CENTRAL PROCUREMENT ORGANISATION (MKTG) BHARAT PETROLEUM CORPORATION LIMITED ‘A’ INSTALLATION, SEWREE FORT ROAD SEWREE (E), MUMBAI - 400 015 LIMITED TENDER SUPPLY OF MICRO-FILTERS AND FILTER ELEMENTS for AVIATION STATIONS CRFQ NO.: 1000240088 DUE ON: 23/09/15 AT 1500 HRS IST
48
Embed
CENTRAL PROCUREMENT ORGANISATION (MKTG BHARAT PETROLEUM ... Doc... · CENTRAL PROCUREMENT ORGANISATION (MKTG) BHARAT PETROLEUM CORPORATION LIMITED ... 6 Studs and Bolts SA 193, Gr.
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
CENTRAL PROCUREMENT ORGANISATION (MKTG)
BHARAT PETROLEUM CORPORATION LIMITED ‘A’ INSTALLATION, SEWREE FORT ROAD
SEWREE (E), MUMBAI - 400 015
LIMITED TENDER
SUPPLY OF MICRO-FILTERS AND FILTER ELEMENTS for AVIATION STATIONS
Subject: Limited tender for inviting bids for supply of Micro Filter and Filter Elements for Aviation Stations
(CRFQ no. 1000240088 due on 23/09/15 at 3 pm IST)
1. We are in need of different sizes of Micro Filters and Filter Element for Aviation
Stations. Hence BPC is seeking bids for these materials from vendors who are registered with us. The details of the items are as follows:
Sl.No. ITEM DESCRIPTION Qty (nos.) Location
1 Micro Filter – 150 KL/hr 1
Devangunthi (Karnataka)
2 Micro Filter – 1200 KL/hr 1
Irimpanam (Kochi – Kerala)
3 Filter Element for 1200 KL/hr Micro Filter 1 set
Irimpanam (Kochi – Kerala)
2. This tender document consists of the following annexures, which are enclosed:
a) Techno-Commercial Bid
2.1 Technical Specification - Annexure I 2.2 General Purchase Conditions - Annexure II 2.3 General Instructions to vendors for e-tendering - Annexure III 2.4 Pro-forma for Performance Bank Guarantee - Annexure IV
b) Price bid: A price bid shall have to be submitted online as per the form provided. The address of the location and the requirement are mentioned in the price bid format.
3. All the documents associated with Techno-Commercial bid (consisting of all the afore-mentioned annexures, documents uploaded by the vendor and Techno-Commercial Information) and price bid shall form the part of the tender. The entire bid shall be online only. General Instructions to vendors for e-tendering are as given in the Annexure III of this tender.
Offers should strictly be in accordance with the tender terms & conditions and our specifications. Vendors are requested to carefully study all the documents/annexures and understand the conditions, specifications & drawings, before quoting the rates and submitting this tender. In case of doubt, written clarifications should be obtained, but this shall not be a justification for request for extension of due date for submission of bids.
4. Vendors are not required to submit EMD.
5. BPCL reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid. Vendors falling in any of these categories shall be required to upload documentary evidence supporting their status.
6. Please visit the website https://bpcleproc.in for participating in the tender and submitting your bid online.
7. Your online bid should be submitted on or before the due date of this tender viz. 23rd September, 2015, 3 pm IST.
8. Bids submitted after the due date and time of closing of tender or not in the prescribed format is liable to be rejected. BPCL does not take any responsibility for any delay in submission of online bid due to connectivity problem or non-availability of site. No claims on this account shall be entertained.
9. Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us.
10. It shall be understood that every endeavour has been made to avoid errors which can materially affect the basis of the tender and the successful vendor shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.
11. For clarifications related to tender, if any, please feel free to contact the undersigned:
Contact person To be contacted for Mr. Sanson T Koleth
2 Design Pressure (kg/cm2) 16 kg/cm2 3 Hydrostatic Test Pressure
(kg/cm2) As per ASME Sec VIII ( min 1.3 of design pressure )
4 Design Temp. (Deg C) 70
5 Radiography Nil
6 Corrosion Allowance Nil
7 Filter Elements MF Elements complying with API/EI 1590 -2nd Edition
8 Filter Efficiency (Microns) Min. 5 microns
9 Type of Supports Leg Type
10 Inlet Nozzle (Flanged) Size/ Pressure Rating
350 mm NB / 150 #
11 Outlet Nozzle(Flanged) Size / Pressure Rating
350 mm NB / 150 #
12 Filter Element Size Diameter of element - 6” OD or 4” OD (Stacking of elements are not acceptable)- Bidder to provide the size of elements in the offer
D. MATERIAL OF CONSTRUCTION
1 Shell SA 516 Gr 60/70
2 Dish ends SA 516 Gr 60/70
3 Flanges/Pad plates WNRF CS SA-105
4 Nozzle neck SA 106 Gr. B
5 Nozzle Flange SA 105
6 Studs & Bolts SA 193, Gr-B7
7 Nuts SA 193 Gr.H2
8 Filter rod AISI 304
9 Cover O- Ring Neoprene
10 Gaskets/ O-Ring Viton-A / Buna -N suitable for ATF
11 Internal attachments Flat Base Type Micro Filters
CRFQ NO. 1000240088 ANNEXURE I
TECHNICAL SPECIFICATIONS
Page 2 of 7
All metal parts coming in contact with fuel must be free of Zinc, Copper, Cadmium, and their alloys except dead ends like pressure gauges as per API/EI 1590 -2nd Edition
E PAINTING As per attached “Technical Notes of Filter Water Separator & Micro Filters”
F INSPECTION & TESTING As per attached “Technical Notes of Filter Water Separator & Micro Filters”
b) For location Devangunthi
NO. DESCRIPTION SPECIFICATION
A GENERAL DATA
1 Item Micro Filter with accessories as per attached '' Technical Notes of Filter water separator and Micro Filters''
2 Type Vertical ( Leg Type)
B SERVICE DATA
