0% found this document useful (0 votes)
63 views80 pages

Tender Rosov Ed2f80

This document announces a global open tender for the supply of 8 ROSOV-Triple Offset Butterfly Valves fitted with electro hydraulic actuators for BPCL Kochi Refinery's Shore Tank Farm. The key dates for the tender are: pre-bid meeting on April 12th, 2019, technical bid opening on May 2nd, 2019. Bidders must register on the e-tendering portal and obtain a valid digital signature certificate to participate. The pre-qualification criteria and an EMD of Rs. 1,00,000 are required, though some categories of bidders may be exempted from the EMD.

Uploaded by

NerudaArar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
63 views80 pages

Tender Rosov Ed2f80

This document announces a global open tender for the supply of 8 ROSOV-Triple Offset Butterfly Valves fitted with electro hydraulic actuators for BPCL Kochi Refinery's Shore Tank Farm. The key dates for the tender are: pre-bid meeting on April 12th, 2019, technical bid opening on May 2nd, 2019. Bidders must register on the e-tendering portal and obtain a valid digital signature certificate to participate. The pre-qualification criteria and an EMD of Rs. 1,00,000 are required, though some categories of bidders may be exempted from the EMD.

Uploaded by

NerudaArar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 80

CRFQ 1000325124 E-Tender System ID – 53740

CPO (REFINERIES)

GLOBAL OPEN TENDER FOR


“SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE
FITTED WITH ELECTRO HYDRAULIC ACTUATOR FOR SHORE
TANK FARM (STF) OF BPCL-KOCHI REFINERY”

REQUEST FOR QUOTATION - CRFQ NO. 1000325124


(E-TENDER SYSTEM ID: 53740)

Tender Calendar Details

Stage Name Start Date End Date And Time

Tender Release 05.04.2019 02.05.2019 (14:00 Hrs IST)


12.04.2019 (10.30 Hrs-12.30Hrs)
Pre Bid Meeting
Venue: BPCL Kochi Refinery, Ambalamugal, Kochi.
Technical Bid Opening 02.05.2019 at 14:15 Hrs (IST)

Priced Bid Opening Will be intimated ________

Telephone Numbers: +91 22-25533133, +91 22 - 25533102


CRFQ 1000325124 E-Tender System ID – 53740
NOTICE INVITING E-TENDER

Tender For “SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE


FITTED WITH ELECTRO HYDRAULIC ACTUATOR FOR SHORE TANK
FARM (STF) OF BPCL-KOCHI REFINERY”.

1.0 INTRODUCTION

Bharat Petroleum Corporation Limited (BPCL), a MAHARATNA Company, has


been one of the leading petroleum refining and marketing company in India since its
inception in 1956.

BPCL Kochi Refinery (BPCL-KR) intend to procure 8 (Eight) number ROSOV


(Remote Operated Shut off Valve) for Crude Oil storage tanks ST-T-10, ST-T-11,
ST-T-12 and ST-T-14 at BPCL [KR]- Shore Tank Farm (STF), Pudhuvypeen, Kochi.

2.0 E-TENDER
E-Bids in 2 parts are invited for the tender for “Supply of ROSOV-Triple Offset
Butterfly Valve fitted with Electro Hydraulic Actuator for Shore Tank Farm
(STF) of BPCL-Kochi Refinery” in complete accordance with tender documents
and its attachments.

All prospective bidders are requested to enroll themselves in to our e-tendering


platform https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd,
our authorized Service Provider 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, shall be uploaded on the appropriate place in the E-Procurement web site,
digitally signed. No physical scanned documents need to be uploaded except those
specifically indicated.

As a pre-requisite for participation in the tender, bidders are required to obtain


a valid Digital Signature Certificate of Class 2B or Class 3 (Signing and
Encryption/Decryption) 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 bidder.

Bidders are advised to read the Instructions for participating in the electronic tenders
directly through internet (Bid Submission Manuals are available on the above
mentioned e-procurement site) and get conversant with the process of online
submission of the tenders well in time so as to submit tenders by the due date.

E-Bidding instructions are also attached along with the tender document for reference
and guidance.

3.0 SITE VISIT/ PRE-BID MEETING:


CRFQ 1000325124 E-Tender System ID – 53740
th
3.1 Site visit/ Pre-bid meeting is scheduled on 12 April 2019, 10:30 AM at BPCL-Kochi
Refinery, Ambalamugal, Kochi, Kerala. All interested bidders are requested to reach
the site before 10:00 AM. The purpose of the pre- bid meeting is to clarify any doubts
of the Bidders on the interpretation of the provisions of tender. Bidder(s) are
requested to submit their queries, mentioning firm name, clause no. & clause by a
letter/ e-mail to the Engineer-in-charge in order to have fruitful discussions during the
meeting. All Bidders are requested to acquaint themselves about the site and tender
conditions for better clarity, before submitting their bids. Necessary clarifications (if
any), may be obtained prior to submission of the bid.

3.2 Contact Persons:

Shri. Jayan M P, Dy. Gen. Manager. (E&C), BPCL – Kochi Refinery. Tel No. 0484
– 2822607. Mobile 9447086991 E mail: [email protected]

Shri. Monikandan S, Chief Manager (E&C-Mechanical), BPCL – Kochi Refinery.


Tel No. 0484 – 2822607. Mobile 9446317964 E mail:
[email protected]

Bidders shall visit the location, at their own expense to see the site conditions before
quoting for the job. Bidders should contact Engineer-in-charge for getting information
required for visiting the site locations well in advance. Bidders to obtain all the
information required for executing the contract from site. No request will be
entertained on this count even if bidders choose not to visit. No claim what so ever
may be shall be entertained on this ground.

Bidders may submit the queries in following format (in excel):

Sr Tender Clause Clause Clause details Query


No Page No No

4.0 PRE-QUALIFICATION CRITERIA:

4.1 Bidders, fulfilling all the technical & commercial qualifying criteria as per the pre-
qualification document attached, shall only be considered for further evaluation of
bids.

5.0 EARNEST MONEY DEPOSIT (EMD) :

5.1 The interest-free Earnest Money Deposit (EMD) of Rs 1,00,000/- (Rupees One Lakh
Only) USD 1450/EURO 1300 to be submitted by way of crossed account payee
Demand Draft drawn on any nationalized / scheduled bank in favour of "BHARAT
PETROLEUM CORPORATION LTD" payable at Mumbai or Bank Guarantee in lieu
of EMD as specified or by electronic fund transfer. The EMD shall be arranged prior
to the due date & time of opening of the "Pre-Qualification cum Un-Priced Technical
cum Commercial Bid".

The following categories of bidders are however exempted from depositing EMD:

a) Units registered with National Small Industries Corporation (NSIC);


CRFQ 1000325124 E-Tender System ID – 53740
b) Units falling under Micro & Small Enterprises (MSEs) category and
registered with authorities specified under Public Procurement Policy for
MSEs and as defined under the MSMED Act 2006. Vendor shall submit the
EMI and EMII certificate from DIC along with their offer.

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

a) Units should be registered with National Small Scale Industrial Corporation


Limited (NSIC) or with any of the Authorities specified under the Public
Procurement Policy for MSE’s. (DIC/KVIC/KVIB/Coir
Board/NSIC/Directorate of Handicrafts 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 certificate should cover
value of items ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted
in support.
f) Registration with DGS&D will not entitle a Tenderer to claim above exemption.
g) Units registered with National Small Industries Corporation (NSIC) or MSE
subject to:

Such bidders must upload appropriate proof along with their "Technical Bid",
to show that they are eligible for the exemption from EMD (application for
registration as NSIC / MSE or for renewal will not be acceptable), failing which
such bid will be treated as bid received without EMD and liable to be rejected.

h) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be given
all benefits available under Public Procurement Policy for MSEs order 2012.
Therefore, UAM shall also be accepted as a valid document for vendors seeking
benefits under PPP for MSEs order 2012

i) Registration with DGS&D will not entitle the Bidder to claim exemption from
payment of EMD.

5.2 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid separately by
Demand Draft (DD) / Banker’s Cheque drawn in favour of Bharat Petroleum
Corporation Limited and payable at Mumbai, or by electronic funds transfer or bank
guarantee.

5.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper
of Rs. 500/- value and in the prescribed Performa given in the Tender Document.

5.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by Reserve
Bank of India as per the proforma. The BG shall remain valid for a period of six
months from the due date of opening the tender.

5.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be sent
separately to
CRFQ 1000325124 E-Tender System ID – 53740
CPO (Head), Administration Building, North Block, 1st Floor, Mumbai
Refinery, Bharat Petroleum Corp Ltd, Mahul, Chembur, Mumbai – 400 074.

Copy of the DD/ Banker's cheque/ BG as the case may be, along with proof of
dispatch to be uploaded along with "Pre-qualification Bid". Bids without EMD are
liable to be rejected.

5.6 EMD can be also submitted through electronic fund transfer to the Account as detailed
below;

Details of Bank for Electronic Fund Transfer:


Beneficiary-Bharat Petroleum Corporation Limited

Name of the Bank- Standard Chartered Bank, M G Road, Address-90, M G Road,


Fort, Mumbai-400 001,IFSC Code-SCBL0036001,MICR Code-400036002,Type of
Account-11(Current), Account No:22205020115.

5.7 EMD of other unsuccessful bidders shall be released after issuance of


FOA/LOA/contract Order against this tender. However, in case of successful bidder
the EMD shall be released on receipt of performance bank guarantee.

5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted to
alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not yet
been opened/ finalized. A tenderer who purports to alter/ modify withdraw their offer
after submission, within the validity of the offer shall be liable to have their offer
rejected and their EMD forfeited/encashed.

5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the
successful tenderer fails to honour the offer terms prior to ordering and Contractual
terms after issuance of FOA/LOA/contract Order.

5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate/Bank
transfer details) in the e-tender and physically not received within 7 days after “Pre-
qualification Bid” opening date (as indicated in the NIT or corrigendum thereof) are
liable to be rejected.

5.11 EMD shall be valid for a period of 6 (Six) Months from the due date and in
compliance with the terms provided in General Conditions of Contract (GCC) for the
same. EMD format provided in tender shall be complied.

5.12 Additional instructions for Foreign Bidders

Foreign bidders can submit EMD in Euro or USD only. Details are as follows;

1. EMD amount (net) in USD / EURO shall be USD 1450 OR EURO 1300.
2. EMD shall be paid by BG or wire transfer.
3. In case of BG, the validity of BG shall be 90 days beyond the validity of the
offer for claim.
CRFQ 1000325124 E-Tender System ID – 53740
4. Bank Guarantee from foreign bank is acceptable only if the same is
countersigned by their Indian branches (provided the Indian branch of the
foreign bank is recognized Scheduled Bank by Reserve Bank of India) or
any Indian Scheduled Bank.
5. SWIFT Details are mentioned below;

Beneficiary’s Name Bharat Petroleum Corporation Limited


Beneficiary’s Bank Name State Bank of India
Beneficiary’s Branch Name CAG Branch, Mumbai-1
Beneficiary’s Account no 36010165409
Beneficiary Bank’s Swift Code SBININBB162
Type of Account EEFC Account
Branch Code 09995

Corresponding Bank Details


Name & Address State Bank of India, New York
Routing No 026009140
Swift Code SBINUS33

CURRENCY OF QUOTE

1. Foreign Bidders can quote in USD or EURO only.


2. Currency once quoted shall not be allowed to change.
3. Foreign bidder to indicate the currency in UNPRICED BID as well as PRICE BID
and ensure that they quote the same currency in UNPRICE BID as well as PRICED
BID.
4. No discrepancy or ambiguity in quoted currency shall be allowed.
In case of any discrepancy or ambiguity in quoted currency, BPCL reserves the right
to discard the offer and not consider the offer for further evaluation.

6.0 OFFER VALIDITY:

The Offers shall be valid for a period of 120 days from Tender Due Date / Extended
Tender Due Date for placement of order.

7.0 TAXES AND DUTIES:-

Your quoted rates shall be inclusive of all applicable taxes and duties except Goods
and Services Tax (GST) which shall be quoted separately in the enclosed form (Form-
A). Please note that submission of this form along with Technical / Un-priced Bid is
mandatory.

Your rates shall remain firm till completion of work. The applicability of GST as a
percentage rate of total quoted price shall be clearly mentioned in this form. If the
information is not provided, it will be assumed that GST is included in your quoted
price. No claim for GST will be entertained subsequently. Please note that registration
for GST is mandatory for receipt of GST payments from BPCL. In absence of valid
registration, your offer will remain invalid and will not be considered for evaluation.
CRFQ 1000325124 E-Tender System ID – 53740
In case GST is not applicable, please indicate the same as "Nil" while submitting this
form.

GST, if applicable, shall be paid after verifying GST Registration no. Break up of
Basic cost, GST as applicable shall be provided in all your invoices along with GST
registration no. & SAC code for the services provided.

Any statutory variation in GST or introduction of any new taxes and duties within the
contractual completion period shall be to BPCL account, against submission of
documentary evidence for substantiating the variation by way of relevant notification.
However in case of delay in completion period beyond the contractual date, for
reasons attributable to contractor, any increase in these rates or any new taxes and
duties introduced during the period beyond the contractual completion date shall be
borne by the contractor, whereas any decrease shall be passed on to BPCL.

Input tax credit towards GST, if available to BPCL, shall be considered for evaluation.

8.0 TAX DEDUCTION AT SOURCE (TDS):-

Income Tax deduction at source (TDS) at the applicable rates will be deducted from
the running bills. Necessary certificates in this regard will be issued from BPCL.

9.0 FIRM PRICES:

The Contract Price shall remain firm and fixed till the completion of Work in all
respects and no escalation in prices on any account shall be admissible to the BIDDER
/ CONTRACTOR.

10.0 TIME OF COMPLETION:

As detailed in the Special Purchase Conditions.

11.0 GENERAL PURCHASE CONDITIONS (GPC) / PURCHASE CONDITIONS


(SPC):

Attached GPC / SPC shall be applicable for this contract.

