Indian Oil Corporation Limited Marketing Division, Regional Contract Cell, Southern Regional Office, 8th Level, “IndianOil Bhavan” No. 139, Uttamar Gandhi Salai, Chennai – 600 034

TECHNICAL/ COMMERCIAL CUM PRICE BID

Name of work : PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL OUTLETS UNDER SECUNDERABAD DO, TAPSO : (i) CANOPY AT VENKATA MANJUNATHA , MAHABUBNAGAR. (ii) CANOPY AT MAHESWARI FILLING STATION, MAHABUBNAGAR. (iii) CANOPY AT AMBIKA FILLING STATION, MAHABUBNAGAR. (iv) PAVERED DRIVEWAY AT SRI BALAJI FILLING STATION, BHOOTHPUR.

Tender No. : SRCC/LT/040/TAPSO/18-19

E-Tender ID : 2018_SROTN_ 77701_1

E M D : Rs. 1,00,739.00

TYPE OF TENDER : SINGLE BID

DUE ON : 07.07.2018 at 15:00 hrs

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 1 of 63

INDEX (ALL DOCUMENTS SHALL FORM PART OF THE CONTRACT) Pages SN. DESCRIPTION

1. INDEX 1

2. NOTICE INVITING E TENDER 2

3. SPECIAL TERMS AND CONDITIONS 8

4. LED SPECIFICATIONS 31

5. FLEXIBLE PIPE SPECIFICATIONS 36

5. DECLARATIONS & FORMATS 38

6. LIST OF APPROVED MAKES 47

7. CONSTRUCTION SAFETY CHECKLIST FOR ROS 55 58 8. DO’S & DON’TS FOR RO CONSTRUCTION 60 9. INDEMNITY BOND AND DECLARATION Attached separately 10. SOR (DETAILED BOQ) Attached separately 11. SITE SPECIFIC DRAWINGS

12 TECHNICAL SPECIFICATIONS Attached separately

13 UNDERTAKING FOR ACCEPTANCE OF TENDER Attached separately

GENERAL CONDITIONS OF CONTRACT WITH STANDARD IOC GCC & APPENDIX-III FORMING 14 SAFETY PRACTICES DURING CONSTRUCTION PART OF GCC, STANDARD DRAWINGS AND IOC SPECIFICATIONS FORMING PART OF EMPANELMENT CONTRACT ISSUED AND SIGNED AND ACCEPTED PART OF EMPANELMENT ACCEPTANCE WILL FORM PART OF THIS TENDER. CIVIL SPECS, MECHANICAL SPECS & 15 TENDERERS CAN GIVE AN ACCEPTANCE FOR THE ELECTRICAL SPECS SAME IN THEIR LETTERHEAD.THIS WILL FORM PART OF THE TENDER.

1 PRICE BID (BOQ) FOR QUOTING Attached separately

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 2 of 62

NOTICE INVITING E-TENDER

Indian Oil Corporation Limited invites electronic bids through its website https://iocletenders.nic.in under single bid system for the work as detailed below from empanelled/approved bidders as stated hereunder.

: 1 TENDER NO. SRCC/LT/040/TAPSO/18-19 : 2 E-Tender ID 2018_SROTN_77701_1 : 3 NAME OF WORK PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL OUTLETS UNDER SECUNDERABAD DO, TAPSO. Sn WORK LOCATION Technical Estimate Amount(Rs) 1 PROVISION OF CANOPY AT DINDI Total: VENKATA MANJUNATHA SDO 24,57,853.86 FILLING STATION, (Rs. 20,82,927 MAHABUBNAGAR + GST (18%))

2 PROVISION OF CANOPY AT NATEVALLI Total: MAHESWARI FILLING SDO 29,15,786.06 STATION, (Rs. 24,71,005.14 MAHABUBNAGAR + GST (18%))

3 PROVISION OF CANOPY AT APPAIPALLI Total: AMBIKA FILLING SDO 21,75,686.79 STATION,MAHABUBNAGAR (Rs. 18,43,802.36 + GST (18%))

4 PROVISION OF PAVER BHOOTPUR Total: DRIVEWAY AT SRI BALAJI SDO 25,24,620.98 FILLING STATION, (Rs. 21,39,509.30 BHOOTHPUR + GST (18%))

: 4 LOCATION OF WORK Sn WORK LOCATION 1 PROVISION OF CANOPY AT DINDI SDO VENKATA MANJUNATHA FILLING STATION, MAHABUBNAGAR 2 PROVISION OF CANOPY AT NATEVALLI MAHESWARI FILLING STATION, SDO MAHABUBNAGAR

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 3 of 62

3 PROVISION OF CANOPY AT AMBIKA APPAIPALLI FILLING STATION,MAHABUBNAGAR SDO

4 PROVISION OF PAVER DRIVEWAY AT BHOOTPUR SRI BALAJI FILLING STATION, SDO BHOOTHPUR

: 5 ESTIMATED VALUE Rs. 1,00,73,947.69 (including GST @ 18%) OF WORK : Nil 6 TENDER FEE Bidders are required to download the tender documents free of cost from IOCL e-tender website (https://iocletenders.nic.in) : 7 EARNEST MONEY Rs.1,00,739/-( One Lakh Seven Hundred Thirty Nine Only ) DEPOSIT EMD should be deposited as detailed below :

 Tenderers who had paid PEMD against empanelment tender of TAPSO, e–Tender ID: 2016_SROTN_36312_1 need not pay EMD. The bidder should upload the PEMD document.

 Tenderers not paid PEMD against empanelment tender of TAPSO, e–Tender ID: 2016_SROTN_36312_1 and claimed EMD exemption need to upload valid EMD exemption certificate (NSIC/MSME) along with the tender.

 All the other bidders to pay Online EMD payment through Net Banking or NEFT/RTGS or Bank Guarantee.

 Bank Guarantee as an instrument towards Earnest money deposit shall be accepted only if amount of EMD is not less than Rupees One lakh.

For detail about process of payment of online EMD, bidders shall refer “ Special Instructions to the Bidder (SITB) ” and “ FAQs - Online EMD Facility in IOCL e-Tendering ” documents attached separately along with the tender.

Offline EMD payment through Demand Draft (DD), Bankers Cheques (BC) and Swift Transfer shall not be accepted.

In case of Bank Guarantee, bidder will upload scanned copy of BG as exemption document. Original BG shall be sent by the bidders /bank to Tender Issuing Authority as mentioned in the tender.

Original BG should reach to Tender Issuing Authority within 7 working days from the date of opening of technical bids. For the purpose of receipt of BG, the time recorded in the

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 4 of 62

receipt/DAK section against receipt shall be considered as receipt time.

Only those physical BG instruments found matching with the copy submitted in the e-portal shall be considered as valid.

Bank Guarantee is to be executed by Nationalized / Scheduled Bank towards EMD and should be valid for 07 (seven) months from the date of opening of technical bid. If needed, validity of BG should be extended by the party / Bank.

Bank Guarantee should be submitted as per enclosed proforma only by the Tenderer. Such BG should be submitted only in a sealed envelope of the issuing Bank and should not be in open condition.

If BG towards EMD is submitted in any manner other than aforesaid, the Tender is liable to be rejected.

If the original BG instrument is not received by the due date and time as specified above, the bid shall be summarily rejected.

Exemption from submission of EMD: a. Parties registered with any of the following agencies/bodies as per Public Procurement Policy for Micro & Small Enterprises(MSE) Order 2012 are exempted categories from payment of EMD provided that the registration certificate issued by any one of these below mentioned agencies must be valid as on close date of tender. Micro, Small or Medium Enterprises who have applied for registration or renewal of registration with any of these agencies/bodies but have not obtained the valid certificate as on close date of tender are not eligible for exemption. i. District Industries Centre(DIC)

ii. Khadi and Village Industries Commission (KVIC)

iii. Khadi and Village Industries Board

iv. Coir Board

v. National Small Industries Corporation(NSIC)

vi. Directorate of Handicraft and Handloom

vii. Udyog Aadhar Memorandum (UAM)

viii. Any other body specified by Ministry of MSME

Note: Against UAM, copy of acknowledgement generated

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 5 of 62

online shall be acceptable a. PSUs (Central & State) and JVs of IOCL. are exempted from submission of EMD.

A copy of the EMD instrument or exemption certificate in case of exempted categories shall be uploaded along with clear scanned copies of required documents to substantiate the claim towards their credentials along with the tender documents in the appropriate link.

Tenderers not paying EMD or not uploading valid exemption certificate or scan copy of BG on or before tender submission, date and time will be summarily rejected.

8 TENDER DOWNLOAD PERIOD FROM e-TENDER PORTAL:

25.06.2018 15:00 HRS. a) Starts on :

07.07.2018 15:00 HRS b) Ends on :

9 PRE BID MEETING : NA 10 SUBMISSION OF TENDER IN e-TENDER PORTAL: 25.06.2018 15:00 HRS. a) Starts on :

07.07.2018 15:00 HRS b) Ends on :

11 DUE DATE FOR OPENING OF TENDER: 12 Opening of Tender 09.07.2018 11:00 HRS 13 TENDER VALIDITY : Offer shall be valid for 120 Days from date of opening of technical bid. In case of requirement, IOCL may seek further extension of the validity of the offer from the bidders.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 6 of 62

14 WORK COMPLETION : Sn WORK Completion Time TIME 1 PROVISION OF CANOPY AT VENKATA 60 Days MANJUNATHA FILLING STATION, MAHABUBNAGAR 2 PROVISION OF CANOPY AT 60 Days MAHESWARI FILLING STATION, MAHABUBNAGAR 3 PROVISION OF CANOPY AT AMBIKA 60 Days FILLING STATION,MAHABUBNAGAR 4 PROVISION OF PAVER DRIVEWAY AT 45 Days SRI BALAJI FILLING STATION, BHOOTHPUR

NOTE: The commencement date of work for all the 4 sites shall be same and the work has to go on concurrently at all sites, as per the schedule completion time mentioned above. Starting Date shall be from the 10th day from the date of issue of commencement order or actual handing over of the site whichever is earlier 15 MODE OF TENDER : You may please note that this is an e-Tender and can only be SUBMISSION downloaded and submitted in the manner specified in ‘Special Instructions to bidders for participating in e-tender’ attached separately in this tender 16 Name : K. R. Karunakaran CONTACT PERSON : Designation : DGM(Contracts) Contact No. : 044-28333795 Email-ID : [email protected]

1. We request you to submit your lowest quotation for the work contained in the tender. Your offer complete in all respects must be uploaded in the prescribed manner on our E-Tendering portal “https://iocletenders.nic.in” on or before the due date and time. Offline submission is not available, and such documents will not be considered.

2. Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the e-tendering portal i.e. https://iocletenders.nic.in to have a clear understanding of the steps to be followed for bid submission. The “Bidders Manual kit” is for general reference only and the tenderers have to abide by the terms and conditions of this tender.

3. Tenderers must note that Indian Oil will not be responsible for delay in submission of online tender.

4. Tenderers must also note that before the bid is uploaded, the bid comprising of BOQ excel sheet and an undertaking for acceptance of all terms and conditions of tender including all corrigendum/addendum issued to be uploaded as token of their acceptance of all terms and conditions of tender. Undertaking to be submitted as per attached format on letterhead in cover one with description as “Undertaking by the tenderer” uploaded in E-Tendering portal.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 7 of 62

5. The tenders are advised to submit their quote as a percentage (+/ -) on the total amount indicated in the price schedule. 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.

6. In case there is a tie again, the bidder with the highest turnover worked out to three decimal points in any of the preceding three years (FY 2015-16, 2016-17 & 2017-18) shall be considered as L1 bidder. In case the audited balance sheet and profit & loss account statement for FY 2017- 18 is not available then the bidders may submit audited balance sheet and profit & loss account statement of FY 2014-15. Audited balance sheet and profit & loss account statement on Calendar year basis also shall be accepted.

7. BIDDERS TO UPLOAD AUDITED BALANCE SHEET AND PROFIT & LOSS ACCOUNT STATEMENT FOR 3 YEARS AS MENTIONED ABOVE. The balance sheet copy MUST bear the M.No. of the authorized Chartered Accountant and its SEAL.

8. Conditional offers are liable for rejection.

9. Any query with regard to non-issuance of the tender documents or rejection of the tender may be forwarded to Mr. P. Srinivasan, GM(Contract Cell)SR at the above address; e-mail: [email protected]

General Manager (Contract Cell), SR

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 8 of 62

SPECIAL TERMS & CONDITIONS OF TENDER

1. 0 GENERAL:

1.1 PARTY/ CONTRACTOR: Whenever the term ‘Party/Contractor is used the same shall mean “Successful Tenderer”.

1.2 COMPLIANCE OF SAFETY CODE: Following clause is also included in the General Conditions of Contract (GCC), which forms part of this tender / contract, under Section-10 (Safety Code).

Penalty for non-compliance: a. Violation of applicable Safety. Health and Environment related norm, a penalty of Rs.5,000/- per occasion. b. Violation as above resulting in: i. Any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,00,000/-) per injury in addition to Rs.5,000/- as in item 1. ii. Fatal accident a penalty of 1% of the contract value (maximum of Rs.10,00,000/-) per fatality in addition to Rs. 5,000/- as in item 1.

