Vous êtes sur la page 1sur 21

PRMM162141 Date: 14.02.

2017

INDIAN OIL CORPORATION LIMITED


Panipat Refinery & Petrochemical Complex

TENDER DOCUMENT NO.: PRMM162141

“MASS FLOW METER”


Invited by:
Chief Materials Manager
Indian oil corporation ltd. (IOCL),
Panipat Refinery
Po:-
PANIPAT PIN:- 132140

Contact Person:
Dy. Materials Manager
T. R Sharma
Indian oil corporation ltd. (IOCL),
Panipat Refinery
E-mail: sharmatr@indianoil.in
Tel: 0180-2522392

Please ensure that following documents are attached with offer:


Sr. Document’s to be attached with offer Confirm Uploaded
1 EMD in the form of Online submission (Copy of receipt online submission)
2 Format for Bank mandate –(Original to be sent along )
3 Annual Turn-over Proof of the last three preceding years. Not Required
4 Minimum Single order value proof along with Proof of execution
5 Annexure A - J of NIT
6 Enquiry-cum- offer (RFQ) with Technical Specifications (data sheets )
7 General Purchase Conditions (GPC)
8 Agreed Terms & Conditions (ATC)
9 BOQ – Unpriced
10 BOQ - Priced

(Please read Instructions for bidders below before uploading the bid)
PRMM162141 Date: 14.02.2017

INDEX

DOCUMENT PAGE NO.

1. Notice Inviting Tender (NIT) 3


2. Pre- Qualification Criteria (PQC) 3 -4
3. Instruction To Bidders 4 to 10
4. Tender Conditions For Benefits/Preference For Micro & Small
11
Enterprises- Annexure-A
5. Performa For Details Of Annual Turnover as per PQC- Annexure-B 12
6. Performa For Details Of Past Experience as per PQC - Annexure-C 13
7. Performa Of Exceptions And Deviations - Annexure-D 14
8. Declaration Of Acceptance On Tender Terms - Annexure-E 15
9. Evaluation Criteria - Annexure-F 16
10. Format For Bank Mandate - Annexure-G 17
11. Undertaking By The Tenderer- Annexure-H 18
12. Performa Of Declaration Of Black/Holiday Listing - Annexure-I 19-20
13. Panel Of Banks For Acceptance Of Bank Guarantee From
21
Customers/Suppliers - Annexure-J
14. Price Schedule (BOQ) – Priced And Un-priced (Uploaded Separately)

15. General Purchase Conditions (GPC) (Uploaded Separately)

16. Agreed Terms & Conditions (Indigenous) - ATC (Uploaded Separately)

17. Enquiry-Cum-Offer (Uploaded Separately)

18. Technical specification Annexure-1 (Uploaded Separately

ALL ABOVE DOCUMENTS FORM PART OF THE TENDER DOCUMENTS.

In the event of any irreconcilable conflicts, the hierarchy for the acceptance shall be -

(i) Agreed Terms & Conditions (Indigenous)


(ii) General Purchase Conditions.
(iii) BOQ.
(iv) Enquiry Com offer
(v) Technical specification Annexure-1
PRMM162141 Date: 14.02.2017

INDIAN OIL CORPORATION LIMITED


(REFINERIES DIVISION)
PANIPAT REFINERY, PANIPAT-132140 (INDIA)
NOTICE INVITING TENDER

Indian Oil Corporation Limited (Refineries Division), Panipat Refinery invites electronics Bid through its E-Tendering website
http://ioclentenders.gov.in under two-bid system (i.e. Priced & Unpriced Bids). Bidders can downloaded the tender documents (Non-
Transferable) from E-Tendering website http://ioclentenders.gov.in and the bids shall be submitted online with Digital Signatures in
the above E-Tendering Portal during the period, as specified under “Critical Dates” and Produced hereunder:

Tender Enquiry No.: PRMM162141

Item Description: “MASS FLOW METER”


Earnest Money
Bid Preparation & Submission Electronic Bid Minimum Annual Turn-
Online Bid Downloading Deposit
Date opening date over
Online submission

14.02.2017 (3:.00 PM) 14.02.2017 (3:.00 PM) 09.03.2017


Not required
5,130/-
To To 3.00 PM IST
07.03.2017 (3:00 PM) 07.03.2017 (3:00 PM) Onwards
***Minimum Single Order Value (for Indian Bidder)

a) One Similar Completed order not less than Rs. 2,20,250/-


OR
b) Two Similar* Completed orders each costing** not less than Rs. 1,76,200/-
OR
c) Three Similar* Completed orders each costing** not less than Rs. 1,32,150/-

*Similar means “Coriolis Mass Flow Meters” as per tender only


***Costing is on FOR dispatch point.

PRE QUALIFICATION CRITERIA (PQC)


1. The bidder to furnish the following pre-qualification documents with their tender, failing which, the tender documents will
not be considered for further evaluation:
Technical Pre-Qualification Criteria
(i) Bidder to be original manufacturer/authorized distributor/channel partner of Coriolis Mass Flow Meters. For
authorized distributors/channel partner the authorization letter from OEM to be submitted.
(ii) The bidder should submit PO’s (minimum 1 Purchase order in the last Five years) for supply of Coriolis Mass
Flow Meters (Reference Date shall be Date of opening of the bid). Copy of the Purchase orders to be submitted in order to
qualify for the bid.
Commercial Pre-Qualification Criteria
(i) Documentary proof for having executed order for Minimum order value of similar item as (Coriolis Mass Flow Meters)
in any of the during the last five years ending on the last day of the month immediately preceding the month in which the last date of
bid submission falls. In support of the above, vendors/bidders to submit copies of the following documents:
a) Purchase Order copy along with Bank Certificate indicating payment against the PO.
b) Purchase Order copy along with Execution certificate by client with order value.
c) Any other documents which fulfills the pre-qualification criteria.
(ii) In case a foreign bidder submits any of the Pre Qualification support documents in any language other than English, then it
will be the responsibility of such foreign vendor to also provide the English translation copy of the same duly certified, stamped and
signed by their Local Chamber of Commerce.
(iii) A Company (bidder) shall not be allowed to use the credentials of its parent or any group company to meet the Experience
Criteria.
PRMM162141 Date: 14.02.2017
(iv) Submission of authentic documents is the prime responsibility of the bidder. Wherever IOCL has concern or apprehension
regarding the authenticity /correctness of any document, IOCL reserves the right of getting the documents cross verified from the
document issuing authority.
(v) Notwithstanding any other condition / provision in the tender documents, in case of ambiguity or incomplete documents
pertaining to PQC, bidders shall be given only one opportunity with a fixed deadline after bid opening to provide complete and
unambiguous documents in support of meeting the Pre Qualification Criteria. In case the bidder fails to submit any documents or
submits incomplete document within the given time, the bidder’s tender will be rejected.