12.0 SUBMISSION OF TENDER:

12.1 Bids should be submitted in "TWO BID SYSTEM", i.e., "Pre-Qualification cum
Unpriced-Technical cum Commercial Bid” & "Priced Bid" through e-tendering
portal.

12.2 "Pre-Qualification cum Unpriced-Technical cum Commercial Bid” shall be


complete with all the required documents uploaded as given below and shall be
complete with all technical and commercial details (other than price) duly filled,
signed and stamped essentially containing the following documents and shall be
submitted online / uploaded:-
CRFQ 1000325124 E-Tender System ID – 53740
i) All required documents as per PQ criteria duly verified as mentioned in the
PQ document.
ii) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid EMD Exemption
Certificate (if any).
iii) Declaration of Holiday Listing in letter head properly filled signed and
stamped.
iv) Contact details of Vendor duly filled, signed and stamped.
v) Scanned copy of Bidder’s PAN, GST Tax Registration Certificate
vi) Integrity Pact Document duly filled, signed and stamped on each page.
vii) Un-Priced Bid Format. Please do not indicate prices in Un-Price Bid.
viii) Details of taxes and duties as per the format FORM A attached
Indian Bidders : Format for Taxes and Duties for Local Supply
Non-Indian Bidders : Format for Taxes and Duties for Import Supply.
ix) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested
to have all their queries clarified before bidding. Bidders are required to
confirm and accept all the terms and conditions of the tender. However, if
they still have deviations to our tender/RFQ and attachments (General
Purchase Conditions, Special Purchase Conditions, Commercial Conditions,
Specification, Instructions to Bidders etc..) , they can indicate deviations in
the Technical/Commercial deviation forms attached, as the case maybe, giving
reference to clause no.
x) Duly signed and stamped RFQ/tender document, Special Purchase
Conditions of Contract, Commercial conditions, Specification etc. shall be
uploaded as a token of acceptance
xi) Any other documents/ information in support of Pre-Qualification cum
Unpriced-Technical cum Commercial Bid.

12.3 "Priced Bid" shall be filled in online. Bidders shall input their prices online in the
template created in the E Tendering portal.
a. Indian Bidders shall upload Price Bid – Local Supply.
b. Non-Indian Bidders shall upload Price Bid – Import Supply

12.4 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or
before the due date & time. Each page of all documents, submitted by the bidder, shall
be duly signed & stamped, and then scanned and uploaded in the portal. The offer
shall be submitted in the Portal under the digital signature of the bidder.

12.5 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers,
shall not be accepted.

12.6 BPCL shall not be responsible for any delay in uploading of offer.

13.0 TENDER OPENING:-

The deadline for bid submission is the bid submission due date and time mentioned.
The bids can be submitted in the e-procurement website up to the tender due date and
time. The Pre-Qualification cum Unpriced-Technical cum Commercial Bids will be
opened online through e-procurement website https://bpcleproc.in, on the same day
at the time mentioned therein.
CRFQ 1000325124 E-Tender System ID – 53740
13.1 Pre-Qualification cum Unpriced-Technical cum Commercial Bid: The Pre-
Qualification cum Unpriced-Technical cum Commercial Bid shall be opened on the
due date and time mentioned. Bidders, who have submitted their bids, can view/
witness the “Pre-Qualification cum Unpriced-Technical cum Commercial Bid
“opening through the e-portal. The offers of those bidder(s) whose offer meet the
Prequalification requirements, will only be considered for further evaluation, while
those not meeting the Pre-qualification criterion, will not be considered for further
evaluation.

13.2 Price bids:- The date and time of opening Price Bids shall be intimated separately to
the techno-commercially acceptable bidders and the price bids shall be opened
through e-portal. Such Techno-Commercially accepted bidders can view/ witness the
"Price Bids" opening through the e-portal.

14.0 METHODOLOGY FOR EVALUATION :


Price evaluation will be done on overall lowest landed cost basis as per the special
conditions of the contract provided.
Quoted prices in foreign currency shall be considered for evaluation. Exchange rate
as per SBI TT Selling rate on the previous working day to the date of opening of the
price bid shall be considered for conversion of the offer to INR for comparison and
evaluation of the quotes.

15.0 CONTACT PERSONS:


Please note that tender against tender enquiry is invited through e-tendering mode. In
case of any clarification regarding the tender, following are the contact persons:-

15.1 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling


or while participating in this e-Tender, please E-Mail to the following E-Mail ID
along with the snapshots of the errors being faced to:

M/s E-procurement Technologies Ltd,


E Mail - [email protected] or [email protected]
& with a copy to: [email protected]
(OR) Contact the following helpdesk numbers:
Mr.Ajay Nandangi – +918433615195
All India +91 79 4027 0573.

15.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

Shri. Jayan M P, Dy. Gen. Manager. (E&C), BPCL – Kochi Refinery. Tel No. 0484
– 2822607. Mobile 9447086991 E mail: [email protected]

Shri. Monikandan S, Chief Manager (E&C-Mechanical), BPCL – Kochi Refinery.


Tel No. 0484 – 2822607. Mobile 9446317964 E mail:
[email protected]
CRFQ 1000325124 E-Tender System ID – 53740

15.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Procurement Manager – Shri. Joji J Melel, CPO Refineries, BPCL- Mumbai Refinery,
Mahul, Mumbai,
Tel no. 022 - 25533133. Mobile 9446585613 Email: [email protected]
(OR)
Procurement Leader - Shri. Senthilkumar G R, CPO Refineries, BPCL - Mumbai
Refinery, Mahul, Mumbai,
Tel no. 022 - 25533102. Mobile 7738203335 Email:
[email protected]

16.0 INTEGRITY PACT (IP):

16.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.

16.2 If the Bidder has been disqualified from the tender process prior to the award of the
contract in accordance with the provisions of the IP, BPCL shall be entitled to demand
and recover from Bidder Liquidated Damages amount by forfeiting the EMD/ Bid
Security as per provisions of IP.

16.3 If the contract has been terminated according to the provisions of the IP, or if BPCL
is entitled to terminate the contract according to the provisions of the IP, BPCL shall
be entitled to demand and recover from Contractor Liquidated Damages amount by
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.

16.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitors (IEM). The IEM's name, address & contact number are given
below:
Shri. S.S.N. Moorthy Shri. Shantanu Consul Shri. Vikram Srivastava
ADDRESS ADDRESS ADDRESS
GFQ, Ist Floor, B. Block, No.9MCHS (IAS Officers E-202, Second Floor ,
Summit Apts. Colony), 16th Main, 5th C Greater Kailash Part 2,
nd
Mettupalayam Road, Cross, BTM 2 stage, New Delhi - 110048
Coimbatore - 641 043 Bangalore – 560 076
[email protected] [email protected] vikramsrivastava1973@g
mail.com
Mob. 09500998610 Mob. 09740069318 Mob. 09810642323
Bidders to note that for seeking clarifications /details related to tender, the concerned
BPCL official whose name, e mail id and contact number are given in the tender
document (clause 15) should only be contacted.
CRFQ 1000325124 E-Tender System ID – 53740

17.0 GENERAL POINTS:

17.1 BPCL reserves the right to extend due dates of tender, accept or reject any tender in
part or full, without assigning any reason whatsoever. BPCL also reserves its right
not to accept the lowest rates quoted by the bidders and also to give purchase/price
preference to eligible Enterprises, as admissible under the existing policies of
Government of India and to JVs/ Subsidiaries as per BPCL guidelines.

17.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation
and submission of Bid, all activities in connection with bidding. BPCL will in no case
be responsible or liable for these costs regardless of the conduct or outcome of the
bidding process. Each Bidder accept and agrees, as a condition of submitting its Bid
that it waives any and all claims against BPCL, its Co-ventures and their affiliates,
for remuneration or restitution relating to its costs and expenses in.

17.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine


carefully all instructions, conditions, forms and terms given in the Bidding
Documents. Failure to furnish all information required by the Bidding Document or
not responsive to the requirements of the Bidding Document will be at the Bidder’s
risk, and may result in rejection of the bid.

Amendment of Bidding document

BPCL may, for any reason either at their own initiative or in response to the
clarification requested by prospective bidders, issue amendment in the form of
addendum during the bidding period or subsequent to receiving the bids. Any
addendum thus issued shall become part of bidding document and Bidder shall submit
`Original' addendum duly signed and stamped in token of his acceptance. If addendum
is issued during the bidding period, Bidder shall consider the impact in his bid. If
addendum is issued subsequent to receiving the bids, Bidder shall follow the
instructions issued along with addendum with regard to submission of impact on
quoted price/ revised price, if any.

17.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves
the right to reject any or all the tenders without assigning any reasons whatsoever.
Also BPCL reserves the absolute right to reject any or all the bids/tenders solely based
upon the past unsatisfactory performance by the bidder/bidders in BPCL, the opinion/
decision of BPCL regarding the same being final and conclusive.

17.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and
documents relating to the bid, exchanged by the Bidder and BPCL, shall be written
in the English language. All information in the “Bid” shall be in English language.
Information in any other language shall be accompanied with its translation in
English. Failure to comply with this condition shall disqualify a “BID”. In the event
of any contradictions between meanings as derived from various languages of the
“BID”, the meaning as derived from English language copy of the “BID” shall
govern.
CRFQ 1000325124 E-Tender System ID – 53740
17.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any
information contained in the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of preparing its bid and shall require
any such third party to treat such information as confidential.

17.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information relating


to the examination, clarification, evaluation and comparison of bids and
recommendations concerning to award of contract shall not be disclosed to Bidders.
Canvassing in any form by the Bidder or by any other Agency on behalf of the Bidder
after submission of the Bid may disqualify the said Bid. Any effort by a Bidder to
influence the owner in the process of examination, clarification, evaluation and
comparison of Bids, and in decisions concerning award of contract, may also result
in the rejection of the said Bid.

17.8 WRONG INFORMATION: If the Bidder deliberately gives wrong information in his
Bid to create circumstances for the acceptance of his Bid, Owner reserves the right to
reject such Bids without any reference to the Bidder.

17.9 VENDOR HOLIDAY LISTING : Vendors serving holiday listing order issued by
BPCL, MOP&NG or any other Oil PSEs would not get qualified in the tenders floated
in BPCL till the holiday listing order is revoked by the concerned authority and the
proof of such revocation is submitted to the tendering department.

A declaration to be submitted by bidder indicating that they are not on holiday list by
BPCL / MOP&NG or any other Oil PSEs as on due date of bid submission anywhere
in the country. Offers not accompanied with such declaration shall make the bidders
liable for rejection. Any wrong declaration in this context shall make the bidders liable
for action under the Holiday Listing procedure.

17.10 CLARIFICATIONS OF BIDS: In the event of finding any discrepancies in or


omissions from the Bid Documents, or should the Bidder be in doubt as to the
meaning of such documents, Bidder shall immediately notify BPCL, either by
facsimile or letter, at the address shown above, who will thereupon, if required, send
necessary written instructions to all Bidders. Any such request shall reach BPCL not
later than seven (7) days prior to the ‘closing date”.

As part of examination, evaluation and comparison of Bids, the Owner may at his
discretion, ask Bidders individually for clarification or call them for discussion of
their Bid.

For Techno-Commercial clarifications, bidders shall normally be given a cutoff date


for furnishing clarifications. Clarifications received after the specified cutoff dates are
liable not to be considered for evaluation. Technical Query (TQ)/Commercial Query
(CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply of
TQ/CQ shall also be received through E-Mail/E-Tendering platform.

17.11 REVERSE AUCTION: BPCL reserves the right to consider the sealed price bids
submitted by the bidders in E-tendering portal or to opt for Reverse Auction (RA)
which shall be decided after technical evaluation of the offers. As such, the bidders
should submit their best prices in ‘Priced Bids’ in E-tendering portal.
CRFQ 1000325124 E-Tender System ID – 53740

In case BPCL opt for Reverse Auction, the price bid submitted by the vendors shall
not be opened. The General terms and conditions governing RA shall be applicable.
A brief general condition of RA is given along with E-bidding Instructions

17.12 SIGNING OF BID: The Bid must contain the name, designation, residence and place
of business of the person or persons submitting the Bid, and must be signed and sealed
by the Bidder with his usual signature. The names of all persons signing should also
be typed or printed below their signature.

Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT
LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or
incorporated.

(For) Central Procurement Organization (Refineries)


Mumbai Refinery, Mahul, Mumbai – 400074

*********************
CRFQ 1000325124 E-Tender System ID – 53740

SECTION 2

ATTACHMENTS TO THE TENDER FOR


“SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE FITTED WITH
ELECTRO HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF
BPCL-KOCHI REFINERY”

Section Description
No
1 NOTICE INVITING E-TENDER
2 ATTACHMENTS TO THE TENDER
3 PRE-QUALIFICATION CRITERIA ALONG WITH ANNEXURES
4 INTEGRITY PACT AGREEMENT FORMAT
5 PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY
DEPOSIT
6 TECHNICAL SPECIFICATIONS
7 TECHNICAL DEVIATION FORM
8 SPECIAL CONDITIONS OF TENDER: FOR SUPPLY CONTRACTS
9 SPECIAL PURCHASE CONDITIONS
10 FORM A - FORMAT FOR TAXES AND DUTIES
11 GENERAL PURCHASE CONDITIONS
12 COMMERCIAL QUESTIONNAIRE
13 COMMERCIAL DEVIATION FORM
14 UNPRICED BID FORMAT
15 E-BIDDING INSTRUCTIONS
16 FORMAT FOR BIDDER’S INFORMATION
17 VENDER ADVISORY-ENVIRONMENTAL
18 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT
(PP-LC)
19 POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL
CRFQ 1000325124 E-Tender System ID – 53740

SECTION-3

PRE-QUALIFICATION CRITERIA
CRFQ 1000325124 E-Tender System ID – 53740

PRE-QUALIFICATION CRITERIA

The bidders who intend to participate in the tendering process shall meet the following pre-
qualification criteria – technical and financial and only such bidders shall be pre-qualified
for further evaluation.

SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE FITTED WITH ELECTRO HYDRAULIC ACTUATOR
FOR SHORE TANK FARM (STF) OF BPCL-KOCHI REFINERY”

SR
CRITERIA REQUIREMENT
No.
1 TECHNICAL 1.1 Bidder quoting for this work of In case the bidder is Principal Equipment
“Supply of ROSOV-Triple offset Manufacturer (PEM) - Bidder shall confirm
Butterfly valve fitted with Electro and give documents confirming that the
hydraulic actuator” shall be the bidder has carried out Supply of ROSOV-
Principal Equipment Triple offset Butterfly valve fitted with Electro
Manufacturer (PEM) or an hydraulic actuator of size not less than 30”
Authorized Indian representative for hydrocarbon service in oil
or an Indian Subsidiary of PEM industry/petrochemical industry.

In case bidder is an Authorized Indian


representative or an Indian Subsidiary of
PEM the bidder shall submit the following;
- An Authorization certificate from PEM in
their letterhead along with the bid as a
proof that the said bidder is authorized
representative of PEM and will be supplying
the product manufactured by the said PEM.
The certificate shall have the reference of
the current tender and an undertaking that
the ROSOVs shall be supplied as per the
tender specifications
- Documents confirming that the bidder has
carried out Supply of ROSOV-Triple offset
Butterfly valve fitted with Electro hydraulic
actuator of size not less than 30” for
hydrocarbon service in oil
industry/petrochemical industry from the
same manufacturer who has authorized the
bidder to quote against the current tender.

1.2 Bidder/PEM should have Bidder shall submit the copy of Purchase
experience of “Supply of ROSOV- order and completion certificate of having
Triple offset Butterfly valve fitted supplied the offered system meeting the
with Electro hydraulic actuator criteria.

The Vendor/Bidder during the Bidder shall also furnish the details of the
past 3 (Three) years, to be Supply carried out in last 3 years in the
counted prior to bid due date, format specified in the Note to Bidders.
should have successfully
executed at least one order as
referred in point 1.1 above in
India or abroad.

1.3 The ROSOV supplied as referred The bidders shall submit a user certificates
in point 1.1 above should have for ROSOVS supplied by the bidder are
completed a minimum of one working satisfactorily in operation for more
year of satisfactory operation than one (1) year.
CRFQ 1000325124 E-Tender System ID – 53740

2 FINANCIAL 2.1 Average annual turnover of the Not less than Rs. 115 Lakhs (USD 166450/
bidder during preceding three EURO 147300).
financial years.
2.2 Financial Net worth of the bidder Should be positive.
as per latest audited report.

Note to Bidders:

- Offer from Joint bidders / consortium will not be acceptable.


- Bidder should ensure submission of complete information/ documents in the first
instance itself. Bidder Qualification may be completed based on the details so
furnished without seeking any subsequent additional information. BPCL reserve the
right to complete the evaluation based on the details furnished without seeking any
additional information. Subsequent to the submission of bid, bidders are not allowed
to change the price or substance of the bid.

- Bidder shall submit API monogram of the valve model offered

- Submission of authentic documents is the prime responsibility of the bidder. Wherever


BPCL has concern or apprehension regarding the authenticity /correctness of any
document, BPCL reserves the right of getting the documents cross verified from the
document issuing authority. In case of non-submission of the required documents or
ambiguity or incomplete documents, BPCL reserves the right to reject the bidder's
tender without assigning any reason.
- The Bidder shall not be on the Holiday List of BPCL/ MOPNG/any Other Oil PSEs and
shall submit the declaration for the same.

- Bidder should have valid PF, GST registration and PAN.

- Bidder submitting the bid should not be under liquidation or involved in similar
proceedings.
- BPCL shall not be responsible for any expense incurred by bidders in connection with
the preparation & delivery of their bids, site visit and other expenses incurred during
bidding process.

- All charges for verification & attestations shall be borne by the Bidders

- Exchange rate as per SBI TT Selling rate on the previous working day to the date of
opening of the Price Bid shall be considered for conversion of the offer to INR for
comparison/evaluation of the quotes

- The Bidder shall furnish the details of the Supply of ROSOV –Triple offset butterfly valve
carried out in last 3 years in the following format.

S. Description PO Total Value Month/ Month/year of Customer


No. of the No. of the year of start completion Name
Supply Supply

Note to Indian Bidders:


- Copies of PQ/techno-commercial documents to be submitted for this tender should
be signed and stamped by the bid signatory and shall be duly verified with originals
& attested by any one of the following independent third party inspection agency
(TPIA) duly approved by BPCL :
CRFQ 1000325124 E-Tender System ID – 53740
SGS /GLISPL / IRS / DNV / LRIS / EIL /TATA Projects / PDIL / UIPL / RITES LTD / ITSIPL
- All charges for verification & attestations shall be borne by the Bidders
- Bidder has to upload the duly verified & attested documents along with the
respective TPIA verification certificates duly signed & stamped by authorized
signatory of TPIA before the due date of submission of the bids. An undertaking note
from the TPIA as per the attached Annexure-A shall be uploaded as a part of the
PQ/Unpriced Techno-commercial bid as the case may be.

- Bidder has to upload the Undertaking document as per Annexure-B.

- BPCL reserves the right not to consider the offer on account of non-compliance
regarding submission of PQ/techno-commercial related documents duly verified by
the TPIA and Undertaking document from the bidder. All charges of the third party
for verification & attestations shall be borne by the Bidders.

- All the certified documentation against PQ (including the documents against MSE)
shall be uploaded by the bidder on BPCL e-tendering website along with the e-bid.
Note to Non-Indian Bidders:
- Copies of PQ/techno-commercial documents to be submitted by the Bidder shall be
signed and stamped by the bid signatory and shall be:
EITHER
“duly certified by Statutory Auditor of the bidder or a practicing Chartered
Accountant (not being an employee / Director and not having any interest in the
bidder’s company) where audited accounts are not mandatory as per law (in line
with the present system)”
OR
“Bidder shall submit documents duly notarized by any notary public in the bidder’s
country or certified true copies duly signed, dated and stamped by an official
authorized for this purpose in Indian Embassy/ High Commission in Bidder’s country.”
OR
“Bidder shall submit self-certified documents in original from any one out of CEO or
CFO or Company Secretary of the bidder (Limited company only) along with Self-
Certification as per Form-A attached as Annexure-C. This option shall not be
applicable to Proprietorship/Partnership firms.”

Requirement of above certification shall not be applicable to published audited


annual financial statements in English, if original booklets are submitted.

In the event of submission of any document/ certificate by the bidder in a language


other than English, the bidder shall get the same translated into English and submit
the same after getting the translation duly authenticated by local Chamber of
Commerce of bidder’s country.”

All the certified documentation against BQC shall be uploaded by the bidder on
BPCL e-tendering website along with the e-bid.

Other documents to be submitted:

- Bidder shall provide all relevant documents towards proof as specified in the
technical & financial criteria at Clauses 1.1, 1.2, 1.3, 2.1 & 2.2.
- Company profile indicating organization structure of bidding entity.
- Audited Profit & Loss Account, Balance Sheets/Statement of Assets & Liabilities etc.
for the immediately preceding three financial years. Further, for bidders who have
CRFQ 1000325124 E-Tender System ID – 53740
not finalized their books of account for the financial year 2017-18, evaluation of these
criteria would be done for the latest three financial years ending 2016-17 for which
books of account have been finalized and audited.
- Bidder/Bidder to submit Purchase order copies along with job completion certificates
and executed order value for the qualifying works.
- Health, Safety and Environment Management Policy (HSE) policy.
- Declaration of holiday listing in enclosed format Annexure-D.
- Duly signed Integrity Pact.
CRFQ 1000325124 E-Tender System ID – 53740
Annexure-A

(Applicable to Indian Bidders)

Format for Undertaking from TPIA


(on TPIA letter head duly stamped & signed)

Ref.: _____ Date : _______

The Procurement Manager,


CPO-Refineries,
Mumbai Refinery,
Mahul, Chembur,
Mumbai – 400074

Dear Sir,

Subject : Verification of Bidder’s Qualification Cr iteria (BQC) related documents of the


Tender

Ref : CRFQ No. 1000_________ , E-tender System ID : __________


Tender for “________________________________________”

M/s. _____________________________ with its Registered office at ___________________________


_____________________________________________________ intend to participate in the tender
for “______________________________________________________” for Bharat Petroleum
Corporation Limited, with registered office in Bharat Bhavan, 4 & 6 Currimbhoy Road,
Ballard Estate, Mumbai, India.

The tender conditions provide that the BIDDER shall submit BQC documents duly verified by
independent Third Party Inspection Agency.

In this regard, this is to certify that copies of all the BQC/techno-commercial related
documents submitted to us for verification have been verified by us with the originals and
found to be genuine. We have signed and stamped on the copies of all the verified
documents.

_____________________________
(Signature of a person duly authorized to
Sign on behalf of the TPIA)

(Seal of the Company)


CRFQ 1000325124 E-Tender System ID – 53740
Annexure-B

(Applicable to Indian Bidders)

Format for Undertaking from Bidder


(on Bidders letter head duly stamped & signed)

Ref.: _____ Date : _______

Subject : Verification of Bidder’s Qualification Criteria (BQC)/ techno-commercial related


documents of the Tender

Ref : CRFQ No. 1000_________ , E-tender System ID : __________


Tender for “________________________________________”

All the BQC/techno-commercial documents and credentials have been verified with the
originals by TPIA.

It is certified that none of the documents are false/forged or fabricated. All the documents
submitted have been made having full knowledge of (i) the provisions of the Indian laws in
respect of offences including but not limited to those pertaining to criminal breach of trust,
cheating and fraud and (ii) provisions of bidding conditions which entitle the BPCL to
initiate action in the event of such declaration turning out to be a misrepresentation or
false representation.

I further certify that any additional documents, if any, required to be submitted by our
company, shall be submitted under my knowledge and those documents shall also be
true, authentic, genuine, exact copy of its original and shall not be false/forged or
fabricated.

BPCL reserves the right not to consider our offer on account of non-compliance regarding
submission of BQC/techno-commercial related documents duly verified by the TPIA.

_________________
Authorized Signature

(Seal of the Company) / Date


CRFQ 1000325124 E-Tender System ID – 53740
Annexure C

(Applicable to Non-Indian Bidders)

FORM -A

DECLARATION

I, _____________________ S/o/D/o of _________________________________, working


as
CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ with reference to
our bid
_________________________ against your Enquiry document
___________________________, declare
that in case, at a later date, any of the document submitted in our bid referred above is
found to be false/forged or fabricated, I, shall be held responsible for the same and BPCL
has every right to take action against me and my company, as deemed fit as per provisions
of the bidding documents including BPCL’s right to put our company on Holiday/Black list
for future business with BPCL.

.
Specimen Signature of authorized representative

Signature
CRFQ 1000325124 E-Tender System ID – 53740
ANNEXURE – D

(The Declaration should be produced on Vendor’s Letter Head selecting content for
proprietary/partnership/company as applicable-- and last para.)

PROFORMA OF DECLARATION OF HOLIDAY LISTING


-----------------------------------------------------------------------------------------------
-
In the case of a Proprietary Concern:

I hereby declare that neither I in the name of my Proprietary concern M/s.


_____________ which is submitting the accompanying Bid / Tender nor any other
concern in which I am a proprietor nor in any partnership firm in which I am
involved as a Managing Partner have been placed on holiday list declared by
Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as
indicated below:

(State here particulars of holiday listing and in absence thereof state “NIL”).

-----------------------------------------------------------------------------------------------
-
In the case of a Partnership Firm:

We hereby declare that neither we, M/s. __________________ submitting the


accompanying Bid / Tender nor any partner involved in the management of the
said firm either in his individual capacity or as proprietor of any firm or concern
have or has been placed on holiday list declared by Bharat Petroleum Corporation
Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(State here particulars of holiday listing and in absence thereof state “NIL”)

-----------------------------------------------------------------------------------------------
-
In the case of Company

We hereby declare that we have not been placed on any holiday list declared by
Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as
indicated below:

(State here particulars of holiday listing and in absence thereof state “NIL”)

-----------------------------------------------------------------------------------------------
-
It is understood that if this declaration is found to be false in any particular, Bharat
Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the
bid has resulted in a contract, the contract is liable to be terminated.

Place: ____________ Signature of the Bidder______________

Date: ____________ Name of the Signatory_______________


CRFQ 1000325124 E-Tender System ID – 53740

SECTION-4

INTEGRITY PACT
(To be executed on plain paper)
CRFQ 1000325124 E-Tender System ID – 53740

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal",

And

………………………………………………………………………………… hereinafter referred to as "The Bidder/


Contractor/ Supplier".

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for CRFQ
1000325124; E-Tender System ID – 53740: ““SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE
FITTED WITH ELECTRO HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF BPCL-KOCHI
REFINERY”” … The Principal values full compliance with all relevant laws and regulations, and the
principles of economic use of resources, and of fairness and transparency in its relations with its
Bidder/s, Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organisation "Transparency International" (TI). Following TI's national and
international experience, the Principal will appoint an Independent External Monitor who will
monitor the tender process and the execution of the contract for compliance with the principles
mentioned above

Section 1 - Commitments of the Principal:

(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:

a) No employee of the Principal, personally or through family members, will in connection with
the tender, or the execution of the contract, demand, take a promise for or accept, for
himself/ herself or third person, any material or immaterial benefit which he/she is not
legally entitled to.
b) The Principal will, during the tender process, treat all Bidders with equity and reason. The
Principal will, in particular, before and during the tender process, provide to all Bidders the
same information and will not provide to any Bidder confidential/ additional information
through which the Bidder could obtain an advantage in relation to the tender process or the
contract execution.
c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in
CRFQ 1000325124 E-Tender System ID – 53740
this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.