1 Installation Outdoor
2 Product Aviation Turbine fuel
3 Sp. Gravity ( g/cc) 0.77 to 0.83 ( Design 0.83)
4 Viscosity 3.3 CST at 17.8 deg C, 5.3 CST at 34.4 deg C
5 Working Temp. (Deg. C) 0 - 55
6 Working Pressure (Kg/ cm2) 8 kg/cm2
7 Flow ( rated) (K l/Hr) 150 Kl/ hr
C DESIGN DATA
1 Design Code API/ EI 1590 - 2nd edition ASME SEC VIII Boiler and pressure vessel code
2 Design Pressure ( kg/cm2) 16kg/cm2
3 Hydrostatic test pressure (kg/cm2)
as per ASME SEC VIII ( Min 1.3 of design pressure)
4 Design Temp (deg C) 70
5 Radiography Nil
6 Corrosion Allowance Nil
7 Filter elements Micro Filter Elements complying with API/ EI 1590- 2nd edition
8 Filter efficiency (micron) 5 microns
9 Type of supports Leg Type
10 Inlet Nozzle ( Flanged) Size/ pressure rating
150 mm NB / 150 #
11 Outlet Nozzle ( Flanged) Size/ pressure rating
150 mm NB / 150 #
12 Filter element size Dia. of element- 6'' OD or 4'' OD ( Stacking of elements are not acceptable) - Bidder to provide the size of the elements in the offer
CRFQ NO. 1000240088 ANNEXURE I
TECHNICAL SPECIFICATIONS
Page 3 of 7
D MATERIAL OF CONSTRUCTION
1 Shell SA 516 Gr 60/ 70
2 Dish Ends SA 516 Gr 60/ 71
3 Flanges / Pad Plates WNRF CS SA - 105
4 Nozzle Neck SA 106 Gr. B
5 Nozzle Flange SA 105
6 Studs and Bolts SA 193, Gr. B7
7 Nuts SA 193, Gr. H2
8 Filter rod AISI 304
9 Cover O-Ring Neoprene
10 Gaskets / O/Ring Viton- A/Buna- N suitable for ATF
11 Internal Attachments
Flat base type Micro filters . All metal parts coming in contact with fuel must be free of zinc, Copper, Cadmium and their alloys except Dead ends like pressure gauges as per API / EL 1590 - 2nd edition
E PAINTING As per attached '' technical notes of filter water separator and micro filters''
F INSPECTION AND TESTING
As per attached '' technical notes of filter water separator and micro filters''
TECHNICAL NOTES ON FILTER WATER SEPARATOR AND MICROFILTERS
1. This document covers the technical requirements common for Filter Water
Separator (FWS) & Micro Filter (MF) and shall be read in conjunction with the respective data sheet. In case of conflict between requirements stated this document and respective API / EI codes or wherever the requirements are not stated below, vendor shall follow API/ EI 1581 for FWS & API / EI 1590 for MF.
API/ EI 1581, wherever specified in this document, shall mean 5th Edition of API/EI 1581.
API/ EI 1590, wherever specified in this document, shall mean 2nd Edition of API/EI 1590
All other Codes / Standards, wherever specified in this document, shall mean the latest edition of that Code/ Standard applicable as on the date of Notice Inviting tender.
2. Acceptance of technical specification of BPCL or Approval of Drawing or QAP would not absolve the vendor of his obligation to comply with the applicable API / EI standard. It would be vendor’s responsibility to supply the vessel which meets applicable API/ EI standard.
3. Vendor shall have their own API/ EI Certification or a valid license from API/ EI certified manufacturers for manufacturing/fabricating the FWS/ MF vessel. Vendor shall submit the either copy of their own API/ EI Certificate or authorization from API/ EI certified manufacturers along with the technical bid for evaluation. Non-submission of necessary documents by the vendor shall lead to rejection of offer.
CRFQ NO. 1000240088 ANNEXURE I
TECHNICAL SPECIFICATIONS
Page 4 of 7
4. Vendor shall certify that the vessel is manufactured as per Design standards API/ EI 1581 for FWS & API / EI 1590 for MF.
5. SCOPE OF SUPPLY Micro Filter
Micro Filter Vessel (Complying with API / EI 1590)
Filter element – Flat Base Type
Recommended make VELCON/ FAUDI/ FACET/ PARKER
Installation and Commissioning of MF are not the scope of vendor. Vendor shall provide Installation Manual, Inspection & Maintenance manual along with the supplies. In case of any technical clarification related to installation & commissioning is required, vendor shall provide the same to BPCL at free of cost. Accessories a) 20 MM SS Ball valve having sealing arrangement with SS pipe, dust cap, chain
to be fitted on top for venting (Approved makes of Ball Valve - Audco /Armstrong /Virgo)
b) 25 NB SS 304 Drain pipe with Spring Loaded valve and screw type SS pipe, dust cap, chain and crocodile clip (Approved make of spring loaded Valve- APOLLO)
c) 20 NB SS 304 Sampling line with spring loaded valve and screw type ball valve screwed dust cap & chain. (Approved make of spring loaded Valve- APOLLO)
d) 1 No Auto Air Eliminator with isolation valve. (Approved Make - Gammon/ Armstrong)
e) 1 No Pressure Release Valve with isolation valve. (Approved Make – Gammon / Rockwood)
f) 1 No Pressure Differential Gauge [Range 0-30 PSI] with graduation in 1 PSI having least count of 1 PSI. The max working pressure of the gauge will be 150 PSI. PD gauge shall have online testing/calibration arrangement. Inlet & outlet shall also have SS quick acting couplers for Millipore testing. The gauge & coupler will be fitted on the panel. (Approved Make of PD gauge – Gammon)
g) Mechanical Type Water Level Indicator (Only for FWS)
h) Water slug automatic control valve; the slug control valve shall be of mechanical construction with high level water alarm facility through explosion proof level switch with manual water drain facility. Approved make - Darling Musesco. Bidder shall submit write up on the same along with technical bid. (Only for FWS)
i) Foundation Bolts, Nuts, Washers (Mild Steel M16 250 mm Long X 4 Nos Anchor Bolts) shall be supplied by bidder.