The aforesaid penalty clause is over and above the applicable statutory requirements.

1.3 ORDER OF PRECEDENCE: In case of contradictions between Indian Standards, General conditions of contract, Special conditions of contract, item wise description of works etc, the following shall prevail in order of precedence.

1. Formal contract 2. Acceptance of tender 3. Item wise description of work 4. Price schedule annexed to work order 5. Special terms & conditions of contract 6. General conditions of contract 7. Instructions to tenderers

2.0 NATURE, SCOPE & LOCATION OF WORK:

The Work Under this tender comprises: PROVISION OF 3 CANOPIES AND 1 DRIVEWAY AT VARIOUS RO’s UNDER SECUNDERABAD DO,TAPSO Scope of works include works mentioned in detailed BOQ as per the work descriptions & specifications and drawings.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 9 of 62

3.0 The estimated quantum of work is given in the Price Schedule. Please note that this is the estimated quantum of work and payment will be based on actual measurement of works executed at site as per requirement.

4.0 EARNEST MONEY DEPOSIT (EMD):

4.1 Tenderers are required to submit an EMD in online in e-tender portal.

4.2 Tenders received without EMD shall be rejected outright.

a)Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central & State) and JV’s of IOCL are exempt from payment of EMD. The MSME parties must note that the certificate issued to them shall be valid on the date of tender opening and the certificate contains the items tendered as mentioned in price schedule. Tenderers are also required to note that no exemption other than EMD will be given to MSME parties.

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

Canvassing of information or submission of false/ forged documents/ information by tenderers. Backing out after placement of work order.

Failure to deposit or furnish requisite ISD/ SD as specified in the work order

4.6 Firms registered as per MSME Act 2006 (erstwhile NSIC registered parties), PSU’s (Central & State) and JV’s of IOCL are exempt from payment of EMD. THE MSME parties must note that the certificate issued to them shall be valid on the date of tender opening and the certificate contains the items tendered as mentioned in price schedule. Tenderers are also required to note that no exemption other than EMD will be given to MSME parties.

5.0 EVALUATION OF TENDERS:

5.1 The tenders are advised to submit their quote as a percentage (+/ -) on the total amount indicated in the price schedule. 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.

In case there is a tie again, the bidder with the highest turnover worked out to three decimal points in any of the preceding three years (FY 2015-16, 2016-17 & 2017-18) shall be considered as L1 bidder. In case the filled returns for FY 2017-18 is not available then the returns of FY 2014-15 shall be considered. (This is applicable only for the tenders invited in the period April’18 to Sep’18). Returns filled on Calendar year basis also shall be accepted.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 10 of 62

Provisional statement will not be considered. Unaudited balance sheet / profit and loss statements will not be considered.

5.2 The Tenderers must note that the rate in terms of percentage must be submitted limited to 3 decimal places. In case the rates in terms of percentage is quoted to more than 3 decimal places, then the offer shall be worked out to the first 3 decimal places without rounding off.

5.3 For execution of the subject work, (1) One contractor will be selected. “Negotiations will not be conducted with the bidders as a matter of routine. However, the Corporation reserves the right to conduct negotiations”.

6.0 PLACEMENT OF WORK ORDER: 6.1 On finalization of tender, detailed work order in duplicate shall be released to the successful tenderer. The Successful Tenderers shall arrange to submit Initial Security Deposit of Two and one half percent of the Total Contract value or Full Security Deposit of Ten percent of Total Contract Value within a period of TEN DAYS from date of DETAILED WORK ORDER. (Please refer Clause 1.9.5 below in this regard). SD by BG shall be in prescribed format enclosed with Work Order and on requisite value stamp paper as per Stamp Duty Act for State (format enclosed as Annexure). 6.2 Second copy of work order along with all enclosures signed with the office seal on all pages and all agreements/warranties/ declaration shall be submitted to our office within TEN DAYS from date of work order. 6.3 On receipt of Initial Security Deposit or Total Security Deposit as above, and compliance of all requirements as stipulated in Work Order, site will be handed over by the concerned Divisional Engineer. 6.4 The Contractor shall digitally sign on all the pages of the TENDER DOCUMENTS including the following re-confirming having studied, understood and quoted accordingly : Tender covering letter Special Terms & Conditions of Contract Price Schedule including offer page Item wise description of work (as per Item Code on second column of price schedule) General Conditions of Contract Working Drawings Set I – Site specific Standard Drawings – RO Construction IOC Civil works Specifications List of Approved makes QAP and formats for record – RO Construction

7.0 SECURITY DEPOSIT: As per Section 2, clause 2.1.1.0 of the GCC, the successful tenderer shall pay security deposit OR initial security deposit up on placement of work order .

7.1 In case of Initial security deposit: The successful tenderer within 10 days of receipt of acceptance of tender issued by owner shall deposit initial security deposit in an amount equal to 2.5% (Two and a half percent) of the total work order value in any of the following modes.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 11 of 62

a.Crossed Demand draft/ Pay order/ Bankers Cheque drawn on a nationalized/ scheduled bank drawn in favour of Indian Oil Corporation Limited payable at Hyderabad. (Cheques shall not be accepted)

If the EMD has been made in DD, the contractor may be permitted to adjust the same towards the initial security deposit and pay balance in the manner stipulated in (a) above.

b. 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.

c. Bank Guarantee is permitted if the value of ISD amount is more than Rs 1 Lac.

7.2 In case of SECURITY DEPOSIT: Either by DD or BANK GUARANTEE (BG Only if the quantum of security deposit is in excess of Rs. 1,00,000/-):

Entire amount of security deposit (worked out on the basis of work order value) should be 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 defects liability period (12 months from the date of successful completion of works as per contract) i.e. BG towards SD should be initially valid for a period of 17 months [ 2 months completion time + 12 months defect liability + 3 months]. This BG shall be submitted directly by the bankers under their covering letter to the office of the Corporation in a sealed cover.

The SD will be held for a period of 12 months from the date of successful completion of works as per contract.

7.3 The security deposit collected as per the terms shall be released after a period of 12 months from the date of completion of works subject to the relevant clauses of the GCC. The SD shall not carry any interest.

7.4 In case the tenderer does not accept the work order and complete the formalities of work order acceptance along with submission of Security deposit within stipulated time of 15 days then, Corporation shall reserve the right to cancel the work order awarded and forfeit the EMD.

8.0 VALIDITY OF OFFER : Tender offer shall be valid for a period of 4 months(120 days) from the date of opening of tender for consideration. IOC reserves the right to place work order at anytime within 4 months from date of opening of tender. Once work order is placed the rates shall remain firm till completion of entire work in all respects.

9.0 FIRM PRICE: Once the offer is accepted and agreement executed, the rate shall be valid till the completion of work in all respects and no escalation whatsoever will be entertained due to extension of time on any grounds. Similarly no variations or reimbursement shall be entertained due to revision in statutory tax or levies imposed by governments of state or center. GST at actual shall be paid as per prevailing rates at the time of payment.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 12 of 62

10.0 MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization clause, mentioned in the GCC, shall not be valid for this tender.

11.0 GCC – DELETION / MODIFICATION OF CLAUSE:

These Special terms and conditions shall be read in conjunction with the General term & Conditions (GCC) of Contract. Following clauses forming part of the GCC issued along with the tender are deleted / modified: a. Deleted – Clause 2.6.1.0, 2.6.2.0, 4.5.0.0 b. Deleted – 3.0 of Instruction to tenders c. Deleted – 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 they said contents are applicable to the arbitration provisions. d. Modified – In partial modification of clause 4.4.0.0 of GCC, price adjustment for delay in completion shall be deducted at applicable percentage from RA bills, on cumulative value of works done up to the concerned RA bill. However, in cases of abandonment of site / termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on the Total Contract Value as specified in the Acceptance of Tender.

12.0 QUOTED RATES : 12.1 Schedule of rates shall be read with work description, relevant Specifications, Instructions to Tenderers, Particular Conditions of Contract, Works Contract Agreement and other Special Terms and Conditions including relevant drawings.

12.2 Parties are required to make prior visit to the sites and quote accordingly. The price quoted by the tenderer shall remain firm for the entire duration of the Contract till completion of work. The rates quoted shall be inclusive of all materials, labour, Building Cess and other levies, packing, forwarding and transportation charges on materials & machinery, all leads and lifts, hire charges, insurance coverage etc., wherever as applicable and no separate payment will be made for the same however only Goods and Service Tax (GST) will be paid extra as per the prevailing rates at the time of payment.

12.3 The Contractor will have to execute the work in accordance with the drawings, Technical specifications and other conditions laid down in the Work Order documents and issued from time to time as well as to the full satisfaction of the Corporation/Consultants. The drawings accompanying the Work Order are indicative in nature.

12.4 The rates quoted by the tenderer in the schedule of rates will be deemed to be for the finished work and shall also include all charges for testing of materials, assisting taking joint measurements, all safety related requirements in connection with execution of works included in the schedule.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 13 of 62

12.5 Any additional item if required to be operated, prior approval to be obtained from IOCL . For the additional items operated which are available in SOR. The additional item rate available in SOR shall be paid on quoted price(+/-). For the additional items operated which are not available in SOR. Rate analysis to be submitted for approval based on the market rates. The additional items rate not available in SOR shall be paid on the rate analysis only and not on quoted price (+/-).

12.6 The rates once accepted shall remain unchanged till the expiry of Contract and no request for revision of rates shall be entertained from the successful tenderer for any reason.

12.7 The Corporation reserves the right to accept the whole or any part of the tender received and the Contractor shall be bound to perform the same at the quoted rate.

12.8 Making of any cut / opening for electrical wiring/ fitting in masonry work etc. and proper finishing of the masonry surface is deemed to be included in the work and shall not be paid extra.

12.9 All materials supplied by the Contractor shall be of best quality and shall be got approved by the Site Engineer before use.

12.10 Unless otherwise provided in the description of various items of work, the rates tendered by the Contractor shall be for complete items of work covering all liabilities, obligations and risk arising out of the conditions of contract and carrying the work in part(s) or under/across/along pipes, cables drains etc complete and shall apply to all heights, depths, leads and lifts. No extra charges whatsoever consequent on any misunderstanding or otherwise shall be allowed. All materials required for the entire work unless specifically mentioned in rate schedule shall be supplied by Contractor.

12.11 Any damage caused to the existing work including finished work by the Contractor while executing the work shall be made good by the Contractor at his own cost.

12.12 Payment to the Contractor shall be made for the actual quantity of work measured at the site at the rates agreed. All the items of work given in the schedule of rates shall be executed strictly in accordance with the relevant approved drawings, item wise description work, specifications and instructions of Site Engineer.

12.13 The quoted prices for items shall include all accessories, consumables, spares etc as required, whether specifically mentioned in the item or not, to make the item complete in all respects compatible with other related /associated items and fully functional.

12.14 Loading, transporting, unloading, handling / double handling, hoisting to all levels, setting, fittings and fixing in position protecting, disposal of debris and other labour necessary in and for job in accordance with the Contract documents, good practice and recognized principles shall be responsibility of the Contractor.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 14 of 62

12.15 All hardware / fasteners and other components shall function smoothly without any friction or crack when fixed in position.

12.16 Wherever any specified capacity of equipment/ fixture, thickness of material or size of section is not available, the next higher available capacity, size or thickness is to be provided without any extra cost.

12.17 Plans, drawings, and other information forming part of the tender documents shall constitute only a general guidance to enable the Tenderer to visualize the work and/or supplies contemplated under the Contract. These have been prepared and released in good faith on the basis of information available to the OWNER. IOC assumes no responsibility as to the correctness thereof and the Tenderer is expected prior to submission of offer to have undertaken a complete and independent survey and to have made his own study of all factors relevant to the performance of the work or making the supplies.

12.18 Should there be any doubt or ambiguity in the interpretation of the Tender Documents or error, omission or contradiction therein or any of them the Tenderer shall sufficiently in advance prior to submission of offer, apply in writing to IOC the Engineer-in-Charge for clarification or resolution of the doubt, ambiguity or contradiction or correction of the error or omission as the case may be. Should the Tenderer fail to apply to IOC for decision as aforesaid, the Tenderer shall, if awarded the work perform the said work at their own risk and the provisions relevant clauses of General Conditions of Contract shall apply to any such work performed by the CONTRACTOR. a) ACTION WHERE THERE IS NO SPECIFICATIONS:

In case of any class of work for which no specifications is mentioned, the same shall be carried out in accordance with the latest Bureau of Indian Standards specifications subject to the approval of the Corporation. In case the items are already covered under Schedule of Rates being followed by the respective Divisional Office, then the same rate with applicable discount as quoted in the tender shall be applied. However, in case the rates are not covered under Schedule of Rates, then 3 quotations shall be taken and approval shall be given by the respective Engg-in-charge for the rates.. b) APPLICABILITY OF IS CODES :

It shall be the responsibility of Contractor to ensure correctness of applicable IS code and conformity of material, equipment, makes, workmanship, testing etc to IS codes and standards.

