TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East...

56
Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR/ITI 1 | Page Tender Reference Tender No. SKM/LPG/19-20/PT-02/CSR/ITI For Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP TECHNICAL & COMMERCIAL BID (PART - A) INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) LPG Bottling Plant, Rangpo PO- Majhitar, Dist- East Sikkim PIN-737136 TECHNICAL BID (TWO-BID SYSTEM)

Transcript of TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East...

Page 1: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

1 | P a g e

Tender Reference

Tender No. – SKM/LPG/19-20/PT-02/CSR/ITI

For

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

TECHNICAL & COMMERCIAL BID

(PART - A)

INDIAN OIL CORPORATION LIMITED

(MARKETING DIVISION)

LPG Bottling Plant, Rangpo PO- Majhitar, Dist- East Sikkim

PIN-737136

TECHNICAL BID

(TWO-BID SYSTEM)

Page 2: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

2 | P a g e

CONTENTS

SNO DESCRIPTION

1. NOTICE INVITING E-TENDER 03

2. Instructions for downloading of Tender. 12

3. T echnical/Commercial Bid Abstract 16

4. Statement of Credentials 18

5. Declaration ‘A’,’B.’ ,’C’, “D’, Black Listing & Non tampering 20

6. Instructions to Tenderers 26

7. Important Guidelines to the Tenderer 32

8. Additional Instructions to bidders 37

9. Special terms & Conditions 44

10. Do’s & Donts 49

11. Form Of Contract 52

12. Schedule Of Rates 55

13. All Technical Specifications 56

14. GCC Attached Separately.

Page 3: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

3 | P a g e

Notice Inviting e-Tender

1) Tender No : TENDER NO: SKM/LPG/19-20/PT-02/CSR/ITI

2) Name of work : Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

3) Tender Fee : NIL

4) Estimated Cost : Rs. 13,50,000 /- inclusive of all taxes

5) Format of Tender : PUBLIC TENDER UNDER TWO BID SYSTEM

6) Duration of contract : 4 weeks from the date of placement of work order

7) Earnest Money Deposit : 13,500/- by online mode. EMD to be paid through online mode in IOCL e-Tender portal only.

8) Download of tender documents

: A) Will float from 11.05.2019 @ 1800 Hrs

B) Bid submission ends on 29.05.2019 @ 1800 Hrs

9(a) Preb Pre-bid Meeting : 21.05.2019 @ 1500 Hrs, at Conference Hall, Rangpo LPG Bottling Plant , Bageykhola, East Sikkim-737136

9(b) Due Date & Time of upload of Tender Documents and submission of EMD

11.05.2019 @ 1800 Hrs to 29.05.2019 @ 1800 Hrs

10) Time of Opening of Tender Document

: 30.05.2019 @ 1830 Hrs

11) Security deposit : 10% of Work Order value ( For the successful Tenderer)

12) Validity of Offer : The rates shall remain valid upto 180 days from date of opening of the Tender document. The accepted rate (i.e. the rate finalised with the successful Tenderer) shall remain valid throughout the entire period of Contract once the Letter Of Intent (LOI) / Work Order (Letter of Acceptance) is placed on the successful tenderer.

12a Any addendum /corrigendum will be available only in website iocltenders.gov.in

13) Pre Qualifying Criteria :-

Page 4: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

4 | P a g e

(a)

Should have the annual turnover of at least 60% of the estimated value of Rs. 13,50,000 /- i.e. 8,10,000/- in any of the last three preceding financial years ending March 18, i.e. for the FY 2015-16, 2016-17 or 2017-18. If tender is invited during April – September, in case of non availability of audited balance sheets (Profit & Loss Account Statement)/published accounts of the immediate preceding year, the audited balance sheet (P&L statement)/published account of 4th preceding financial year, i.e. for FY 2014-15 shall also be acceptable. Instructions on Annual Turnover:-

1. While computing turnover requirement, estimated cost inclusive of GST value but exclusive of

AMC value if any shall be considered.

2. Turnover for this purpose should be as per audited Balance Sheet of the tenderer including P&L

Statement/Published Account/Profit & Loss Account Statement of the tenderer. However, if the

tenderer is not required to get its accounts audited under Section 44AB of The Income Tax Act,

1961, certificate from a Practicing Chartered Accountant towards the turnover of the tenderer

along with copies of its Income Tax Return should be obtained.

3. Audited Balance Sheet / Published accounts on a calendar year basis shall also be acceptable.

4. Definition of Turnover: Total Revenue as per Schedule III of Companies act, 2013 (Earlier revised

Schedule VI of Companies Act, 1956) shall be considered as Turnover.

Page 5: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

5 | P a g e

(b) Experience of having successfully completed similar works during last 5 (Five) years up to the last day of the month previous to the one in which tender is invited, should be either of the following: 1) Three similar completed works each costing not less than the amount equal to 30% of the estimated

cost i.e. Rs 4,05,000 /-

OR 2) Two similar completed works each costing not less than the amount equal to 40% of the estimated

cost i.e. Rs 5,40,000 /-

OR 3) One similar completed work costing not less than the amount equal to 50% of the estimated cost i.e.

Rs 6,75,000 /-

Instructions:- 1. The estimated cost as indicated above shall be inclusive of Goods & Services Tax (GST).

The value of the completed job as submitted by the prospective bidders shall be compared with the values as prescribed above. There shall be no deductions against taxes.

2) Exclusion of AMC Value: The estimated cost exclusive of AMC value shall be used for arriving at

Single/ Two/ Three completed work order value.

3) Documents required to be submitted against proof of completion:

In case of Work Order from Government Bodies/PSUs - Copies of Contract Document along

with either completion certificates OR duly Certified copy of bill/ Invoice. Copy of contract

document may not be insisted if completion certificate/bill/invoice copy specifies details

otherwise required like Date of PO/contract agreement, Contract value, Execution value, Date

of completion and other requirement if any.

In case of Work Orders from Private Parties- Certificate from CA certifying the value of the

work done with Relevant TDS certificates (where applicable) / bank statement shall be

required in addition to that specified in (i). TDS certificates/Bank Statements shall be used as

corroborative evidence only.

In case of foreign currency transaction to Indian firms, proof of remittance shall also be

required.

(c) Definition Of Similar Works: By similar works, it means experience of Supply and installation of All in One PCs/ Desktop Computers/ Laptops in any IOCL locations or other organizations in India. The work experience should be as a principal contractor i.e. there should be direct work order from the principal employer/ owner to the bidder and any Sub-let work experience shall not be considered for the qualification of the bidder. Also, the name/constitution of firm should be same as that of the bidder which is taking part in this tender.

(d) Bidder should have valid GST registration on the date of opening of tender.

Page 6: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

6 | P a g e

14) Other Commercial Criteria

(a) Copy of PAN card - To be uploaded after digitally signing.

(b) GST registration certificate- To be uploaded after digitally signing.

(c) Partnership deed or Certificate of Incorporation with memorandum & articles of association

(d) Power of Attorney/ board resolution (as applicable) in favour of tender signing authority

(e) Integrity pact agreement (if applicable)

(f)

Standard declarations (as applicable):-

Undertaking by tenderers in lieu of the tender documents

Declaration of the Blacklisting/Holiday Listing

1. The Tenderers are required to produce all the original documents for our verification on

the dates mentioned above. Hence, all tenderers are advised to note this point &

produce the originals documents for verification on dates mentioned failing which the tender may be rejected. The verification of documents shall be carried out at Rangpo

LPG Bottling Plant.

2. Tender Documents will be downloaded from https://iocletenders.gov.in free of cost

using their Digital Signature and Registered User ID. The tender document and supportive document of tender to be submitted online only.

Online EMD to be submitted in either of the two methods described below.

2.1 Net Banking: Bidder shall choose “Net Banking” option and submit which will redirect bidder to payment gateway where he shall choose his bank and proceed to pay the

EMD payment. After successful payment, system will bring him back to e-Tendering

portal for further submission of offer

2.2. NEFT/RTGS : Bidders shall choose “NEFT/RTGS”option and submit. On next page he shall get the option to download NEFT/ RTGS challan (ICICI NEFT/ RTGS form) having unique bank account number for that particular EMD.Bidder shall pay NEFT/ RTGS as per details in generated challan either using online banking or by visiting his bank branch.

2.3. For the parties exempted from payment of EMD as per conditions following procedure needs to be followed.

Bidder shall select YES against EMD exemption and shall select exemption type as

“Percentage”. Bidder shall enter 100 in Percentage/Amount field. Subsequently bidder shall upload the scanned copy of supporting EMD exemption document in the space provided for uploading EMD exemption document.

3. At the cost of repetition, we would like to emphasis that the quality of works and timely

execution is of paramount importance and under no circumstances these shall be

Page 7: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

7 | P a g e

allowed to be diluted. The tenderer are advised to take note of the same.

4. Tenderer is also advised to go through the tender documents carefully and understand

these completely before quotation.

5. TENDER DOCUMENTS FEE- NIL and it can be downloaded from our website https://iocletenders.gov.in

6. The Bids will be opened on the due date & time in our office. IOCL does not undertake

any responsibility if the bidders are unable to submit their bids due to any reason

whatsoever or otherwise and no claims shall be entertained.

7. SUBMISSION OF TENDERS:

Tender document, EMD and other documents in support of credentials including price-bid have to be submitted online only. Contact person:

Plant Manager INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RANGPO LPG BOTTLING PLANT, BAGEYKHOLA EAST SIKKIM PIN CODE – 737136

Contact - 9800046333

The Technical Bids and Price Bid & EMD have to be submitted online only. Indian Oil shall not be responsible in any way for failure on the part of the bidder to follow the instructions. It is advised that the bidder uploads small sized documents (preferably up to 10 MB) at a time to facilitate easy uploading into e-tendering site. Indian Oil does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission.

8. Bid along with all the copies of documents should be submitted in the electronic form only through Indian Oil e-tendering system. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an approved Certifying Authority (CA) in accordance with the Indian IT Act 2000. The bidder should go through the detailed instructions available in the homepage of the portal for enrolment and online bid submission process.

9. Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid. Vendors / Bidders must use any computer having Windows XP versions or higher operating System and an Internet web browser version Internet explorer V8.0 or higher recommended.

10. Technical bids shall be opened in our office at the specified date and time mentioned in the Tender document .If the tenderer wish to participate in the tender opening, may be present at our Office on due date & time.

11. The tenderer should read the tender conditions carefully and submit the same online in token of having read, understood and accepted the conditions. Any conditions attached by the tenderer on his offer will not be binding on the Corporation. Violation of any of the relevant conditions of or non- conformity to the formats will disqualify the tender.

Page 8: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

8 | P a g e

12. The tenderer shall fill in their quotation in the attached format (Schedules of Rates) and in no other form. The contract tender documents shall form part of the contract and the tender should study the same thoroughly.

13. VALIDITY:

The rates shall remain valid upto 180 days from date of opening of the Tender document. The accepted rate (i.e. the rate finalised with the successful Tenderer) shall remain valid throughout the entire period of Contract once the Letter Of Intent (LOI) / Work Order (Letter of Acceptance) is placed on the successful tenderer. Escalation shall not be considered and paid for this Tender / Contract.

14.Escalation shall not be considered and paid for this Tender / Contract.

15. PROCEDURE FOR SELECTION OF CONTRACTOR: a. Upon receipt of the bids, the documents submitted by the bidders within the scope of

technical bid shall be scrutinized with respect to submission of EMD & acceptance to all T&C as per the tender. Price bids of only those parties will be opened who satisfy the prequalifying criteria as mentioned above.

The bidder while uploading the bid shall also additionally submit following documents duly filled after digital signing.

i. 2 Bid documents with all annexure and standard declarations properly filled in

To be uploaded after digitally signing.

ii. 3 Earnest Money Deposit 13,500/- by online mode.

iii. 4 Firm constitution (a) Constitution of the Firm with full name(s) and address of all partners/directors to be uploaded as per specified annexure. In case of firm, certificate of incorporation in India and Memorandum and Articles of Association with clear mention of shareholding pattern (bidder to furnish additional documents if required to furnish latest shareholding pattern).

iv. 7 Income Tax returns To be uploaded for the preceding three financial year ending March 2018 i.e. for the FY 2015-16, 2016-17 or 2017-18.(with acknowledgement/ proof of submission).

v. 1

2

Acceptance of Payment through Electronic Clearance System (ECS)

Only new Vendor to confirm in specified annexure with

cancelled cheque/ bank endorsement

vi. 1

3

Integrity pact Agreement (if applicable)

To be uploaded after digitally signing

vii. 1

4

Work Order as per Pre Qualifying Criteria mentioned above

To be uploaded after digitally signing

The criteria for selection shall be as given below:

I) The Technical/ Commercial bid of only those parties submitting their

tenders before due date and time, shall be opened on the due date & time

of opening.

Page 9: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

9 | P a g e

II) The offers shall be evaluated based on the pre qualifying parameters

mentioned above.

III) The Price Bid of only those parties shall be opened who will be qualified

as per parameters mentioned above.

IV) After opening of the Price Bids, the list of parties shall be made in the

ascending order of their offers received.