INSTRUCTION TO BIDDERS
2. Bids shall have to be submitted only through on-line mode on above mentioned IOCL E-Tendering website during the
period, as specified above and also noted under “Critical Dates “ and the Bids shall be opened on the Date & time, as specified under
“Critical Dates” and as above Electronically/online.
3. Bids in Physical form sent through fax/E–Mail/Courier/Post will not be acceptable. Bidder(s) are advised to quote strictly as
per Terms and conditions of The Tender Documents for E-Bidding and not to stipulate any deviations /Exceptions.
EARNEST MONEY DEPOSIT (EMD)
4. Earnest Money Deposit (EMD) refundable as it is (without interest) should be submitted through online submission Online
only IOCL E-Portal on or before the last date of bid submission as indicated in NIT under “Critical dates” or Corrigendum
(IF ANY) thereof.
5. The value of Earnest Money Deposit (EMD) for this tender is Rs. 5,130/- (Rupees Five Thousand One Hundred Thirty
Only).
6. EMD in any other from (except online submission on e-portal) shall not be acceptable.

7. EMD should be submitted (Online Only on IOCL E-Portal); Otherwise the offer may be ignored. IOCL shall not be
responsible for not submission/delay in submission of online EMD, due to any reason. EMD of successful Tenderer will be
returned after receipt of Performance Bank Guarantee/EMD of unsuccessful Tenderer(s) will be returned after finalization of
tender.
8. EMD shall be forfeited in case:
a) In case Bidder alters/Modifies/Increases his quoted Price Suo-moto /withdraws his bid Suo-moto after opening of Technical bids
and that too within his offer validity period, his EMD shall be forfeited and his offer shall be liable to be rejected .Such a bidder
may be debarred from participating in Future Tenders and may also be put on “Holiday List”. In addition to clause 4.5 of our
General Purchase Conditions, EMD may also be forfeited in case of any fraudulent act by vendor.
b) The successful Bidder fails to deposit the Performance Bank Guarantee or to execute the contracts within the stipulated period.
Such a Bidder may also be debarred from participating in Future Tenders and may also be put in “Holiday List”.
c) The bidder declares that none of the e-documents (including EMD) have been tempered with. In case of tempering of e-
documents, the bid shall be rejected outright and EMD forfeited without prejudice to any other rights of remedies available to
IOCL.
*** EMD exemption will be applicable to MSE Bidders irrespective of the item (Manufacture/Service) for
which is registered. However, purchase preference is applicable to MSEs registered with the (Annexure – A)
agencies /bodies for the tender. ***
MSE bidders who are traders and registered under Services category, shall not be considered for purchase
preference under MSE policy for procurement of goods. Similarly, MSE vendors who are registered under
Manufacturer category shall not be considered for purchase preference under MSE policy for procurement
of services.

Also a bidder, who is a trader, cannot claim any benefit of purchase preference
9. GENERAL GUIDELINES TO THE VENDOR TO SUBMIT THE QUOTATION:
A. Bids should be submitted online (https://iocletenders.gov.in/) by the bidder in complete accordance with our tender documents
and its Attachments. Bids should be submitted in “Two Bid System” i.e. “Unpriced bid” and “Priced Bid” within the dates
mentioned under “Critical Dates” in the NIT.
B. PART-I: Unpriced Bid Complete with all technical and commercial Details other than Price shall be submitted ESSENTIALLY
containing the Following Documents.
(i) Scanned Copy of EMD (Online Submission) and Supporting Documents as per PQC technical & commercial.
PRMM162141 Date: 14.02.2017
(ii) Questionnaire of Agreed Terms and Conditions duly filled in with Certificate NSIC/DIC (IF ANY
(iii) Signed and stamped copy of all 21 pages of NIT along with Annexure A to J , as applicable
(iv) Signed and stamped copy of Enquiry cum Offer with Technical specification Annexure1
(v) Unpriced BOQ indicating Quoted/Not Quoted against each item. (PRICE NOT TO BE FILLED IN UNPRICED BOQ).
C. PART-II: “Priced bid”-THIS PART SHALL BE UPLOADED IN SINGLE COPY AND SHALL HAVE ONLY PRICE
SCHEDULE (BOQ) WITH PRICES DULY FILLED IN .THE PRICE SCHEDULE SHALL BE IDENTICAL TO THE
DOCUMENT AT POINT 10.B.(e) except the Prices shall be duly filled in .
10. The unpriced offers shall be opened on due date as per Notice Inviting Tender (NIT) in our office electronically/Online and the
Priced offer of Bidder whose unpriced offers are found technically suitable shall be opened on Suitable date Electronically for
which a separate intimation shall be furnished to the technically acceptable Bidders
11. Witnessing of techno Commercial Bid & Price Bid of the Tender shall be online at E-Tendering website
https://iocletenders.gov.in
12. The Price Bid (BOQ) should be uploaded strictly as per format available with the Tender in the website failing which
offer shall be rejected.
13. IOCL shall not be responsible for any delay, non-submission of the offer due to website, internet connectivity or any other
problem / reason.
14. Please quote your best possible firm prices in price Bid (BOQ). Any unilateral revision of price (unless asked by IOCL) during
process may render your offer liable for rejection.
15. The requirements are specified in the attached Enquiry-cum-Offer Format along with special instructions, Technical
specifications(if any), Agreed Terms & Conditions ,General Purchase Conditions and all the annexure attached in this NIT
which should be duly filled in, signed & stamped as a token of acceptance and should be electronically uploaded. Bids
uploaded without duly filled in “Agreed Terms & Conditions”, acceptance to all pages of tender documents may be rejected
without any correspondence.
16. IOCL reserves the right to make any changes in the terms and conditions of tender and to reject any or all bids received
incomplete.
17. Please specify Tender Reference No. in all correspondences.
18. All communication documents shall be in English / Hindi language only.
19. The foreign vendor has to specify the name and address of their authorized Indian Agent or representative in India, if any, with
confirmation that they are registered with DGS&D, Government of India, and also amount of (percentage of ) Indian agency
commission (if any). (It is to be noted and confirmed that the India agency commission will be payable only in Indian currency
and equivalent amount will be deducted from the invoice of the supplier).
20. Please furnish the technical write up & catalogue of the quoted product in your offer.
21. Validity: Offer should be valid for Minimum 04 (Four) months from the bid due date. If bidders shall be asked to extend the
validity, the same should be extended without any deviation including change in prices. However, bidders would be allowed to
withdraw the tender. If the bidders still deviates or changes the price, its offer shall be rejected.
22. For the item (s) covered in the tender, please clearly indicate that whether you are a SSI unit, if yes, please enclose on-date
valid certificate in this regard. Also please indicate that whether you are registered with NSIC, if yes, please upload on-date
valid certificate in this regard. Also mention your MSME regn. No. The same shall be considered for benefits as per rules (i.e.
waiver of Tender fee / EMD), if you do not furnish your reply against this point, it shall be presumed that you are not interested
to present yourself as SSI or NSIC registered.
Tender conditions for benefits/preferences’ for Micro & small Enterprises is attached as Annexure-A.
23. Indian Oil Corporation Limited reserves the right to extend due dates of tender (i.e. uploading & downloading dates), to accept
or reject any Tender / all tenders in part or full without assigning any reason, whatsoever. Indian Oil Corporation Limited also
reserves its right not to accept the lowest rates quoted by the tenderers and prevailing Government Guidelines regarding cost of
tender documents / EMD / price preference / purchase preference shall be applicable

