid in the C-folder of OIL’s E-Tender portal.

11.9 EXEMPTION FROM SUBMISSION OF BID SECURITY : Central Govt. offices and Central Public Sector undertakings are exempted

from submitting Bid Security.

12.0 PERIOD OF VALIDITY OF BIDS :

Page 34: bidding document for engineering, procurement & construction

 

9 | P a g e   

12.1 Bids shall remain valid for 180 days after the date of bid opening prescribed by the Company.

12.2 In exceptional circumstances, the Company may solicit the Bidder's consent to an extension of the period of validity. The request and the response thereto shall be made in writing (or by Fax). The Bid Security provided under Clause 11.0 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will neither be required nor permitted to modify their bid.

13.0 SIGNING OF BID:

13.1 Since bids are to be submitted ONLINE with digital signature, manual signature is NOT relevant.

C.

14.0 SUBMISSION OF BIDS:

14.1 The bid along with all annexure and copies of documents should be submitted in e-form only through OIL’s E-Tender Portal. The price bids submitted in physical form against e-procurement tenders shall not be given any cognizance. However the following documents should necessarily be submitted in physical form in a sealed envelope super scribed as "IFB Number and due for opening on......". The outer cover should duly bear the IFB Number and date of closing/opening prominently underlined, along with the address of Head-Contracts, as indicated in Invitation For Bids(IFB):

1. Proof of submission of Bidding document Fee

2. The original bid security.

3. Printed catalogue and Literature as called for in the IFB.

4. Power of Attorney for signing the bid.

5. Any other document required to be submitted in original as per tender requirement.

15.0 DEADLINE FOR SUBMISSION OF BIDS:

15.1 Bidders will not be permitted by System to make any changes in their bid after bid has been uploaded by bidder. Bidder may however request Head-Contracts for returning their bids before the due date of submission for

Page 35: bidding document for engineering, procurement & construction

 

10 | P a g e   

resubmission. But no such request would be entertained once due date for submission of bids has been reached and bids are opened.

15.2 No bid can be submitted after the submission dead line is reached i.e. 11:00 Hrs(Server time/IST)on the bid closing date. The system time displayed on e-procurement web page shall decide the submission dead line.

15.3 EXTENSION OF BID SUBMISSION DATE: Normally no request for extension of Bid Closing Date will be entertained. However, in case of any changes in the specifications, inadequate response or for any other reasons, OIL may at its discretion, extend the Bid Closing Date and/or time.

16.0 FORMAT OF BID SUBMISSION: Submission of Bids online at OIL’s E-Tender Portal. Detailed instructions are available in “HELP DOCUMENTATION” available in OIL’s E-Tender Portal. Guidelines for bid submission are also provided in the Covering letter.

16.1 The offer should contain complete details of the services offered together with other relevant literature/ catalogues of the services offered. The Bid Security (scanned copy) mentioned in Clause 11.0 should be uploaded with the Technical Bid. The price information should not be put along with Technical Bids.

16.2All the conditions of the contract to be made with the successful bidder are given in various Sections of this document. Bidders are requested to state their compliance/ non-compliance to each clause as per PROFORMA-II. This should be uploaded along with the Techno-Commercial bid.

16.3 Timely online submission of the bids is the responsibility of the Bidder. Company shall not be responsible for any postal delay/ transit loss for physical submission of the documents, like bid security, tender fee etc., specifically asked for in the tender.

16.4Cable/Fax/E-mail/Telephonic offers/Physical offer will not be accepted.

17.0 INDIAN AGENTS: DELETED

18.0 LATE BIDS:

18.1 Bidders are advised in their own interest to ensure that bid are uploaded in system well before the closing date and time of the bid.

19.0 MODIFICATION AND WITHDRAWAL OF BIDS:

Page 36: bidding document for engineering, procurement & construction

 

11 | P a g e   

19.1 The Bidder after submission of bid may withdraw its bid by written notice prior to bid closing.

19.2 No bid can be withdrawn subsequent to the deadline for submission of bids.

19.3 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiry of the period of bid validity specified by the Bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the Bidder's forfeiture of its Bid Security.

20.0 TECHNICAL BID OPENING AND EVALUATION

20.1 Company will open the Technical Bids, including submission made pursuant to Clause 19.0, in the presence of Bidder's representatives who choose to attend on the bid closing/opening date(14:00 Hrs., IST) at the office of Head-Contracts, Oil India Limited,Duliajan-786602,Assam. However, an authorization letter (as per PROFORMA-I) from the bidder must be produced by the Bidder's representative at the time of bid opening. Unless this Letter is presented, the representative will not be allowed to attend the bid opening. The Bidder's representatives who are allowed to attend the bid opening shall sign a register evidencing their attendance. Only one representative against each bid will be allowed to attend.

20.2 Bid for which an acceptable notice of withdrawal has been received pursuant to Clause 19.0 shall not be opened. Company will examine bids to determine whether they are complete, whether requisite Bid Securities have been furnished, whether documents have been properly signed and whether the bids are generally in order.

20.3 At bid opening, Company will announce the Bidder's names, written notifications of bid withdrawal, if any, the presence of requisite Bid Security and such other details as the Company may consider appropriate.

20.4 Company shall prepare, for its own records, minutes of bid opening including the information disclosed to those present in accordance with the Sub-Clause 20.3.

20.5 To assist in the examination, evaluation and comparison of bids the Company may at its discretion, ask the Bidder for clarifications of its bid. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

20.6 Prior to the detailed evaluation, Company will determine the substantial responsiveness of each bid to the requirement of the Bidding Documents.

Page 37: bidding document for engineering, procurement & construction

 

12 | P a g e   

For purpose of these paragraphs, a substantially responsive bid is one, which conforms to all the terms and conditions of the Bidding Document without material deviations or reservation. A material deviation or reservation is one which affects in any way substantial way the scope, quality, or performance of work, or which limits in any substantial way, in-consistent way with the bidding documents, the Company’s right or the bidder’s obligations under the contract, and the rectification of which deviation or reservation would affect unfairly the competitive position of other bidders presenting substantial responsive bids. The Company's determination of bid's responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

20.7 A Bid determined as not substantially responsive will be rejected by the Company and will not subsequently be made responsive by the Bidder by correction of the non-conformity.

20.8 The Company may waive minor informality or nonconformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver, does not prejudice or affect the relative ranking of any Bidder.

21.0 OPENING OF PRICE BIDS

21.1 Company will open the Price Bids of the technically qualified and acceptable Bidders on a specific date in presence of interested qualified bidders. Technically qualified Bidders will be intimated about the price bid opening date in advance.

21.2 The Company will examine the Price quoted by Bidders to determine whether they are complete, any computational errors have been made, the documents have been properly signed, and the bids are generally in order.

21.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price (that is obtained by multiplying the unit price and quantity) the unit price shall prevail and the total price shall be corrected accordingly. If any Bidder does not accept the correction of the errors, their bid will be rejected.

22.0 CONVERSION TO SINGLE CURRENCY:

22.1 While evaluating the bids, the closing rate of exchange declared by State Bank of India, on the day prior to price bid opening will be taken into account for conversion of foreign currency into Indian Rupees. Where the time lag between the opening of the price bids and final decision exceeds three months, the rate of exchange declared by State Bank of India on the date prior to the date of final decision will be adopted for conversion.

Page 38: bidding document for engineering, procurement & construction

 

13 | P a g e   

23.0 EVALUATION AND COMPARISON OF BIDS: The Company will evaluate and compare the bids as per the guidelines given in BID REJECTION CRITERIA (BRC) / BID EVALUATION CRITERIA (BEC), Section-VII of the bidding documents.

24.0 LOADING OF FOREIGN EXCHANGE :

There would be no loading of foreign exchange for deciding the inter-se- ranking of domestic bidders.

24.1 EXCHANGE RATE RISK: Since Indian bidders are now permitted to quote in any currency and also receive payments in that currency, company will not be compensating for any exchange rate fluctuations in respect of the services.

25.0 CONTACTING THE COMPANY :

25.1 Except as otherwise provided in Clause 20.0 above, no Bidder shall contact Company on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded except as required by Company vide Sub-Clause 20.5.

25.2 An effort by a Bidder to influence the Company in the Company's bid evaluation, bid comparison or Contract award decisions may result in the rejection of their bid.

D. AWARD OF CONTRACT:

26.0 AWARD CRITERIA: The Company will award the Contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

27.0 COMPANY’S RIGHT TO ACCEPT OR REJECT ANY BID : Company reserves the right to accept or reject any or all bids and to annul the bidding process and reject all bids, at any time prior to award of contract, without thereby incurring any liability to the affected bidder, or bidders or any obligation to inform the affected bidder of the grounds for Company’s action.

28.0 NOTIFICATION OF AWARD:

28.1 Prior to the expiry of the period of bid validity or extended validity, the Company will notify the successful Bidder in writing by registered letter or by fax or by e-mail (to be confirmed in writing by registered / couriered letter) that its bid has been accepted.

Page 39: bidding document for engineering, procurement & construction

 

14 | P a g e   

28.2 The notification of award will constitute the formation of the Contract.

28.3 Upon the successful Bidder's furnishing of Performance Security pursuant to Clause 29.0 the company will promptly notify each un-successful Bidder and will discharge their Bid Security, pursuant to Clause 11.0 herein above.

29.0 PERFORMANCE SECURITY:

29.1 Within 20 days of the receipt of notification of award from the Company the successful Bidder shall furnish to company the performance security for an amount specified in the Forwarding Letter and Letter of Award (LOA) issued by Company to Contractor awarding the contract, as per PROFORMA-IIB or in any other format acceptable to the Company and must be in the form of Bank Guarantee (BG) or an irrevocable Letter of Credit (L/C) from any of the following Banks:

i) Any Nationalised / Scheduled Bank in India OR

ii) Any Indian branch of an International/ Foreign Bank

The Performance Security shall be denominated in the currency of the contract or in equivalent US Dollars converted at the B.C. Selling rate of State Bank of India on the date of issue of LOA. Bank Guarantees issued by Banks in India should be on non-judicial stamp paper of requisite value, as per Indian Stamp Act, purchased in the name of the Banker.

29.2 The performance security specified above must be valid for 15 (Fifteen) months after the date of expiry of the tenure of the Contract for Mechanical Completion to cover the warranty obligations indicated in Clause 6.0, SECTION-III hereof. The same will be discharged by company not later than 30 days following its expiry. In the event of any extension of the Contract period, Bank Guarantee should be extended by Contractor by the period equivalent to the extended period.

29.3 The performance security shall be payable to Company as compensation for any loss resulting from Contractor’s failure to fulfill its obligations under the Contract.

29.4 The Performance Security will not accrue any interest during its period of validity or extended validity.

Page 40: bidding document for engineering, procurement & construction

 

15 | P a g e   

29.5 Failure of the successful Bidder to comply with the requirements of Clause 29.0 and/or 30.0 shall constitute sufficient grounds for annulment of the award and forfeiture of the Bid Security. In such an eventuality, the party shall be debarred for a period of 2(two) years from the date of default.

30.0 SIGNING OF CONTRACT:

30.1 At the same time as the Company notifies the successful Bidder that its Bid has been accepted, the Company will either call the successful bidder for signing of the agreement or send the Contract Form provided in the Bidding Documents, along with the General & Special Conditions of Contract, Technical Specifications/Terms of Reference or Scope of work, Schedule of Prices incorporating all agreements between the parties.

30.2 Within 15 days of receipt of the final contract document, the successful Bidder shall sign and date the contract and return it to the company. Till the contract is signed, the LOA issued to the successful bidder shall remain binding amongst the two parties.

30.3 In the event of failure on the part of the successful Bidder to sign the contract within the period specified above or any other time period specified by Company, OIL reserves the right to terminate the LOA issued to the successful Bidder and invoke the Bid Security or the Performance Security if submitted by the successful Bidder. The party shall also be debarred for a period of 2(two) years from the date of default.

31.0 SPECIFICATIONS:

31.1Before submission of Bids, Bidders are requested to make themselves fully conversant with all Conditions of the Bid Document and other relevant information related to the works to be executed under this contract.

32.0 FURNISHING FRAUDULENT INFORMATION/DOCUMENTS :

32.1 If it is found that a bidder/contractor has furnished fraudulent information/ documents, the Bid Security/Performance Security shall be forfeited and the party shall be debarred for a period of 3(three) years from the date of detection of such fraudulent act besides the legal action.

33.0 CREDIT FACILITY: Deleted.

34.0 MOBILIZATION ADVANCE PAYMENT:

Page 41: bidding document for engineering, procurement & construction

 

16 | P a g e   

34.1 Contractor shall be paid recoverable interest bearing Mobilisation Advance upto a maximum of 10% (ten percent) of awarded Contract value. The mobilization advance will attract an interest rate at PLR charged by SBI (applicable as on date of award) plus 1% p.a. on reducing balance basis. Mobilization Advance shall be paid to the Contractor in two installments after signing the Contract agreement and submission of security deposit, in the following manner:

First Installment

5% (five percent) of awarded contract value shall be Payable as the first installment of mobilization advance after fulfilling the following formalities by the Contractor:

Signing of contract agreement by the Contractor.

Submission of a separate Bank Guarantee towards Contract Performance from an Indian Nationalised / Scheduled Bank / Indian branch of an International Bank in approved proforma towards due performance of contract equivalent to 7.5% of awarded contract value which shall be kept valid till up to 3 months after expiry of defect liability period.

Submission of a separate Bank Guarantee from an Indian Nationalised /Scheduled Bank / Indian branch of an International Bank as stipulated in approved proforma equivalent to 10% of 110% of the awarded contract value covering mobilization advance which shall be kept valid till completion of work. However, Contractor may submit Bank Guarantee of 10% as above in two stages of 5% each for availing advance against sub-clause (b) below.

Second Installment

Balance 5% Mobilisation Advance shall be payable to the Contractor after Contractor has constructed Site Office, storage shed, fabrication yard, etc. and has physically mobilized equipments and is ready to start the work to the entire satisfaction of Engineer-in Charge and commencement of the work at Site.

Recovery of Mobilisation Advance:

The mobilization  advance  together with  the  interest  accrued,  shall be  recovered  from 

each running account bill @15% of gross amount of monthly R.A. Bill  in such a manner 

that the total advance and  interest accrued  is recovered when approximate 80% of the 

Page 42: bidding document for engineering, procurement & construction

 

17 | P a g e   

contract value gets paid.  Balance amount, if any, remaining recovered shall be deducted 

in full from the pre‐final bill. 

35.0 INTEGRITY PACT :

35.1 The Integrity Pact is applicable against this tender .OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Proforma-III of the bid document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be returned by the bidder (along with the technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the Bid.

35.2 OIL has appointed Shri N. Gopalaswami, Ex-CEC and Shri R. C. Agarwal, IPS(Retd) as Independent External Monitors(IEMs) for a period of 3(three) years to oversee implementation of Integrity Pact in OIL. Bidders may contact the Independent External Monitors for any matter related to the IFB as per the contact details indicated below:

i) Shri N. Gopalaswami, IAS(Retd), Ex-CEC, Phone No. : 91-44-2834-2444(Res),91-9600144444(Cell);E-mail : [email protected]

ii) Shri R. C. Agarwal, IPS(Retd), Phone No. : 91-11-22752749(Res), 91-9810787089(Cell) ; E-mail : [email protected]

36.0 ERRORS OF INTERPRETATION

Any errors of interpretation of applicability of taxes/ duties by the CONTRACTOR shall be to CONTRACTOR’s account.

END OF SECTION – II

 

 

Page 43: bidding document for engineering, procurement & construction

1 | P a g e  

 

SECTION-III

GENERAL CONDITIONS OF CONTRACT

1.0 DEFINITION:

In this Contract, the following terms shall be interpreted as indicated:

1.1 “The Contract” means agreement to be entered into between Company and Contractor, as recorded in the Contract signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

1.2 “The Contract Price” means the price payable to Contractor under the

Contract for the full and proper performance of their contractual obligations;

1.3 “The Work” means each and every activity required for the successful

performance of the services described in the Technical Specification/Terms of Reference;

1.4 “Company” means Oil India Limited (OIL); 1.5 “Contractor” means the individual or firm or Body incorporated

performing the work under the Contract. 1.6 “Contractor’s Personnel” means the personnel to be provided by

Contractor to provide services as per contract. 1.7 “Company’s Personnel” means the personnel to be provided by OIL or

OIL's Contractor (other than the Contractor executing the Contract). The Company representatives of OIL are also included in the Company's personnel.

1.8 “Tender Document” or “Bidding Document” or “Bid Document”

shall mean documents comprising of:

• Forwarding Letter (Section-I) • Instruction to Bidders (Section-II) • General Conditions of Contract (Section-III) • Terms of Reference & Technical Specifications (Section-IV) • Schedule of Rates/Price bid Format (Section-V) • Special Conditions of Contract (Section-VI) • Bid Rejection / Evaluation Criteria (Section-VII)

Page 44: bidding document for engineering, procurement & construction

2 | P a g e  

 

2.0 EFFECTIVE DATE, DATE OF COMMENCEMENT OF CONTRACT,

MOBILISATION TIME AND DURATION OF CONTRACT

2.1 The Contract shall become effective as of the date the Company notifies the Contractor in writing that, it has been awarded the Contract i.e. with effect from the date of issue of Letter of Award (LOA) of the Contract.

2.2 The commencement date of the Contract will be reckoned from the date of issue of LOA.

2.3 The duration of the Contract shall be for a period of 12(Twelve)

months including commissioning period to be reckoned from the commencement date of the Contract.

2.4 Mobilisation shall be completed within 15 (Fifteen) days from the date of issue of LOA.

3.0 OBLIGATIONS OF CONTRACTOR Contractor in accordance with and subject to the terms and

conditions of the Contract shall have following obligations: 3.1 Perform the work described in the Terms of Reference & Technical

Specifications (i.e. Section-IV of this bid document). 3.2 Provide the project execution plan showing different activities/

milestones along with the Technical bid. 3.3 Provide and make regular payments to all labour as required to perform

the work. 3.4 Perform all other obligations, work and services which are required

by the terms of this Contract or which reasonably can be implied from such terms as being necessary for the successful and timely completion of the work.

3.5 Contractor shall deem to have satisfied themselves before submitting

their offer as to the correctness and sufficiency of their offer for the services required and of the rates and prices quoted, which rates and prices shall, except insofar as otherwise provided, cover all their obligations under the Contract.

3.6 Contractor shall give or provide all necessary supervision during the

performance of the services and as long thereafter as the Company may consider necessary for the proper fulfilling of Contractor’s obligations under the Contract.

Page 45: bidding document for engineering, procurement & construction

3 | P a g e  

 

4.0 OBLIGATIONS OF THE COMPANY

The Company in accordance with and subject to the terms and conditions of the Contract shall have following obligations:

4.1 Pay Contractor in accordance with terms and conditions of the

Contract for works as per the Payment Schedule. 4.2 Allow the Contractor access, subject to normal security and safety

procedures, to all areas as required for orderly performance of the work.

4.3 Catering for the insurance of the assets post commissioning of the

Plant including public liability insurance in relation thereto.

4.4 Reimbursing the Contractor on actual, the statutory fees for obtaining certification/approval/licenses from statutory bodies and govt. agencies/ departments.

4.5 Perform all other obligations of the Company as required by the terms of

the Contract. 5.0 CONTRACTOR’S PERSONNEL 5.1 Contractor warrants that they will provide competent, qualified and

sufficiently experienced personnel to perform the work correctly and efficiently and shall ensure that such personnel observe all applicable statutory norms and safety requirement of the Company. Upon the Company’s written request, the Contractor, entirely at their own expense, shall remove immediately, from assignment to the work, any personnel of the Contractor determined by the Company to be unsuitable and shall promptly replace such personnel with alternative personnel acceptable to the Company.

5.2 The Contractor shall be solely responsible throughout the period of

the Contract for providing all requirements of their personnel, and of their Sub-Contractors, if any, including but not limited to their insurance, housing, medical services, messing, transportation (both air and land transportation), vacation, salaries and all amenities, termination payment and taxes, if any, payable at no charge to the Company.

5.3 Contractor’s main personnel shall be fluent in English Language (both

writing and speaking).

Page 46: bidding document for engineering, procurement & construction

4 | P a g e  

 

6.0 GUARANTEES, WARRANTIES AND REMEDY OF DEFECTS 6.1 The Contractor must warrant that they shall perform the work in a

first class workmanlike and professional manner and in accordance with the highest quality, efficiency and current state of the art technology and in conformity with all specifications, standards and drawings set forth or referred to in the Terms of Reference & Technical Specification and with instructions and guidance which the Company may, from time to time, furnish to the Contractor.

6.2 Should the Company discover at any time during the tenure of the

Contract or within the Performance Liability Period of the Contract that the work does not conform to and perform as per terms and conditions of the Contract, Contractor shall after receipt of notice from the Company, promptly perform any and all corrective work required to make the services conform to the terms and conditions. Such corrective work shall be performed entirely at the Contractor’s own expenses. If such corrective work is not performed within a reasonable time, the Company, at its option may have such remedial work performed by others and charge the cost thereof to the Contractor, which the Contractor must pay promptly. In case the Contractor fails to perform remedial work, the Performance Bank Guarantee shall be invoked.

6.3 All Goods or Materials shall be supplied strictly in accordance with the

specifications, drawings, data sheets, other attachments and conditions stated in the Contracts. Commissioning, operating & maintenance manuals (in original) of all the equipment must be submitted to OIL before completion of the project.

6.4 The Contractor guarantees that the Goods or Materials supplied under

the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Contractor further warrants that the goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act of omission of the Contractor that may develop under normal use of the supplied goods in the conditions obtaining in the Country of final destination.

6.5 No deviation from such specifications or alterations or of these

conditions shall be made without COMPANY agreement in writing, which must be obtained before any work against the order is commenced. All materials supplied by the CONTRACTOR pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by Company) are guaranteed to be of the best quality of their respective kinds, (unless otherwise specifically authorised in writing by Company) and shall be free from faulty design, workmanship and materials, and to be of

Page 47: bidding document for engineering, procurement & construction

5 | P a g e  

 

sufficient size and capacity and of proper materials so as to fulfill in all respects operating conditions, if any, specified in the Contract.

6.6 This Guarantee shall remain valid for a period of 15(Fifteen) months

from the date of MECHANICAL COMPLETION OF THE PROJECT. If any trouble or defect, originating with the design, material, workmanship or operating characteristics of any materials, arises at any time prior to expiry of guarantee period, the CONTRACTOR is notified thereof, CONTRACTOR shall, at his own expense and as promptly as possible, make such alterations, repairs and replacements as may necessary to permit the material to functions in accordance with the specifications and to fulfill the foregoing guarantees.

6.7 The Company may, at its option, remove such defective materials, at

CONTRACTOR’S expense in which event CONTRACTOR shall, without cost to Company and as promptly as possible, furnish and install proper materials. Repaired or replacement materials shall be similarly guaranteed by the CONTRACTOR for a period of not less than 15(fifteen) months from the date of replacement/ repair.

6.8 In the event that the materials supplied do not meet the

specifications and/ or not in accordance with the drawings data sheets or the terms of Contract and rectification is required in site, COMPANY shall notify the CONTRACTOR giving full details of differences. The CONTRACTOR shall attend the site within 7 (seven) days of receipt of such notice to meet and agree with representatives of COMPANY, the action required to correct the deficiency. Should the CONTRACTOR fail to attend meeting at site within the time specified above, COMPANY shall immediately rectify the work/ materials and CONTRACTOR shall reimburse COMPANY all cost and expenses incurred in connection with such trouble or defect. In case the Contractor fails to perform remedial work, the Performance Bank Guarantee shall be invoked.

7.0 CONFIDENTIALITY, USE OF CONTRACT DOCUMENTS AND INFORMATION

7.1 The Contractor shall not, without the Company’s prior written

consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing pattern, sample or information furnished by or on behalf of the Company in connection therewith, to any person other than a person employed by Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

7.2 The Contractor shall not, without the Company’s prior written consent,

make use of any document or information except for purposes of performing the Contract.

Page 48: bidding document for engineering, procurement & construction

6 | P a g e  

 

7.3 Any document supplied to the Contractor in relation to the Contract other than the Contract itself remain the property of the Company and shall be returned (in all copies) to the Company on completion of Contractor’s performance under the Contract if so required by the Company.

7.4 The above obligations of the Contractor shall be in force even after

termination of the Contract. 8.0 TAXES, DUTIES & LEVIES

8.1 Tax levied as per the provisions of Indian Income Tax Act and any other enactment/rules on income derived/ payments received under the Contract will be on the Contractor’s account. Such taxes will be deducted at source by the Company from the Contractor’s invoice.

8.2 Corporate income tax will be deducted at source by the Company from the Contractor’s invoice at the specified rate of income tax as per the provisions of Indian Income Tax Act as may be in force from time to time.

8.3 The Contractor shall be responsible for and pay the personal taxes, if any, for all their personnel deployed.

8.4 The Contractor shall furnish to the Company, if and when called upon to do so, relevant statement of accounts or any other information pertaining to work done under the Contract for submitting the same to the Tax authorities, on specific request by them. Contractor s shall be responsible for preparing and filing the return of income etc. within the prescribed time limit to the appropriate authority.

8.5 Prior to start of operations under the Contract, the Contractor shall furnish the Company with the necessary documents, as asked for by the Company and/or any other information pertaining to the Contract, which may be required to be submitted to the Income Tax authorities at the time of obtaining “No Objection Certificate” for releasing payments to the Contractor.

8.6 Tax clearance certificate for personnel and corporate taxes shall be obtained by the Contractor from the appropriate Indian Tax authorities and furnished to the Company within 6 months of the expiry of the tenure of the Contract or such extended time as the Company may allow in this regard.

8.7 Corporate and personnel taxes on the Contractor shall be the liability of the Contractor and the Company shall not assume any responsibility on this account.