Section 2 - Commitments of the Bidder/ Contractor/ Supplier:

(1) The Bidder/ Contractor/ Supplier commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
tender process and during the contract execution.
a) The Bidder/ Contractor/ Supplier will not, directly or through any other person or firm, offer,
promise or give to any of the Principal's employees involved in the tender process or the
execution of the contract or to any third person, any material or immaterial benefit which
he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to introduce cartelisation in the bidding
process.
c) The Bidder/ Contractor/ Supplier will not commit any offence under the relevant Anti-
Corruption Laws of India; further the Bidder/ Contractor/ Supplier will not use improperly,
for purposes of competition or personal gain, or pass on to others, any information or
document provided by the Principal as part of the business relationship, regarding plans,
technical proposals and business details, including information contained or transmitted
electronically.
d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any and all payments
he has made, is committed to, or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
e) The Bidder/Supplier/Contractor shall make sure that the terms of this Integrity Pact are also
adopted by its sub-contractors, sub-sub-contractors etc, if any and submit such adoption
confirmation proof to the Principal.
(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts:

If the Bidder, before contract award, has committed a transgression through a violation of Section
2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal
is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already
signed, for such reason.

(1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation of Section
2 such as to put his reliability or credibility into question, the Principal is also entitled to exclude the
Bidder/ Contractor/ Supplier from future contract award processes. The imposition and duration of
the exclusion will be determined by the severity of the transgression. The severity will be determined
by the circumstances of the case, in particular the number of transgressions, the position of the
transgressors within the company hierarchy of the Bidder and the amount of the damage. The
exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
CRFQ 1000325124 E-Tender System ID – 53740
(2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidences, concludes that no reasonable doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort
to and impose such exclusion and further accepts and undertakes not to challenge or question such
exclusion on any ground, including the lack of any hearing before the decision to resort to such
exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the damage caused
by him and has installed a suitable corruption prevention system, the Principal may revoke the
exclusion prematurely.

Section 4 - Compensation for Damages:

(1) If the Principal has disqualified the Bidder from the tender process prior to the award according
to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages
equivalent to Earnest Money Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled
to terminate the contract according to Section 3, the Principal shall be entitled to demand and
recover from the Contractor/ Supplier liquidated damages equivalent to Security Deposit/
Performance Bank Guarantee.

(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder/ Contractor/ Supplier can prove and establish that the exclusion
of the Bidder from the tender process or the termination of the contract after the contract award
has caused no damage or less damage than the amount of the liquidated damages, the Bidder/
Contractor/ Supplier shall compensate the Principal only to the extent of the damage in the amount
proved.

Section 5 - Previous Transgression:

(1) The Bidder declares that no previous transgression occurred in the last 3 years with any other
Company in any country conforming to the TI approach or with any other Public Sector Enterprise
in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/Subcontractors:

(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a commitment
in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors/ Suppliers and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.
CRFQ 1000325124 E-Tender System ID – 53740
Section 7 - Punitive Action against Violating Bidders/ Contractors/Suppliers/ Subcontractors:

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or


of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor
which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the Vigilance Office.

Section 8 - Independent External Monitors:

(1) The Principal has appointed competent and credible Independent External Monitors for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the Bidder/
Contractor/ Supplier. The Bidder/ Contractor/ Supplier will also grant the Monitor, upon his request
and demonstration of a valid interest, unrestricted and unconditional access to this project
documentation. The same is applicable to Subcontractors. The Monitor is under contractual
obligation to treat the information and documents of the Bidder/ Contractor/ Supplier/
Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Bidder/ Contractor/ Supplier. The parties offer to the
Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal the
violation, or to take other relevant action. The Monitor can in this regard submit non-binding
recommendation. Beyond this, the Monitor has no right to demand from the parties that they act
in a specific manner, refrain from action or tolerate action. However, the Independent External
Monitor shall give an opportunity to the Bidder/ Contractor/ Supplier to present its case before
making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within
8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the
occasion arise, submit proposals for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance
Office, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.

(8) The word 'Monitor' would include both singular and plural.
CRFQ 1000325124 E-Tender System ID – 53740
Section 9 - Pact Duration:

This Pact begins when both parties have legally signed it. It expires for the Contractor/ Supplier 12
months after the last payment under the respective contract, and for all other Bidders 6 months
after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairperson
of the Principal.

Section 10 - Other Provisions:

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document/
contract shall not be applicable for any issue/ dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.

(3) If the Bidder/ Contractor/ Supplier is a partnership or a consortium, this agreement must be
signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original
intentions.

(5) If any Bidder/Contractor/Supplier entering into Integrity Pact, aggrieved by any decision/action
of the Principal, shall approach the IEMs and await their decision before pursuing any other remedy
available to him in law

Joji J Melel
……………………… _________________________________

For the Principal For the Bidder/ Contractor/ Supplier

Place: ……………… Witness 1 : ___________________

(Signature/Name/Address)

Date: ……………….. Witness 2 : ____________________

(Signature/Name/Address)
CRFQ 1000325124 E-Tender System ID – 53740

SECTION-5

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


CRFQ 1000325124 E-Tender System ID – 53740

PROFORMA OF BANK GUARANTEE


(On non-judicial paper of appropriate value)
FOR EARNEST MONEY
To
Bharat Petroleum Corporation Ltd.
(CPO) Refineries
Mumbai Refinery, Mahul
MUMBAI 400074
Dear Sirs,

M/s.
_________________________________________________________________________
_________
have taken tender for the supply of
____________________________________________________________
for Bharat Petroleum Corporation Ltd.

The tender Conditions of Contract provide that the Bidder shall pay a sum of Rs. ______
(Rupees___________________________________________________________________
_______________) as earnest money /initial / full security deposit in the form therein
mentioned. The form of payment of earnest money / security deposit includes guarantee
executed by Schedule ‘A’ Bank, undertaking full responsibility to indemnify Bharat
Petroleum Corporation Ltd. in case of default.

The said______________________________________ have approached us and at their


request and in consideration of the premises
we__________________________________________________________
______________having our office at have agreed to give such guarantee as hereinafter
mentioned.

1. We___________________________________________________________________
hereby
undertake and agree with you that if default shall be made by M/s.
_____________________________________ in performing any of the terms and conditions
of the tender or in payment of any money payable to Bharat Petroleum Corporation Ltd. We
shall on demand pay to you in such matter as to you may direct the said amount of
Rupees_______________________________only or such portion thereof not exceeding the
said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without effecting this guarantee
postpones for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said_____________and to enforce or to for bear
from endorsing any power of rights or by reason of time being given to the said which under
law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of


Rs.__________________(Rupees__________________ ____________________) from us
in manner aforesaid will not be affected or suspended by reason of the fact that any dispute
CRFQ 1000325124 E-Tender System ID – 53740
or disputes have been raised by the said M/s.__________________
________________and/or that any dispute or disputes are pending before any officer,
tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the said______________
____________________but shall in all respects and for all purposes be binding operative
units payment of all money due to you in respect of such liabilities is paid.

5. Our liability under this guarantee is restricted to


Rupees__________________________________ Our guarantees shall remain in force
until_____________________________________________ unless a suit or action to
enforce a claim under_________________________________________ Guarantee is filed
against us within six months from _____________________________(which is date of
expiry of guarantee) all our rights under the said guarantee shall be forfeited and shall be
relieved and discharged from all liabilities thereunder.

6. We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney dated
__________________granted to him by the Bank.
Yours faithfully
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 6

TECHNICAL SPECIFICATION

(ATTACHED SEPERATELY IN ANNEXURE)

(BIDDER TO NOTE THAT PRICES SHOULD ONLY BE FILLED UP ONLINE IN


THE PRICE BID FORMAT)
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 7

TECHNICAL DEVIATION FORM


CRFQ 1000325124 E-Tender System ID – 53740

TECHNICAL DEVIATION FORM

Name of vendor:

Schedule of Deviations in reference to BPCL SPECIFICATIONS

1. Vendor may give here a consolidated list of technical deviations for all sections of the
SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him.
2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the
COMPANY and any such deviations if indicated elsewhere other than this form will render
the offer non-responsive and shall liable to be rejected.
3. Vendor shall state the reasons for the deviations in the `Remark' column.
4. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be deemed to
be fully complied by the vendor
5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall constitute
the contract requirements for the award of job to the vendor.
6. BPCL reserves the right to reject the offer based on the deviations.

Sr. Page Clause No. Requirement of the Deviations to the Remarks


No. No. SPECIFICATIONS SPECIFICATIONS

1 2 3 4 5 6

Vendor :

Signature of the authorized signatory :

Name of the authorized signatory :

Stamp & Date :


CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 8

SPECIAL CONDITIONS OF TENDER: FOR SUPPLY CONTRACTS


CRFQ 1000325124 E-Tender System ID – 53740

CPO-Refineries: Special Conditions of Tender:


For Supply Contracts

Note:

A. The provisions under the various clauses hereunder shall override the
terms and conditions which appear elsewhere in this tender documents
(changes/additions or deletions), as applicable for Supply contracts /
tenders.
B. GPC stands for General Purchase conditions.

1. Order of Precedence in General Purchase Conditions (GPC) for Purchases :

The order of precedence as applicable shall be specified in the GPC as follows:-

1. Purchase Order(in GPC)


2. Detailed letter of Acceptance along with its enclosures
3. Letter of Award / Fax of Acceptance
4. Job Specifications (specific to particular job only)
5. Drawings
6. Special Purchase Conditions (SPC)
7. Technical Specifications
8. Instructions to Bidders
9. General Purchase Conditions (in GPC)
10. Other Documents

Additionally, any variation or amendment / change order issued after signing of formal contract shall
take precedence over respective clauses of the formal contract and its Annexures.

2. Limitation of Liability in General Purchase Conditions (GPC) for Goods Procurement :

The aggregate total liability of the Contractor to Owner under the Contract shall not exceed
the total Contract Price, except that this Clause shall not limit the liability of the Contractor
for following:

(a) In the event of breach of any Applicable Law;


(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross negligence of
the Contractor or any person acting on behalf of the Contractor; or
(c) In the event of acts or omissions of the Contractor which are contrary to the most
elementary rules of diligence which a conscientious Contractor would have followed in
similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of Intellectual
Property; or
(e) For any damage to any third party, including death or injury of any third party caused by
the Contractor or any person or firm acting on behalf of the Contractor in executing the
Works.

Neither Party shall be liable to the other Party for any kind of indirect nor consequential loss or damage
like, loss of use, loss of profit, loss of production or business interruption which is connected with any
claim arising under the Contract.
CRFQ 1000325124 E-Tender System ID – 53740

3. Termination of convenience under GPC:

The purchaser may, by written notice of 14 days sent to the seller, cancel the contract, in whole or
part, at any time for his convenience. The notice of cancellation shall specify that cancellation is for
the purchaser’s convenience, the extent to which performance of work under the contract is cancelled
and the date upon which such cancellation becomes effective.

The goods that are complete and ready for shipment within 30 days after the seller’s receipt of notice
of cancellation shall be purchased by the purchaser at contract terms and prices. For the remaining
goods, the purchaser may opt:-

a. To have any portion completed and delivered at the contract terms and prices

and / or

b. To cancel the remainder and pay to the seller an agreed amount for partially completed goods
and materials and parts previously procured by the seller.

4. Force Majeure Clause (Existing clause replaced with the new one- GPC)

Circumstances leading to force majeure

(a) Act of terrorism;


(b) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or
not), civil war, rebellion, revolution, insurrection of military or usurped power;

(c) Ionising radiation or contamination, radio activity from any nuclear fuel or from any
nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or other
hazardous properties of any explosive assembly or nuclear component;
(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural
disaster, but excluding weather conditions regardless of severity; and
(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a
national or state-wide level in any country where Works are performed, and which affect
an essential portion of the Works but excluding any industrial dispute which is specific to
the performance of the Works or the Contract.

For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than due to a nationwide transporters’ strike) or commercial hardship
shall not constitute a Force Majeure event.

• Notification of Force Majeure

Contractor shall notify within [10(ten)] days of becoming aware of or the date it ought to
have become aware of the occurrence of an event of Force Majeure giving full particulars
of the event of Force Majeure and the reasons for the event of Force Majeure preventing
the Affected Party from, or delaying the Affected Party in performing its obligations under
the Contract.

• Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180 (one
hundred eighty days) or more in a continuous period of 365 (three hundred sixty five)
days after notice has been given under this clause, either Party may terminate the
CRFQ 1000325124 E-Tender System ID – 53740
Contract by issuing a written notice of 30 (thirty) days to the other Party.

• Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works performed as at the date of the
commencement of the relevant event of Force Majeure.

The Contractor has no entitlement and Owner has no liability for:

a) Any costs, losses, expenses, damages or the payment of any part of the Contract
Price during an event of Force Majeure; and
b) Any delay costs in any way incurred by the Contractor due to an event of Force
Majeure.
Time extension for such cases will be worked out appropriately.

5. Warranty / Guarantee Period in Purchase Contracts (Changes to existing clause- GPC)

The current clause provides for warranty/guarantee period as under:-

i. 12 months from the date of commissioning or 18 months from the date of supply for
Goods/ Services, whichever is earlier.

In case the defect arises within the above mentioned period and the same is repaired / replaced,
the warranty/guarantee for the repaired/replaced job/item will be extended suitably so as to cover
the original warranty/guarantee. However, in no case, such extension will exceed 24 months from
date of start of initial warranty/guarantee.