24. DELIVERY:
Please indicate shortest delivery period in ATC, this shall be reckoned from the date of Fax of Acceptance (if issued) else from
date of Purchase Order. LR/RR date shall be considered as date of delivery.
PRMM162141 Date: 14.02.2017
25. PAYMENT:
100% payment shall be made within 30 days of receipt & acceptance of material at site along with submission of PBG for 10%
of total order value as per IOCL GPC in IOCL standard format.

LOADINGS (SPECIAL INSTRUCTION TO BIDDERS)


Loading for deviations to tender terms shall be as under:
For deviation in Payment terms for supply:
(i) If a vendor asks for 100% against despatch documents as against 90% as per General Purchase Conditions, loading shall be
done for the Interest on differential amount for a period of 30 days at the rate decided by IOCL, which may be one per cent
more than borrowing rate.
(ii) If a vendor asks for initial advance along with the order, loading shall be done for Interest on such amount for the entire
delivery period (rate as above).
(iii) If a vendor asks for progressive payments besides the initial advance, such progressive payments also shall be
loaded for periods (rate as above)
(iv) In case any other payment term is appearing in Tender Document set, the same will super cede the General Purchase
Conditions & deviation will attract Interest loading on the differential amount for full period (rate as above).

Delayed Delivery:
In case vendor takes deviation to the price reduction schedule, 'delayed delivery' clause as mentioned, loading shall be done as
indicated below on basic order value as per offer for calculating total landed cost: -
(a) In case vendor does not accept the Delayed delivery clause mentioned in GPC, loading shall be done to the extent of
maximum percentage (5%) of the order value.
(b) In case vendor takes exception to the percentage mentioned in GPC, loading shall be done to the extent of differential
percentage not agreed by the vendor.
(c) If vendor stipulates the maximum percentage for price reduction as 5% of undelivered value of the order as against GPC
stipulation of 5% of total order value loading shall be done to the extent of 2.5%.
If vendor does not accept price reduction clause but insist on liquidated damages or penalty, loading shall be done for 5%.

