Top Banner
Material/Services required at: M/s. Bharat Petroleum Corpn.Ltd KOCHI REFINERY AMBALAMUGAL KOCHI ERNAKULAM- 682302 India _______________________________________________________________________ SUBJECT: DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING THE MBR TECHNOLOGY STP OF 120KLD CAPACITY - JOB REF: J11/17028 (CRFQ: 1000280864) This is an e-tender in Two Bid System. For participating in e-tendering, contractors are required to procure "DIGITAL SIGNATURE CERTIFICATE" of Class 2B or above, (signing with encryption) and register on BPCL e-tendering website (https://bpcleproc.in). Without digital signature certificate, vendors cannot login e-tender portal. For more assistance you may contact our service provider, M/s. E-Procurement Technologies Ltd (ETL), whose representatives are available at Phone Nos.0484-2821655/ 2821642 / 079-40016868 (e-mail: [email protected]) for assistance regarding "DIGITAL SIGNATURE CERTIFICATE" and completion of registration process for the e-procurement. Bidders are requested to download the complete tender documents from the e-tender portal mentioned in the tender advertisement and ensure that all the documents are downloaded. Kindly note that we require the offer to be uploaded to our e-tender portal. Bidders are requested to note that, the prices are to be entered only in the Price format available in the e-tender portal. Submission of bids online: Bidders are requested to submit/ upload their offer with all required documents through BPCL e-procurement website (https://bpcleproc.in) maintained by M/s. e-Procurement Technologies Ltd., our authorised Service Provider for E-tendering. Please refer General Instructions to vendors for E-tendering. Upon logging in to the e-procurement website, bidders can download the bid documents and shall thoroughly go through the same. All documents required for the bid duly signed and stamped, shall be uploaded on the appropriate place in the E-Procurement website. All the bids shall be evaluated from the inputs made by the bidders on the e-Procurement portal. Bids will be evaluated on overall L1 basis. To, M/s. BPCL ESTIMATE MUMBAI . India - 400038. Ph:,Fax:. Vendor Code:300648 Quotation Due Date/Time:19.06.2017/14:00:00 For Bharat Petroleum Corporation Ltd. Vendor Sign & Stamp REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group 1000280864 / J11-CIVIL/TK/SPH/PNTG Contact person/Telephone GOPINATHAN M/0484-2821628 Fax : - Email:[email protected] Our ref.: J11/17028G RFQ No/Date: 6001052339 / 26.05.2017 Page 1 of 33
33

India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Mar 12, 2019

Download

Documents

trinhnhan
Welcome message from author
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
Page 1: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Material/Services required at:M/s. Bharat Petroleum Corpn.LtdKOCHI REFINERYAMBALAMUGALKOCHI ERNAKULAM- 682302India_______________________________________________________________________SUBJECT: DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING THE MBR TECHNOLOGYSTP OF 120KLD CAPACITY - JOB REF: J11/17028 (CRFQ: 1000280864)

This is an e-tender in Two Bid System.

For participating in e-tendering, contractors are required to procure "DIGITALSIGNATURE CERTIFICATE" of Class 2B or above, (signing with encryption) andregister on BPCL e-tendering website (https://bpcleproc.in). Without digitalsignature certificate, vendors cannot login e-tender portal.

For more assistance you may contact our service provider, M/s. E-ProcurementTechnologies Ltd (ETL), whose representatives are available at PhoneNos.0484-2821655/ 2821642 / 079-40016868 (e-mail: [email protected]) forassistance regarding "DIGITAL SIGNATURE CERTIFICATE" and completion ofregistration process for the e-procurement.

Bidders are requested to download the complete tender documents from thee-tender portal mentioned in the tender advertisement and ensure that all thedocuments are downloaded.

Kindly note that we require the offer to be uploaded to our e-tender portal.Bidders are requested to note that, the prices are to be entered only in thePrice format available in the e-tender portal.

Submission of bids online: Bidders are requested to submit/ upload their offerwith all required documents through BPCL e-procurement website(https://bpcleproc.in) maintained by M/s. e-Procurement Technologies Ltd., ourauthorised Service Provider for E-tendering. Please refer GeneralInstructions to vendors for E-tendering. Upon logging in to the e-procurementwebsite, bidders can download the bid documents and shall thoroughly gothrough the same. All documents required for the bid duly signed and stamped,shall be uploaded on the appropriate place in the E-Procurement website.

All the bids shall be evaluated from the inputs made by the bidders on thee-Procurement portal. Bids will be evaluated on overall L1 basis.

To,M/s. BPCL ESTIMATEMUMBAI . India - 400038.Ph:,Fax:.Vendor Code:300648

Quotation Due Date/Time:19.06.2017/14:00:00

For Bharat Petroleum Corporation Ltd.Vendor Sign & Stamp

REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group 1000280864 / J11-CIVIL/TK/SPH/PNTG Contact person/Telephone GOPINATHAN M/0484-2821628 Fax : - Email:[email protected] Our ref.: J11/17028G

RFQ No/Date: 6001052339 / 26.05.2017

Page 1 of 33

Page 2: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Please note that the offers submitted against this "tender" will be evaluated"electronically" and vendors are requested to comply with the followingguidelines while submitting the offer.

Rates Per Unit: Offer shall be submitted with rates per unit as per the unitof measurement shown in the request for quotation.

You are invited to quote "On-Two-Bid-Basis" for the subject work as per theenclosed Tender Documents. Your quoted rates shall be inclusive of allapplicable taxes and duties including VAT, except service tax. Service Tax asapplicable for the job shall be paid to the contractor /paid by BPCL to theDepartment as required under statute. Your rates shall remain firm till theduration specified in the tender.

Documents required to qualify for Pre-Qualification Criteria:

All related documents required / specified to qualify against the PreQualification Criteria (PQC), Demand Draft towards EMD & Tender Fee asspecified shall be forwarded to the following address so as to reach us notlater than 7 days from the Bid Due Date (BDD) indicated, failing which theoffer shall be liable for rejection. It is solely the Bidder's responsibilityto ensure that above documents reach us on or before the period specified asabove.

The above documents/Demand drafts shall be put in an envelope and sealed andthis envelope shall be clearly marked with the Tender Number, Job Name and thename and address of the bidder.

Address for forwarding:CHIEF MANAGER (P&CS-CONTRACT SERVICES)BHARAT PETROLEUM CORPORATION LTDKOCHI REFINERY, AMBALAMUGAL, KOCHI - 682 302ERNAKULAM DISTRICT, KERALA, INDIAPHONE; 0484-2821603/2821628

Tender Fee:

Tender fee of Rs.2,000/-(Rupees Two thousand only) to be paid by crossedDemand Draft of any scheduled bank drawn in favour of Bharat PetroleumCorporation Limited, Kochi Refinery, Ernakulam and its copy to be uploadedalong with other documents through e-portal. Offers without this shall beliable for rejection.

Earnest Money Deposit (EMD):

The earnest money of Rs.1,00,000/- (Rupees One Lakh only) can be paid in theform of Demand Draft or Bank Guarantee in favour of Bharat PetroleumCorporation Limited,Kochi Refinery, Ernakulam and its copy to be uploadedalong with other documents through e-portal. Offers without this shall be

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 2 of 33

Page 3: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

liable for rejection.

Earnest Money Deposit (EMD) is applicable for BPCL Registered contractorsalso.

In case EMD is paid in the form of Bank Guarantee, the same shall remain validfor a period of six months from the date of opening of the tender with a claimperiod of another six months. BG shall be executed by any Scheduled Bankapproved by Reserve Bank of India as per the pro-forma attached and shall bein stamp paper of Rs. 500/- or above.

Exemption from payment of EMD and Tender Fee:

Following categories of bidders shall be exempted from paying Earnest MoneyDeposit (EMD) and Tender Fee, if any.

i. Units registered with National Small Industries Corporation (NSIC);ii. Units falling under Micro & Small Enterprises (MSEs) category as definedunder the MSMED Act 2006.

The above are subject to the fulfilling of under mentioned conditions:

a) Units should be registered with National Small Scale Industrial CorporationLimited (NSIC) or with any of the Authorities specified under the PublicProcurement Policy for MSE's. (DIC/KVIC/KVIB/Coir Board/NSIC/Directorate ofHandicrafts and Handloom or any other body specified by Ministry of MSME.)

b) The Unit should be registered for the item tendered.

c) The monetary limit, if any, indicated in the registration certificateshould cover value of items ordered

d) Registration Certificate is valid for a period at least up to validity ofthe offer.

e) Self-attested copy of valid relevant registration certificate should besubmitted in support.

f) Registration with DGS&D will not entitle a Tenderer to claim aboveexemption.

PAN, CERTIFICATE OF INCORPORATION / REGISTRATION, SERVICE TAX REGISTRATIONCERTIFICATE & VAT REGISTRATION CERTIFICATE:

Bidders are requested to upload in the e-portal the copy of the abovecertificates along with other documents sought.

Validity:

All the Proposals shall be valid and remain effective for a period of One

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 3 of 33

Page 4: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

twenty (120) days from the "BID DUE DATE or Extended Due Date". BPCL mayrequest the bidders to extend the validity of the Proposals, and the biddersso requested shall be prepared to favorably consider the requested validityextension.

Time of completion:

The successful contractor should start the work within Fifteen days from thedate of the purchase Order or from the date of handing over the site whicheveris later and complete the entire work within 4 (FOUR ) Months from the date ofcommencement of work.

Site Inspection and Pre-bid meeting:

On 5th June 2017 at 10:00 hrs at BPCL Township, Ernakulam.

Engineer-in-charge & Contact person for Site Inspection/ Pre-bid meeting:

Jayakrishnan V, Manager(HR- Estates),BPCL-Kochi Refinery,Email ID: [email protected] : 0484-2821438

Project Management Consultant:

M/s. FEDO the Project Management Consultant (PMC) to BPCL (KR) is the ProjectManagement Consultant for the project.

Contact person from the consultant, M/s. FEDO for clarifying the technicaldetails :

1. VIJAYAN.N.RAsst. General Manager (Projects), Projects DepartmentFACT ENGINEERING AND DESIGN ORGANISATION (FEDO)UDYOGAMANDAL.P.O, KOCHI-683 501, KERALAPhone: 0484-256 8771, Fax: 0484-545215/2546997

2. JOSEPH CARLTON DSOUZAAsst. Manager (Projects), Projects DepartmentFACT ENGINEERING AND DESIGN ORGANISATION (FEDO)UDYOGAMANDAL.P.O, KOCHI-683 501, KERALAPhone: 0484-256 8867, 8289903396

General Conditions of Contract (GCC): Applicable for this tender.

Liquidated damages clause: Applicable.

Security Deposit clause: Applicable.

Defect Liability Period: Three years from the date of successful completion of

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 4 of 33

Page 5: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

work.

Quotation due time for submission:

14:00 Hrs. on the due date specified in the e-tender portal.

Opening of Tenders:

The "unpriced bids" will be opened at 14:00 Hrs. on the same day. Technicallysuccessful bidders will be intimated about the date and time of opening ofprice bids.

Bidder Participation:

Bidders can participate in this e-tender un-priced bid opening.

Instructions for quoting service tax:

The tenderer shall clearly indicate their Service Tax Registration number andService Tax category in the bid. The Service Tax shall be paid to theContractor only if a proper invoice addressed to BPCL-Kochi Refinery is givenwith details such as Contractor's Name & Address, Service Tax RegistrationNumber, Description, and Category, indicating the value of Service and ServiceTax amount separately.

Sales Tax on Works Contract:

The Contractor is requested to submit the clearance certificate from the SalesTax Authority (if applicable) stating that the tax due on Contract/Runningbill has been duly paid, along with every bill submitted for payment. Paymentswill be released only on receipt of the above clearance certificate. BPCLshall not be responsible for any delay in payment/non-payment of bills due todelay in submission/ non-submission of the aforesaid clearance.

ESI/EPF Scheme:

1. The contractor shall enroll his employees to be deployed, under EmployeesState Insurance (ESI) and Employees Provident Fund (EPF) Schemes. Thecontractor is required to produce the original Register of Wages-cum-MusterRoll with the signature of workmen, duly certified by the Engineer-in-Chargewitnessing payment of wages.

2. If the contractor is having his own ESI & EPF Codes and the employees arecovered under those codes, the contractor shall submit the original challansshowing proof of remittance in each month. The contractor shall also furnishcopy of the Return of Contribution for the relevant period to prove that hisemployees are covered under the Schemes.

3. The employees drawing salary above ESI ceiling should be covered underWorkmen Compensation Policy or Group Personal Accident Policy.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 5 of 33

Page 6: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

If the contract awarded is for project works, the contractor shall givepreference to evictees having ID cards while engaging construction workers inproject sites, subject to their suitability.

BPCL reserves the right to reject any or all the tenders without assigning anyreasons whatsoever. Also BPCL reserves the absolute right to reject any or allthe bids/tenders solely based upon the past unsatisfactory performance by thebidder/bidders in BPCL, the opinion/decision of BPCL regarding the same beingfinal and conclusive.

Identity Badge:

Contract employees should wear their identity badge while they are inside theRefinery.

Medical Fitness Certification:

Contractor shall follow guidelines for medical fitness certification ofworkers employed for working at height more than 30 meters using temporarystructures.

Housekeeping Plan:

For jobs involving generation of scraps and surplus materials, the followingcondition is applicable:

Dismantled Piping/ Equipment and metallic scrap/ debris shall be cut intoregular shapes of maximum length of 6 Met-suitable for transportation bytruck-and handover the same at designated scrap yards of P&CS Department. Themetallic parts shall be free from oil/other combustible material. Refractory/Insulation material(if any) shall be removed from the metal parts beforehanding over the same at the scrap yards.

Purchase Preference:

Owner reserves its right to allow Public Sector Enterprises (Central/State),purchase preference as admissible/ applicable from time to time under theexisting Govt. policy. Purchase preference to a PSE shall be decided based onthe price quoted by PSE as compared to L1 Vendor at the time of evaluation ofthe price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEsowned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,purchase preference as admissible/ applicable from time to time under theexisting Govt. policy. Purchase preference to a MSE and a MSE owned by SC/STentrepreneurs shall be decided based on the Net Delivered price quoted by thesaid MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

Bidders claiming purchase preference as MSE should have the following

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 6 of 33

Page 7: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

certificates/documents as on bid due date and need to submit the same:

a. Notarized copy of all the pages of the EM-II certificate issued by theappropriate authorities mentioned in the Public procurement policy ofMSEs-2012/Udyog Aadhaar Memorandum (UAM).

b. Vendor's declaration on a duly notarized Rs.200/- stamp paper stating that,in the event of award of contract, all the ordered supplies shall be made fromthe unit for which MSE certificate has been submitted.

MSE Purchase Preference for Non-divisible Contracts:

All Micro & Small Scale Enterprises (MSE) vendors quoting in the price band ofL1+15% and the natural L1 bidder is a non-MSE vendor, this job shall beawarded for full/complete tendered quantity, subject to bringing down of priceto L1 bidder by the concerned MSE vendor.

In case of more than one such MSEs are quoted in the price band of L1+15%,then L1 MSE will be offered first and if matches the natural L1 price, thatMSE shall be allowed to supply and installation of total tendered quantity.If L1 MSE does not match the natural L1 price, other MSEs falling in range ofL1+15% band will be offered in order of L2 MSE, L3 MSE etc. until they matchL1 price. No separate preference will be given to MSE owned by SC/STentrepreneurs over MSE owned by general person".

BPCL Supplier/Vendor Advisory on Environmental Criteria:

Kindly see the "BPCL Supplier / Vendor Advisory on Environmental Criteria"attached along with this Request For Quotation. We request all ourvendors/suppliers to follow the 'advisory guidelines on environmentalcriteria' detailed therein to protect and conserve our environment.

HOLIDAY LISTING POLICY :

Kindly see the Holiday listing policy attached along with this Request forQuotation.

Declaration by Bidders regarding Holiday Listing Status:

The attached declaration should be submitted by the bidders along with theiroffers. Offers not accompanied with such a declaration shall be liable forrejection. Any wrong declaration in this context shall make the agency liablefor action under the attached Holiday Listing Policy.

Deviation:

You are requested to have all your queries clarified before bidding (duringpre-bid meeting). However, if you still have deviations from our RFQ and theattachments (specifications /scope of work), please indicate deviations inyour offer under a separate title 'DEVIATIONS' giving reference to clause no.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 7 of 33

Page 8: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Deviations appearing under clause 'DEVIATIONS' shall be considered whileevaluating the offer. (Ref. Format for Exemptions and Deviations) In case youroffer does not contain a separate title "DEVIATIONS", it will be consideredthat you are accepting all the clauses and specification in Toto.

Documents for Enlistment of vendors:

If the bidder is not an enlisted vendor in BPCL, the following documents arerequired to upload in e-tender site for registration.

1. Copy of PAN2. Copy of Service Tax registration Certificate3. Copy of Sales Tax/VAT Registration Certificate4. Copy of Certificate of Registration from Company Registrar for LimitedCompanies.5. Full Address with Pincode, Latest e-mail id, Land phone No. andMobile No.6. NEFT form duly filled and attested by Bank and one cancelled chequeleaf.

In addition to the above, the attached vendor enlistment documents in excelformat (7 Nos.) are also to be filled and signed by the bidder and requestedto upload in the e-tender site and hand over the hard copy to P&CS Dept.

Please note that if the bidder is a registered vendor in BPCL, the abovedocuments are not required.

Integrity Pact:

a) Attached Proforma of Integrity Pact (IP) shall be returned by the Bidder/salong with the bid documents (technical bid in case of 2 part bids), dulysigned by the same signatory who is authorized to sign the bid documents. Allthe pages of the Integrity Pact shall be duly signed. Bidder's failure toreturn the IP duly signed along with the bid documents shall result in the bidnot being considered for further evaluation.

b) If the Bidder has been disqualified from the tender process prior to theaward of the contract in accordance with the provisions of the Integrity Pact,BPCL shall be entitled to demand and recover from Bidder Liquidated Damagesamount by forfeiting the EMD/Bid Security as per provisions of the IntegrityPact.c) If the contract has been terminated according to the provisions of theIntegrity Pact, or if BPCL is entitled to terminate the contract according tothe provisions of the Integrity Pact, BPCL shall be entitled to demand andrecover from Contractor Liquidated Damages amount by forfeiting the SecurityDeposit/Performance Bank Guarantee as per provisions of the Integrity Pact.

d) Bidders may raise disputes/complaints, if any, with the nominatedIndependent External Monitor, mentioned below:

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 8 of 33

Page 9: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Shri S.S.N. Moorthy,GFQ, Ist Floor, B. Block,Summit Apts.,Mettupalayam Road,Coimbatore - 641 043.Mob. [email protected]

For all other clarifications/details regarding this tender

Shri. Gopinathan M,Officer(P&CS), P&CS Dept.,BPCL-Kochi Refinery,Ambalamugal,Ernakulam District,Kerala - 682302email - [email protected]: 0484-2821628 : Mob: 09447602812.

NOTE: ALL CONTRACTORS ARE REQUESTED TO UPLOAD DULY FILLED IN INTEGRITY PACT INTHE E-TENDER SITE. HARD COPY OF THE SAME IS TO BE SUBMITTED TO OUR OFFICEAFTER BID OPENING.

______________________________________________________________________________________________________________________________________________ Item Material Qty Unit Unit Basic Rate

Description Delivery date (in Figures)_______________________________________________________________________00010 120 KLD STP at EKM TOWNSHIP 31.12.2017_______________________________________________________________________ The item 00010 covers the following services:_______________________________________________________________________ 10 1 LS

120 KLD STP (Lumpsum) _________________________________________________________________

Design, detailed engineering, procurement, Supply and Installation ofequipments, construction, testing and commissioning of Sewage Treatment Plantof 120 KLD capacity with all civil and structural works including pilefoundation, supply and erection of all electrical, piping, tanks, pumps,instruments as per requirements detailed in tender documents includingperformance guarantee for three years from date of completion and handing overthe plant. Repair/replacement of various plant components including labour forsuch work is covered under performance guarantee. Performance guarantee forMBR membrane shall be for five years from date of completion/take over asdefined in Specific Requirements of work. _________________________________________________________________

Service Item 10: Unit basic rate in words ________________________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________ 20 12 MON

Operation of STP- for the 1st year (Months) _________________________________________________________________

Operation of Sewage Treatment Plant as per the requirement of tender documentsand instruction of the Engineer-in-charge and BPCL. The output water quality

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 9 of 33

Page 10: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________should be maintained as stipulated and rate shall include required manpowerand consumables for operation of the plant.

For the 1st year. _________________________________________________________________

Service Item 20: Unit basic rate in words ________________________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________ 30 12 MON

Operation of STP- for the 2nd year (Months) _________________________________________________________________

Operation of Sewage Treatment Plant as per the requirement of tender documentsand instruction of the Engineer-in-charge and BPCL. The output water qualityshould be maintained as stipulated and rate shall include required manpowerand consumables for operation of the plant.

For the 2nd year. _________________________________________________________________

Service Item 30: Unit basic rate in words ________________________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________ 40 12 MON

Operation of STP- for the 3rd year (Months) _________________________________________________________________

Operation of Sewage Treatment Plant as per the requirement of tender documentsand instruction of the Engineer-in-charge and BPCL. The output water qualityshould be maintained as stipulated and rate shall include required manpowerand consumables for operation of the plant.

For the 3rd year. _________________________________________________________________

Service Item 40: Unit basic rate in words ________________________________

_______________________________________________________________________Service Tax%____________ VAT%________________ CST%________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________* 01 SPECIAL CONDITIONS OF CONTRACT

SPECIAL CONDITIONS OF CONTRACT:

INDEX TO SPECIAL CONDITIONS OF CONTRACT:

1.0 GENERAL2.0 SCOPE OF WORK

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 10 of 33

Page 11: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________3.0 SITE PARTICULARS4.0 APPROACH TO SITE5.0 CONSTRUCTION WATER6.0 CONSTRUCTION POWER7.0 TIME SCHEDULE8.0 LIQUIDATED DAMAGES FOR DELAY9.0 SUPERVISION OF WORK10.0 DAILY LABOUR REPORT AND PROGRESS REPORT11.0 OWNER'S SCOPE OF SUPPLY12.0 CONTRACTOR'S SCOPE OF SUPPLY13.0 CEMENT14.0 STORAGE OF MATERIALS AND CONSTRUCTION OF SITE SHED15.0 INCOME TAX16.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION18.0 CO-ORDINATION WITH OTHER AGENCIES19.0 ORDER OF WORKS20.0 QUALITY ASSURANCE21.0 MOBILISATION ADVANCE22.0 RESPONSIBILITY OF CONTRACTOR23.0 CONSTRUCTION24.0 DRAWINGS/DOCUMENTS25.0 ALTERATIONS IN SPECIFICATION AND DESIGNS26.0 FIRM PRICES27.0 SAFETY, FIRE & SECURITY REGULATIONS28.0 PROJECT SCHEDULING29.0 PROJECT REVIEW MEETINGS30.0 PROGRESS REPORTS31.0 HINDRANCE TO WORK32.0 SAFE MOVEMENT OF VEHICLES /CRANES DEPLOYED BY CONTRACTOR33.0 CURRENCIES OF PAYMENT34.0 GENERAL ENVIRONMENT REQUIREMENTS35.0 RULES AND REGUALTIONS36.0 CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE WORK37.0 COMPUTERISED CONTRACTOR'S BILLING SYSTEM38.0 ADDITIONAL / EXTRA WORK39.0 MEASUREMENT, BILLING AND TERMS OF PAYMENT40.0 RELEASE OF SECURITY DEPOSIT41.0 OTHER SPECIAL CONDITIONS42.0 COMPLIANCE TO GRIHA REQUIREMENTS

SPECIAL CONDITIONS OF CONTRACT

1.0 GENERAL1.1 Special conditions of Contract shall be read in conjunction with the

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 11 of 33

Page 12: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________General Conditions of Contract, specifications of work, drawings and any otherdocument forming part of this contract wherever the context so requires.

1.2 Notwithstanding the sub-divisions of the document into these separatesections and volumes every part of each shall be deemed to be supplementary toand complementary of every other part and shall be read with and into thecontract so far as it may be practicable to do so.

1.3 Where any portion of the Special Conditions of Contract is repugnant toor at variance with any provisions of the General Conditions of Contract thenunless a different intention appears, the provision(s) of the SpecialConditions of Contract shall be deemed to over ride the provision(s) of theGeneral Conditions of Contract only to the extent that such repugnance orvariations cannot and shall be to the extent that such repugnance or variancecannot be reconciled with the General Conditions of Contract.

1.4 Wherever it is stated any where in this tender document that such andsuch supply is to be effected or such and such a work is to be carried out, itshall be understood that the same shall be effected/carried out by theCONTRACTOR at his own cost, unless a different intention is specificallystated.

1.5 The materials, design and workmanship shall satisfy the applicablestandards, the job specifications contained herein and codes referred. Wherethe job specifications stipulate requirements in addition to those containedin the standard codes and specifications, these additional requirements shallalso be satisfied. In the absence of any Standard / Specifications / Codesof practice for detailed specifications covering any part of the work coveredin this bidding document, the instructions / directions of BPCL-KR/CONSULTANT will be binding upon the CONTRACTOR.

1.6 The items given in Schedule of Items of Work shall be read in conjunctionwith materials and job specifications and in case of any irreconcilableconflict between them, the provisions in the item under Schedule of Items ofWork will override the corresponding provisions only of the material and jobspecifications, which cannot be reconciled. In such cases, the decisions ofthe CONSULTANT shall be final and binding on the CONTRACTOR.

1.7 In case of contradiction between Standards, General Conditions ofContract, Special Conditions of Contract, Technical Specification, Drawings,Schedule of Items of Work, the following shall prevail in order of precedence:(i) FAX of Intent, detailed letter of intent along with statement of AgreedVariations and its enclosures.(ii) Schedule of Items of Work(iii) Special Conditions of Contracts.(iv) Technical Specifications.(v) Drawings.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 12 of 33

Page 13: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________(vi) Specifications and Standards.(vii) General Conditions of Contracts.(viii) Indian Standard/API/ANSI/ASTM/OISD/Technical/Material Specifications.

2.0 SCOPE OF WORK:

2.1 The scope of work shall include but not limited to the items mentionedbelow:

The project involves Design, Construction, Supply, Erection, TestingCommissioning of STP of 120 KLD capacity complete in all respects includingall contingent Electrical, Mechanical, piping & instrumentation works andincluding operation & maintenance of the system for three years at BPCLTownship Ernakulam.The items covered under scope of work of the successful bidder shall includeOperation and Maintainance of the plant for 3 years after the completionincluding cost of consumables and labour.

For further details refer the Document SPECIAL REQUIREMENTS OF PROJECT.

For the above mentioned works, all work shall be carried out keeping in viewthe most modern and good engineering practice. All the materials required forthe work shall be under the scope of supply of the contractor. All statutoryfees shall be paid by the contractor and shall be reimbursed by BPCL-KRprovided the fee invoices are raised in the name of BPCL-KR. All expensesrelated to liaison, travel of statutory authorities, lodging and any otherexpenses incurred thereby shall be borne by the contractor and shall not bereimbursed by BPCL-KR.

The date of completion shall be the date of completion of all the activitiesas mentioned in clause 11.6 of the specific requirements of work. Theoperation period shall start after the date of taking over the plant aftertesting and commissioning of the plant.

2.2 The Work Order for the operation & maintenance of the system as perthe terms mentioned in the specific requirement of work for three years shallbe issued after the successful commissioning of the plant/ obtaining ofstatutory approval from Pollution Control Board, whichever is later as per theconditions mentioned in the Specific Requirement of work.

2.3 Any other work required for the successful completion of the projectshall be done by the contractor as directed by the Consultant/ Client.

3.0 SITE PARTICULARS

The intending bidders shall visit the site and familiarise themselves

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 13 of 33

Page 14: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________thoroughly with the state/local rules, regulations, living / workingconditions, and site conditions for construction. Non-familiarity or ignoranceof these conditions will not be considered a reason for extra claims or fornot carrying out the work as per the standards & specifications.For Battery Limits kindly refer the Specific Requirements of Work.

4.0 APPROACH TO SITE

The CONTRACTOR shall use the existing arrangements for approach road to thesite of work, which are necessary for the execution and completion of allworks without any extra cost on this account. The access to the site shall befrom the Goshree bridge road near High Court.

The CONTRACTOR shall make his own arrangements to develop temporary area forstorage of materials and equipments without any extra cost.

5.0 CONSTRUCTION WATER

The CONTRACTOR has to make his own arrangement for water required forconstruction at his own risk and cost. The water supplied by the Contractorshall be tested randomly as per the direction of the Engineer-in-charge inapproved laboratories to ascertain its suitability.

6.0 CONSTRUCTION POWER

6.1 The CONTRACTOR has to make his/her own arrangement for the constructionpower required for construction at his own risk and cost.

6.2 All electrical works shall be carried out under the supervision of alicensed Electrician. The electrical connections carried out by the CONTRACTORshall meet the statutory requirements. Changes, if any, as incorporated in thestatutory rules and regulations from time to time shall be applicable to theelectrical connection done by the CONTRACTOR. The following conditions shallalso be fulfilled.

6.3 All the equipments/distribution boxes should have double earthing fromthe nearest earth pits or from the board earth bus.

6.4 All electrical connections have to be done by a competent licensedElectrician with valid license and to the satisfaction of the Consultant.

6.5 During working hours (including over time) one licensed competentElectrician shall be available at site to attend to the normal/emergency jobs.

6.6 All switch boards/welding machines shall be kept inside covered sheds toprotect them from rain. No inflammable materials shall be used forconstructing the covered sheds.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 14 of 33

Page 15: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________

6.7 All electrical equipments shall be switched off after the job, every dayby the CONTRACTOR's authorized Electrician.

6.8 Only metallic distribution boxes with double earthing shall be used atthe site. Wooden boxes shall not be allowed.

6.9 Supply for lighting/grinding shall be taken only using 3 pin plug/socketconnectors with inter locking arrangements. Two pin plugs shall not beallowed.

6.10 CONTRACTOR shall submit in time the required forms like schemes,completion reports etc. as specified by Consultant.

6.11 No looping of Electrical supply is allowed.

6.12 For all three-phase supplies, only armoured aluminium cables of suitablesizes or flexible copper cables of 4 x 6 sq.mm and above shall be allowed.

6.13 Temporary Electrical Wiring

6.13.1 Frayed and/or bare wires shall not be used for temporary electricalconnections during construction. All temporary wiring shall be installed andsupervised by a competent electrician. Adequate protection shall be providedfor all electrical wiring laid on floor which may have to be crossed over byconstruction machinery or by the workmen. All flexible wiring connecting theelectrical appliances shall have adequate mechanical strength and shallpreferably be enclosed in a flexible metal sheath. Overhead wires/cables shallbe so laid that alley leave adequate head room.

6.13.2 All electrical circuits, other than those required for illuminationof the site at night, shall be switched off at the close of day's work. Themain switch board from which connections are taken for lighting, poweroperated machinery, etc, shall be located in an easily accessible andprominent place. No articles of clothing nor stores shall be kept at the backof or over the board anywhere near it. One 3 kg/4.5 kg C02 extinguisher or one5 kg dry powder extinguisher shall be provided near the switch board.

7.0 TIME SCHEDULE

The successful contractor should start the work within Fifteen days from thedate of the purchase Order or from the date of handing over the site whicheveris later and complete the entire work within 4 (FOUR) Months from the date ofcommencement of work.

8.0 LIQUIDATED DAMAGES FOR DELAY

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 15 of 33

Page 16: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________Time is the essence of the CONTRACT. In case the CONTRACTOR fails to completethe whole work within the stipulated period, he shall be liable to payliquidated damages @ of 0.5% of the value of CONTRACT per week and or partthereof of the delay subject to a maximum of 5% of the value of the CONTRACT.

9.0 SUPERVISION OF WORK

9.1 The contractor is bound to deploy sufficient number of experiencedEngineers and Supervisors (Technical and General) for the execution of work

9.2 Bharat Petroleum Corporation Ltd (Kochi Refinery) reserves the right toappoint on their behalf from time to time any authorized agency for thesupervision of the work.

10.0 DAILY LABOUR REPORT AND PROGRESS REPORT

The CONTRACTOR should submit daily labour report indicating the details of thecontract labour engaged for the day to the Engineer-in-charge. Further, theCONTRACTOR should submit weekly progress report showing the actual quantum ofwork done at site against the programmed quantum, after finalisation of theschedule for the work in consultation with the Engineer-in-charge.

11.0 OWNER'S SCOPE OF SUPPLY:

There will not be any free issue materials by Owner for this work.

12.0 CONTRACTOR'S SCOPE OF SUPPLY

All the materials and consumables required for the execution and successfulcompletion of the work shall be supplied by the Contractor within his quotedrates. All incidental charges such as carriage, octroi, loading, unloading,wastage, storing, safe custody, watch and ward etc. shall be borne by theContractor for all the materials supplied by the Contractor. The materialssupplied by the Contractor shall be tested as per the sampling procedure laiddown in respective codes or as required by the Engineer-in -charge. TheContractor shall make all arrangements for testing of materials under thescope of supply of Contractor either at the site or at approved laboratoriesand the cost towards the materials, collection, transport, manpower, testingetc., shall be borne by the Contractor.

13.0 CEMENT

13.1 Cement

The cement shall be PPC and shall comply with the requirements of the relevantIndian Standards & specifications such as IS: 1489 (Part I - Fly ash based)1991/ latest revision. Samples for the purpose of testing shall be taken from

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 16 of 33

Page 17: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________the site of construction, from time to time in accordance with the methodslaid down in Indian Standards, and be tested by the contractor at his own costin approved laboratories to ascertain that the cement has not been damaged ortampered during the storage or transport. Cement, concerning which there isany doubt, should be put to one side pending testing and cement that iscondemned shall be immediately removed from the site.

Unless otherwise agreed, cement shall be supplied by the contractor in 50 Kg.bags and shall be used direct from the bags. Cement bags containing cementless than 96% of the stipulated quantity of 50 Kgs. will be rejected. The flyash content in all cement used shall be more than 25% by weight or volume toachieve better GRIHA rating. The contractor should submit the bills and cementmanufacturers certificate mentioning the fly ash content for all batches ofcement procured on site or total quantity of cement used on the site.

13.2 Quoted rates of the Contractor shall be deemed to include cement wastage.The permissible wastage of 3% of theoretical consumption shall be worked outas per CPWD specification. The theoretical consumption and actual consumptionat site should tally each other within the permissible variation of 3%. If theactual consumption is lower than the theoretical consumption by an amountgreater than the permissible variation of 3% (three percent) of thetheoretical consumption, the contractor shall be penalised for such variationby means of penal recovery from his running bills. For effecting theaforesaid penal recovery, the cost of cement for such recovery shall be asdetermined by BPCL(KR), and this shall be applied on double the quantityshortfall between permissible theoretical consumption (i.e. 97% of theoreticalconsumption as determined by CPWD specifications) and actual consumption.Normally cement consumption less than 3% of theoretical consumption is notacceptable for payment unless otherwise it is proved that structural capacityhas not endangered due to under consumption.

13.3 The wastage of cement above 3% of theoretical consumption, if anyanticipated, shall be considered by the Contractor. No extra payment for thisadditional quantity of cement will be made and the rates quoted by him shallbe deemed to include such additional quantity of cement.

13.4 The contractor shall use any one of the following brands of PortlandPozzolana Cement conforming to IS: 1489 (Part 1) 1991/ latest revision forconstruction in consultation with Engineer-in-charge.

a) Ultra Techb) ACCc) Malabar cementsd) Coromandale) Zuari Cementsf) Ramco Cements

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 17 of 33

Page 18: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________

14.0 STORAGE OF MATERIALS AND CONSTRUCTION OF SITE SHED

14.1 CONTRACTOR has to find a suitable place with prior approval ofEngineer-in-charge for the storage of all types of materials & consumables,working place and place for site shed. The quoted rate shall include allleads and lift of materials to the site of construction. No claim will beentertained for any extra cost on account of this. BPCL-KR will not beresponsible for any theft or damage to the material stored at site by theCONTRACTOR. CONTRACTOR has to make his own security arrangement to protect thematerial from theft at own cost.

14.2 Any excess materials/construction equipment, tools etc. owned by theCONTRACTOR shall be removed from the premises within a reasonable period oftime and the area of work should be left in spic and span condition after thecompletion of work.

15.0 INCOME-TAX

Tenderers are required to quote their Permanent Account Number (PAN) in theirTenders or other relevant documents.

16.0 STIPULATIONS AND DEVIATIONS TO TENDER CLAUSES

16.1 Tenderers are advised to submit quotations strictly based on the terms,conditions and specifications contained in the Tender documents and not tostipulate any deviations.

16.2 OWNER / FEDO reserves the right to evaluate the offers containingdeviations with financial implications after adding cost for such deviationsas determined by OWNER / FEDO.

17.0 CONSTRUCTION EQUIPMENT AND SITE ORGANISATION

17.1 Construction Equipment:The CONTRACTOR shall without prejudice to his/her overall responsibility toexecute and complete the work as per specifications and time schedule,progressively deploy adequate equipments and tools and tackles and augment thesame as decided by the CONSULTANT depending on the exigencies of the work soas to suit the construction schedule. No construction equipment shall besupplied by the OWNER/CONSULTANT.

17.2 Site Organization:

Subject to the provisions in the tender document and without prejudice toCONTRACTOR's liabilities and responsibilities to provide adequate qualified

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 18 of 33

Page 19: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________and skilled personnel on the work, CONTRACTOR shall deploy site organizationand augment the same as decided by the CONSULTANT depending on the exigenciesof work.

17.3 The bidder shall submit the details of minimum site organization proposedby him/her, along with the tender document.

18.0 CO-ORDINATION WITH OTHER AGENCIES

Work shall be carried out in such a manner that the work of other agenciesoperating at the site is not hampered due to any action of the CONTRACTOR.Proper co-ordination with other agencies will be CONTRACTOR's responsibility.In case of any dispute, the decision of CONSULTANT shall be final and bindingon the CONTRACTOR.

19.0 ORDER OF WORKS

OWNER reserves the right to fix up priorities, which will be conveyed byCONSULTANT, and the CONTRACTOR shall plan and execute work accordingly.

20.0 QUALITY ASSURANCE

20.1 The CONTRACTOR has to ensure the deployment of Quality Assurance andQuality Control Engineer(s) depending upon the quantum of work. This QA/QCgroup shall be fully responsible to carry out the work as per standards andall code requirements.

In case CONSULTANT feels that CONTRACTOR's QA/QC Engineer(s) are incompetentor irresponsible or insufficient, CONTRACTOR has to deploy / replace themwith, other experienced Engineer(s) as per site requirements, to thesatisfaction of the CONSULTANT.

20.2 In case CONTRACTOR fails to follow the instruction of Consultant, nextpayment due to him/her shall not be released unless until he/she complies withthe instructions to the full satisfaction of CONSULTANT.

21.0 MOBILISATION ADVANCE

Mobilisation advance is NOT PAYABLE to the CONTRACTOR for this work.

22.0 RESPONSIBILITY OF CONTRACTOR

22.1 The CONTRACTOR shall be entirely responsible for executing the workcovered under this Tender document in a workmanlike and expeditious manner asper the time schedule, specifications, drawings and construction aids ,transportation equipments, tools and tackles as well as testing appliances andthe necessary supervisory personnel, skilled, semi-skilled and unskilled

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 19 of 33

Page 20: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________labour shall be provided by the CONTRACTOR to achieve the monthly/weeklytargets and the overall time schedule.

22.2 The CONTRACTOR shall ensure that local labour, unskilled as well asskilled to the extent possible and available from local resources, arepreferentially employed on the work. For any infringement of this provisions,the OWNER/CONSULTANT shall be at liberty to rescind the contract without anyliability to pay any compensation whatsoever to the CONTRACTOR.

22.3 All expenses towards mobilization at site and demobilization includingbringing in equipment, work force, materials, dismantling the equipment,clearing the site etc. shall be deemed to be included in the prices quoted andno separate payments on account of such expenses shall be entertained.

22.4 It shall be entirely the CONTRACTOR's responsibility to provide, operateand maintain all necessary construction equipments, scaffoldings and safetygadgets, cranes and other lifting tackles, tools and appliances to perform thework in a workmanlike and efficient manner and complete all the jobs as pertime schedules.

22.5 Preparing approaches and working area for the movement and operation ofthe vehicles & preparing the areas for assembly and erection shall also be theresponsibility of the CONTRACTOR.

The CONTRACTOR shall acquaint himself/herself with access availability,(facilities such as railway siding,) local labour etc. to provide suitableallowances in his/her quotation. The CONTRACTOR may have to build temporaryaccess roads to aid his/her own work, which shall also be taken care whilequoting for the work. The CONTRACTOR has to dismantle these temporary approachroads after completion of job without any extra cost.

22.6 The procurement and supply in sequence and at the appropriate time ofall materials and consumables shall be entirely the CONTRACTOR'sresponsibility and his/her rates for execution of work will be inclusive ofsupply of all these items. CONTRACTOR shall not use any of the equipment ormaterials issued to him/her by OWNER for installation purposes for layingtemporary lines, manufacturing erection aids etc. Misuse of materials will beseriously viewed and deductions at penal rates will be made from theCONTRACTOR's bills for such quantities that are misused.

22.7 It shall be the responsibility of the CONTRACTOR to supply the bestequipment, new and in first class condition for the WORK. The SPECIFICATIONSprovided in the CONTRACT are to provide the CONTRACTOR with performancecriteria for all major equipments, components and facilities.

22.8 The CONTRACTOR shall provide adequate drinking water facilities at sitefor the contract workmen engaged by him as per statutory requirements at his

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 20 of 33

Page 21: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________own cost. The contratctor shall be required to produce a test certificate forthe drinking water.

22.9 CONTRACTOR has to take all steps to see that normal functioning of Publiclife / Public traffic is not affected/ obstructed while executing the work.Stacking of materials, equipment and tools should not make any hindrance forthe movement of vehicles and people. The CONTRACTOR has to make alternatearrangement/ road at his own cost for movement of traffic, vehicles whilecarrying out the public road cutting for laying of pipe.

22.10 CONTRACTOR shall be responsible for implementing the requirements ofKerala State Pollution Control Board.

22.11 The CONTRACTOR should ensure safety of his materials, equipments,completed jobs at his risk and cost. The CONTRACTOR shall provide their ownsecurity arrangement. Rate shall include all leads and lift of materials tothe site of construction. No claim will be entertained for any extra cost onaccount of this. BPCL-KR will not be held responsible for any theft and damagethat takes place during the performance of work at work site to theCONTRACTOR's property.

22.12 The CONTRACTOR shall be responsible for making good to thesatisfaction of the OWNER, any loss or damage to all works being executed,machineries, temporary buildings and materials procured/issued to theCONTRACTOR by OWNER, due to natural calamities during execution of theProject. The CONTRACTOR shall at his own expenses carry and maintainsufficient insurance coverage with reputable Insurance Company for the aboveto the satisfaction of OWNER. This is addition to any other insurance coveragementioned else where in tender documents.

22.13 CONTRACTOR shall indemnify and keep the OWNER harmless of all claims orliability for damage to public property or property of any kind, personalinjury including the death of any employee, its servants or public, if any,arising under or by reason of this agreement if such claims result from thefault and/or negligence of willful acts or omissions of CONTRACTOR, hisemployees, agents, representative or Sub-CONTRACTORs in consequence of theperformance of this CONTRACT.

22.14 Care shall be taken not to use high intensity lights during night inorder to avoid disturbance to the birds in nearby bird sanctuary. Soundpollution in the area shall be minimum.

23.0 CONSTRUCTION

CONTRACTOR shall observe all national and local laws, ordinances, rules andregulations and requirements pertaining to the work in addition to Codes &standards specified and shall be responsible for extra costs arising from

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 21 of 33

Page 22: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________violations of the same.

24.0 DRAWINGS / DOCUMENTS

Detailed construction drawings with approval from consultant/owner shall beissued by the contractor progressively based on the programme evolved afterthe award of the work. Actual execution of the work is to be proceeded on thebasis of approved Good for Construction drawings.

25.0 ALTERATION IN SPECIFICATION AND DESIGNS

During the execution of the work, changes in design may be required due tosite condition or due any other reason. The CONTRACTOR shall carry out suchchanges without any extra cost.

26.0 FIRM PRICES

Prices / Rates quoted by the bidder, shall remain firm and fixed and validuntil completion of the contract performance and will not be subject toescalation / variation on any account. Unless otherwise specified the ratesfor various items of work shall be for works at all height / depths.

27.0 SAFETY, FIRE & SECURITY REGULATIONS

CONTRACTOR shall observe and abide by all safety regulations and practices ofOWNER mentioned elsewhere in the tender document.

27.1.1 Safety Program

ALL OPERATIONS SHALL BE CARRIED OUT UNDER THE IMMEDIATE CHARGE OF A PROPERLYQUALIFIED AND COMPETENT FOREMAN WHO SHALL ALSO BE RESPONSIBLE FOR THE SAFETYARRANGEMENTS OF THE WORK.

27.1.2 For work during night, lighting of at least 100 lux intensity shall beprovided at the work site.

27.2 ELECTRICAL INSTALLATIONS AND LIFTS

27.2.1 Temporary Electrical Wiring

a. Frayed and/or bare wires shall not be used for temporary electricalconnections during construction. All temporary wiring shall be installed andsupervised by a competent electrician. Adequate protection shall be providedfor all electrical wiring laid on floor which may have to be crossed over byconstruction machinery or by the workmen. All flexible wiring connecting theelectrical appliances shall have adequate mechanical strength and shallpreferably be enclosed in a flexible metal sheath. Overhead wires/cables shall

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 22 of 33

Page 23: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________be so laid that alley leave adequate head room.

b. All electrical circuits, other than those required for illumination of thesite at night, shall be switched off at the close of day's work. The mainswitch board from which connections are taken for lighting, power operatedmachinery, etc, shall be located in an easily accessible and prominent place.No articles of clothing nor stores shall be kept at the back of or over theboard anywhere near it. One 3 kg/4.5 kg C02 extinguisher or one 5 kg drypowder extinguisher shall be provided near the switch board.

c. No scaffolding, ladder, working platform, gangway runs, etc, shall existwithin 3 m from any uninsulated electric wire.

d. Metal ladders shall not be used around electrical equipment or circuits ofany kind where there is a possibility of coming in contact with the current.Metal ladders shall be marked with signs reading 'CAUTION: DO NOT USE NEARELECTRICAL EQUIPMENT'.

e. All safety measure should comply with BPCL safety measures.

27.3 Safety Measures Against Fall Prevention

Persons working at heights may use safety belts and harnesses. Provision ofcat-walks, wire mesh, railings reduces chances of fall-ladder andscaffoldings, staging etc, should be anchored on firm footing and should besecured and railing should be provided as far as possible. All accesses shouldbe barricaded to prevent accidental fall.

28.0 PROJECT SCHEDULING

The Bidder is required to submit a Project Time Schedule in Bar Chart Form,along with the Bid. The Schedule shall cover all aspects like sub-ordering,manufacturing and delivery, sub-contracting and construction within thecompletion time indicated in the Bid Document.

29.0 PROJECT REVIEW MEETINGS

The CONTRACTOR shall present the programme and status of work at variousreview meetings as required.

30.0 PROGRESS REPORTS

This report shall be submitted on a weekly basis, covering overall scenario ofthe work. The report shall include but not be limited to the following:

(a) Brief introduction of the work.(b) Activities programmed and completed during the previous week.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 23 of 33

Page 24: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________a. (c) Resource deployed men and machine.b. (d) Record of Man-days lost.c. (e) Construction percentage progress, scheduled and actual.

31.0 HINDRANCE TO WORK

Any obstruction /hindrance to the work from local public, labors, unions,etc., shall be settled by the CONTRACTOR for successful completion of jobwithin the contractual completion date, as per scope of Contract.