j) 2 No’s of 1/4” SS 304 quick coupler [single shut off] with viton seal of shall be supplied and fitted with each pressure gauge. Both male & female parts will be supplied. (Approved Make – KAZAF)
CRFQ NO. 1000240088 ANNEXURE I
TECHNICAL SPECIFICATIONS
Page 5 of 7
k) Control panel shall be fabricated out of SS sheet of 10 B.G. and fixed up with the filter casing
l) Inspection Hatch min of 150 mm Dia [removable access opening covers] with suitable blind flange to facilitate the replacement of the filter elements contained inside the main body of the unit and to permit cleaning of the interior of the vessel
m) The front cover shall have proper arrangement for easy opening and moving during maintenance of FWS/MF
n) Provision for Millipore facility at the delivery side of the filter vessel shall be provided.
6. OTHER REQUIREMENT a) All sensing line shall be of stainless steel.
b) Access shall be provided to permit inspection and cleanout of all inaccessible chambers of the vessel, such as sumps and location under or behind deck plates and manifolds.
c) Water drains, sample drains or both shall be provided at the low point of the inlet and outlet compartments and of the deck plate.
d) To ensure positive drainage, drain shall run from the bottom of the sump collection area and shall have at least a 3% positive slope to facilitate complete removal of accumulated water and dirt during normal draining process.
e) All inlet, outlet and sump drain connection shall be permanently marked.
f) The free ends of all elements greater than 18” long shall be provided with spiders to minimize vibration. The bonding requirement of spider shall conform to API/ EI 1581 for FWS & API / EI 1590 for MF
g) To permit access to the far end of the vessel for maintenance purpose, the vessel length – to – diameter ratio shall be as under:
For vessels <= 24” dia : L/D <= 1.75
For vessels > 24” dia : L/D <= 2.5
h) Nameplate – Nameplate shall be provided as per API/ EI 1581 for FWS & API / EI 1590 for MF
i) Spacing of elements shall be as per API/ EI 1581 for FWS & API / EI 1590 for MF
j) Arrows indicating direction of flow through Filter will be stamped on pipe connections
k) All metal parts coming in contact with fuel must be free of Zinc, Copper, Cadmium, and their alloys
l) Bidder should submit the GA drawing for FWS / MF vessel along with the technical quote indicating major dimensions, MOC of various components, and L/D ratio as minimum requirement.
CRFQ NO. 1000240088 ANNEXURE I
TECHNICAL SPECIFICATIONS
Page 6 of 7
7. SPECIFICATIONS FOR PAINTING
Internal Surface Shot blasting to SA 2.5 & Painting with epoxy primer in 2 coats and with 2 coats of white finish epoxy paint (BPCL approved paints).Total epoxy DFT thickness 200 microns. All the parts coming in contact with ATF shall be Epi coated except SS parts
External Surface Shot blasting to SA 2.5 & Painting with epoxy primer (BPCL approved paints) in 2 coats (40 microns per coat) and with 2 coats of poly urethane aluminum paint (30 Microns per Coat). Total DFT 140 microns (min) Recommended Paint Manufacturer- Berger Paints / Sigma Coatings / International Paints / Asian Paints / Akzo Nobel / CDC Carboline 8. SCOPE OF INSPECTION BY THIRD PARTY INSPECTION AGENCY
After placement of Purchase Order, Vendor shall prepare QAP in line with the Scope of Inspection and submit the same for BPCL /TPIA approval. Vendor shall arrange third party inspection agencies for Inspection as per the scope
of Inspection specified in this document. All the FWS / MF shall be accompanied by
TPIA Inspection Release Note.
BPCL.RECOMMENDED THIRD PARTY INSPECTION AGENCIES –
BVIS/DNV/LRIS/IRS/EIL
Sr No
Stages / Activities
Characteristics Type Of Check Quantum Of Check
Reference Documents Acceptance Documents
1 WELDING
a) WPS Selection of Welding Variable
100% ASME Section IX Satisfactory PQR
b) PQR Confirm WPS 1) Visual 2)Tensile 3) Bend
100% ASME Section IX ASME Section IX
c) WPQ / WOQ Welder ability to produce sound weld
1) Visual 2) RT 3) Bend
100% ASME Section IX Satisfactory RT/ Bend Test
2 MATERIAL IDENTIFICATION
a) Pressure Parts 1) Plates 2) Pipes
Surface Finish, Size, Physical, chemical Properties
1) visual 2)Dimensional 3)Correlation with MTC/CT Report
100% ASME SECTION II Part A Edition 2007 addenda 2008
ASME SECTION Il Part A Edition 2007 addenda 2008
b) Flanges, Fittings Fasteners , Gaskets
Surface Finish, Size, Physical, chemical Properties
1) Visual 2) Dimensional 3) correlation with MTC
100% ASME SECTION II Part A Edition 2007 addenda 2008
Leak test Pneumatic test 100% As per Drawing As per Drawing
b) Visual / Dimensional
Surface finish , Dimensional
Dimensional visual 100% As per Drawing As per Drawing
c) Pressure testing Leak Tightness HYDRO TEST 100% Approved Drawing Approved Drawing
d) Painting DFT Check Random Approved Drawing Approved Drawing
9. DOCUMENTATION Documents required to be submitted along with the Technical Bid a) Copy of API/ EI 1581 or API/ EI 1590 (as applicable) License for fabrication of
FWS/MF Vessel b) Licensor’s approved GA drawing of vessel OR Data Sheet of Vessel c) Signed Copy of Scope of Inspection
Documents required to be submitted during dispatch of FWS/MF a) Test Certificates as per approved QAP b) NDT Report c) Hydro test Report d) As Built Drawings e) Inspection Release Note by TPIA f) Installation Manual g) Inspection & Maintenance manual
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 1 of 27
General Purchase Conditions The following conditions shall be applicable for all procurement unless specifically mentioned in the Special Purchase Conditions. INDEX
1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
4. LANGUAGE OF BID
5. PRICE
6. TAXES AND DUTIES
7. INSPECTION
8. SHIPPING
9. INDIAN AGENT COMMISSION
10. ORDER AWARD / EVALUATION CRITERIA
11. CONFIRMATION OF ORDER
12. PAYMENT TERMS
13. GUARANTEE/WARRANTY
14. PERFORMANCE BANK GUARANTEE
15. PACKING & MARKING
16. DELIVERY
17. UNLOADING AND STACKING
18. TRANSIT INSURANCE
19. VALIDITY OF OFFER
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE
21. RISK PURCHASE CLAUSE
22. FORCE MAJEURE CLAUSE
23. ARBITRATION CLAUSE
24. INTEGRITY PACT (IP)
25. RECOVERY OF SUMS DUE
26. CONFIDENTIALITY OF TECHNICAL INFORMATION
27. PATENTS & ROYALTIES
28. LIABILITY CLAUSE
29. COMPLIANCE OF REGULATIONS
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
31. NON-WAIVER
32. NEW & UNUSED MATERIAL
33. PURCHASE PREFERENCE CLAUSE
34. CANCELLATION
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION
36. ASSIGNMENT
37. GOVERNING LAW
38. AMENDMENT
39. SPECIAL PURCHASE CONDITIONS
40. HOLIDAY LISTING OF VENDORS