8.8 All local taxes, levies and duties, sales tax, customs duty, octroi, etc. on purchases and sales made by the Contractor shall be borne by the Contractor.

Page 49: bidding document for engineering, procurement & construction

7 | P a g e  

 

8.9 The Contractor agrees to and does hereby accept full and exclusive liability at his own cost for the payment of any and all taxes, duties license fee and other such levies etc. as are payable to government, local or statutory authority as are now in force and as are payable by Contractor, his agents, SUB-CONTRACTOR’s and their employees etc. for performance of work under this Contract. The Contractor shall be deemed to have been fully informed with respect to all such liabilities and considered the same in his bid, and the Contract shall not be varied in any way on this account.

8.10 For imported supplies of goods (required in respect of this Contract), directly imported by Contractor, concessional Custom duty (at Nil rate) shall be availed by Company by arranging Essentiality Certificate from DGH. However, Contractor at their cost shall arrange the clearance of all equipment, spare parts, consumable, etc. from customs and port authorities in India. Company will provide requisite documents/ reasonable assistance but the responsibility for clearance will rest with the Contractor. Any demurrage in this process will be at Contractor's cost.

The above clause (i.e. Clause No. 8.0) with all its sub-clauses shall be referred to as Tax Liabilities Clause of this tender document.

9.0 INSURANCE

9.1 The Contractor shall arrange insurance to cover all risks in respect of their personnel, materials and equipment belonging to the Contractor or their Sub-Contractor during the currency of the Contract.

9.2 The Contractor shall at all times during the currency of the Contract

provide, pay for and maintain the following insurances amongst others:

i) Workmen compensation insurance as required by the laws of the country of origin of the employee.

ii) Employer’s Liability Insurance as required by law in the country of origin of employee.

iii) General Public Liability Insurance covering liabilities including contractual liability for bodily injury, including death of persons, and liabilities for damage of property. This insurance must cover all operations of the Contractor required to fulfill the provisions under the Contract.

iv) The Contractor’s equipment provided by the Contractor for performance of the work shall have an insurance cover with a suitable limit (as per International Standards).

v) Automobile Public Liability Insurance covering owned, non-owned and hired automobiles used in the performance of the work hereunder, with bodily injury limits and property damage limits shall be governed by Indian Insurance regulations.

Page 50: bidding document for engineering, procurement & construction

8 | P a g e  

 

vi) Public Liability Insurance as required under Public Liability Insurance Act 1991.

vii) The Contractor shall obtain additional insurance or revise the limits of existing insurance as per the Company’s request, if any, in which case additional cost shall be to Contractor’s account.

9.3 Any deductible set forth in any of the above insurance shall be borne by the Contractor.

9.4 Contractor shall furnish to the Company prior to commencement date, certificates of all their insurance policies covering the risks mentioned above.

9.5 The Contractor shall require all of their Sub-Contractors to provide such of the foregoing insurance coverage as the Contractor is obliged to provide under the Contract and inform the Company about the coverage prior to the commencement of agreements with their Sub-Contractors.

9.6 All insurance taken out by the Contractor or their Sub-Contractors shall be endorsed to provide that the underwriters waive their rights of recourse on the Company.

9.7 i) All goods/equipment to be supplied under this contract shall be under Contractor’s custody until such goods/equipment are installed and commissioned on turnkey basis. The Contractor shall at his own expense, secure and maintain insurance covering the full value of all such goods/ equipment for the period up to commissioning of the Plant.

ii) Such insurance shall cover any loss or damage of supplied goods/equipment during transit from Contractor’s source of despatch to project sites, storage at various sites, erection, installation and commissioning of such goods/equipment till such time the entire Plant is commissioned. The beneficiary of all such insurance policies shall be OIL. Unless insurance document in this regard are furnished to the Company no payment will be made for such supplies.

9.8 All cost on account of insurance liabilities covered under Contract will be to Contractor’s account and will be included in Contract Price. However, the Company may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such settlement, for reduction in Contract Price to the extent of reduced premium amounts.

9.9 If any of the above policies expire or are cancelled during the term of the Contract and the Contractor fails for any reason to renew such policies, then the Company will renew/ replace same and charge the cost thereof to the Contractor. Should there be a lapse in any insurance required to be carried by the Contractor for any reason whatsoever,

Page 51: bidding document for engineering, procurement & construction

9 | P a g e  

 

loss/damage claims resulting there from shall be to the sole account of the Contractor.

The above clause (i.e. Clause No. 9.0) with all its sub-clauses shall be

referred to as Insurance Clause of this tender document. 10.0 CHANGES 10.1 During the performance of the work, the Company may make a change in

the work within the general scope of the Contract including, but not limited to, changes in methodology, and minor additions to or deletions from the work to be performed. The Contractor shall perform the work as changed. Changes of this nature will be effected by Written Order (Change Order) by the Company.

10.2 If any change results in an increase in compensation due to the

Contractor or in a credit due to the Company, the Contractor shall submit to the Company an estimate of the amount of such compensation or credit in a form prescribed by the Company. Such estimates shall be based on the rates shown in the Schedule of Rates. Upon review of the Contractor’s estimate, the Company shall establish and set forth in the Change Order the amount of the compensation or credit for the change or a basis for determining a reasonable compensation or credit for the change. If Contractor disagrees with compensation or credit set forth in the Change Order, Contractor shall nevertheless perform the Work as changed, and the parties will resolve the dispute in accordance with Clause 17.2 hereunder. Contractor’s performance of the Work as changed will not prejudice the Contractor’s request for additional compensation for work performed under the Change Order.

11.0 FORCE MAJEURE 11.1 In the event of either party being rendered unable by ‘Force Majeure’ to

perform any obligation under the Contract, the relative obligation of the party affected by such ‘Force Majeure’ will stand suspended as provided herein. The term “Force Majeure” as employed herein shall mean act of God, strikes, lockouts or other industrial disturbances, acts of public enemy, wars whether declared or not, blockade, insurrections, riots, epidemic, landslides, lightning, earthquake, fire storms, floods, washouts, arrests and restraints of Government, civil disturbances, explosion, breakage or accident to machinery etc. and any other cause, whether of the kind herein enumerated or otherwise which are not within the control of the party claiming suspension, and which by exercise of due diligence such party is unable to prevent or overcome and which renders the performance of the Contract by the said party impossible.

Page 52: bidding document for engineering, procurement & construction

10 | P a g e  

 

11.2 Upon occurrence of such cause and upon its termination, the party alleging that it has been rendered unable as aforesaid thereby, shall notify the other party in writing within 72 (Seventy Two) hours of the alleged beginning and ending thereof, giving full particulars and satisfactory evidence in support of its claim.

11.3 Should ‘Force Majeure’ condition as stated above occurs and should the

same be notified within 72 (Seventy Two) hours after its occurrence, both the parties shall have no obligation. Either party will have the right to terminate the Contract if such ‘Force Majeure’ condition continues beyond 15 (Fifteen) days with prior written notice. Should either party decide not to terminate the Contract even under such condition, no payment would apply. Time for performance of the relative obligation suspended by the Force Majeure shall then stand extended by the period for which such cause lasts.

The above clause (i.e. Clause No. 11.0) with all its sub-clauses shall be referred to as Force Majeure Clause of this tender document.

12.0 LIABILITY 12.1 Except as otherwise expressly provided, neither the Company or its

servants, agents, nominees, contractor’s, or Sub-Contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or damage to the property of the contractor and/or their Contractors or Sub-Contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of the Company and/or its servants, agents, nominees, assignees, Contractors and Sub-Contractors. The Contractor shall protect, defend, indemnify and hold harmless the Company from and against such loss or damage and any suit, claim or expense resulting there from.

12.2 Neither the Company nor its servants, agents, nominees, assignees,

Contractors, Sub-Contractors shall have any liability or responsibility whatsoever for injury to, illness, or death of any employee of the Contractor and/or of its Contractors or Sub-Contractors irrespective of how such injury, illness or death is caused and even if caused by the negligence of the Company and/or its servants, agents, nominees, assignees, Contractors and Sub-Contractors. The Contractor shall protect, defend, indemnify and hold harmless the Company from and against such liabilities and any suit, claim or expense resulting there from.

12.3 The Contractor hereby agrees to waive their right to recourse and

further agrees to cause their underwriters to waive their right of subrogation against the Company and/or its underwriters, servants, agents, nominees, assignees, Contractors and Sub-Contractors for loss or damage to the equipment of the Contractor and/or its Contractors, Sub-Contractors when such loss or damage or

Page 53: bidding document for engineering, procurement & construction

11 | P a g e  

 

liabilities arises out of or in connection with the performance of the Contract.

12.4 The Contractor hereby further agrees to waive their right of recourse

and agrees to cause their underwriters to waive their right of subrogation against the Company and/or its underwriters, servants, agents, nominees, assignees, Contractors and Sub-Contractors for injury to, illness or death of any employee of the Contractor and of its Contractors, Sub-Contractors and/or their employees when such injury, illness or death arises out of or in connection with the performance of the Contract.

12.5 Except as otherwise expressly provided, neither the Contractor

nor their servants, agents, nominees, Contractors or Sub-Contractors shall have any liability or responsibility whatsoever to whomsoever for loss of or damage to the equipment and/or loss or damage to the property of the Company and/or its Contractors or Sub-Contractors, irrespective of how such loss or damage is caused and even if caused by the negligence of the Contractor and/or its servants, agents, nominees, assignees, Contractors and Sub-Contractors. The Company shall protect, defend, indemnify and hold harmless the Contractor from and against such loss or damage and any suit, claim or expense resulting there from.

13.0 INDEMNITY APPLICATION 13.1 The indemnities given herein above, whether given by the Company or

the Contractor shall be without regard to fault or to the negligence of either party even though said loss, damage, liability, claim, demand, expense, cost or cause of action may be caused, occasioned by or contributed to by the negligence, either sole or concurrent of either party.

14.0 CONSEQUENTIAL DAMAGE 14.1 Neither party shall be liable to the other for special, indirect or

consequential damages resulting from or arising out of the Contract, including but without limitation, to loss of profit or business interruptions, howsoever caused and regardless of whether such loss or damage was caused by the negligence (either sole or concurrent) of either party, its employees, agents or Sub-Contractors.

15.0 WAIVERS AND AMENDMENTS 15.1 It is fully understood and agreed that none of the terms and conditions

of the Contract shall deemed to be waived or amended by either party unless such waiver or amendment is executed in writing by the duly authorised agents or representatives of such party. The failure of either party to execute any right of termination shall not act as a

Page 54: bidding document for engineering, procurement & construction

12 | P a g e  

 

waiver or amendment of any right of such party provided hereunder. 16.0 PAYMENT & INVOICING PROCEDURE

16.1 The Company shall pay to the Contractor, during the term of the Contract, the amount due from time to time calculated according to the rates of price schedule and in accordance with other provisions hereof. No other payments shall be due from the Company unless specifically provided for in this Contract. All payments will be made in accordance with the terms hereinafter described.

16.2 All payments due by the Company to the Contractor shall be made at the Company’s designated Bank. All Bank charges will be on Contractor’s account.

16.3 Payment of any invoices shall not prejudice the right of the Company to question the validity of any charges therein, provided the Company within one year after the date of payment shall make and deliver to the Contractor written notice of objection to any item or items the validity of which the Company questions.

16.4 The Contractor will submit six sets of all invoices duly certified by Project/Engineer-In-Charge along with duly filled up activity completion sheet to General Manager, Production(Oil) Dept, Oil India Limited, Duliajan-786602,Assam for processing of payment. One set of all invoices with measurement sheet to be submitted to Project/Engineer-In-Charge for his record.

16.5 Invoices shall be raised by the Contractor as per the prescribed Payment Schedule in the relevant Section of this document.

16.6 The Company shall within 20 (Twenty) days of receipt of the invoice notify the Contractor of any item under dispute, specifying the reasons thereof, in which event, payment of the disputed amount may be withheld until settlement of the dispute, but payment shall be made of any undisputed portion within 30 (Thirty) days from the date of receipt of the invoices at the Production Projects Dept, OIL, Duliajan. This will not prejudice the Company’s right to question the validity of the payment at a later date as envisaged in Sub-Clause 16.3 above. No interest shall be payable by the Company on any delayed / disputed amount.

16.7 The acceptance by the Contractor of part payment on any billing not paid on or before the due date shall not deemed to be a waiver of the Contractor’s rights in respect of any other billing, the payment of which may then or thereafter be due.

16.8 The Contractor shall maintain complete and correct records of all information on which the Contractor’s invoices are based up to 2 (two) years from the date of last invoice. Such records shall be required for making appropriate adjustments or payments by either party in case of subsequent audit query /objection.

Page 55: bidding document for engineering, procurement & construction

13 | P a g e  

 

16.9 Any audit conducted by the Company of the Contractor’s records, as provided herein, shall be limited to the Company’s verification (i) of the accuracy of all charges made by the Contractor to the Company and (ii) that the Contractor is otherwise in compliance with the terms and conditions of this Agreement.

17.0 WITHHOLDING

17.1 The Company may withhold or nullify the whole or any part of the amount due to the Contractor on account of subsequently discovered evidence in order to protect the Company from loss on account of:

i) For non-completion of assigned jobs.

ii) Contractor’s indebtedness arising out of execution of the Contract.

iii) Defective work not remedied by the Contractor.

iv) Claims by Sub-Contractors of the Contractor or others filed or on the basis of reasonable evidence indicating probable filing of such claims against the Contractor.

v) Failure of the Contractor to pay or provide for the payment of salaries / wages, contributions, unemployment compensation, taxes or enforced savings withheld from wages etc.

vi) Failure of the Contractor to pay the cost of removal of unnecessary debris, materials, tools, or machinery.

vii) Damage to another Contractor of the Company.

viii) All claims against the Contractor for damages and injuries, and/or for non-payment of bills etc.

ix) Any failure by Contractor to fully reimburse the Company under any of the indemnification provisions of this Contract. if, during the progress of the work the Contractor shall allow any indebtedness to accrue for which the Company, under any circumstances in the opinion of the Company may be primarily or contingently liable or ultimately responsible and the Contractor shall, within 5 (Five) days after demand is made by the Company, fail to pay and discharge such indebtedness, then the Company may during the period for which such indebtedness shall remain unpaid, withhold from the amounts due to the Contractor, a sum equal to the amount of such unpaid indebtedness. When all the above grounds for withholding payments shall be removed, payment shall thereafter be made for amounts so withhold.

Page 56: bidding document for engineering, procurement & construction

14 | P a g e  

 

17.2 Withholding will also be affected on account of the following:

i) Order issued by a Court of Law in India.

ii) Income-tax deductible at source according to law prevalent from time to time in the country.

iii) Any obligation of the Contractor which by any law prevalent from time to time to be discharged by the Company in the event of the Contractor’s failure to adhere to such laws.

iv) Any payment due from the Contractor in respect of unauthorised imports.

17.3 Notwithstanding the foregoing, the right of the Company to withhold shall be limited to damages, claims and failure on the part of the Contractor which is directly/indirectly due to some negligent act or omission on the part of the Contractor.

18.0 APPLICABLE LAW / JURISDICTION

18.1 This Contract shall be deemed to be a Contract made under, governed by and construed in accordance with the laws of India, for the time being in force and shall be subject to the exclusive jurisdiction of Courts situated in Dibrugarh & Guwahati, Assam.

18.2 Contractor shall ensure full compliance of various Indian Laws and Statutory Regulations, to the extent applicable, as stated below, but not limited to, in force from time to time and obtain necessary permits/ licenses etc. from appropriate authorities for conducting operations under the Contract:

i. The Mines Act- as applicable to safety and employment conditions. ii. Indian Explosives Act iii. Indian Electricity Rules iv. Petroleum Rules v. The Minimum Wages Act, 1948. vi. The Oil Mines Regulations, 1984(Latest amendment/revision). vii. The Workmen’s Compensation Act, 1923. viii. The Payment of Wages Act, 1963. ix. The Payment of Bonus Act, 1965. x. The Contract Labour (Regulation & Abolition) Act, 1970 and the

rules framed there under. xi. The Employees Pension Scheme, 1995. xii. The Interstate Migrant Workmen Act,1979(Regulation of

employment and conditions of service). xiii. The Employees Provident Fund and Miscellaneous Provisions Act,

1952. xiv. The Central Sale Tax Act.

Page 57: bidding document for engineering, procurement & construction

15 | P a g e  

 

xv. Service Tax Act. xvi. Assam Entry Tax Act, 2001. xvii. VAT Act. xviii. Customs & Excise Acts and Rules framed there under.

19.0 TERMINATION 19.1 TERMINATION ON COMMISSIONING OF THE PLANT

This Contract shall be deemed to have been completed on successful commissioning of the plant

19.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE: Either party shall have the right to terminate this Contract on account of

Force Majeure as set forth in Clause No. 11.0. 19.3 TERMINATION ON ACCOUNT OF INSOLVENCY:

In the event that the Contractor at any time during the term of this Contract, becomes insolvent or makes a voluntary assignment of its assets for the benefit of creditors or is adjudged bankrupt, then the Company shall, by a notice in writing have the right to terminate this Contract and all the Contractor’s rights and privileges hereunder, shall stand terminated forthwith.

19.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE:

If the Company considers that, the performance of the Contractor is unsatisfactory, or not up-to the expected standard, the Company shall notify the Contractor in writing and specify in details the cause of the dissatisfaction. The Company shall have the option to terminate this Contract by giving 15 (Fifteen) days notice in writing to the Contractor, if Contractor fails to comply with the requisitions contained in the said written notice issued by the Company.

19.5 TERMINATION FOR DEFAULT:

The COMPANY may, without prejudice to any other remedy for breach of CONTRACT, by written notice of default sent to the CONTRACTOR, terminate the CONTRACT in whole or in part:

A) If the CONTRACTOR fails to deliver any or all of the GOODS within the period(s) specified in the CONTRACT; or

B) If the CONTRACTOR fails to perform any of their obligations(s) under the CONTRACT, and

Page 58: bidding document for engineering, procurement & construction

16 | P a g e  

 

C) If the CONTRACTOR, in either of the above circumstances does not rectify his failure within a period of 30(Thirty) days (or such longer period as the COMPANY may authorise in writing) after receipt of the default notice from the COMPANY.

19.6 TERMINATION DUE TO CHANGE OF COMPANYSHIP & ASSIGNMENT:

In case the Contractor’s rights and/or obligations under this Contract and/or the Contractor’s rights, title and interest to the equipment/ material, are transferred or assigned without the Company’s consent, the Company may at its absolute discretion, terminate this Contract.

The above clause (i.e. Clause No. 19.0) with all its sub-clauses as well as the ensuing Clause No. 20.0 shall be referred to as Termination Clause of this tender document

20.0 CONSEQUENCES OF TERMINATION: 20.1 In all cases of termination herein set forth, the obligation of the

Company to pay for the services rendered/goods supplied shall be limited to the period up to the date of termination. Notwithstanding the termination of this Contract, the parties shall continue to be bound by the provisions of this Contract that reasonably require some action or forbearance after such termination.

20.2 Upon termination of this Contract, the Contractor shall return to the

Company all of the Company’s items, which are at the time in Contractor’s possession.

20.3 In the event the COMPANY terminates the Contract in whole or in part,

pursuant to sub-clause 19.5, the COMPANY may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the Contractor shall be liable to the COMPANY for any excess costs for such similar Goods. However, the CONTRACTOR shall continue performance of the contract to the extent not terminated.

20.4 Notwithstanding any provisions herein to the contrary, the Contract

may be terminated at any time by the Company on giving 15 (Fifteen) days written notice to the Contractor due to any other reason not covered under the above Sub-Clause from 3.19.1 to 3.19.5 and in the event of such termination the Company shall not be liable to pay any cost or damage to the Contractor except for payment for Work done as per this Contract up to the date of termination.

20.5 In the event of termination of Contract, the Company will issue Notice of Termination of the Contract with date or event after which the Contract will be terminated.

Page 59: bidding document for engineering, procurement & construction

17 | P a g e  

 

21.0 SETTLEMENT OF DISPUTES: 21.1 Any disputes or differences arising between the parties out of or relating

to the construction, meaning and operation or effect of this Contract or the breach thereof shall be settled by arbitration in accordance with the rules of Indian Arbitration and Conciliation Act, 1996. The venue of arbitration will be Duliajan, Assam. The award made in pursuance thereof shall be binding on the parties.

22.0 NOTICES 22.1 Any notice given by one party to other, pursuant to this Contract shall

be sent in writing or by Fax with confirmation copy and confirmed in writing to the applicable address specified below:

The Company : The Contractor: HEAD -CONTRACTS ……………………….. Oil India Limited Duliajan (Assam) ……………………….. PIN 786602 FAX NO. 91-374-2803549 22.2 A notice shall be effective when delivered or on the notice’s effective

date, whichever is later. 23.0 MISCELLANEOUS PROVISIONS: 23.1 The Contractor shall give notices and pay all fees at their own cost

required to be given or paid by any National or State Statute, Ordinance, or other Law or any regulation, or bye-law of any local or other duly constituted authority as may be in force from time to time in India, in relation to the performance of the services and by the rules & regulations of all public bodies and companies whose property or rights are affected or may be affected in any way by the services.

23.2 The Contractor shall conform in all respects with the provisions of any

Statute, Ordinance of Law as aforesaid and the regulations or bye-law of any local or other duly constituted authority which may be applicable to the services and with such rules and regulation public bodies and the Companies as aforesaid and shall keep the Company indemnified against all penalties and liability of every kind for breach of any such Statute, Ordinance or Law, regulation or bye-law.

23.3 All fossils, coins, articles of value or antiquity and structures and other

remains or things of geological or archaeological interest discovered on the site where the services are performed, be deem to be the absolute property of the Company. The Contractor shall take reasonable precautions to prevent the personnel or any other persons from removing or damaging any such article or thing and shall immediately

Page 60: bidding document for engineering, procurement & construction

18 | P a g e  

 

upon the discovery thereof and, before removal, acquaint the Company of such discovery any carry out, at the expense of the Company, the Company’s orders as to the disposal of the same.

23.4 During the tenure of the Contract, the Contractor shall keep the site

where the services are being performed reasonably free from all unnecessary obstruction and shall store or dispose of any equipment and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works no longer required. On the completion of the services, the Contractor shall clear away and remove from the site any surplus materials, rubbish or temporary works of every kind and leave the whole of the site clean and in tidy condition to the satisfaction of the Company.

23.5 Key personnel should not be changed during the tenure of the Contract except due to sickness/death of the personnel in which case the replaced person should have equal experience and qualification, which will be again subject to approval, by the Company.

24.0 PERFORMANCE BANK GUARANTEE

24.1 Within 15(fifteen) days after Contractor’s receipt the notification of award of the Contract, the Contractor shall furnish performance guarantee to Company in the form of bank guarantee from a Schedule Bank in India for an amount equal to 7.5% (Seven & half Percent) of the total Contract value.

24.2 The proceed of the Performance Bank Guarantee shall be payable to the Company as compensation for any loss resulting from Contractor’s failure to fulfill their obligations under the Contract without prejudice to any of the rights or remedies the Company may be entitled to as per terms & conditions of the Contract. The proceeds of the Performance Bank Guarantee shall also govern the successful performance of goods & services during the entire period of Warrantee/Guarantee.

24.3 The performance security specified above must be valid for 15(fifteen) months from the date of Mechanical completion of the job to cover the warranty obligations indicated in Clause 6.0 of Section III hereof. The same will be discharged by the Company not later than 30 days following its expiry.

25.0 INVOKATION OF PERFORMANCE BANK GUARANTEE 25.1 In the event of the Contractor failing to honour any of the commitments

entered into under the Contract and/or in respect of any amount due from the Contractor to the Company, The Company shall have an unconditional option under the guarantee to invoke their performance bank guarantee and clear the amount from Bank.

Page 61: bidding document for engineering, procurement & construction

19 | P a g e  

 

26.0 LIQUIDATED DAMAGES 26.1 In the event of the Contractor’s default in timely completion of the

work under the provisions of this Contract, the Contractor shall be liable to pay liquidated damages at the rate of 0.50% (half Percent) of the total Contract Price for each week (7 days) or a part thereof of delay till the works are completed, subject to a maximum of 7.5%(seven & half Percent) of the total calculated Contract Price. The Company may without prejudice to any other method of recovery, deduct the amount of such liquidated damages from any amount due to the Contractor.

26.2 Both the Contractor & the Company agree that the above

percentages of liquidated damage is genuine pre-estimates of loss/ damage, which the Company would have to suffer on account of delay/breach on the part of the Contractor and the said amount will be payable on demand without there being any proof of the actual loss/or damage caused by such delay/breach. Decision of the Company in the matter of applicability of liquidated damage shall be final & binding on the Contractor.

The above clause (i.e. Clause No. 26.0) with all its sub-clauses shall be referred to as Liquidated Damage Clause of this tender document

27.0 SUBSEQUENTLY ENACTED LAWS

27.1 Subsequent to the date of submission of offer by the Contractor, if there is a change in or enactment of any law or interpretation of existing law, which results in additional cost/reduction in cost to the Contractor on account of the operation under this contract, the Company/the Contractor shall reimburse/pay the Contractor/ the Company for such additional / reduced cost actually incurred.

28.0 ASSOCIATION OF THE COMPANY’S PERSONNEL

28.1 The Company may depute one or more than one representative (s) / engineer (s) to act on its behalf for overall co-ordination and operational management at location. The Company’s representative will be vested with the authority to order any changes in the scope of work to the extent so authorised and notified by the Company in writing. He shall liaise with the Contractor and monitor progress to ensure timely completion of the jobs. He shall also have the authority to oversee the execution of jobs by the Contractor and to ensure compliance of provisions of the Contract.