------------------
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 9

SPECIAL PURCHASE CONDITIONS


CRFQ 1000325124 E-Tender System ID – 53740

BHARAT PETROLEUM CORPORATION LIMITED


Central Procurement Organisation (Refineries)
““SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE FITTED WITH
ELECTRO HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF
BPCL-KOCHI REFINERY””

SPECIAL PURCHASE CONDITIONS

REF : CRFQ NO. 1000325124, E-tender No. 53740

1.0 INTRODUCTION

1.1 e-Bids in 2 (two) parts are invited for the tender for “““SUPPLY OF ROSOV-TRIPLE OFFSET
BUTTERFLY VALVE FITTED WITH ELECTRO HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF
BPCL-KOCHI REFINERY”” ”, in complete accordance with tender documents and its
attachments. For more information on e-Procurement System followed by BPCL,
bidders are requested to refer Instruction to Bidders (ITB) document.
1.2 This is a Two Part Bid Tender, viz. Part 1 - Un-priced Techno-commercial Bid &
Part 2 - Price Bid. The Bidders shall submit details/ documents required for each type
of Bid, as specified in the tender. Further, bids of only those bidders whose offers are
found acceptable in Part-1 shall be considered for Part-2 opening for further
evaluation. All documents/ Bids submitted shall be digitally signed and sealed for
authentication.
1.3 BPCL reserves the right to finalize the tender, based on the ‘Price Bids’ submitted by
the qualified Bidders. The Bidders should submit their best prices in the ‘Price Bid’.
1.4 To participate on tenders hosted by BPCL on e-procurement site, bidders are required
to have a digital certificate and do “Enrollment” (Register on site) by creating one
User Id on the above site. All prospective bidders are requested to enroll onto BPCL
e-tendering platform https://bpcleproc.in/ maintained by M/s E Procurement
Technologies Limited, BPCL authorized Service Provider for e-tendering.
2.0 SPECIAL TERMS AND CONDITIONS

2.1 The supply item, found defective due to poor workmanship/ not meeting the
specification will be rejected and shall be replaced free of cost by the vendor.

2.2 Rates quoted shall remain firm till the execution of the contract period and no claims
for price escalation shall be entertained.

2.3 Items to be delivered by the vendors should be properly packed and sent, to avoid
any damage to the consignment. Supplied Instrument should be properly protected
to avoid any transit damage.
CRFQ 1000325124 E-Tender System ID – 53740
3.0 DEFINITIONS AND INTERPRETATIONS

3.1 Where any portion of the GPC is repugnant to or at variance with any provisions of
the SPC then, unless a different intention appears, the provisions of the SPC shall be
deemed to govern the provisions of the GPC and SPC provisions shall prevail to the
extent of such repugnancy, or variations exist.

3.2 In RFQ Documents unless otherwise stated specifically, the singular shall include the
plural and vice versa wherever the context so requires.

3.3 Notwithstanding the sub-division of the RFQ Documents into separate sections and
volumes every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Agreement
so far as it may be practicable to do so.

3.4 All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the
Specifications or to any other part of RFQ Document are solely for the purpose of
giving a concise indication and not a summary of the contents thereof, and they shall
never be deemed to be part thereof or be used in the interpretation or construction
thereof.

3.5 The terms fully capitalized and/or initial capitalized shall be interchangeable and
shall have the meaning as assigned to fully capitalized term or initial capitalised
term.

3.6 In BIDDING documents, at all such places where obligations are confined to
Purchaser alone, such provision to read as ‘Purchaser’s obligation to the extent the
context so means/ requires.

4.0 SUPPLIER’S SCOPE

4.1 Supplier’s scope shall include but not be limited to -


a) Supply of Items as per tender technical specifications;
b) Preparation of Quality Assurance / Quality control program and execution of
same;
c) Testing;
d) Third Party Inspection (TPI)
e) Packing;
f) Delivery of the material to BPCL site on door delivery basis by Indian Bidders
and FOB Seaport Exit basis by Non-Indian Bidders.
g) However in the case of Non-Indian Bidders, BPCL reserves the option to place
order on FOB or on CFR basis during the currency of the contract.

5.0 OFFER VALIDITY

5.1 The offer should be valid for a period of 120 days from the final bid due
date/extended due date for award of contract.
CRFQ 1000325124 E-Tender System ID – 53740
6.0 APPLICABLE CHARGES & GST

6.1 Bidders are requested to quote their Packing and Forwarding charges in basic rate
and applicable freight and applicable GST rates separately.

6.2 All statutory Indian levies, if applicable is payable extra by BPCL. However, any
increase /decrease in statutory levies on the date of delivery during the scheduled
delivery period on finished materials will be on BPCL's account. If the material is not
supplied within the scheduled delivery period, then any increase on taxes will be on
vendor's account.

6.3 The quoted basic rate shall also include all expenses towards all testing charges of
the Instrument.

7.0 ANTI PROFITEERING CLAUSE:

7.1 If any new tax is introduced on sale of goods/services by VENDOR to OWNER in


lieu of one or more of the then existing taxes or as a new tax altogether and the rate
and impact of the new taxes is less than the rate and impact of existing tax or taxes
which it replaces, VENDOR shall pass on to OWNER the benefit thereof by of
commensurate reduction in the amount payable by the OWNER to VENDOR. If on
the other hand, the rate of the new taxes is in excess than the rate of the new taxes it
replaces, the OWNER on satisfactory proof shall reimburse the VENDOR the
additional tax paid by the VENDOR as the result of the imposition of the new taxes
provided they are within the contractual completion date.

Explanation: For the purpose of above clause, impact means and includes the
addition/reduction of taxes suffered on inputs, input services & capital goods. Further,
impact of stranded taxes like CST on Interstate purchases, entry tax/octroi, etc (if
applicable) also needs to be considered.

The vendor shall take steps viz uploading invoice in GSTR 1, payment of the tax
liability on the said invoices and filing of Returns etc. and comply with all the
requirements of applicable laws including GST laws for the time being in force to
enable the OWNER to avail tax credit/s including input tax credit. Any loss or non-
availability of input tax credit by the OWNER due to non-compliance of applicable
tax laws including but not limited to GST laws in force or otherwise, on the part of
VENDOR, an amount equivalent to any tax liability accruing to the OWNER and/or
to the extent of any loss accrued to the OWNER due to the non-availability of input
tax credit or any liability accrued to the OWNER shall either stand cancelled or
deducted from the payment due to the VENDOR or shall be reimbursed by the
VENDOR as the case may be till such default is either rectified or made good by the
VENDOR and the OWNER is satisfied that it is in a position to claim valid input tax
credit within the time-lines as per applicable laws.

Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to
the OWNER at any point of time on account of non-compliance of applicable tax laws
or rules or regulations thereof or otherwise due to default on the part of VENDOR
shall be borne by the VENDOR. An amount equivalent to such cost, liability, dues,
penalty, fees, interest as the case may be, shall be reimbursed by the VENDOR within
CRFQ 1000325124 E-Tender System ID – 53740
30 days. Any GST as may be applicable on such recovery of amount shall also be
borne by VENDOR and same shall be collected by the OWNER.

8.0 FIRM PRICES

8.1 The quoted Prices shall remain firm and fixed for the entire duration of contract and
in all respects and no escalation in prices on any account shall be admissible. Non-
acceptance of firm rates for entire duration of contract period by the bidders will
make their bids liable for rejection.

9.0 PAYMENT: GENERAL

1. Please refer tender document for Payment terms


2. Performance Guarantee for 10% of order value by way of Bank Guarantee from any
Scheduled Indian Bank as per format provided in General Purchase Conditions
(GPC).

3. The PBG should be valid for a period of 24 months from the date of supply or 18
months from the date of commissioning (Guarantee period of 12 months from the
date of commissioning + 6 months claim lodging period) whichever is earlier. The
PBG should be sent to BPCL directly by Vendor’s Banker.

4. No initial advance payment along with order shall be made by BPCL against supplies.
If a supplier insists on the same, the offer shall be rejected.

5. BPCL has tied up with SBI for implementation of SFMS (Structured Financial
Messaging Service) Bank Guarantee Process and the salient features are as
given below: Vendors have to issue SFMS Bank Guarantee for faster payments.

1) Vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code
(Details given below) to their Bank at the time of application for Bank
Guarantee in favor of BPCL.
2) Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL
Bank confirming the Bank Guarantee as genuine.
3) BPCL’s Bank (SBI) shall in turn send the said SFMS message to BPCL’s
dedicated email ID basis which BPEC shall consider the said Bank
Guarantee as verified by Bank.
4) Once the above process is completed, BPEC Team shall proceed with the
release of payment to vendors which is due against the said Bank Guarantee.

Name of Bank: State Bank of India


Branch: CAG Branch, Mumbai, India
Account No: 11083980831
IFSC Code: SBIN0009995

10.0 DELIVERY SCHEDULE / COMPLETION PERIOD: GENERAL

10.1 Please refer tender document for Delivery schedule/Completion period.


CRFQ 1000325124 E-Tender System ID – 53740
10.2 BPCL reserve the right to accept or reject offers with delivery period not in line with
BPCL requirement.

10.3 Failing to meet the delivery schedule / completion period will be subject to Price
Reduction and/or curtailing other remedies available to the Purchaser as per RFQ
Documents.

10.4 Bidder shall quote firm freight charges in percentage of basic price up to destination
by road on freight pre-paid door delivery basis.

Bidder has to quote freight charges in percentage only. Non-acceptability of freight


charges in percentage is not acceptable to BPCL and their offers may be
commercially rejected.

10.5 Delay in receiving Invoices or failure in providing copies of dispatch documents and
any demurrage or wharfage or any loss resulting thereby shall be borne by the
vendor.

11.0 PRICE REDUCTION SCHEDULE

11.1 Applicable as per attached GPC.

12.0 DESPATCH INSTRUCTIONS

12.1 Following dispatch documents are required to be submitted by the Supplier


immediately after shipment is made.

• Commercial Invoice
• LR / Challan/Airway Bill
• Packing List
• Quality Certificate
• Test Certificates
• TPI Inspection Certificates
• Conformity Certificate
• Country of Origin certificate.

13.0 INSURANCE

13.1 Transit risk insurance shall be covered by BPCL (except insurance up to FOB port of
Exit for Non- Indian Bidders, and same shall be covered by them) and same shall not
be included in the quoted price by the bidders.

14.0 GENERAL PURCHASE CONDITIONS (GPC)

14.1 Attached General Purchase Conditions (GPC) shall be applicable for this contract.

15.0 GUARANTEE/ WARRANTY


CRFQ 1000325124 E-Tender System ID – 53740
15.1 Materials shall be guaranteed against manufacturing defects, materials, workmanship
and design for a period of 12 months from the date of commissioning or 18 months
from the date of dispatch whichever is earlier. Any deficiency observed during this
period shall be set right by the vendor at free of cost to BPCL.

16.0 QUALITY ASSURANCE / QUALITY CONTROL

16.1 The Supplier shall establish document and maintain an effective Quality Assurance
system outlined in recognized codes.

16.2 The purchaser, while agreeing to a Quality Assurance Plan shall mark the stages
where they would like to witness the tests; review any or all stages of work at shop as
deemed necessary for quality assurance.

16.3 No amendment in the specification will be entertained after placement of the contract.

17.0 THIRD PARTY INSPECTION

Third Party Inspection (TPI) is applicable as per specification

18.0 SUBMISSION OF OFFER


18.1 Bidders are requested to quote/fill the rate against each item in BPCL e- procurement portal. Bidders
to fill applicable charges and GST at BPCL-Kochi Refinery in the e-procurement portal only.

18.2 Following documents are to be signed and stamped on each page and uploaded in the e-tender
portal:-

a. Signed, stamped and scanned copies of “QUOTED” or “NOT QUOTED” and HSN No. of each item.
b. Signed, stamped and scanned copies of supporting documents for meeting technical
specifications,
c. Signed, stamped and scanned copies of applicable charges and GST for the tender.
d. Signed, stamped and scanned copy of Acceptance sheet available at the end of Special Purchase
Conditions (SPC).
e. Signed, stamped and scanned copy of all pages of General Purchase Conditions (GPC),
f. Duly filled, signed (all pages and 3 signatures on last page), stamped and scanned copy of all
pages of Integrity Pact document, Proforma for Declaration regarding Holiday Listing,
Commercial Questionnaire and Advisory on Environmental Criteria,
g. Technical & Commercial Deviations if any, to the tender documents, by giving reference to the
clause nos. in the Technical Deviation or Commercial Deviation.

18.3 Following documents are to be filled online in the e-tender portal:

a) UN-PRICED BID (To be selected ” QUOTED” OR “NOT-QUOTED” in e-procurement portal)


b) APPLICABLE CHARGES, TAXES, DUTIES, FREIGHT ETC
c) PRICE BID FORMAT

18.4 Offer submitted by Telex/ Telegraph/ Fax/ e-Mail or Hard copy shall not be accepted.

18.5 BPCL shall not be responsible for any delay in uploading of offer by the bidder in e-
Procurement portal.

18.6 Bidders are to quote based on Specifications.


CRFQ 1000325124 E-Tender System ID – 53740
19.0 EVALUATION CRITERIA

19.1 Bidder shall note that the Bid evaluation will be on the basis of overall lowest total
landed cost (L1) to BPCL. MSE registered vendors should be manufacturer of the Instrument.
However, individual tendered quantity for the item shall not be split. Bidders have to submit the MSE
Entrepreneur Memorandum (EM-II) certificate for their manufacturing of the Instrument.

19.2 Offers with precondition on minimum contract value/call off value are not acceptable and their offer
stand commercially rejected.

20.0 TENDER OPENING

20.1 The deadline for bid submission is the bid submission due date and time mentioned
in e procurement portal. The bids can be submitted in the e-procurement website up
to the tender bid submission due date and time.

20.2 Part-1 i.e. Unpriced Technical-CUM-Commercial bids will be opened on e-tendering


platform. Part-2 i.e. priced Bid (if reverse auction not done) submitted online for
the subject tender will be opened on e-tendering platform of Part-1qualified bidders
only. Qualified bidders will be informed about the date and time of opening of bids
one day prior to bid opening date by e-mail. It may be noted that technical and price
bid opening can be witnessed by bidders on e-tender site or in person at BPCL
CPO-Refineries office. In case bidder wish to participate in person, they can
inform us the representative’s name, designation and mobile phone number, to enable
BPCL to arrange for necessary visitor’s permission.

21.0 EARNEST MONEY DEPOSIT (EMD) :

21.1 EMD is applicable for this tender. All Bidders except in the case of bidders
eligible for exemption under MSE Policy have to submit an Rs 1,00,000/-
(Rupees One Lakh Only) (USD 1450 /EURO 1300) for this tender in PQ cum
Unpriced technical cum commercial bid. For further details refer “Instructions To
Bidders (ITB)”.

22.0 POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:

22.1 The guidelines for holiday listing shall be applicable as per web link given below:
https://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf

22.2 Bidders are required to confirm that the Holiday Listing Policy of BPCL is read and
understood by them.

22.3 Bidders serving holiday listing order issued (as on bid opening date) by BPCL,
MOP&NG or any other Oil PSEs would not get qualified in this tender.

22.4 A declaration to be submitted by bidder indicating that they are not on holiday list by
BPCL / MOP&NG or any other Oil PSEs as on due date of bid submission anywhere
in the country. Offers not accompanied with such declaration shall make the bidders
liable for rejection. Any wrong declaration in this context shall make the bidders liable
for action under the Holiday Listing procedure."
CRFQ 1000325124 E-Tender System ID – 53740
23.0 BID REJECTION CRITERIA:

23.1 The bidders shall adhere to the following provisions of the Bidding Document without
taking any deviations, failing which the Bid shall be considered to be non-responsive
and are liable to be rejected.

a. Defects liability period/ Guarantee Period


b. Advance payment
c. Non submission of EMD as applicable
d. Non submission of Holiday Listing declaration
e. Non submission of Integrity Pact
f. Any other rejection point specified elsewhere in the Request For Quotation (RFQ)
Documents

24.0 INTEGRITY PACT (IP):


24.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.

24.2 If the Bidder has been disqualified from the tender process prior to the award of the
contract in accordance with the provisions of the IP, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the
EMD/ Bid Security as per provisions of IP.

24.3 If the contract has been terminated according to the provisions of the IP, or if BPCL
is entitled to terminate the contract according to the provisions of the IP, BPCL shall
be entitled to demand and recover from Contractor Liquidated Damages amount by
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.

24.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitor (IEM). The IEM's name, address & contact number is given in
NIT/ITB

25.0 ARBITRATION CLAUSE:

GPC Arbitration clause is revised as below:

ARBITRATION

Arbitration clause as per GPC stands replaced and shall be as mentioned below -

“Any dispute or difference whatsoever arising out of or in connection with this


Agreement including any question regarding its existence, validity, construction,
interpretation, application, meaning, scope, operation or effect of this contract or
CRFQ 1000325124 E-Tender System ID – 53740
termination thereof shall be referred to and finally resolved through arbitration as per the
procedure mentioned herein below :

(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator

(b) The appointment and arbitration proceedings shall be conducted in accordance with
SCOPE forum of Arbitration Rules for the time being in force or as amended from time
to time

(c) The Seat of arbitration shall be at Mumbai

(d) The proceedings shall be conducted in English language

(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise
directed by the Sole Arbitrator”

26.0 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT (PP-LC)

"MOP&NG has notified the purchase preference (linked with local content) for the procurement of goods and
services under Oil & Gas Projects in India. Under this Policy, the bidders are allowed to avail the purchase
preference linked with attaining the stipulated Local content.

Project owner reserves the right to allow Manufacturers or Suppliers or Service providers, purchase preference
as admissible under the prevailing policy, subject to their complying with the requirements/conditions defined
herein and submitting documents required to support the same.

In order to avail the Purchase preference under this policy, bidder shall achieve minimum Local Content (LC)
of 20% (2017-18), 22% (2018-20) and 25% (2020-22) (in line with Table - 2 of policy). The Policy shall be
implemented in the following manner.

a. In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall be awarded to such bidder.
b. In case none of the bidders meets the stipulated LC criteria, the order shall be awarded to the Lowest
bidder.
c. In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall be ranked in the
ascending order of evaluated prices and next bidder meeting minimum stipulated LC and with his
evaluated price within a price band of (+) 10% of lowest bidder's evaluated price, shall be given
opportunity to supply 50% of the requirement by matching the lowest bidder's evaluated price. However,
if 50% quantity works out to a fraction of quantity, the bidder shall be considered for next higher quantity.
In case the quantity cannot be split, the order shall be placed with the entire quantity.
d. In case there are more than one bidder within the price band of (+) 10% of lowest bidder's evaluated
price, they shall be ranked in ascending order of their evaluated prices. The opportunity of matching the
price shall be accorded starting from the lowest bidder out of these bidders and in case of his refusal, to
the next bidder, and so on.
e. In case none of the bidders who meet the stipulated LC criteria agree to match the lowest price, the
natural lowest bidder will be awarded the job.
f. The option in case of MSE bidders qualifying under both Policies, namely, Purchase Preference under the
Public Procurement Policy - 2012 (PPP - 2012) from MSE bidders and Purchase Preference Linked with
Local Content (PP-LC 2017) shall be exercised as under :
i. The MSE bidder can avail only one out of the two applicable purchase preference policies, i.e. PP-LC
2017 or PPP-2012 and therefore, bidder will be required to furnish the option under which he desires
to avail purchase preference. This option must be declared within the offer and in case bidder fails to
do so although he is eligible for both the Policies, his offer would be evaluated considering PPP-2012
as 'the default chosen option.
In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to claim benefit
under PP-LC 2017 (irrespective of the fact whether he furnishes the detail of LC in his offer and this
LC meets the stipulated LC criteria).
CRFQ 1000325124 E-Tender System ID – 53740
ii. In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not be entitled to
claim benefit of purchase preference benefit as applicable for MSE bidders under PPP-2012.
However, the exemptions from furnishing Bidding Document fee and Bid security shall continue to
be available to such a bidder.
g. In view of the above, the bidder's quoted prices against various items of enquiry shall remain valid even
in case of splitting of quantities of the items, except in case of items where the quantity cannot be split
since these are to be awarded in a Lot or as a package or Group.
h. While evaluating the bids, for price matching opportunities and distribution of quantities among bidders,
the order of precedence shall be as under :
• MSE bidder (PPP-2012)
• PP-LC complied bidder (PP - LC)

Examples of Purchase Preference

Non divisible item


LI bidder is non MSE, non PP-LC bidder
L2 bidder is PPC-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the LI price, order shall
be placed on him, otherwise option for matching the LI price shall be given to L2 bidder (PP-LC)

Divisible Item
LI bidder is non MSE, non PP-LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the LI price. If bidder matches the LI price, order shall be
placed on him for the quantity specified in the bidding document. For the balance quantity (i.e. 50% of
tendered quantity/value) option for matching the LI price shall be given to L2 bidder (PP-LC) Balance
quantity shall be awarded to natural lowest bidder.
For further clarification, in case an item has quantity 4 nos. then 1 no. can be given to MSE bidder, 2 to PP-
LC bidder and left out 01 no. to natural LI bidder.
i. In case lowest bidder is a MSE bidder, the entire work shall be awarded to him without resorting to
purchase preference to bidders complying with Local Content.
j. In case lowest bidder is a PP-LC bidder purchase preference shall be resorted to MSE bidder as per
provisions specified in the enquiry document w.r.t. PPP-2012 only.
k. Certification of Local Content

Manufacturers of goods and/or providers of service, seeking Purchase Preference under the policy, shall be
obliged to certify the LC of goods, services or EPC contracts as under:

At bidding stage
Bidder shall furnish the percentage of the local content, taking into account the factors and criteria listed out in
the policy. These details shall be required only at aggregate level like supply value, transport value and other
heads given in the price schedule.

The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on bidder's
letterhead confirming his meeting the Local Content and this undertaking shall be certified as under :
• Where the total quoted value is less than INR 5 Crore
The LC content shall be self-assessed and certified by the authorized signatory of the bidder signing
the bid.

• Where the total quoted value is INR 5 Crore or above


i) The Proprietor and an independent Chartered Accountant, not being an employee of the firm, in case
of a proprietorship firm.
ii) Any one of the partners and an independent Chartered Accountant, not being an employee of the firm
in case of a partnership firm.
iii) Statutory auditors in case of a company. However, where statutory auditors are not mandatory as per
laws of the country where bidder is registered, an independent chartered accountant, not being an
Employee of the bidder's organization.
CRFQ 1000325124 E-Tender System ID – 53740

Note:
1. Sample formats for calculation of LC are enclosed as Appendix I, II & III (Use relevant appendix
for calculation of the local content - by bidder.)
2. LC of goods shall be computed on the basis of the cost of domestic components in goods,
compared to the whole cost of product. The whole cost of product shall be constituted of the
cost spent for the production of goods, covering: direct component (material) cost; direct
manpower cost; factory overhead cost and shall exclude profit, company overhead cost and
taxes for the delivery of goods.
3. However, LC of service shall be calculated on the basis of the ratio of service cost of domestic
component in service to the total cost of service. The total cost of service shall be constituted of
the cost spent for rendering of service, covering: a) cost of component (material) which is used ;
b) manpower and consultant cost; cost of working equipment/facility; c) general service cost,
excluding profit, company overhead cost, taxes and duties.

The onus of submission of appropriately certified documents lies with the bidder and the purchaser shall not
have any liability to verify the contents and will not be responsible for the same.
However, in case the procuring company has any reason to doubt the authenticity of the Local Content, it
reserves the right to obtain the complete back up calculations before award of work failing which the bid
shall be rejected.

After award of contract:

• Where the estimated value is less than INR 5 Crore:


The LC certificate shall be submitted along with each invoice duly self-certified by the authorized
signatory of the bidder
• Estimated value is INR 5 Crore or above:
Supplier shall provide the necessary local content documentation to the statutory auditor, who shall
review and determine that local content requirements have been met, and issue a local content
certificate to that effect on behalf of procuring company, stating the percentage of local content in the
goods or service measured.

However, procuring company shall also have the authority to audit as well as witness production
processes to certify the achievement of the requisite local content and/or to obtain the complete back
up calculation before award of work failing which the bid shall be rejected and appropriate action
may be initiated against the bidder.

Failure of bidder in complying with the local content post award:

In case a bidder, who has specified in his bid that the bid meets the minimum Local Content specified in the
enquiry document, fails to achieve the same, the following actions shall be taken by the procuring company:
a. Pre-determined penalty @ 10% of total contract value
b. Banning business with the supplier/contractor for a period of one year.

To ensure the recovery of above pre-determined penalty, payment against dispatch/shipping document shall be
modified to the extent that the 10% payment out of this milestone payment shall be released after completion
of this milestone as well as submission of certification towards achievement of Local Content as per provision
of enquiry document. Alternatively, this payment can be released against submission of additional bank
guarantee valid till completion schedule, plus 3 months or as required by purchasing company.

Purchase Preference in case where Negotiation is also required:

In case purchase preference is applicable, but negotiation is to be conducted with L1 bidder, negotiation shall
be carried out. MSE and/or LC complied bidder shall be offered to match the negotiated prices (even if, post
negotiation, they are higher by more than 10% as compared to L1 bidder provided they were within 10% of L1
bidder as per original quoted prices) and left out quantity, if any, as per provisions of enquiry document shall
be awarded to that bidder.
CRFQ 1000325124 E-Tender System ID – 53740
27.0 GENERAL POINTS:

27.1 BPCL reserves the right to extend due dates of tender, accept or reject any tender in part or full,
without assigning any reason whatsoever. BPCL also reserves its right not to accept the lowest rates
quoted by the bidders and also to give purchase preference to Public Enterprises, as admissible under
the existing policies of Government of India and to JVs/ Subsidiaries as per BPCL guidelines.

27.2 BPCL reserves the right to reject any or all the tenders without assigning any reasons whatsoever.
Also BPCL reserves the absolute right to reject any or all the bids/tenders solely based upon the past
unsatisfactory performance by the bidder/bidders in BPCL, the opinion/ decision of BPCL regarding
the same being final and conclusive.

27.3 Any effort by bidder or bidder’s agents, consultant or representative, howsoever described, to
influence the owner in any way concerning scrutiny/ consideration/ evaluation/ comparison of the
bid or decision concerning award of contract shall entail rejection of the bid.

27.4 Offers and all correspondence must be in English language only.

27.5 The material shall be packed in accordance with the rule in weatherproof, shipment/air worthy eco-
friendly packing, labeled and indicating clearly the description of item, hazardous nature if any and
precautions/care to be taken.

27.6 Cutting / Correction: All entries in the tender must be written in permanent ink or typewritten and
there should not be any erasing or overwriting or corrections. Any unavoidable mistake should be
neatly cut and re-written without over-writing and use of correcting fluid. All corrections should be
duly signed by the Bidder.

The commercial terms offered by the bidder should be firm, clear and specific as the tenders shall
normally be finalized without seeking further clarification
CRFQ 1000325124 E-Tender System ID – 53740

BHARAT PETROLEUM CORPORATION LIMITED


Central Procurement Organisation (Refineries)
SUBJECT :““SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE
FITTED WITH ELECTRO HYDRAULIC ACTUATOR FOR SHORE
TANK FARM (STF) OF BPCL-KOCHI REFINERY””.

REF : CRFQ NO. 1000325124, E-tender No. 53740

ACCEPTANCE OF SPECIAL PURCHASE CONDITIONS

We, M/s. __________________________________________________ having office at


______________ read SPECIAL PURCHASE CONDITIONS and confirm our acceptance
to all the terms and conditions as mentioned herein in the document except for deviations
mentioned in the deviation form.
Deviations : YES / NO
(Bidder to tick)

If yes, same is mentioned in TECHNICAL DEVIATION FORM and COMMERCIAL


DEVIATION FORM.

Date : Signature of Authorised Signatory


with Name & designation and Co. Seal.
Name & full address of the Firm :
M/s. _______________________
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 10

FORMAT FOR TAXES AND DUTIES


(To be filled up online only)
CRFQ 1000325124 E-Tender System ID – 53740

FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC


FOR LOCAL SUPPLY (INDIAN BIDDERS)
Vendor shall provide % rates against each item in response column. If any of the conditions are not
applicable vendor to specify Nil/NA

S Commercial conditions
No description Vendor's Action Vendor's response
““SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE FITTED WITH ELECTRO
HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF BPCL-KOCHI
REFINERY””per Detailed Technical Specifications
Freight (as a percentage of Basic Vendor to specify
Price)
Vendor to specify
SGST in %
Vendor to specify
CGST in %
Vendor to specify
IGST in %
Vendor to specify
UTGST in %

Invoicing / Billing Location Vendor to specify


(State)
Vendor to specify
HSN Code

I hereby confirm that above commercial conditions shall supersede the clauses if any repeated
anywhere in quotation.

VENDOR NAME : _______________________

SIGNATURE WITH SEAL: _______________________


CRFQ 1000325124 E-Tender System ID – 53740

FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC


FOR IMPORTED SUPPLY (NON-INDIAN BIDDERS)
Vendor shall provide % rates against each item in response column. If any of the conditions are not
applicable vendor to specify Nil/NA

Commercial conditions description Vendor's Action Vendor's response


““SUPPLY OF ROSOV-TRIPLE OFFSET BUTTERFLY VALVE FITTED WITH ELECTRO
HYDRAULIC ACTUATOR FOR SHORE TANK FARM (STF) OF BPCL-KOCHI REFINERY””
per Detailed Technical Specifications
Freight Charges (% on FOB Price) Vendor to specify
The port of discharge is Kochi
Vendor to specify
HSN Code

Port handling charges (%) Shall be suitably loaded as per Guidelines

Custom clearance charges (%) Shall be suitably loaded as per Guidelines

Inland transportation to site (%) Shall be suitably loaded as per Guidelines


Any other charges/Taxes/Customs Shall be suitably loaded as per Guidelines
duties/GST (%)
I hereby confirm that above commercial conditions shall supersede the clauses if any repeated
anywhere in quotation.

VENDOR NAME : _______________________

SIGNATURE WITH SEAL: _______________________


CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 11

GENERAL PURCHASE CONDITIONS


(ATTACHED SEPERATELY IN ANNEXURE)
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 12

COMMERCIAL QUESTIONNAIRE
CRFQ 1000325124 E-Tender System ID – 53740

BHARAT PETROLEUM CORPORATION LIMITED


E-Tender System No:53740
Enquiry /CRFQ No. :1000325124 M/s___________(Bidder)
Offer No. ____________________(Bidder’s Ref.) Signature : ____________________
Date : _________________________ Name : ______________________
Tel. No. : _________________________ Official Seal : ___________________
Fax No. ___________________________
COMMERCIAL CONDITIONS (INDIAN BIDDERS)

SR.
NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
1.0 Indicate Despatch point TO SPECIFY
1.2 Confirm that the Prices shall be FIRM till TO NOTE AND CONFIRM
complete execution of the order and shall
not be subject to variation on any account.
1.3 TAXES & DUTIES
1.3.1 If the bidder in his quotation specifies that TO NOTE AND CONFIRM
Taxes are not applicable due to any reason,
the same shall be borne by the bidder, if it
becomes applicable any time during the
tenure of the contract.
1.3.2 Indicate the HSN Code of the offered TO SPECIFY
Item/s
1.3.3 Statutory variation in Taxes and Duties TO NOTE AND CONFIRM
during contractual delivery period shall be
to BPCL account. Any increase in the rate
of Taxes and Duties beyond CDD shall be
to vendor’s account. Confirm acceptance
1.3.4 Prices quoted shall exclude transit TO NOTE AND CONFIRM
insurance charges as the same shall be
arranged by BPCL.
1.4 TRANSPORTATION
1.4.1 The scope of the vendor includes TO NOTE AND CONFIRM
transportation of all the supplied items to
BPCL-Kochi Refinery. Vendor to confirm
acceptance.
1.5 DELIVERY PERIOD
1.5.1 All the supplies as per the tender shall be TO NOTE AND CONFIRM
delivered at site within 32 weeks from
date of PO. The receipt of the equipment
at site shall be considered as Delivery date
for calculation of Price reduction for delay.
CRFQ 1000325124 E-Tender System ID – 53740
1.5.2 Inspection certificate: Internal Test TO NOTE AND CONFIRM
Certificate, Quality assurance certificate,
Conformity certificate and Country of
Origin Certificate for the equipment are to
be submitted with Invoice during supply.
1.5.3 Owner reserves the right for rejecting the TO NOTE AND CONFIRM
offer/offers not meeting the above delivery
period.
1.5.4 In case vendor is ready to provide the TO INDICATE
items earlier than the above desired
period, vendor to indicate the earliest
delivery period
1.6 VALIDITY
1.6.1 Confirm quoted prices are valid for TO NOTE AND CONFIRM
acceptance up to 120 days from the final
due date / extended due date of RFQ.
1.6.2 On account of exigencies, if the bidder is TO NOTE AND CONFIRM
requested to extend the validity of their
offer, the same should be extended
without any deviation and without any
change in price. Otherwise, in such an
event, the offer is liable to be rejected.
1.6.3 Deleted
1.7 PERFORMANCE BANK GUARANTEE
1.7.1 Confirm that the vendor will furnish TO NOTE AND CONFIRM
Performance Bank Guarantee for 10% of
supply order value in the prescribed format
from any Scheduled Indian Bank as per
clause 14 of General Purchase Conditions
(GPC) and as per format of PBG attached.
(Annexure-9)
1.7.2 The PBG should be valid for a period of 24 TO NOTE AND CONFIRM
months from the date of supply or 18
months from the date of commissioning
whichever is earlier. The PBG should be
sent to BPCL directly by Vendor's Banker.
1.7.3 In case submission of PBG is not accepted TO NOTE AND CONFIRM
by the vendor, their offer will be liable for
rejection.
1.8 PART ORDER/ REPEAT ORDER
1.8.1 Part order shall be accepted by the vendor TO NOTE AND CONFIRM
without any stipulation of minimum order
value/ quantity. (However individual
quantities will not be split).
1.8.2 In case of part order, all lump sum charges TO NOTE AND CONFIRM
quoted extra, if any, viz. Documentation,
testing, packing, other charges etc., can be
considered on prorata value basis.
Confirm compliance.
1.8.3 Repeat Order: Vendor to confirm TO NOTE AND CONFIRM
acceptance of repeat order within 12
months from the date of basic Purchase
Order (PO).
1.9 PRICE REDUCTION SCHEDULE
CRFQ 1000325124 E-Tender System ID – 53740
1.9.1 Acceptance to price reduction for delay in TO NOTE AND CONFIRM
delivery beyond contractually agreed
schedule @ ½% of undelivered order
value per week of delay or part thereof,
subject to a ceiling of 5% of total order
value as per Clause No. 20 of BPCL’s
GPC.
1.9.2 In case this point is not accepted by the TO NOTE AND CONFIRM
vendor, loading shall be done as per
Clause 1.12.1.
1.10 PAYMENT TERMS
1.10.1 For Supply: 100% payment against TO NOTE AND CONFIRM
Receipt of Material at BPCL Site within 30
days through NEFT/RTGS and on
submission of 10% Performance Bank
guarantee (PBG) as specified and on
submission of technical documents.
1.10.2 Deleted.
1.10.3 Deleted
1.10.4 Bank charges shall be to respective TO NOTE AND CONFIRM
Accounts
1.10.5 TAX DEDUCTION AT SOURCE (TDS): TO NOTE AND CONFIRM
Tax deduction at source (TDS) at the
applicable rates will be deducted from the
running bills. Necessary certificates in this
regard will be issued from BPCL.
1.11 EVALUATION CRITERIA
Price evaluation will be done on overall TO NOTE AND CONFIRM
landed cost basis including cost of
Instrument, charges for Supervision of
Installation, Commissioning, field testing &
Conducting Training as per the Price bid
format. The landed cost will be calculated
considering all duties and taxes, Freight,
Octroi/Entry Tax (if any), GST, any other
charges etc., and loading on commercial
deviations (if any).
1.12 LOADING CRITERIA FOR
COMMERCIAL DEVIATION
1.12.1 Price Reduction for Delayed Deliveries TO NOTE AND CONFIRM
(Considering GPC clause) of 0.5% per
week of delay upto max 5% of total
order value): In case the
vendor does not accept the delayed
delivery clause or take exceptions to the %
rate mentioned in GPC, loading shall be
done to the extent of maximum of 5% on
the total order value or the differential %
not agreed by the supplier.
1.13 GENERAL
1.13.1 Confirm acceptance of BPCL’s `General TO NOTE AND CONFIRM
Purchase Conditions’ & Special Purchase
Conditions.
1.13.2 Indicate relationship with any of BPCL TO SPECIFY
Directors.
CRFQ 1000325124 E-Tender System ID – 53740
1.13.3 Please confirm you have not been banned TO NOTE AND CONFIRM
or delisted by any Government or Quasi
Government agencies or Oil PSEs. If you
have been banned, then this fact must be
clearly stated.
1.13.4 You are requested to furnish the following TO SPECIFY
information for e-payment: a) Name of the
vendor/contractor partyb) Account No. of
the partyc) Bank & Branch Name where
the above account is maintainedd) Type of
account (current/saving/cash credit A/c)e)
Branch code of the above bank branchf)
The 9 digit MICR code of the above branch
(which is printed in the cheques issued by
the Branch available with the A/c holder).

1.13.5 If the items are covered under DGS&D TO NOTE AND CONFIRM
rate contract, confirm that a copy of rate
contract is enclosed with your offer.

1.13.6 If you are registered under NSIC / MSE TO NOTE AND CONFIRM
(Micro and Small Enterprises), please AND PROVIDE
provide the certificate towards the same. SUPPORTING
DOCUMENTS

1.13.7 Confirm whether you are registered under TO CONFIRM


NSIC / MSE (Micro and Small Enterprises).

1.13.8 Bidders, claiming purchase preference as TO CONFIRM


MSE, SUBMISSION
need to submit the following documents:
a. Notarized copy of all the pages of the
EM-II
certificate issued by the appropriate
authorities mentioned in the Public
procurement policy of MSEs-2012.
b. Vendors’ declaration on a duly notarized
Rs.100 stamp paper stating that, in the
event of award of contract, all the ordered
supplies shall be made from the unit for
which MSE certificate has been submitted.

SIGNATURE AND SEAL


CRFQ 1000325124 E-Tender System ID – 53740

BHARAT PETROLEUM CORPORATION LIMITED


E-Tender System No:53740
Enquiry /CRFQ No. :1000325124 M/s___________(Bidder)
Offer No. ____________________(Bidder’s Ref.) Signature : ____________________
Date : _________________________ Name : ______________________
Tel. No. : _________________________ Official Seal : ___________________
Fax No. ___________________________
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
SR.
INSTRUCTIONS VENDOR'S ACTION RESPONSE
NO.
1.0 Confirm that you have quoted firm prices on TO CONFIRM
FOB International Port of Exit in the price bid.
1.1 All FOB Charges/ Inland transportation to FOB TO CONFIRM
Port of dispatch shall be inclusive in the above
price.
1.2 Indicate International Seaport/Airport of Exit TO SPECIFY

1.3 Confirm that the firm freight charges (including TO NOTE AND CONFIRM
all service charges to airline, BAF/CAF etc) has
been quoted as percentage of the FOB price for
air transportation to Kochi port in the format for
Taxes, Duties and Freight and this freight
charges shall remain firm throughout the
currency of the contract.
1.4 BPCL reserves the option to place order on FOB TO NOTE AND CONFIRM
or on CFR basis during the currency of the
contract. Confirm acceptance.
1.5 "Service charges to shipping/air cargo agencies
(including BAF/CAF) shall be borne by the
vendor if order is converted on CFR basis.
1.6 TAXES & DUTIES

1.6.1 All taxes, duties and levies of any kind payable TO NOTE AND CONFIRM
up to FOB International Port of exit shall be
borne by you. Confirm compliance.
1.6.2 Export permit/license if required shall be TO NOTE AND CONFIRM
Bidder’s responsibility & any expenditure
towards same will be borne by you. Confirm
compliance.
1.7 DELIVERY PERIOD

1.7.1 In case of order on FOB Basis, the FOB delivery TO NOTE AND CONFIRM
period for all supplies shall not be later than 30
weeks from the date of PO.
1.7.2 In case the order is converted to CFR basis, TO NOTE AND CONFIRM
delivery period for supplies at Kochi port for all
supplies shall not be later than 32 weeks from
CRFQ 1000325124 E-Tender System ID – 53740
the date of PO. The receipt of the supplies at
Kochi port shall be considered as Delivery date
for calculation of Price reduction for delay.
1.7.3 Owner reserves the right for rejecting the TO NOTE AND CONFIRM
offer/offers not meeting the above delivery
period
1.7.4 Furnish Country of origin from where the goods TO SPECIFY
have been offered.
1.7.5 Certificate for Country of Origin shall TO NOTE AND CONFIRM
accompany the shipping documents.
1.8 CURRENCY OF QUOTE

1.8.1 Furnish the currency of quote. TO SPECIFY

1.8.2 Change in currency once quoted will not be TO NOTE AND CONFIRM
allowed. Confirm compliance.
1.9 VALIDITY

1.9.1 Confirm quoted prices are valid for acceptance TO NOTE AND CONFIRM
up to 120 days from the final due date / extended
due date of RFQ.
1.9.2 On account of exigencies, if the bidder is TO NOTE AND CONFIRM
requested to extend the validity of their offer,
the same should be extended without any
deviation and without any change in price.
Otherwise, in such an event, the offer is liable to
be rejected.
1.10 CONSIGNMENT DETAILS

1.10.1 Indicate Consignment weight (net and gross) & TO SPECIFY


volume of the consignment.
1.10.2 Vendor to provide Customs Tariff Number TO SPECIFY
(HSN Number) of the supplies.
1.11 PERFORMANCE BANK GUARANTEE

1.11.1 Confirm that the vendor will furnish TO NOTE AND CONFIRM
Performance Bank Guarantee for 10% of supply
order value in the prescribed format from any
Scheduled Indian Bank as per clause 14 of
General Purchase Conditions (GPC) and as per
format of PBG attached. (Annexure-9)
1.11.2 The PBG should be valid for a period of 24 TO NOTE AND CONFIRM
months from the date of supply or 18 months
from the date of commissioning whichever is
earlier. The PBG should be sent to BPCL
directly by Vendor's Banker.
1.11.3 In case PBG is not accepted by the vendor, the TO NOTE AND CONFIRM
offer will be liable for rejection.
1.11.4 Confirm quoted prices shall remain firm and TO NOTE AND CONFIRM
fixed till complete execution of order. Price
Variation shall not be considered on any
account. Confirm compliance.
1.12 PART ORDER / REPEAT ORDER
CRFQ 1000325124 E-Tender System ID – 53740
1.12.1 Part order shall be accepted by the vendor TO NOTE AND CONFIRM
without any stipulation of minimum order
value/ quantity. (However individual quantities
will not be split).
1.12.2 In case of part order, confirm all lump sum TO NOTE AND CONFIRM
charges quoted extra, if any, viz.
Documentation, Testing, Packing, Crating,
Handling, FOB charges etc., can be considered
on prorata value basis. Confirm compliance.
1.12.3 Repeat Order: Vendor to confirm acceptance of TO NOTE AND CONFIRM
repeat order within 12 months from the date of
basic Purchase Order (PO).
1.13 PRICE REDUCTION SCHEDULE

1.13.1 Acceptance to price reduction for delay in TO NOTE AND CONFIRM


delivery beyond contractually agreed schedule
@ ½% of undelivered order value per week of
delay or part thereof, subject to a ceiling of 5%
of total order value as per Clause No. 20 of
BPCL’s GPC.
1.13.2 In case this point is not accepted by the vendor, TO NOTE AND CONFIRM
loading shall be done as per Clause 1.16.1
1.14 PAYMENT TERMS

1.14.1 For Supply: 100% of the FOB/CFR value shall TO NOTE AND CONFIRM.
be paid through an irrevocable letter of Credit or VENDORS TO CONFIRM
Cash Against Documents. The Letter of Credit WHETHER THEY
shall be established only on receipt of CONFIRM LC OR CAD.
acceptance of BPCL’s LOI/Purchase Order
along with submission of 10% Performance
Bank Guarantee (PBG) as specified and on
submission of technical documents.
1.14.2 Please note that in the event of delay in delivery, TO NOTE AND CONFIRM
payment shall be released after making price
reduction from your bills and relevant clause in
this respect shall be inserted in L/C.
1.14.3 Bidder to provide the bank details, Swift code TO SPECIFY
etc. for the above purposes along with the
unpriced part of the bid.
1.14.4 Vendor to confirm that Duties in India is not TO NOTE AND CONFIRM
included in the price and shall be borne by
BPCL and that overseas taxes & duties are
included in the price.
1.14.5 Confirm all taxes, duties and levies of any kind TO NOTE AND CONFIRM
payable up to FOB port of Exit shall be borne by
supplier.
1.14.6 deleted
1.14.7 deleted
1.14.8 Applicable GST and with-holding tax under TO NOTE AND CONFIRM
Indian Income Tax will be to BPCL Account.
This shall be considered in evaluation of the
offer. Income Tax Permanent Account Number
(PAN) and the copy of the PAN Card shall be
submitted by the bidder along with the un-priced
part of the bid
1.14.9 TAXES, DUTIES AND LEVIES IN FOREIGN TO NOTE AND CONFIRM
COUNTRIES: The BIDDER / CONTRACTOR
shall accept full and exclusive liability at his
CRFQ 1000325124 E-Tender System ID – 53740
own cost for the payment of any and all taxes,
duties, cesses and levies howsoever designated,
as are payable to any government, local or
statutory authority in any country other than
India as are now in force or as are hereafter
imposed, increased or modified and as are
payable by BIDDER / CONTRACTOR, his
agents, Sub-Contractors and its/ their respective
employees for or in relation to the performance
of this Contract. The BIDDER /
CONTRACTOR shall be deemed to have been
fully informed with respect to all such liabilities
and considered and included the same in its bid
and the Contract Price shall not be varied in any
way on this account.
1.14.10 Bidder to confirm that bank charges at TO NOTE AND CONFIRM
respective ends shall be respective accounts.
However LC amendment charges due to reasons
attributable to bidder shall be borne by the
bidder.
1.14.11 In case vendor insists for Confirmed LC, TO NOTE AND CONFIRM
confirmation charges are to be borne by the
vendor.
1.15 EVALUATION CRITERIA

1.15.1 Quoted prices in foreign currency shall be TO NOTE AND CONFIRM


considered for evaluation. Exchange rate as per
SBI TT Selling rate on the previous working day
to the date of opening of the price bid shall be
considered for conversion of the offer to INR for
comparison and evaluation of the quotes.
1,15.2 Price evaluation will be done on overall landed TO NOTE AND CONFIRM
cost basis including cost of Instrument, charges
for Supervision of Installation, Commissioning,
field testing & Conducting Training as per the
Price bid format. The landed cost will be
calculated considering all duties and taxes,
Freight, clearance charges, letter of credit
charges (if applicable), Taxes (if any), GST, any
other charges etc., and loading on commercial
deviations (if any).
1.16 LOADING CRITERIA FOR COMMERCIAL
DEVIATION
1.16.1 Price Reduction for Delayed Deliveries TO NOTE AND CONFIRM
(Considering GPC clause) of 0.5% per week of
delay up to max 5% of total order value):
In case the vendor does not accept the delayed
delivery clause or take exceptions to the % rate
mentioned in GPC, loading shall be done to the
extent of maximum of 5% on the total order
value or the differential % not agreed by the
supplier.
1.17 GENERAL

1.17.1 Confirm acceptance of BPCL’s `General TO NOTE AND CONFIRM


Purchase Conditions’ & Special Purchase
Conditions.
CRFQ 1000325124 E-Tender System ID – 53740
1.19 Indicate relationship with any of BPCL TO SPECIFY
Directors.
1.20 Please confirm you have not been banned or TO NOTE AND CONFIRM
delisted by any Government or Quasi
Government agencies or Oil PSEs. If you have
been banned, then this fact must be clearly
stated.
1.22 INDIAN AGENT

1.22.1 Confirm if Indian agent is involved. Please TO NOTE,CONFIRM &


specify the name and details of the Indian agent. SPECIFY
1.22.2 The commission payable to Indian agents, if TO NOTE AND CONFIRM
any, in Indian Rupees in terms of agreement
(enclosing the copy of the same) shall be paid as
per government guidelines prevailing for such
payments.
1.22.3 The commission to be paid to Indian agents shall TO NOTE AND CONFIRM
be made in Indian Rupees only based on the
exchange rate prevailing on the day of price bid
opening and would not be subject to exchange
rate variation.
1.22.4 The tenderers should also furnish the following TO SPECIFY
particulars of the Indian
agents/associates/and/or the foreign firms:
1) Name & address of the Indian agent, if any.
2) Confirmation that the Indian agent is
registered with the Directorate General of
Supplies & Disposals (DGS&D), New Delhi
(enclosing a copy of their valid registration
certificate).
3) If your Indian agent is not registered with
DGS&D, New Delhi, confirm that they will get
themselves registered with them immediately
and forward a copy of the same.
4) Agency commission payable, if any, shall be
paid in Indian Rupees only after receipt of
material at site subject to furnishing a valid
Registration Certificate from DGS&D, New
Delhi.
5) The precise relationship between the foreign
manufacturer/ principals & their Indian
Agents/Associate,
6) The mutual interests which the
manufacturer/principals and the Indian
agents/associates have in the business of each
other.
7) Any payment which the agent/associate
receives in India or abroad from the
manufacturer/principal whether as a
commission for the contract or as a general
retainer fee.
8) Indian agent’s Income Tax PAN.
9) The foreign supplier’s Income Tax PAN

SIGNATURE AND SEAL


CRFQ 1000325124 E-Tender System ID – 53740
CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 13

COMMERCIAL DEVIATION FORM


CRFQ 1000325124 E-Tender System ID – 53740

COMMERCIAL DEVIATION FORM

Name of vendor:

Schedule of Deviations in reference to COMMERCIAL TERMS AND CONDITIONS

1. Vendor may give here a consolidated list of Commercial deviations for all sections of the
tender document, which for an appropriate offer is considered unavoidable by him.
2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the
COMPANY and any such deviations if indicated elsewhere other than this form will render
the offer non-responsive and shall liable to be rejected.
3. Vendor shall state the reasons for the deviations in the `Remark' column.
4. All other clauses of the COMMERCIAL TERMS AND CONDITIONS (not mentioned in this
form) shall be deemed to be fully complied by the vendor
5. Only the deviations listed herein, in conjunction with the COMMERCIAL TERMS AND
CONDITIONS, shall constitute the contract requirements for the award of job to the vendor.
6. BPCL reserves the right to reject the offer based on the deviations.

Sr. Page Clause No. Commercial terms and Deviations Remarks


No. No. conditions

1 2 3 4 5 6

VENDOR :

Signature of the authorized signatory :

Name of the authorized signatory :

Stamp & Date :


CRFQ 1000325124 E-Tender System ID – 53740

SECTION- 14

UNPRICED BID FORMAT

(To be filled up online only)


CRFQ 1000325124 E-Tender System ID – 53740

SECTION 15

E-BIDDING INSTRUCTIONS
CRFQ 1000325124 E-Tender System ID – 53740

INSTRUCTIONS TO BIDDERS ON E-TENDERING

1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:

Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-
procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for
participating in the electronic tenders directly through internet (Bid Submission Manuals are
available on the above mentioned e-procurement site).

As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital
Signature Certificate of Class 3 (Signing and Encryption) 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 tenderer. In case any tenderer so desires, he may contact our
e-procurement service provider M/s. E-procurement Technologies Ltd, Ahmedabad (Contact
no. 079-40270573) for obtaining the digital signature certificate. Please note that generally,
it takes 5 working days for obtaining a digital certificate after the submission of all required
documents / fees. Non availability of Digital Certificate shall be considered as the vendor’s
regret.

To participate on tenders hosted by BPCL on e-procurement site, bidders are required to have
a digital certificate and do “Enrollment” (Register on site) by creating one User Id on the
above site.

Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids along
with all the copies of documents should be submitted in e-form only through BPCL e-
Procurement system. Before the bid is uploaded, the bid comprising of all attached documents
should be digitally signed using digital signatures issued by an acceptable Certifying
Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required
to be made to a document after attaching digital signatures, the digital signature shall again
be attached to the modified documents before uploading the same.

Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement
system. However if bidder intends to change the bid already entered may change / revise the
same on or before the last date and time of submission deadline. No bid can be submitted
after the last date and time of submission has reached. The system time (IST) that will be
displayed on e-Procurement web page shall be the time and no other time shall be taken into
cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid. No bid can be modified
after the dead line for submission of bids.

BPCL shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. Further BPCL in any case will not be responsible for inability of the bidder in
participating in the event due to ignorance, failure in Internet connectivity or any other reason.
It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time
to facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility
in case of failure of the bidder to upload the documents within specified time of tender
submission.
CRFQ 1000325124 E-Tender System ID – 53740

Bidders are required to Login with their User ID & Password (along with Digital Certificate)
on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on “Action”
button against required Tender, If the required tender number/ details are not available in the
first displayed page, then they can click on “more” button, for proceeding to next page(s).
They will get “Download files” as well as “Tender Common Forms” on the same page. For
participating in tender and for download Tender Documents, click on “Participate”. In the
same menu, one can upload the scanned, signed stamped documents in “Edit Bid Common
Forms”.

For downloading Java, please click on “Download JRE 6” on login page or more details about
Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.

Bidders are required to save / store their bid documents for each item into their computers
before submitting their bid into e-tender.

2.0 CONTACT PERSONS:-

FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while
participating in this e-Tender, please E-Mail to the following E-Mail ID along with the
snapshots of the errors being faced to:

Email - [email protected]

(OR) Contact the following helpdesk numbers: All India +91 79 40270573.
CRFQ 1000325124 E-Tender System ID – 53740

SECTION-16

FORMAT FOR BIDDER’S INFORMATION


CRFQ 1000325124 E-Tender System ID – 53740

FORMAT FOR BIDDER’S INFORMATION

1 Name of Bidder

2 Address for Communication

3 General contact details viz.


e mail address, telephone no., and fax no.

Type of Organisation:
Government Dept. / Public Sector
Undertaking / Public Limited Company /
Private Limited Company / Partnership /
Propreitorship / Others (Pl. specify)
Location of Registered Office , in the case of
Company
Place and Year of the Incorporation
4 Whether bidder is a manufacturer OR
authorized dealer
5 If manufacturer, please attach certificate of
registration
6 If authorized dealer, please attach
Manufacturer’s Authorization Form (MAF)
7 Bidder Status : Indian or Foreign

8 Indian Income Tax PAN Number:


(Note : In case where Indian Income Tax
Deduction at Source is applicable, non-
availability of PAN Number will entail a higher
deduction)
9 In case of Foreign, whether the bidder is
having any Permanent Establishment in India,
through which business transactions in India
are carried out.
In case of Foreign ,TAX RESIDENCY CERTIFICATE
In case of Foreign, kindly submit Form 10F
duly signed and stamped
10 GST Registration Number(For Indian bidders)
11 DETAILS OF AUTHORISED PERSON:
11.1 Name and address of the person who is
authorized to participate in the tender.
11.2 E-mail id
CRFQ 1000325124 E-Tender System ID – 53740
11.3 Telephone No.- Landline

11.4 Mobile Number.

11.5 Fax number

12 Average Annual Turnover of the business

13 Whether the bidder falls under the category of


Micro & Small Enterprises (MSE) as per the
MSME Policy of Govt. of India. If YES, whether
proof for the same enclosed with the bid?
14 Indicate relationship with any of our Directors
CRFQ 1000325124 E-Tender System ID – 53740

SECTION-17

VENDER ADVISORY-ENVIRONMENTAL (ATTACHED SEPERATELY IN


ANNEXURE)
CRFQ 1000325124 E-Tender System ID – 53740

SCETION – 18

PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT


(ATTACHED SEPERATELY IN ANNEXURE)
CRFQ 1000325124 E-Tender System ID – 53740

SCETION – 19

POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL

Please visit- https://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf

You might also like