Payment terms appearing anywhere else in the tender documents should be ignored.
26. Transportation: The transportation of the material shall be arranged by the vendor. It will be the sole responsibility of the
vendor for transportation arranged by them. Transportation (Freight) charges shall be firm and no variation in transportation charges
shall be allowed.
27. Please provide the detailed information along with the offer regarding the direct / indirect impact of his product on people,
equipment, materials, machine and environment.
28. Guarantee Certificate: Vendor shall submit Guarantee Certificate for a period of 18 months from the date of supply of 12
months from the date of installation whichever is earlier against any materials or manufacturing defects along with supply.
29. Bidders to note:
For Indian Vendor:
(a) All documents suitable for IOCL’s Tax/Duty Credits as allowed by Govt. from time to be furnished by vendor failing which
the payment of equivalent amount will not be made.
(b) Please confirm that the total amount for which suitable documents for IOCL’s Tax/Duty Credits (VAT/CENVAT) will be
provided.
1. Bidders to confirm that Service Tax on freight is inclusive in quoted: Yes/No
Firm freight charges (inland freight)
2. If yes, please confirm that you will provide the invoice containing: Yes/No
“Freight” & “Service Tax on freight” separately for our CENVAT Claim.
CENVAT Credit will be considered while calculating total cost for comparison.
30. Bidders are requested to quote most competitive prices / Firm prices, as the purchasers (IOCL) do not negotiate the prices, in
general after price bid opening. However, purchaser reserves the right to negotiate the price, if felt necessary.
31. Please note that any suo-moto revision of rate during the period of finalization of contract may render your offer liable for
rejection. However, in case there is any change in scope of supply with respect to the specification of items or other terms and
conditions from IOCL side, then IOCL will give you a formal chance for submission of revised bid and in that case only, you
may submit revised bid.
PRMM162141 Date: 14.02.2017
32. Legal dispute shall be exclusively within the jurisdiction of Court situated at Panipat, Haryana. Venue other than Panipat would
be London or Singapore but laws of India only would be applicable.
33. Please ensure that the cutting and corrections in the bid documents should be avoided and if it is unavoidable, it should be kept
at the bare minimum and it should be neatly cut and re-written without over-writing & use of erasing fluid. Use of
white/erasing fluid for correcting the rates is banned. Wherever the rates are corrected with white/erasing fluid, the bids will be
summarily rejected. Rate should be indicated in figures and words.
34. SPECIAL INSTRUCTION TO BIDDER
a) The tender documents should state that on account of exigencies, in case bids have to be revalidated before PBO beyond the
originally sought validity, the same may be allowed with or without change in prices. However, IOCL reserves the right to
cancel such tender and refloat the same.
b) Consortium bids shall not be accepted.
c) “The bidder entity should ensure that only one bid is submitted by them directly or by their Agent* on behalf of the bidder
entity or. As a Consortium Partner. In case it is found that bidder entity has submitted more than one bid, all their bids in the
tender are liable for rejection.
*”Agent” for the above purposes would be one who agrees and is authorized to act on behalf of another, a Principal, to legally
bind an individual in particular business transactions with third parties pursuant to an agency relationship.
Submission of bids by different offices / branches of the bidder entity will be considered as bids from the same bidder entity
and will be liable for rejection.”
d) In case of involvement of foreign Vendors, tenders can be submitted either by the Vendor directly or through their Indian
Agent / representative on behalf of them, but not both. The Indian Agent / representative should represent only one Vendor and
he should not be allowed to quote on behalf of another Vendor for the same tender.
e) Suo-moto changes (After opening of un-priced bid) shall be treated as below:
 Price Increase Not Acceptable. Bid shall be liable for rejection.
 Price Decrease In case of suo-moto price decrease:
1) Tender evaluation shall be done without considering suomoto price decrease.
2) Ordering shall be done considering suomoto price decrease.
f) On account of exigencies in case bids have to be revalidated before Price Bid Opening beyond the original sought validity, the
same may be allowed with or without changes in prices. However IOCL reserves the right to cancel such tender and refloat the
same.
g) Bidders to quote competitive prices considering the fact that price negotiations, if required, to be held with the lowest bidder
only. Negotiations shall not be conducted with bidders as a matter of routine. However, IOCL reserves the right to conduct
Negotiations.
h) Payment may be made by E-payment or Cheque at discretion of IOCL.
i) Tender is also liable for rejection if the bidder:
i. Does not pay the EMD before deadline
ii. Does not fulfill minimum pre qualification criteria as per the Tender documents
iii. Submits the tender late i.e. after due date and time
iv. Unsolicited tenders
v. Stipulates the validity period less than what is stated in the Tender Documents
vi. Stipulates his own conditions and does not agree to withdraw the deviations, rendering his bid unacceptable
vii. Does not disclose the full names and addresses of all his partners or Directors as applicable wherever called for in the
tender.
viii. Does not fill in and sign the required annexures, specifications, etc. as specified in the tender.
ix. Does not submit bid in the prescribed format making it impossible to evaluate the bid
x. Indulges in tampering of tender documents:
The following shall be considered as Tampering of documents:
a. Submission of Scanned copy or Photocopy of Price bid (BOQ);
b. Submission of any file other than original Price Bid (BOQ);
c. Insertion of additional sheet(s);
d. Change in content or context of the original file;
e. Protection of Workbook over and above Sheet Protection done by IOCL.
xi. Does not conform to any tender condition which stipulates non- conformance of tender conditions as a rejection criteria
j) Bidders asking for Price Variation Clause (PVC) have to quote a ceiling for the same. Ceiling shall be loaded for evaluation
purpose. Offers received without any ceiling shall be liable for rejection.
PRMM162141 Date: 14.02.2017
k) In case the bidders are quoting for FE rate variation, the details of item wise maximum CIF value (indicating quantity) of each
currency should be indicated in the offer. Bidder to separately indicate the imported bought out items and their maximum CIF
value.
l) Any increase in price due to increase in FE rates beyond two thirds of the CDD in respect of items which require further
fabrication after import and for bought out imported items beyond the CDD, will be to vendor’s account. However, any
decrease in the prices due to decrease in FE rate at the time of actual clearance of imported materials, shall be passed on to
IOCL. FE variation shall also include recovery if the actual exchange rate is less than the quoted rate.
m) In case order stipulates FE variation clause, the vendor shall furnish Bill of Entry documents along with the invoice and raise
invoice accordingly.
n) Tendering can be abandoned without assigning any reason. No compensation shall be paid for the efforts made by the bidder.
IOCL reserves the right to reject, accept or prefer any tender or to abort the bidding process without assigning any reason
whatsoever.
o) Although normally the technically acceptable lowest responsive bid amongst the bids submitted by bidders and considered by
IOCL to be qualified and competent shall be preferred, IOCL reserves the right not to accept the lowest bid if in its opinion this
is not in the interests of IOCL.
p) Foreign bids shall be compared / evaluated considering Bill Selling Rate released by SBI on the date of Price Bid Opening.
35. Environment, Health and Safety requirement:
1. The safe transportation of material from vendor’s works to Panipat Refinery site shall be vendor’s responsibility. The vendor
will be responsible for any and all loss /damage, consequential losses arising out of any leak, accident, fire, negligence etc.
during transportation of material.
2. The Truck shall follow all Govt. rules regulations including Motor Vehicle act 1988 & its latest updated revision during
transportation of material from vendor’s works to Panipat Refinery. The driver along the truck must carry all the necessary
PPEs.
3. Vendor shall send the "Standard Storage Conditions" of product in our stores & Driver must have "Material Safety Data
Sheet / TREM Card" in case of hazardous items.
4. No other material shall be loaded along with the material.
5. No transshipment as far as possible is to be effected in route. In case it becomes necessary to effect transshipment, the
truck/tanker shall have to be handled very carefully and should be done through trained personnel only.
6. In case of even any transshipment, which becomes necessary for any reason whatsoever the truck/tanker driver/transport
contractor will contact Sr. Materials Manager (Stores), Panipat Refinery (Phone No. 0180-252/2382/2578747) and obtain
approval carrying out the transshipment. The information can also be sent on Fax No. 0180-2578844.

7. Vendor must ensure compliance of the following by their transporter/Driver : Vendor must do safety briefings personally
to the driver and helper before loading the truck/tanker for compliance as under:
(a) Do not smoke or allow means of ignition near the spill.
(b) Truck should move in one convoy as far as possible.
(c) The driver should follow the approved route while coming from the factory with loaded material or taking back empty truck
to the vendor’s works.
(d) The driver should keep a barrel/bag of neutralizing material with truck.
In case of any accident resulting in Leakage / damage / spillage, the truck driver should immediately inform the nearest fire
station and will cover up the area. A telephonic intimation indicating the location, where the accident has occurred should be
sent to Sr. Materials Manager (Stores), Panipat Refinery (Phone No. 0180-252/2382/2578747) and obtain approval carrying
out the transshipment.
(f) Action in case of leakage / fire:
 Inform nearest fire station.
 Water may be sprayed to cool the trucks.
 Do not smoke or allow means of ignition near the spill.
 Clear people from the area.
 Give first aid to anybody has been affected. Remove victim to fresh air, flush eyes with water and give water to drink.