13.0 COMMENCEMENT OF WORK AND REFUSALS :

13.1 The Contractor shall have to start the work within 10 days from the date of issuance of commencement order or the actual date of handing over, whichever is earlier, failing which

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 15 of 62

price adjustment shall be done as per provisions of clause No.4.4.0.0 of General Conditions of Contract.

13.2 It shall be noted that for the purpose of price adjustments for delay in completion, completion time, extension, delay and the time of commencement shall be calculated separately for each RO and not on the entire work order value in case multiple ROs are covered in the same tender. However, work has to be done simultaneously at all locations, unless there are some site specific issues which needs to be recorded from time to time in the hindrance register.

13.3 If the Contractor accept the work order 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 the entire risk and cost of original Contractor.

13.4 In the event of such cancellation, the ISD/SD for the subject work will be forfeited and the empanelment of the contractor in all categories shall be cancelled forthwith, without any further intimation to the contractor. In addition the Corporation also reserves the right to holiday list the contractor in the event of such default.

14.0 HANDING OVER OF SITE BY CORPORATION: The site will be handed over to the party on “as is where is” basis. Any bushes/vegetation etc. required to be cut during the start/ course of the work shall be done by the party and no separate payment shall be made for the same.

15.0 COMPLETION SCHEDULE :

15.1 The entire work of PROVISION OF ALL 3 CANOPIES AND 1 DRIVEWAY AT VARIOUS RO’s UNDER SECUNDERABAD DO,TAPSO should be completed as per the completion schedule specified in the NIT ie. Canopy – 60 days: Driveway – 45 days including all items of work specified in the price schedule shall be completed as specified in NIT from the date of handing over the site, which will be taken as 10th day from the date of commencement order or the actual date of handing over which ever is earlier, failing which price adjustment shall be made as mentioned below:

In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion shall be deducted at applicable percentage from RA Bills, on cumulative value of works done up to the concerned RA Bill. However, in case of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total contract value as specified in Acceptance of tender.

15.2 The Contractor shall submit within 10 days of the receipt of detailed work order, a detailed construction programme mutually agreed by the Corporation and the Contractor giving the complete schedule of executing the work. The programme thus submitted shall

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 16 of 62

shall be binding on the Contractor. However, the Corporation reserves the right to alter the programme if necessary. No claim whatsoever of the Contractor on this account, shall be entertained. All works intimated by the Corporation shall have to be carried out at the quoted rates irrespective of Contractor’s schedule for completing the works.

15.3 In case of failure to adhere to the time limit or if the pace of progress is not satisfactory, the Corporation will be at liberty to terminate the contract and get the works executed by an alternate agency at the risk and cost of the Contractor. No claims on account of loss in profits on this or on any other grounds shall be entertained.

15.4 SITE ORGANISATION & WORKING HOURS

15.4.1 Adequate technical man power and site organization should be provided by the Contractor during execution of the works. The Corporation reserves the right to ask for replacement/enhancement in the site organization depending upon the progress of the work and Contractor shall agree to abide by them.

15.4.2 The time limit for completion of the work is determined depending upon the nature of jobs and site conditions etc. and the stipulated time of completion shall be strictly adhered to, failing which price adjustments shall be made as mentioned below:

In partial modification of clause 4.4.0.0 of GCC, Price adjustment for delay in completion shall be deducted at applicable percentage from RA Bills, on cumulative value of works done up to the concerned RA Bill. However, in case of abandonment of site/termination, price adjustment for delay shall be applied in line with GCC clause 7.0.9.0 on total contract value as specified in Acceptance of tender.

15.4.3 Depending upon the requirement, with the concurrence of Site Engineer, the Contractor may be permitted to work beyond the normal working hours to the extent of round the clock and holidays also for which no extra claim would be entertained. A prior notice will be required from the Contractor for nighttime working. In the event of nighttime working, the Contractor shall provide and maintain at his own cost sufficient lights and Security Personnel, if so required, to enable the work to proceed satisfactory without hindrance.

15.4.4 Similarly, if the Contractors required to work on holidays or extended hours to complete the work within time schedule, a prior notice will have to be given to the Corporation and no claims regarding payment of overtime etc will be entertained by the Corporation.

15.4.5 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 Contractor.

15.4.6 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 which

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 17 of 62

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.

15.4.7 If the Contractor fails to complete work within the completion period, does not show sufficient progress as per schedule fixed for completion of the work, the Corporation can terminate the contract by giving sufficient notice by a Registered Letter and get the full or remaining job done through any other Contractor at even higher rate than the Order Rates and recover the difference from the Contractors’ pending bill/security deposit. If the work is done through any other Contractor at the same rate the Corporation shall in that event forfeit party’s initial EMD/SD for a particular state office/Category. 15.4.8 The Contractor, if they so desire, can make an application sufficiently in advance before the completion time, if they anticipate any obstacle/ hindrances in completion of their work, before the schedule date of completion. The Corporation however shall not be bound to give any extension of time if the delay is on the part of the Contractor. 15.4.9 Acceptance of 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 certified only when the Contractor has fully discharged all his obligations in terms of all the contract documents.

16.0 PROGRESS MEETINGS: During the progress of the work, progress review meetings will be held at regular intervals in the Corporation’s office/ site. The Contractor shall be represented by a competent officer who shall be qualified to accept instructions and take decisions on behalf of the Contractor. The Contractors are required to advise the Corporation every month on the progress of works as per the standard format.

17.0 SCOPE OF WORK:

17.1 The scope of work is as detailed in the schedule of rates, Item wise detailed description of work, enclosed drawings and technical specifications enclosed.

17.2 The work described in the specifications and other Work Order documents along with their various elements to be supplied and erected by the Contractor shall be complete with all components and accessories which are necessary, or are usual for their efficient performance and satisfactory maintenance. Such works shall be deemed to be within the scope of the Contract, whether specifically included or not in the schedule. All material and workmanship shall be best of its particular kind.

18.0 POWER / WATER: IOC will not make available electrical power / water, required for the job. The contractor should make their own arrangements at their cost for required power / Diesel Generator sets and water for all leads and lifts for completion of works within stipulated time limit. No delay shall be entertained on account of non-availability of water or power supply. Electrical work shall be carried out through licensed electrical personnel only.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 18 of 62

19.0 TERMS OF PAYMENT: 19.1 The following payment terms shall apply for this tender:

19.1.1. CIVIL WORKS: A. Upto 95% of the item rate on completion of each item in RA Bills B. Balance 5% on completion of all works and in final bill.

19.1.2 TANK WORKS: A. 60% of the item rate on completion of tank installation, hydro testing & sand filling. B. 30% of the item rate on completion of top slab. C. 5% of the item rate on commissioning of tank, provision of tank manhole covers and in final bill. D. 5% of the item rate on completion of all works & in final bill.

19.1.3 EQUIPMENTS LIKE COMPRESSOR, DAG , ETC & ITEMS LIKE YARD LIGHT ETC. A. Upto 80% of the item rate on supply of equipment/ items to site including test certificates B. 15% After installation & grouting of equipment C. Balance 5% on completion of all works & in final bill

19.1.4 ELECTRICAL & PIPELINE WORKS A. 60% of the item rate on supply of items to site B. 35% of the item rate on installation of items C. Balance 5% on completion of all works & in final bill.

19.1.5 CANOPY WORK a. 60% of item rate quoted on supply to site. The structural items supplied to site must be in prefabricated condition and in readiness for erection. b. 35% of item rate quoted on completion of erection. c. Balance 5% on completion of all works and in the final bill.

19.2 Submission of Bills: The Contractor is required to submit the bills in the standard Performa of the Corporation only.

19.3 E-PAYMENT SYSTEM : To enable quick release of payments, Corporation has implemented SYSTEM OF PAYMENTS THROUGH EFTT/RTGS/ INTERNET. Tenderer is required to positively furnish Particulars of their Bank Account in prescribed format enclosed with Tender (Annexure A of Special Terms and Conditions).

20.0 SAFE CUSTODY AND STORAGE: Contractor shall make necessary arrangements for the safe custody of their materials and the Corporation shall in no case be responsible for any loss or damage to the same. Any temporary structure if allowed to be erected by the Corporation for the purpose shall be demolished and removed on completion of works. Further, safe custody of all machinery and equipment used

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 19 of 62

by the Contractor for the work shall be their sole responsibility. They shall therefore employ sufficient staff for watch and ward at their expenses if felt necessary.

21.0 WORKS BY OTHER CONTRACTORS / NON HINDRANCE TO SALES: Along with the works covered under this contract other works shall be carried simultaneously by other Contractors. The Contractor shall extend full co-operation to the Contractors and the works, shall be carried out in such a way as not to affect the progress of the project. Any damage caused to other works shall be rectified by the Contractor at their entire risk and cost. The works are to be carried out at functioning petrol pumps and suitable safety precautions, as advised, will have to be taken by the Contractor. The Contractor will be fully responsible for implementation of all precautionary measures and for ensuring safety of all structures till the work is completed in all respects. The working of the Contractor should cause minimum hindrance to the sales activity of the petrol pump.

22.0 DAMAGE TO EXISTING FACILITIES: Any damage caused to the existing facilities while carrying out the work shall be made good by the Contractor to the entire satisfaction of the Corporation at his own risk and cost.

23.0 FORCE MAJEURE: The term “Force majeure” as employed in the contract shall mean declared civil war, tidal waves, fire, major flood, earthquakes (above 7 magnitude on Richter scale), damage from aircraft, nuclear fission, riots, (other than among the Contractor’s employees), lightening and other such causes over which the Contractor has no control and are accepted as such by Corporation whose decision shall be final and binding. Delays resulting from such reasons shall extend the time for completion for the work and commencement of free maintenance period without any financial obligation of any kind from either side.

24.0 Insurance Policy :

Contractor to obtain necessary Insurance to cover any accident in line with General Conditions of Contract .

25.0 ESIC Registration:

The Contractor shall enforce the provision of ESI Act/ scheme and other Acts/ Scheme with regard to this contract and shall fulfill other obligations/ requirements of the Act/Scheme for proper compliance as may be directed by the ESI Authorities or the Corporation. The successful contractor also needs to obtain applicable registration in this regard. 26.0.REMOVAL OF DEBRIS:

Contractor shall arrange to dispose off debris and any other waste product created while carrying out the work, outside Corporation’s premises. The Contractor shall take due care while disposing of such waste materials and ensure that any rules/ regulations laid down by

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 20 of 62

Municipal Corporation or any other statutory body are not violated. The Contractor shall be responsible and answerable to any complaint arising out of improper disposal of waste material. Quoted rate shall involve the cost of same and no extra payment shall be made towards this account.

27.0 CLEARING THE SITE OF WORKS: The Contractor shall clear the site of works as per the instructions of the Site Engineer. The site of works shall be cleaned of all men, site equipment, materials, etc and shall be delivered back to the Corporation in a clean and neat condition as required by the Site Engineer within a period of one week after the job is completed after ensuring that all surfaces spoiled during the works such as floors, walls, glass panels, etc are spotless clean.

In case of failure to do so by the Contractor, the Corporation will have the right to get the site cleared at the risk and cost of the Contractor.

28.0 OBSERVATION OF RULES: The Contractor shall have to observe all local rules for safety/ security. The Contractor shall also be required to comply with all acts and regulations for the successful completion of the contract works and shall give due notices and pay all fees.

29.0 TYPOGRAPHICAL OR CLERICAL ERRORS:

The Corporation’s clarifications regarding partially omitted particulars or typographical or clerical errors shall be final and binding on the Contractor.

30.0 CONFIDENTIALITY OF DOCUMENTS/CONTRACT DETAILS : The Contractor shall not without the Corporation’s prior written consent disclose any specification, plan, drawing, pattern, sample or information furnished by or on behalf of Corporation in connection to a person other than a person employed by the Contractor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only so as may be necessary for the purpose of such performance. The Contractor will bind such employee to secrecy of information. The Contractor shall not make use of any document or information set out above or in this contract except for the purpose of performing the contract. The Contractor shall indemnify and make good any loss that may be sustained by the Corporation In the event of non- fulfillment of the above condition by the Contractor .

31.0 INSPECTION OF WORKS/SHOP/SITE BY CONSULTANT OR THIRD PARTY INSPECTION AGENCY: The Corporation if engaged the services of third party inspection agency /consultant to carry out any stage/ final inspection or for supervising a part or whole of the works and as authorized representatives of the Corporation, the Contractor will be required to take instructions from them regarding all aspects of the work.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 21 of 62

32.0 On execution of the Contract, all prior proposals of the Contractor, quotations, and agreements between the parties, understandings, representations and arrangements not specifically incorporated in the Contract shall be superseded.

33.0 DRAWINGS: Wherever dimensions or sizes are not specified in schedule of rates, the drawings provided may be referred. Figured dimensions are to be followed in all cases. Large- scale details take precedence over small-scale drawings. In general, the drawings shall indicate the dimensions, positions and type of construction, the specifications shall indicate the quantities and methods, and the schedule of rates shall indicate the quantum and rate for each item of work. Any work indicated in the drawings and not mentioned in the specifications or vice-versa, shall be treated as though fully set forth in both. Any ambiguity, conflict of interpretation, errors or inconsistencies discovered in the drawings/documents shall be promptly brought to the attention of the Corporation shall prevail, but in the event of disagreement between the Contractors and the Site Engineer, decisions of Engineer-In-charge shall be final. In case of any discrepancy, the Contractor is to ask for explanation before proceeding with the work.