32.0 SAFE MOVEMENT OF VEHICLES DEPLOYED BY CONTRACTOR

CONTRACTOR should take extra care for movement of vehicles to avoid any sortof accidents to the public, damage to roads, public properties etc. OWNER willnot be responsible for any sort of accidents.

33.0 CURRENCIES OF PAYMENT

Payment to the CONTRACTOR shall be made in Indian Rupees.

34.0 GENERAL ENVIRONMENT REQUIREMENTS

The Contactor has to ensure efficient use of natural resources like water,fuel oil and lubricants. The CONTRACTOR should ensure proper awareness toworkers to maintain a green and clean environment at work location. TheCONTRACTOR must collect and dispose of all the waste and scrap materials atthe designated place only as directed by OWNER/CONSULTANT.

CONTRACTOR shall take necessary license for storing Petroleum products at siteoffice.

CONTRACTOR shall also provide required fittings on equipments/ engines tocontrol sound pollution within the approved limits.

35.0 RULES AND REGUALTIONS

CONTRACTOR shall observe in addition to codes specified in respectivespecification, all national and local laws, ordinances, rules and regulationsand requirements pertaining to the work and shall be responsible for extracosts arising from violations of the same.

36.0 CONTRACTOR'S LABOURERS TO LEAVE SITE ON COMPLETION OF THE WORK

The CONTRACTOR's laborers must leave the location of the Project Site afterthe work is tapered / completed to avoid creation of a slum in the areasadjoining the project/township.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 24 of 33

Page 25: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________37.0 COMPUTERISED CONTRACTOR'S BILLING SYSTEM

37.1 Without prejudice to stipulation in General Conditions of Contract,CONTRACTOR should follow the following billing system.

37.2 The bills will be prepared by the CONTRACTOR on their own PC's as per thestandard formats and codification scheme proposed by OWNER/CONSULTANT. TheCONTRACTOR will be provided with data entry software to capture relevantbilling data for subsequent processing. CONTRACTOR will submit these data toOWNER/CONSULTANT in an electronic media along with the hard copy of the bill,necessary enclosures and documents. The CONTRACTOR will also ensure thecorrectness and consistency of data so entered with the hard copy of the billsubmitted for payment. OWNER/CONSULTANT will utilize these data for processingand verification of the CONTRACTOR's bill.

38.0 ADDITIONAL / EXTRA WORK

OWNER reserves the right to execute any additional works/extra works duringthe execution of work, either by themselves or by appointing any other agency,even though such works are incidental to and necessary for the completion ofworks awarded to the CONTRACTOR.

39.0 MEASUREMENT, BILLING AND TERMS OF PAYMENTS

The mode of measurement, billing and terms of payment shall be as detailedbelow;

39.1Split up payment in % of lumpsum amount quoted for supply, installation andcommissioning of STP against item No.1 of schedule of items of work shall beas follows on completion of each activity.

1. Detailed engineering and issue of approved GFC Drgs for complete works - 5%2. Completion of Civil works - 35%3. Supply and installation of MBR tank with membrane modules- 20%4. Supply and installation of all balance equipments - 10%5. Piping and instrumentation works - 7%6. Electrical works - 3%7. Commissioning and handing over - 20%

However, the decision of the Engineer-in-Charge shall be final in respect ofcompletion of work and percentage release of payment thereof after ensuringthe quality of materials and work executed.

39.2 Terms of payment- BPCL payment terms will be applicable.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 25 of 33

Page 26: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________Note: The above progress payments are subject to deductions towardschargeable materials issued, Security Deposit, rent charges, ESI/PFcontribution, Income Tax, etc., and any other deductions as applicable as perterms of the contract.

40.0 RELEASE OF SECURITY DEPOSIT

To ensure performance of the contract and due discharge of the contractualobligations, the contractor will have to provide security deposit of 10% ofthe contract value within 30 days of receipt by him of the notifications ofacceptance of tender.

This Security deposit may be furnished in the form of an Account payee DemandDraft payable to BPCL or Bank Guarantee in the prescribed format. Thecontractor shall have the option to adjust any Earnest Money Deposit-(EMD), ifpaid in forms other than Bank Guarantee, towards security deposit if he sodesires.

In the case of security deposit submitted in the form of Bank guarantee, theBank Guarantee shall be valid and remain in force till the completion ofcontractual completion period, defect liability period plus a claim period of3 months. The Bank Guarantee shall be in the form prescribed in GCC.

The security deposit will be retained till the successful completion of thework and thereafter till the expiry of the defect liability period. Thisretention money/Bank guarantee held shall be released after the expiry of thedefect liability period provided that any defects appearing during that periodare corrected by the contractor and subject to Clause 18.2 of GCC.

The Defect Liability Period for this Contract shall be Three Years from thedate of successful completion of work.

41.0 OTHER SPECIAL CONDITIONS

The contractor shall also comply with the following instructions:

1. Preserve and protect existing vegetation by means of non-disturbance ordamage to trees and other forms of vegetation

2. Cover all loose stored material with geotextile or any impervious fabric orcovering

3. Cover all dusty loads on vehicles with impervious sheeting before theyenter or exit the site

4. Store loose material in an enclosed space. Provide wind barriers or fencesor wind breakers around area where loose soil, sand etc are stored.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 26 of 33

Page 27: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________

5. Provide warning and safety signs like "NO SMOKING" , " MEN AT WORK" , "440VOLTS" etc as appropriate across the site

6. Provide safety equipments like safety helmets, jackets, boots andgloves.The safety jackets shall be fluorescent type , anti-shrink,anti-wrinkle and eco-friendly and the colour shall be yellow, orange orgreen.

7. Provide fire extinguishers at site

8. Provide overhead protection against falling objects

9. Helmets, confirming to accepted standards, should be worn properly at alltimes.

10. Safety goggles should be worn during activities which are hazardous toeyes like drilling cutting and welding

11. Welders and gas cutters should have the required safety equipments likegloves, safety boots, hand shields etc.

12. All electrically operated hand tools must be provided double earthing tomake it safe for the workers

13. All construction waste on site should be collected on a daily basis &stored in segregated designated areas and shall be disposed off safely.

14. Workers should not be permitted to wear clothes which enhance theirgetting involved in accidents. No loose clothes should be permitted

15. Provide clean and healthy living quarters for workers. The owner/Grihaauthorities reserve the right to inspect the dwelling units of the workerswithout prior notification to the contractor.

16. To ensure the health and safety of workers during construction, witheffective provisions for the basic facilities such as sanitation and drinkingwater, and safety of equipment or machinery. Safety warnings, public addresshoardings should be provided on the site.

17. Provide clean drinking water to all workers.

18. The contractor will undertake the responsibility to prevent air pollution(dust and smoke); ensure that there will be adequate water supply/storage fordust suppression; devise and arrange methods of working and carrying out thework in such a manner so as to minimize the impact of dust on the surroundingenvironment; and provide experienced personnel with suitable training to

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 27 of 33

Page 28: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________ensure that these methods are implemented. Prior to the commencement of anywork, the methods of working, plant equipment, and air-pollution-controlsystem to be used on-site should be made available for the inspection andapproval of the engineer-in-charge to ensure that these are suitable for theproject.

19. Reduce air pollution during construction covering stockpiles, coveringbrick and loads of dusty materials, and water spraying facility. Thecontractor should ensure adequate height of Effluent stack from all generatorsprovided on site during construction. Contractor should ensure the washing oftyres of lorries and other construction vehicles before going out of the siteand should make arrangements for the same.

20. The contractor should submit all necessary signed documents,certificates, declaration, Purchase orders/bills of all construction materialsand equipments whenever required for achieving GRIHA rating.

21. The contractor should collect document and submit operation andmaintenance manuals of all equipments (electric, mechanical etc) and submit tothe Engineer-in-charge.

22. The contractor should employ waste management plan during construction tominimize the waste generation on the site.

23. All waste generated onsite during construction should be collected insegregated onsite collection facility and either reuse on the site or disposeit properly or sell it to recycler agencies. The documentary proof, sitephotographs , log book entries would be provided by the contractor on afortnightly basis.