36. Penalties for Violation / Non-adherence of safety procedures and practices:


a. Violation of applicable Safety, Health and Environment related norm a penalty of Rs. 5,000.00 per occasion.
PRMM162141 Date: 14.02.2017
b. Violation as above resulting in any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,00,000.00) per
injury in addition to Rs.5,000.00 per occasion as in item a).
c. Fatal accident, a penalty of 1% of the contract value (maximum of Rs.10,00,000.00) per injury in addition to Rs.5,000.00 per
occasion as in item a).
d. The vendor is advised to take appropriate insurance policy for the effective implementation of the above penalty provision.
e. In case of accidents depending on the seriousness of injury etc. in addition to the hospitalization / treatment charges and
group insurance amount, compensation shall be paid by the vendor to the affected person / his family members in presence
of Engineer-in-charge as per Workmen Compensation Act.
37. Instructions to Bidders for Participation in E- Tendering:
Indian Oil Corporation Ltd has developed a secured and user friendly system through national informatics center, which
enables vendors/ bidders to search, view, download tenders directly and also enables them to, participate & submit online bids
on the e tendering site htts://iocletenders.gov.in in a secured and transparent manner maintaining confidentiality and security
throughout the tender evaluation process.
All interested bidders are requested to register themselves with the portal indicated above and enroll their digital
certificate with the ID participation in the tender.
Bidders are requested to read following conditions in conjunction with various conditions, wherever applicable appearing with
this bid invitation for E-Tendering. The conditions mentioned hereunder shall subside and shall prevail over the conditions
enumerated elsewhere in the tender document.

How to submit on line bids/offers electronically on E-Tendering portals?


For this purpose, venders/ bidders are advised to read the instructions available in the homepage of the portals where detailed
procedure for submission of bids is available under the section “Bidders’ Demo Kit”. The bidders should note the following:-
(i) Late and delayed bids/ offers after due date/time shall not be permitted in E-Tendering system. No bid can be submitted
after the last date and time of submission has reached.
(However if bidder intends to revise the bids already submitted, they may change/ revise the same on or before the last date
and time of submission of bid.) The system time (IST) that will be displayed on E-Tendering web page shall be the time and
no other time shall be taken into cognizance.
(ii) Bidders are advised in their own interest to ensure that bids are uploaded in e tendering system well before the closing date
and time of bid.
No manual bids/ offers shall be accepted.

What is a Digital Signature?


This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of
digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written
signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA)
who in turn allots on a regular basis digital certificates; documents which are signed digitally are legally valid documents as per
the Indian IT Act (2000).
In order to bid for Indian Oil E-Tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT
act from the Licensed Certifying Authorities (CA) operating under the Root Certifying Authorities of India (RCAI) , controller of
certifying authorities(CCA) of India. The digital certificate is issued by CA in the name of a person authorized for filing
bids/offers on behalf of his company. Vendor/bidders can submit their bids/offers on line only after digitally signing the
bid/documents with the above allotted digitals signatures.
Bidders have to procure digital certificate (class 3) on their own from any of the Certifying Authorities in India.

Submission of Documents:
The un-priced technical bids and priced bid have to be submitted online only. However, documents which necessarily have
to be submitted in originals likes EMD have to be submitted offline. Price should not be part of the bidder to follow the
instructions.
It is advised that the bidder uploads small sized documents (preferably up to 10MB) at a time to facilitate easy uploading into E
Tendering site. Indian oil does not take any responsibility in case of failure easy of the bidder to upload the documents should be
digitally signed using digital signatures issued by an approved certifying authority (CA) in accordance with the Indian IT act
2000. The bidders should go through the detailed instructions available in the homepage of the portal for enrolment and online
bid submission process.
PRMM162141 Date: 14.02.2017
Submission and opening of Bids:
Bid along with all the copies of Documents should be submitted in the electronic Form only through Indian Oil E-Tendering
system .Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using Digital
signature issued by an approved Certifying Authority (CA) in accordance with the Indian IT Act 2000. The Bidder should go
through the detailed instructions available in the Homepage of the portal for enrolment and online Bid Submission
process.

Last Date of Submission of Bids:


Bidders are advised in their own interest to ensure that bids are uploading in e procurement system well before the closing date
and time of bids.
Vendors/bidders must use any computer having windows xp versions or higher operating system and an internet web browser
version internet explorer v8.0or higher recommended.

Note: Bidders are requested to go through the “Bidders Manual Kit” available in the homepage of the e tendering portal
i.e. http://iocletenders.gov.in to have a clear understanding of the steps to be followed for bid submission.

KINDLY NOTE THE NAME AND CONTACT NO OF THE PERSONS FROM NIC FOR TROUBLESHOOTING IN E-
TENDERING PROCESS.

S NO. NAME PLACE CONTACT NO


1 Mr. SHASHI NOIDA 08130634323
2 Mr. ANKIT GURGAON 09717983330
3 Mr. VIKRANT NEW DELHI 09999188919
4 Mr. MANU GURGAON 0124-2861244
5 Mr. SAWAN NOIDA 08130269544
6 Mr. DEEPAK MUMBAI 09036366524
7 Mr. ASHWANI MUMBAI 08879414448
8 Mr. RAVI KOLKATA 08981665512

Kindly note the E-Tendering Helpdesk E-Mail:- etenderinghelpdesk@indianoil.in;


ethdmkhonic@indianoil.in
E-Tendering Helpdesk Tel. No. : +91 22-26447708
Business Hours: Mon-Fri, 09:00 to 16:00 Hrs India Time (IST) (GMT+ 5:30 Hrs)
“Any addendum / Corrigendum / Sale date Extension In respect of above tender shall be Issued on our website:
'https://iocletenders.qov.in’ only and no separate notification shall be issued in the press. Bidders are therefore
requested to regularly visit our website to keep themselves updated.”
CHIEF MATERIALS MANGER
PRMM162141 Date: 14.02.2017

The following Annexures (A-I) must be uploaded along with offer:


Annexure – A
Tender Conditions for benefits / Preference for Micro & Small Enterprises (MSEs)
I. As per Public Procurement Policy for Micro & Small Enterprises (MSEs) Order, 2012 issued vide Gazette Notification dated 23.03.2012 by
Ministry of Micro, Small and Medium Enterprises of Govt. of India, MSEs must be registered with any of the following in order to avail
the benefits/preference available vide Public Procurement Policy MSEs Order, 2012.
a. District Industries Centers (DIC)
b. Khadi and Village Industries Commission (KVIC)
c. Khadi and Village Industries Board
d. Coir Board
e. National Small Industries Corporation (NSIC)
f. Directorate of Handicraft and Handloom
g. Any other body specified by Ministry of MSME
II. MSEs participating in the tender must submit the certificate of registration with any one of the above agencies indicating the details of the
particular tendered item along with their bid.
III. The registration certificate issued from any one of the above agencies must be valid as on close date of the tender. The successful bidder
should ensure that the same is valid till the end of the contract period.
IV. The MSEs who have applied for registration or renewal of registration with any of the above agencies/bodies, but have not obtained the valid
certificate as on close date of the tender, are not eligible for exemption/preference.
V. The MSEs registered with above mentioned agencies/bodies are exempted from payment of Earnest Money Deposit(EMD).
VI. Purchase Preference – Subject to meeting terms and conditions stated in the tender document including but not limiting to prequalification
criteria, twenty percent of the total quantity of the tender is earmarked for MSEs registered with above mentioned agencies/bodies for the
tendered item. Where the tendered quantity can be split, MSEs quoting a price within a price band of L1 + 15 percent shall be allowed to
supply up to 20 percent of total tendered quantity provided they match L1 price. In case the tendered quantity cannot be split, MSE shall be
allowed to supply total tendered quantity provided their quoted price is within a price band of L1 + 15 percent and they match the L1 price.
In case of more than one such MSEs are in the price band of L1 + 15% and matches the L1 price, the supply may be shared proportionately.
For further clarity in this regards a table is furnished below:
Type of Tender Price Quoted by MSE How to Finalize the Tender
Can be split L1 Full order on MSE
Can be split Not L1 but within L1+15% 20% order on MSE subject to matching L1 price
Cannot be split L1 Full order on MSE
Cannot be split Not L1 but within L1+15% Full Order on MSE subject to matching L1 price

VII. Out of the twenty percent target of annual procurement from micro and small enterprises four percent shall be earmarked for procurement
from micro and small enterprises owned by Scheduled Caste & Scheduled Tribe entrepreneurs. In the event of failure of such MSEs to
participate in the tender process or meet the tender requirements and L1 price four percent sub-target so earmarked shall be met from other
MSEs.
VIII. To qualify for entitlement as SC/ST owned MSE, the SC/ST certificate issued by District Authority must be submitted by the bidder in
addition to certificate of registration with any one of the agencies mentioned in paragraph (I) above. The bidder shall be responsible to
furnish necessary documentary evidence for enabling IOCL to ascertain that the MSE is owned by SC/ST. MSE owned by SC/ST is defined
as:
a. In case of proprietary MSE, proprietor(s) shall be SC /ST
b. In case of partnership MSE, The SC/ST partners shall be holding at least 51% shares in the enterprise.
c. In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters.
IX. The MSE bidder to note and ensure that the Item / Material mentioned in the MSE certificate matches with the tender Item / Material. In case
the Item / Material mentioned in the MSE certificate do not match with tendered Item / Material, the offer will be treated as “without EMD”
and may be rejected.
NOTE:
1. In case where tender quantity can be split and MSE vendor is already getting order for more than 20% of the tender value, no additional purchase
preference will be given.

2. In case MSE vendor is already getting order for less than 20% of the tender quantity, purchase preference to this and other MSE vendors
(together) shall be given only up to the differential quantity to make total as 20% to MSE vendor.

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – B

PERFORMA FOR DETAILS OF ANNUAL TURNOVER AS PER


PQC
1. Annual Turnover in any of the last 3 years-
 2012 – 2013
 2013 – 2014
 2014 – 2015
2. Copies of Audited Balance Sheets & Profit & Loss Account Statement for any of the last 3 financial
years i.e. 2012-13, 2013-14 & 2014 – 15 are to be attached.

Stamp & signature of the Tenderer

Not required in this tender.


PRMM162141 Date: 14.02.2017

Annexure – C
PERFORMA FOR DETAILS OF PAST EXPERIENCE AS PER PQC
Sr. Name & full address Description of Value of contract Purchase Order
No. of the client and Purchase Order items (Rupees/USD/Euro/etc.) reference and date
contact person (executed order as per
PQC )

DECLARATION: I/WE do hereby certify that the information as furnished above is correct and
complete. Documentary evidences are enclosed.

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – D

PERFORMA OF EXCEPTION AND DEVIATIONS


Bidder may stipulate here exceptions and deviations to Technical specifications, General Purchase
Conditions and / or Bidding Document, if considered unavoidable, for Technical and Commercial
clauses.
Sr. Page no. of Clause No. Description of Clause Deviation Proposed By
No. Bidding Document Bidder

Bidder should note that this Annexure has been included in the Bidding Document solely for the
convenience of the Bidder so as to facilitate them to list out the deviation/ exceptions both of
Technical and Commercial nature from/to the Bidding Document. IOCL will not recognize any
deviations/ exception(s) which is/are not listed in this Annexure.

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – E
DECLARATION OF ACCEPTANCE OF TENDER SCOPE,
SPECIFICATIONS, TERMS & CONDITIONS

[To be submitted by the bidder in the Un-Priced Bid (Technical Bid) duly signed & stamped,
otherwise the offer shall be liable for rejection]

All documents submitted in the bid have been digitally signed and uploaded as a token of acceptance. The
documents uploaded by the bidder shall be assumed to be accepted by the bidder subject to deviations (if any)
indicated in the prescribed “Deviation Sheet” of the tender.
The Deviations indicated anywhere else other than prescribed “Deviation Sheet” shall be ignored by IOCL.

NOTE: It shall be the responsibility of the Tenderers to fill complete, correct and accurate information in line with
the requirements/stipulations of the Tender Document and other information required to facilitate due
evaluation/consideration of the Tenders. If any information given by Bidder /Tenderer is found to be incorrect in
any particular considered by IOCL to be relevant for the evaluation of the Bid/Tender ,or is found by IOCL to
misrepresent facts, or if any of the documents submitted by the Bidder/Tenderer in support of or relevant to the
Bid/Tender is found by IOCL to be Forged, False or Fabricated , IOCL may reject the Bid, and without prejudice to
any other right(s) of action or remedy available to IOCL, IOCL may forfeit the Earnest Money given by the Bidder
in the form of Earnest Money Deposit or Bank Guarantee in lieu of Earnest Money Deposit in order to compensate
IOCL for the expenses incurred by it in considering the Bid (and not by way of Penalty) and take action for Putting
the Bidder/Tenderer on Holiday list for such Period as IOCL in this Behalf considers warranted and/or to remove
the Bidder/Tenderer from the approved list of Vendors. If Prior to the discovery of incorrect information,
misrepresentation of false, forged or fabricated document(s) the bid/Tender has resulted in Purchase Order, the
Purchase order shall be liable to be terminated by IOCL.

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – F
EVALUATION CRITERIA:
i Evaluation: Final evaluation for technically accepted bids for comparison will be on (Item-wise) landed cost at
Panipat Refinery , Net of CENVAT (for items for which cenvat is available to Panipat Refinery) basis, unless
otherwise mentioned in the tender, based on base prices offered. Please note below mentioned evaluation criteria for
reference purpose.
ii Loading for Taxes and Duties:
Excise Duty: As quoted by the Bidder (with excise tariff no.) wherever applicable extra.
Sales Tax / VAT: wherever applicable extra.
For the purpose of evaluation of offers, Cenvat benefit on account of admissible excise duty/CVD/Service tax (on
Service items/ Freight) shall be considered for determining the lowest offer. Bidder to confirm that all relevant
documents shall be furnished to IOCL for availing CENVAT Benefit alongwith supply and CENVAT Benefit
rate/amount that shall be passed onto IOCL should be explicitly mentioned for each item. No VAT benefit shall be
considered for evaluation of offer.
When a bidder does not mention Taxes & Duties, the same shall be considered as "Borne by bidder “ and
included in their quoted basic price.
iii Loading for Transportation: Bidders shall furnish firm freight charges in their offer: in case bidder does not
submit the same and mention “Freight to pay”, maximum prorated (on the basis of distance) freight quoted by any
other bidder against the same tender shall be loaded on their offer for evaluation.
After Loading, if the same Bidder becomes L1 (lowest) then the order will be placed based on Freight Charges
payable extra at actual subject to maximum freight charges by which the prices of the L1 bidder has been loaded.
When a bidder does not mention anything about the freight component, the same shall be considered as “nil” and
shall be considered as inclusive in the basic price.
Where bidder has quoted firm freight charges, documentary evidence of freight is not required. Vendor shall be paid
as per the percentage / lump-sum freight quoted by them.
iv Entry Tax: Entry Tax wherever applicable shall be loaded extra.
v Transit Insurance: Transit insurance shall be in the scope of IOCL. A nominal loading of 0.5% shall be done for
evaluation. In case the bidder quotes insurance charges inclusive, no rebate shall be given for the purpose of
evaluation. Loading of 0.5% shall be made on that bid also.
vi Price Reduction Clause: The difference between the quantum as per GPC and that offered by the bidder shall be
added to the tendered amount. For non-acceptance of the clause or of accepting as Liquidated Damage, loading of 5%
shall be done on the prices. In case the clause as per IOCL GPC is accepted but with max limit as indicated as 5% of
undelivered order value, loading of 2.5% shall be done on the Prices.
vii Payment terms: The payment terms as stated in tender documents should be clearly confirmed towards acceptance
and In case bidders take deviations to the specified payment terms, loading for interest implication shall be carried out
equivalent to 1% (one percent) per annum above the cash Credit Rate of IOCL with the State Bank of India applicable
on the date of issuance of tender document.
viii Specific discount: Specific discount if any given shall be considered. Conditional discount like for prompt payment
etc., shall not be considered for evaluation.
ix Royalty Inflow: In case of any benefit to IOC R&D for the usage of IOC R&D formulations by the bidder in the
form of royalty, such royalty inflow net of prevailing taxes / Surcharges, should be deducted from the quoted price as
specified in documents.
x Inspection charges: When bidder does not quote inspection charges ( if required as per tender) in spite of having
been stipulated in the tender document to indicate inspection charges, the same shall be considered as "nil" and
shall be considered as inclusive in their basic price.
xi Performance Bank Guarantees (PBG) (If Required): In case bidder does not agree to submit PBG as per tender
requirement, their offer shall be loaded with equivalent amount of PBG value with their basic cost of material.
In case of change in the order value due to an amendment, the PBG value shall be proportionately changed.
xii MSEs: Benefit/Preference to MSEs: The same shall be incorporated as per Annexure-A of the tender conditions. No
other submission shall be tenable in any conditions. During Finalization of Lowest bidders, the preferences shall be
given to MSEs bidders as per Annexure-A of the tender only.

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – G
On the letterhead of the Vendor/contractor/Supplier
Date:
To,
M/s. Indian Oil Corporation Limited,
Panipat Refinery & Petrochemicals
P.O : Baholi Dist: Panipat
Haryana- PIN : 132140

Dear Sir,
With reference to /PO/WO/contract ref No. _________ dated …………awarded to us by IOCL, we hereby give our consent to
accept the related payments of our claims/bills on IOCL through cheques or Internet bases online E-payments system at the
sole discretion of IOCL. Our bank account details for the said purpose are as under:
Particulars Details
Name and address of the Beneficiary
Bank Account Number of the beneficiary
Account Classification (CA/CC-11 or 29) & SB-10 as per cheque leaf
Name and address of the Bank ( where payment are to be sent by IOC )
Branch Name /Code
PAN
STD code and Telephone No. of Branch
9 Digit MICR Code of the Branch as appearing on the MICR Cheque ( Copy of
a cancelled Cheque must be enclosed )*
IFSC Code of the Bank branch for RTGS mode
IFSC Code of the Bank branch for NEFT mode
E-mail ID of the beneficiary
Any other particulars (to be advised by beneficiary for the E-payment purposes)
VENDOR CODE (to be filled up by IOC)
Mobile Number (for SMS alerts)
A blank copy of a cancelled cheque / photocopy of a cancelled cheque relating the above Account Number for
verifying the accuracy of the bank account details is enclosed.
A copy of PAN card & proof of address duly attested by authorized signatory for verifying the accuracy of PAN &
address are enclosed.
I/we hereby declare and certify that the particulars given above are correct and complete.
Date:
Place: (
)
Signature of Account Holder with company stamp
Enclosed : One cancelled Cheque/Photocopy of cheque duly cancelled & copy of PAN card_& Address Proof.
*We hereby confirm that the above bank account details of beneficiary are correct in all respect and the account of
the beneficiary (IOCL vendor) is maintained at our bank branch.

(Name of the Bank & branch)


Authorized Signatory
**Verification required only in case (a) vendors not providing a cancelled cheque leaf or if vendors name is not
printed/appearing on the cancelled cheque leaf submitted to IOCL (b) change in existing bank details.
PRMM162141 Date: 14.02.2017

Annexure – H
UNDERTAKING BY THE BIDDER(S)

NAME OF WORK: _____________________________

Tender No.: _____________________

We confirm that we have submitted the documents in the tender as specified in the Tender Document.
We ________________________________________________________ (Name of the Tenderer) hereby
certify that we have fully read and thoroughly understood the tender requirements and accept all terms and
conditions of the tender including all corrigendum/addendum issued, if any. Our offer is in confirmation to all
the terms and conditions of the tender including all corrigendum/addendum, if any and minutes of the pre-bid
meeting. In the event of award of contract to us, the complete tender document shall be considered for
constitution of Contract Agreement.