34.0 MATERIALS/EQUIPMENT :

34.1Any sub standard materials, used during execution will be rejected and the Contractor shall replace the same to the entire satisfaction of the Corporation at their own cost.

34.2 All material required for this work shall be supplied by Contractor except dispensing pumps and horizontal tanks which will be supplied by IOC. It will be the responsibility of the party to provide at their cost qualified welders, labour, equipments, machinery, power and all materials as detailed in our price bid schedule, scope of work/item wise detailed description of work, specification and relevant IS codes so as to complete the job in all respects.

34.3 Materials supplied by party shall be utilized only after getting approval from Site Engineer.

34.4 Corporation shall not be responsible for the security of the party’ material/ equipments.

34.5 No covered space shall be made available for storage/stacking of party’s materials. The party shall make their own arrangement for the same.

35 ISSUE OF MATERIALS BY CORPORATION :

35.1 The tank/ pump and the miscellaneous fittings/fixtures, engineering materials etc. for Retail Outlet, are usually dispatched in the name of Dealer OR Contractor and the Contractor after taking over the site shall take delivery of the above materials from dealer for installation and keep them in safe custody till the time of handing over. If any material is

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 22 of 62

found to be missing or short from the list of materials, the Contractor shall immediately inform the concerned Divisional Engineer in writing of such shortages. If any material is lost or damaged while it is in Contractors custody, the Contractor will have to make up for the losses. The Corporation can ask for Bank Guarantee or security in the form of cash deposit for any material issued to Contractor for the work outside any established premises of the Corporation.

35.2 For works at any other site where Corporation has no established premises, the Corporation may request the Contractor to take charge of equipment till handing over and Contractor shall be responsible for security of the same.

35.3 The Contractor will not have any legal ownership on materials issued for Corporation works.

35.4 The Contractor will submit the name of his authorized representative with his attested signature to Divisional Engineer/Location- in-charge for issue of materials.

35.5 Contractor will preserve MIN/MRN (for receipt of material from the Corporation/ Return of balance material to the Corporation after the individual work has been completed) till the submission of final bill for individual works. The consumption of material for work will be settled on the basis of MIN/MRN if any materials is found short, the Corporation will recover its cost either book value plus 10% or market rate whichever is higher.

35.6 The Contractor on completion of job will hand over the facilities and site to Corporation or its authorized representative and will have no legal claim of ownership on materials, equipment and site.

36 DEALING WITH OUTSIDE PARTIES : The Contractor should purchase all materials from the market, which they require for the work allotted to them in cash or credit in their own firm name only.

If any material has been purchased by the Contractor or credit and payment is not cleared, Corporation on receipt of such complaint from any party can recover the amount from Contractor’s pending bill or a security deposit, on account of non-clearance of such transaction where the Corporation’s name/ dealing is likely to be adversely affected and may make the payment to the concerned party.

Contractors 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. The Contractor can then be debarred from Corporation and EMD/SD shall be forfeited for such lapses.

37.0 SECURED ADVANCE FOR SUPPLY OF MATERIALS: No Secured Advance Shall Be Payable For Materials Brought To Site By Contractor.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 23 of 62

38.0 INCOME TAX, STATUTORY LEVIES : a. The contractor shall note that the rates quoted shall be inclusive of all taxes, duties, statutory levies, royalty, Income tax, , building cess, transportation etc, except GST which will be paid extra as per the prevailing rates. b. Contractor is liable to pay the prevailing taxes and all other statutory levies on the materials purchased by them which shall be utilized or consumed to carry out this work.

The quantities in the schedule are approximate. There may be variation in the quantities. Payment shall be made only on the actual work carried out by the party

39.0 CODES AND STANDARDS: The party shall arrange, at their own cost, to keep a set of latest edition of all applicable standards and codes at site.

40.0 SAFETY PRECAUTIONS & HOT WORK : a.The Contractor shall have to take all safety precautions for carrying out hot work in the Retail Outlet if required, at his own cost as directed by the site Engineer. Necessary safety equipments such as safety belts, helmets and other equipment are to be positioned by the contractor and used as per requirement b. Heating the stone metal, sand, bitumen and hot mixing shall be done outside the Retail Outlet. Safety distances as per CCE Rules & OISD shall be maintained strictly. c. Any casualty or damage caused by any untoward incidents while executing this contract will be at the Contractors’ risk and cost. d. Welding work may not be allowed during the daytime when Operation is on and may have to be done during scattered hours or during night hours, however, no compensation will be paid on account of idling of labour/equipment. e. Since the work shall be carried out at running retail outlets, hot work permit on day to-day basis as required under prevailing guidelines shall be obtained from the dealer of the retail outlet. f. The successful tenderer shall be responsible for observance of all conditions as per appendix 3 furnished along with GCC with regard to safety.

41.0 SECURITY OF MATERIAL/ EQUIPMENT : Contractor is fully responsible for the equipment/materials handed over to him 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. Corporation shall not be responsible for the security of Contractor’s material / equipment.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 24 of 62

42.0 ELECTRICAL WORK: During the execution of job temporary connections are to be provided by the Contractor and all possible assistance shall be rendered by the Contractor for the smooth operation of the Retail Outlet. No extra payment shall be made on this account.

All temporary connections are to be spark proof/ flame proof and shall be got approved from Site Engineer.

Test Report (if required for this job as decided by the engineer) duly approved by the local Electricity Department shall be submitted by the Contractor after completion of the work. Any payment to Electricity Department needed shall be borne by the Contractor.

The entire electrification work shall be carried out by the Contractor under supervision of licensed Electrical supervisor to the satisfaction of local Electricity Dept./Site Engineer.

The entire electrification work shall be carried out as per I.E. Rules/ Local Electricity regulation/ IOC specification as applicable. 43.0 MAKES OF MATERIAL/EQUIPMENT : LIST OF MAKES IS ATTACHED WITH TENDER FOR REFERENCE. NO MATERIAL/EQUIPMENT SHALL BE BROUGHT TO SITE WITHOUT PRIOR APPROVAL FROM IOC ENGINEER.

The Contractor shall produce all invoices in original for the materials purchased as called for by the Corporation Engineers for proof of having purchased approved makes / authorized dealers, etc.

The Contractors should produce manufacturers test certificates as and when called for. The Contractors have to get the materials tested from the Laboratories as approved by IOC Engineer at no extra cost. The materials, which do not meet the minimum requirements, have to be replaced with new materials. The Contractor should get new materials tested at no extra cost.

44.0 OTHER SPECIFICATIONS : The work shall be carried out as per Corporation’s specifications/drawings and to the entire satisfaction of site engineer. Unless otherwise stated above the work shall be carried out as per IOC Specifications.

45.0 ADDITIONAL ITEM : The Contractor shall not take up any extra item unless he receives specific written instructions from the concerned office or from IOC Engineer. For the additional items operated which are available in SOR. The additional item rate available in SOR shall be paid on quoted price(+/-). For the additional items operated which are not available in SOR. Rate analysis to be submitted for approval based on the market rates. The additional items rate not available in SOR shall be paid on the rate analysis only and not on quoted price (+/-). 46. SECRECY AGREEMENT:

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 25 of 62

Contract shall, as a part of his obligation sign an agreement for secrecy of the drawings/documents with IOC. Contractor, shall hereby expressly undertake to keep all drawings/documents as well as other technical information given in the contract document secret and shall not diverse or leak or otherwise cost to be known to the competitors or otherwise having any interest in such process in any way the contents in any form shape or method.

47.0 SPECIAL CONDITONS:

47.1. The works at site will be supervised either by IOC site engineer or by Project Management Consultant (PMC) agency appointed by IOC. It shall be the responsibility of the contractor to ensure that the works are carried out with due inspection of works by PMC agency as per approved QAP at every stage of work. Further it shall also be the responsibility of the successful tenderer to submit bills for payment which are duly certified by PMC agency. Bills shall be processed for the works completed, measured and entered in the MB duly signed by both successful tenderer and TPI. During execution of works, it shall be noted that deviations shall be put up duly endorsed by TPI agency.

47.2. Since the work is to be carried out in running location also in some cases, 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.

47.3. 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 and final measurement certified only when the Contractor has fully discharged all his obligations in terms of all the contract documents.

47.4. Facilities dismantled/ Damaged while executing the works shall be restored to its original condition without any extra cost to the Corporation.

47.5.THE BILLS ARE TO BE CERTIFIED BY CONCERNED DIVISIONAL ENGINEERS AND THE PAYMENT WILL BE MADE BY STATE OFFICE AS PER PREVAILING POLICY OF THE CORPORATION FROM TIME TO TIME. 47.6. Many works executed may need clearance from an Acceptance Committee formed by Corporation at any stage of the work. Contractor shall render full cooperation and comply with all the observations, instructions of the Committee at no extra cost to IOC.

47.7. The work orders shall be cancelled in the event of negligence in carrying out the works or poor quality of work/workmanship.

47.8. The relevant clauses in the GCC shall also be applicable for termination of individual work order / contract.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 26 of 62

47.9. The checklist for bills and the materials / makes used is enclosed. The same has to be filled and enclosed with the Running / Final bills along with the relevant documents, failing which the bill shall not be passed for payment. The list is not exhaustive and hence, items may be added, as applicable, by the Site Engineer.

47.10. PHOTOGRAPHS OF WORKS CARRIED OUT: The contractors shall submit 4” X 6” size coloured photographs of the work carried out from time to time, at their own cost as per the instructions of the TPI Agency/ IOCL prior to clearance of final bill. Photographs to be submitted for each of the major items of work such as Sales Building, Tank Installation, Piping, Driveway, Compound/Retaining wall/ Chain link fencing, canopy etc and shall indicate final completion of works.

48. Tenderers are advised to note that GST at prevailing rates will be paid to the party, Taking in to account of the Reverse Charge Mechanism (RCM) as applicable.

49. DELETIONS IN GCC CLAUSE:

A. MOBILISATION ADVANCE: No mobilization advance shall be given for this work. Mobilization clause, mentioned in the GCC, shall not be valid for this tender. B. Following clauses forming part of GCC already issued are deleted from the scope of this tender: Clause 2.6.1.0 & 2.6.2.0- General, Section 2 of GCC Clause 3.0 – Instruction to tenderers of GCC

C. GCC contains provision 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 maybe general or special in nature shall also stand deleted to the extent the said contents are applicable to the arbitration provisions.

50. CLARIFICATIONS ON DESCRIPTION OF WORK:

50.1 Item of GI sheet mentioned as 0.4m shall be up to 1.2 m at the same rate mentioned in the SOR/ Detailed description.

50.2 Item of tank kerb wall in underground tank installation shall be paid separately and is not part of tank installation item as mentioned in the SOR.

50.3 Item of structural steel used for canopy fabrication and erection shall be considered under built up section.

50.4 Unit of ductile manholes is EA instead of KG.

TAXATION CLAUSES:

DEFINITIONS

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 27 of 62

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. 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. 5. 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. 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

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 28 of 62

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 along with 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. ROAD PERMIT/WAY BILL 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 supply and in case of seizure of goods/vehicle, the Contractor will be wholly responsible for release and reimburse the litigation cost to IOCL. 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. WORKS CONTRACT / COMPOSITE SUPPLY / MIXED SUPPLY 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

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 29 of 62

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. 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. 2. 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. 3. 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 4. 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. APPLICABLE TDS FOR INCOME TAX & GST 1. The contractor has to get registered under GST in the state where the work is to be executed and should raise invoices only on the GST registration of the executing state. In case contractor brings any material from other state or import from outside the state, then same needs to be brought under its own registration and road permit. IOCL will not issue any road permit for such transactions. 2. It may please be noted that the Bidders shall furnish copies of GST registration under Govt. of (name of political state)Telangana/Andhra Pradesh for carrying out the works within the state. 3. Parties not having GST registration of the State in which the works have to be carried out shall be considered provided they obtain the GST number within 6 weeks from the date of receipt of the work order. However, no payment shall be released till such time GST registration is obtained by the parties and copies of the same are submitted to the Corporation. In case, GST Registration is not available at the time of submitting the tender, the Bidder shall furnish a written undertaking that they shall obtain GST registration within 6 weeks from the date of receipt of work order and furnish the proof of the same to the Corporation. 4. In case of failure to obtain the GST registration as above, the work order/ Contract shall be liable for cancellation.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 30 of 62

5. Tax Deducted at Source wherever applicable under the state law where the Work is being executed will be deducted and deposited to concerned authorities and certificates will be issued as per provision of the State Statute. 6. Where the contractor is eligible for deduction at lower rate of TDS, supporting documents to be furnished to paying authority of IOCL before the payment is released. Once the deduction is made at higher rate and TDS is deposited to authorities, no claim will be entertained by IOCL.