28.2 The Company’s representatives shall have free access to all the

equipment of the Contractor during operations as well as idle time for the purpose of observing / inspecting the operations performed by the Contractor in order to judge whether, in the Company’s opinion, the Contractor is complying with the provisions of the Contract.

Page 62: bidding document for engineering, procurement & construction

20 | P a g e  

 

29.0 LABOUR 29.1 Before starting the work the Contractor shall obtain a license from

competent authority under the Contract Labour Act 1970 and furnish a copy of it to the Company. The recruitment of the labour shall be met mainly from the areas of operation and wages will be according to the rates prevalent at the time, which can be obtained from the District Authorities of the area. The facilities to be given to the labourers should conform to the provisions of labour laws as per Contract Labour (Regulation and Abolition) Act, 1970. No minor labour shall be engaged by the contractor.

30.0 SAFETY

30.1 The Contractor shall take all measures necessary to protect the personnel, work and facilities and shall observe safety rules and regulations as per Oil Mines Regulation & other statutory provisions. No smoking or open flame shall be permitted while operating inside Tank Farm which will be in operation during the currency of this contract or any stations of the Company. Open flame/welding etc will be allowed beyond 90 meters from the operating vessels/tanks or any other equipment. Work Permit as per OMR guidelines shall be taken from the Installation Manager.

During hooking up with the existing Tank Farm prior approval from Installation Manager (IM) or its authorised representative from OIL must be obtained for which IM or its authorised representative from OIL will arrange class A fire service during execution of such hooking up. In this connection please refer Oil Mine Regulation Act 1984.

30.2 The Contractor shall report, as soon as possible, any evidence, which may indicate or is likely to lead to an abnormal or dangerous situation and then immediately take the first emergency control steps conforming to good operation practice and safety regulations.

31.0 PROTECTION OF PROPERTY AND EXISTING FACILITIES

31.1 The Contractor shall perform each work in such a manner as will prevent damage to the Company’s property and conform to and be consistent with, operational practices of hydrocarbon industries. Any permanent damage/loss to the Company’s pipeline, assets and plants due to actions undertaken by the Contractor in order to provide the services envisaged under this Contract shall have to be remedied by the Contractor, entirely at their own cost. This cost shall include and not be limited to actual replacement of such damaged pipeline, assets or plants, or payment of actual replacement cost in relation thereto as may be incurred by the Company. As the project under this contract is a modification of Tank Farm which will be in operation round the clock during the execution of the said contract, this clause

Page 63: bidding document for engineering, procurement & construction

21 | P a g e  

 

shall be in force to any eventuality as mentioned above for the Tank Farm also.

31.2 The CONTRACTOR shall take sufficient care in moving his plants, equipments and materials from one place to another so that they do not cause any damage to any person or to the property of COMPANY or any third party including overhead and underground cables and in the event of any damage resulting to the property of COMPANY or of a third party during the movement of the aforesaid plant, equipment or materials the cost of such damages including eventual loss of production, operation or services in any plant or establishment as estimated by COMPANY or ascertained or demanded by the third party shall be borne by the CONTRACTOR.

32.0 PERFORMANCE OF WORK:

32.1 The Contractor shall submit daily reports to Project/Engineer in charge detailing progress of different operations as per the scope of the work. The Company, at its option may change the periodicity of such reports. In addition, they shall submit the complete job report (with all pertinent details to serve permanent record) within 15 (Fifteen) days from the date of completion of each individual job. The manner and the speed of execution and maintenance of the operations are to be conducted in a manner to the satisfaction of the Company’s representative. Should the rate of progress of the operations or any part of them is at any time too slow in the opinion of the Company’s representative, (to ensure completion of the operations within schedule) the Company’s representative may so notify the Contractor in writing. The Contractor shall reply to the written notice giving details of the measures, which he proposes to take to expedite the operations. If no satisfactory reply to the Company’s notice is received in seven days, the Company shall be free to take necessary actions as deem to be fit.

33.0 PERMITS & CERTIFICATES

33.1 The Contractor shall procure, at his expense, all necessary permits, certificates and licenses required by virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where any of the works is to be performed, and Contractor further agrees to hold COMPANY harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such laws, regulations, ordinances or other rules. COMPANY will provide necessary permits for Contractor’s personnel to undertake any work in India in connection with Contract.

Page 64: bidding document for engineering, procurement & construction

22 | P a g e  

 

34.0 POLLUTION AND CONTAMINATION

34.1 Contractor shall be responsible for loss or damage from pollution or contamination arising out of or resulting from any of the Contractor’s services/operation unless such pollution or contamination is for reasons beyond the control of the Contractor.

----END OF SECTION-III-----

 

Page 65: bidding document for engineering, procurement & construction

OIL INDIA LIMITED

EPC JOB FOR COMPOSITE WORKS AT OIL'S TANK FARMS

JOB NO. A345

SECTION-V

SCHEDULE OF PRICES

SL NO.

1

2

3

4

5

SECTION-V

SCHEDULE OF PRICE

SCHEDULE OF PRICES

DESCRIPTION FORM NO.

Preamble to Schedule of Prices

SP-1Schedule of Prices

Prices for 2 years Recommended and Maintenance Spares SP-3

Details of Central Sales Tax

Details of Service Tax

SP-1A

SP-2

Page 66: bidding document for engineering, procurement & construction

2

Page 67: bidding document for engineering, procurement & construction

1

2

3

4

5

6

7

8

9

10

11

12

13

14

PREAMBLE TO SCHEDULE OF PRICES

Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract performance and will not be subject to variation on any account

except as otherwise specifically provided in the Bidding Documents.

Counter trade proposals will not be considered in the evaluation of Bids and determination of the lowest evaluated Bidder.

Bidder shall specify name of company and sign & affix seal on all pages of price bid.

Bidder shall quote the following lumpsum prices:

i) PRICE FOR MATERIALS (SUPPLY) (SP-1) and

ii) PRICE FOR SERVICES (SP-1).

The entire contract shall be considered to be fully and conclusively covered under these prices.

Total price payable under the Contract shall be restricted to Lump Sum price quoted in Form SP-1.

In case the price(s) quoted exceed the limits specified under g), h) and i) excess amounts shall be paid in the final bill.

The total price quoted under Sl no. A ( i.e. Sl A1.1 to A1.8) in Forms SP-1 of Price Schedule i.e Supplies/ materials shall not exceed 70% (Seventy Percent) of the

Total Lumpsum Price.

The total price quoted Sl. no. B1.1 to 1.4) for Services towards Detailed Engineering and documentation shall not exceed 2.5% (Two point Five Percent) of Total

Lumpsum Price.

The Lumpsum Contract Price consisting of the toatality of supplies and Services / works (s) as per the Bidding Documenty. Sl no. A of Schedule of Prices ( FORM

SP-1) gives the Lumpsum Price of Supplies/ materials by adding the price of Supplies/materials under Sl. A1.1 to A1.8. and the price of Services given in Sl no.

B gives the Lumpsum prices for Services by adding the price of Services under B1.1 to B1.4.

FORM SP-1A indicates the lumpsum amount of Central Sales Tax on inter-state sales against FORM- C included in the Price of Supplies/ Materials for finished

goods alone included in FORM SP-1.

FORM-C shall be issued for Central Sales Tax on finished goods alone on inter-state sales which is included in the quoted supply Price.

However, FORM-C shall not be issued to the Contractor for inter-state sales / bought out raw materials and consumables (Other than finished goods), e.g.

cement, reinforcement steel, structural steel, sand, bricks, stone, tiles etc. and accordingly, Bidder’s quoted price shall be inclusive of CST without FORM-C for

such materials.

These Lumpsum prices do not include Customs Duty (including Countervailing Duty and Special Duty, if any)for Duliajan, Tengakhat & Moran Tank Farms and

Service Tax which are to the extent exempted and/ or reimbursable by OIL but inclusive of all other taxes and duties , Local Sales tax, Entry Tax, Assam VAT

etc.However, the LumpSum price shall be inclusive of Customs duty on Merit rate basis and Excise duty for Jorhat Tank Farm and Deemed export benifit is

available to the contractor for Duliajan, Tengakhat & Moran Tank Farms and OIL will issue Project Authority Certificate to the contractor.

Title of materials other than finished goods shall not be transferred by the Contractor to OIL at the time of supply and brought to site and shall only be deemed to

be transferred by the Contractor to OIL, upon Final Completion. Only the capital goods/ finished goods which are sold & supplied to OIL India Limited and for

which FORM-C shall be issued by OIL, Contractor shall transfer the title to OIL, at the stage of ex-works.

Spares for Start-up/ commissioning and Mandatory spares and Engineeringspare/ consumable are in Contractor’s scope of supplies and are to be included in the

quoted Lumpsum price under Sl no. A ( Supplies) in FORM SP-1

Spares for start-up/ commissioning and mandatory spares and Engineering spare/ consumable are in CONTRACTOR’s scope of supplies and are to be included in

the quoted lumpsum price under Sl. A in FORM SP-1.

3

Page 68: bidding document for engineering, procurement & construction

15

16

17

18

19

20

21

22

23

24

25

The Contractor shall not be entitled to any compensation in terms of cost and time for such additional supplies and/or services.

Bidders shall indicate their price for foreign currency in any convertible currency as the case may be in the price formats, wherever applicable.

INR means Indian Rupees

Bidders shall indicate their quoted price in Indian Rupees and/or any freely convetible Foreign currency as the case may be in the respective column of Price

schedule, as per Instructions to Bidders

Bidder shall quote Service Tax in FORM SP-2 based on amount of Services quoted by the Bidder in FORM SP-1

Please also refer toSpecial Note for SECTION-V Attachment to Price Bid Format before filling up the Price details in this price bid format.

(STAMP & SIGNATURE OF BIDDER)

CIF value of imported materials for procurement and supply shall be indicated in FORM SP-1 should be equivalent to the total amount shown under column 14 in

foreign currency in FORM SP-1.

If it is not feasible for the Bidder to enter the items or relative values in the relevant SP Forms due to limitation of space, the Bidder may retype the Forms

wherever required and fill up the rates either by hand or by typing the values and / or items as required. The Bidder further declares that in the event of any

discrepancy in the wording between the SP Forms enclosed with the Tender and with any subsequent addendum and the wording in the forms prepared by the

Bidder, the wording given in the SP Forms enclosed with the Bidding Document or with any subsequent addendum as the case may be, shall prevail and the

values submitted by the Bidder shall be taken cognizance of and read accordingly. All the original SP FORMS shall be enclosed duly signed and stamped by the

Bidder along with the priced sheets prepared by the Bidder pursuant to above.

The lumpsum price quoted by the bidder shall be for the complete scope of work, scope of supply and specific requirements as mentioned in job specification,

technical specification, data sheets, and drawings as defined in the Bidding Document. Any materials/services required for completion of work but not identified

in the FORMS SP-1. The same is deemed to be included in the quoted lumpsum price.

The incidental cost arising out of punch list/check list issued by commissioning team of licensor or Owner or operation group of Owner during pre-

commissioning/ commissioning assistance for smooth and trouble free operation of the system/ units including supply is deemed to be included in the quoted

and accepted lumpsum price against respective items of supply and services.

Price for two years operation and maintenance spares after Defect Liability/ Guarantee period is not to be included in the Lumpsum Price. CONTRACTOR shall

furnish two years operation and maintenance spares, recommended manufacturers/ suppliers for each item and the current applicable price list(s) of such

manufacturers/ suppliers within six (6) months from the date of issue of Letter of Acceptance. These prices shall be valid for a period of twelve (12) months from

the date of Mechanical Completion.

4

Page 69: bidding document for engineering, procurement & construction

Sl. No. Description of

supplies / work

(inclusive all that are

covered item-wise in

Scope of Work under

Terms of Reference &

Technical

specification i.e.

Section-IV of this

tender document)

Quantity Excise

Duty

Installati

on &

Commis

sioning

Works

Contract

Tax

Any other

taxes,

duties,

levies

considere

d by

bidder

In INR Foreign

currency…

……………

…..

Total INR Total

Foreign

Currency

…………

……

INR Foreign

Currency……

………..

1 2 3 4 (i) 4 (ii) 5 8 9 10 11 (i) 11(ii) 12 (i) 12(ii)

Procurement and supply

at appropriate stages of

all materials, equipment,

chemicals and

consumables including

mandatory spares,

commissioning spares,

special tools and

tackles, Third Party

Inspection,

transportation upto work

site, customs clearance,

stevedoring, insurance,

receipt, accounting,

storing and preservation

e.t.c. all complete as per

scope of supply detailed

in various sections of

bidding document,

drawing, specifications,

other documents for all

four tank farms, other

activities incidental to

procurement and supply

and direction of

Engineer-In-Charge for

the following:

A1.1 Equipment &

Packaged items

alongwith drives,

auxiliaries and

accessories as per

bidding

Ex-Works Price/ FOB

Price

Total Price

(4+5+6+7+8+9+10=1

1)

A. SUPPLY

CIF (Indian) port

component involved in

Total Price (Col. 11) for

issue of Essentiality

Certificate

Sales Tax Site work

6 7

5

Page 70: bidding document for engineering, procurement & construction

A1.1(i) Main Diesel Engine

Driven Fire Water

Pumps:

• Tag No. 101-P-103/

104/ 105/ 106/ 107/ 108

for Duliajan.

• Tag No. 102-P-103/

104/ 105/ 106/ 107 for

Jorhat.

• Tag No. 103-P-103/

104/ 105/ 106/ 107/ 108

for Moran.

• Tag No. 104-P-104/

105/ 106/ 107/ 108/ 109

for Tengakhat.

Jockey Pumps

• Tag No. 101-P-101/

102 for Duliajan.

• Tag No. 102-P-101/

102 for Jorhat.

• Tag No. 103-P-101/

102 for Moran.

• Tag No. 104-P-

101/102/103 for

Tengakhat

HOT Cranes for all

locations.

Lumpsum

A 1.1(ii) Package Air

Conditioning for three

Control Rooms at

Duliajan, Jorhat and

Moran.

Lumpsum

A 1.1(iii) All other items except

items covered under A-

1.1(i) to (vi) with all

associated auxiliaries

and accessories as

mentioned elsewhere in

the tender document.

Lumpsum

A 1.1(iv) Mandatory Spares for

entire A1.1 (List to be

furnished by Bidder with

item description &

quantity as per

requirement specified in

the bidding document.)

Lumpsum

A1.2 Mechanical work for

Fire Water Tanks (As

per Scope of Supply

specified in the tender

document)

A1.2(i) All plates Lumpsum

A1.2(ii) All other items except

items covered under A-

1.2(i) such as pipes,

nozzles, flanges e.t.c.

with all associated

accessories as

mentioned elsewhere in

the bidding document.

Lumpsum

6

Page 71: bidding document for engineering, procurement & construction

A1.2(iii) Mandatory Spares for

entire A1.2 (List to be

furnished by Bidder with

item description &

quantity as per

requirement specified in

the bidding document.)

Lumpsum

A1.3 All pipes including

matching flanges,

Valves, fittings,

fasteners, gasket,

steam trap etc. as per

requirement specified

in the bidding

document-A1.3(i) All CS Piping bulk

material.

Lumpsum

A1.3(ii) All valves including

Double Block & Bleed

Valves, All MOV’s,

Actuator for Conversion

of Manual valves to

MOV as per bidding

document.

Lumpsum

A1.3(iii) All other piping bulk

material-above ground/

underground except as

mentioned above A

1.3(i) including painting,

fire proofing etc and all

accessories to complete

the job as per bidding

document.

Lumpsum

A1.3(iv) Mandatory Spares of

Piping as stated in A1.3

above as per

requirement specified in

the bidding document.).

Lumpsum

A 1.4 Electrical Items (As

per Scope of Supply

specified in the

bidding document)A1.4(i) Draw Out type MV

Switch Board

Lumpsum

A1.4(ii) PVC, Copper conductor

Power Cable (LT), PVC/

Copper control cable,

Lighting Transformer &

Lighting Distribution

Board, High Mast

Lighting, Substation

equipment including all

PCCs, lighting

transformer and lighting

distribution board.

Lumpsum

A1.4(iii) Public Address System

and Addressable Type

Fire Alarm System

Lumpsum

7

Page 72: bidding document for engineering, procurement & construction

A1.4(iv) Balance electrical items

like cable of other types,

cable trays &

accessories,

transformers, all types

of galvanized cable

trays, junction boxes,

lighting poles, lighting

fixtures, earthing

electrode/GI strip, FLP

equipment/ receptacle,

all commissioning

spares, all accessories

to complete the job in all

respect.

Lumpsum

A1.4(v) Mandatory spares for A

1.4 as per requirement

specified in the tender

document.

Lumpsum

A1.5Instrumentation works

(As per Scope of

Supply specified in the

tender document)

A1.5(i) PLC with UPS, Tank

Farm Management

System, CCTV System

Lumpsum

A1.5(ii) Instrumentation

(including pressure

relieve valves, pressure

gauges, pressure and

differential pressure

transmitters,

Temperature element

along with temperature

transmitters, gas

detector, Temp gauges,

level gauges, guided

wave radar level

instrument, servo type

level instruments, signal

alarm/ control/ power

cable, and

thermocouple cable,

cable glands, fittings,

cable trays, instrument

duct, instrument yoke

supports, junction boxes

with support, MCT

frames and blocks,

erection material etc.)

as required for

completing the entire

work and as per scope

of tender document.

Lumpsum

A1.5(iii) All other items except

items covered under A-

1.5(i) to A1.5(ii) with all

associated auxiliaries

and accessories as

mentioned elsewhere in

the bidding document.

Lumpsum

8

Page 73: bidding document for engineering, procurement & construction

A1.5(iv)

Mandatory spares for A

1.5 as per requirement

specified in the bidding

document.).

Lumpsum

A1.6 All Civil & Structural

items, Painting &

Insulation materials.A1.6(i) Reinforcement steel Lumpsum

A1.6(ii) Structural steel Lumpsum

A1.6(iii) Cement Lumpsum

A1.6(iv) Geotechnical Materials

for Soil Improvement as

per bidding document

Lumpsum

A1.6(v) All Fire Fighting items

like Hydrant, Monitors,

Spray System e.t.c.

Lumpsum

A1.6(vi) Clean Agent system Lumpsum

A1.6(vii) All Architectural items

for flooring & plaster,

PVC rain water pipes,

rolling shutter,

Aluminum glazed doors

and windows, wooden

panel doors, frames,

Aluminum louvers, false

ceiling, false flooring,

under deck insulation,

roof treatment, PVC

panel divider, vitrified

ceramic tiles and other

fixture and fittings as per

tender document.

Lumpsum

A1.6(viii

)

Any other material/ item

required for completion

of the plant works but

not specifically identified

and covered above for

completion of Works.

(Bidder to identify &

specify the same)

Lumpsum

A 1.7 Painting

A 1.7(i) Painting of equipment,

items, structures, piping

and any other as per

requirement of bidding

document.

Lumpsum

A 1.8 Any other material/

item required for

completion of the

work but not

specifically identified

and covered above as

per bidding document.

(Bidder to identify &

specify the same)

Lumpsum

1.9 Transportation of all

equipment, packages,

materials, items as per

1.1 to 1.8 above to

work site.

Lumpsum

B. SERVICES

9

Page 74: bidding document for engineering, procurement & construction

B1.1 DETAILED

ENGINEERING &

DOCUMENTATIONB1.1(i) Detail engineering,

preparation/ submission/

approval of documents

& drawings for

Composite Works at

OIL’s Tank Farms in all

four locations, i.e.

Duliajan, Jorhat, Moran

& Tengakhat in Assam

as per bid documents.

Lumpsum

B1.1(ii) Final as built

documentation of total

process packages,

engineering drawings,

vendor data/documents.

Lumpsum

B 1.2 FABRICATION &

INSTALLATION AND

SITE SUPERVISION,

INSPECTION AT SITE,

ETC.Providing services for

pre-fabrication,

fabrication, erection, site

enabling works,

barricading, dismantling,

construction, inspection,

installation, testing, pre-

commissioning,

mechanical completion

including hooks up,

including (but not limited

to) providing Third Party

Inspection, all labors

and manpower,

resources,

transportation, store

management,

construction equipment,

tools, tackles and aids,

safety devices, testing

devices, insurance in

CONTRACTOR’s

scope, facilities, utilities,

communication

systems, material and

other reconciliation’s, ,

obtaining and satisfying

all statutory licensors,

work permits,

clearances, consents,

no objections, approvals

and certificates and

complying with all B1.2(i) Site Enabling Works Lumpsum

10

Page 75: bidding document for engineering, procurement & construction

B1.2(ii) All Civil, Structural and

Architectural Works like

Ground improvement

works, foundations,

superstructure, other

RCC/PCC works, brick

woks, structural steel

works, sleepers, tank

pad, ring wall

foundations, tank dyke

repairing, OWS/CRWS,

spray system supporting

structure, barricading

works, miscellaneous

foundation and pipe

supporting structure,

miscellaneous

access/operating

platform, works related

to false floor, false roof,

doors, windows, panels,

clean agent system e.t.c

as per bidding

document.

Lumpsum

B1.2(iii) All works for Fire Water

piping facilities with

valves, hydrant,

monitors and other Fire

Fighting

equipment/items, spray

system e.t.c. as per

bidding document.

Lumpsum

B1.2(iv) Complete fabrication

and erection of fire

water tanks

Lumpsum

B1.2(v) Painting & Insulation

Works

Lumpsum

B1.2(vi) Piping works Lumpsum

B1.2(vii) Equipments & Packages

work including FIM

items.

Lumpsum

B1.2(viii

)

All Electrical works

including substation

equipment, cabling,

lighting cables, lighting

fixtures, Lighting

supports. Installation of

High Mast etc. to

complete the system as

per scope of work.

Lumpsum

11

Page 76: bidding document for engineering, procurement & construction

B1.2(ix) All Instrumentation

works related to PLC

System with UPS, Tank

Farm Management

System, CCTV and

other works including

installation, calibration,

cable laying, glanding &

termination, loop testing

of all field instruments

as per process package,

scope of supply and job

specification etc. along

with instrument, panel &

cables supplied by client

& vendor.

Lumpsum

B1.2(x) Any other Fabrication,

Installation & related

services required for

completion of the Work

(Bidder to identify &

specify the same as per

tender document)

Lumpsum

B1.3 DISMANTLING

WORKS- B1.3.1 Executing all

dismantling work for

existing piping for

setting up new

installation,

dismantling/shifting of

old cables, servo level

instruments &

manifolds, excavation,

reopening of cable

trains, backfilling as

required & diverting and

reconstruction of all

channel/drains etc

including the supply of

all necessary labor &

machinery tools &

tackles & disposal of

extra materials for the

site for smooth

installation of new

equipments & smooth

operation of Tank Farms

in accordance with

specifications, scope of

work/ supply & other

provisions of the bidding

document & direction of

Engineer-In-Charge.

Lumpsum

B 1.4 PRE-COMMISSIONING

& COMMISSIONING

ASSISTANCE

12

Page 77: bidding document for engineering, procurement & construction

B1.4(i) Pre-commissioning and

Assistance in all respect

for Commissioning of all

subsystem and

complete systems in

tank Farms in all respect

including supply of all

labors, materials, tools

& tackles for the same.

Lumpsum

NAME & SIGNATURE OF BIDDER

(1) Bidders are required to show their price break up in the appropriate columns to the extent possible. If any column is not applicable for a particular item, bidder should mention "Not

applicable" or "NIL". In case nothing is mentioned in the column for an item it will be construed as no charge is applicable.

(2) Bidders are requested to indicate separately, to the extent possible, the rates of taxes, duties, levies etc. considered in various items.

(3) Bidders to quote their rates in both words and figures. Bidder may quote rates INR or any freely convertible currency. In case of Foreign currency, Bidder must indicate the currency, failing

which it will be considered as US$. CIF values may be shown in foreign currency or INR with exchange rate considered.

Note:

SUM OF ABOVE

TOTAL CONTRACT PRICE IN INR --------------------------------------------- PLUS FOREIGN CURRENCY………………………………

13

Page 78: bidding document for engineering, procurement & construction

1 L.S.

1

2

3

Name of Work :

Bidding Document no. :

SL. NO. RATE OF

SERVICE TAX

( IN % )

AMOUNT OF SERVICE TAX

( IN INR)

FORM SP-1A indicates the lumpsum amount of Central Sales Tax on inter-state sales against FORM- C included in the Price of Supplies/ Materials for finished

goods alone in FORM SP-1.

OIL will issue FORM-C against Central Sales Tax on finished goods alone which are sold and consigned to OIL for permanent incorporation in the Project for

inter-state sales subject ceiling indicated in this FORM.

FORM-C shall not be issued to the Contractor for inter-state sales / bought out raw materials and consumables (Other than finished goods), e.g. cement,

reinforcement teel, structural steel, sand, bricks, stone, tiles etc. and accordingly, Bidder’s quoted price in FORM SP-1 shall be inclusive of CST without FORM-C

DETAILS OF CENTRAL SALES TAX

IN FIG.

DETAILS OF SERVICE TAX

Sl no. DESCRIPTION

CENTRAL SALES TAX included in TOTAL PRICE OF

MATERIALS covered under Sl. A in FORM SP-1 calculated

at 2% (Two percent) , with the issue of C Form

AMOUNT ON WHICH

SERVICE TAX IS

APPLICABLE

(IN INR)

DESCRIPION

INDIAN RUPEES

IN WORDS

UNIT

FORM SP-2

FORM SP-1A

14

Page 79: bidding document for engineering, procurement & construction

(a)

1

NOTE:

1

2

3

4

5

CURRE

NCY

IN FIG. IN WORDS

1 3 5A 5B 5C 6

NOTE:

SERVICE TAX

Bidder shall quote Service Tax in this FORM based on amount of Services quoted by the Bidder in FORM SP-1

(d)

Bidder shall indicate total Service Tax amount payable under this works/services in this format . However, if the services fall under

the list of services defined in reverse charge mechanism, then the liability of deposition of service tax to the tax authority by the

Contractor and the COMPANY shall be dealt in accordance with Notifications issued by Government of India from time to time.