SIGNED FOR AND ON BEHALF OF TENDERER(S)

Name of Tenderer(s)
Date : _ _/_ _/_ _ _ _

Place :

Seal & Signature of Tenderer

NOTE: This declaration should be signed by the Tenderer's authorized representative ON COMPANY
LETTERHEAD who is signing the Bid and scanned copy to be uploaded as a part of tender document.
PRMM162141 Date: 14.02.2017

Annexure – I

PERFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

In the case of a Proprietary Concern

I hereby declare that neither I in my personal name or in the name of my Proprietary concern M/s___________ which is
submitting the accompanying Bid/Tender nor any other concern in which I am proprietor nor any partnership firm in
which I am involved as a Partner, are presently or have during the past three years, been placed on any black list or
holiday list declare by Indian Oil Corporation Ltd. Or by any department of any Government (State, Provincial Federal
or Central) or by any Public Sector Organization in India or in any other country nor is there pending any inquiry by
Indian Oil corporation Ltd. Or any Department of the Government or by any Public Sector Organization in India or in
any other country, in respect of any corrupt or fraudulent practices(s) against me or any other of my proprietorship
concern(s) or against any partnership firm(s) in which I am or was at the relevant time involved as a partner, except as
indicated below:

(Here give particulars of blacklisting or holiday listing, and/or any inquiry and in absence thereof state ‘NIL’)

In the case of a Partnership Firm:

We hereby declare that neither we, M/s____________ , submitting the accompanying Bid/Tender nor any partner
involved in the said firm either in his individual capacity or as proprietor or partner of any other firm or concern
presently are or within the past three years have been or has been placed on any blacklist or holiday list declared by
Indian Oil Corporation Ltd.Or by any Department of Government(State, Provincial, Federal or Central) or by any Public
Sector Organization in India or in any other country nor there is any pending inquiry by India Oil corporation Ltd. Or by
any Department of any Government (State, Provincial, Federal or Central) or by any Public Sector Organization in India
or in any other Country, in respect of corrupt or fraudulence practice(s) against us or any partner or any partner or any
other concern or firm of which he is proprietor or partner, except as indicated below:

(Here give particulars of blacklisting or holiday listing and/or inquiry and in the absence thereof state “NIL”)
PRMM162141 Date: 14.02.2017

In the case of Company

We hereby declare that neither we or a parent, subsidiary or other company under direct or indirect common
parent(associate company) are presently nor have within the past three years been placed on any holiday list or black list
declared by Indian Oil Corporation Ltd. Or by any Department of any Government (State, Provincial, Federal or Central)
or by any Public Sector Organization in India or in any other country and that there is no pending inquiry by Indian Oil
Corporation Ltd. or by any department of any Government (State, Provincial, Federal or Central) or any Public Sector
Organization in any country against us or a parent or subsidiary or associate company as aforesaid in India or in any
other country, in respect of corrupt or fraudulent practices(s), except as indicated below:

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

It is understood that if this declaration is found to be false in any particular, 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 without
prejudice to any other right or remedy (Including black listing or holiday listing) available to Indian oil corporation Ltd.

Place: Signature of Bidder

Date: Name of Signatory

Stamp & signature of the Tenderer


PRMM162141 Date: 14.02.2017

Annexure – J
PANEL OF BANKS FOR ACCEPTANCE OF BANK GUARANTEE FROM CUSTOMERS/SUPPLIERS
I. BGs less than Rs. 1 crore may be accepted from any scheduled bank (including nationalized banks, other scheduled
commercial banks, scheduled cooperative banks and scheduled regional rural banks) as appearing in the Second
Schedule to the RBI Act 1934.
II. BGs of Rs. 1 crore and above may be accepted, which is issued by any of the following Banks:

1. ALLAHABAD BANK 26. SYNDICATE BANK


2. BANK OF BARODA 27. ICICI BANK
3. BANK OF INDIA 28. HDFC BANK
4. BANK OF MAHARASHTRA 29. KOTAK MAHINDRA BANK
5. CANARA BANK 30. SOUTH INDIAN BANK
6. CENTRAL BANK OF INDIA 31. FEDERAL BANK
7. CORPORATION BANK 32. EXIM BANK
8. INDIAN BANK 33. ING VYSYA BANK
9. STATE BANK OF BIKANER & JAIPUR 34. AXIS BANK
10. STATE BANK OF HYDERABAD 35. YES BANK
11. STATE BANK OF INDIA 36. CITI BANK N.A.
12. STATE BANK OF MYSORE 37. HSBC BANK
13. STATE BANK OF PATIALA 38. DEUTSCHE BANK AG
14. STATE BANK OF TRAVANCORE 39. BANK OF AMERICA N.A
15. UCO BANK 40. ROYAL BANK OF SCOTLAND
16. UNION BANK OF INDIA 41. BNPPARIBAS
17. UNITED BANK OF INDIA 42. BANK OF NOVA SCOTIA
18. VIJAYA BANK 43. BANK OF TOKYO-MITSUBISHI UFJ LTD.
19. ANDHRA BANK 44. MIZUHO CORPORATION BANK LTD
20. DENA BANK 45. BARCLAYS BANK PLC
21. IDBI BANK 46. ANZBANK
22. INDIAN OVERSEAS BANK 47. JP MORGAN CHASE BANK
23. ORIENTAL BANK OF COMMERCE 48. STANDARD CHARTERED BANK
24. PUNJAB & SIND BANK 49. DBS BANK
25. PUNJAB NATIONAL BANK 50. FIRST RAND BANK
III. BGs from any other bank other than above can be accepted only if the same is counter guarantee by any of the
above 50 banks.
The rating of bank sanctioning the BG should not fall below the rating of 'A' from Moody's or equivalent (from
other rating agency) in case of foreign bank and rating of at least 'AA' from CRISIL or equivalent (from other
rating agency) in case of Indian banks during the tenor of the BG. In case the rating falls below threshold level at
any time during the tenor of BG, the party will arrange to replace the BG, at its own cost, through any of the bank
acceptable to IOCL CRISIL or equivalent (from other rating agency) in case of Indian banks during the tenor of
the BG. In case the rating falls below threshold level at any time during the tenor of BG, the party will arrange to
replace the BG, at its own cost, through bank acceptable to IOCL.

Signature Not Verified


Digitally signed by TULSIRAM SHARMA
Date: 2017.02.14 14:26:29 IST
Location: IndianOil e-Tendering Portal

Vous aimerez peut-être aussi