INCOME TAX: 1. The contractor shall be exclusively responsible and liable to pay Taxes on Income arising out of payment made out of the contract. 2. Wherever withholding tax i.e. Tax deduction at source (TDS) is applicable under the Income tax Act, 1961 the same will be deducted from the Invoices raised and TDS Certificate as per provision of the Income tax Act and Rules shall be issued to the contractor. 3. PAN is mandatory. If PAN is not provided TDS would be deducted at higher rate as per the provisions of Income Tax Act.

IOCL GST NUMBER: IOCL GSTIN TELANGANA : 36AAACI1681G1ZQ IOCL GSTIN ANDHRA PRADESH : 37AAACI1681G2ZN

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 31 of 62

LED Fittings

a. The detailed specification for LED Luminaire is attached with this tender document.

b. The scope of work for LED fitting for under Canopy lighting shall include submission of the detailed lighting design (developed by use of software), as per the requirement of IOCL, in order to attain the required level of illumination.

c. The required level of illumination to be achieved in ROs is defined as under.

1) Category – I – A Class of Market City ROs

Sl. No Location of RO In Lux Required Levels 1 Under Canopy Max 325 – 350(at the Pump Island) 2 Under Canopy Min 125-150 3 Under Canopy Avg 200-225 4 In Approach Area 50-60 5 In Yard 50-60

2) Category – II – ROs on Highways and B/C Class of Market

Sl. No Location of RO In Lux Required Levels 1 Under Canopy Max 250-300(at the Pump Island) 2 Under Canopy Min 100-120 3 Under Canopy Avg 150-160 4 In Approach Area 50-60 5 In Yard 40-50

TECHNICAL SPECIFICATIONS

1. Technical Specifications for LED: a. LED Efficiency shall be greater than 140 Lumens/Watt @ 350mA drive current. In respect of LEDs of higher power ratings, drive current greater than 350mA can be accepted if the LED’s LM 80 / IS:16105 test report support the same. b. LED shall be SMD (Surface mounted device) type LED for all applications. COB type to be considered only for applications such as Highbays, Flood Lights & Flameproof Light Fittings. c. Approved makes of different LED technology / types shall be as below:

LED Technology / Type Approved Make SMD Nichia, Osram, Lumileds (Erstwhile Phillips Lumileds), CREE COB Citizen, Bridgelux Domestic/Decorative Everlight Taiwan, Edison Taiwan, Samsung Korea, Osram Luminaries Germany along with makes approved for SMD

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 32 of 62

d. Test report for Ambient Temperature of 55 / 85 / 105 Deg C at Rated and Maximum current shall be submitted for SMD type LED. For COB type LED, as soldering temperature is not applicable for COB technology, LM 80 test report shall be submitted. e. TM 21 life projection calculations along with LM 80 for all three ambient temperature of 55 /85 /105 Deg C as per applicable standard shall be submitted to substantiate that life of LED Chip shall be more than 50,000 Hrs for both commercial and industrial range and 25,000 Hrs for LED Bulb, domestic and decorative range. f. Reported life span of LEDs used in the Luminaire shall be greater than 50,000 Hrs at the soldering point temperature of 85 Deg C and at luminaire driving current. g. The LEDs shall comply to Photo biological Safety norms as per IEC62471 / EN62471 / IS:16108 and should fall in the exempt or low risk group for outdoor LED luminaires. h. View angle: typical 120 Deg. i. Colour temperature of the proposed white colour LED shall be from 5700K (i.e. 5665K ± 355K) to 6500K for indoor type luminaire Step 5 or Step 3 McAdam as per ANSI standard C78.377A & 5700 K (I.e. 5665K±355K). For outdoor type luminaires Step 5 McAdam as per ANSI standard C78.377A, will be accepted on account of colour consistency. Colour Rendering Index (CRI): CRI should include all colour ranges from R1 to R15, shall be > 80 for indoor luminaire and > 70 for outdoor luminaire. 2. Technical requirements for LED driver: a. Minimum efficiency of driver: The minimum efficiency of LED driver shall be 85% for driver power output rating <= 40Wand 87% for driver power output rating > 40 W. b. Power factor of complete fitting: Greater than 0.9 (Except for Domestic / Decorative LED luminaire). c. In-built high voltage cutoff: >=290 Volt (High). d. Short circuit protection / Open load protection shall be required. e. Driver Surge Protection standard: Surge Protection for minimum 2kV for indoor and minimum 3kV for outdoor LED systems shall be provided. However if a site is prone to lightning and surges 10kV surge protection shall be required. In case of outdoor luminaires, the Surge Protection Devise (SPD) should be series type with fail safe. f. Total Harmonic Distortion (THD): Less than 10% for full load for more than 20W and less than 20% for less than 20W. Not applicable for Domestic / Decorative LED fixtures. g. Isolated driver should be used. h. Potting of LED Driver: For driver power output rating > 50W, potted driver shall be mandatory requirement.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 33 of 62

i. The power supply shall be connected to the LED PCBs through proper connectors. j. EMI /EMC compliance: Compliance to the following EMI /EMC standards: i. CISPR 15 / IS:6873 (CE, RE, CDN) or compliance to equivalent EN standard., ii. IEC: 61547 (reference standards are listed as follows) k. Driver shall comply with the safety requirements laid down in IEC:61347-2-13 / EN:61347-2-13 / IS:15885-2-13. l. Driver shall also comply with the performance requirements as per IEC:62384 / IS:16104. 3. Technical requirements of electronic components used: The circuit boards and electronic components to be used in the luminaire should be of rating / type so as to provide reliable functioning. Following shall be the requirements during procurement: a. MCPCB is to be used for SMD technology for LED wattage in excess of 0.5. The minimum thickness should be 1.0 mm for indoor and 1.6 mm for outdoor type luminaire. However the same is not applicable for COB. b. FR4 grade PCBs of minimum thickness of 1.6mm shall be used in driver circuits. The same is not applicable for COB.

4. Technical requirement of luminaire: a. The luminaire shall have LM – 79 / IS:16106 test report from NABL accredited laboratory. b. The minimum system lumen efficacy of the luminaire shall be 95 lm/W for luminaire system wattage ≤ 15 W and 100 lm/W for wattage > 15 W. The same shall be at least 50 lm/W for decorative fixtures. c. Following shall be required in terms of secondary lens / optics:

i. Indoor lights like bulb, tube, down lighter with a diffuser may not have secondary lens. ii. Outdoor Industrial luminaire like well glass, flat glass may not have secondary lens / optics. iii. For other Industrial and Outdoor fixtures, luminaire must have secondary lens / optics of type PMMA / Borosilicate glass / Polycarbonate. d. Color temperature: 5700 K (5665K ± 355K, as per ANSI standard C78.377A). e. CRI: CRI should include all color range from R1 to R15 and Ra shall be > 80 for Indoor luminaire and > 70 for Outdoor luminaire.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 34 of 62

f. Housing of luminaire: Housing of Outdoor and / or FLP shall be Pressure die-cast LM6 / ADC12 / LM24. For Indoor, non-weather proof items like CRCA / PC / Aluminium Extrusion housing can be used. g. Cover type: For Outdoor type fittings, cover type shall be toughened glass or UV stabilized polycarbonate whereas for Indoor and non-weather proof items, UV stabilized Polycarbonate can be used. h. Housing Ingress protection:

Application Type Minimum Ingress Protection required LED Street Light IP 66 LED Flood Light / Outdoor Industrial IP 65 Domestic and Commercial Indoor (Such as IP 20 Administrative Building, Stores) Toilet Fixtures IP 44 Industrial Indoor (such as High bay fittings, IP 54 Medium bay fittings) i. Impact resistance: For Outdoor fittings minimum impact resistance shall be IK-05 and not applicable for Indoor fixtures. j. Temperature rise test: When the luminaire has stabilized thermally, soldering point temperature shall be ≤ 85 Deg C for SMD type but for COB type the temperature rise test shall not be applicable. k. Temperature rise (above ambient) of heat sink should generally remain within 20 Deg C – relaxation on this account can be granted as long as the soldering point temperature limit of 85 Deg C is not violated and there is no unacceptable outcomes. l. BIS registration: The luminaire shall have BIS approval for surface mounted luminaire as applicable. m. Flameproof light fittings shall be certified for use in hazardous are as per area classification and the flameproof certificate shall be submitted along with the offer. Explosion proof certificate from PESO shall be submitted before or along with supply of such light fittings.

5. Inspection & Testing: a. Following acceptance tests shall be carried out as per relevant standards and approved sampling plan: i. Visual and dimensional checks.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 35 of 62

ii. Resistance to humidity test. iii. Insulation resistance (IR) test. iv. High Voltage test. v. Over-voltage Protection test. vi. Surge Protection test. vii. Total Harmonic Distortion (THD) test. viii. Reverse polarity test. ix. Temperature rise test. x. Ingress protection test.

Type test report / routine test certificates from NABL accredited labs shall be submitted.

6. WARRANTEE & PERFORMANCE GUARANTEE: The Supply of LED fittings shall be covered by following minimum warranty from the date of supply of the fittings: a) 60 Months warranty for Indoor & Outdoor commercial / Industrial complete luminaries including LED. b) 24 Months for LED Bulbs, Domestic or Decorative Luminaries including LEDs. c) Defect liability period, for which 10% Security Deposit / Performance Bank Guarantee shall be held toward performance as per following details. i) 5 Years in case of Indoor & Outdoor commercial / Industrial complete luminaries including LED. ii) 2 Years in case of LED Bulbs, Domestic or Decorative Luminaries including LEDs. iii) In case of composite tender which includes LED also the above mentioned defect liability period and performance BG of 10% will be for the LED part of the tender and for other works it will be as per existing guideline in practice i.e. for 1 Year.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 36 of 62

SPECIFICATIONS OF FLEXIBLE PIPES

1. Description of Pipes

Primary Carrier (Single Wall) pipe system comprising of Non – metallic HDPE (flexible) pipelines with manufacturer supplied fittings for underground use in the distribution of -base flammable and combustible liquids, alcohol-blended fuels.

2. Sizes

a) 2” (50 mm) b) 4” (110mm)

3. Certifications and Approvals

a) The non-metallic HDPE (flexible) pipelines and various types of fittings used shall be certified to be conforming to UL 971/EN 14125 or equivalent standards. Pipe-work/Pipe-system, certified as above, shall have designated means of connectors specified by the manufacturer or supplier. b) The Pipeline system comprising of the HDPE pipeline along with the other fittings shall be approved by CCOE/PESO. 4. Rating of Pipelines & Fittings

a) Operating Pressure: 3.5 bar (3.57 kg/cm2) b) Test Pressure : 5.0 + 0.1 bar (5.10 + 0.1 kg/cm2)

5. Product Compatibility

The pipes shall be suitable for use with Petroleum and blended fuels(Alcohol-Gasoline mixtures etc.,)

6. Installation

a) The manufacturer of the pipe system or an authorized representative of the manufacturer shall carry out installation. b) Piping trench width shall be such that a clearance of 100mm is available from the pipe edges to the sides of the trench. All piping within the trench shall be separated by at least 2” of clear spacing. Trench turns shall not be sharp. c) The bottom of the trench shall be compacted to avoid high spots and also to obtain an even layer of bedding material. All sharp rocks/materials shall be removed before spreading the bedding material. d) Clean sand shall be used for bedding and back filling the trench. Minimum thickness of the bedding layer beneath the pipeline shall be 150mm.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 37 of 62

e) The joints in the pipelines, except the end connections at the tanks and dispensers, shall be made by electro-fusion welding. f) Pressure Testing shall be done before the final backfilling. g) The minimum gap between the top of the paved surface and the top of the buried pipe shall be 450mm.

7. Recommended Makes

Sl. No Manufacturer Distributor/Representatives in 1. FGS Eco Flex M/s. Sumo Hi-Tech Marketing Pvt. Ltd. 422-424, Gemstar Commercial Complex, Ramchandra Lane Extn., Malad(W), – 400 064 2. UPP(M/s Franklin M/s. General Energy Management Systems Pvt. Ltd., B-56, Fuelling Systems India Sector-B1, Phase II, Noida – 201 305 Pvt. Ltd.) 3. Halock(M/s. Hallingplast M/s. Kiran Construction Company Engineers & Contractors, Norway) H.No.236, Sec. 19-A, Chandigarh – 160 019 4. KPS(M/s. Dover India M/s. Midco Ltd, Metro Estate, Vidyanagari Marg Kalina, Pvt. Ltd., OPW Division) Mumbai – 400 098 5. DURAPIPE UK make “PLX M/s. K.W. Engg & Signs Pvt Ltd., Farm No.2, Club Drive Brand” Road, Ghitroni, Delhi - 110030

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 38 of 62

Format for giving consent and bank details on letter head (Annexure – A) Dated: To, M/s Indian Oil Corporation Ltd. Address

Dear Sir, With reference to your advise, we hereby agree to accept the payment of our bills through “RTGS/NEFT/Electronic Mode”.