Amount of Service Tax shall not be included by the Bidder in their quoted price. COMPANY (OIL) will reimburse the Service Tax to the Contractor

against proof of documents as required subject to amount of taxable value of services at Column (c) above . This Service Tax component shall

be loaded for evaluation.

Effective rate of Service Tax under column no (d) shall be indicated by Bidder after considering the applicable rules and follow the provisions of

the Service Tax including Government of India latest Notifications & subsequent amendments, if any.

Bidder shall furnish this Form duly filled in all respects along with Price part and as well as un-priced copy along with their un-priced Bid.

PRICE SCHEDULE OF RECOMMENDED SPARES FOR TWO YEARS OPERATION AND MAINTENANCE

FORM SP-3

DESCRIPTION OF RECOMMENDED SPARES UNIT AMOUNTRATESL NO.

2

(b) (e)( c)

15

Page 80: bidding document for engineering, procurement & construction

1

2

Contractor shall provide itemized priced list of two years Operation and Maintenance (O&M) spares, which shall be inclusive of all taxes, duties,

levies etc. Validity of such priced list of O&M spares shall be kept valid for a period of 12 months after mechanical completion of the Contract.

COMPANY reserves the right to place the separate order for such O & M spares directly to vendor.

Price quoted for recommended spares for 2 years O & M shall not be considered for evaluation.

16

Page 81: bidding document for engineering, procurement & construction

OIL INDIA LIMITED SECTION-VI EPC for Composite Works at Tank Farms in Assam Special Conditions of Contract Job No. A345 Page 1 of 40

SPECIAL CONDITIONS OF CONTRACT

Page 82: bidding document for engineering, procurement & construction

OIL INDIA LIMITED SECTION-VI EPC for Composite Works at Tank Farms in Assam Special Conditions of Contract Job No. A345 Page 2 of 40

TABLE OF CONTENTS

1.0 DEFINITION OF SPECIAL TERMS ............................................................... 3 2.0  STATUTORY NOTIFICATIONS /PERMISSIONS /APPROVALS ............. 6 3.0  WATER AND POWER AND OTHER FACILITIES ...................................... 6 4.0  TIME SCHEDULE/COMPLETION PERIOD ................................................. 8 5.0  SCOPE OF WORKS ......................................................................................... 8 6.0  SCOPE OF SUPPLY ........................................................................................ 8 7.0  MEASUREMENT OF WORKS ....................................................................... 8 8.0  ELECTRICAL CONTRACTOR’S LICENCE ................................................. 9 9.0  LABOUR LICENSE ......................................................................................... 9 10.0  LUMP SUM TURNKEY (LSTK) CONTRACT OF THE PROJECT/ JOB ..... 9 11.0  RESPONSIBILITY OF THE CONTRACTOR ................................................ 9 12.0  CONTRACTOR’S SITE OFFICE .................................................................. 10 13.0  OIL’S SCOPE OF SUPPLY ........................................................................... 10 14.0  REPORTING OF PROGRESS & DOCUMENTATION ............................... 10 15.0  WORK IN MONSOON & DEWATERING ................................................... 10 16.0  PROJECT/ENGINEER-IN-CHARGE (PIC/EIC) ........................................... 10 17.0  CONTRACTOR’S REPRESENTATIVE ........................................................ 10 18.0  PLEASE REFER TO SPECIAL NOTE FOR SECTION-V PRICE BID FORMAT ........ 11 19.0  LIQUIDATED DAMAGE DUE TO DELAY IN COMPLETION .................. 11 20.0  RELEASE OF PAYMENT ............................................................................. 11 21.0  TERMS OF PAYMENT ................................................................................. 12 22.0  PATENTS, RIGHTS, LIABILITY AND COMPLIANCE OF REGULATION:

........................................................................................................................ 24 23.0  ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY

REGULATIONS ............................................................................................ 24 24.0  SITE CLEANING ........................................................................................... 27 25.0  SUB – CONTRACTORS ................................................................................ 27 26.0  MAJOR TAGGED EQUIPMENTS/ ITEMS .................................................. 28 27.0  CORRUPT AND FRAUDULENT PRACTICES ........................................... 28 28.0  LIABILITY OF GOVERNMENT OF INDIA ........................................................... 29 29.0  LAND, POWER, WATER AND OTHER FACILITIES ............................................ 29 30.0  SETTLEMENT OF DISPUTE BETWEEN TWO PSU’S ............................... 31 31.0  REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS32 32.0  REQUIREMENT OF PAN FOR FOREIGN BIDDER ................................... 32 3333..00  REGISTRATION OF THE CONTRACT WITH STATUTORY ................... 32 34.0  TAXES, DUTIES & LEVIES ......................................................................... 33 35.0  INSURANCE .................................................................................................. 34 36.0  RENTS & ROYALTIES ................................................................................. 35 37.0  SITE ORGANISATION ................................................................................. 35 38.0  SURPLUS MATERIALS ............................................................................... 35 39.0  SINGLE POINT RESPONSIBILITY ............................................................. 36 40.0  TESTS AND INSPECTION OF WORKS ...................................................... 36 41.0  FINAL INSPECTION ..................................................................................... 37 42.0  STATUTORY APPROVALS ......................................................................... 37 43.0  IMPORT LINCENSE ..................................................................................... 37 4444..00  GAURANTEES .............................................................................................. 37 45.0  CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS ............................ 37 46.0  INTELLECTUAL PROPERTY...................................................................... 38 47.0  PROVISION OF FABRICATION SHED ...................................................... 38 48.0  PROVISION OF PROPER WAREHOUSING ............................................... 38 49.0  SPARE PARTS ............................................................................................... 39 50.0  PRE-COMMISSIONING/ COMMISSIONING ASSISTANCE .................... 39 51.0  BUILDING AND OTHER CONSTRUCTION WORKER’S ACT ............................... 39 52.0  GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT

WORKS .......................................................................................................... 39 

Page 83: bidding document for engineering, procurement & construction

OIL INDIA LIMITED SECTION-VI EPC for Composite Works at Tank Farms in Assam Special Conditions of Contract Job No. A345 Page 3 of 40

SECTION-VI

SPECIAL CONDITIONS OF CONTRACT

Special Conditions of the Contract shall be read / interpreted in conjunction with the General Conditions of the Contract, however, if any part is observed to be repugnant or at variance with the provisions of the General Conditions of the Contract, to the extent it cannot be reconciled, the Special Conditions of the Contract shall override the General Conditions Contract for that part.

1.0 DEFINITION OF SPECIAL TERMS 1.1 In this CONTRACT the following words and expressions shall have the meanings

hereby assigned to them, except where the context otherwise requires.

1.2 “THE COMPANY/OWNER/OIL” means Oil India Limited, a Government of India Undertaking having its registered office at Duliajan, Assam.

1.3 The “PROJECT/ENGINEER IN-CHARGE (PIC/PIC/EIC)” means the person designated from time to time for supervision and liaison with the CONTRACTOR by OIL and includes those who are expressly authorised to perform on his behalf for operation of this CONTRACT.

1.4 The “WORK” mean and include all items to be supplied, things to be

done and services to be provided and activities to be performed by the CONTRACTOR, pursuant to and in accordance with the CONTRACT, or part thereof, as the case may be, and shall include all extra, additional, altered or substituted items/ things/ activities /services as required for purpose of the CONTRACT.

1.5 The “PERMANENT WORK” means works, which will be incorporated in, and form a part of the WORK to be handed over to the OWNER by the CONTRACTOR on successful completion of the CONTRACT.

1.6 “TEMPORARY WORKS” means all works of temporary nature required in or execution, completion or maintenance of WORKS.

1.7 “CONSTRUCTION EQUIPMENT” means all appliances/equipment and things that are used in for the execution, operation and maintenance of the WORK or TEMPORARY WORKS.

1.8 “CONTRACT DOCUMENTS” means collectively the Tender Document with Designs, Drawings, Specification, Condition, Schedule of Quantities and Rates, Letter of Acceptance and agreed variations if any, and such other documents constituting the tender and acceptance thereof.

1.9 The “SPECIFICATION” means all directions, the various technical specifications, provisions attached and referred to in the Tender Document, which pertain to the method and manner of performing the works, to the quantities and qualities of the works and the materials to be supplied under the CONTRACT for the WORKS, as may be amplified or modified by the OIL during the performance of CONTRACT in order to provide the unforeseen conditions or in the best interests of the WORKS. It shall also include the latest edition of relevant Standard Specifications including all addenda/corrigenda published before entering into CONTRACT.

1.10 The “DRAWINGS” means maps plans and tracings or prints or sketches thereof with any modifications approved in writing by the ENGINEER-IN-CHARGE and such other drawing as may, from time to time, be furnished to or approved in writing by the ENGILNEER- IN-CHARGE in connection with execution of the CONTRACT.

1.11 The “TENDER” means the proposal along with supporting documents submitted by the CONTRACTOR for consideration by the OWNER.

Page 84: bidding document for engineering, procurement & construction

OIL INDIA LIMITED SECTION-VI EPC for C posite Job No. A

om Works at Tank Farms in Assam Special Conditions of Contract 345 Page 4 of 40

1.12 “MOBILISATION” means establishment of sufficiently adequate infrastructure by the

CONTRACTOR at “SITE” comprising of construction equipments, aids, tools, tackles including setting of site offices with facilities such as power, water, communication etc. establishing manpower organization comprising of Resident Engineers, Supervising personnel and an adequate strength of skilled, semi - skilled and un - skilled workers, who with the so established infrastructure shall be in a position to commence execution of work at site(s), in accordance with the Implementation Schedule of completion of WORK. “MOBILISATION” shall be considered to have been achieved, if the CONTRACTOR has been able to establish infrastructure as per Implementation Schedule and to the satisfaction of ENGINEER-IN-CHARGE/OWNER.

1.13 The “PERIOD OF LIABILITY/PERFORMANCE LIABILITY PERIOD” in relation to a WORK means the specified period of 12 Months from the date of COMPLETION CERTIFICATE upto the date of issue of FINAL CERTIFICATE during which the CONTRACTOR stands responsible for rectifying all defects that may appear in the WORKS executed by the CONTRACTOR in pursuance of the CONTRACT and includes warranties against Manufacturing / Fabrication / Construction defects covering all materials plants, equipment, components supplied by the CONTRACTOR and WORKS.

1.14 “SITE” means the lands and other places on, under, in or through which the PERMANENT WORKS are to be carried out and any other lands or places provided by the OWNER for the purpose of the CONTRACT.

1.15 “NOTICE IN WRITING OR WRITTEN NOTICE” means a notice in written typed or printed characters sent (unless delivered personally or otherwise proved to have been received by the addressee) by registered post to the latest known private or business address or registered office of the address and shall deemed to have been delivered.

1.16 “DAY” means a day of 24 hours from midnight to next consecutive midnight, irrespective of the number of hours worked in that day.

1.17 “WORKING DAY” means any DAY, which is not declared to be holiday or rest day by the OWNER.

1.18 “WEEK” means a period of any consecutive seven days.

1.19 The “ CONTRACT PRICE /VALUE OF CONTRACT” means the sum accepted or the sum calculated in accordance with the prices accepted in the BID and/or the CONTRACT rates as payable to the CONTRACTOR for the full and proper performance of their Contractual obligations.

1.20 “PLANT” means all the facilities; infrastructure and works that are stipulated for creation/ setting up/ construction/laying/ completion/ integration vide TERMS OF REFERENCE & TECHNICAL SPECIFICATIONS, TECHNICAL SECTION SEVCTION IV) of this Bidding Document.

1.21 Subject to Sub-clause 01.22 below, “PROJECT” means all such activities that the “IMPLEMENTATION SCHEDULE” shall stipulate to execute & complete in all respects for creation of the “PLANT” and putting the same into operation.

1.22 “IMPLEMENTATION SCHEDULE” shall mean a plan in the form of, inter alia, a bar chart of all the key activities of the “PROJECT”, mutually agreed upon by the CONTRACTOR & the COMPANY, for systematic execution of the “PROJECT/ JOB” in a safe, secure & environment friendly manner as per the time frame quoted by the successful bidder and subsequently agreed upon by the CONTRACTOR & the COMPANY.

1.23 “COMPLETION OF THE PROJECT/ JOB” shall mean Mechanical Completion of the project/Job in all respects including hydro testing pre-commissioning, and commissioning assistance as per scope of work, specification/ Technical Section in the Bidding Document. The duration of contract for “MECHANICAL COMPLETION OF THE PROJECT/ JOB” is 12(Twelve) months from the date of issue of LOA.

Page 85: bidding document for engineering, procurement & construction

OIL INDIA LIMITED SECTION-VI EPC for C t Job No. A

omposi e Works at Tank Farms in Assam Special Conditions of Contract 345 Page 5 of 40

1.24 The definition of MECHANICAL COMPLETION, Pre-commissioning is mentioned

elsewhere in the Technical Section (Section-IV) of the Bidding Document.

1.25 ‘`’ or ‘INR’ means Indian Rupees

1.26 In case of an irreconcilable conflict between Indian or other applicable standards, General Conditions of Contract, Special Conditions of Contract, Specifications, Drawings and/or Schedule of Rates, the following shall prevail to the extent of such irreconcilable conflict in descending order of precedence:

i) Formal Contract. ii) Detailed Letter of Award. iii) Letter/Fax of Acceptance. iv) Schedule of Price. v) Job/Particular Specification. vi) Drawings. vii) Technical/ Material Specifications. viii) Special Conditions of Contract. ix) Instructions to Bidders x) General Conditions of Contract. xi) Standard Specifications. xii) Indian Standards. xiii) Other applicable standards

1.27 In the absence of any Specifications covering any material, design or work(s) the same shall be performed/supplied/executed in accordance with standard Engineering Practice as per the instructions/directions of the Project/Engineer-in-Charge, which will be binding on the Sub-Contractor.

Page 86: bidding document for engineering, procurement & construction

Engineers India Limited New Delhi

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 6 of 40 (SECTION-

VISpecial conditions of contract)

2.0 STATUTORY NOTIFICATIONS /PERMISSIONS /APPROVALS /CLEARANCES /CERTIFICATIONS

2.1 The Contractor shall be responsible for notifying and obtaining Permissions/ approvals/ clearances from such statutory authorities/ Govt. Agencies /Govt. Departments as stipulated vide prevailing Acts/laws/bye-laws/rules/regulations, for setting up the plant / execution of the project and movement of his men, material & equipment.

2.2 The Contractor shall be responsible for obtaining Central Mining Research Institute’s( CMRI’s ) certification of all electrical items for use in hazardous areas/zones and approval of the same from Directorate General of Mines Safety (DGMS). The Contractor shall also be responsible for obtaining such necessary certification and approval of all other items/equipment as may be required vide provisions of prevailing acts/laws/bye-laws/rules /regulations or otherwise, in absence of such provisions; to cater to sound industry norms.

2.3 The Company shall issue all necessary letters & guarantees and pay the required statutory charges/fees wherever required under the prevailing law to facilitate the process of obtaining such permissions/approvals/clearances. If required, the Company’s representative shall accompany/assist the Contractor for facilitating the process. The ultimate responsibility of completing the process and obtaining the permissions/approvals/clearances in time, subject to fulfilment of prevailing laws, shall however rest with the Contractor.

2.4 Any delay in obtaining statutory permission/approval /clearances /certification or any social/socio-political factor shall not form a basis for extension in completion period. The Company shall not be responsible for any hindrance in the day-to-day work for such delay.

2.5 Inspection and acceptance of the equipment/facility/work or a part thereof shall not relieve the Contractor from any of his responsibilities under the Contract.

3.0 WATER AND POWER AND OTHER FACILITIES

3.1 The Contractor shall be responsible to provide within the scope of Work all facilities necessary for performance of the Works including (but not limited to) water (including water for hydrostatic testing, if any), power, transportation, handling and construction equipment, vehicles, vessels and any additional land at or about the Site required for the Contractor’s field office(s), camps, godowns, workshops and residential accommodation for the Contractor’s staff, quarry rights, borrow areas and access roads, to or about the Site and the Contractor’s offices, camps, godown, workshops, accommodations, and Temporary Works and facilities whatsoever required for execution and Completion of the Works.

3.2 WATER

3.2.1 Construction Water shall be provided to the Contractor by OIL. CONTRACTOR shall at his own cost arrange for the same including water required for hydrotesting. Any other statutory requirement to this effect shall also be met by the CONTRACTOR.

3.2.2 “Non-availability of water due to any reason shall not entitle the Contractor for any claim against OIL on account of cost and time implications.”

3.3 POWER

Page 87: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 7 of 40 (SECTION-

VISpecial conditions of contract)

3.3.1 FOR ILLUMINATION PURPOSE

i) Subject to availability of power supply, OIL may, at its discretion provide for supply of power to the Contractor for Illumination purpose only on chargeable basis as per prevailing rate of Assam State Electricity Board (ASEB) at OIL’s convenient & nearest Project site/substation, from which source the Contractor shall at his own Cost and initiative make arrangements for temporary distribution of power for illumination to Contractor’ Works at the Site.

ii) All arrangements for the distribution or power from source aforesaid and the work relative thereto shall be made, performed and/or installed in conformity with Indian Electricity Act and other Applicable Laws governing the supply and transmission, distribution of electricity and shall be subject to prior approval by the Engineer-in-Charge.

iii) The Contractor shall, at his own Costs and initiative on Completion or prior

determination of the Contract or otherwise during execution of the Work, if required by the Engineer-in- Charge because of hindrance caused thereby or for any other cause, forthwith remove or re-route the distribution lines, installations and/or works or part(s) thereof, as the case may be required to be removed or re-routed.

iv) OIL shall recover from the Contractor for the power consumed by the Contractor

from OIL’s source(s) of supply the cost thereof to OIL as determined by OIL in this behalf form time to time. The amount due to OIL in respect of such power supplied shall, without prejudice to any other mode of recovery available to OIL, be deductible from the Running Bill/Final Bill(s) of the Contractor and/or any monies due or becoming due to the Contractor from time to time.

v) The Contractor shall provide at his own Cost suitable electric meters approved by

the Engineer-in- Charge for measurement of the power units supplied to the Contractor for determination of the payment due thereon to OIL. Such meters shall be under the custody and control of OIL.

vi) In the event of failure or defect of meter(s), power charges shall be calculated on

the consumption determined by the Engineer-in-Charge (whose decision shall be final both as regards the existence of a defect or failure and as regards the power consumed).

vii) OIL may at any time without notice and without specifying any cause, suspend or

discontinue power supply as aforesaid to the Contractor, and such suspension or discontinuance shall not entitle the Contractor to any compensation or damages or constitute a basis for extension of Time for Completion

3.3.2 CONSTRUCTION POWER

i) No Construction Power shall be provided to the Contractor by OIL. CONTRACTOR shall at his own cost arrange for the same. Any other statutory requirement to this effect shall also be met by the CONTRACTOR.

3.4 LAND FOR CONTRACTOR’S FIELD OFFICE, GODOWN AND WORKSHOP

3.4.1 OIL may, at his own discretion and convenience and for the duration of the execution

Engineers India Limited New Delhi

Page 88: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 8 of 40 (SECTION-

VISpecial conditions of contract)

of the Works make available near the Site, land for construction of Contractor's temporary field office, godowns, workshops and assembly yard required for the execution of the Contract. The Contractor shall at his own Cost construct all these temporary buildings and provide suitable water supply and sanitary arrangement and get the same approved by the Engineer-in-Charge. On Completion of the Works undertaken by the Contractor, it shall remove all Temporary Works erected by it and have the Site cleaned as directed by Engineer-in-Charge.

3.4.2 If the Contractor shall fail to comply with these requirements, the Engineer-in-Charge may at the Cost of the Contractor remove such surplus, and rubbish materials and dispose off the same as he deems fit and get the Site cleared as aforesaid; and Contractor shall forthwith pay the amount of all expense so incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid. The Engineer-in- Charge reserves the right to ask the Contractor any time during the pendency of the Contract to vacate the land by giving 7 days notice on security reasons or on national interest or otherwise. Rent may be charged by OIL for the land so provided to and occupied by the Contractor, which may be deducted from the Running Bills/Final Bill of the Contractor or from any other amount due or that

ecomes due to the Contractor.

ime Schedule/ Completion Period

ects within the completion period mentioned in the Bidding

ork done on previous day in the Proforma neer-in-Charge.

work as per s and instructions of OIL/Engineer-in-Charge.

part of OIL except for the material specifically covered under

approved Bill of Materials and/or Billing Schedule for

b

4.0 TIME SCHEDULE/COMPLETION PERIOD 4.1.1 The work shall be executed strictly as per T

mentioned elsewhere in the Bidding document.

4.1.2 The Contractor upon intimation of award of the contract shall prepare and submit to the Company an Implementation Schedule showing a plan of key activities in the form of, inter alia, a bar chart and ensure its strict adherence for completion of the project in all respDocument.

4.1.3 Contractor shall give everyday a report on category wise labour and equipment deployed along with the progress of wprescribed by the Engi

5.0 SCOPE OF WORKS 5.1 The scope of work in general includes scope of work specified in various Terms of

Reference & Technical Specifications/ Technical Section (Section- IV) and Schedule of Rates/Prices (SOP) enclosed in the Bidding Document. Further, it includes any other work not specifically mentioned but required to complete thespecifications, drawing

6.0 SCOPE OF SUPPLY 6.1 The scope of supply is as mentioned in Job Specifications/ Technical Specifications

etc. of Bidding Document. All materials, equipments, labour & consumables required for successful completion of work shall be supplied by the Contractor and the cost of such supply shall be deemed to be included in the quoted rates without any additional liability on theOIL's Scope of Supply.

7.0 MEASUREMENT OF WORKS 7.1 This being a Lumpsum Contract, mode of measurement of work appearing anywhere

in the GCC or elsewhere in the Bidding Document shall not be applicable. Progress payment will be governed by

Engineers India Limited New Delhi

Page 89: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 9 of 40 (SECTION-

VISpecial conditions of contract)

supplies, works and services.

8.0 ELECTRICAL CONTRACTOR’S LICENCE 8.1 The Sub-Contractor or its nominated agency, as the case may be, shall have a valid

electrical Contractor’s license for working in the State in which the works site is located. The Sub-Contractor shall furnish a copy of the same to Engineer-in-charge before commencement of any electrical work or work pertaining to Electrical System.

8.2 No electrical work or work pertaining to electrical system(s) shall be permitted to be executed without a valid Electrical Contractor’s License being produced by the Sub-

inated agency, as the case may be, intending to execute the

Contractor shall also be ct,

this Bidding Document shall be treated as “LUMP SUM TURNKEY CONTRACT for all the Four Tank Farms

ecified period.

d

bilisation including bringing in equipment, work force, materials,

o rollers, bull dozer, special aids,

f landed cost of materials as

Contractor or its nomwork.

9.0 LABOUR LICENSE 9.1 The Contractor, before starting the work shall obtain a license from concerned

authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish a copy of the same to the Company. responsible for its validity and for complying with provisions of all applicable ARules and Regulation in force at the locations of the site.

10.0 LUMP SUM TURNKEY (LSTK) CONTRACT OF THE PROJECT/ JOB 10.1 The entire work as per Scope of Work covered under Terms of Reference &

Technical Specifications/ Technical Section (Section IV) of

mentioned in the Bidding Document” for the sp

11.0 RESPONSIBILITY OF THE CONTRACTOR 11.1 The contractor shall be responsible for all that are covered in Terms of Reference &

Technical Specifications (Section IV), Schedule of Prices (Section V), General Conditions of Contract (Section III), Special Conditions of Contract (Section VI) anelsewhere expressed in this Bidding document and subsequently, stipulations of the contract agreement to be entered into between the Company & the Contractor.

11.2 The Contractor shall bear all the cost in his quoted price towards mobilisation at site and demodismantling the equipment and clearing the site etc. for all four locations simultaneously.

11.3 The Contractor shall be solely responsible for making available all requisite construction equipment, excavators, Hydra, vibrcranes, transport facilities, steel shuttering, tools, tackle and testing equipment and appliances for successful execution of the work.

11.4 Preparing approaches and working areas for the movement and operation of the equipment & machineries, levelling the areas for assembly and erection shall also be the responsibility of the Contractor. The Contractor shall acquaint himself with access availability, facilities, local labour etc. to provide suitable allowances in his quotation. The Contractor may have to build temporary access roads to aid his own work. Contractor shall not use materials issued by OIL, if any, for installation purposes for laying temporary lines, erection etc. Misuse of materials will be seriously viewed and deductions at penal rates opurchased by the Company and all additional overheads will be made from the Contractor’s bills for such quantities that are misused.

11.5 The Contractor shall take utmost care for not damaging or interfering with

Engineers India Limited New Delhi

Page 90: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 10 of 40 (SECTION-

VISpecial conditions of contract)

any Public Utility System, OIL’s benchmarks, proximate facilities & operations during execution of the project. Any inadvertent damage / interference caused

this work/ project, strict adherence other statutory bodies rules and regulations is a

ress of locations where the Contractor would intend to store rial, if any, in his safe custody shall be intimated to the

PE OF SUPPLY hnical Section of the Bidding

PIC/EIC in time in the manner and as stipulated in the Terms of Technical section (Section IV) of this bid

t adherence to Implementation Schedule and

he responsibility of the Contractor to

or for convenience of progress of the work. The PIC/EIC shall be as the measurement taken for progressive

CONTRACTORS’S EPRESENTATIVE(S), who shall be the team leader for execution of

the project and also be the contact persons for the Company.

however shall be expressly repaired / restored to the original state by the Contractor at his own cost.