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 2 of 27
Bharat Petroleum Corporation Limited
General Purchase Conditions
1. DEFINITIONS :
The following expressions used in these terms and conditions and in the purchase order
shall have the meaning indicated against each of these:
1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India
enterprise), a Company incorporated in India having its registered office at Bharat
Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its
successors and assigns (hereafter called BPCL as a short form).
1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this
Request for quotation (RFQ)/purchase order is issued and shall include its successors and
assigns.
1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,
checking/testing of items ordered and for certifying the items conforming to the purchase
order specifications..
1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,
supplies, drawing, data and other property and all services including but not limited to
design, delivery, installation, inspection, testing and commissioning specified or required
to complete the order.
1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION
LTD. desires to receive materials any where in India as mentioned in RFQ.
1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between
Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no
commitment of contractual quantity) on mutually agreed terms and conditions. The actual
supply of goods/ materials shall take place only on issue of separate purchase orders for
required quantity as and when required by Owner.
1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually
agreed terms and conditions with commitment of Quantity Ordered.
2. REFERENCE FOR DOCUMENTATION :
2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all
correspondence before finalization of Rate Contract / Purchase Order.
2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /
Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,
(including shipping documents if applicable) packing list and on any documents or papers
connected with this order.
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 3 of 27
2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated
in the invoice and shipping documents as well as on the packages or consignments.
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :
The right to accept the tender will rest with the Owner.
4. LANGUAGE:
The Bid and all supporting documentation and all correspondence whatsoever exchanged
by Vendor and Owner, shall be in English language only.
5. Price :
Unless otherwise agreed to the terms of the RFQ, price shall be :
Firm and no escalation will be entertained on any ground, except on the ground of
statutory levies applicable on the tendered items.
6. TAXES AND DUTIES :
All vendors shall have VAT / CST/GST/Service tax registration in the concerned State
and vendor shall quote their TIN number in the quotation.
6.1. EXCISE DUTY :
6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period
will be payable by BPCL against documentary evidence. Vendor shall mention in their
offer, the percentage of excise duty applicable at present. Any upward variation in excise
duty rates, beyond the contractual delivery period, shall be to vendor’s account.
6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is
not payable. If applicable in future, the same will be borne by vendor.
6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess
component and accordingly Excise duty / Cess should be quoted separately wherever
applicable.
Vendor shall ask the transporter of the goods to hand over the copy of excise invoice
(transporter’s copy) at the time of delivery of goods at owner’s site.
6.2. SALES TAX / VAT/GST :
6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be
payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax
currently applicable in their offer. The rates applicable for “CST without form C”, “CST
with form C" and “VAT” shall be clearly indicated.
6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit
the TAXinvoice.
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 4 of 27
6.3 Service tax :
All vendors shall have service tax registration wherever applicable. BPCL may also
claim CENVAT Credit on service tax. The vendor should quote service tax separately, if
applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially
numbered and signed invoice / bill / challan containing the following details:
a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable
6.4 FREIGHT AND OCTROI :
6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight
shall be payable after receipt of the Material(s) at the site, unless otherwise specified.
6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by
BPCL at actuals after receipt of the Material(s) at the Site against the submission of
original documentary evidence for proof of payment of the related octroi and entry taxes,
as the case may be.
6.5. NEW STATUTORY LEVIES :
All new statutory levies leviable on sale of finished goods to owner , if applicable are
payable extra by BPCL against documentary proof, within the contractual delivery
period.
6.6 Variation in Taxes/Duties
Any increase/decrease in all the above mentioned statutory levies on the date of delivery
during the scheduled delivery period on finished materials will be on BPCL's account.
Any upward variation in statutory levies after contractual delivery date shall be to
vendor’s account.
6.7 Income Tax (Withholding tax)
In the case of availment of services from Non Resident Vendors who are claiming
benefits offered under the Double Taxation Avoidance Agreements signed by India with
the Government of the other country (i.e the country of the Vendor), such Non Resident
Vendors are required to provide the Tax Residency Certificates at the time of
submission of Bid documents. The Tax Residency Certificates shall contain the following
details :
a) Name of Vendor (assessee) ;
b) Status (Individual, Company, firm etc.) of assessee;
c ) Nationality (in case of individual);
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 5 of 27
d) Country or specified territory of incorporation or registration (in case of
others);
e) Assessee’s tax identification number in the country or specified territory of
residence or in case no such number, then, a unique number on the basis of which
the person is identified by the Government of the country or the specified territory;
f) Residential status for the purpose of tax;
g) Period for which the certificate is applicable; and
h) Address of the applicant for the period for which the certificate is
applicable.