V) In case, same percentage/amount is quoted by two or more parties,

following procedure will be adopted during evaluation:

1. In case of tie between two or more bidders at L-1 position, all the L-1 bidders

shall be asked to submit discount bid in terms of percentage discount over

previous quoted amount in a sealed envelope. Above exercise shall currently

be an offline activity outside the e-portal.

2. The sealed envelopes shall be opened jointly by one member from tendering

group and one from Finance. The bidders while seeking revised bids, shall be

advised to witness the opening of sealed envelopes.

3. In case there is a tie again, the bidder with the highest turnover in any of the

last three years as submitted against Turnover Criteria shall be considered as

L1 bidder.

Modality for receiving price implication from bidders for breaking of the tie:-

1. Mode of information to the bidders shall preferably be through Mail with

copy through courier/registered post, etc.

2. Receipt both by hand and through post shall be acceptable. If received in

advance, the same may be put in tender box.

3. Normally at least 7 days notice shall be given for the submission and

opening of revised price-bid/price implication.

4. In absence of response (non-receipt of the revised bid/implication or

request for extension), the bid may be treated as one with nil additional

discount.

VI) The work will be awarded to the lowest tenderer. The lowest rate shall mean the

lowest acceptable rate quoted by the L-1 party (with or without negotiations as the

case may be), after following the Corporations’ rules on the procedure of bid

comparison.

VII) Document verification with originals shall be carried out only for the successful

bidder(s) after opening of price bid. One set of documents duly notarized shall be

kept for office records. Recommendations for award of work shall be made only

after verification of documents with originals.

16. Ambiguity / Incomplete documents against PQC documents:

1. In case of ambiguity or incomplete documents pertaining to PQC, bidders shall be given one

opportunity with a fixed deadline after bid opening to provide complete and unambiguous

documents in support of meeting the PQ criteria. In case the bidder fails to submit any

Page 10: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

10 | P a g e

document or submits incomplete documents within the given time, the bidders tender shall

be rejected.

2. Documents other than those submitted originally with the technical bid shall also be

acceptable as reply against TQ/CQ provided the following conditions are met:

i) No additional opportunity other than the allowed 1 opportunity shall be provided.

ii) Selection if based on the additional documents must comply with the requirements

originally specified in the Tender against PQ criteria i.e. while it shall be acceptable

to consider a completion certificate issued by the client after the due date of

submission of bid, the date of completion shall be in line with that specified in the

NIT.

3. The above restriction of one opportunity shall apply to PQC documents.

17. Foreign Currency conversion rates: In case of credentials in foreign currencies, the same will be

converted to INR based on SBI TT Selling rate as on the last day of the month previous to the one

in which the tender was invited.

18. The consultants or their subsidiary company or companies under the management of consultant,

are not eligible to quote for the execution of the same job for which they are working as

consultant.

19. Any legal dispute shall be within the jurisdiction of High Court of Sikkim Gangtok

a. For disputes up to stage of LOA b. For disputes during execution stage -

Any query with regard to rejection of the tender may be forwarded to

Shri Suman Tamang, Plant Manager, Rangpo LPG BP

Email id: [email protected]

Correspondence Address: INDIAN OIL CORPORATION LIMITED (MARKETING DIVISION) RANGPO LPG BOTTLING PLANT, BAGEYKHOLA EAST SIKKIM PIN CODE - 737136

20) Successful tenderer are required to provide us TAX invoice wherever the bill under this contract is raised inclusive of GST respectively, showing the element of tax break up separately in the invoice by back working the total bill amount.

21) Negotiation will not be conducted as a matter of routine; however IOCL reserves the right

to conduct negotiation with the L1 party.

22) PARTICULARS OF EARNEST MONEY DEPOSIT

The Earnest Money Deposit (EMD) for this tender is 13,500/- by online mode.

Note: Bidder may remit EMD 'online' using the guidelines provided in the e-tendering portal. Kindly note that the scan copy of the exemption claim (NSIC, MSE, Udyog Aadhar) is to be uploaded along with the completed e-tender document/price bid.

Page 11: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

11 | P a g e

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

a) District Industries Centers (DIC) b) Khadi and Village Industries Commission(KVIC) c) Khadi and Village Industries Board d) Coir Board e) National Small Industries Corporation (NSIC) f) Directorate of handicraft and handloom g) Udyog Aadhar Memorandum (UAM) h) Any other body specified by Ministry of MSME

Note: Against UAM, copy of acknowledgement generated online shall be acceptable.

No interest shall be paid for Earnest Money deposits in any form.

If earnest money is not submitted before the closing date and time of the tender the tender will not be considered.

Page 12: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

12 | P a g e

INSTRUCTION TO THE TENDERERS FOR DOWNLOADING OF TENDER

PLEASE SEE UPDATED PAGE AS ATTACHED IN SEPARATE FILE named as “Special_Instructions_to_the_Bidders”

Indian Oil Corporation Ltd. has developed a secured and user friendly e-Tendering

system through National Informatics Center (NIC), which enables Vendors / Bidders to

Search, View, Download tenders directly and also, enables them to participate & submit

online bids on the e-Tendering site https://iocletenders.gov.in in a secured and

transparent manner maintaining confidentially and security throughout the tendering

process.

Bidders are advised to download Notice Inviting Tender along with other tender documents

from the e- tendering portal https://iocletenders.gov.in free of cost using their

digital signature & registered user ID. The tender should be submitted online in

softcopy on our e- tendering portal only. The requisite document(s) like ‘Affidavit

Format for Non-tampering of Electronic Data’, Earnest Money Deposit (if applicable),

etc. in original has to be submitted by dropping it in the Tender-box as per tender conditions

before the due date and time failing which the bid shall be summarily rejected. A

scanned copy of the instrument or exemption certificate in case of exempted category has

to be uploaded along with clear scanned copies of required documents to substantiate

the claim towards their credentials along with the tender documents at the appropriate

space.

Vendor should have a legally valid Class 3 Digital Certificate as per Indian IT Act from the

licensed Certifying Authorities operating under the Root Certifying Authority of India

(RCAI), Controller of Certifying Authorities (CCA) of India (For details regarding Digital

Certificate Provider please refer to point

8 of “Information about DSC” on the home page). All interested bidders are requested

to register

Page 13: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

13 | P a g e

themselves using the link “Online Bidder Enrollment” on the home page and

enroll their digital certificate during their first login attempt. It is advised to take extreme precaution while mapping digital certificate to a

particular user profile. Once a digital certificate is enrolled to a user account, it

cannot be used for any other registration in the system.

Bidders are requested to read following conditions in conjunctions with various conditions,

wherever applicable appearing with this bid invitation for e-Tendering.

The conditions mentioned herein under shall supersede and shall prevail

over the contradicting conditions (if any) mentioned elsewhere in the tender documents.

1.0 Procedure to submit On-line Bids

For this purpose, Vendors/Bidders are advised to read the instructions available in the

homepage of the portal where detailed procedure for submission of bids is

available under the section “Bidders Manual Kit”.

2.0 Tender Search

All tenders available on the website can be searched by using the “Search Active Tenders”

menu under Bidder’s profile. Use any of the searching criteria to search your tender. For a

refined search, enter Work Title under “Keywords” and click Submit. The intended tender(s)

should be checked and saved as “Favorite” by clicking on the check box. The bid

submission process will start by clicking the menu “My Tenders”.

3.0 Size of the Documents

Each packet is limited to 10 MB in size. It is advised to the bidder to prepare their bid

documents accordingly.

4.0 My Documents

Additional 25 MB of space is available in “My Documents” under “My Account”

section. Document uploaded once under “My Documents” can also be included for

future tenders as per requirement very easily. The repeated uploading of documents under

“My Documents” is not required from tender to tender. To include files from “My Documents”

Page 14: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

14 | P a g e

to the bid, select “Yes” for “Other Important Documents” after EMD details.

Vendors/Bidders are advised to read the instructions available as “Uploading of My

Documents” as under the section “Bidders Manual Kit”.

5.0 Preparation of Bids

The documents to be uploaded should be in the same format as asked in the e-Tender.

Price Bid has to be downloaded and saved in the exact format available in the website (i.e. Microsoft 97-

2003 Workbook). All relevant details and quotes are to be filled in the same file (e.g.

BOQ_1234.xls) and same sheet (e.g. BoQ1). Same file must be used for uploading.

Any change in the File name, Sheet name or both will restrict uploading of the Price Bid.

6.0 Tampering of Documents

The following shall be considered as Tampering of documents:

o Submission of Scanned copy or Photocopy of Price bid (BOQ);

o Submission of any file other than original Price Bid (BOQ);

o Insertion of additional sheet(s);

o Change in content or context of the original file;

o Protection of Workbook over and above Sheet Protection done by IOCL.

Such bids will be summarily rejected at the time of evaluation.

7.0 Uploading and confirmation

Bid along with all the copies of documents should be submitted in the electronic form

only through Indian Oil e-tendering system. Bidder has to ensure that their bid

submission is complete in all respect by clicking on the ‘FREEZE BID SUBMISSION’

button. Any revision or amendment in bid shall be possible after bid submission only

upto the due date and time of submission of tender. Bidder in turn will receive an

acknowledgement against his/her bid submission. Successful submission of bid can also

be verified under “My Bids” section.

8.0 Help desk

Page 15: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

15 | P a g e

Bidders May contact Mr Ravi 8981665512 in case of any problem while uploading the tender documents

HelpDesk Tel. No. : +91-124-2861244 HelpDesk Email-id : [email protected] [email protected]

Business Hours: Mon – Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT + 5:30 Hrs)

9.0 Special Note

Bids can only be submitted / resubmitted before the last date and time of

submission as per tender.

The system time (IST) displayed on e-tendering web page shall be considered as

the reference

time for all transactions and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded and

submitted successfully in e-tendering system well before the closing date and

time of bid.

No physical bid shall be accepted except the documents as specified in tender.

IndianOil does not take any responsibility in case bidder fails to upload the documents

in the portal within specified time.

Bidders are requested to provide correct “e-Mail address” and “Mobile No.” for receiving

updates

related to e-tender from time to time. For and on behalf,

Tender Inviting Authority, Indian Oil Corporation Limited

Page 16: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

16 | P a g e

TECHNICAL / COMMERCIAL BID ABSTRACT (TO BE FILLED BY THE TENDERER AND SUBMITTED ALONG WITH TECHNICAL BID)

SL. NO.

DETAILS IOC’s REQUIREMENT DETAILS

FURNISHED BY TENDERER

1. Tender Fee NIL

2. Earnest Money Deposit: AS IN NIT

3.

a) Mode of EMD Online mode

b) Details of EMD Payment NA

4. Qualifying Norms

a) Proof of Work executed as per definition of Similar Works

Required as per NIT

b) Annual Turnover Required as per NIT

5. Income Tax assessment certificate alongwith attested copy of PAN Card.

To be submitted for the last three years- as per NIT

6. Validity of tender

Six Months from the date of opening of tender.

7. Completion time AS IN NIT

8. Other relevant information

To be furnished

9. Tender documents have been signed on all pages with seal & submitted

To be confirmed

10. Confirm that there are no deviations from tender conditions

To be confirmed

11. Confirm that the Price bid does not contain any condition

To be confirmed

12. Integrity Pact Agreement (In applicable)

To be furnished

13. Undertaking by tenderer in lieu of the tender documents

To be furnished

14. Declaration of Holiday Listing/ Blacklisting

To be furnished

15. Proposed Mode of SD Payment.

DD / BG

16. Bank A/C details (Name of Bank / A/c No. / City, etc.)

Vendor to furnish, in case of new vendor

17. Type of firm, with details of partnership deed, or certificate of incorporation with memorandum &

Details to be furnished.

Page 17: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

17 | P a g e

articles of association

18. Registration with Govt. Deptt. /other PSUs/NSIC registered.

Details to be furnished.

19. PF Registration. Enclose relevant documents.

20. Power of attorney for authorized person signing the tender.

To be furnished.

21. Details of GST registration. Enclose revevent documents.

Page 18: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

18 | P a g e

STATEMENT OF CREDENTIALS

Tenderers should fill in below mentioned details and the same to be submitted duly sealed along

with other documents.

Please state “NIL” or “NOT APPLICABLE” in case you have no positive answer. For example if you

are not a proprietary firm, please state “NIL” or “NOT APPLICABLE” against relevant item below

instead of leaving the same blank.

Incomplete information and/or data not furnished in the prescribed formats are liable for rejection of

tender.

Power of attorney for the person signing the tender document should be attached.