11.6 The work shall be carried out in the existing plant/ Terminals which is in operation and will be in operation during the execution ofof OMR, OISD, CCOE, PCB &mandatory during the currency of this contract.

12.0 CONTRACTOR’S SITE OFFICE 12.1 Immediately after intimation of award of the contract, the Contractor shall open SITE

OFFICE for each Terminal/ Tank Farm at a proximate location to be approve by OIL to the respective project site for supervision and control of project as well as effective liaison with OIL. The Contractor shall nominate Site-In-Charge(s) for all four locations of tank Farms for proper co-ordination and supervision with OIL’s Engineer-In-Charge. Name and addthe Company Supplied MateCompany in advance.

13.0 OIL’S SCO13.1 Oil’s scope of supply shall be as defined in the Tec

Document

14.0 REPORTING OF PROGRESS & DOCUMENTATION 14.1 The Contractor shall submit to OIL’s PIC/PIC/EIC fortnightly reports on execution

/progress of the project vis-à-vis the Implementation Schedule.

14.2 The Contractor shall prepare all drawings & documentation and submit the same to OIL’s PIC/Reference & Technical Specifications,document.

15.0 WORK IN MONSOON & DEWATERING 15.1 The execution of the work may entail working in the monsoon also. The Contractor

must therefore cater adequately for such situations as may be required for the job and plan and execute the project in stricaccording to the terms and conditions of the Contract. No extra payment shall be considered for such work in monsoon.

15.2 During monsoon and other period, it shall be tkeep the work site free from water at his own cost.

16.0 PROJECT/ENGINEER-IN-CHARGE (PIC/EIC) 16.1 The Company will designate one or more PIC/EIC, who will be the contact

person(s) for the Contractor. The PIC/EIC may sub-delegate responsibilities temporarily responsible for certifying quality as wellpayments.

17.0 CONTRACTOR’S REPRESENTATIVE 17.1 The Contractor shall designate one or more

R

Engineers India Limited New Delhi

Page 91: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 11 of 40 (SECTION-

VISpecial conditions of contract)

18.0 Please refer to Special Note for SECTION-V Price Bid Format

19.0 LIQUIDATED DAMAGE DUE TO DELAY IN COMPLETION

uidated damages@ 0.5% % ( point Five

The decision of OIL/ the Project/Engineer-in-Charge in regard to applicability of

e Contract. The Contractor shall use and continue to use its best endeavour to avoid or reduce further delay to the Works, or

19.3 Application of Liquidated Damages under this Clause 19.0 above shall be without prejudice to any other right of OIL, including the right of termination.

19.4 lause 1.23 of this section (i.e. Section VI), which shall remain in full force & effect.

20.0 RELEAS OF PAYMENT

hall raise invoices on Monthly basis ( any change in payment i.e.

m the date of receipt of the complete invoice as per the Terms of

Prices, if deemed necessary for any progressive

 

19.1 Time is the essence of this contract. If the Contractor fails to complete the Works within the Time for Completion i.e. 12 ( Twelve) Months for mechanical completion of job for all four Tank Farms in totality, ( and/or if completion of any specific work(s) in respect of which a separate progress schedule has been established is not achieved by the date of completion thereof specified in the Works Completion Schedule ) other than due to an event of Force Majeure or any reason solely attributable to OIL, then the Contractor shall be liable to pay liqpercent) per week of delay or part thereof subject to a maximum 7.5% % (seven point five percent) of the Contract Price.

liquidated damage shall be final and binding on the Contractor.

19.2 The imposition of Liquidated Damages shall not relieve the Contractor from its

obligations to complete the Works and the Facilities, or from any of its other duties, obligations or responsibilities under th

the issue of the Completion Certificate.

C

E

20.1 The contractor sMonthly to Fortnightly or Adhoc basis, shall be duly approved by competent Authority/ OIL).

20.2 The payments to the Contractor will be released within a period of 30 days ( or as applicable) froPayment mentioned at cl. No. 21.0 below and in line with Terms and conditions of the Contract.

20.3 OIL will release payment through e-payments only as detailed in the Bidding Document.

20.4 Further break-up of Lumpsum payment of individual item may be mutually arrived at between Project/Engineer-in-Charge/OIL and the Contractor.

Engineers India Limited New Delhi

Page 92: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 12 of 40 (SECTION-

VISpecial conditions of contract)

20.5 ll payments against running bills are advance against the work and shall not be of work / measurement carried out till the final bill.

21.1 The billing of the entire price of Supply /materials and price of services shall be done from and to a single point only.

21.2

te of award) plus 1% p.a. on reducing balance basis. Mobilization d to the Contractor in two instalments after signing the

(a)

following formalities by the

ormance of contract

ctor may submit Bank Guarantee of 10% as above in two

stages of 5% each for availing advance against sub-clause (b) below.

(b)

ts and is ready to start the work to the entire

cement of the work at Site.

Ataken as final acceptance

21.0 TERMS OF PAYMENT

MOBILISATION ADVANCE

Contractor shall be paid recoverable interest bearing Mobilisation Advance up to a maximum of 10% (ten percent) of awarded Contract value. The 10% (Ten percent) of the Contract Value may be divided into two parts, namely 10% (Ten percent) of the Foreign Currency portion comprised in the Lumpsum price and 10% (Ten percent) of the Indian Rupees comprised in the Lumpsum price The mobilization advance will attract an interest rate at PLR charged by SBI (applicable as on daAdvance shall be paiContract agreement and submission of initial security deposit, in the following manner:

First Instalment 5% (five percent) of awarded contract value shall be Payable as the firstinstalment of mobilization advance after fulfilling theContractor

i. Signing of contract agreement by the Contractor. ii. Submission of a separate Bank Guarantee towards Contract Performance

from an Indian Nationalised / Scheduled Bank / Indian branch of an International Bank in approved proforma towards due perfequivalent to 10% of awarded contract value which shall be kept valid till upto 3 months after expiry of defect liability period.

iii. Submission of a separate Bank Guarantee from an Indian Nationalised

/Scheduled Bank / Indian branch of an International Bank as stipulated in approved proforma equivalent to 10% of 110% of the awarded contract value covering mobilization advance which shall be kept valid till completion of work. However, Contra

Second Instalment

Balance 5% Mobilisation Advance shall be payable to the Contractor after cted Site Office, storage shed, fabrication yard, etc. andContractor has constru

has physically mobilized equipmenof Engineer-in Charge and commensatisfaction

Recovery of Mobilisation Advance:

Engineers India Limited New Delhi

Page 93: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 13 of 40 (SECTION-

VISpecial conditions of contract)

T

t of Advance, if any, shall be deducted in full from the pre-final bill or

paymen on Mechanical Completion as decided by Engineer-in- charge.

e value of the Bank Guarantees for Mobilisation Advance can be reduced quarterly, based on the Mobilisation Advance

to principal. The value of the Bank Guarantees for Mobilisation Advance can be

n the Mobilisation Advance recovered till that time.

21.3 S

ubject to the other provisions of the Contract documents, on account payments de as follows:

21.3.1

he mobilization advance together with the interest accrued, shall be recovered from each running account bill @15% of gross amount of monthly R.A. Bill in such a manner that the total advance and interest accrued is recovered when approximate 80% of the contract value gets paid. Unadjusted Balance amounMobilisation

ts due

Note:

Where foreign currency ai. dvances are in more than one foreign currency, separate bank guarantees shall be given with respect to each foreign currency advanced.

ii. Foreign Currency Advance(s) shall carry interest @ SBI PLR PLUS ONE PERCENT per annum for relative foreign currency. The advance (s) shall, without prejudice to any other mode of recovery as may be available to the OWNER/OIL, be recovered from the Running Account bills and other bills of the CONTRACTOR made out in the relative foreign currency @ 10% (ten percent) of the amount payable against the bill. The interest accrued thereon shall be additionally deducted from the amount payable on each bill.

iii. All recoveries against advances shall first be apportioned to interest and then to principal. Th

recovered till that time. Note:

Where foreiv. ign currency advances are in more than one foreign currency, separate bank guarantees shall be given with respect to each foreign currency advanced.

v. Foreign Currency Advance(s) shall carry interest @ SBI PLR PLUS ONE PERCENT per annum for relative foreign currency. The advance (s) shall, without prejudice to any other mode of recovery as may be available to the OWNER/OIL, be recovered from the Running Account bills and other bills of the CONTRACTOR made out in the relative foreign currency @ 10% (ten percent) of the amount payable against the bill. The interest accrued thereon shall be additionally deducted from the amount payable on each bill. All recoveries against advances shall first be apportioned to interest and then vi.

reduced quarterly, based o

ON ACCOUNT PAYMENT

Sshall be ma

A FOR SUPPLIES

Engineers India Limited New Delhi

Page 94: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 14 of 40 (SECTION-

VISpecial conditions of contract)

ubject to the other provisions of Contract documents, on account payments for

A

(i)

of Bank Guarantee for equivalent value. This bank guarantee shall be valid upto the Contractual Date of Completion. However this bank guarantee shall be

.

(ii) AGAINS

nt and other charges for relative imports as indicated in the Bill of

Materials and 40% (forty percent) of the price of indigenous materials plus procurement and other charges for relative materials as indicated in the Bill of

Stage payment against "Proof of despatch of Materials" shall be released (on pro-rata basis) on submission of the following documents with the

A. IMPORTED MATERIALS

d by on-

negotiable copies.

country of origin issued by a competent authority.

Sthe procurement and supplies will be made as follows:

1. FOR PROCUREMENT AND SUPPLIES OF CRITIAL TAGGED ITEMS

10% (Ten percent) of total supply value (excluding mandatory spares) on placement of Purchase Order for major critical tagged items (as per list of major tagged equipment as defined elsewhere in the Bidding document) on pro-rata basis. This payment shall be released after submission

released after receipt of all materials at site and acceptance of same

T PROOF OF SHIPMENT / DESPATCH OF MATERIALS

40% (forty percent) of the CIF price of imported materials plus corresponding procureme

Materials.

CONTRACTOR’s invoice.

i. Signed invoice(s)

ii. A full set of certified copies of clean bills of lading/airway duly certifieOWNER/OIL's designated port offices (i.e. Kolkata) and 4 (four) n

iii. Certificate of

iv. Packing list.

Engineers India Limited New Delhi

Page 95: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 15 of 40 (SECTION-

VISpecial conditions of contract)

v. Third Party Inspection Release Note clearly indicating that material has pted as per QAP approved by EIL/OIL, or waiver

OIL.

B. INDIGENOUS MATERIALS

inst

charges for relative materials as indicated in the Bill

igenous d in the Bill(s)

) Verification of Third Party Inspection certificate as per QAP approved by EIL/PMC;

(iv) 10% (ten percent) of CIF value of imported material plus corresponding procurement and other charges for relative materials as indicated in the Bill

been inspected and accecertificate issued by EIL/

i. Signed Invoice(s)

ii. Packing list.

iii. Inspection Release Note by Third Party Inspection Agency along with Test Certificate.

iv. Photocopy of Railway Receipt/LR.

v. On Issue of Certificate of Verification and Good Condition at Site, AgaCONTRACTOR's Certified Running Account Bill(s)

(iii) 30% (thirty percent) of CIF value of imported material plus correspondingprocurement and other of Materials and 30% (Thirty percent) of the Ex-Factory value of indprocurement and supply of for relative materials as indicateof Materials on submission of:

(a

(b) CENVATable documents on account of Countervailing Duty, if applicable;

(c) Certificate of Verification and Good Condition after receipt of material at site.

of Materials and 10% (Ten percent) of the Ex-Factory value of indigenous materials and procurement and other Charges for relative materials as indicated in the Bill(s) of Materials issue of Mechanical Completion Certificate against CONTRACTOR’s certified running Accounts Bill(s).

Engineers India Limited New Delhi

Page 96: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 16 of 40 (SECTION-

VISpecial conditions of contract)

(v) 5% (five percent) of the CIF value of imported materials plus corresponding procurement and other charges for relative materials as indicated in the Bill of Materials and 5% (five percent) of the ex-factory value of indigenous material and procurement and other charges for relative materials as indicated in the Bill of Materials on successful commissioning of the plant/works against the CONTRACTOR’s certified Running Account Bill(s); and

Bill of

ent) of the ex-factory value of indigenous materials

REMENT AND SUPPLY OF MATERIALS OTHER THAN CRITIAL TAGGED ITEMS

/ fabrication yard within Project premises.

(iii)

21.3. TORY SPARES

(i) l of

Materials and 50% (Fifty percent) of the Ex-Factory value of indigenous and other Charges for relative materials as rials against CONTRACTOR’s certified running

A

Stage payment against "Proof of despatch of Materials" shall be released on

i. Signed invoice(s)

ii. A full set of certified copies of clean bills of lading/airway duly certified by

(vi) 5% five percent) of the CIF value of the imported materials plus correspondingprocurement and other charges for relative materials as indicated in theMaterials and 5% (five percand procurement and other charges for relative materials as indicated in the Bill of Materials on completion of hydro-test, pre-commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill.

A2. FOR PROCU

(i) 85% on receipt of materials at Site(ii) 10% on fabrication and erection/installation, alignment and grouting as

required including testing where involved and required. 05% on completion of all works in all respects and issuance of completion certificate.

1B FOR MANDA

50% (Fifty percent) of CIF value of imported material plus corresponding procurement and other charges for relative materials as indicated in the Bil

materials and procurement indicated in the Bill(s) of Mate

c ountc s Bill(s)

submission of the following documents with the CONTRACTOR's invoice.

PORTED MATE

A. IM RIALS

OWNER/ EIL's designated port offices (Kolkata ) and 4 (four) non-negotiable copies.

iii. Certificate of country of origin issued by a competent authority.

iv. Packing list.

Engineers India Limited New Delhi

Page 97: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 17 of 40 (SECTION-

VISpecial conditions of contract)

v. Third Party Inspection Release Note clearly indicating that material has been inspected and accepted as per QAP approved by EIL/OIL, or waiver

d by EIL/OIL

ice(s)

ii. Packing list.

t

i) 45% (Forty Five percent) of CIF value of imported material plus

certificate issue

B. INDIGENOUS MATERIALS

i. Signed Invo

iii. Inspection Release Note by Third Party Inspection Agency along with TesCertificate.

iv. Photocopy of Railway Receipt/LR.

corresponding procurement and other charges for relative materials as indicated in the Bill of Materials and 45% (Forty Five percent) of the Ex-Factory value of indigenous materials and procurement and other Charges for relative materials as indicated in the Bill(s) of Materials on receipt of material at Site and acceptance thereof, against CONTRACTOR's Certified Running Account Bill(s).

Engineers India Limited New Delhi

Page 98: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 18 of 40 (SECTION-

VISpecial conditions of contract)

ing procurement and supply for materials as indicated in the

5% (five percent) of the ex-factory value of

completion rtificate.

21.3.2 SERVI

21.3.2.1 D

i) 60% on submission of drawings and P&IDs (as applicable) and their

ii) 2

on submission of As-built drawings, Operating & Instruction manual (as applicable).

c

ii) 5% (five percent) of the CIF value of the imported materials for correspondBill of Materials and indigenous materials for procurement and supply of relative materialsas indicated in the Bill(s) of Materials on completion of hydro-test, pre-commissioning, commissioning assistance and all jobs against the

NTRACTOR’s certified Final Bill and issuance of COce

CES

ETAILED ENGINEERING AND DOCUMENTATION

approval under Code 2.

5% submission of AFC drawings under Code 1

iii) 10%

iv) 05% on completion of all works in all respects and issuance of ompletion certificate

Engineers India Limited New Delhi

Page 99: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 19 of 40 (SECTION-

VISpecial conditions of contract)

21.3.2

1.3.2.1

21.3.2.2

INSTALLATION, PRE-COOMISSIOING and COMMISSIONING ASSITANCE SERVICES ETC

(A) FOR CIVIL WORKS

15% (fifteen percent) on completion of piling works on pro-rata s per the approved Schedule of Activities against the

OR’s certified Running Account Bill(s).

(ii) the

ot ta r

(iii) n ing

(iv) ompletion of pre-commissioning / g assistance and all jobs against the

(B) FOR ST

and e

ertified Running Account Bill(s).

ata Account

(iii) 30% (twenty five percent) on erection, alignment, grouting and painting etc. on pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

(iv) 10% (ten percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s certified Running Account Bill(s).

(v) 5% (five percent) on completion of pre-commissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill and issuance of completion certificate.

2

(i) basis aCONTRACT

65% (sixty five percent) on pro-rata basis against CONTRACTOR’s certified Running Account Bill(s) oncompletion of individual item of work as per approved Schedule of Activities, provided that in case piling is ninvolved then payment percentage shall be 80% on pro-rabasis on completion of individual item(s) of Work as peSchedule of Activities

15% (fifteen percent) on issue of Mechanical CompletioCertificate against the CONTRACTOR’s certified RunnAccount Bill(s).

5% (five percent) on ccommissioninCONTRACTOR’s certified Final Bill and issuance of completion certificate.

RUCTURAL WORK

(i) 5% (five percent) on finalisation of quantity, plan submission of fabrication drawings against thCONTRACTOR’s c

(ii) 50% (fifty percent) against fabrication of materials on pro-rbasis against the CONTRACTOR’s certified Running Bill(s).

Engineers India Limited New Delhi

Page 100: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 20 of 40 (SECTION-

VISpecial conditions of contract)

C.1

ercent) on completion of pre-fabrication,

nt) on completion of erection and welding,

pro-ning

percent) on issue of Mechanical Completion

l jobs against the

C

rks, certified

percent) on issue of Mechanical Completion g

f pre-commissioning /

(C) FOR MECHANICAL WORK

PIPING

(i) 35% (thirty five pon pro-rata basis against the CONTRACTOR’s certifiedRunning Account Bill(s).

(ii) 40% (forty perceon pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

(iii) 10% (ten percent) on completion of hydro-testing, onrata basis against the CONTRACTOR’s certified RunAccount Bill(s)

(iv) 10% (ten Certificate against the CONTRACTOR’s certified Running Account Bill(s).

(v) 5% (five percent) on completion of pre-commissioning / commissioning assistance and alCONTRACTOR’s certified Final Bill and issuance of completion certificate.

.2 INSULATION

(i) 85% (eighty five percent) on completion of insulation woon pro-rata basis against the CONTRACTOR’s Running Account Bill(s)

(ii) 10% (fiveCertificate against the CONTRACTOR’s certified RunninAccount Bill(s).

(iii) 5% (five percent) on completion ocommissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill

Engineers India Limited New Delhi

Page 101: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 21 of 40 (SECTION-

VISpecial conditions of contract)

C.3

(i) 10% (ten percent) on pro-rata basis on surface preparation

C.4 EQUIPMENT

(i) 45% (forty five percent) on completion of alignment & basis against the CONTRACTOR’s

the CONTRACTOR’s certified Running

all jobs

t Bill(s).

(ii) 35% (thirty five percent) on completion of welding, NDT,

f hydro-

tAccount Bill(s).

( ompletion Certificate against the CONTRACTOR’s certified Running

mmissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill

PAINTING

& primer application against the CONTRACTOR’s certified Running Account Bill(s).

(ii) 75% (seventy five percent) on pro-rata basis on Final Painting against the CONTRACTOR’s certified Running Account Bill(s).

(iii) 10% (ten percent) on issue of Mechanical CompletionCertificate against the CONTRACTOR’s certified Running Account Bill(s).

(iv) 5% (five percent) on completion of pre-commissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill and issuance of completion certificate.

grouting, on pro-ratacertified Running Account Bill(s).

(ii) 10% (ten percent) on issue of Mechanical Completion Certificate againstAccount Bill(s).

(iii) 5% (five percent) on completion of pre-commissioning , commissioning / commissioning assistance and against the CONTRACTOR’s certified Final Bill

C.5 TANKAGES (i) 40% (forty percent) on completion of pre-fabrication and

erection on pro-rata basis against the CONTRACTOR’scertified Running Accoun

grouting etc. on pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

(iii) 10% (ten percent) on completion on completion otesting, disposal of water after hydro testing and cleaning of a k. against the CONTRACTOR’s certified Running n

iv) 10% (ten percent) on issue of Mechanical C

Account Bill(s). (v) 5% (five percent) on completion of pre-co

Engineers India Limited New Delhi

Page 102: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 22 of 40 (SECTION-

VISpecial conditions of contract)

D

(i) etc. on pro-rata basis against the CONTRACTOR’s certified Running

(ii) ied Running

Account Bill(s).

(iv) sioning / commissioning assistance and all jobs against the

n completion of pre-commissioning / commissioning assistance and all jobs against the

amount payable against inland transportation shall be paid as follows:

ELECTRICAL & PLANT COMMUNICATION WORKS

45% (forty five percent) on erection/installation

Account Bill(s). 40% (forty percent) on testing loops and system on pro-rata basis against the CONTRACTOR’s certif

(iii) 10% (ten percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s certified Running Account Bill(s). 5% (five percent) on completion of pre-commis

CONTRACTOR’s certified Final Bill and issuance of completion certificate.

E INSTRUMENTATION (i) 45% (forty five percent) on erection/installation etc. on pro-

rata basis against the CONTRACTOR’s certified Running Account Bill(s).

(ii) 40% (forty percent) on testing loops and system on pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s).

(iii) 10% (ten percent) on issue of Mechanical Completion Certificate against the CONTRACTOR’s certified Running Account Bill(s).

(iv) 5% (five percent) o

CONTRACTOR’s certified Final Bill and issuance of completion certificate.

F. Pre- COMMISSIONING / COMMISSIONING ASSISTANCE

(i) 100% (hundred percent) on completion of Pre-commissioning/ commissioning assistance of the PLANT.

H. INLAND TRANSPORTATION WITHIN INDIA

(i) Payment of the

Engineers India Limited New Delhi

Page 103: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 23 of 40 (SECTION-

VISpecial conditions of contract)

(a) 85% (eighty five percent) on issue of Certificate of

CONTRACTOR’s certified Running Account Bill(s).

pre-commissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Bill

um amount indicated as payable for inland transportation within India shall include the cost of all freight demurrage and

clearance and lifting imported goods from the port of

transportation and unloading of surplus material to OWNER/ OIL’s

umpsum payable for

above.

(iii) The unadjusted balance of the Mobilisation Advance shall be

her than the Mobilization Advance shall be released only after finalization of the planning and monitoring documents and

(v) Contractor shall submit Billing Schedule after award of work based

Verification and Good Condition on pro-rata basis against the CONTRACTOR’s certified Running Account Bill(s);

(b) 10% (ten percent) on issue of Mechanical Completion Certificate against the

(c) 5% (five percent) on completion of

and issuance of completion certificate

(d) 5% (five percent) on completion of pre-commissioning / commissioning assistance and all jobs against the CONTRACTOR’s certified Final Billand issuance of completion certificate.

Note:

(i) The Lumps

penalties, clearing, forwarding, loading, unloading, packing and handling of shipments and all other overheads whatsoever involved in customsentry within India upto delivery at the OIL’s warehouse at site and transportation, site handling, loading and unloading from godown to CONTRACTOR’s fabrication yard or to job site and from CONTRACTOR’s fabrication yard to job site, and collection, loading,

warehouse/stockyard.

(ii) While preparing the priced Bill of Materials the linland transportation within India shall be split up and priced item-wise as realistically as possible, and this split-up shall be reckonedfor calculating pro-rata amounts payable to the CONTRACTOR in terms of the payment schedule specified

adjusted in full against payments due on Mechanical Completion.

(iv) All payments ot

Progress Schedule.

on above payment terms for OWNER /Project/ Engineer-in charge’s approval.

Engineers India Limited New Delhi

Page 104: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 24 of 40 (SECTION-

VISpecial conditions of contract)

J. REIMBURSABLE TAXES AND DUTIES

(i) Service Tax - CONTRACTOR shall be required to issue a service tax invoices issued in accordance with Service Tax rule to OIL. Service Tax shall be paid only against receipt of proof of payment of Service Tax. In case of non-receipt of Service Tax invoices, OIL shall withhold the payment of Service Tax.

ts,

or industrial design rights arising from use of the

ompany shall enter into a license agreement, secrecy required, with the Contractor separately covering the forgoing over

nies etc. for any acts of or omission while executing the Contract.

22.0 PATENTS, RIGHTS, LIABILITY AND COMPLIANCE OF REGULATION:

22.1 Contractor hereby warrants that the use or sale of the goods delivered hereunder will not infringe claims of any patent covering of such goods and Contractor agrees to be responsible for and to defend at his sole expense all suits and proceedings against COMPANY based on any such alleged patent infringement and to pay all cosexpenses and damages which COMPANY may have to pay or incur by reason of any such suit or proceedings. Final payment to the Contractor by the Company will not be made while any such suits or claim remains unsettled.

22.2 The Contractor shall indemnify COMPANY against all third party claims of infringement of patent, trademarkGoods or any part thereof.

22.3 For this purpose, the Cagreement, if the period the equipment, software etc. are in actual use in the operations of the Company.

22.4 The bidder shall submit format of such agreement envisaged in sub- Clause 22.03 hereof along with the bid.

22.5 Contractor shall also protect and fully indemnify COMPANY from any claims from Contractor’s workman/employees or their heirs, dependants, representatives etc. or from any other person/ persons or bodies/compacommissions

22.6 Contractor shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely COMPANY from any claims/penalties arising out of any infringements.

23.0 ENTRY PASSES, GATE PASSES, WORK PERMITS AND SAFETY REGULATIONS

23.1 The works under this contract are to be carried out in areas within the plant limits adjacent or adjoining to an existing operating Refinery. As such, the CONTRACTOR

Engineers India Limited New Delhi

Page 105: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 25 of 40 (SECTION-

VISpecial conditions of contract)

and its sub-CONTRACTORs and their employees and agents are required to abide by safety and security regulations of the OWNER in force from time to time.

a charity nominated by the OWNER.