The Tax Residency Certificate shall be duly verified by the Government of the Country
or the specified territory of the assessee of which the assessee claims to be a resident for
the purposes of tax.
7. INSPECTION :
7.1. Materials shall be inspected by BPCL approved third party inspection agency if
applicable before dispatch of materials. However, arranging and providing inspection
facilities is entirely vendor’s responsibility and in no way shall affect the delivery
schedule.
7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies
are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES
LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase
Conditions.
7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant
standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.
7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.
In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will
advise the Vendor in advance whether it intends to have its representative(s) be present at
any of the inspections.
7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved
from its responsibilities to ensure that the Material(s), raw materials, components and
other inputs are supplied strictly to conform and comply with all the requirements of the
Contract at all stages, whether during manufacture and fabrication, or at the time of
Delivery as on arrival at site and after its erection or start up or consumption, and during
the defect liability period. The inspections and tests are merely intended to prima-facie
satisfy BPCL that the Material(s) and the parts and components comply with the
requirements of the Contract. The Vendor’s responsibility shall also not be anywise
reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall
have examined, commented on the Vendor’s drawings or specifications or shall have
witnessed the tests or required any chemical or physical or other tests or shall have
stamped or approved or certified any Material(s).
7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt
of the Material(s) at the location, any Material(s) are found not to be in strict conformity
with the contractual requirements or specifications, BPCL shall have the right to reject
the same and hold the Vendor liable for non-performance of the Contract.
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 6 of 27
8. SHIPPING :
8.1 SEA SHIPMENT :
All shipment of materials shall be made by first class direct vessels, through the
chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The
Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper
storage of the entire Cargo intended for the project in a specific manner so as to faciliate
and to avoid any over carriage at the port of discharge. All shipment shall be under deck
unless carriage on deck is unavoidable.
The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..
or order'.
All columns in the body of the Bill of Lading namely marks and nos., material
description, weight particulars etc., should be uniform and accurate and such statements
should be uniform in all the shipping documents. The freight particulars should mention
the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and
separately. The net total freight payable shall be shown at the bottom.
SHIPPING DOCUMENTS :
All documents viz. Bill of Lading, invoices, packing list, freight memos, country of
origin certificates, test certificate, drawings and catalogues should be in English
language.
In addition of the bill of lading which should be obtained in three stamped original plus
as many copies as required, invoices, packing list, freight memos,(if the freight
particulars are not shown in the bills of lading), country of origin certificate, test /
composition certificate, shall be made out against each shipment in as many number of
copies as shown below.
The bill of lading, invoice and packing list specifically shall show uniformly the mark
and numbers, contents case wise, country of origin, consignees name, port of destination
and all other particulars as indicated under clause 2. The invoice shall show the unit
rates and net total F.O.B. prices. Items packed separately should also be invoiced and the
value shown accordingly. Packing list must show apart from other particulars actual
contents in each case, net and gross weights and dimensions, and the total number of
packages. All documents should be duly signed by the Vendor's authorised
representatives.
In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing
Of the Ministry of Surface Transport, New Delhi through their respective forwarding
agents. The names and addresses of forwarding agents shall be as per Special Purchase
Conditions. Supplier shall furnish to the respective agents the full details of consignments
such as outside dimension, weights (both gross and net) No of packages, technical
description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be
given by the supplier to enable the concerned agency to arrange shipping space.
The bill of lading shall indicate the following :
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 7 of 27
Shipper : Goverment of India
Consignee : Bharat Petroleum Corporation Ltd.
In case of supplies from USA, Export Licences, if any required from the American
Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining
such export licences would be available from India Supply Mission at Washington.
8.2 AIRSHIPMENT :
In case of Airshipment, the materials shall be shipped through freight consolidator
(approved by us). The airway bill shall be made out in favour of BHARAT
PETROLEUM CORPORATION LTD.
TRANSMISSION OF SHIPPING DOCUMENTS :
Foreign Supplier shall obtain the shipping documents in seven complete sets including
three original stamped copies of the Bill of Lading as quickly as possible after the
shipment is made, and airmail as shown below so that they are received at least three
weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay
and / or demurrage in clearance of the consignment at the port due to delay in
transmittal of the shipping documents.
If in terms of letter or otherwise, the complete original set of documents are required to
be sent to BPCL through Bank the distribution indicated below will confine to copies of
documents only minus originals.
Documents BPCL (Mumbai)
Bill of Lading 4 (including 1 original)
Invoice 4
Packing List 4
Freight Memo 4
Country of Origin Certificate 4
Third party inspection certificate 4
Drawing 4
Catalogue 4
Invoice of Third Party 4
for inspection charges whenever applicable.
9. INDIAN AGENT COMMISSION :
Any offer through Indian agents will be considered only after authorization mentioning
them as Indian agents, is received from Vendor. Indian agents commission if applicable
will be payable only in Indian currency. Indian agents should be registered with
Directorate General of Supplies and Disposals, Government of India and agency
commission will be payable only after registration with DGS&D, New Delhi.
10. ORDER AWARD / EVALUATION CRITERIA :
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 8 of 27
Unless otherwise specified, Order award criteria will be on lowest quote landed price
basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,
to the procurement department which initiates the holiday listing process
would the same as the vendor enlistment Committee as per DR&A of the
concerned SBU/Entity.
40.2. Reasons For Holiday Listing:
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 24 of 27
Reasons for Holiday Listing : An Agency may be placed in Holiday
List for any one or more of the following circumstances:
40.2.1 If the Agency , in the context of its dealings with the Corporation:
has indulged in malpractices ;
has submitted fake, false or forged documents / certificates
Has substituted materials in lieu of materials supplied by BPCL or has
not returned or has unauthorized disposed off materials / documents /
drawings / tools or plants or equipments supplied by BPCL.