24. Sanitation:a) Toilet facilities available at site shall be used by employees ofContractor.b) Sufficient water required for using the toilets shall be provided by thecontractor.c) Toilet facilities shall be maintained in a sanitary condition. A sufficientquantity of disinfectant shall be provided.d) An adequate supply of drinking water shall be provided, and unlessconnected to a municipal water supply, samples of the water shall be tested atfrequent intervals by the Authority.e) Natural or adequate artificial illumination shall be provided.

42.0 COMPLIANCE TO GRIHA REQUIREMENTS

As the parent project, Residential township project of BPCL-KR intends toobtain a high GRIHA (Green Rating for Integrated Habitat Assessment) starrating, the Contractor is required be well versed with all the requirements,

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 28 of 33

Page 29: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________whether explicitly explained in the tender or not, and shall conscientiouslyadhere to all GRIHA requirements of procurement, handling, storage andexecution. The specified guidelines shall be implemented at the site duringconstruction in accordance with the GRIHA requirements to the satisfaction ofthe Consultant. In the event(s) of non-compliance(s) or failure(s) on the partof the Contractor to implement any or all of such requirements, in spite ofbeing served with a maximum of three notices, the Contractor accepts theOwners right to impose any or all of the specified penal clauses as per thefollowing Annexure - G. The Contractor shall not engage in unjustifiedstoppage of work or engage in any kind of activity that may incur anyadditional Cost and / or Time implication to the Owner on account of ignoranceof such procedures and requirements.

The signed and sealed submission of this tender, duly filled, by theContractor shall be construed as the Contractor having sufficient advanceinformation regarding the intent of the Owner to obtain a GRIHA rating. Thesubmission of this tender also binds the Contractor to compulsorily complywith all directions issued by the Owner directly or through their Authorizedrepresentative(s), specific to the implementation of the GRIHA guidelines

BHARAT PETROLEUM CORPORATION LIMITED - KOCHI REFINERY

PROVISION OF PENALTIES APPLICABLE TO CONTRACTORS FOR VIOLATION OF GRIHAREQUIREMENTSAnnexure-G

Penalty Compliance of procedures Penalty Amount ReportingClause suite to GRIHA norms For Failure Authority

1 Submission of signed project construction schedule signed by Rs.10000/- RCM/SITE contractor showing no earth ENGINEER-WTESL excavation during rainy season

2 Ensuring barricading of all RCM/SITE construction areas at least up Rs.10000/- ENGINEER- to a height of 3m WTESL

3 Submission of photographs of RCM/SITE site HSE and GRIHA compliance Rs.15000/- ENGINEER- activities with date stamp in per WTESL CDs, everyweek. Occasion4 Preserving the existing trees at site properly by barricading Rs.15000/- RCM/SITE them where ever they are Wires, per ENGINEER- Cables or any other construction Occasion WTESL related material(s) should not be

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 29 of 33

Page 30: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________ laid over the existing trees.

5 Construction of temporary RCM/SITE sedimentation basins of Rs.20000/- ENGINEER- appropriate size and shape to WTESL avoid water spillages

6 Provision of clean and hygienic Rs.1000/- RCM/SITE sanitation facilities to the per ENGINEER- construction personnel at the occasion WTESL site7 Implementation of safety measures (safety signage, warnings, helmets, high visibilityjackets , Rs.1000/- RCM/SITE boots,harness, firefighting per ENGINEER- measures, first aid provision, occasion WTESL regular directives etc.) for the site personnel's, labourers

8 Ensuring proper illumination Rs.15000/- RCM/SITE for the construction work. per occasion ENGINEER- WTESL

9 Providing potable and safe Rs.10000/- RCM/SITE drinking water facility for per ENGINEER- construction labour at site occasion WTESL within 50m of their work place

10 Ensure proper dust suppression measures such as dust screens, Rs.15000/- RCM/SITE non-potable water spraying over per ENGINEER- loose soil and dusty construction occasion WTESL materials, coverings etc.to avoid air pollution.

11 Ensure wheel washing for Each Rs.500/- RCM/SITE vehicle going out from the site at per ENGINEER- exit occasion WTESL

12 Providing adequate provision Rs.1000/- RCM/SITE for construction waste management per ENGINEER- at site. Eg. Segregating waste, occasion WTESL recyclables, hazardous waste etc.

13 Storing hazardous construction Rs.1000/- RCM/SITE material separately in enclosed per ENGINEER- space properly. occasion WTESL

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 30 of 33

Page 31: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

Item Material Qty Unit Unit Basic Rate Description Delivery date (in Figures)_______________________________________________________________________

14 Appointment of specialized vendor/ agency to segregate of construction Rs.5000/- RCM/SITE waste, hazardous waste, recyclables per ENGINEER- (brick bats, empty cement bags, occasion WTESL timber, steel, packaging material, empty paint, lubricant cans etc.

15 Ensuring proper disposal of waste Rs.5000/- RCM/SITE during construction at regular per ENGINEER- intervals (daily/ weekly) occasion WTESL16 Collecting, documenting and submitting operation and Rs.1000/- RCM/SITE maintenance manuals of all per ENGINEER- equipment's(electric, occasion WTESL mechanical etc.)

17 Providing Safe, Hygienic, clean and adequate labour accommodation Rs.1000/- RCM/SITE outside the site. Providing safe per ENGINEER- mode of transport from the occasion WTESL Labour camp to the Site.

18 Ensure Storage of Construction materials like aggregates, sand, Rs.20000/- RCM/SITE cement, steel in pre-designated per ENGINEER- areas specifically isolated from occasion WTESL the other movement and work spaces

________________________________________________________________________________________________________________________________________* 02 SCOPE OF WORK AND SUPPLY & DRAWINGS_______________________________________________________________________* 03 PRE-QUALIFICATION CRITERIA_______________________________________________________________________* 04 GENERAL CONDITIONS OF CONTRACT_______________________________________________________________________* 05 INTEGRITY PACT_______________________________________________________________________* 06 DEVIATION SHEET_______________________________________________________________________* 07 ACKNOWLEDGEMENT AND OTHER FORMS_______________________________________________________________________* 08 VENDOR ENDLISTMENT DETAILS_______________________________________________________________________* 09 HOLIDAY LISTING POLICY_______________________________________________________________________* 10 CONTRACTORS ELECTRICITY&SAFETY REGULATIO_______________________________________________________________________* 11 ENVIRONMENTAL CRITERIA_______________________________________________________________________ Grand Total (inclusive of all taxes, duties/charges etc) In figure: In Words :

_______________________________________________________________________

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 31 of 33

Page 32: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

TERMS & CONDITIONS_______________________________________________________________________ Important Notice_______________________________________________________________________ Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount, Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc. as applicable.

003 In case you are unable to quote, kindly send the quotation with a regret for our records. Non-receipt of a regret will adversely affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and signature.

005 Your quotation must be strictly in enclosed envelope indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code Collective RFQ Number & RFQ Number.

007 Retention Money 10 % shall stand deducted from each and every running bill submitted in the event of contract is awarded.

LIST OF ENCLOSURES1. SPECIAL CONDITIONS OF CONTRACT2. SCOPE OF WORK AND SUPPLY & DRAWINGS3. PRE-QUALIFICATION CRITERIA4. GENERAL CONDITIONS OF CONTRACT5. INTEGRITY PACT6. DEVIATION SHEET7. ACKNOWLEDGEMENT AND OTHER FORMS8. VENDOR ENDLISTMENT DETAILS9. HOLIDAY LISTING POLICY10. CONTRACTORS ELECTRICITY&SAFETY REGULATIO11. ENVIRONMENTAL CRITERIA

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 32 of 33

Page 33: India - Bharat Petroleum · BPCL ESTIMATE MUMBAI - 400038 India (300648) Page 5 of 33 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd. If the contract awarded is for project

-------Tear off Portion to be pasted on the envelope containing offer------------_______________________________________________________________________

Collective RFQ No. : 1000280864

Our Reference: J11/17028G Due Date : 19.06.2017RFQ No. : 6001052339 Due Time : 14:00:00Subject:

To,PROCUREMENT & CONTRACT SERVCIESBPCL - KOCHI REFINERYPOST BAG NO 2, AMBALAMUGALKOCHI, INDIA682302

Purchase Group : J11-CIVIL/TK/SPH/PNTG_______________________________________________________________________

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 33 of 33