23.2 With a view to ensure the formulation and enforcement of a safety code by the CONTRACTOR, it is stipulated that in the event of any act, omission or accident at the job site which results in the death of a person, the CONTRACTOR shall contribute a sum of Rs.5,00,000/- (Rupees five lacs only), or which results in the permanent disablement of a person, the CONTRACTOR shall contribute a sum of Rs.3,00,000/- (Rupees three lacs only) in addition to any other sum(s) required to be paid by the CONTRACTOR under any law or other contract, to a welfare fund to be established by the OWNER for, inter alia, such contributions, and until such fund is established, to

23.3 Entry Passes

23.3.1 The CONTRACTOR has to apply for photo Entry Passes for its workers and staff and the workers and staff of its sub-CONTRACTORs in a prescribed proforma provided by the OWNER. The Application shall be accompanied by a Statement and

yees for

ion. As a special case period of 7 (seven) days.

ry Passes/Identity Cards shall have to be immediately NER.

CONTRACTOR shall

track of all Entry

Declaration in the form prescribed by the OWNER signed by the emplowhom the Entry Passes are sought and confirmed by the employer. The photo Entry Passes shall be issued by the OWNER for a maximum period of 3 (three) months, which will be extendable upon the CONTRACTOR’S applicatTemporary Passes may be issued for a maximum

23.3.2 Unutilized/expired Entsurrendered to the OW

23.3.3 In case of the loss of an Entry Pass/Identity Card the immediately lodge an FIR with the local police station and inform the Engineer-in-Charge of the loss and shall pay a charge of Rs.150/- against Entry Pass/Identify Card lost. The CONTRACTOR is required to keep an account andPasses issued and surrendered.

23.3.4 Gate Passes/Identity Cards issued by the Security Section should always be displayed by the CONTRACTOR’S or Sub-CONTRACTORs’ employees while working inside the Plant.

23.4 Gate Passes 23.4.1 To bring materials, equipment, tools and tackle and other things inside the Refinery

e CONTRACTOR has to produce proper documents of title ction by the OWNER’s personnel at gate. These

23.5

for construction work, thor authority relative thereto for inspeshall be checked thoroughly by the OWNER’s personnel at the Gate and recorded in their Register before permitting the same to be brought inside the Refinery limits. It is the CONTRACTOR’S responsibility to see that the entry is duly recorded in the Register with proper Entry Number, date and signature of OWNER’s authorised representative and that the supporting challans/ documents are stamped and signed by OWNER’s personnel at the gate at the time of entry. Work Permit In order to keep the OWNER informed of the various jobs being undertaken within the Refinery and to enable the OWNER to regulate the sam

23.5.1 e to ensure the

equipment or generator set, mixer , pump, crane, fort lift or hand truck or trailer or chipping or

breaking of rocks or concrete or hacksaw cutting and drilling. Similarly the

observance of safety regulations relative thereto. When work is to be carried out in hazardous areas, a Hot Work Permit is to be obtained by the CONTRACTOR from the OWNER before start of work on jobs which are capable of generating a flame, spark or heat eg., gas cutting, grinding, welding, use of any electrical, diesel, petrol or battery operated prime mover, machine, tool ormachine, drilling machine

Engineers India Limited New Delhi

Page 106: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 26 of 40 (SECTION-

VISpecial conditions of contract)

CONTRACTOR is to be obtain a Cold Work Permit from the OWNER for jobs which do not come under the category of hot work and in respect of which there is no risk of fire eg., transportation, backfilling of ordinary soil by manual process, pile testing, hydrotesting, shuttering, fixing of reinforcement, hand mixed concreting, plastering and brick work.

Depending on the nature of the work and the equipments and tools involved, the CONTRACTOR shall apply for Cold/Hot Permit in a prescribed format at least 7 (seven) days before the work is planned to start. No

23.5.2

Work Permit shall be issued by

OR and for work against each permit the

he due observance of all safety

23.6

OWNER unless proper arrangement is made by the CONTRACTOR to ensure safe performance of the work inside the Refinery limit. Jobwise and areawise permits shall be issued to the CONTRACTCONTRACTOR shall post at site at least one Construction Supervisor and one Safety Supervisor of required level to ensure trequirements.

Vehicle Permit

Permits are to be obtained separately for entry/use of vehicle23.6.1 s/trailers and other the Refinery limits. All the CONTRACTOR’s vehicles

23.6.2 Ve

23.6.3 Veh y, wherever applicable, Valid Road tax certificate and fitness .

23.7 Validity of the Permit

mobile equipments insideshould have a valid PUC certificates. The following requirements are to be met to obtain vehicle permit:

hicle/Equipment shall be in good condition and fitted with spark arrestor.

icles should carrcertificate from the Competent authority and insurance policy

23.6.4 Valid operating/driving license of driver/operator.

ork Permit issued is valid only for 24 hours.

&

newed for a maximum period of one month from the date of e CONTRACTOR has to apply for a fresh permit.

23.7.1 Any Hot or Cold W

23.7.2 Thereafter the validity of the Permit must be renewed for each shift (Morning Evening) by the shift in-charge/shift representative of the OWNER.

23.7.3 The permit may be reissue and if extension is required, th

23.7.4 A permit is not valid for work on holidays unless special permission of the OWNER is obtained for the purpose.

23.8 Safety Regulations

rmit 23.8.1 Regarding Work Pe

i) The work shall be carried out inside the Refinery limits to conforOWNER’S safety section and in

m to the th any instructions of Engineer-in-

orking hours may be drastically afety requirements and the CONTRACTOR shall

eet these requirements without any time and cost implications. No claim for ined for xclusive

accordance wiCharge issued from time to time. Sometimes wreduced or increased to satisfy smidling of machinery, plant, manpower or equipment shall be entertareason of delay in the issue of a Work Permit and it shall be the eresponsibility of the CONTRACTOR to apply for, pursue and obtain the requisiteWork Permit(s) well in advance of the relative requirement(s).

ii) The CONTRACTOR shall abide by all safety regulations of the plant and ensurethat safety equipment for specific jobs as stipulated in the Factories Act Safety

Engineers India Limited New Delhi

Page 107: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 27 of 40 (SECTION-

VISpecial conditions of contract)

Handbook is issued to all employees during the execution of work, failing which all the works at site shall be suspended.

Regarding Hot Work

When doing hot work inside the plant the Ciii) ONTRACTOR must ensure that the fire hose is hooked up with a fire water system and extended to the work spot. In addition, at least one fire extinguisher must be kept near the working spot. The

ng e

arry out hot job inside the plant.

g or loose

v) t the end of the working day the CONTRACTOR must inform the electrical

t, safety belt, and hand gloves of approved quality to his workers to meet the safety

nside the Plant.

area around and below the place of hot work must be adequately protected from sparks and hot metals by a booth made of asbestos, cloth/sheet and by wettiwith water. In addition, depending on the location and hazard of the work, thCONTRACTOR shall at its own cost arrange sufficient number of additional firehoses and such fire fighting equipment of approved quality as may be required at his own cost to c

iv) Welding & electrical cables should be of approved quality and no jointinconnection shall be permitted.

Asection to switch off power at sub-station end.

vi) The CONTRACTOR must provide cotton clothes, safety shoe, safety helme

requirement of various jobs to be carried out i

2 23.8. Regarding use of Vehicle

i) Vehicle must not ply on any road within the Refinery limit at a speed exceedi20 KM/hr.

Mobile cranes, loaded trucks and trailers must not exceed speed limit

ng

of 15 KM/hr

24.0 SITE CLEA24.1 The CO

access to tEngineer-i

25.0 SUB – CO25.1 A minim

directly an

i) Projectii) Plaiii) Proiv) Constrv) Pre-covi) Engine

25.2 Contractorcontractor approved b

inside the plant.

ii) No crane is allowed to move inside the plant with load. iii) No vehicle is allowed to be parked inside the plant.

NING NTRACTOR shall take care to keep clean the job site at all times for easy

he job site and also from the safety point of view to the satisfaction of the n-Charge.

NTRACTORS

um of the following activities shall be performed by the CONTRACTOR d shall not be sub-contracted:

Management nning curement

uction Management mmissioning/ Commissioning assistance ering sub-contractor

may subcontract the Detailed engineering to an engineering sub-( if applicable) to be proposed by them alongwith the bid and duly y EIL/OIL, before award of work.

Engineers India Limited New Delhi

Page 108: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 28 of 40 (SECTION-

VISpecial conditions of contract)

25.3 Bidders ma ntractors having prior proven experience of similar work and on specific approval by EIL/OIL after award of work.

ent and mance should be

r

26.1 ems shall be as specified in Appendix-II to these Special Conditions of Contract.

27.0 CORRUPT AND FRAUDULENT PRACTICES

for the purposes of is provision, the terms set forth below as follows:

ffering, giving, receiving, or soliciting of the action of public official in contract

execution; and

to be;

“Forgery” means the false making or the material altering of a document ith the intent to defraud. A signature of a person that is made without the

y sub-contract construction work, to the sub-co

i) Following the notification of Acceptance of Bid the CONTRACTOR will submit to

the OWNER for approval the details of sub-Contractors for construction as perAppendix-I to SCC. CONTRACTORs shall ensure that very competresourceful agencies with proven track record and perforproposed for the work to be sub-contracted.

ii) The list of construction sub-contractors proposed in the Bids by the Bidders shall be considered as indicative only.

25.4 The Contractor shall deploy all manpower relating to works at site i.e Project Manager, Quality Control engineers for various disciplines planning engineers and front line supervisors for civil, electrical, Mechanical, piping and instrumentation job from his organisation. Sub-contracting of these activities shall not be permitted undeany circumstances.

26.0 MAJOR TAGGED EQUIPMENTS/ ITEMS

or the purpose of payment against clause 21.1 A (i) of SCC, the Major Tagged FIt

27.1 Bidders are required to furnish the complete and correct information/ documents required for evaluation of their bids. If the information/ documents forming basis of evaluation is found to be false/ fake/ forged, the same shall be considered adequate ground for rejection of the bids and forfeiture of earnest money deposit.

27.2 OIL requires that the Contractor observes the highest standard of ethics during the execution of Contract. In pursuance of this policy, OIL defines,th

(a) “Corrupt Practice” means the oanything of value to influence

(b) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract to the detriment of OIL, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive OIL of the benefits of free and open competition.

(c) “False/Fake” means to make or construct falsely. “Faked alibi” is a made,manufactured, or false alibi. Something that is not what is purports counterfeit, an imposter.

(d)wperson’s consent and without the person otherwise authorizing it. A person is guilty of forgery if, with the purpose to defraud or injure anyoneor with knowledge that he is facilitating a fraud or injury to be perpetrated

Engineers India Limited New Delhi

Page 109: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 29 of 40 (SECTION-

VISpecial conditions of contract)

by anyone, the actor (i) alters any writing of another witho(ii) ma

ut his authority kes completes, authenticates, executes, issues or transfers any

writing, so that it purports to be the act of another who did not authorize that act or to have been executed at a time or place or in a numbered

case, or to, be a copy of an original exists. Utters any writing which he knows to be

rity Pact” attached in the Bid Document as a condition precedent to execution of the Contract.

to other rights available to OIL under the Contract such as forfeiture of the

, Water and Other Facilities

or about the Site required for e Contractor’s field office(s), camps, godowns, workshops and residential

tor’s staff, quarry rights, borrow areas and access ads, to or about the Site and the Contractor’s offices, camps, godown, workshops,

accommodations, and Temporary Works and facilities whatsoever required for execution and Completion of the Works.

,

sequence other than was in fact thewhen no such originalfalse in a manner specified in (i) & (ii) above.

27.3 OIL may terminate the Contract if it discovers subsequently that the Contractor had engaged in Corrupt Practices or Fraudulent Practices in competing for the Contract.

27.4 The Contractor is required to execute the “Integ

27.5 In case, the information/ document furnished by the Contractor forming basis of evaluation of its Bid is found to be false / fake/ forged after the award of the Contract, OIL shall have the right to terminate the Contract and get the remaining Works executed by a third party at the risk & Cost of the Contractor and without any prejudice Contract Performance Bank Guarantee, withholding of payment etc.

27.6 In case, this issue of submission of false/fake documents comes to the notice after execution of the Works, OIL shall have full right to forfeit any amount due to the Contractor along with forfeiture of the Contract Performance Bank Guarantee furnished by the Contractor.

27.7 Further, any Contractor which is found guilty of any Corrupt or Fraudulent Practice or submission of false/fake /forged documents, shall be put on the negative/ holiday list of OIL debarring them from future business with OIL.

28.0 Liability of Government of India

28.1 It is expressly understood that Govt. of India is not a party to this Contract and has no liability, obligations or rights hereunder. It is expressly understood that OIL is an independent legal entity with power and authority to enter into the Contract solely on its behalf under the Applicable Laws and general principles of contract law.

28.2 he Contractor expressly agrees and acknowledges and understands that OIL is not

an agent, representative or delegate of Government of India.

29.0 Land, Power

T

The Contractor shall be responsible to provide within the scope of Work all facilities necessary for performance of the Works including (but not limited to) water (including water for hydrostatic testing, if any), power, transportation, handling and construction

quipment, vehicles, vessels and any additional land at ethaccommodation for the Contracro

Engineers India Limited New Delhi

Page 110: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 30 of 40 (SECTION-

VISpecial conditions of contract)

29.1 Water

No Construction Water shall be provided to the Contractor by OIL. CON29.1.1 TRACTOR is own cost arrange for the same including water required for hydrotesting.

by the

29.2.1

ments for temporary distribution of power for

r(s), power charges shall be calculated on the eer-in-Charge (whose decision shall be final

) any cause, suspend or

tor, and such suspension or discontinuance shall not entitle the Contractor to any compensation or damages or

shall at hAny other statutory requirement to this effect shall also be met

ONTRACTOR. C

29.2 Power FOR ILLUMINATION PURPOSE

i) Subject to availability of power supply, OIL may, at its discretion provide for supply of power to the Contractor for Illumination purpose only on chargeable basis as per prevailing rate of Assam State Electricity Board (ASEB) at OIL’s convenient & nearest Project site/substation, from which source the Contractor shall at his own Cost and initiative make arrangeillumination to Contractor’ Works at the Site.

ii) All arrangements for the distribution or power from source aforesaid and the work

relative thereto shall be made, performed and/or installed in conformity with Indian Electricity Act and other Applicable Laws governing the supply and transmission, distribution of electricity and shall be subject to prior approval by the Engineer-in-Charge.

iii) The Contractor shall, at his own Costs and initiative on Completion or prior determination of the Contract or otherwise during execution of the Work, if required by the Engineer-in- Charge because of hindrance caused thereby or for any other ause, forthwith remove or re-route the distribution lines, installations and/or works orc

part(s) thereof, as the case may be required to be removed or re-routed.

iv) OIL shall recover from the Contractor for the power consumed by the Contractor from OIL’s source(s) of supply the cost thereof to OIL as determined by OIL in this behalf form time to time. The amount due to OIL in respect of such power supplied shall, without prejudice to any other mode of recovery available to OIL, be deductible from the Running Bill/Final Bill(s) of the Contractor and/or any monies due or becoming due to the Contractor from time to time.

v) The Contractor shall provide at his own Cost suitable electric meters approved by the Engineer-in- Charge for measurement of the power units supplied to the Contractor for determination of the payment due thereon to OIL. Such meters shall be under the custody and control of OIL.

vi) In the event of failure or defect of meteconsumption determined by the Enginboth as regards the existence of a defect or failure and as regards the power consumed).

vii IL mO ay at any time without notice and without specifyingdiscontinue power supply as aforesaid to the Contrac

constitute a basis for extension of Time for Completion

Engineers India Limited New Delhi

Page 111: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 31 of 40 (SECTION-

VISpecial conditions of contract)

29.2.2 CONSTRUCTION POWER

i) No Construction Power shall be provided to the Contractor by OIL. CONTRACTOR shall at his own cost arrange for the same. Any other statutory requirement to this effect shall also be met by the CONTRACTOR.

29.3 Land

29.3.1 Land for Contractor’s Field Office, Godown and Workshop

i) OIL maexecution of the Works make a

y, at his own discretion and convenience and for the duration of the vailable near the Site, land for construction of

mbly yard own Cost

nstruct all these temporary buildings and provide suitable water supply and

and have the Site cleaned as directed by

d as aforesaid; and Contractor shall forthwith pay the amount of all expense so

. The Engineer-in- Charge reserves the right to ask the Contractor any time during the pendency of the Contract to vacate the land by

OIL for the land so provided to and occupied by the Contractor, which may be deducted from the Running Bills/Final Bill of the

by it for their office, res only in the area allocated to them on the

ite by OIL or his authorised representative. In addition, for uninterrupted porary covered structures at its

ost within area allocated to it within the Site by OIL or its authorised

Contractor's temporary field office, godowns, workshops and asse Contractor shall at his required for the execution of the Contract. The

cosanitary arrangement and get the same approved by the Engineer-in-Charge. OnCompletion of the Works undertaken by the Contractor, it shall remove allTemporary Works erected by it Eng ein er-in-Charge.

ii) If the Contractor shall fail to comply with these requirements, the Engineer-in-Charge may at the Cost of the Contractor remove such surplus, and rubbish materials and dispose off the same as he deems fit and get the Site cleare

incurred and shall have no claim in respect of any such surplus materials disposed off as aforesaid

giving 7 days notice on security reasons or on national interest or otherwise. Rent may be charged by

Contractor or from any other amount due or that becomes due to the Contractor.

iii) The Contractor shall put up temporary structures as requiredfabrication shop and construction stoSfabrication work, the Contractor shall put up temCrepresentative. No tea stalls/canteens should be put up or allowed to be put up by any Contractor on the allotted land or complex area without written permission of OIL. No unauthorised buildings, constructions or structures should be put up by the Contractor anywhere on the Site.

iv) No person except for authorised watchman shall be allowed to stay on the Site, including on any area allotted to the Contractor pursuant to this Clause 18.03.3 after completion of the day's work without prior written permission from the Engineer-in-Charge.

29.3.2 Land for Residential Accommodation

i) No Land shall be made available for residential accommodation for staff and labour of Contractor and it shall be arranged by the Contractor at his cost.

30.0 SETTLEMENT OF DISPUTE BETWEEN TWO PSU’s

Engineers India Limited New Delhi

Page 112: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 32 of 40 (SECTION-

VISpecial conditions of contract)

30.1 In the event of any disputes or difference relating to the interpretation and application of the provisions of the contracts, such disputes or differences shall be referred by

all not be applicable to the arbitrator under this clause. Arbitrator shall be binding upon the parties to the dispute, provided,

e Special/ Additional Secretary when so authorized by the

s/ Contracts will have to nt Visa would be subject

to s

31.2 EmperUnpos

31.3 Re e vailable, is not considered.

31.4 nder no circumstances an Employment Visa is granted for routine, ordinary

31.5 Foreign nationals are

32.0

32.1

ny

3333

either party to the Arbitration in the Department of Public Enterprises nominated by in charge of the Board of Public Enterprises, Govt.the Secretary to the Govt. of India

of India. The Arbitration Act shThe award of thehowever, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Ministry of Law and Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or thLaw Secretary whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator.

31.0 REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

31.1 All Foreign nationals coming to India for execution of Project

apply for Employment Visa only and that grant of Employmetrict adherence of following norms:

ployment Visa is granted only for the skilled and qualified professionals or to a son who is being engaged or appointed by a Company, Organisation, Industry or dertaking etc. in India on contract or employment basis at a senior level, skilled ition such as technical expert, senior executive or in managerial position etc.

quest for Employment Visa for jobs for which large number of qualified Indians ar

a

Usecretarial/ clerical jobs.

CONTRACTORS are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case required to be deputed to India during execution of the Contract.

REQUIREMENT OF PAN FOR FOREIGN BIDDER

In case of Foreign Bidder, it is mandatory to furnish Permanent Account Number (PAN), as per the Indian Income Tax requirements, failing which Foreign Bidder shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules. The PAN shall be furnished before release of apayment or within one month of award of work, whichever is earlier.

.0 REGISTRATION OF THE CONTRACT WITH STATUTORY AUTHORITIES

(FOR FOREIGN BIDDER) .0

Within 30 days of execution of the Contract agreement, the Contractor shall register d the Contract at their own cost with the Reserve Bank of India, ales Tax and such other statutory authorities, as may be required

deemed to include all costs towards the same. A copy of all documents related to all

33.1 themselves anIncome Tax, Sunder the rules and regulations governing in India. The Contract Price shall be

Engineers India Limited New Delhi

Page 113: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 33 of 40 (SECTION-

VISpecial conditions of contract)

such registration shall be submitted to OIL//Engineer-in-charge for record.

ent:

x RM SP-3 of the

st to

o the

t full and exclusive liability at his wn cost for the payment of any and all taxes, duties and levies etc as are

ment, local or statutory authority in any country other than India, as are now in force or as hereafter imposed, increased or modified, and as are payable by Contractor, his agents, sub-contractor and their employees etc.

ts or employees all sums, required to be withheld by the laws of the Republic of India or any other agency having jurisdiction over the area where Contractor is

34.0 TAXES, DUTIES & LEVIES

The clause 8.0 of General Conditions of Contract is modified to the following ext

34.1 Add the following provisions

34.1.1 SERVICE TAX

i) Lumpsum prices in the Schedule of Rates shall be exclusive of Service Taincluding Ed. Cess. Bidders shall quote Service Tax in FOSchedule of Prices.

ii) Service Tax shall be reimbursed to the CONTRACTOR at actuals againsubmission of invoice issued in accordance with Service Tax Rules subject ceiling mentioned FORM-SP3 of Schedule of Prices.

iii) Service Tax indicated in the Price Part (FORM SP-3) shall be subject tstatutory variation subsequent to submission of last price bid

34.1.2 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES

The Contractor agrees to and does hereby accepopayable to any govern

for performance of work under this contract. The Contractor shall be deemed to have been fully informed with respect to all such liabilities and considered the same in his bid, and the contract shall not be varied in any way on this account.

34.1.3 OTHER REQUIREMENTS

i) The benefit of any Tax exemption, concessions, rebate or any other incentives available when the Contractor or its Subcontractors/ vendor are performing their obligations under the Contract, shall be passed on to OIL.

ii) Contractor agrees for withholding from wages and salaries of its agents, servan

conducting operations, and to pay the same promptly and directly when due to the proper authority. Contractor further agrees to comply with all accounting and reporting requirements of any Nation having jurisdiction over the and to pay the cost of such compliance. If requested by OIL, Contractor will furnish OIL the evidence of payment of applicable Taxes, in the country (ies) of the Contractor's and his sub-Contractor(s) and expatriate employees.

iii) OIL shall issue a Tax deduction or withholding certificate to the Contractor evidencing the Tax deducted or withheld and deposited by OIL on payments made to the Contractor to enable the Contractor to claim the credit of the Tax deducted or withheld by OIL.

Engineers India Limited New Delhi

Page 114: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 34 of 40 (SECTION-

VISpecial conditions of contract)

35.0 INSURANCE The clause 9.0 of General Conditions of Contract is modified to the following extent:

35.1 INSURANCE IN FOREIGN COUNTRIES

35.1.1 The Contractor shall at his own cost arrange, secure and maintain separate insurance cover from the reputable insurance companies, for all such amounts and for such periods as may be necessary to protect the works, Contractor and sub-

5.2 INSURANCE FOR FREE ISSUE MATERIAL

account of insurance liabilities covered under the Contract. Contractor to note that the beneficiary of

The insurance cover of the free

e limit of such in together with the under writer works thereof in each case

ntractor shall be responsible for preferring of all claims and y of repairs and/or replacement of the parts

submitted to the Company immediately upon the Contractor having taken such insurance coverage. Contractor shall also inform the

contractor’s personnel and the interests of OIL as per applicable laws of land.

35.1.2 The form and the limit of insurance cover taken by Contractor shall be satisfactory to OIL and one copy of all insurance policies and related documents shall be submitted to OIL, immediately on execution. Contractor shall inform OIL/EIL at least 60 days before any insurance policies expire or are cancelled or changed.

3

35.2.1 Contractor shall at his own expense arrange, secure and maintain insurance cover for Company’s supplied free issue materials as defined in Bidding Document. Contractor’s quoted price shall be inclusive of all costs on

insurance cover shall be Oil India Limited (OIL). issue material shall be for the period starting from the date of handing over the material to Contractor from Company's designated place of issue upto handing over the completed work to OIL. The approximate cost of free issue material shall be considered as INR 96.0 Million or US$ 1.72 Million.

35.3 INSURANCES IN INDIA

35.3.1 In addition to the insurance covers specified in the General Conditions of Contract to be obtained and maintained by the Contractor, Contractor shall at his own expense arrange, secure and maintain insurance with reputable insurance companies to the satisfaction of the Company as may be necessary and to its full value for all such amounts to protect the works in progress from time to time and the interest of the Company against all risks as detailed herein. The form and thinsurance as defined hereshould be as acceptable to the Company. However, irrespective of work acceptance, the responsibility to maintain adequate insurance coverage at all times during the period of Contract shall be that of Contractor alone. Contractor’s failure in this regard shall not relieve him of any of his responsibilities and obligations under Contractor.

35.3.2 Any loss or damage to the equipment during ocean transportation, port/custom clearance, inland and port handling, inland transportation, storage, erection and commissioning till such time the Work is taken over by Employer, shall be to the account of Contractor. Comake good for the damage or loss by waof the Work damaged or lost. Contractor shall provide the Company with a copy of all insurance policies and documents taken out by him in pursuance of the Contract. Such copies of documents shall be

Engineers India Limited New Delhi

Page 115: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 35 of 40 (SECTION-

VISpecial conditions of contract)

Company / Its engineer-in- Charge at least 60 (Sixty) days in advance regarding the

for obtaining ting to such import. The

n only) etc.