Has deliberately violated and circumvented the provisions of labor
laws/ regulations / rules, safety norms, environmental norms or other
statutory requirements.
has deliberately indulged in construction and erection of defective
works or supply of defective materials
Has not cleared previous dues to BPCL if applicable.
Has committed breach of contract or has abandoned the contract.
Poor performance of the Agency in one or several contracts;
Has not honored the fax of award / letter of award / Contract /
Purchase order after the same is issued by BPCL.
Withdraws/ revises the bid upwards after becoming the L1 bidder.
Has parted with, leaked or provided confidential / proprietary
information of BPCL to any third party without the prior consent of
BPCL.
40.2.2. The following additional grounds can also be reasons for Holiday listing of
an agency:
a. If a communication is received from the Administrative Ministry of
the Corporation (i.e.MOP&NG) to ban Agency from dealing with the
Corporation ;
b. If the Agency Is or has become bankrupt , OR is being dissolved OR
has resolved to be wound up OR if proceedings for winding up or
dissolution has been instituted against the Agency;
c. Any other ground, including transgression of Integrity Pact, which, in
the opinion of the Corporation, makes it undesirable to deal with the
Agency; In the case of transgression of Integrity Pact, the same should
be substantiated by the verdict of the Independent External Monitor.
40.3. Duration of Holiday Listing:
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 25 of 27
S.No Reasons for holiday listing Period of
holiday listing
1 Indulged in malpractices resulting in financial loss to
the Corporation
15 years
2 Submitted fake, false or forged documents / certificates 3 years
3 has substituted materials in lieu of materials supplied
by BPCL or has not returned or has unauthorisedly
disposed off materials / documents / drawings / tools or
plants or equipments supplied by BPCL
15 years
4 Has deliberately violated and circumvented the
provisions of labour laws/ regulations / rules , safety
norms, environmental norms or other statutory
requirements
3 years
5 has deliberately indulged in construction and erection
of defective works or supply of defective materials
3 years
6 has not cleared BPCLs previous dues if applicable 1 year
7 has committed breach of contract or has abandoned the
contract
3 years
8 Poor performance of the Agency in one or several
contracts
1 year
9 has not honoured the fax of award / letter of award /
Contract / Purchase order after the same is issued by
BPCL
1 year
10 Withdraws/ revises the bid upwards after becoming the
L1 bidder
1 year
11 has parted with , leaked or provided confidential /
proprietary information of BPCL to any third party
without the prior consent of BPCL
15 years
12 If the Agency Is or has become bankrupt , OR is being
dissolved OR has resolved to be wound up OR if
proceedings for winding up or dissolution has been
instituted against the Agency
3 years
13 Transgression of Integrity Pact , which, in the opinion
of the Corporation, makes it undesirable to deal with
the Agency;
3 years
In cases where Holiday Listing is proposed based on advice from
the Administrative Ministry, no show cause or formal decision by
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 26 of 27
competent authority will be required. The Nodal Department will
directly intimate the Agency that they have been placed in Holiday
Listing by BPCL based on the Ministry’s advice
40.4. Provision for Appeal;
40.4.1 An agency aggrieved with the decision of the Competent Authority shall have the
option of filing an appeal against the decision of the Competent Authority within a
maximum of 15 days from the date of receipt of intimation of holiday listing.
40.4.2 Any appeal filed after expiry of the above period shall not be considered by the
Appellate Authority;
40.4.3 On receipt of the Appeal from the Agency, the Appellate Authority, if it so
desires , may call for comments from the Competent Authority;
40.4.4 After receipt of the comments from the Competent Authority, the Appellate
Authority , if it so desires , may also given an opportunity for personal
hearing, to the Appellant Agency;
40.4.5 After examining the facts of the case and documents available on record and
considering the submissions of the Appellant Agency, the Appellate Authority
may pass appropriate order by which the Appellate Authority may either :
Uphold the decision of Competent authority with or without any
variation /lesser period of Holiday Listing; OR
Annul the order of the Competent Authority.
40.4.6 No Appeal is permitted in case an Agency is placed in Holiday List by BPCL,
based on Ministry’s advice.
40.5. Effect of Holiday Listing
40.5.1 No enquiry / bid / tender shall be entertained with an Agency as long as
the ‘Agency’ name appears in the Holiday list.
If an ‘Agency’ is put on the Holiday list during tendering :
If an ‘Agency’ is put on Holiday List after issue of the enquiry /
bid / tender but before opening of the un-priced bid, the un-
priced bid of the ‘Agency’ shall not be opened and BG/EMD ,
if submitted by the ‘Agency’ shall be returned . If an ‘Agency’
is put on Holiday List after un-priced bid opening but before
price bid opening, the price bid of the ‘Agency’ shall not be
opened and BG/EMD submitted by the ‘Agency’ shall be
returned .
If an ‘Agency’ is put on Holiday List after opening of price
bid but before finalization of the tender, the offer of the
‘Agency’ shall be ignored and will not be further evaluated and
the BG/EMD if any submitted by the ‘Agency’ shall be
returned, The ‘Agency’ will not be considered for issue of order
CRFQ NO. 1000240088 ANNEXURE II
GENERAL PURCHASE CONDITIONS
Page 27 of 27
even if the ‘Agency’ is the lowest (L1). In such situation next
lowest shall be considered as L1;
If contract with the ‘Agency’ concerned is in operation,
(including cases were contract has already been awarded
before decision of holiday listing) normally order for Holiday
Listing from business dealings cannot affect the contract,
because contract is a legal document and unless the same is
terminated in terms of the contract, unilateral termination will
amount to breach and will have civil consequences.
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 1 of 8
General Instructions to vendors for e-tendering
1. Tender document with detailed terms and conditions is available on our corporate website www.bharatpetroleum.in or the CPP portal (http://eprocure.gov.in). Interested parties may download the same and participate in the tender as per the instructions given therein, on or before the due date of the tender. For participation in the tender, please fill up the tender online on the e-tender system available on https://bpcleproc.in.