(A) 1. Name and Permanent Address of the Tenderer

_______________________________________________________

_______________________________________________________

_______________________________________________________

2. Indian Oil Vendor ID, if any ____________________________________

3. Telephone No. ____________________________________

4. Fax no., if any. ____________________________________

5. Mobile no., if any. ____________________________________

6. E-mail address, if any. ____________________________________

7. Name of Contact person. ____________________________________

8. Name of authorized signatory ____________________________________

9. Income Tax PAN No. ____________________________________

10. PF Registration No. ____________________________________

11. ESIC Registration No. ____________________________________

(B) 1. Name and Correspondence Address of the Tenderer __________________

_______________________________________________________

_______________________________________________________

2. Telephone No. _______________________________

3. Fax No., if any. _______________________________

4. Mobile No., if any. _______________________________

5. Contact Person _______________________________

Page 19: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

19 | P a g e

(C) Type of Firm:

1. Sole proprietorship? : ___________________________________

(Give name of the Proprietor)

2. Partnership firm? : ___________________________________

Name of Partners 1. __________________________________

and enclose copy 2. __________________________________

of Partnership Deed 3. __________________________________

4. __________________________________

3. Private or Public Limited Company? : _________________________

Give list of Directors 1. __________________________________

and attach copy of 2. __________________________________

Certificate of 3. __________________________________

Incorporation 4. __________________________________

5. __________________________________

6. __________________________________

(D) Type of work in which engaged as an independent contractor

______________________________________________________________________

______________________________________________________________________

(E) Experience with Oil Industry/ Petrochemical Industry / Industrial Installation:

1. Type of work with details on execution and WO value

_______________________________________________________________

2. With IOC (Marketing Division)

Working since ___________________________________________________

(Enclose copy of first work order).

Page 20: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

20 | P a g e

DECLARATION A, B, C, D, BLACKLISTING & NON- TAMPERING

DETAILS OF RELATIONSHIP WITH IOC’S DIRECTOR ETC. Vendor should furnish following details in the appropriate part based on their organisational structure.

Organisational Structure Part of the form applicable

Sole Trader Part-A

Partnership Part-B

Company Private/Public Part-C

Retired Director and above rank officer of IOCL employed by Tenderer.

Part-D

PART-A

(APPLICABLE WHERE TENDERER IS SOLE PROPRIETOR)

1. Name of Vendor

2. Address

Residence Office

3. State whether Vendor is related to any Director/(s) of the Indian Oil Corporation Ltd.

Yes/No*

4. If `Yes’ to 3, state the name of IOC’s Director and Vendor’s relationship with him/her.

* Strike out whichever is not applicable. PLACE: DATE:

Page 21: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

21 | P a g e

PART-B

(APPLICABLE WHERE THE TENDERER IS A PARTNERSHIP FIRM)

1. Name of the Partnership firm responding to the tender

2. Address

3. Name of Partners

4. State whether any of the partners is a Director to the Indian Oil Corporation Ltd.,

Yes/No*

5. If `Yes’ to 4 state the name(s) of IOC’s Directors

6. State whether any of the partners is related to any of the Director(s) of the Indian Oil Corporation Ltd.

Yes/No*

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

* Strike out whichever is not applicable. PLACE: DATE:

Page 22: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

22 | P a g e

PART-C

(APPLICABLE WHERE THE TENDERER IS A PUBLIC/PRIVATE LTD. CO. )

1. Name of the Company responding to the tender

2. Address of : a) Registered Office b) Principal Office

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

4. Names of Directors of the Company

5. State whether any of the Directors of the Tenderers Company is a Director of Indian Oil Corporation Ltd.

Yes / No *

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

7. State whether any of the Directors of the Tenderer Company is related to any of the Director’s of the Indian Oil Corporation Ltd.

8. If `Yes’ to (7) state the name(s) of IOC’s Director and the concerned Director;s (of the Tenderer Co.) relationship with him/her.

Strike out whichever is not applicable. PLACE: DATE:

Page 23: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

23 | P a g e

DECLARATION ‘D’

Tenderer is required to state whether they have employed any retired Director and above rank officer of Indian Oil Corporation Ltd in their firm. If so, details hereunder to be submitted.

1. Name of the person: 2. Post last held in IOCL: 3. Date of retirement: 4. Date of employment in the firm:

PLACE: DATE:

N.B.: 1. A separate sheet may be attached, if the above is not sufficient. 2. Strike out if not applicable. If the tenderer employs any person subsequent to signing the above

declaration and the employee/s so appointed to be the near relatives of the officer/ Director of the Corporation/ Central / State Govt., the tenderer should submit another declaration furnishing the name/s of such employee/s who is / are related to the officer/s of the corporation/ Central/ State Governments.

Page 24: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

24 | P a g e

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

(FORMAT TO BE TYPED ON TENDERER’S LETTERHEAD AND SUBMITTED ALONG WITH TECHNICAL BID DOCUMENTS WITH SIGNATURE AND STAMP)

In the case of a Proprietary Concern :

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

M/s. which is submitting the accompanying Bid/Tender nor any

other concern in which I am proprietor nor any partnership firm in which I am involved as a Managing Partner nor any company in which I am a Promoter or a Director or having controlling stake with minimum 26% shareholding have been placed on black list or holiday list declared by Indian 0il Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below :

(Here give particulars of blacklisting or holiday listing, and in absence thereof state “NIL”)

In the case of a Partnership Firm :

We hereby declare that neither we, M/s. , submitting the accompanying Bid/Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor or managing partner of any firm or concern or as a promoter or Director or having controlling stake with minimum 26% shareholding of any company have or has been placed on blacklist or holiday list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of Petroleum & Natural Gas), except as indicated below

(Here give particulars of blacklisting or holiday listing and in the absence thereof state “NIL”)

In the case of Company:

We hereby declare that we have not been placed on any holiday list or black list declared by Indian Oil Corporation Ltd. or its Administrative Ministry (presently the Ministry of petroleum and Natural Gas), except as indicated below:

(Here give particulars of black listing or holiday listing and in the absence thereof state “NIL”)

It is understood that if this declaration is found to be false in any particular, Indian Oil Corporation Ltd or its Administrative Ministry, shall have the right to reject my/our bid, and if the bid has resulted in a contract, the contract is liable to be terminated.

Place : Signature of Bidder: Date : Name of Signatory:

Page 25: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

25 | P a g e

UNDERTAKING BY THE TENDERER(S)

TENDER NO.: SKM/LPG/19-20/PT-02/CSR/ITI

NAME OF WORK: Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

I/We have downloaded the tender form from the internet site www.iocletenders.gov.in and I/we have

not tampered with / modified the tender forms and electronic data contained therein in any manner. In

case, if the same is found to be tampered with / modified, I / we understand that my / our tender will be

summarily rejected and full Earnest Money Deposit will be forfeited and I/we am/are liable to be

banned from doing business with Indian Oil Corporation Ltd. and/or prosecuted.

SIGNED FOR AND ON BEHALF OF

(Name of Tenderer) Date: ___________________

Place:

This declaration should be signed by the Tenderer's authorized representative ON COMPANY LETTERHEAD who is digitally signing the Bid and scanned copy to be uploaded.

Page 26: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

26 | P a g e

INSTRUCTIONS TO TENDERER AND PARTICULAR CONDITIONS OF CONTRACT

A. SUBMISSION OF TENDERS:

1.0 STUDY OF TENDER DOCUMENTS:

1.1 Tenderer should study the tender documents carefully and understand the contract conditions, drawings, specification, etc. before quoting.

1.2 If there are any doubts, they should get clarifications before the due date but this shall not be a justification for late submission of the tender or extension of opening date.

1.3 The tenders should strictly be in accordance with our specification, terms and conditions. The equipment should not only match our specification/requirement but can be improved upon. The same can be indicated separately by bidder in the technical bid.

2.0 FILLING OF TENDER DOCUMENTS

2.1 The tenderer shall quote the rates in the price bid only.

2.2 Tenderer must distinctly understand that they will be strictly required to conform to the conditions of this contract as contained in each of its clauses and the plea of CUSTOM PREVAILING will not on any account be admitted as an excuse on their part for infringement of any of the conditions.

2.3 Tender should be strictly in accordance with drawings, specifications and other tender documents.

2.4 Any offer which does not comply with the tender conditions or contains counter conditions in respect of delivery schedule may be treated as invalid. Vendors’ Digital signature on the technical bid is considered total acceptance of the terms and conditions. However, if tenderers wish to give any additional information, the same may be given in a separate covering letter.

2.5 The quoted rates shall be valid for a period as specified in the NIT.

2.6 Tenderer must not resort to unsolicited revision of Tender Document. Any type of unsolicited revision will disqualify the tenderer.

2.7 If the successful tenderer, during specified time period, fails to accept the Letter of Intent (LOI), work order, placed at his original quoted rates or subsequently negotiated rates, as the case may be, the earnest money / Security Deposit shall be forfeited.

2.8 Once the quotation is accepted and the Letter of Intent (LOI)/ purchase order is placed on the successful tenderer, the validity will remain same till completion of delivery in all respects. No escalation in the cost of materials, labour, transportation shall be entertained at any stage of the contract till the job is completed in all respect.

2.9 Incomplete tenders, conditional tenders or tender not conforming to the terms and conditions prescribed in the tender documents are likely to be rejected.

2.10 Tenders not accompanied by the requisite EARNEST MONEY DEPOSIT (EMD) will be summarily rejected.

Page 27: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

27 | P a g e

2.11 Any deviations from IOCL’s standard terms and conditions as well as Technical Data sheet,

should be brought out to notice giving the details of Annexure No, Page No, IOC’s requirement Vs Vendor’s offer/views.

2.12 The Corporation is not bound to accept the lowest tender and reserves the rights to reject any or every tender or split the order without assigning any reason whatsoever and/or to carry out negotiations with the vendors in the manner considered suitable to the Corporation.

2.13 Any terms and conditions attached/printed overleaf of the vendors’ offers will not be binding on the Corporation.

3.0 SUBMISSION OF TENDERS:

3.1 The Technical Bid, Price Bid and subsequent communications if any have to be digitally signed and uploaded on the website before due date and time of tender submission.

The submission of online bid shall be up to time as specified in NIT.

Scanned and digitally signed copies of all documents AS PER NIT AND CHECK LIST MENTIONED IN CHAPTER OF THIS TENDER DOCUMENT are also to be uploaded on- line.

3.3 It is mandatory for every tenderer to provide all the information as set out in the tender document

irrespective of their earlier association with IOCL. Any conditional / incomplete offer or failure to follow above instructions shall lead to disqualification.

3.4 Tenderers are advised not to send / upload un-necessary / unsolicited / additional documents. The same will not be evaluated.

4.0 OPENING OF BIDS:

4.1 Technical bids shall be opened on specified date and time mentioned in NIT.

4.2 Price Bid of the qualified tenderers shall be opened on specified date and time as advised to the qualified tenderers.

4.3 IOCL shall not be bound to accept lowest or any tender and reserves the right to accept one or more tenders in part .The decision of IOCL in this regard shall be final.

4.4 IOCL reserves right to accept any tender in whole or in part without assigning any reasons.

4.5 IOCL reserves the right to negotiate with the tenderers. The tenderer shall confirm the negotiations within the stipulated time. If the tenderer fails to comply, IOCL reserves the right to reject the tender at their discretion.

5.0 Any sort of canvassing by the tenderer shall result into outright rejection of their offer. 6.0 PRE PRICE-BID CONFERENCE: As in NiT

7.0 EARNEST MONEY DEPOSIT :

7.1 The earnest money for this tender shall be as detailed in NIT. No interest shall be paid on EMD.

7.2 The EARNEST MONEY must be submitted in any one of the following forms :

a) Through Online / NEFT / RTGS as per NIT

.

Page 28: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

28 | P a g e

7.3 CHEQUES OR CALL DEPOSITS SHALL NOT BE ACCEPTED TOWARDS PAYMENT OF EARNEST MONEY DEPOSIT

7.4 Requests for adjustment of pending bills or credit towards Earnest Money will not be entertained. 7.5 The EMD paid against this tender is refundable to the unsuccessful tenderers on finalisation

of the tender and on acceptance of order by successful tenderer.

7.6 Tenderers who are registered with Govt. Departments are not exempted from payment of Earnest Money Deposit (EMD). Only the following establishments are exempted from payment of Earnest Money Deposit.

a) Public Sector undertaking - State or Central.

b) Small Scale Industrial Units - Registered with National Small Industries Corporation (NSIC). However, the registration certificate issued by NSIC should be valid on the date of consideration of tender and should cover items/works tendered while seeking exemption from payment of EMD by SSIUs.

c) Units registered under MSME act.

7.7 A notarised legible copy of valid Registration Certificate with NSIC / MSME should be attached with the other tender documents , while submitting the same to the Corporation. Original registration certificate should be produced for verification when demanded.

7.10 The registration of firm with DGS&D will not exempt it from payment of EMD

7.11 EMD is liable for forfeiture in the event of :

a) Withdrawal of offers while they are under consideration during the validity period.

b) Non acceptance of the orders when placed.

c) Non confirmation of acceptance of orders within the stipulated time after placement of orders.

d) Any unilateral revision made by the Vendor during the validity period of the offer

8.10 Tenderers are advised not to enclose unwanted and unasked for documents with the tender. Any such documents if received shall not be considered.

8.11 In the event of Vendor requests for delayed deposit of SD or failed to submit SD within 14 days from the date of LOI, Corporation at its discretion shall recover interest @ 18% p.a. for the delayed period i.e. period from due date of deposit of SD to actual SD deposit date, from the running account bills of the Vendor or Vendor may submit the same along with SD.

8.12 In the event of the Vendor failing to make and maintain security deposits in the manner aforesaid, he shall be liable to forfeit any moneys lodged with the tender by him and the Corporation shall be entitled to cancel the acceptance of the tender.

8.13 Upon submission of Security Deposit and execution of Agreement as per format specified, Orders for supply of equipment and for supervision of commissioning shall be released.

9.0 INCOME TAX: 9.1 A current Income-Tax Clearance Certificate or acknowledged copies of Income tax returns (of

last 3 financial years) should be submitted along with the tender. Partnership firms should submit a certified copy of partnership deed along with the tender.

9.2 Income Tax will be deducted at source as applicable under Govt. of India’s Income Tax Rules.

10.0 TRAINING: IF APPLICABLE- Has to be provided free of cost to IOC’s personnel for equipment

operation and maintenance immediately after successful commissioning at each site.

Page 29: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

29 | P a g e

11.0 VALIDITY OF RATES :- The quoted rates shall be valid for a minimum period of SIX months from

the date of opening of Technical Bid for Corporation’s acceptance and for the successful Tenderer, till completion of contract in all respects. No escalation shall be entertained at any stage of the contract.

12.0 CLARIFICATIONS / NEGOTIATIONS:- Vendors will have to attend at the Office of the

Corporation at their own cost for Pre-bid conference/negotiations/clarifications required by them in respect of their quotations without any commitment on the part of the Corporation.

13.0 ACCEPTANCE OF PURCHASE ORDER BY VENDORS:- After communication of the Corporation's

acceptance of the Vendor's tender, if the Vendor fails to return the duplicate copy of the Purchase Order and the Purchase Agreement duly signed in token of their acceptance within 14 days, the Earnest Money deposited may be forfeited by the Corporation, without any further reference to the Vendor.

14.0 AGENTS/MIDDLEMAN:- There should not be any middleman/agent (Indian or Foreign)

Involved in the contract and no agency commission charges shall be payable. 15.0 EXECUTION OF AGREEMENT:- 15.1 On acceptance of quotation, the successful Vendor will have to execute separate purchase

agreement with the Corporation covering all aspects of the Contract in the standard form, immediately before commencement of work.

15.2 The intending Vendors should acquaint themselves with the provisions of standard agreement before quoting

16.0 POWER OF ATTORNEY: - When the person signing the tender/agreement is not the Sole

Proprietor or authorised representative of the Company the original Power of Attorney or a notary certified copy thereof authorising such person to act and sign on behalf of the Company should be produced.

17.0 EXECUTION OF SUPPLY:- 17.1 The vendor shall submit before starting work, on receipt of Purchase Order a detailed execution

programme adhering to the completion time quoted in Purchase Order. The programme thus submitted shall form part of the Contract and shall be binding on the Vendor.

17.2 However, the Corporation reserves the right to alter the programme, if necessary from time to time.

No claim whatsoever of the Vendor on this account shall be entertained by the Corporation. 17.3 All facilities for inspection of the materials and subsequent inspection of work by our

Engineers/Inspection Agencies must be made available by the Vendor. 17.4 The successful Vendor shall abide by the rules, regulations, Bye-laws and statutory

requirements etc. imposed by the Govt/semi-Govt and other local bodies such as Municipalities etc. for the execution of this tender.

18.0 MATERIAL WITHOUT APPROVAL:- Any material brought without prior written approval, shall be

Page 30: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

30 | P a g e

entirely at the risk and cost of the Vendor. 19.0 PROCUREMENT OF MATERIALS:- It shall be Vendor's responsibility for procurement of all

material/equipments etc. No delay due to non-availability of any material/equipments will be entertained by the Corporation.

20.0 REVISIONS:- The Corporation reserves the right to revise the specifications, drawings and

designs at any stage of work. Such deviations shall be adjusted at the rates already contained in Purchase Order or at prevailing market rates, if the rates are not available in the Purchase Order.

21.0 PROGRESS REPORT OF WORK: Vendor shall submit Progress Report of their works whenever

required to the concerned office who has awarded the contract. 22.0 CANCELLATION OF ORDER:- If the performance of the successful Vendor is found to be

unsatisfactory, the Corporation reserves the right to cancel in part or whole, the Contract and purchase the same items through alternate means at the entire risk and cost of the Vendor on whom the order was first placed. In such cases, the Vendor should make good all the losses that the Corporation may incur due to the Vendor's failure.

23.0 DECLARATION:- We confirm that our quotations have been prepared after thorough study of

Tender documents, Instruction to Tenderers, Particular Conditions of Contract, Special Terms and Conditions, General Requirement, Job Specifications, Data Sheets, List of Spares, Purchase Agreement, Drawings, Safety requirements and agree to all conditions of tender in toto.

24.0 Collusive or Fraudulent Tenders: In case it appears to the OWNER, after examining the tenders received, that any 2 (two) or more tenders are collusive or otherwise manipulated to the disadvantage of the OWNER and against the spirit of ethical competition, the OWNER reserves the right to summarily reject such tenders. It shall not be incumbent on the OWNER to prove any collusion or other malpractice in this regard.

Page 31: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

31 | P a g e

PREAMBLE TO SCHEDULE OF ITEMS GENERAL This preamble to the schedule of items is an integral part of the schedule and shall have as much force as though this is incorporated into the description of the items themselves. SOR's rate for any items of work in the schedule of items shall, unless otherwise stated, be held to include in the cost of all materials, including wastages, all handling, transportation charges of raw materials and factory fabricated structures including double handling, storing and all labor for finishing to required shape and size, including the cost of MS bolts and nuts (permanent and service), washers, electrodes, putty, gases, shims, packs, cost of straightening the raw materials, cutting of flats from plates and providing splices, paints, erection of steel structures in all height, all taxes royalties, other revenue expenses, temporary facilities like roads, drains etc., providing temporary storage facilities for steel and other materials and their subsequent dismantling, scaffolding and other temporary works, offering samples for approval, cost of all tests, rectification of all defects, replacement of defective materials and work, interruptions to work required to accommodate the work of other agencies working on the site, continuation of work beyond working hour, in the night and holidays also if situation warrants so, site clearance on completion, maintenance work during the period of maintenance, byework necessary to complete any particular item of work as per specification and direction of the E-I/C, overheads, profit and other incidental charges. All costs towards testing/inspection of materials/goods shall be borne by the Contractor. No materials/items shall be supplied by the Owner. (All enabling works e.g. construction water tank, fabrication yard, electricity, site stores & office, safety and Security measures ,coordination with other contractors working at site etc. shall be Contractor’s responsibility.)

TERMS OF PAYMENT Terms of payment against each item of ‘Schedule of Rates’ shall be as follows :

For Supply items : • 70 % after Supply of Material at Site with Valid TPIA Certificate . • 20 % after erection/Fixing . • 10 % after final completion and acceptance.

For Fixing items

• 80 % after erection/Fixing . • 20 % after final completion and acceptance.

Page 32: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

32 | P a g e

IMPORTANT GUIDELINES TO TENDERERS

1. The Officer nominated by the location Incharge of the plant shall be site engineer for the subject project. The Corporation may change the representative for supervision of work during pendency of the contract and may or may not appoint third party agency to get the job executed. The party will have to abide by the instructions given by authorized representative of the Corporation as well as any third party appointed by IOCL.

2. Successful tenderer shall have to complete tender formalities within 10 days from the date of placement of LOI failing which the bid of the party shall not be considered without any reference to tender and his EMD amount shall be forfeited as per Corporation’s rule.

3. Tenderers shall have to keep offer / rate quoted valid for a minimum period of SIX (6) months from the

date of opening of this tender. 4. The contractor is bound to execute all items (whether mentioned in the tender or otherwise) required

for proper completion of work.

5. The tender is on Percentage Basis i.e. the rates are to be quoted in the form of percentage above or below the schedule of rates offered by the Corporation. The rates quoted by the party shall be uniformly applicable to all items of schedule of rate.

6. Unless otherwise specified, all item rates are inclusive of all materials, labour cost, transportation inclusive of all types of taxes with GST rates as mentioned in this tender document SOR part, and levies, royalties, tools / plants, site fencing materials, lighting arrangement, site office, store, outside name plate etc. complete in all respect.

7. The rate once accepted by the successful bidder shall remain firm during the pendency of

the contract and Corporation shall not entertain any consideration of rate / cost escalation

clause on whatever ground under any circumstances. No change in rates shall be made with any

change in Foreign Exchange rates.

8. To claim any bill, the tenderer shall have to submit executed quantity on his own bill book duly

verified by the site engineer of IOCL. Any quantity found paid in excess at later stage shall be

recovered from the subsequent bill / SD along with the penal interest as per prevailing bank rule for the

period till settlement of excess payment made from the date of payment to the party. Quantities

paid under any items in running bill shall not constitute having completed and accepted by IOCL. If the

jobs are found off specification later on, the same shall be rectified & replaced by the party without any

extra cost to IOCL. Final calculation of supply and services executed by the party shall be compared with

the running bills and accordingly adjustments shall be made in the Final bill. Any recovery required due

to excess payment shall be made accordingly.

9. The final bill shall be paid only after completing all contractual formalities including rectification work, if any, submitting copies of invoices in contractor’s name & location duly verified with originals by site engineer, test reports / certificate, statutory formalities including challan of PF remittance and submission of various records / register maintained by the contractor pertaining to labours as required by labour laws, signing of Measurement Book and Corporation Service Entry Sheet and duly accepted by Acceptance Committee Visit nominated by IOCL. Acceptance Committee Visit, in general, shall be arranged within 10 days after completion of work duly acknowledged by Engineer-in-charge of IOCL.

11. The date of completion of work shall be taken as the date accepted by Engineer in Charge of the

project after completion of works.

12. An engineering degree holder, preferably a civil engineer shall be appointed / positioned by the

successful bidder before start of work for supervision of work, assisting in measurements etc.

Page 33: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

33 | P a g e

Party shall have to submit a copy of degree of the site engineer under endorsement on his

letterhead with signature of the particular site engineer along with his recent passport size photograph

duly attested by the party before start of the work. The site shall be handed over to the

contractor only after positioning of engineer (preferably civil engineer) by the contractor. If the

posit ioning of engineer is delayed by contractor, then it will be delay on contractor’s account and

no time extension shall be granted on this delay of not handing over the site. The applicable rules

regarding placement of no. of engineers shall be taken from the annexure attached in the tender and in

case of non placement recovery shall be made from the running bills as well as the final bill.

13. Corporation will have the authority to deduct all taxes / levies etc from the contractor’s bill as

per latest rule of Central / State Govt.

14. Tenderers are advised to read the tender documents carefu l ly. Following procedure shall be

adopted for finalization of the tender. Based on the uniformly applicable quoted Percentage Rate for all

the items by the party, a merit list of parties will be prepared in the ascending order of their offer

received. In case more than one party quotes same rates / percentage, the procedure laid down

detailed in NIT will be followed. The tenderers have to submit Audited Balance sheet and profit &

loss account for the financial year as asked in NIT whenever asked by IOCL.

15. Non-submission of all documents or incomplete submission of any document may result in rejection of the tender.

It is, therefore necessary to submit all the documents in full, duly filled and signed. (Refer list of

documents required).

16. THE TENDER SHALL STAND SUMMARILY REJECTED ON FOLLOWING GROUNDS:

a. Non Submission of EMD. However, NSIC registered parties /PSU/JVs are exempted from EMD

submission.

b. Conditional Offer.

17. It is for the information of the bidder that “negotiations will not be conducted with the bidders as a matter of routine. However, Corporation reserves the right to conduct negotiations”. In case of negotiations, confirmation of the negotiations should be received from the tenderer within 10 days from the date of negotiations failing which the Corporation reserves the right to ignore the quotation.

18. Deleted.

19. Even, if, Central / state PSUs / NSICs / JVs of IOC are exempted from tender EMD but they shall be

under the purview of Security Deposit and Penalty clause as per tender conditions.

20. The contractor has to clear the site in all respect before commencement of work and after completion

of work including removal of old structures (Brick / RCC / Steel), trees and jungles etc. without

claiming any extra cost from the owner. All such material shall be appropriately disposed at an

authorized dumping ground at the contractor’s responsibility.

21. The classification of various items of works for purpose of measurements and payments shall be as per bills of quantities (BOQ). Except where defined in BOQ, the rates apply to all heights, depth, sizes, shapes and locations. They also cater for all cuts and wastes. No floor-wise separation shall be made for the rates. Likewise all heights of centering, shuttering, staging, formwork and scaffolding, launching trusses and other launching methods are covered by the rates including multi stage propping for heights greater than one floor as per drawings.

22. In case of any discrepancy between drawings / documents is found, the same shall be brought to the

notice of the Engineer-in charge before execution of work and decision of the Engineer-in-charge shall be final and binding to the Contractor without any extra cost implication to the IOCL.

Page 34: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

34 | P a g e

23. The specifications may have been divided into different sections / sub-heads for convenience only. They do not restrict any cross-references. The contractor shall take into account inter relations between various parts of works / trades.No claim shall be entertained on the basis of compartmental interpretations. Specification and descriptions of various items are for identification of material and works to be carried out under them.

24. The work shall be carried out in accordance with the “Good for Construction”. Drawings and

designs would be issued to the Contractor duly signed & stamped by the Engineer-in-charge. The contractor shall not take cognizance of any drawings, designs, specifications, etc. not bearing Engineer’s signature and stamp. Similarly the contractor shall not take cognizance of instruction given by any other Authority except the instructions given by the site Engineer /Engineer-in-charge in writing.

25. Nature and Scope of Work:

The scope of work shall cover, but not be limited to

SCOPE OF SUPPLY:

Vendor’s scope of supply includes procurement, testing, inspection, necessary packing, forwarding and dispatching of equipment and material and erection and commissioning required for the subject job of Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP as per tender specification. Vendor’s scope also includes services for clearing of

Consignments at Indian Port(s), if applicable, transportation to Rangpo BP which includes loading of the equipments at Indian port, transit insurance. Arrangement for unloading at the Plant shall be in vendor’s scope at vendor’s risk. Vendor may like to depute his representative to supervise unloading, which is in vendor’s scope, if he so desires. The Entire system shall consist of as per detailed in the technical bid and BOQ.

ERECTION AND COMMISSIONING :

The vendor shall provide services for erection / installation & commissioning of the complete System at Rangpo BP. Standard tools, power, water, and required number of electricians, fitters, unskilled labour, specialized installation personnel control system engineers/ technicians etc. any special tools/ tackles/ electronic test and measurement equipment etc shall be provided by vendor himself for this

purpose. Vendor should carry out all the pre-installation requirements as per the technical bid document and schedule of works so as to carry out the basic works for installation of the equipment so that the new proposed equipment is integrated with the old equipment and arrange to complete erection work.

INSPECTION:

The equipment will have to be inspected by a Third Party Inspection Agency prior to despatch.

Material Inspection shall be done at Factory during TPIA Inspection.

In addition to the Third Party Inspection, IOCL may also send their officials for inspection during the manufacturing stage to till despatch of equipment.

All Shipping/Despatch documents shall be accompanied by a certificate issued by the inspector

indicating the tests conducted with results thereof as required under the relevant specifications and

also certifying that the materials conform to the specifications as indicated in the Tender. All

documents and certificates shall be in English language.

Page 35: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

35 | P a g e

Also Engaging a reputed third party Agency for quality check as per prepared QAP (Quality Assurance Plan) which is in the scope of the party. The supplied items with proper Quality check as per QAP at supplier’s

storage yard done by TPIA shall be unloaded at site for erection or installation purposes.

The successful tenderer should appoint a third party inspection agency from the list below and shall inform the name of the TPIA to IOCL authorities before engaging the same. All field Engineering, required allied instrumentation works etc. is within the scope of the bidder. All prepared documents/drawings has been checked , estimated and approved by the Consultant engaged by IOCL. The As built drawings related to the jobs shall be prepared by the bidder and submit to the client with duly signed and stamped. All prepared documents for the job should be as per QAP and duly attested by the engaging TPIA and submitted to IOCL authorities. Party shall prepare the tentative deviation Bill of materials for the said job within 15 days of work order along with the bar chart. The final Bill of materials as per the items in the tender should be approved by Engineer In charge before commencement of the job. For other cases proper deviation approval should be taken in writing from the EIC on case to case basis. Providing Fire screen all around the construction area for carrying out hot work etc. is in the scope of the party as per instruction of Site in charge. No separate payments shall be done for the item. The payments shall be done as per executed volume or area as per site and Engineer In charge. All executed dimension should be recorded with duly signed by party's Supervisor and submitted to Engineer In charge. Name of the TPIA - as mentioned below in this tender document as Annexure Tenderers shall submit the detailed QAP (Quality Assurance Plan) for the approval of Inspecting Agency/IOCL before commencement of the work. Tenderers are advised to visit the location and ascertain the conditions including leads/ lifts involved etc. prior to quoting for the tender.

26. Preliminary Acceptance After completing the erection of a unit or portion thereof, the Contractor shall give a notice in writing stating that the job is complete in all respects and ready for preliminary acceptance. The job shall be jointly inspected visually by representatives of the Contractor and the Purchaser. All observed defects and omissions as per drawing and specification shall be noted down. If the defects are not major in the opinion of the purchaser/Purchaser's representative, the Contractor will be issued a Preliminary Acceptance Certificate (PAC) mentioning the defects, deficiencies and omissions which shall be made good by the Contractor within a period of 4 weeks. 27. Final Acceptance Before commencement of inspection for final acceptance of the building or unit, the Contractor shall make available two complete sets of all arrangement drawings (all additions and alterations done during fabrication and erection shall be incorporated in the drawings). The Contractor shall make good all defects, deficiencies and omissions noted down during Preliminary Acceptance and shall inform in advance the Purchaser/his representative for conducting inspection for Final Acceptance. The Purchaser/his representative will issue final Acceptance Certificate (FAC) only after all defects/deficiencies/omissions noted under Preliminary Acceptance have been rectified. 28. Maintenance and Guarantee The Contractor shall stand guarantee for a period of 18 months from the date of delivery or 12 months from the date of commissioning whichever is earlier, during which time the contractor is bound by the Guarantee clause given above, in the scope of the works in this contract. The Contractor shall replace/rectify all parts/components that become defective due to poor quality of material, bad fabrication or erection or due to any act of oversight or omission.

Page 36: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

36 | P a g e

The above Guarantee / Warrantee (Defect Liability Period) will be without prejudice to the Certificate of

Inspection by third party inspection agency or Materials Receipt Note issued by the Site- in-Charge in

respect of the equipment.

29. SECURITY DEPOSIT:

As per the clause of the GCC, the successful tenderer shall pay security deposit on placement of work order equivalent to 10% of the Work Order value (for Capital works) within fifteen days from date of LOA /LOI. If the vendor fails to deposit Security Deposit in full or Initial Security Deposit(ISD), IOCL shall reserve the right to cancel the contract . The SD can be submitted in any of the following modes:

Demand Draft / Pay Order or BANK GUARANTEE (Only if the quantum of security deposit is in excess of 1,00,000/-). The security deposit amount can be paid as per following two options :-

a) Initial security deposit: The successful tenderer shall deposit initial security deposit equal to 2.5% (Two and a half percent) of the total work order value, within fifteen days from date of LOA /LOI in any of the modes as mentioned in above.

i. Demand draft/ Pay order drawn on a nationalized/ scheduled bank drawn in favour of Indian Oil Corporation Limited-MD payable at Majhitar.

ii. If the EMD payment has been made online, while creating SAP PO, PO creator shall enter online EMD details of the bidder in PO. With this the EMD shall be transferred to the respective bidder against that PO in respective company code. Further action as required for converting it to SD/ISD (or for refund where applicable), shall be initiated manually as per existing divisional practices only upon request of the tenderer. Balance ISD, if any may be paid in the manner stipulated in above.

Balance security deposit will be recovered at the rate of 10% of gross certified value of work from incoming running bills till such time entire security deposit is recovered.

b) Entire amount of security deposit [worked out on the basis of Executed Order value (for Capital works)]should be paid either by DD/Payorder or covered by BG as per the format issued by the Corporation and should be submitted prior to commencement of work. The BG will be valid for a period of 3 months beyond the end of the defect liability period of the contract, i.e. the BG shall be valid for three months beyond the end of the warrantee period as mentioned above from the date of the site acceptance test after successful commissioning of the entire system. This BG shall be submitted directly by the bankers under their covering letter to the office of the Corporation in a sealed cover.

In case, SD is in the form of DD or deductions of bills, the SD amount will be refunded on completion of defect liability period of the contract, i.e. upon completion of the warrantee period as mentioned above from the date of the site acceptance test after successful commissioning of the entire system

30. AUTHORISED REPRESENTATIVE:

The successful tenderer within 10 days of receipt of acceptance of tender, name an engineer responsible for the job at site on behalf of the contractor as per GCC. Bidder should give in writing to the Corporation, the name of his authorised and qualified engineer who will supervise the work and shall remain at the site during execution of the job.

Page 37: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

37 | P a g e

ADDITIONAL INSTRUCTIONS TO TENDERS / CONTRACTORS

1. Incomplete tenders are liable to be summarily rejected.

2. In case the date of issue / receipt of tender happen to be a holiday, the tender will be issued / received

and opened on next working day at stipulated time.

3. The corporation reserves the right to accept any tender in whole or part and reject any tender without assigning any reason. The corporation is not bound to accept one or more tenders in part. The decision of the corporation in this regard shall be final.

4. The Security Deposit can be paid either in form of demand draft / pay order or in the form of bank

Guarantee. The party shall have to submit Initial Security Deposit before commencement of work. 5. No interest shall be payable on EMD, ISD and Security deposit deducted from bills. EMD and SD shall

be released as per Corporation’s rule. 6. The performance of the tenderer shall be evaluated by the Corporation based on the feedback of

engineer-in-charge as per the format enclosed in tender documents. Action against the defaulting contractors shall be taken as per the policy of the Corporation.

7. Merely execution of a particular work shall not be considered as completed work unless until the same is accepted by the Corporation. For acceptance of work, the Corporation may appoint a committee / third party agency at its absolute discretion.

8. IOCL representative shall have the authority to get the executed work dismantled for

verification / checking for quality work as per specifications. The contractor at no extra cost to the

Corporation shall rectify the work so dismantled.

9. Only make and models of items mentioned in schedule of rates shall be used at site. No equivalent

make of any fittings / fixtures shall be installed in case of any deviation it is mandatory on the part of the

bidder to get Model and Make approved out of the various options available in schedule of rate under

an item in writing from engineer-in-charge for a job before actual installation of the same at site.

10. The contractor shall have to follow safety practices during construction as per the guideline in toto.

11. After the placement of the order, the successful tenderer shall not be allowed to sublet or assign any

part of the work order to any other agency without our prior written consent.

12. The successful bidder should give in writing to the Corporation, the name of his authorized person

who will supervise the work and shall remain at the site

during execution of the job.

13. CONTRACTOR’S SCOPE OF SUPPLY: Scope of supply includes all the required materials unless

otherwise specifically mentioned in either price bid / schedule of rate or special terms and

conditions. It will be the responsibility of the contractor to provide at their cost all required workers /

labours, equipments, machinery and all materials so as to complete the whole work as per drawing

and specifications. All the materials to be used at site must correspond to IS specifications

14. If a contractor brings defective / sub standard material at site, it shall be the responsibility of the Contractor for the removal and disposal of the same at his own cost. The Corporation shall not entertain any claim by the contractor on this account. In case, Contractor fails to remove such materials within 15 days after issue of notice in writing to the Contractor, the Corporation reserves the right to dispose off such materials at the entire risk and cost of the Contractor.

15. TESTING OF WORKS / MATERIALS: The contractor if so desired by the Corporation shall

arrange to test the materials as per IS specifications & all the other materials used for the works

as per instructions from the Corporation / consultants etc. and of the materials to be used in the works

Page 38: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

38 | P a g e

to meet its specification as per prevailing codes of the Bureau of Indian Standards at no extra cost to

the Corporation (IOCL).

16. Work Order quantities are estimated / projected quantities; however payment shall be made as per actual measurements. The contractor is not entitled for any sort of compensation towards excess materials produced/ stored at site. The contractor before commencement of works should measure/ calculate the exact material requirements and should procure the same accordingly. The material requirement for each item has to be firmed up and any excess requirements beyond BoQ mentioned in the Work Order must be brought to the immediate notice of the Engineer in Charge and approval for the same should be taken. Payments to any excess quantities shall be made at the same rates, terms and conditions as provided in the Work Order / Tender. In case of extra items (outside scope of Work Order) to be procured for any possible change in the BoQ, the same may be procured from the contractor or may be procured by IOCL and provided to the contractor for installation etc.. However, opportunity shall be given to the existing contractor to offer rates to IOCL.

17. SAFETY: All safety precautions and regulations should be strictly adhered to at no extra cost to the Corporation. Bidders are advised to quote considering the cost of implementation of safety at site.

17.01 Utmost care shall be taken by the contractor for ensuring safety during work at plant. All norms as per

OISD 192 to be followed while working at site and OISD 105 for the work permit system at the site.

Specific instructions need to be followed for carrying out the job apart from IOCL safety guidelines,

OISD-192 or other norms in force. Several PPEs and other protective equipments to be used, such as ,

helmets, Safety Shoes, - Persons executing height work to use Safety Nets, Safety Harness, Safety

Belts, etc.

Also Contractor’s supervisor shall get permits issued/renewed before any type of the job, be it, hot

work, cold work, height work or electrical work.

18. ELECTRICAL WORKS: The contractor must hold valid Electrical Contractors’ License as per IE rules.

The workmen to be deployed must have valid and appropriate Electrical Wiremens’ Licenses and they

must be supervised by qualified supervisors having valid Electrical Supervisors’ Certificate of

competency. All these licenses must be renewed from time to time.

All electrical works should be carried out through licensed electricians only.

19. LABOUR LAWS-INDEMNITY BOND / UNDERTAKING: The successful contractors shall have to give

an Indemnity Bond / Undertaking to the Corporation in the prescribed form (Format ‘A’ or 'B' as

applicable) for covering the provisions of the following statutes upto the latest amendments as

applicable-

a. Minimum Wages Act, 1984. b. Equal Remuneration Act, 1978.

c. Inter-state Migrant Workman (Regulation of Employment & Conditions of Services) Act,

1979. d. Contract Labour (Regulation & Abolition) Act. 1970. e. Workmen’s Compensation Act, 1923. f. Employees State Insurance Act.

g. Provident Fund Act. Particulars of Registration with appropriate Government Authorities / Statutory Bodies as mentioned above as applicable should be furnished to the Corporation in receipt of the work order.

20. MINIMUM WAGES: Contractor will pay his laborers working on the job undertaken by them for IOCL, at least minimum wages statutory payable to the contract laborer. Contractor will have to

Page 39: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

39 | P a g e

show proof of having actually paid minimum wages to the laborers.

21. Provision of safety belts for workmen working on the scaffoldings is compulsory. Only

metal scaffoldings should be used for construction works. Wooden or Bamboo scaffoldings

should not be used.

22. In case of contrary conditions, the conditions / details given in the documents supersedes the

conditions / details in documents in following order: -

a. SCHEDULE OF RATE / TENDERED SCHEDULE b. DRAWINGS. c. TECHNICAL SPECIFICATIONS d. ADDITIONAL INSTRUCTION TO TENDERER e. SPECIAL TERMS AND CONDITIONS f. PARTICULAR CONDITION OF CONTRACT g. GENERAL CONDITIONS OF CONTRACT

23. The successful party shall have to execute the following documents on a stamp paper as per the

prevailing value as a token of acceptance of the terms and conditions of the Corporation for carrying

out works as and when required-

a) General Conditions of Contract / Form of Contract

b) Declarations

c) Indemnity Bond undertaking for PF and ESIC

24. SAFETY PRECAUTIONS DURING WORK

The contractor has to follow all safety practices at site to ensure no mishap or casualty. In case of any

incident noted by site engineer or engineer in charge, the following penalties shall be applicable:

a) Violation of applicable safety, health & environment related norms, a penalty of Rs.5,

000/- per occasion shall be imposed.

b) Violation as above resulting in any physical injury, a penalty of 0.5 % of the contract value

shall be imposed (maximum of Rs.2, 00,000/-) per injury in addition to Rs.5,000/- as in item

(a) shall be imposed.

c) In case of fatal accidents, a penalty of 1% of the contract value (maximum of Rs.10,

00,000/-) per fatality in addition to Rs.5, 000/- in item no. (a) Shall be imposed.

25. QUANTITIES OF WORK In partial modification of clause 2.6.0.0 of General Condition of Contract, no compensation shall be

payable to the contractor in the eventuality of the actual executable quantities being less than 80 % of

Total Contract Value (as contained

in the SOR) and as mentioned in clause No. 2.6.2.0 of General Condition of

Contract

28. GCC contains provisions for arbitration and alternative dispute resolution machinery under section 9, which stands deleted. Further, the reference to arbitration and alternative dispute resolution machinery provision contained in any other term & condition in GCC, which may be general or special in nature shall also stand deleted to the extent the said contents are applicable to the arbitration provisions.

Page 40: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

40 | P a g e

The following clauses are relevant for tenders for works contract under GST Law.

Clause No.

Description

DEFINITIONS

1 Contractual period / Work Completion Period /Contractual Delivery Date / Contractual Completion Period shall mean the Scheduled Delivery / Completion Period as mentioned in the LOA (Letter of Acceptance) or Purchase Order or Work Order and shall also include approved extensions, if any.

GENERAL

1 Where any portion of the GCC/any other section of tender, is repugnant to or at variance with any provision of the Standard Taxation Condition (STC), then the provision of the STC shall be deemed to override the provisions of the GCC and shall, to the extent of such repugnance or variations, prevail.

2 For the purpose of this STC, the term “tax” in addition to tax imposed under CGST (Central Tax)/SGST (State Tax)/IGST (Integrated Tax)/UTGST (Union Territory Tax)/ GST Compensation Cess Acts, also includes any duties, cess or statutory levies levied by central or state authorities.

3 Rate variation in Taxes and any new promulgated taxes after last date of the submission of price bid only on the final product and/or services (applicable to invoices raised on IOCL) within the contractual delivery date /period (including extension approved if any) shall be on IOCL’s Account against submission of documentary evidence. Further , in case of delay in delivery of goods and/or services, any upward rate variation in Taxes and any new promulgated taxes imposed after the contractual delivery date shall be to the Seller’s / Contractor’s Account. Similarly in case of any reduction in the rate(s) of the Taxes between last date of submission of price bid relevant to the Contract and the date of execution of activities under the contract, the Contractor shall pass on the benefit of such reduction to IOCL with the view that IOCL shall pay reduced duty/Tax to Govt.

4 Wherever any escalation / de-escalation linked to raw material price (Basic price excluding taxes) is allowed as per terms of the contract, Variation to the extent related to escalation / de-escalation of value of material shall be allowed without Tax unless specified otherwise.

5 It would be the responsibility of the contractor to get the registration with the respective Tax authorities. Any taxes being charged by the Contractors would be claimed by issuing proper TAX Invoice indicating details /elements of all taxes charged and necessary requirements as prescribed under the respective tax laws and also to mention his correct and valid registration number(s) along with IOCL’s registration number as applicable for particular supply on all invoices raised on IOCL. Contractor to provide the GSTIN number from where the supply is proposed to be under taken. Further the HSN Code / Service Accounting Code (SAC) as applicable for the subject tender needs to be provided in the columns provided in the technical bid. In case the contractor is opting for Composition scheme under the GST laws (i.e Section 10 of the CGST Act, 2017 and similar provisions under the respective State / UT law), the contractor should confirm the same. Further the contractor to confirm the issuance of Bill of Supply while submission of tender documents and no GST will be charged on IOCL. In case the contractor is falling under Unregistered category, the contractor should confirm the same.

Page 41: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

41 | P a g e

Clause No.

Description

6 The contractor would be liable to reimburse or make good of any loss/claim by IOCL towards tax credit rejected /disallowed by any tax authorities due to non deposit of taxes or non updation of the data in GSTIN network or non filling of returns or non compliance of tax laws by the Contractor by issuance of suitable credit note to IOCL. In case, contractor does not issues credit note to IOCL, IOCL would be constrained to recover the amount including interest payable alongwith Statutory levy/Tax, if any, payable on such recovery.

7 Tax element on any Debit Note / Supplementary invoice, raised by the contractor will be reimbursed by IOCL as long as the same is within the permissible time limit as per the respective taxation laws and also permissible under the Contract terms and conditions. Contractors to ensure that such debit Notes are uploaded while filing the Statutory returns as may be prescribed from time to time.

8 The contractor will be under obligation for quoting/charging correct rate of tax as prescribed under the respective Tax Laws. Further the Contractor shall avail and pass on benefits of all exemptions/concessions/benefits/waiver or any other benefits of similar nature or kind available under the Tax Laws. In no case, differential Tax Claims due to wrong classification of goods and/or services or understanding of law or rules or regulations or any other reasons of similar nature shall be entertained by IOCL.

9 In case, IOCL’s Input Tax Credit (ITC) is rejected on account of wrong levy of tax i.e. payment of Integrated Tax in place of Central Tax+ State/Union Territory Tax or vice versa, the contractor is liable to make good the loss suffered by IOCL by issuance of suitable credit note to IOCL. In case, contractor does not issue credit note to IOCL, IOCL would be constrained to recover the amount including interest payable alongwith Statutory levy, if any, payable on such recovery.

10 In case the contractor is opting for Composition scheme under the GST laws, in such event the evaluation of his bid will be based on the Quoted Price. In case the contractor is falling under Unregistered category, then GST liability, if any, on IOCL will be included for the purpose of evaluation.

11 In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the delivered price to arrive at the net landed cost.

12 IOCL shall reimburse GST levied as per invoice issued by the Contractor as prescribed under section 31 of the CGST Act and respective states and Rules.

13 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all certificates, documents and declarations as are required by IOCL to avail of the ITC with respect to GST reimbursed by IOCL on materials sold to IOCL.

14 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price Bid provided delivery is within the Contractual period.

15 CUSTOM DUTY (These clauses will not be applicable wherever port clearances are in the scope of IOC and IOC is to take delivery at Port) applicable for Global Tender

15.1 Custom Duty for this clause shall mean Basic Custom Duty, Additional Duty of Customs levied under Section 3 of the Customs Tariff Act equivalent to the IGST and Education Cess and Secondary and Higher Secondary Cess.

15.2 The contractor shall within 7 (seven) days of dispatch /shipment of any such materials forward to the owner, the following documents.

(i)Supplier’s /Vendor Invoice indicating item wise price of the materials for the purpose of assessing customs and other Import duties (ii) Bill of lading/Airway Bill (iii) Package wise packing list (iv) Certificate of origin and other relevant documents relating to the identification of the materials. (v) Other relevant documents for the assessment of customs duties and the clearance of goods through

Page 42: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

42 | P a g e

Clause No.

Description

Customs.

15.3 The Contractor shall also be fully responsible for Port and Customs clearance including stevedoring, handling, unloading, loading and storage and for satisfying all Port and Customs formalities for the clearance of the goods , including preparation of the BILL(s) of Entry mentioning the applicable GSTIN of IOCL and other documents required for import and or/clearance of the goods. The applicable GSTIN shall be advised by IOCL. The Contractor shall also be fully responsible for any delays, penalties, interest, demurrages, shortages and any other charges and losses, if any in this regard.

15.4 The Custom Duty payable shall be reimbursed on production of supporting documents or paid directly to the Customs Authority, as the case may be.

15.5 IOCL shall pay the CUSTOM DUTY within 1 (one) working day or specified under Customs law, after the day on which the CONTRACTOR furnishes the complete necessary documents including duty requisition slip along with BILL of ENTRY to the IOCL’s designated office for release of requisite materials/ equipment from Customs. However additional cost on account of delayed payment of Custom duty due to IOCL’ s fault shall be paid by IOCL.

15.6 IOCL will not bear liability towards payment of safeguard duty, Anti Dumping duty, Protective Duty or Countervailing Duty on subsidized articles or any other such duties of Customs imposed by the Government of India under Custom Tariff Act 1975 applicable on such materials in India.

15.7 All other costs towards Port and Customs Clearance shall be the contractor’s responsibility including appointment and payment to clearing agents and no reimbursement will be made by IOCL except as quoted in the price bid.

15.8 The contractor shall provide IOCL with all documents necessary for IOCL to claim Input Tax Credit (ITC) of the IGST levied under Section 3 of the Custom Tariff Act. Should the contractor fail to provide any such document(s) resulting in a shortfall in the ITC available to IOCL, the shortfall shall be made good by the contractor by issuance of suitable credit note to IOCL. In case the contractor does not issue credit note to IOCL, in such case, IOCL would be constrained to recover the amount along with interest and statutory levy, if any, and such recovery would be without pre-judice to any other mode of recovery from the Running Account or other bills or payments to the Contractor.

15.9 The input tax credit available to IOCL will be reduced to arrive at the net Landed cost in the hand of IOCL for evaluating the Bids.

15.10 In case the bidder is availing any exemption under the prevailing customs law, then necessary documentary proof for availing the said exemption is required to be submitted. In the event of non submission of the requisite documents as per the conditions for availing the exemption by the successful bidder, then the additional outflow on account of various taxes and duties will be recovered from the bidder.

15.11 The Tariff Head under which the goods will fall should be clearly mentioned along with the Custom Duty Rate at the time of submission of Bid.

16 ROAD PERMIT /WAY BILL

16.1 IOCL will issue Road Permit/Way Bill, by whatever name it is called, to the Contractor only in those cases where materials is purchased by IOCL directly and/or IOC is statutorily required to issue the Road permit/Way Bill, by whatever name it is called. Contractor will be under obligation for proper utilization of road permits for the specific

Page 43: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

43 | P a g e

Clause No.

Description

supply and in case of seizure of goods/vehicle; the Contractor will be wholly responsible for release and reimburse the litigation cost to IOCL.

16.2 IOCL shall on no account be responsible for delay or hold up due to the timely non availability of such documents as are required to be furnished by the owner to obtain the Road Permit/Way bill, by whatever name it is called. However, IOCL shall make best efforts to provide sufficient number of Road Permits/way bill, by whatever name it is called. on demand to avoid any delay or Hold up.

17 Works Contract / Composite Supply / Mixed Supply

17.1 Works contracts as defined under the GST law includes Contracts for Building, Construction, Fabrication, Completion, Erection, Installation, Fitting out, Improvement, Modification, Repair, Maintenance, Renovation, Alteration or Commissioning of any immovable property wherein transfer of goods is involved in the execution of such contracts. Composite Supply has been defined as supply in which two or more supply of goods or service or both or any combination are naturally bundled and supplied in conjunction with each other in the ordinary course of Business, and then the rate as applicable for principal supply will be applicable on the entire transaction. Mixed supply has been defined as supplies of goods or service or both which are made in conjunction with each other for a single price and which does not constitute a composite supply then the rate as applicable for the highest rate will be applicable. In view of the above various definitions under GST law, bidders are required to evaluate the jobs to be undertaken covered under the tender and quote accordingly by taking in to account the nature of Job read with the legal provision.

17.2 The place of supply in relation to an immovable property shall be the location at which the immovable property is located or intended to be located. Hence the bidders have to seek registration at the locations where the work is intended to be carried out.

17.3

In case, IOCL is eligible to avail Input TAX Credit (ITC), the same shall be reduced from the delivered price to arrive at the net landed cost. IOCL shall reimburse GST levied as per TAX invoice issued by the Contractor as prescribed under respective GST Acts and Rules. In case the contractor is not permitted to issue Tax Invoice the same should be clearly mentioned in the price Bid.

17.4 To enable IOCL to avail ITC, the contractor/supplier shall furnish/submit any and all certificates, documents and declarations as are required by IOCL to avail of the ITC with respect to VAT reimbursed by IOCL on materials sold to IOCL

17.5 Invoice should be raised as per Tax Rates mentioned in the BIDs and in case at the time of raising Invoice if the invoices raised are not as per Tax rates mentioned in the bid, payment will be limited to the rate quoted as per BID subject to increase /decrease in Rates after last date of submission of Price Bid provided delivery is within the Contractual period.

Page 44: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

44 | P a g e

SPECIAL TERMS AND CONDITIONS: PART – A

1. PERIOD & ITEM RATE:

i The rates once accepted shall be applicable for entire period of contract from the date of finalization of tender or placement of order. The rates once fixed for a particular location of Work shall remain firm / unchanged till the expiry of the Contract and no request for Revision of Rates shall be entertained from the successful parties on any reason whatsoever.

ii Schedule of rates shall be read with work description relevant drawings, specifications, instruction to tenders, particular conditions of contract, general conditions of contract, safety during construction and other special terms and conditions etc.

2. AREA OF WORKING: a. The contractor who shall be awarded above works at IOC location shall have to deploy

his authorized representative at site. The Representative should have authority to discuss and take decisions on all aspects pertaining to the subject work and for taking measurements, acceptance of running bill / final bills.

3. PERIOD OF COMPLETION AND LIQUIDATED DAMAGES / PRICE ADJUSTMENT:

a. The time limit for completion of work by contractor shall be as given in the tender schedule of this tender document. The stipulated time of completion shall be strictly adhered to, failing which liquidated damages in form of price adjustment shall be recoverable in line with relevant clause of special terms and conditions as given below.

b. After issuance of the work order, under some special circumstances, the Corporation

may advise postponement of commencement date or to carry out the work in stages,

in such case the time of completion shall be extended suitably depending upon

the actual delay / interruptions caused. The Corporation will not however be liable

under any circumstances for payment of compensations of any nature to the contractor

for such delay or interruptions.

c. The liquidated damages / price adjustment for delay in completion of work order shall be “1/2% (Half percent) per week delay or part thereof beyond schedule date of completion subject to max. 10% of value actually executed”.

d. If the contractor fails to complete work within the completion period or does not show

sufficient progress as per time schedule fixed for completion of the work, the

Corporation can terminate the contract by giving 21 days notice by a registered letter

and get the full or remaining job done through any other contractor at higher rate than

the agreed rates and recover the difference from the Contractor’s pending bill /

security deposit.

e. The contractor, if desires, can make an application sufficiently in advance before the completion time, if they anticipate any obstacle / hindrances in completion of their work, before the scheduled date of completion. Any application received beyond this date may not be considered. The Corporation however shall not be bound to give any extension of time if the delay is on the part of the contractor.

f. Acceptance of a facility / facilities by the Corporation does not constitute

final completion of the contract. The contract shall be deemed to be executed in

full and final measurement certificate only when the contractor has fully discharged all

Page 45: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

45 | P a g e

his obligations in terms of all the contract documents.

4. DEALING WITH OUTSIDE PARTIES:

a. The contractor should purchase all material from the market which they require for

the work allotted to them in cash or credit in their own firms name only.

b. If any material has been purchased by the Contractor on credit and payment is

not cleared, Corporation on receipt of such complaint from any party can recover the

amount from contractor’s pending bills or a security deposit, on account of non-

clearance of such transactions where Corporation’s name / dealing is likely to be

adversely affected and may make the payment to the concerned party.

c. Contractor in their own interest should purchase material from the authorized sources

and should fulfill all their obligations of all taxes etc. If the Corporation has reasons to

believe that any material has been brought to its premises from unauthorized sources,

the Corporation can refer the matter to police for verification.

d. In case of any of above violations, the Contractor can be debarred from Corporation and

EMD / SD shall be forfeited for such lapses.

5. COMMENCEMENT OF WORK AND REFUSALS:

a. The contractor shall have to start the work within 10 days from the date of issue of LOI / work order, failing which liquidated damages / price adjustments as per relevant clause may be levied. This 10 days mobilization time is included in the scheduled time of completion.

b. It is mandatory on the part of the contractor to submit the duplicate order book duly

signed & stamped on all pages and completion of all formalities within 10 days from issue of work order failing which Corporation may initiate action for forfeiture of EMD / SD. In case of delay in submission of Initial Security Deposit, the Corporation may charge interest equivalent to 2 % higher than IOCL lending rate.

c. If the contractor does not start the work by the above stated period and if the

Corporation is not satisfied with the reason for not starting the work in time or if

Contractor refuses to carry out the work due to any other reason, the Corporation can

cancel that work order by giving a registered notice after the expiry of the specified

period as per the order and the same work shall be carried out by any other contractor

at his entire risk and cost and consequences.

Page 46: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

46 | P a g e

PART – B

1. The tender shall visit the site of work and study in details covered in the tender and other site

conditions before quoting of the tender.

2. WATER AND POWER:

i. Water shall be arranged by the contractor for construction work at his own cost. No

delay on this account is acceptable.

ii. Power shall be arranged by IOC for construction work. Only flame proof cable

and fittings shall be allowed.

3. WORKING TIME & COMPLETION PERIOD:

i. The contractor shall have to carry out the works during the normal working hours.

However with the concurrence of location in-charge / site engineer, the contractor

may be permitted to work beyond the normal working hours and the expenses, if

any, shall be borne by the contractor including that of chowkidar.

ii. The entire work must be completed within stipulated time of completion. If the contractor fails in due performance of the contract in respect of completion time as given in specified work order placed against this contract and does not complete the entire work on the due date, the Corporation shall be entitled to recover, and the contractor agrees to pay to the Corporation as and by way of compensation or liquidated damages in form of price adjustment as mentioned in clause 3(c) above of part –A of special terms & condition.

iii. The progress of work shall be proportionate to time of completion and amount of

order. If at any stage the progress is found to be below the schedule, the Corporation

will have option to cancel the work order and get the balance work executed from

other agencies at the risk, cost and consequences of the tenderer.

iv. At times, Corporation may have to foreclose / suspend the work at particular site due to some unavoidable reasons. In the event of such foreclosure / suspension of work, contractor will not have any right to ask for compensation on any ground whatsoever.

4. SAFETY PRECAUTIONS & HOT WORK:

i. The contractor shall have to take all safety precautions for carrying out hot work in the Terminal / Depot / AFS /Plant premises at his own cost as directed by the Site Engineer. Necessary Hot work permit to carry out the job in location is to be obtained from location in-charge / site engineer prior taking up the work. All safety equipment such as safety belts, halmets, safety shoes & other equipments (as required for this work) are to be positioned by the contractor at his own cost and used as per requirements.

ii. Safety distance as per CCE Rules shall be maintained strictly at sites.

iii. Any causality or damage caused to the property of person by any untoward

incidents while executing this contract will be at the contractor’s risk and cost

as per Corporation’s policy.

5. SECURITY OF MATERIAL EQUIPMENT:

i. Contractor is fully responsible for the equipments / materials handed over to him

Page 47: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

47 | P a g e

for the execution of the work and in case these are mishandled or stolen, he

has to arrange these entirely at his own cost to the satisfaction of site Engineer.

ii. Corporation shall not be responsible for the security of contractor’s materials / equipment.

6. ELECTRICAL WORK:

i. All temporary connections are to be spark proof / fire proof and shall be got approved

from Site Engineer.

ii. The entire electrification work shall be carried out as per I.E. Rules /local Electricity

regulation / IOC specification as applicable

iii. The entire electrification work shall be carried out by the contractor under supervision

of licensed Electrical supervisor to the satisfaction of local Electricity Deptt. / Site

Engineer.

iv. All metal covering which is used to project cables and apparatus shall be efficiently

earthed. The metal covering used to carry the cables must be electrically continuous

and this includes the entire switch gear casing, if they are made of metal.

7. OTHER SPECIFICATIONS:

i. The work shall be carried out as per Corporation’s specifications/ drawings and to the

entire satisfaction of site engineer.

ii. Unless otherwise stated above the work shall be carried out as per IOC Specifications

which can be studied in office on working days.

8. RATE & EXTRA ITEM:

i. The above rates shall be valid till the entire work is 100% completed. No request for

escalation in price will be entertained for this order.

ii. All the rates shall be inclusive of all taxes, GST (GST rates mentioned as

extra in the tender document SOR part) and transportation including any taxes

imposed by Govt./ local authorities during expiry of the contract, new duty etc. and

no extra cost will be paid unless otherwise specifically mentioned in the scheduled of

rates of the work order.

iii. The contractor shall not take up any extra item unless he receives specific

written instructions in writing from the concerned office or from the site engineer.

iv. Works contract tax (wherever applicable) has to be borne by the contractor.

10. SPECIAL CONDITIONS:

i. Since the work may be carried out in running locations and the work is likely to be

hampered / delayed due to operational reasons. No claims on account of the above

and any other reason whatsoever shall be entertained by the corporation and work

shall be completed by the contractor within the stipulated period considering

the above conditions also the Corporation shall not pay any compensation

whatsoever for idling of labour / equipment.

ii. Acceptance of the facility / facilities by the Corporation does not constitute final

completion of the contract. The contract shall be deemed to be executed in full

Page 48: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

48 | P a g e

and final measurement certified only when the contractor has fully discharged all his

obligations in terms of all the contract documents.

iii. Facilities dismantled / damaged while executing the works shall be restored to its original condition without any extra cost the corporation.

iv. The bills for works executed at locations are to be certified by site engineer &

concerned Location In Charge. The payments will be made by location / division / state

office as per prevailing policy of the corporation from time to time.

v. The Corporation may appoint a third party for supervision of the work at site to

ensure the quality and the scheduled progress of work. Such agencies duly appointed

by Corporation shall be deemed to be authorized site engineer of IOC and all instructions given by such agencies shall be binding of the contract within the parameter of this contract.

vi. The contractor shall abide by all the rules / regulations / status imposed by the Govt. or

other concerned authorities. The contractor will be responsible for workmen’s compensation & other requirements of local municipalities / Govt or other law regulating bodies.

vii. No covered space will be provided for storage / stocking of contractors material. They will

have to make their own arrangements for the same.

11. EXTENSION OF TIME:

Attention is drawn to clause 4.3.0.0 of the General conditions contract regarding

extension of the time of Contractor request in the above context.

12. The onus of supplying the materials of correct specifications lies with the contractor. For providing the quality & quantity of all the materials being supplied at site, any documents e.g. invoices, test certificates, required by site engineer are to be supplied by the contractor at any time during the schedule of contract without any extra cost to IOC.

13. It shall be mandatory on part of the Contractor to get model & make approved out of different

makes listed in Schedule of Rates / Specifications before installation at site from

Engineer-in-Charge.

14. FORGED DOCUMENTS

The canvassing of information or submission of forged or false documents / information by the tenderer shall make the offer invalid and in addition, action shall also be taken by the Corporation for forfeiture of EMD amount as well as putting the tenderer on HOLIDAY list.

15. Material are to be tested at any laboratory authorized by Site Engineer as per IS Codes

& only after clearance of Site Engineer the materials are to be used at site.

16. OTHER CONDITIONS:

i. The tender is not transferable. ii. Incomplete tenders shall not be considered.

iii. The rates quoted by the contractor shall be valid for six months from the date of opening

of tender. iv. In case of negotiations, confirmation of the negotiation should be received from

the tenderer within 15 days from the date of negotiations failing which the Corporation reserve the right to ignore the quotation.

v. The contractor has to execute form of contract on a stamp paper for having

Page 49: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

49 | P a g e

acceptance of all parameters contained in General Condition of Contract. DOS AND DON’TS FOR CONSTRUCTION AT SITE: Do’s

Before commencement of work give sufficient input to the workers on safety requirement of the job.

Use personal protective equipment (safety belt, safety shoes, safety helmet etc) at construction. Safety belts (ISI approved) must be used when working at heights above 3 m height.

Keep the site clean from all unwanted materials and properly store the equipment for easy access.

Keep the visitors away from the construction site.

Use safety net whenever required.

Keeps fire fighting equipment handy at site.

Keep the escape route clear

Provide adequate lighting at site.

Use electrical hand tools with double insulation or fitted with ELCB protection.

Maintain safe angle of repose while excavating pit exceeding 1.5M depth.

Suitable bench of 0.5 M width at every 1.5 M depth of excavation in all soils to be

Provided expect in case of hard rock or proper shuttering and shoring. Necessary steps to be provided for escape.

Protect the neighbouring structure from collapse where excavation is planned.

Take adequate precaution for underground utility lines (cables, sewers) before carrying out excavation.

Make necessary arrangement for de-watering of the pit .

Ensure Mechanised excavator is operated by well-trained experienced operator. Ensure the wheel / belt of the excavator are suitably jammed to prevent accidental movement.

Ensure use of metallic scaffolding designed for their maximum load.

Check for any overhead electric wire running over the construction site. If exist, ensure the same is de-energised.

Cordon off the excavated pit with proper red and white band / caution board.

Provide suitable rubber mat around electrical panels/switches

Provide First Aid kit with proper medicine at the site.

Openings of manholes etc should be kept in close condition.

Cordon off the area where field radiography is carried out.

Ensure all electrical connections, water connections etc have been cut off before start of demolition.

Use 24 Volt FLP lamps fitting only for illumination inside confined space.

Don’ts

Do not start any work without presence of contractor’s skilled supervisor.

Do not wear loose clothing while working near rotating machine or working at height

Do not keep inflammable material, waste and debris near the construction site.

Do not carry out hot work where inflammable materials are present and also while carrying out painting job.

Do not keep the excavated earth within 1M of the edge of the pit.

Do not allow vehicles within 2 M distance from the edge of the pit.

Do not allow personnel to come within 1 M of extreme reach of the mechanical shovel.

Do not exceed safe working load marked on lifting equipment.

Page 50: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

50 | P a g e

Do not use unamoured electric cable in construction site.

Do not allow electrician without license for carrying out electrical job.

Do not use bare wire ends in the socket.

Do not use temporary electrical connection.

Do not use barrels, boxes, loose bricks etc as working platform

Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing protective goggles / face shield.

Do not start the job without proper work permit.

Do not keep any load / equipment near the edge of excavated pit.

Do not enter the confined space such as empty product tank without proper safety checks and in absence of competent persons.

Do not demolish any structure without initial survey and formulating the method of demolition

Do not keep the lighted gas torch left unattended.

Do not throw or drop material / equipment from height. Site specific Do’s & Don’ts (Date of visit by Site Engineer …………….. ) SITE SPECIFIC DO’S AND DON’TS TO BE NOTED BY THE SITE ENGINEER AFTER MAKING THE SITE VISIT AND THE SAME ALONG WITH ABOVE Do’s & Don’ts SHOULD BE EXPLAINED TO THE CONTRACTOR / HIS SUPERVISOR 1. 2. 3. 4.

Page 51: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

51 | P a g e

Covering Letter required to be signed and submitted by the tenderer (on their letter head)

Ref : Dated: To,

IndianOil Corporation Limited -------------------------------------------------

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

Sub: Submission of Offer for Tender no SKM/LPG/19-20/PT-02/CSR/ITI

Dear Sir

The Bidder acknowledges that Indian Oil Corporation Limited (IOCL) has signed the MOU with Transparency International India for the adoption of the Integrity Pact Program and stands committed to following the principles thereof as enumerated in the Integrity Agreement enclosed with the tender document.

The Bidder agrees that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the Bidder will sign the enclosed Integrity Agreement, which is an integral part of tender documents, failing which the tenderer will stand disqualified from the tendering process. The Bidder acknowledges that the Bid would be kept open in its original form without variation or modification for a period of days (state the number of days from the last date for the receipt of tenders stated in the NIT) AND THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

Bidder confirms acceptance and compliance with the Integrity Agreement in letter and spirit and further agrees that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which will come into existence when bid is finally accepted by IOCL. The Bidder acknowledges and accepts the duration of the Integrity Agreement, which shall be in line with Article 8 of the enclosed Integrity Agreement.

Bidder acknowledges that in the event of Bidder’s failure to sign and accept the Integrity Agreement, while submitting the Bid, IOCL shall have unqualified, absolute and unfettered right to disqualify the tenderer and reject the Bid in accordance with the terms and conditions of the tender.

Yours faithfully,

(Duly authorized Signatory of the Bidder) (Note - One copy of this letter along with the Integrity Agreement duly signed must be returned alongwith offer).

Page 52: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

52 | P a g e

FORM OF CONTRACT

(On Rs. 100/- Non-Judicial Stamp Paper)

(This to be executed by the party awarded the contract along with submission of the Initial Security Deposit prior to commencement of work)

THIS CONTRACT made at Rangpo, this _______ day of _______ 2018 ; BETWEEN INDIAN OIL CORPORATION LTD., a Government of Indian Undertaking registered in India under the Indian Companies (hereinafter referred to as the “OWNER” which expression shall include its successors and assigns) of the One Part; AND _________________________ carrying on business in sole proprietorship/carrying on business in partnership under the name and style of________________ a Company registered in India under the Indian Companies Act 1913/1956 having its registered office at _____________ (hereinafter referred to/ as collectively referred to as the “Contractor which expression shall include his/their/its executors, administrators, representatives and permitted assigns/successors and permitted assign) of the other part:

WHEREAS

The OWNER desires to have executed the work of ________________________________________________________________________________________________________________________________________________________________________more specifically mentioned and described in the contract documents (hereinafter called the ‘work’ which expression shall include all amendments therein and/or modifications thereof) and has accepted the tender of the CONTRACTOR for the said work. NOW, THEREFORE. THIS CONTRACT WITNESSETH as follows:

ARTICLE – 1

CONTRACT DOCUMENTS

1.1 The following documents shall constitute the contract documents, namely:

(a) This contract; (b) Tender documents as defined in the General Instructions to Tenderers; (c) Letter of Acceptance of Tender alongwith Fax/Telegram of Intent.

1.2 A copy of each of the Tender Documents is annexed hereto and the said copies have Been collectively marked Annexure ‘A’ while a copy of the letter of Acceptance of Tender alongwith annexures thereto and a copy of Fax/Telegram of Intent dated ____________ are annexed hereto and said copies have been collectively marked as Annexure – ‘B’.

ARTICLE – 2

WORK TO BE PERFORMED

2.1 The CONTRACTOR shall perform the work upon the terms and conditions and Within the item specified in the Contract documents.

Page 53: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

53 | P a g e

ARTICLE – 3

COMPENSATION

3.1 Subject to and upon the terms and conditions contained in the Contract documents the OWNER shall pay CONTRACTOR compensation as specified in the Contract documents upon the satisfactory completion of the work and/or otherwise as may be specified in the Contract documents.

ARTICLE – 4

JURISDICTION

4.1 Notwithstanding any other court or courts having jurisdiction to decide the question(s) forming the subject matter of the reference if the same had been the subject matter of a suit, any and all actions and proceedings arising out of or relative to the contract (including any arbitration in terms thereof) shall lie only in the court of competent civil jurisdiction in this behalf at ___________________ (where this Contract has been signed on behalf of the OWNER) and only the said Court(s) shall have jurisdiction to entertain and try any such action(s) and/or proceeding(s) to the exclusion of all other Courts.

ARTICLE – 5

ENTIRE CONTRACT

5.1 The Contract documents mentioned in Article – 1 hereof embody the entire Contract Between the parties hereto, and the parties declare that in entering into this Contract they do not rely upon any previous representation, whether express or implied and whether written or oral, or any inducement, understanding or agreements of any kind not included within the Contract documents and all prior negotiations, representations, contracts and/or agreements and understandings relative to the work are hereby cancelled.

ARTICLE – 6

NOTICE

6.1 Subject to any provisions in the Contract documents to the contrary, any notice, order or communication sought to be served by the CONTRACTOR on the OWNER with reference to the Contract shall be deemed to have been sufficiently served upon the OWNER (notwithstanding any enabling provisions under any law to the contrary) only if delivered by hand or by Registered Acknowledgment Due Post to the Engineer-in-Charge as defined in the General Conditions of Contract.

6.2 Without prejudice to any other mode of service provided for in the Contract Documents or otherwise available to the OWNER, any notice, order or other communication sought to be served by the OWNER on the CONTRACTOR with reference to the Contract, shall be deemed to have been sufficiently served if delivered by hand or through Registered Post Acknowledgement Due to the principal office of the CONTRACTOR at ……….. or to the CONTRACTOR’s representatives as referred to in the General Conditions of Contract forming part of the Contract Documents.

ARTICLE – 7

Page 54: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

54 | P a g e

WAIVER

7.1 No failure or delay by the OWNER in enforcing any right or remedy of the OWNER in terms of the Contract or any obligation or liability of the CONTRACTOR in terms thereof shall be deemed to be a waiver of such right, remedy, obligation or liability as the case may be, by the OWNER and notwithstanding such failure or delay, the OWNER shall be entitled at any time to enforce such right, remedy, obligation or liability, as the case may be.

ARTICLE – 8

NON-ASSIGNABILITY

4.1. The Contract and benefits and obligations thereof shall be strictly personal to the CONTRACTOR and shall not on any account be assignable or transferable by the CONTRACTOR.

IN WITNESS WHEREOF the parties hereto have executed this Contract in duplicate the Place, day and year first above written.

SIGNED AND DELIVERED

for and on behalf of

INDIAN OIL CORPORATION LTD.

by …………………………….

in the presence of :

1.

2.

SIGNED AND DELIVERED

for and on behalf of

…………………………… (CONTRACTOR)

by …………………………

(this day of …………..2017)

in the presence of :

1.

2.

*(Strike off which is not applicable)

Page 55: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

55 | P a g e

SCHEDULE FOR RATES:-

Sl. No.

Item Description Quantity

Units Estimated Rate

TOTAL AMOUNT With

Taxes

1

Supply and Installation of Non Touch All in One Desktop Computers

Specification: specifications should be followings or higher RAM size (GB)-8 or above; Type of RAM- DDR4; RAM Speed (MHz)- 2400; Type of display- Non Touch; Display size (Inch)- 20 or above; Hard Disk Drive Size (GB)- 1000 or above; Hard Disk Drive Speed (RPM)- 7200 or above; Type of Hard Disk Drive- SATA; LAN Port- Integrated Gigabite Ethernet 10/100/1000; Bluetooth Connectivity- 4.0 or Higher; Wi-fi Connectivity- 802.11 ac; Maximum Wattage (Watts)- 150; Power Efficiency (%)- Minimum 80; Operating System- Wndows 10 Professional or above; USB Port 3.0 (No.)- 4 or above; On site OEM Warrenty (year)- 3 or above; Webcam- HD or above; DVD-R/W- Available; Chipset- Intel Q 370 or above; Keyboard- Standard with USB Interface; Audio- Integrated Stereo Sound with Internal Speaker & Mic.; Mouse- Optical Scroll with USB Interface; Processor Make- Intel; Processor Generation- 8th or above; Procesor- Intel Core i5-8500T or above(2.1 GHz, 9 MB Cache, 6 Cores or above) APPROVED MAKE: LENOVO, DELL, HP, ACER, ASUS

20.00 ea 67500.00 1350000.00

Total in Figures

1350000.00

Page 56: TECHNICAL BID - CSRBOX oil desktop.pdf · 2019. 5. 14. · Government of Sikkim, Rangpo, East Sikkim at Rangpo BP Tender No. - SKM/LPG/19-20/PT- 02/CSR ... Schedule Of Rates 55 13.

Supply and installation of 20 no. Desktop Computers at Govt. Industrial Training Institute, Skill Development and Entrepreneurship Department, Government of Sikkim, Rangpo, East Sikkim at Rangpo BP

Tender No. -

SKM/LPG/19-20/PT-02/CSR/ITI

56 | P a g e

TECHNICAL SPECIFICATIONS FOR NON TOUCH ALL IN ONE DESKTOP COMPUTERS:-

Specifications: specifications should be followings or higher 1. RAM size (GB)-8 or above; 2. Type of RAM- DDR4 or above; 3. RAM Speed (MHz)- 2400 or above; 4. Type of display- Non Touch; 5. Display size (Inch)- 20 or above; 6. Hard Disk Drive Size (GB)- 1000 or above; 7. Hard Disk Drive Speed (RPM)- 7200 or above; 8. Type of Hard Disk Drive- SATA; 9. LAN Port- Integrated Gigabite Ethernet 10/100/1000; 10 .Bluetooth Connectivity- 4.0 or Higher; 11. Wi-fi Connectivity- 802.11 ac or above; 12. Maximum Wattage (Watts)- 150; 13. Power Efficiency (%)- Minimum 80 or above; 14. Operating System- Wndows 10 Professional or above; 15. USB Port 3.0 (No.)- 4 or above; 16. On site OEM Warrenty (year)- 3 or above; 17. Webcam- HD or above; 18. DVD-R/W- Available; 19. Chipset- Intel Q 370 or above; 20. Keyboard- Standard with USB Interface; 21. Audio- Integrated Stereo Sound with Internal Speaker & Mic.; 22. Mouse- Optical Scroll with USB Interface; 23. Processor Make- Intel; 24. Processor Generation- 8th or above; 25. Procesor- Intel Core i5-8500T (2.1 GHz, 9 MB Cache, 6 Cores) or above APPROVED MAKE: LENOVO, DELL, HP, ACER, ASUS