, the

uced premium amounts.

nt of the Bidding Document for each

comprising sand, bricks, stones and aggregate

subject to the

ingly quoted prices shall be deemed to

expiry cancellation and/or changes in any of such documents and ensure revalidation/renewal etc., as may be necessary well in time.

35.3.3 Statutory clearances, if any, in respect of foreign supply required for the purpose of replacement of equipment lost in transit and/or during erection, shall be made available by the Company. Contractor shall, however, be responsiblerequisite licenses, port clearances and other formalities relarisks that are to be covered under the insurance shall include, but not be limited to the loss or damage in handling, transit, theft, pilferage, riot, civil commotion, weather conditions, accidents of all kinds, fire, war risk (during ocean transportatioThe scope of such insurance shall cover the entire value of supplies of equipments, plants and materials to be imported from time to time.

35.3.4 All costs on account of insurance liabilities covered under this Contract will be to Contractor’s account and will be included in Contract Price. HoweverEmployer/Consultant may from time to time, during the currency of the Contract, ask the Contractor in writing to limit the insurance coverage risk and in such a case, the parties to the Contract will agree for a mutual settlement, for reduction in Value of Contract to the extent of red

35.3.5 Contractor as far as possible shall cover insurance with Indian Insurance Companies, including marine Insurance during ocean transportation.

36.0 RENTS & ROYALTIES 36.1 Unless otherwise specified, the CONTRACTOR shall pay all tonnage and other

royalties, rents and other payments or compensation (if any) for getting stone, sand, gravel, clay, bricks or other materials required for the works or any temporary works.

37.0 SITE ORGANISATION 37.1 The Contractor shall without prejudice to his overall responsibilities and liabilities to

provide adequate qualified and skilled personnel on the work shall deploy siteorganization and augment the same as decided by the Project/Engineer-in-Charge depending on the exigencies of work. Qualification and Experience of key construction personnel shall be the requiremeTank Farm. In addition to this Contractor shall deploy Safety Supervisors to ensure safer working conditions at site. In case where the works are subcontracted by the Contractor, Safety Supervisors are to be provided by the Contractor.

38.0 SURPLUS MATERIALS 38.1 Surplus Civil Construction materials

and the products of dismantling temporary works erected by the Contractor shall vest in and belong to the Contractor upon completion of the works and/ or earlier termination of the contract for any cause, with right in the Contractor, other terms & conditions of the contract, to remove the same from the job site subject to satisfactory proof of supply. No other surplus material will be allowed to be taken out and deemed to be the property of OIL and the same shall be transported properly to OIL’s store or as directed by OIL. Accordbe inclusive of the same.

Engineers India Limited New Delhi

Page 116: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 36 of 40 (SECTION-

of contract)

39.0 SINGLE POINT RESPONSIBILITY 39.1 The entire work as per Scope of Work covered under this contract shall be awarded

field or ng the execution of work and supply of the material by

ut by the .

of this

rk and the relevant codes of practice furnished to him during the

access ladders, lighting and w Voltage (24V) lighting

These reports

elieve the Contractor from any of his

on single point responsibility basis.  

40.0 TESTS AND INSPECTION OF WORKS 40.1 The Contractor shall carry out the various tests as enumerated in the bidding

document and as per direction of Project/Engineer-in-Charge either onoutside/ laboratories concerniContractor. All the expenses shall be borne by the Contractor and shall be considered as included in the quoted price. The inspection shall be done by followings:

i) Representative deputed by OIL for Pumps and Engine.

ii) For other Inspection The CONTRACTOR shall carry out inspection activities in respect of imported equipment/ materials and Indigenous materials , field tests shall be carried out by the approved Third Party Inspection Agencies.

iii) The OWNER/EIL or their representative shall reserve the right to inspect/ witness, review any or all stages of work at shop/site as deemed necessary for quality assurance.

40.2 Contractor shall give prior notice sufficiently ahead of time to the Project/Engineer-in-Charge and also to the authorities to conduct inspection/ to witness such tests.

40.3 All the tests either on the field or at outside laboratory concerning the execution of the work and supply of materials by the Contractor shall be carried oContractor at his own cost

40.4 The work is subject to inspection at all times by the Project/Engineer-in-Charge. The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications bidding document, the technical documents that will be furnished to him duringperformance of woperformance of the work.

40.5 The Contractor shall provide for purposes of inspection, necessary instruments at his own cost including Loequipment for inspection of work. Compressed air for carrying out works shall be arranged by the Contractor at his own cost.

40.6 Any work not conforming to the execution drawings, specifications or codes shall be rejected forthwith and the Contractor shall carry out the rectifications at his own cost.

40.7 All results of inspection and test will be recorded in the inspection reports, proforma of which will be approved by the Project/Engineer-in-Charge/OIL. shall form part of the Completion Documents.

40.8 For materials supplied by OIL, Contractor shall carryout the tests, if required by the Project/Engineer-in-Charge, and the cost of such tests shall be reimbursed by OIL at actuals to the Contractor on production of documentary evidence.

40.9 Inspection and acceptance of the work shall not rresponsibilities under this contract.

40.10 Cost towards repeat tests and inspection due to failures, repairs etc. for reasons attributable to the Contractor shall be borne by the Contractor.

Engineers India Limited New Delhi

Page 117: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 37 of 40 (SECTION-

VISpecial conditions of contract)

40.11 Contractor shall arrange for third party inspection by any of the agencies specified in the Bidding Document. The prices shall be inclusive of charges towards third party inspection. Coordination and liaisoning etc. with third party inspection agency shall also be the responsibility of the Contractor.

40.12 Third Party Inspection, if any, shall be as defined in Technical Section of Bidding

ity required as per statutory rules and regulations of

statutory authorities shall however, not his contract.

rt license.

Document. The TPI agencies are CEIL, LRIS, DNV, BV and TUV.

41.0 FINAL INSPECTION 41.1 After completion of all tests as per specification the whole work will be subject to a

final inspection to ensure that job has been completed as per requirement. If any defects noticed in the work are attributable to Contractor these shall be attended by the Contractor at his own cost, as and when they are brought to his notice by EIL/OIL. EIL/OIL shall have the right to have these defects rectified at the risk and cost of the Sub-Contractor if he fails to attend to these defects immediately.

42.0 STATUTORY APPROVALS 42.1 The approval from any author

Central/State Government shall be the Contractor's responsibility unless otherwise specified in the Bidding document. The application on behalf of OIL for submission to relevant authorities alongwith copies of required certificate complete in all respects shall be prepared and submitted by the Contractor well ahead of time so that the actual construction/commissioning of the work is not delayed for want of the approval/inspection by concerned authorities. The inspection of the works by the authorities shall be arranged by the Contractor and necessary coordination and liaison work in this respect shall be the responsibility of the Contractor. Reimbursement of Statutory fees paid by Contractor (as per advance approval of EIL/OIL) may be provided for, subject to submission of receipt.

42.2 Any change/addition required to be made to meet the requirements of the statutory authorities shall be carried out by the Contractor within the quoted price. The inspection and acceptance of the work by absolve the Contractor from any of his responsibilities under t

43.0 IMPORT LINCENSE 43.1 The Sub-Contractor shall arrange import of all the materials required for permanent

incorporation in the works as well as construction equipment as per the guidelines laid down by the Government of India. MRPL shall not provide impo

44.044.0

India for ll be fully liable for observing all the

t ty in respect of any import and that such Bond shall be furnished by

quest of the Contractor furnish the said Bond against the

GAURANTEES 44.1 For Guarantees refer Technical Section ( Section-IV) of the Bidding Document.

45.0 CUSTOM DUTY ON CONSTRUCTION EQUIPMENTS 45.1 Contractor is liable to pay custom duty on the equipments brought into

executing the project. The Contractor shaformalities in this regard as well as to pay the custom duty chargeable on the equipments, including any deposit payable for such purposes. No adjustment in contracted rates shall be permissible for any change in duty drawback applicable in respect of equipment & machinery brought in India for the use of the project and for re-export of equipment and machinery, on completion of the project.

45.2 If the Custom Authorities require the Contractor to furnish a bond to secure paymenof any custom duEIL, EIL may at the re

Engineers India Limited New Delhi

Page 118: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 38 of 40 (SECTION-

VISpecial conditions of contract)

Confrom

45.3 If foconCon IL pay the

he right in EIL (without prejudice to any other mode of recovery or ct the same from the on account and other payments due and/or

becsuc d

to amount of

facility provided by OIL to the that the said equipment shall

) per annum from the date of relative payment by OIL up to the date of recovery in full.

46.046.1

in writing as confidential and obtained from e disclosing party during the course of execution of the works so long as and to the

provisions of the contract, Contractor shall immediately return to OIL all drawings, plans, specifications and

47.0 47.1 abrication sheds at sites for all pre-fabrication of

tation

cted from RA Bills. owever, this 10% (Ten Percent) payment shall be released to the Contractor upon

hall be

tractor furnishing a Bank Guarantee to OIL, of the like amount in the form and a Bank in India approved by OIL.

r any reason OIL is required by the Customs Authorities during pendency of tract to pay any customs duty due to the importation or retention by the tractor of any imports, the Contractor shall forthwith on demand by O

same to OIL, with tright of OIL) to dedu

oming due or payable to the Contractor from time to time. The payments under h a case shall be subject to submission of Bank Guarantee from a Bank approve

by OIL, by the Contractor in favour of OIL for an amount equivalent custom duty.

45.4 The obligations undertaken and/or any bond orContractor shall be based on the clear understanding be utilised by the Contractor only for the performance of the work covered under this contract and that OIL shall be discharged forthwith from all said obligations and shall be entitled forthwith to discontinue and recall any bond or other facility to the Contractor if the Contractor shall utilise or permit to be utilised the said equipment(s) or any of them for the performance of any work other than the work covered by the Contract in which event any amount due from Contractor in this connection shall also carry interest @22% (Twenty two percent

INTELLECTUAL PROPERTY Neither OIL nor Contractor nor their personnel, agents nor any contractor shall divulge to any one (other than persons designated by the party disclosing the information) any information designatedthextent that the information has not become part of the public domain. This obligation does not apply to information furnished or made known to the recipient of the information without restriction as to its use by third parties or which was in recipient's possession at the time of disclosure by the disclosing party. Upon completion of the works or in the event of termination pursuant to the

other documents supplied to the Sub-Contractor by or on behalf of OIL or prepared by the Contractor solely for the purpose of the performance of the works, including all copies made thereof by the Sub-Contractor.

PROVISION OF FABRICATION SHED Contractor shall provide all weather fpiping works and fabrication of structural steel work to the satisfaction of Engineer-in-Charge/OIL. The requirement of fabrication sheds shall be firmed up in consulwith Engineer-in-Charge/OIL for numbers/ size of fabrication shed.

47.2 In case Contractor fails to establish the fabrication sheds to the satisfaction ofEngineer-in-Charge, 10% (Ten Percent) payment towards pre-fabrication of piping

orks and fabrication of structural steel works shall be deduwHestablishing the fabrication sheds to the satisfaction of Engineer-in-Charge.

48.0 PROVISION OF PROPER WAREHOUSING 48.1 In line with requirements specified in GCC and specifications, materials s

properly stored by Sub-Contractor in his warehouse to enable easy traceability,

Engineers India Limited New Delhi

Page 119: bidding document for engineering, procurement & construction

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 39 of 40 (SECTION-

VISpecial conditions of contract)

handling and preservation with all materials having proper identification marks, colourcoding etc. In case Sub-Contractor fails to follow the sp

ecified requirements, next

ts. payment due to him shall not be released till he complies with all the requiremen

49.0 SPARE PARTS 49.1 ommissioning SparesC

The Contractor shall procure and supply all spare parts required during commissioning of the various systems as enumerated in the Bidding Document. The lumpsum Contract Price shall be deemed to be inclusive of the provision of all such commissioning spares required till s

uccessful commissioning of the nit/Plant/job. The Contractor should make available all the commissioning

49.2

Uspares required at site at least 4 (Four) weeks prior to commissioning.

Mandatory Spares

The Contractor shall within the lumpsum Contract Price supply all the mandatory spares required for the Unit/Plant as specified elsewhere in Bidding Document.

PRE-COMMISSIONING/ COMMISSIONING ASSISTANCE 50.050.1 efer Technical Section of the Bidding document.

51.1

gistered with the concerned authorities under the Building and Other Construction Workers’ (RE&CS) Act, 1996 or in case of

r should obtain registration within one month of the award of contract.

b. The Contractor shall be responsible to comply with all provisions of the

Building and Other Construction Workers’ (RE&CS) Act, 1996, the Building and Other Construction Workers’ Welfare Cess Act, 1996, the Building and other Construction Workers’ (RE&CS) Rules, 1998 and the Building and Other Construction Workers Welfare Cess Rules, 1998.

c. Cess as per the prevailing rate, shall be deducted at source from bills of the

Contractor by the engineer-in-Charge of the contract and remitted to the “Secretary, Building and Other Construction Workers Welfare Board” of the concerned State. The Contractor shall be responsible to submit final assessment return of the cess amount to the assessing officer after adjusting the cess deducted at source.

52.0 GENERAL REQUIREMENTS FOR RADIOGRAPHY & OTHER NDT WORKS 52.1 CONTRACTOR shall appoint radiography/NDT agency(ies) only after acceptance of

such agency(ies) by OWNER/EIL. However, acceptance of radiography/ NDT agency by OWNER/EIL shall not absolve the CONTRACTOR of his responsibility to execute radiography work as per requirements of the Contract.

R

51.0 Building and Other Construction Worker’s Act In order to govern welfare and working conditions of labourers engaged in construction activities, the Building and other Construction Workers’ (Regulation of Employment and Conditions of Service “RE &CS”) Act, 1996 came into force. RE&CS Act’1996 is applicable in respect of building and other construction work. Wherever applicable, The Contractor shall strictly comply with the following provisions pertaining to RE &CS Act’1996.

a. The Contractor must be re

non-registration; the Sub-Contracto

Engineers India Limited New Delhi

Page 120: bidding document for engineering, procurement & construction

Engineers India Limited New Delhi

Oil India Limited Special Conditions of Contract EPC for Composite Works at OIL’S Tank Farms in Assam Job Number: A345 Sheet 40 of 40 (SECTION-

VISpecial conditions of contract)

52.2 CONTRACTOR shall mobilize Radiography/ NDT agency at site along with adequate number of radiography resources/ NDT equipments & appliances, commensurate with the welding activity and quantum of Radiography/NDT work load to avoid delays in Radiography/ NDT and consequent generation of back log. In the event of generation of back log leading to Delay/ Holdup of subsequent activities OWNER/EIL has right to engage additional agency for carrying out the radiography at the risk and cost of CONTRACTOR including 100% overhead charge.

52.3 Date and extent of mobilization of radiography/ NDT agency/resources shall be agreed by the CONTRACTOR and the Engineer-in-Charge at the start of work.

52.4 Radiography Check Shots a) To verify that radiographs are being taken on the prescribed / selected welds /

spots only, 5% of already radiographed spots shall be selected by the Engineer-in-Charge or his designated person for check shots. The check shots shall be taken up before any further radiography work.

b) The CONTRACTOR will be paid for the check shots at the quoted rates if no variation is found. If mismatch / variation is found in any of the check shot as per para 53.4 a), CONTRACTOR shall have to take re-radiography of the entire lot represented by mismatched check shot (a day’s production or more as decided by Engineer In-Charge). In such cases, no payment will be made for the check shots as well as the re-radiography of the entire lot represented by the check shot.

c) In the event of any non-matching / variation is observed in re-radiography of the

entire lot as per para 53.4 (b) above with reference to the earlier radiographs taken, the radiography agency shall be forthright debarred from site. CONTRACTOR shall then carryout re-radiography up to maximum of 100% of all the prescribed / selected welds/ spots radiographed by the debarred radiography agency (as per direction of the Engineer In-Charge) at his own cost by engaging a separate Radiography agency acceptable to OWNER/EIL. The process for verification of radiographs through check shots shall be continued as per clause 53.4 (a) above from the lots selected by the Engineer In- Charge till 2 (two) consecutive lots are found with matching check shot radiographs to the satisfaction of EIL/ OWNER.

                                                       ******************** 

Page 121: bidding document for engineering, procurement & construction

1 | P a g e   

SECTION-VII

BID REJECTION / EVALUATION CRITERIA:

I. BID REJECTION CRITERIA (BRC): The bid shall conform generally to the specifications and terms and conditions given in the Bidding Documents. Bids will be rejected in case services offered do not conform to the required parameters stipulated in the technical specifications. Not- withstanding the general conformity of the bid to the stipulated specifications, the following mandatory requirements will have to be particularly met by the Bidders without which the same will be considered as non-responsive and rejected. All the documents related to BRC must be submitted along with the Technical Bid.

A. TECHNICAL

The Bidder must meet the following requirements: 1.0 The Bidder should have executed and completed construction/revamp works involving Civil/Structural, Instrumentation/Electrical and Mechanical / Piping works of at least one Process Plant or Utilities and Offsite or Terminals Works in Hydrocarbon Sector (Upstream sector or Refineries or Petrochemicals or Gas processing or Fertilizers) on Lump sum Turnkey (LSTK) basis with scope of work comprising Project Management, Detailed Engineering, Procurement, Supply, Construction, Pre-Commissioning/ Commissioning Assistance, of minimum value(s) as indicated under, during the last Seven (07) years reckoned from the final due date for submission of bids

i) One Contract of minimum value of `617.20 Million or US$ 11.09Million

ii) Two Contracts each of minimum value of `370.32 Million or US$ 6.65 Million

2.0 DOCUMENTS REQUIRED 2.1 The bidder shall furnish documentary proof of fulfilling the Qualification Criteria as mentioned in clause no. 1.0. These documents shall include but not limited to:

a) Copies of Work order(s)/ Contract agreement (s)/relevant pages of contract document b) Completion Certificate/final payment certificate issued by the client or

any other document issued by the clients, which can substantiate successful completion of the job.

Page 122: bidding document for engineering, procurement & construction

2 | P a g e   

3.0 FINANCIAL CRITERIA 3.1 Bidder’s minimum annual average Turnover shall be `370.32 Million or US$ 6.65 Million as per the Audited Annual Financial results, during the preceding three financial years ending 31.03.2012(for Accounting year April-March) or 31.12.2011(for calendar Accounting year).Documentary evidences in the form of audited Balance sheet and Profit and Loss Account for the last 3 (three) years ending 31.03.2012 (or 31.12.2011 as applicable) shall be submitted along with the Technical Bid. 3.2 In case the audited Balance sheet and Profit and Loss Account submitted along with bid are in currencies other than ` or US$, the bidder shall have to convert the figures in equivalent ` or US$ considering the prevailing conversion rate on the date on which the audited Balance sheet and Profit and Loss Account were signed.

4.0 The bidder must confirm their compliance of the following in their ‘Technical’ Bid: The duration to complete the Project in all respects within 12 (Twelve) months from the date of issue of the Letter of Award (LOA). 12(Twelve) months includes mechanical completion of all four Tank Farms located at Duliajan, Tengakhat, Moran and Jorhat in Assam in all respects. The jobs will be taken up simultaneously in all the four tank farms which will be running during the job carried out under the scope of this tender. Timely completion is of the utmost essence to the contract; therefore any bidder quoting completion of the project beyond 12(Twelve) months time will be summarily rejected.

B. COMMERCIAL – BID SUBMISSION i. The tender is invited under SINGLE STAGE-TWO BID SYSTEM. The bidder has to submit both the “TECHNICAL” and “PRICE” bid through electronic form in the OIL’s E-Procurement Portal within the Bid Closing Date and Time stipulated in the e-Tender. The Technical Bid is to be submitted as per Scope of Work & Technical Specification of the tender and Price Bid as per the Online Price Bid format (uploaded as attachment).

NB: All the Bids must be Digitally Signed using valid “Class 3” digital signature certificate with Organizations Name (e-commerce application) as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.

Page 123: bidding document for engineering, procurement & construction

3 | P a g e   

ii. Bidder shall offer firm prices. Price quoted by the successful bidder must remain firm during the performance of the contract. iii. Bids with shorter validity will be rejected as being non-responsive. 5.0 During the Online submission of the bid, a scanned copy of the Bid Security shall be uploaded as a part of the Technical Bid. The amount of Bid Security shall be as specified in the Forwarding Letter of the Bid Document. The Original bid security should be forwarded to the office of the “Head-Contracts, Oil India Limited, Duliajan-786602, Assam” which should reach the said office on or before 12.45 Hrs(IST) on the bid closing date; otherwise Bid will be rejected. Any bid not accompanied by proper and valid Bid Security will be straightway rejected.

Bid Security will not be necessary for bids from Central Govt./OEMs/Authorised Distributors of OEMs and Firms registered with NSIC/ Directorate of Industries. However, the firms registered with NSIC/ Directorate of Industries have to submit evidence that they have a current and valid registration for the work(s)/item(s) they intend to bid including the prescribed monetary limit. The Bidder shall required to submit a declaration for exemption of Bid security in the Technical Bid, if applicable.

6.0 INTEGRITY PACT is applicable against this tender. OIL shall be entering into an Integrity Pact with the bidders as per Proforma enclosed as Proforma -III of the bid document. This Integrity Pact proforma has been duly signed digitally by OIL’s competent signatory. The proforma has to be returned by the bidder (along with the Technical bid) duly signed (digitally) by the same signatory who signed the bid, i.e., who is duly authorized to sign the bid. Any bid not accompanied by Integrity Pact Proforma duly signed (digitally) by the bidder shall be rejected straightway. Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder’s authorized signatory who sign the Bid. 7.0 No bid can be submitted after the submission deadline is reached. The system time displayed on e-procurement web page shall decide the submission deadline. 8.0 Any Bid received in the form of Fax/e-mail/Telephonic discussion/Physical bid will not be accepted. 9.0 Bidders must quote clearly and strictly in accordance with the price schedule outlined in Section-V of Bid Documents; otherwise, the bid will be rejected. The price bid for each component must be inclusive of all applicable indirect taxes and duties i.e. Excise duty /Cenvat /Sales tax /Entry tax etc. except Service Tax and Customs duty, which will be to OIL’s account, if applicable. In the Technical bid the assumptions for each component towards

Page 124: bidding document for engineering, procurement & construction

4 | P a g e   

applicability of relevant statutory duties and the rates must be clearly indicated. For information of the bidders nil Customs duty will be applicable for import against three installations viz. NHK CTF, Tengakhat ITF & Moran Tank Farm whereas, for import against Jorhat Tank Farm the nil Customs duty benefit is not available. ONLY Works Contract tax as may be applicable should be advalorem in the price bid. 10.0 The price and price related conditions should be as per the online Price-Bid format only. However, no price should be quoted in the Technical bid in C-folder; otherwise the offer will be rejected. 11.0 All other Technical documents other than price details to be submitted with Technical bid as per tender requirement placed in the C-folder. 12.0 Conditional bids are liable to be rejected at the discretion of the Company.

13.0 Any Bid containing false statement will be rejected.

16.0 Bidder must accept and comply with the following clauses as given in the Bid Document in toto failing which bid will be rejected –

(i) Performance Guarantee Clause (ii) Warranty Clause (iii) Force Majeure Clause (iv) Tax Liabilities Clause (v) Insurance Clause. (vi) Arbitration Clause (vii) Acceptance of Jurisdiction and Applicable Law clause (viii) Liquidated damage cum penalty clause (ix) Safety & Labour Law clause (x) Termination Clause (xi) Integrity Pact Clause.

C. GENERAL 1.0 In case bidder takes exception to any clause of bid document not covered under BRC/BEC, then the Company has the discretion to load or reject the offer on account of such exception if the bidder does not withdraw/modify the deviation when/as advised by company. The loading so done by the Company will be final and binding on the bidders. 2.0 To ascertain the substantial responsiveness of the Bid the Company reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the Company, failing which the offer will be summarily rejected.

3.0 If any of the clauses in the BRC contradict with other clauses of the Bid Document elsewhere, then the clauses in the BRC shall prevail.

Page 125: bidding document for engineering, procurement & construction

5 | P a g e   

4.0 Any exceptions/deviations to the tender and applicable statutory duties and levies must be spelt out by bidder in their ‘Technical’ bid only. Any additional information/terms/conditions furnished in the ‘Price Bid’ will not be considered by OIL for evaluation/award of contract. 5.0 The originals of the documents [furnished by bidders(s)] shall have to be produced by bidder(s) to OIL as and when asked for. II. BID EVALUATION CRITERIA (BEC):

1.0 The bids conforming to the technical specifications, terms and conditions stipulated in the bid documents and considered to be responsive after subjecting to the Bid Rejection Criteria will be considered for further evaluation as per the Bid evaluation criteria given below: 2.0 To ascertain the inter-se-ranking, the comparison of the responsive bids will be made on the following basis:

Total quoted contract cost as per schedule of rates including all applicable statutory levies, taxes and duties.

3.0 Custom Duty : The services under this Contract shall be carried out in three installations viz NHK CTF, ITF Tengakhat and Moran Tank Farm which fall under ML/PEL areas of the Company issued or renewed to Company after 01/04/99 and therefore, imports under this Contract presently falls under NIL Customs Duty. Also the Deemed Export benefit is available for the jobs in these locations. However, the services under this Contract in Jorhat Tank Farm do not fall under ML/PEL areas of the Company. Therefore no such benefit/concession is available for the jobs in this location. Bidders should take note of the same and submit their bid considering the customs duty and other benefits available for the job. 4.0 Deemed Export Benefits (applicable only for Domestic Bidders): As per Export Import policy in vogue, supplies of goods to any project or purpose in respect of which the Ministry of Finance, by a notification, permits the import of such goods at zero customs duty (Para 8.2(f) of EXIM Policy) is eligible for Deemed Export, provided the goods are manufactured in India. Further, as per Para 8.4.5 of Handbook of Procedures, the benefits of deemed exports under Para 8.2(f) of the Policy shall be applicable in respect of items, import of which is allowed by the Department of Revenue at zero Customs duty subject to fulfilment of conditions specified under Customs Notification no. 21/2002, as amended from time to time. 4.1 The benefits available on the Deemed Export are as under: a) Advance licence for intermediate supply/Deemed Export/

DFRC/DFRC for intermediate supplies.

Page 126: bidding document for engineering, procurement & construction

6 | P a g e   

b) Deemed Export draw back c) Exemption from terminal Excise duty. Further, as per Notification no. 48/2004-Central Excise dated 10.09.04, Excise duty is “Nil” for the tendered item(s) since the goods are exempted from the duties of Customs.

4.2 In case of domestic bidders, the terminal Excise duty being exempted (under deemed export benefits) will not be paid by OIL and bidders are to quote their prices accordingly. OIL will provide necessary documents as per the Government Policy. 4.3 The domestic bidders will quote net price after taking into account the above Deemed export benefits as applicable and bids will be evaluated accordingly. The bidders are requested to check the latest position on the subject on their own and OIL shall not accept any liability, whatsoever, on this account. 4.4 If the bidder is a supply house and offering completely imported product, OIL will provide necessary Recommendatory letter to avail the Nil Customs Duty benefits. Bidder will be required to arrange necessary Essentiality Certificate from the appropriate authority to avail the nil duty benefit. Bidder will be required to provide to OIL the copies of the following documents well in advance to issue necessary recommendatory letter.

i) Copy of their order on overseas supplier

ii) Commercial invoice from their overseas supplier.

iii) Copies of B/L / AWB

iv) Necessary affidavit non-judicial stamp paper as per Government

requirement.

Note: Above documents are required under the prevailing Government procedures. However additional documents, if any, required at the time of clearance of the imported material, will be provided by the bidder. All the above documents should be duly signed and stamped. OIL will need about 7 days time to issue Recommendatory letter after receipt of all the above documents complete in all respect without any discrepancy.

5.0 Granting of Price Preference to Domestic bidders (applicable to ICB tenders only)

Page 127: bidding document for engineering, procurement & construction

7 | P a g e   

Domestic bidders would be entitled to a price preference up to ten percent (10%) over the lowest acceptable (evaluated) foreign bid subject to value addition. For ensuring value addition and eligibility for price preference, domestic bidders should provide all evidence necessary to prove that they meet the following criteria:

(a) Be registered within India (b) Have majority ownership by Nationals of India (c) Not sub-contract more than 50% of the works measured in terms of value, to Foreign Contractors.

For meeting the criteria at (c) above, domestic bidder should obtain a certificate in original from practicing Statutory Auditor engaged by them for auditing their annual accounts, which could establish that not more than 50% of the works measured in terms of value has been sub-contracted to Foreign contractors. The original certificate indicating various sub-contracting details in percentage terms as well as in absolute value should be submitted in the price bid. However, copy of the Statutory Auditors certificate indicating sub-contracting details in percentage terms only and with price details blanked out should be submitted in the Techno-Commercial(un-priced) bid.

It must be noted that above information so furnished, if at any stage found wrong, incorrect or misleading, will attract action as per rules/law.

The Bidders are requested to check the latest position on the subject on their own and OIL does not accept any liability whatsoever, on this account.    

******************End Of BRC/BEC, SECTION-VII********************

Page 128: bidding document for engineering, procurement & construction

PROFORMAS

Page 129: bidding document for engineering, procurement & construction

PROFORMA - I

LETTER OF AUTHORITY

To, HEAD (Contracts), Oil India Ltd. Duliajan - 786602 Assam (India) Name Of Work : Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up- gradation of Existing Tank Farms in Assam of Oil India Ltd. OIL's Tender No.: CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-8000/7001) Sir,

We ____________________________ confirm that Mr. _________ (Name and address) as authorized *to attend Technical/Price bid opening, to represent us to Bid, negotiate and conclude the agreement on our behalf with you against Tender Invitation No. ________________________ for hiring of services for _______________________. We confirm that we shall be bound by all and whatsoever our said representative shall commit.

Yours Faithfully, Signature : ____________________ Name : ____________________ Designation : ____________________ For & on behalf of: ____________________ Note : This letter of authority shall be on printed letter head of the Bidder and shall be

signed by a person competent and having the power of attorney (power of attorney shall be annexed) to bind such Bidder.

*Strike out whichever is not applicable

Page 130: bidding document for engineering, procurement & construction

PROFORMA - II

STATEMENT OF COMPLIANCE

Name Of Work : Engineering, Procurement & Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in Assam of Oil India Ltd.

OIL's Tender No.: CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-8000/7001)

SL. NO. SECTION/ CLAUSE NO. BRIEF STATEMENT

COMPLIANCE/ NON- COMPLIANCE

REMARKS

We undertake that excepting above deviations all the terms and conditions in the tender document shall be fully complied with. Signature and seal of the Bidder : Name of Bidder:

Page 131: bidding document for engineering, procurement & construction

PROFORMA - IIA

BID FORM To HEAD (Contracts) Oil India Limited, Duliajan-786602 Assam (India) Name Of Work : Engineering, Procurement & Construction of Composite Works on Lumpsum Turnkey basis for Implementation of Safety Measures & Up-gradation of Existing Tank Farms in Assam.

OIL's Tender No.: CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-8000/7001) Dear Sir,

Having examined the General and Special Conditions of Contract and the Terms of Reference including all attachments thereto, the receipt of which is hereby duly acknowledged, we the undersigned offer to perform the scope in totality / services in conformity with the said conditions of Contract and Terms of Reference for *the sums stated below against each work as defined or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid. S. No.

Description Total Bid Amount Currency………. ( in Words*)

Currency…………. (in Figure*)

1. EPC Job for Composite Works at Oil’s Tank Farms in Assam

*The Amount to be kept blank, when this proforma is submitted with Technical bid.

We undertake, if our Bid is accepted, to commence the work within (………..) days calculated from the date of issue of Company’s LOA.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum not exceeding _______________________ for the due performance of the Contract.

We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us.

We understand that you are not bound to accept the lowest or any Bid you may receive. Dated this ____________ day of_________________2013. Signature and seal of the Bidder:__________________ (In the capacity of):__________________ Name of Bidder:__________________

Page 132: bidding document for engineering, procurement & construction

PROFORMA -II B FORM OF PERFORMANCE SECURITY (PERFORMANCE BANK GUARANTEE) To: M/s. OIL INDIA LIMITED, {For: HEAD (Contracts)} Duliajan, Assam, India, Pin Code:-786602.

WHEREAS __________________(Name and address of Contractor) (hereinafter called “Contractor”) had undertaken, in pursuance of Contract No. __________________________ to execute (Name of Contract and Brief Description of the Work) ____________________ (hereinafter called “The Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee as security for compliance with Contractor’s obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee; NOW THEREFORE we hereby affirm that we are Guarantors on behalf of the Contractor, up to a total amount of (Amount of Guarantee in figure) .*______________(Amount of Guarantee in word_________________________), such amount being payable in the types and proportions of currencies in which the Contract price is payable, and we undertake to pay you, upon your first written demand and without cavil or argument, any sum or sums within the limits of guarantee sum as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein. We hereby waive the necessity of your demanding the said debt from the Contractor before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or the work to be performed there under or of any of the Contract documents which may be made between you and the Contractor shall in any way cease us from any liability under this guarantee, and we hereby waive notice of such change, addition or modification. This guarantee is valid until the date_____________ (calculated at 15 months after the date of Mechanical completion of the jobs. SIGNATURE AND SEAL OF THE GUARANTORS: _____________________ Designation : ___________________________________ Name of Bank : ___________________________________ Address : ___________________________________ Witness : _______________ Address : _______________ Date : Place : _____________ *The Amount to be kept blank, when this proforma is submitted with Technical bid.

Page 133: bidding document for engineering, procurement & construction

PROFORMA - IIC

CONTRACT FORM This Contract is made on ____ day of ___________ between Oil India Limited, a Government of India Enterprise, incorporated under the Companies Act 1956, having its registered office at Duliajan in the State of Assam, hereinafter called the “Company” which expression unless repugnant to the context shall include executors, administrators and assignees on the one part, and M/s. _______________(Name and address of Contractor), hereinafter called the “Contractor” which expression unless repugnant to the context shall include executors, administrators and assignees on the other part,

WHEREAS the Company desires that services ______________________ (brief description of services) should be provided by the Contractor as detailed hereinafter or as Company may requires;

WHEREAS, Contractor engaged themselves in the business of offering such services represents that they have adequate resources and equipment, material etc. in good working order and fully trained personnel capable of efficiently undertaking the operations and is ready, willing and able to carry out the said services for the Company as per Section-attached herewith for this purpose and

WHEREAS, Company issued a firm Letter of Award (LOA) No. _____________________ based on Offer No. ________________ submitted by the Contractor against Company’s Tender No. CDG8364P13 and Contractor accepted Company’s LOA vide their letter No. ____________ All these aforesaid documents shall be deemed to form and be read and construed as part of this contract. However, should there be any dispute arising out of interpretation of this contract in regard to the terms and conditions with those mentioned in Company’s tender document and subsequent letters including the Letter of Award and Contractor's offer and their subsequent letters, the terms and conditions attached hereto shall prevail. Changes, additions or deletions to the terms of the contract shall be authorised solely by an amendment to the contract executed in the same manner as this contract. NOW WHEREAS, in consideration of the mutual covenants and agreements hereinafter contained, it is hereby agreed as follows - 1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of Contract referred to.

2. In addition to documents hereinabove, the following Sections and Annexures attached herewith shall be deemed to form and be read and construed as part of this Contract viz.: (a) Section-III : General Conditions of the Contract (b) Section-IV: Terms of Reference / Technical Specifications; (c) Section-V indicating the Schedule of Rates. (d) Section-VI indicating the Special Conditions of the Contract.

Page 134: bidding document for engineering, procurement & construction

3.In consideration of the payments to be made by the Company to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Company to provide the Services and to remedy defects therein in conformity in all respect with the provisions of this Contract.

4.The Company hereby covenants to pay the Contractor inconsideration of the provision of the Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the times and in the manner prescribed by this Contract. IN WITNESS thereof, each party has executed this contract at Duliajan, Assam as of the date shown above. Signed, Sealed and Delivered, For and on behalf ofFor and on behalf of Company (Oil India Limited) Contractor

(M/s. ______________________) Name : Name : Status : Status : In presence of In presence of 1. 1. 2. 2.

Page 135: bidding document for engineering, procurement & construction

PROFORMA - II D

FORM OF BID SECURITY (BANK GUARANTEE)

To : M/s. OIL INDIA LIMITED, Duliajan, Assam, India, Pin Code: 786602.

WHEREAS, (Name of Bidder) _____________(hereinafter called “the Bidder”) has submitted their offer Dated__________ for the provision of certain oilfield services (hereinafter called “the Bid”) against OIL INDIA LIMITED, Duliajan, Assam, India (hereinafter called the Company)’s tender No. : CDG8364P13. KNOW ALL MEN BY these presents that we (Name of Bank) ____________________ of (Name of Country) _______________having our registered office at _____________ (hereinafter called “Bank”) are bound unto the Company in the sum of ( * ) for which payment well and truly to be made to Company, the Bank binds itself, its successors and assignees by these presents. SEALED with the common seal of the said Bank this ___________________ day of ________________ 2013 THE CONDITIONS of this obligations are : (1) If the Bidder withdraws/modifies their Bid during the period of Bid validity specified by the Bidder; or (2) If the Bidder, having been notified of acceptance of their Bid by the Company during the period of Bid validity: (a) Fails or refuses to execute the form of agreement in accordance with the Instructions to Bidders; or (b) Fails or refuses to furnish the Performance Security in accordance with the Instructions to Bidders;

We undertake to pay to Company up to the above amount upon receipt of its first written demand (by way of letter / fax/cable), without Company having to substantiate its demand provided that in its demand Company will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including the date (**) and any demand in respect thereof should reach the Bank not later than the above date. SIGNATURE AND SEAL OF THE GUARANTORS :___________________ Name of Bank & Address :___________________________________

Witness: _______________ Address:________________ (Signature, Name and Address)

Date :__________ Place : _____________ *The Bidder should insert the amount of the guarantee in words and figures.

** Date of expiry of Bank Guarantee should be minimum 30 days after the end of the validity period of the Bid.

Page 136: bidding document for engineering, procurement & construction

PART-4

PROFORMA-III

INTEGRITY PACT

Between

Oil India Limited (OIL) hereinafter referred to as "The Principal"

And

(Name of the bidder ).......................... hereinafter referred to as "The Bidder/Contractor"

Preamble :

The Principal intends to award, under laid down organizational procedures, contract/s for providing the services of …………………( Name of the work) at…………………………………. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

2. The Principal will, during the tender process treat all Bidders with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Page 137: bidding document for engineering, procurement & construction

Section 2 - Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits itself 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.

1. The Bidder/Contractor will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e/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.

2. The Bidder/Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, Subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

3. The Bidder/Contractor will not commit any offence under the relevant Anticorruption Laws of India; further the Bidder/Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder/Contractor will, when presenting his bid, disclose 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/Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section-3: Disqualification from tender process and exclusion from future Contracts

If the Bidder, before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason.

1. If the Bidder/Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

2. The Bidder accepts and undertakes to respect and uphold the Principal's Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

Page 138: bidding document for engineering, procurement & construction

3. If the Bidder/Contractor can prove that he has restored/recouped the Damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

1. A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible.

Section 4 - Compensation for Damages

1. If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 % of the value of the offer or the amount equivalent to Earnest Money Deposit/Bid Security, whichever is higher.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5% of the contract value or the amount equivalent to Security Deposit/Performance Bank Guarantee, whichever is higher.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder/Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages, the Bidder/Contractor shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous transgression

1. The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI 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 the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders/Contractor/Subcontractors

1. The Bidder/Contractor undertakes to demand form all sub-contractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

2. The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors and Subcontractors.

3. The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions.

Page 139: bidding document for engineering, procurement & construction

Section 7 - Criminal charges against violating Bidders/Contractors/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor, which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 - External Independent Monitor/Monitors (three in number depending on the size of the contract)(to be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor 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 agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Subcontractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

7. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

Page 140: bidding document for engineering, procurement & construction

8. The word 'Monitor' would include both singular and plural.

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this 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 Chairperson of the Principal.

Section 10 - Other provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi.

2. Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this agreement must be, signed by all partners or consortium members.

4. Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

------------------------- ----------------------------------

For the Principal For the Bidder/Contractor

Place. Duliajan. Witness 1 : .............................

Date. ------------------ . Witness 2 : .............................

Page 141: bidding document for engineering, procurement & construction

PROFORMA -IV

To, HEAD-CONTRACTS OIL INDIA LIMITED DULIAJAN-786602

Name of Work : Engineering Procurement Construction of Composite Works on Lump sum Turnkey basis for Implementation of Safety Measures & Up-gradation Existing Tank Farms in Assam of Oil India Ltd.

SUB: Tender No CDG8364P13 (EIL’s Bidding Document No.: BM/A345-000-PK-TN-000/7001) DESCRIPTION OF WORK/ SERVICE:

Sir,

We hereby confirm that we have fully understood the safety measures to be adopted during execution of the above contract and that the same have been explained to us by the concerned authorities. We also give the following assurances. a) Only experienced and competent persons shall be engaged by us for carrying out work under the said contract. b) The names of the authorised persons who would be supervising the jobs on day to day basis from our end are the following:

i) ________________________________ ii) ________________________________ iii) ________________________________ The above personnel are fully familiar with the nature of jobs assigned and safety precautions required. c) Due notice would be given for any change of personnel under item(b) above. d) We hereby accept the responsibility for the safety of all the personnel engaged by us and for the safety of the Company's personnel and property involved during the course of our working under this contract. We would ensure that all the provisions under the Oil Mines Regulations, 1984 and other safety rules related to execution of our work would be strictly followed by our personnel. Any violation pointed out by the Company's Engineers would be rectified forthwith or the work suspended till such time the rectification is completed by us and all expenditure towards this would be on our account.

e) We confirm that all persons engaged by us would be provided with the necessary Safety Gears at our cost.

f) All losses caused due to inadequate safety measures or lack of supervision on our part would be fully compensated by us and the Company will not be responsible for any lapses on our part in this regard.

(Seal)

Date____________ Yours faithfully

M/s______________

FOR & ON BEHALF OF

CONTRACTOR

Page 142: bidding document for engineering, procurement & construction

PROFORMA –V

FORMAT FOR SPECIFIC WORK MEETING THE EXPERIENCE CRITERIA

(TECHNICAL & COMMERCIAL)

Bidder shall furnish their Experience for similar work with all details and documents as mentioned in this Specific Experience Format which are in conformity with Bidder’s Qualification Criteria mentioned in Bid Rejection/Evaluation Criteria (BRC/BEC) In case of more than one work, furnish details for all such Works

S. NO. DESCRIPTION DETAILS

Details of similar works executed by bidder (Complying the requirement of BRC/BEC)

1. Name of Project and its location

2. Description of work

3. Name of Owner, Postal Address, Phone/ Fax No./ E-mail Address

4. Name of Consultant, Postal Address, Phone/ Fax No../ E-mail Address

5.

Contract Value: Awarded Final Executed

Component of Mechanical work involving piping & equipment erection .

Rs.______________________ Rs. ______________________ Rs.______________________

Milestone Dates

Date of award : ______________ Starting date:_______________ Scheduled Completion Date: ___________________ Actual Completion Date: ___________________ Reasons for delay, if any: ________________________________________________________________________________________________________

 

 

 

 

 

 

Page 143: bidding document for engineering, procurement & construction

S. NO. DESCRIPTION DETAILS 6. Supporting Document for Experience Criteria

( both for Technical and Commercial) Whether copy of Work Order/ Contract Agreement enclosed

YES NO

Ref. No.: ______________________

Dated ____________________

Whether Completion Certificate enclosed.

YES NO

Ref. No.: _________________________

Dated ____________________

Date of Completion _______________

Whether Bidder has proposed any Engineering Sub- Contractor

YES/ NO

If yes the following details are to be furnished

Name of Engg. Sub Contractor

MOU with Sub-Contractor

Experience details of Sub-contractor as per Technical Criteria)

Page 144: bidding document for engineering, procurement & construction

Supporting Document for Financial Criteria Whether Annual Turnover Statement and P&L account is enclosed. YES NO If Yes, submitted for the financial years

_______________

_______________

_______________ Whether copy of Banker’s certificate, if required confirming the availability of line of credit to meet the working capital as mentioned in NIT is enclosed. YES NO

7 CONFIRMATIONS BIDDER’S CONFIRMATION

7.1 CONFIRM THAT YOU HAVE COMPLETED THE ABOVE WORK WITHIN SPECIFIED PERIOD MENTIONED IN BRC/BEC (SECTION-VII) OF THE BIDDING DOCUMENT .

7.2 i. CONFIRM THAT SUPPORTING DOCUMENTS AS PER SL. NO.6 ABOVE HAS BEEN SUBMITTED.

ii. CONFIRM THAT ALL THE DOCUMENTS REQUIRED FOR VERIFICATION AS PER PROFORMA VIA TO VIB HAVE BEEN SUBMITTED DULY CERTIFIED BY THE STATUTORY AUDITOR/ CAHRTERRED ACCOUNTANT

iii. IN CASE OF FOREIGN BIDDER, THE DOCUMENTS REQUIRED MEETING THE BRC/ BEC ARE SUBMITTED DULY AUTHENTICATED BY THE INDIAN EMBASSY/ HIGH COMMISSION / APPOSTILE AS BIDDING DOCUMENT.

7.3 CONFIRM THAT THE INFORMATIONS FURNISHED BY YOU ARE CORRECT AND DO NOT HAVE ANY

Page 145: bidding document for engineering, procurement & construction

MISREPRESENTATION

7.4 CONFIRM THAT ALL DETAILS AS PER THIS FORMAT ALONGWITH SUPPORTING DOCUMENTS HAS BEEN FURNISHED IN ORDER TO ESTABLISH THE EXPERIENCE AND FINANCIAL CRITERIA. FAILING WHICH THE BID MAY NOT BE SHORTLISTED FOR FURTHER EVALUATION.

Bidder to use separate format for different works

SIGNATURE OF BIDDER : _______________________

NAME OF BIDDER : _______________________

COMPANY SEAL : _______________________

Page 146: bidding document for engineering, procurement & construction

PROFORMA - VIA

DETAILS OF P.F. REGISTRATION

Bidder to furnish details of Provident Fund Registration:

PF REGISTRATION NO.:

DISTRICT & STATE

We hereby confirm that the above PF Account is under operation presently and shall be used for all PF related activities for the labour engaged by us in the present work (if awarded to us).

SIGNATURE OF BIDDER : ___________________

NAME OF BIDDER    : ______________________

COMPANY SEAL :___________________

Note: The above requirement is applicable for Indian Bidder

Page 147: bidding document for engineering, procurement & construction

PROFORMA- VIB

Form-A

(COVERING LETTER ON LETTER HEAD)

To, Date:

Sub: Certificate regarding ..........................................

Dear Sir,

We ............................................................ (name of Statutory Auditor/Chartered Accountant) are the Statutory Auditor/Chartered Accountant of M/s .................................................................. (name of bidder).

We hereby confirm that we have issued following certificate:

1. 2. 3.

Thanking You,

(Signature) Place Name of Authorised Signatory Date Membership no.:

EncL: As above

Note:

Bidder whose accounts are not audited by auditors as per Law/Jurisdiction, certification from a Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s Company/Firm) to be submitted.

Page 148: bidding document for engineering, procurement & construction

Form-B  

(Page 1 of 2)

FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF SIMILAR

GOODS/WORK/SERVICES SUPPLIED/ DONE DURING PAST 7 YEARS  

s. No

Description of the Goods/works / Services

FOA/LOA/ PO/WO No. and date

Full Postal Address & phone nos. of Client. Name, designation

and address of Engineer/

Officer-in-Charge (for cases other than

purchase)

Value of Contract/ Order

(Specify Currency Amount)

Date of Commence

ment of Work/

Services or supply of

goods

Scheduled Completion

Time (Months) Delivery Schedule

Date of Actual

Completion/ Supply

Reasons for delay in

execution, if any

(1) (2) (3) (4) (5) (6) (7) (8) (9) PI refer instruction

Place: [Signature of Authorized Signatory of

Bidder] Date: Name:

Designation: Seal: Instructions:

. Bidders are expected to provide details of the work meeting the Bidder Qualification Criteria which shall be considered for qualification purpose.

. Copies of Letter of awards/ Order/ Work Orders and completion certificate (in case of works/ services) or IRN/Proof of delivery (in case of supplies) to be enclosed.

. Certificate from the Bidder's statutory auditors must be furnished in the format as per page 2 of 2 of Annexure-B for FOA/LOA/Work Order/ Purchase Order mentioned above (separately for each orders).

. It may be noted that in the absence above certificates, the details would be considered inadequate and could lead to the bid being considered ineligible for further evaluation.

 

Page 149: bidding document for engineering, procurement & construction

(Page 2 of 2)

Certificate from the Statutory Auditor regarding Supply of Good/ Works/ Services  

Based on its books of accounts and other published information authenticated by it, {this is to certify that LOA/

PO/ WO No…………………………dated ………………was awarded to (name of the Bidder) by

…………………………….(Name of Client) to execute .......................................... (name of Supply/Work/

Service). The Supply/works/services commenced on ……………..(date) and the contract was completed

on……….(date, if any). It is certified that the total awarded value of contract/order was…………………. (Specify

Currency and amount) and the value of executed work by……………(name of bidder)

was………………….(Specify Currency and amount) as per completion certificate No……….dated………. .

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Name: Date: Designation Seal Membership No.  

Page 150: bidding document for engineering, procurement & construction

Form-C

(ON THE LETTERHEAD)

FORMAT FOR CERTIFICATION FROM STATUTORY AUDITOR/ CHARTERED ACCOUNTANT* (FOR OWNERSHIP/

POSSESSION OF MINIMUM EQUIPMENTREQUIRED AS PER BQC)

Certificate from the Statutory Auditor/ Chartered Accountant* regarding Ownership / Possession

Based on the books of accounts and other published information authenticated by ......................... (name of the Bidder), this is to certify that .................................... (name of the Bidder) located at ............................................................... (address)

owns the title / possess (strike out whichever is not applicable) the equipment as per enclosed list.

Further, M/s ................................. (Name of the Bidder) have been undertaking .................... services/ operations (name of the services) since ............................. (mention the number of years in operation).

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Name:

Date: Designation: Seal:

Membership No.

Note: (i) List of Equipments owned by the bidder to be enclosed along with certificate must indicate capacity/make/ model etc. Further the list should also be signed by the Statutory Auditor/Chartered Accountant* who is issuing the above certificate.

Page 1 of 1

Page 151: bidding document for engineering, procurement & construction

 

Form-D

FORMAT FOR STATUTORY AUDITOR'S/ CHARTERED ACCOUNTANT* CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER

(For Supply of Goods/ Works/ Services)

We have verified the Annual Accounts and other relevant records of M/s .......................................... (Name of the bidder) and certify the following

A. ANNUAL TURNOVER OF LAST 3 YEARS  

Year Amount (Rupees) Year 1 Year 2 Year 3

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :  

Description Year__________ Amount (Rupees) Net Worth (Paid up share capital + Share application Money pending allotment * + Reserves-Accumulated Losses – Deferred Revenue Expenditure to the Extent not written off) * Share Application Money pending Allotment will be considered only in respect of Shares to be allotted.

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Name: Date: Designation: Seal: Membership No. Instructions:

1. For the purpose of this Bidding /RFQ Document, Annual Turnover shall be "Sale value/ Operating Income"