2. As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the vendor. In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd., Ahmedabad (Contact no. Tel: +91 79 4001 6816 I 6848 I 6844 I 6868) for obtaining the digital signature certificate.
3. Offers should strictly be in accordance with the tender terms & conditions and our specifications. Bidders are requested to carefully study all the documents/annexures and understand the conditions, specifications etc. before submitting the tender and quoting the rates. In case of doubt, written clarifications should be obtained, but this shall not be a justification for request for extension of due date for submission of bids.
4. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/amendment is issued after the submission of the bid, then such vendors who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be assumed that the information contained therein has been taken into account by the vendor. They have the choice of making changes in their bid before the due date and time.
5. Singular and Plural: In these tender documents unless otherwise stated specifically, the singular shall include the plural and vice-versa wherever the context so requires. Words indicating persons shall include relevant incorporated companies/registered as associations/ body of individual/ firm or partnership.
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 2 of 8
6. Techno-commercial bid consisting of all the attached tender documents and Price bid shall form the part of the tender. Both the techno-commercial bid and the price bid will be online only.
7. Bidder to Obtain His Own Information:
The bidder in fixing rate shall for all purposes whatsoever be deemed to have himself independently obtained all necessary information for the purpose of preparing his tender. The bidder shall be deemed to have examined the tender Documents, to have generally obtained his own information in all matters whatsoever that might affect the execution of the job at the quoted/ negotiated rates and to have satisfied himself to the sufficiency to his tender. Any error description of quantity or omission there from shall not vitiate the contract or release the bidder from executing the work comprised in the contract according to the Specifications at the quote/negotiated rates. He is deemed to have known the scope, nature and magnitude of the job and the requirements of materials and labour involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be the defects, omissions or errors that may be found in the Contract Documents.
Any neglect or failure on the part of the bidder in obtaining necessary and reliable information upon the foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract documents.
No verbal agreement or inference from conversation with any officer or employee of the owner either before or after the execution of the contract agreement shall in any way affect or modify any of the terms or obligations herein contained.
8. BID SECURITY
a) Bidders are not required to submit any bid security.
b) However, bidder is liable to be put on a holiday list as per the details mentioned in General Purchase Conditions - Annexure II.
9. Online submission of the tender under the digital signature of the authorized signatory shall be considered as token of having read, understood and totally accepted all the terms and conditions. Bidder’s digital signature on the documents shall be considered as total acceptance of the terms & conditions.
10. Vendors are required to complete the following process online on or before the due date of closing of the tender:
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 3 of 8
A. Techno-Commercial bid
i Accept the contents of the following annexures barring deviations notified, by clicking on the button provided on the screen below each one of them:
a) Technical Specification - Annexure - I b) General Purchase Conditions - Annexure – II
ii Notify the deviations from the specifications/purchase conditions listed in
the annexures mentioned above, in the forms provided for this purpose.
iii Accept the contents of the following annexures in toto by clicking on the button provided on the screen below each one of them:
a) General Instructions to vendors for e-tendering - Annexure III b) Proforma for Performance Bank Guarantee - Annexure IV
iv Upload the following documents:
a) Copy of the certificate stating that the vendor is a Micro and Small Enterprises (MSEs) [if applicable]
b) Copy of the certificate stating that MSEs is owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs [if applicable]
c) Any other document All the supporting documents should be legible and duly signed, stamped and attested by the authorized signatory, before uploading them online.
B. Price bid Online fill in the quotes in the price bid form. Please ensure to quote for all the price-components specified therein failing which your bid is liable to be rejected.
11. Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us. The schedule for opening the price bid shall be advised separately.
12. Directions for submitting online offers, electronically, against e-procurement
tenders directly through internet:
(i) Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest.
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 4 of 8
(ii) The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance.
(iii) Vendors are advised in their own interest to ensure that their bids are
submitted in e-Procurement system well before the closing date and time of bid. If the vendor intends to change/revise the bid already entered, he may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.
(iv) Once the entire process of submission of online bid is complete, the
vendors are required to go to option ‘own bid view’ through dashboard and take the print of the envelope receipt as a proof of submitted bid.
(v) Bids / Offers shall not be permitted in e-procurement system after the due
date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.
(vi) No manual bids/offers along with electronic bids/offers shall be permitted.
13. Once the price bids are opened, vendors can see the rates quoted by all the participating bidders by logging on to the portal under their user ID and password and clicking on “Other Bids” view.
14. No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and availability of website. They shall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured that your bid will be viewable only to you and nobody else till the due date/ time of the tender opening. The non availability of viewing before due date and time is true for e-tendering service provider as well as BPCL officials.
15. BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc.
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 5 of 8
16. Incomplete bids or bids received with deviations/subjective or counter
conditions/quantity restrictions are liable to be rejected. No further correspondence/enquiries raised on this issue by the bidder shall be entertained. Any terms and conditions stated by the Bidder in his bid will not be binding on the Corporation.
17. Bids submitted after the due date and time and those not in the format or not in
conformity with the prescribed terms and conditions or specifications shall be summarily rejected and no further correspondence/ enquiries shall be entertained on the issue. No responsibility shall be taken by the Corporation and no claims on this account shall be entertained.
18. Unsolicited / conditional discounts if offered by any party will not be considered
and offers of parties offering such unsolicited discounts are liable to be rejected.
19. The bid submitted against this tender shall be valid for a period of 90 days from the date of opening of the tender. The bidder shall not be entitled during the said period of 90 days, without the consent in writing of the Corporation, to revoke, or cancel his bid or vary the bid given or any term thereof. In case of bidder revoking or cancelling his tender, varying any terms in regard thereof without the consent of Corporation in writing, appropriate penal action will be taken by BPCL as deemed fit including putting the bidder on ‘Holiday list’/’Delist’ that would bar the bidder from participating in future tenders for an appropriate period from the date of revocation/cancellation/ varying the terms.