The desired bank account details are given below:

1. Vendor Code allotted by IOCL in SAP 2. Name of Beneficiary (i.e., IOCL Vendor ) 3. Name of the Beneficiary’s Bank 4. Address of the Beneficiary’ Bank Branch 5. Contact details of Branch with STD Code 6. Beneficiary’s Bank Account No. ( as per cheque copy ) 7. Beneficiary’s Account Type (SB/CC/CA) 8. Beneficiary’s Bank IFSC Code ( 11 Digit) 9. Mobile No of Beneficiary (One Number only) 10. E-Mail Id of Beneficiary (One Mail Id only)

A blank cancelled cheque leaf relating to the above bank account is enclosed for verifying the accuracy of the bank account details.

I hereby declare that the particulars given above are correct and complete. I agree to receive transactional SMS / E-Mail Alerts from IOCL with regard to my bill payments.

(Signature of Account Holder) Seal of the Vendor Encl: Cancelled Cheque **** We hereby confirm that the above bank account details of beneficiary are correct in all respects and the account of Beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of Bank & Branch) Authorized Signatory

**** Verification required only in case vendors name is not printed/appearing on the cancelled cheque leaf being submitted to IOCL office

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 39 of 62

Annexure – B CHECK LIST WHILE PREPARING BILLS AT FIELD / DIVISONL OFFICE: Sr Submitted Submitted No Name of document Yes/No Yes/No Site handing over / taking over 1 certificate (in case of 1st bill)

2 Copy of work order (in case of 1st bill)

Sales tax certificate (Form 8 AB) of 3 the party)

Proforma for Works Contract Bills duly 4 signed by the contractor

Measurement book (signed on all pages by Contractor / their authorized representative and IOCL / 5 IOCL representative)

Manufacturer ’s Reports of test Test certificates (Copies with Test Carried out 6 R / A bills & original with final bills) Certificate by Contractor

Cement (For makes of cement A purchased)

Steel reinforcement (For all lots of B steel purchased)

C Bricks (One test for every 100 cum)

Sand (One test for every change of D quarry)

20mm metal (One test for every E change of crusher) Water (One test for every change of F source) Field Density Test (One test for every 1000 Sqm for every layer of 200mm G thick)

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 40 of 62

CBR test before WBM (One test for H every 1000 Sqm)

Structural Steel (For every lot of steel I purchased)

J Roofing sheets (For every batch)

K False ceiling (For every batch)

Paver blocks (For every load MTC and L 5 Nos for every 1000 Sqm)

M Column cladding (For every lot)

N RCC hume pipes (For all diameters)

Electric cables (For all cable sections O / makes) P Cube Test 7 Days 28 Days Canopy footings

Sales Bulding footings

Sales building columns

Sales Building lintels

Sales Building slab

Tank strip raft foundation (for every tank)

Tank matt slab (For every tank)

Tank top slab (For every tank)

Deviation statement (In case of final 7 bills) M C Bills signed on all pages by the contractor with seal

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 41 of 62

INDEMNITY BOND UNDERTAKINGS PROFORMA-‘A’ (FOR PF) (To be executed if Applicable on obtaining work order ) From : M/s. ……………………………………………………………………………… (Contractors)

To, M/s. INDIAN OIL CORPORATION LIMITED Sub.: (1) Work Order No...... dt...... (2) Agreement No...... dt......

THIS INDEMNITY BOND/UNDERTAKING executed at ...……………..……...... this ...... day ...... ………...... of ………………………….. by Messers ………………………………………………………………………………………….. hereafter called the "Contractors" (which expression shall mean and include if the context so admits, the partners or partner for the time being of the Firm and their his respective heirs, executors and administrations its successors and assigns in law) in favour of INDIAN OIL CORPORATION LTD., a Company incorporated under the Company Act 1 of 1956 and having its Registered Office at G-9, Ali Yavar Jung Marg, Bandra (East). Bombay - 400 051, hereinafter called "the Corporation” (which expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the work order No. ______dated ______issued by the Corporation on the Contractors has caused drawings, specifications and bill of quantity showing and describing the work to be done prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have agreed with the said work Order upon certain terms and conditions provided in the Agreement executed between the Contractors and the Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of various Labour Laws like Minimum Wages Act 1948, Equal Remuneration Act 1976, Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contact Labour (Regulation and Act 1970), Workmen's Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act providing for Provident Fund Act Scheme for labourers engaged by the Contractors but amenities and facilities to the workers under the different labour laws,

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 42 of 62

not only the contractors but also the Corporation as the principal employer becomes liable for the acts of omission and commissions by the Contractors.

IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND

UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter;

The Contractor hereby undertake to furnish a certificate with regard to the number of labourers employed by them in the Corporation and in other organisation throughout the country to the Location in-charge of the Corporation where the work is undertaking by the Contractors.

The Contractors hereby confirm and state that they are duly registered under Contact Labour (Regulation and Abolition) Act 1979 as amended from time to time and that they undertake to furnish a certified copy of the requisite License obtained by the Contractors from the competent authority to the Corporation's representative.

The Contractors hereby undertake to keep proper record of attendance of his labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation's representative the right to countersign the said register. The Contractors shall provide a copy of pay sheets to the Location in-charge of the Corporation and also confer the right of wages to the labourers on the spot whenever required by the Corporation.

The Contractors state that they are fully aware of the provisions of the Provident Fund Act, particularly with regard to the enrolment of labourers as a member of Provident Fund. The Contractors further confirm that they are aware of the provisions and that they are obliged to recover Provident Fund contribution from the eligible labourers engaged by them and after adding their own contribution, remit the same to RPFC. The contractors state and confirm that they are fully aware of their obligation to remit the said amounts on account of Provident Fund to the RPFC within the prescribed period and that they have obtained a separate code number from the Regional Provident Fund Commissioner which is bearing Sanction No…………….……………………. dated ...... …………...... from ...... RPFC. The Contractors will afford all opportunities to the Corporation whenever required to verity that the Provident Fund is actually deducted by the Contractors from the wages of

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 43 of 62

the labourers and the same together with the Contractors' contribution has been duly remitted by the Contractors to the concerned P.F. Commissioners. The Contractors also undertake to provide photocopy of the receipt issued by the concerned P.F. Commissioner for having received the P.F. contribution from the Contractors. In the event the location in-charge of the Corporation is not satisfied about the payment of wages made and the recovery of P.F. etc. from the labourers employed by the Contractors, the Contractors hereby agree and authorize the location in-charge to complete all their obligations by deducting the dues from the bills. Notwithstanding the provisions contained in clause 6 above, the Contractors hereby undertake and authorize the Corporation to recover dues payable by the Contractors to the labourers employed by them as also amounts on account of P.F. contributions (including the Contractors' -contribution) as also all losses. damages, costs, charges, expenses, penalties from their bills and other dues including the security amounts. The Contractors hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may incur, suffer or be put to. The contractors hereby agree that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the tender documents and the work order and also the Agreement executed by the Contractors with the Corporation. The Contractors hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representatives and shall ensure for the Corporation's benefit and for the benefit of its successors and assigns. Yours faithfully. Contractor's Name and Signature Witness (1) …………………………………………………………………………... (Full address) …………………………………………………………………………... …………………………………………………………………………... Witness (2) …………………………………………………………………………... (Full address) …………………………………………………………………………... …………………………………………………………………………...

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 44 of 62

PROFORMA OF DECLARATIONS : B/C/D Since this has been submitted by the tenderers during empanelment, same to be submitted only if any change in declarations.

PROFORMA OF DECLARATIONS TO BE FURNISHED BY THE TENDERERS

D E C L A R A T I O N - `A'

We declare that we have complied with all the conditions of the tender including technical specifications, drawings, GCC & all the documents etc., forming part of tender.

Date: Tenderer’s Place: Signature & Seal

D E C L A R A T I O N - `B'

We declare that we do not have any employee who is related to any officer of the Corporation/Central/State Governments.

We have the following employees working with us who are near relatives of the Officer/Director of the Corporation/Central/State Government.

Name of the employee Name & designation of the Officer of the of the Corporation/Central/State Governments

Date :

Place :

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 45 of 62

Signature & Seal of tenderer:

D E C L A R A T I O N - `C'

The Tenderer is required to state whether he is a relative of any Director of our Corporation or the Tenderer is a firm in which any Director of our Corporation or his relative is a partner or any other partners of such a firm or alternately the Tenderer is a private company in which Director of our Corporation is a member or Director. 1. Name of the Contractor and his relations with the Director in our Corporation :

2. Name of the Director of the Corporation who is related to the Contractor :

3. Name of the Director of the Corporation who is a member or a Director of the firm :

Date :

Place : Signature & Seal of tenderer

DECLARATION – ‘D’

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

Post last held in IOC :

Date of retirement :

Date of employment in the firm :

Date : Place : Signature & Seal of tenderer

N.B. 1. A separate sheet may be attached, if the above is not sufficient. Strike out whichever is not applicable. If the Contractor employs any person subsequent to signing the above declaration and the employee/s so appointed happens to be the near relatives of the Officer/Director of the Corporation/Central/State Governments, the Contractor 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.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 46 of 62

DECLARATIONS TO BE FURNISHED BY THE TENDERERS ALONGWITH TENDER IN LETTER HEAD

PROFORMA OF DECLARATION OF BLACK LISTING I HOLIDAY LISTING

In the case of a Proprietary concern:

I hereby declare that neither I in my personal name or in the case of my Proprietary concern M/s.______which is submitting the accompanying Bid/Tender, nor any other concern in which I am proprietor nor any partnership firm in which I am involved as . a Managing Partner have been placed on black list or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry (the Ministry of Petroleum & ) or by any department/s of the State or Central Government/s or by any other Public Sector Undertaking/s and that there is no inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except as indicated below: ' (Here give particulars of blacklisting or holiday listing, and in absence thereof state "NIL")

In the case of a Partnership Firm:

We hereby declare that neither we, M/s. ______submitting the accompanying Bid/Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor or managing partner of any firm or concern have or has been placed on black list or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State or Central Government/s or by any other Public Sector Undertaking/sand that there is no inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except as indicated below:

(Here give particulars of black listing or holiday listing, and in absence thereof state "NIL")

In the case of Company:

We hereby declare that the Company nor its Promoter/s I Director/s having controlling stake in the Company (here controlling stake means person having minimum 26% shareholding of a company) as a proprietor or as a Managing Partner has not been placed on black list or holiday list declared by Indian Oil Corporation Limited or its Administrative Ministry (the Ministry of Petroleum & Natural Gas) or by any department/s of the State or Central Government/s or by any other Public Sector Undertaking/s and that there is no inquiry in respect of any corrupt or fraudulent practice pending against him/it/them except as indicated below:

(Here give particulars of black listing or holiday listing, and in absence thereof state "NIL")

It is understood that if this declaration is found to be false, Indian Oil Corporation Ltd, shall have the right to reject my/our bid, and if the bid has resulted in a contract, the contract is liable to be terminated. Place: Signature of Bidder:______Date: Name of Signatory :______

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 47 of 62

LIST OF APPROVED MAKES

S Item Description Approved Makes No CIVIL WORKS 1 Tiles (Terrazzo, Mosaic, Chequered Nitco/ Bharat/ Dura/ Modern or equivalent Plain 2 CeramicCement) Tiles - White/ Coloured Somani Pilkington, Nitco, Bell, Johnson, Kajaria, Glazed Euro 3 VitrifiedTiles Tiles SomaniMerchandise Pilkington, (India) Bell, Nitco,Ltd. or Kajaria, equivalent Marbonite, Johnson, Euro 4 Ceramic Tiles (Non-Glazed) SomaniMerchandise Pilkington, (India) Bell, Ltd. Johnson, or equivalent Spartek, Regency, Kajaria, 5 Waterproofing Tiles (West Coast Nitco,IS Makes Euro or equivalentMerchandise (India) Ltd. or equivalent 6 PVCTiles) Antistatic Flooring/ Tiles Marblex, Premier Vinyl, Krishna Vinyl or 7 Cement Tiles Nitco,equivalent Dura, Modern or equivalent 8 Flush doors & Plywood Sitaboard , Anchor, India Plywood Mfg. Co. or products equivalent 9 Steelincluding doors, Teak Windows Particle and Boards) Agew Steel, Sen Harvic, Steelage India, Raymos or Ventilators equivalent 10 Aluminium Doors, Windows, Jindal,(to be approved Hindalco, by Indal, IPCL) ECIE or equivalent Partitions 11 Rollingsections, Shutter Extrusion & Grills As per IS Codes or equivalent 12 Waterproofing Compound Fosroc, Multiplas, Pidilite, Cico No.1, Impermo, Acco-proof, STP, 13 Hardners Ironite,Impermo, Fosroc, Llyod, Hardonite, ACC or Walia, equivalent Cecco, Ciba Geigy, Pidilite or equivalent

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 48 of 62

14 Paints & Distempers Jenson & Nicholson, Berger, ,Bombay Paints, CDC Carboline, ICI, Goodlass, Nerolac, Garware, Shalimar, 15 Red Oxide Zinc Phosphate Shalimar,Solvosol, Asian Paints, Berger, Bombay Paints, CDC Primer Carboline,Grand Polycoats or equivalent Nerolac, ICI, Garware Paints or equivalent 16 Waterproof Cement Paint Supersnowcem, Nitcocem, Nitcote, Acrocem, Surfacem, Apex or 17 Marking Compound Shalimar/equivalent MRF or equivalent 18 Glass Modiguard, Ashahi, St. Gobain or equivalent 19 Door Closers, Floor Springs Everite, Godrej, Garnish, Efficient Gadgets, 20 A.C. Sheets, Fittings & Fixtures Everest,Sandhu or Charminar, equivalent Uppal or equivalent 21 Interlocking Paver Block for SATYA CONCRETE PAVERS (P) Ltd, , SAI driveway and parking CONCRETE PAVERS, ANAKAPALLI, MAGICOLOR BUILDING PRODUCTS, SECUNDERABAD, AEONS CHENNAI,COBBELSTONE ,EARTH PAVERS, PERFECT CONCRETE PAVERS, SRI VENKATESWARA TILES, JADEITE CONCRETE PAVERS (I) pvt Ltd, LEO TILES,NRB Bricks and Blocks.

22 False Ceiling Sheets – Canopy TRAC (INTER ARCH BUILDING PRODUCTS LTD.)/ METACRAFT / LUXALON (HUNTER DOUGLAS)/ Precoated SWATHI COLOUR ROOF/SPECO - TECH (SPECO- TECH ROOFING & FALSE CEILINGS PVT. LTD) CONWED ENTERPRISES /METASIL 23 False Ceiling Sheets – Non Anchor, Sinxtex or equivalent 24 RoofingMetallic Sheet for Canopy Hi-Rib TRAC (INTER ARCH) / Bare Galvalume,(including clip on)Hi-Rib Galvalume colour METACRAFT/METAFORM/UNIMET PROFILES Pvt. coated,GI Hi-Rib,GI Hi-Rib Ltd., CONWED ENTERPRISES/METASIL/SWATHI colour coated roof sheeting /Gutter /Flashings. (Roofing) COLOUR ROOF/ SPECOTECH.

25 Permoulder Joint fillers STP ltd. or equivalent 26 Sealing Compounds FOSROC, Apoorva, STP, Pidilite or equivalent

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 49 of 62

27 Bitumen Sealents FOSROC, STP or equivalent 28 PVC Door / Windows Sintex, Rajshree or equivalent 29 HDPE Water Tanks Sintex , Uniplas, Unitank, Devi Polymer, Prakash, Diplast or 30 G.I. Sheet TATA,approved Jindal ISI equivalent ,Bhushan (to , Essar,be approved Lloyd by or IndianOil ) 31 PVC Pipe & Fittings Finolex,equivalent Supreme, Prince, Surya or equivalent 32 Submersible Pump KSB, Crompton, CRI or equivalent 33 Structural Steel Tata, Vizag, SAIL, IISCO, JISCO, Jindal, Essar, Hindustan, Sujana or equivalent conforming to relevant IS code of latest edition. Angle upto 50x50, Channels upto 75 x 40mm, Flats & Square bars to 34 Tubular Section VIZAGbe of /ASIAN /JINDAL / Surya Roshini/ TATA, ISI make or equivalent SAIL, IISCO or 35 Reinforcement Steel TATA,Equivalent SAIL, Vizag, SUJANA or IS approved make.

36 Cement ACC, L&T, JK, Birla, Sriram, Jaypee, Ambuja, Ultratech, KCP, RAMCO, India Cements 37 White Cement JK,Bangur, Brila Binani, or equivalent Grasim, India Cements or equivalent 38 Anti-Termite Treatment Pest Control (India) Ltd., Aristo Chemica or equivalent 39 Chromium plated bath/ fitting Plumber, Essco, Jaquar, GEM, SS or equivalent 40 G.I. Pipe Surya Prakash, TATA, Jindal or equivalent 41 Kerb Stone Nimco Prefab, KK Manholes or equivalent 42 Pipeline Duct Covers Nimco Prefab, KK Manholes, Shree Ji Concrete Industries or 43 Plywood National,equivalent Kitply, Green ply or equivalent 44 Particle Board/ Pre-laminated Novapan or equivalent 45 Flush Doors Sitapur, Swastic, Duratuf or equivalent 46 MDF Board Nuwud, Duratuf or equivalent

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 50 of 62

47 Sun Control Film Garware Polyester or equivalent 48 FRP TANK (15/20/30/50 KL) - duly M/s Amiantit Fibre Glass Industries India Pvt, Ltd. North approved by PESO Goa, M/s Graphite India Ltd, Nahik, M/s Sintex Industries Ltd., Kalol, SANITARYGujarath, WORKS M/s Ruia Chemicals Pvt. Ltd, Kolkata, M/s Beluga 1 European Type Water Closet Hindware, Parryware, Neycer, Cera (Catlogue No as per Tanks India Pvt. Ltd., . detailed 2 Orissa Type Water Closet Hindware,specifications Parryware, or equivalent Neycer, Cera (Catlogue No as per detailed 3 Vitreous Chinaware Sinks Hindware,specifications Parryware, or equivalent Neycer, Cera (Catlogue No as per detailed 4 Wash Basin Hindware,specifications Parryware, or equivalent Neycer, Cera (Catlogue No as per detailed specifications or equivalent 5 Plastic Seat Cover Parryware, Patel, Barbie, Marshel or equivalent 6 Flushing Cistern Hindware, Parryware, Neycer, Cera (Catlogue No as per detailed 7 Soap Tray Hindware,specifications Parryware, or equivalent Neycer, Cera, Chilli or 8 PVC Pipe Fittings equivalentStar, Prince, Supreme or equivalent 9 Tower Rail Metro, Parko, ARK, Soma, Essco, Chilli or 10 PVC Pipes TATA,equivalent Supreme, Finolex, Prince, Prakash, Surya or 11 CP Brass Spray Shower with ball Metro,equivalent Parko, ARK, Soma, Essco, or equivalent & 12 Papersocket Holder As per approved by Site Enginner 13 Floor Trap Cast Iron : IS Approved CP Brass Fitting : Chilli PVC: Prince, Kishan

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 51 of 62

14 Brass Float Valves with Copper Orient, Leader, Chilli or equivalent 15 CPFloats Brass Pillar Taps Metro, Parko, ARK, Soma, Essco, Gem, Chilli or 16 CP Brass Stop Cocks Metro,equivalent Parko, ARK, Soma, Essco, Gem, Chilli or 17 CI Frame & Cover for ISequivalent Approved or equivalent Inspection 18 ManholesChamber in Sewer RFC, NECO or equivalent IS Approved or 19 Flush Valve Metro,equivalent Parko, Essco or equivalent 20 Electric Water Heater Johnson, Inalsa, Crompton, Venus, Bajaj, or 21 PVC Waste Pipe Prince,equivalent Kishan or equivalent 22 Locks Godrej, Harrison or equivalent MECHANICAL WORKS 1 Sprinkler & Accessories UL listed to be approved by IndianOil before 2 Pipe-ERW, Black, GI, API execution.Surya Prak ash, Jindal, TATA or equivalent

3 Pipe fittings DRP Melleable, Fit-well Ind. or equivalent 4 Valve Flange- Check Valve, Gate Sant, Audco, Leader, GG, Orient, South Point, Hawa valve, Valve 5 ValveGlobe Screwedvalve - Check Valve, OPW,(India) Leader, Ltd or equivalentSyall, South Point, Petro or Gate equivalent 6 PVvalve, Valves Globe valve OPW, South Point, Pentatech or equivalent 7 Nut & bolts Unbrako, TVS, GKW or equivalent 8 Pressure guage Fiebig, Manometer or equivalent 9 Painting for pipe line Asian Paints, , Nerolac, Jenson & Nicholson, Bombay Paints, CDC Carboline, Shalimar, Grand 10 Wraping & coating STPPolycoats, Ltd. or equivalent Coromondal Prodorite or equivalent 11 Doping Agent Shalimastic HD of STP Ltd, FOSROC or equivalent

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 52 of 62

12 Digital type inflator Airtec, Elgi, or equivalent as per Specification to be approved 13 Rubber hose pipe Dunlop,by IndianOil Swastik, L) Maxwel/ Gates, Markwel brand or 14 Compressed Asbestos Fibre Champion,Telboriteequivalent or equivalent 15 ElectrodeGasket ESAB, Advani, D&H, Hanovar, Mailam, Royalarc, Maruti Weld, GEEELECTRICAL Electrode, Anand Arch or equivalent 1 1.1 kV Power & Control cables Cable Corporation of India, Nicco, Finolex, ,Fort Gloster, Gloster,Polycab, Incab, Nicco, National, L&T or 2 Cable glands Baliga,equivalent FCG, as FDS, Victor, Comet, Gripwel, Braco or approved by IndianOil. 3 Flame proof glands Comet,equivalent Sudhir, Switchgear, FCG, Flexpro, Baliga or 4 Lugs Dowells,equivalent Jainson or equivalent (as approved by 5 Cable Jointing Kits IndianOil)Raycham, M Seal, Super Seal or equivalent (as approved by 6 MCCB, MCB, TPN, SP, ELCB, ,IndianOil) Havells, MDS-legrand, L&T, Schneider, GE Motor Protection Circuit Power,Hager, Datar, Sprecher+Schuh, HENSEL Breaker Power Electrical Power 7 NormalDistribution lighting Board, fixtures, LDB lamps Phillips,Distribution Crompton, Systems, Standard Bajaj, orWipro equivalent or equivalent (as approved by IndianOil) 8 Electronic ballast Phillips, Crompton, Bajaj, or equivalent

9 Flame proof lighting fixtures Sudhir Switchgear, FCG, Flexpro, Baliga or 10 Magnetic Induction Lamp equivalentSurya, Bajaj, Fortune Arts, Dyanics, Crompton 11 Flame proof equipment SudhirGreaves. Switchgear, FCG, Flexpro, Baliga or 12 L.T. Capacitors Siemens,equivalent L&T, GE Power, Shakti, Khatau Junkar, Universal or equivalent 13 Switch fuse units, switches, Siemens, Havells, MDS-legrand, Anchor, L&T, Alstom, Fuses, C&S, AE 14 IndustrialChange over socket switch, outletscurrent Crompton,or equivalent Havells, MDS-legrand or equivalent transformer

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 53 of 62

15 Decorative Switches, Sockets Anchor Roma, MK, Havells, Northwest, Toyama, Crabtree or 16 PVC & FRLS PVC wires Anequivalentchor, Finolex or equivalent (as approved by 17 Ceiling/ exhaust fans/ Bracket Crompton,IndianOil) Orient, Usha, Bajaj, Havels, GE, Alstom, Mounted Khaitan or 18 Octagonalfans Light pole Bajaj,equivalent Phillips, (as Cromptapprovedon, Suryaby IndianOil) or equivalent (as approved by IndianOil) 19 Fire Extinghisher Ceasefire, Safex, Firetak or equivalent 20 Ammeter /Voltmeter AE, GEC, IMP, L&T, Rishab, Kaycee, Salzer or 21 LED Phillips,equivalent Crompton, Bajaj, Wipro, Goldwyn or 22 Clip On type terminals Phoenix,equivalent Wago or equivalent 23 Selector Switch/ Auto manual Kaycee, Salzer or equivalent 24 Servoswitch controlled stabilizer/ Technoline, Alacrity, Universal, Servel, Powertron, V- CVT Guard, Logicstat, Jindal, AE, Bhurji, Spectron,Venus, Sri Power Max Technologies, Power ,DeTech, DELTECH Pvt Ltd

25 Telephone Cable orDoorvani, equivalent Delton, Finolam, Havells or 26 MS Fan Box Gupta,equivalent Homelite, PEW or equivalent

27 MS Junction Box Gupta, Homelite, PEW 28 Electronic Regulator Anchor Roma, Crabtree, Northwest, MK, Havells, Legrand, 29 PVC Conduits Prakash,Toyoma or VIP, equivalent Universal, Avon Plast or equivalent 30 Motor Starter L&T, LK, Crompton, Siemens or equivalent 31 Pumps (Jet/Submersible) Usha, Crompton, Kirloskar, KSB, Batliboi, Tullu or 32 D.G. set equivalentCrompton, Kirloskar, , Jacksons, Sudhir, Mahindra, 33 Water cooler Blue star, Voltas or equivalent Eicher or equivalent

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 54 of 62

34 Aquaguard, RO system Eureka forbes, ION-Exchange or equivalent 35 Air Compressor Elgi, Ingersall-Rand, Airtec, Kirloskar, KG Khosla or 36 Power line conditioners Switchingequivalent Avo Electro Power Ltd., Consul Neowatt Power Solutions,Usha Powertech, Elcomponics Technology India Pvt Ltd., HDC power systems pvt ltd., HBL Power Systems, Fair Fax Technologies Pvt Ltd., Electro Service (india).

NOTE:

ANY EQUIVALENT MAKE BEFORE USING/INSTALLATION AT SITE, SHALL BE GOT APPROVED BY AUTHORISED REPRESENTATIVE OF INDIANOIL IN WRITING, WITH COST BENEFITS (if any) TO BE PASSED ON TO INDIANOIL BY THE CONTRACTOR.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 55 of 62

Construction Safety Checklist For Retail Outlet ( To be followed on receipt )

R/OUTLET:______DIST:______DIV.OFFICE______STATE OFFICE:______CAT:_____YR COM:______PROP:______INSP BY:______DATE:___/___/___ Sr DESCRIPTION YES NO NA REMARKS

1) Excavation a. Whether safe angle of repose (usually 450 ) maintained while excavating trenches exceeding 1.5m to 3m. b. Whether suitable bench of 0.5m width at every 1.5m depth of excavation in all soils except hard rock. c. Whether proper shoring and strutting to prevent cave-in or slides. d. Whether proper precaution taken for live electrical cable passing under the area. e. Whether minimum 2m distance from edge of excavation maintained from vehicles operating near excavation or whether the support work has been specially designed to permit the vehicle come close to excavation with adequately anchored stop blocks and barriers. f. Whether area has been cordoned off with warning board displayed. g. Does the excavation not affect the stability of neighbouring structure. h. Are excavated earth kept away from edge of the pit. i. Personal Protective Equipment are in use by the persons. j. Whether proper arrangement is provided in case of flooding of pit with water (Ring buoys and de-watering pumps etc.) k. Whether sufficient lighting arrangement has been made (in case working in dark).

2) Welding a. Check whether acetylene cylinders are not kept near the hot area and kept in right position. b. Whether electric cables in use for electric arc welding, are armoured and properly insulated. c. Whether separate earthing conductor provided for the item being welded, in addition to welding current return cable. d. Whether painting and welding work is not carried out simultaneously at same work site. e. Whether work area is free from obstruction and combustible material. f. Whether personal protective equipments are in use during welding (face shields overall, goggles, gloves, shoes). g. Whether the welder during welding work is in ‘Dry’ condition.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 56 of 62

3) Electrical Safety a. Whether licensed electricians carrying out electrical installation b. Whether ELCBs/double insulation provided in hand tools and tackles c. Whether armoured cables are in use d. Whether electrical equipments are protected from rain/ water e. Whether all electrical equipment are properly earthed f. Whether temporary electrical connections are absent g. Whether bare wire ends are not used in sockets h. Whether guards are provided on all rotating equipments including grinder i. Whether overhead un-insulated electrical lines are deenergised during construction work. j. Whether proper fire fighting equipments are at place near the electrical equipment. k. Whether electrical shock treatment chart displayed at site. l. Whether proper Do’s and Don’ts displayed at site.

4) Building Construction Safety a. Whether enough barriers or protection provided to stop people falling from height. b. Whether workers use personal protective equipment (helmet,safety shoes, safety belt, hand gloves). c. Whether proper ladders are in use for working at height. d. Whether metallic scaffoldings are in use. e. Whether loose clothes are not in use by workers working on roof for reinforcement. f. Whether shuttering is stable or not g. Whether earthing of electrical mixer or vibration have been done. h. Whether people excluded from the area below the roof work or additional precautions been taken to stop debris falling on them.

5) Structure/facility demolition a. Whether initial survey of the structure to be demolished has been carried out and method of demolition has been formulated. b. Whether all electrical connections have been cut off before start of demolition c. Whether proper supporting temporary structure has been erected before demolishing the structure. d. Whether information on previous use of the structure has been obtained to prevent any hazard from chemicals/flammable material. e. Whether danger zone round the structure has been adequately fenced off and caution sign board displayed. f. Whether personal protective equipment are in use during demolition work in progress. g. Whether proper supervision is ensured during demolition work.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 57 of 62

h. Whether proper precautions have been taken to avoid collapse of neighbouring facilities which may occur during demolition of the structure. i. Whether clearing of debris from the site is being done from time to time.

6) General a. Whether work is being done under proper supervision. b. Whether DOs / DON’Ts displayed in local language at conspicuous place. c. Whether part of GCC pertaining to safety precaution available at site. d. Whether first aid kit with proper medicines is available. e. Whether no overhead (energized) HT/LT line passes through the area of work.

Signature of Signature of Proprietor / Manager Inspecting Officer Distribution of 4 (Four) sets: ⇒ Original copy to Inspecting Officer ⇒ 1st & 2nd photo-copy to Divisional & State Office by Inspecting Officer ⇒ 3rd photo-copy for Retail Outlet.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 58 of 62

Do’s and Don’ts for Construction site at Retail Outlet Name of the RO : ______Work Order No : ______Period of Contract : ______Name of the Contractor : ______Do’s 1. Before commencement of work give sufficient input to the workers on safety requirement of the job. 2. 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. 3. Keep the site clean from all unwanted materials and properly store the equipment for easy access. 4. Keep the visitors away from the construction site. 5. Use safety net whenever required. 6. Keep fire fighting equipment handy at site. 7. Keep the escape route clear. 8. Provide adequate lighting at site. 9. Use electrical hand tools with double insulation or fitted with ELCB protection. 10. Maintain safe angle of repose while excavating pit exceeding 1.5M depth. (450 ). 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. 11. Protect the neighbouring structure from collapse where excavation is planned. 12. Take adequate precaution for underground utility lines (cables, sewers) before carrying out excavation. 13. Make necessary arrangement for de-watering of the pit . 14. Ensure Mechanised excavator is operated by well-trained experienced operator. Ensure the wheel / belt of the excavator are suitably jammed to prevent accidental movement. 15. Ensure use of metallic scaffolding designed for their maximum load. 16. Check for any overhead electric wire running over the construction site. If exist, ensure the same is de-energised. 17. Cordon off the excavated pit with proper red and white band / caution board. 18. Provide suitable rubber mat around electrical panels/switches. 19. Provide First Aid kit with proper medicine at the site. 20. Openings of manholes etc should be kept in close condition. 21. Cordon off the area where field radiography is carried out. 22. Ensure all electrical connections, water connections etc have been cut off before start of demolition. 23. Use 24 Volt FLP lamp fitting only for illumination inside confined space. Don’ts 1. Do not start any work without presence of contractor’s skilled supervisor. 2. Do not wear loose clothing while working near rotating machine or working at height. 3. Do not keep inflammable material, waste and debris near the construction site. 4. Do not carry out hot work where inflammable materials are present and also while carrying out painting job.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 59 of 62

5. Do not keep the excavated earth within 1M of the edge of the pit. 6. Do not allow vehicles within 2 M distance from the edge of the pit. 7. Do not allow personnel to come within 1 M of extreme reach of the mechanical shovel. 8. Do not exceed safe working load marked on lifting equipment. 9. Do not use unamoured electric cable in construction site. 10. Do not allow electrician without license for carrying out electrical job. 11. Do not use bare wire ends in the socket. 12. Do not use temporary electrical connection. 13. Do not use barrels, boxes, loose bricks etc as working platform 14. Do not allow welding work if the welder is not in ‘Dry’ condition and not wearing protective goggles / face shield. 15. Do not start the job without proper work permit. 16. Do not keep any load / equipment near the edge of excavated pit. 17. Do not enter the confined space such as empty product tank without proper safety checks and in absence of competent persons. 18. Do not demolish any structure without initial survey and formulating the method of demolition 19. Do not keep the lighted gas torch left unattended. 20. 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.

Name of the Site Engineer: : Signature of the Site Engineer : Date :

ALL THE ABOVE POINTS ARE EXPLAINED TO ME BY THE SITE ENGINEER. AND HAVE ALSO BEEN UNDERSTOOD BY ME AND I AGREE TO THE SAME AND TAKE FULL RESPONSIBILITY FOR COMPLIANCE OF ABOVE POINTS.

Name of the Contractor : Signature of the Contractor : Date :

NOTE : The above list of Do’s and Don’ts broadly cover the requirement with and aim to Highlight specific points related to safety. This does not override the details mentioned in the contract in addition to the OISD 192 Guidelines / other safety requirement mentioned therein and included in the GCC.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 60 of 62

INDEMNITY BOND PROFORMA (On Stamp Paper of Rs. 100/- - to be typed in double spacing)

PROFORMA ‘B’ (To be executed if Applicable on obtaining work order)

From: M/s. ______(Contractors)

To: M/s. INDIAN OIL CORPORATION LIMITED

Subject: (1) Work Order No. ______, dated ______

(2) Agreement No. ______, dated ______

THIS INDEMNITY BOND/ UNDERTAKING executed at ...... this ...... day ……………… of ...... 2007 by M/s...... hereinafter called “The Contractors” (which expression shall mean and include, if the context so admits, the partners or partner for the time being of the Firm and their or his respective heirs, executors and administrations its successors and assigns in law) in favour of INDIAN OIL CORPORATION LIMITED a Company incorporated under the Company Act I of 1956 and having its Registered Office at INDIAN OIL BHAVAN, G-9, Ali Yavar Jung Marg. Bandra (East), Mumbai 400051, and with their Telangana and Andhra Pradesh State Office in Himayatnagar, Hyderabad, hereinafter called “The Corporation’ (which expression shall include its successors and assigns in law).

WHEREAS the Corporation, desirous of having executed certain work specified in the work order No...... dated...... issued by the Corporation on the Contractors: has caused drawings, specifications and bill of quantity showing and describing the work to be done prepared and the same have been signed by or on behalf of the parties hereto AND WHEREAS the Contractors have agreed with the Corporation to execute and perform the said work specified in the said Work Order upon certain terms and conditions provided in the Agreement executed between the Contractors and the Corporation and also contained in the General Conditions of contract attached thereto.

AND WHEREAS the Contractors are bound by law to comply with the provisions of various Labour Laws like State Migrant Workmen (Regulation of Employment and Conditions of Service) Act 1979, Contract labour (Regulation and Abolition) Act 1970,

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 61 of 62

Workmen’s Compensation Act 1923, Employees State Insurance Act as also the Provident Fund Act by the Contractors but in the event of violation of the provisions of various amenities and facilities to the workers under the different labour laws, not only the Contractors but also the Corporation as the principal employer becomes liable for the acts of omissions and commission by the Contractors. IT IS THEREFORE THE INTENT OF THIS INDEMNITY BOND UNDERTAKING BY THE CONTRACTORS to indemnify and keep indemnified the Corporation as stated hereinafter.

1. The Contractors hereby undertake to furnish a certificate with regard to the number of labourers employed by them in Corporation/ in other organization throughout the country to the location in charge of the Corporation where the work is undertaking by the Contractors.

2. The Contractors hereby confirm and state that they are duly registered under Contract Labour (Regulation and Abolition) Act 1970 as amended from time to time and that they undertake to furnish a certified copy of the requisite Licence obtained by the Contractors from the competent authority to the Corporation’s representative.

3. The Contractors hereby undertake to keep proper record of attendance of his labourers and will give opportunity to the officers of the Corporation to supervise the same and confer upon the Corporation’s representative the right to countersign the said register if so required by the Corporation. The Contractor shall provide a copy of the pay sheets to the Location in-charge of the Corporation nominated by the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation for supervision of the payment of wages made to the labourers by the contractors and also confer the right on the Corporation‘s representative to supervise the payment of wages to the labourers on the spot whenever required by the Corporation.

4. The Contractors state that they are fully aware of the provisions of the Provident Fund Act, and the rules made thereunder. The Contractors hereby confirm that the said act and the rules made thereunder are not applicable to them since they have not employed labourers exceeding ______at any time and that the labourers so far employed were also not on continuous basis. The contractors further confirm in this regard that no worker employed by them is in service for circumstances none of the workers employed by them is eligible for P.F. benefits under the said Act. The Contractors therefore state that they are exempted from the purview of the said ACT and the rules made there under and they are therefore not required to obtain a separate code No. from the R.P.F.C.

TENDER NO.: SRCC/LT/040/TAPSO/18-19

PROVISION OF CANOPIES AND PAVERED DRIVEWAY AT RETAIL Page OUTLETS UNDER SECUNDERABAD DO, TAPSO. 62 of 62

5. The Contractors hereby undertake and agree that in event of any claim on account of P.F. liabilities arising in future, they shall keep the Corporation duly indemnified against all losses, damages, charges, expenses, penalties, suits or proceedings which the Corporation may incur, suffer or be put to on that account.

6. The Contractor hereby agree, confirm and declare that they have fully complied and will comply with the provisions of various labour laws, particularly those referred to herein above and that no violation of the provisions of various amenities and facilities to the workers under different laws has been done by them and in the events of any past or future violation of the various labour laws the contractors shall indemnify and keep the Corporation duly indemnified against all losses, damages, costs, expenses, penalties, suits or proceeding which the Corporation may incur, suffer or be put to.

7. The Contractor hereby agrees that the aforesaid indemnity undertaking are in addition to and not in substitution of the terms and conditions contained in the tender document and the work order and also the Agreement executed by the Contractors with the Corporation.

8. The Contractors hereby confirm, agree and record that these terms of undertaking and indemnity shall be irrevocable and unconditional and shall be binding on their heirs, executors, administrators and legal representatives and shall ensure for the Corporation’s benefit and for the benefit of its successors and assigns.

9. That all questions, issues, disputes and differences between the contractor and the Corporation arising under this indemnity bond/undertaking shall be referred to arbitration in the same manner as indicated in the contract dt ______executed between the contractors and the Corporation.

Yours faithfully, Date:

Contractor’s Name and Signatures Witness (1) ______(Full address) ______Witness (2) ______(Full address) ______