20. ACCEPTANCE OF BIDS BY THE CORPORATION:
a) Techno-commercial Bid
Based on the information and documents submitted, all bidders meeting the following criterion qualify in the bid:
i. Deviations from the specifications/purchase conditions notified by the bidder should be acceptable to BPCL
Price bid of only those bidders shall be opened who qualify in the Techno-commercial bid.
21. ORDER AWARD / EVALUATION CRITERIA
BPCL shall calculate the net delivered price (NDP) for the entire consignment payable to each bidder by adding:
Packing & Forwarding charges
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 6 of 8
Inspection (TPI) Charges
Excise Duty (ED) as applicable and declared by the bidder
Sales Tax/VAT (ST) as applicable and declared by the bidder
Input Tax Credit (ITC) available, if any
Freight quoted for each location
to the basic price per unit quoted by the bidder. Ranking of tenderers will be based on NDP. The order shall be awarded to the vendor who is L1 for the entire consignment.
22. The Corporation reserves the right to reject any and/or every tender without
assigning any reason whatsoever and/or place order on one or more bidders and/ or carry out negotiations with any bidder in the manner considered appropriate by the Corporation. Corporation also reserves the right to reject any un-workable offer.
23. Corporation reserves its right to allow Public Sector Enterprises (Central/ State), purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a PSE shall be decided based on the price quoted by PSE as compared to L1 Bidder at the time of evaluation of the price bid.
24. Bidders may have to attend the concerned office of the Corporation for clarifications and/or pre-bid meeting and/or negotiations/clarifications if required at their own cost, in respect of their bids without any commitment from the Corporation
25. It shall be understood that every endeavor has been made to avoid errors
which can materially affect the basis of the tender and the successful bidder shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 7 of 8
26. Proforma of the price bid form is as follows:
(i) Cost of Equipment
Short Description Basic price, P&F, Inspection charges and Excise Duty
Item Description Micro Filter of 150 KL/hr for Aviation Fueling Stations.
Location Devangunthi
Quantity required 1
Unit of Measurement (UoM) Number
Basic price in Rs. per UoM To be quoted by the bidder It is the basic rate for the equipment (refer long description given above) as per specifications given in the tender and includes cost of supervision staff for overseeing the commissioning of the equipment at site.
Basic price in Rs. per UoM (in words) Defaulted by the system based on the quote fed in figures above.
Packaging & Forwarding in Rs. per UoM
To be quoted by the bidder
Inspection Charges (TPI) (in Rs. per UoM)
To be quoted by the bidder
Excise Duty inclusive of cess etc in % To be quoted by the bidder
Delivery (Vendor to quote best DELIVERY PERIOD (in DAYS) from placement of order
To be quoted by the bidder
(ii) Sales Tax & Freight Charges
Short Description Sales Tax, Freight and Octroi charges
Item Description Micro Filter of 150 KL/hr capacity for Aviation Fueling Station.
Location Devangunthi
Quantity required 1
Unit of Measurement (UoM) Number
CRFQ No.: 1000240088 Annexure III
General Instructions to vendors for e-Tendering
Page 8 of 8
Sales Tax including (without any concessions like Form ‘C’) in %
To be quoted by the bidder
Octroi Charges (in %): To be quoted by the bidder
Freight Charges inclusive of all taxes on freight (in Rs. per UoM up to location)
To be quoted by the bidder
Freight Charges inclusive of all taxes on freight (in Rs. per UoM up to location) (In words):
Defaulted by the system based on the quote fed in figures above.
27. In case of any clarification pertaining to e-procurement process, the bidder may contact the following agencies / personnel:
1. For system related issues :
a. M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 4001 6816 | 6848 | 6844 | 6868) followed with a e-mail to id [email protected]
b. Procurement Manager of M/s. BPCL at contact no. +91-22-24176415 with an e-mail to ID [email protected]
2. For tender related queries: a. Mr. A M Sharma of BPCL at contact no. +91-22-24176415/
b. Mr. Sanson T Koleth of BPCL at contact no. +91-22-24176133 followed with an email to ID [email protected]
The responsible person of the tender is Mr. Sanson T Koleth of BPCL at contact no. +91-22-24176133.
CRFQ NO.1000240088 ANNEXURE IV
PERFORMANCE BANK GURANTEE
Page 1 of 3
PERFORMANCE BANK GUARANTEE (On Non-judicial paper for appropriate value)
To, Bharat Petroleum Corporation Limited Central Procurement Organization (Mktg.), Sewri, Mumbai – 400 015 Dear Sir, In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’ which expression shall include its successors and assigns) having awarded to M/s. (Name) ………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor” which expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated ………. and the General and Special Purchase Conditions of the Company and upon the condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or discharge of the vendor’s liability under and / or in connection with the said supply contract upto a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10% (ten percent)of the total contract value. We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any and all moneys any wise payable by the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in words)……………………….only. AND the Bank hereby agrees with the Company that
i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of the vendor arising upto and until midnight of …………………………………..
This date shall be 6 months from the last date of guarantee period.
CRFQ NO.1000240088 ANNEXURE IV
PERFORMANCE BANK GURANTEE
Page 2 of 3
ii. This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s obligation/liabilities under and /or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder.
iii. The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any other security in respect of the vendor’s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the vendor of the said supply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or the remedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank.
iv. This Guarantee /Undertaking shall not be determined by the liquidation or
winding up ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof.
v. The Bank hereby waives all rights at any time inconsistent with the terms of
the Guarantee /Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the vendor (whether or not pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of communication whatsoever by the vendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof.
vi. The amount stated in any notice of demand addressed by the Company to
the Guarantor as liable to be paid to the Company by the vendor or as
CRFQ NO.1000240088 ANNEXURE IV
PERFORMANCE BANK GURANTEE
Page 3 of 3
suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the Company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof.
Yours faithfully, (Signature) NAME & DESIGNATION NAME OF THE BANK NOTES: