“DESIGN, INSTALLATION AND COMMISSIONING OF 2X910 ...

62
CRFQ 1000359652 E-Tender System ID- 78177 Page 1 of 62 Contact person Name: Abhay Kumar Mittal, Designation: Chief Manager Procurement-CPO (R), Address: - Bharat Petroleum Corporation Limited, Corporation Research & Development Centre, Plot No. 2A, Udyog Kendra, Behind India Yamaha Motors, Surajpur, Greater Noida - 201306. Tel no. 0120 - 2354115, Mo. No. 9873166583, E-mail:- [email protected] CPO REFINERIES TENDER FOR DESIGN, INSTALLATION AND COMMISSIONING OF 2X910 KVA DG SET AT BPCL CRDC, GREATER NOIDAREQUEST FOR QUOTATION CRFQ Number 1000359652 E-Tender System ID: 78177 Tender Calendar Details Stage Name Start Date End date and Time Tender release 30.10.2020 20.11.2020 11:00 hrs IST Technical bid opening Will be intimated later Priced Bid Opening Will be intimated later

Transcript of “DESIGN, INSTALLATION AND COMMISSIONING OF 2X910 ...

CRFQ 1000359652 E-Tender System ID- 78177

Page 1 of 62

Contact person Name: Abhay Kumar Mittal, Designation: Chief Manager Procurement-CPO (R), Address: - Bharat Petroleum Corporation Limited, Corporation Research & Development Centre, Plot No. 2A, Udyog Kendra, Behind India Yamaha Motors, Surajpur, Greater Noida - 201306. Tel no. 0120 - 2354115, Mo. No. 9873166583, E-mail:- [email protected]

CPO REFINERIES

TENDER FOR

“DESIGN, INSTALLATION AND

COMMISSIONING OF 2X910 KVA DG SET

AT BPCL CRDC, GREATER NOIDA”

REQUEST FOR QUOTATION

CRFQ Number – 1000359652

E-Tender System ID: 78177

Tender Calendar Details

Stage Name Start Date End date and

Time

Tender release 30.10.2020 20.11.2020

11:00 hrs IST

Technical bid opening Will be intimated later

Priced Bid Opening Will be intimated later

CRFQ 1000359652 E-Tender System ID- 78177

Page 2 of 62

SECTION 1

NOTICE INVITING E-TENDER

1.0 E-Bids in 2 parts are invited for the tender for “Design, Installation and

Commissioning of 2x910 KVA DG set at BPCL CRDC, Greater Noida” in

complete accordance with tender documents and its attachments.

1.1 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.

1.2 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.

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

valid Digital Signature Certificate of Class 2B or 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.

1.4 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.

1.5 E-Bidding instructions are also attached along with the tender document for

reference and guidance.

2.0 BRIEF DESCRIPTION:

Corporate R&D center (CRDC) of Bharat Petroleum is set up at Greater NOIDA

with state-of-the-art facilities and is backed with a vision to develop high value

products, services, processes & technologies and create innovative R&D solutions

to earn customer’s delight.

CRDC intends to procure Design, Installation and Commissioning of 2x910

KVA DG set at BPCL CRDC, Greater Noida

3.0 EARNEST MONEY DEPOSIT (EMD) : APPLICABLE

Vendors who are already registered with BPCL are required to upload

registration certificate in place of EMD.

CRFQ 1000359652 E-Tender System ID- 78177

Page 3 of 62

3.1. The interest-free Earnest Money Deposit (EMD) of Rs 1,00,000/- (Rupees One Lakh

Only) 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 DELHI/NOIDA. The EMD shall be arranged

prior to the due date & time of opening of the "Pre-qualification Bid".

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

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

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 MSME Act 2006. Vendor shall submit the EMI and EMII

certificate from DIC or Verified Udyog Aadhar Certificate along with their

offer.

Please note that all the bidders quoting as MSE would be required to

submit CA certificate along with MSE Registration

Certificate/document (not applicable in case of NSIC) to avail the

benefits under Public Procurement Policy as per MSMED Act 2006 /

Public Procurement Policy Order 2012. The CA certificate should be

dated after the date of floating of tender and shall be specific to the

tender for which bid is being submitted. Format of the CA certificate is

attached in the tender document.

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 Bidder 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

CRFQ 1000359652 E-Tender System ID- 78177

Page 4 of 62

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.

a) 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

b) Registration with DGS&D will not entitle the Bidder to claim exemption from

payment of EMD.

3.2 “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 DELHI/NOIDA.

3.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper

of Rs.500/- and in the prescribed Performa given in the Tender Document.

3.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by

Reserve Bank of India as per the pro forma. The BG shall remain valid for a period

of six months from the due date of opening the tender.

3.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be

sent separately to –

Abhay Kumar Mittal, Chief Manager Proc. (CPO-R)

Bharat Petroleum Corporation Limited,

Corporation Research & Development Centre,

Plot No. 2A, Udyog Kendra,

Behind India Yamaha Motors, Surajpur,

Greater Noida - 201306.

Copy 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.

3.6 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.

3.7 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.

3.8 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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 5 of 62

3.9 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.

3.10 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 GCC shall be complied.

4.0 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.

5.0 TIME OF COMPLETION:

As detailed in the Special Conditions of contract

6.0 GENERAL PURCHASE CONDITIONS (GPC) / SPECIAL CONDITIONS OF

CONTRACT (SPC) :

Attached General Purchase Conditions (GPC) / Special Purchase Conditions (SPC)

shall be applicable for this contract.

7.0 SUBMISSION OF TENDER:

7.1 Bids should be submitted in "TWO BID SYSTEM", i.e., "Unpriced-

Technical Bid” & "Priced Bid" through e-tendering portal.

7.2 "Un-Priced- Technical Bid", i.e. Techno-Commercial Bid, shall be

complete with all technical and commercial details (other than price) duly

filled, signed and stamped essentially containing the following documents

shall be submitted/ uploaded:-

i) Scanned copy of Bidder’s PAN, Certificate of Incorporation, GST

Registration Certificate, Declaration of Holiday Listing, and Declaration of

anti-profiteering under GST.

ii) Contact details of Vendor duly filled, signed and stamped.

iii) Scanned copy of Bidder’s PAN, Certificate of Incorporation, VAT/Service

Tax Registration Certificate

iv) Un-Priced copy of Price Schedule with an indication "Quoted" or "Not-

Quoted" against each item. Please do not indicate prices in Un-Price Bid.

v) Details of taxes and duties as per the format FORM-A attached.

CRFQ 1000359652 E-Tender System ID- 78177

Page 6 of 62

a) Indian Bidders: Format for Taxes and Duties for Local Supply.

b) Non-Indian Bidders: Format for Taxes and Duties for Import Supply.

vi) 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 RFQ. However, if

they still have deviations from our RFQ and the attachments (GPC, SPC,

specifications, scope of work, special instructions to bidders, etc.), they can

indicate deviations in the Form-B giving reference to clause no.

vii) Duly signed RFQ, Special Conditions of Contract, scope of work etc duly

signed and stamped as a token of acceptance.

viii) Any other supporting documents/ information in support of the Un-priced

Bid.

7.3 "Priced Bid" shall be submitted online. Bidders shall input their prices online

in the template created in the E Tendering portal.

7.4 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.

7.5 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed

covers, shall not be accepted.

7..6 BPCL shall not be responsible for any delay in uploading of offer.

8.0 TENDER OPENING:-

8.1 The deadline for bid submission is 11:00 Hrs on the due date mentioned. The bids

can be submitted in the e-procurement website upto the tender due date and time.

The Unpriced Technical bids will be opened online through e-procurement website

https://bpcleproc.in, on the same day at 11.30 Hrs.

8.2 Un-priced-Technical bids:- The Unpriced Technical bids of bidders shall be opened

through the e-portal on the date and time mentioned in the tender document. The

offers of those Bidder(s) whose un-priced bid meet the requirements; will only be

considered for further evaluation.

8.3 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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 7 of 62

9.0 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:-

9.1 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] & with a copy to: [email protected]

(OR)

Contact the following helpdesk numbers:

All India 079-40270573, +91-8433615195

9.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

Shri. Hemant Bothra, Dy. General Manager Projects, CRDC, Greater Noida. Tel.

No. 0120 - 2354130, Mob - 9926201525 Email: [email protected]

(OR)

Ms. Isha Khullar, Manager Services (CRDC), Greater Noida. Tel. No. 0120 -

2354136, Mob – 9888031201, Email: [email protected]

9.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Chief Manager Procurement – Mr. A.K. Mittal, BPCL- CRDC, Greater Noida,

Tel no. 0120 - 2354115. Email: [email protected]

(OR)

Procurement Leader – Ms. Kondapalli Shreya C, BPCL - Mumbai Refinery, Mahul,

Mumbai, Tel no. 022 - 25533315. Email: [email protected]

10.0 GENERAL POINTS:

10.1. 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.

10.2 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

CRFQ 1000359652 E-Tender System ID- 78177

Page 8 of 62

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.

10.3 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.

10.4 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

10.5 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.

10.6 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.

10.7 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,

CRFQ 1000359652 E-Tender System ID- 78177

Page 9 of 62

evaluation and comparison of Bids, and in decisions concerning award of contract,

may also result in the rejection of the said Bid.

10.8 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.

10.9 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.

10.10 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.

10.11 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.

11 INTEGRITY PACT(IP)

11.1 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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 10 of 62

11.2 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.

11.3 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.

11.4 Bidders may raise disputes/complaints, if any, with the nominated Independent

External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The

IEM's name, address & contact number is given below:

1. Shri. Ramabhadran Ramanujam

Address : 44/24, 3rd trust Cross Street,

Mandavelipakkam, Chennai 600028.

Mobile no : 9495511954

Email : [email protected]

2. Shri. Virendra Bahadur Singh Address: H.No. B-5/64, Vineet Khand, Gomati Nagar, Lucknow –

226010

Email: [email protected]

Mob. No. 8853760730

3. Shri. Anupam kulshreshtha Address: B-3/3, ‘Yarrows Apartments’ Plot C-58/5, Sector 62, Noida,

UP- 201309

Email: [email protected]

Mob. No. 9968281160

CRFQ 1000359652 E-Tender System ID- 78177

Page 11 of 62

SECTION 2

ATTACHMENTS TO THE TENDER

Section

No

Description

1 NOTICE INVITING E-TENDER

2 ATTACHMENTS TO THE TENDER

3 SCOPE OF WORK & SPECIAL CONDITION OF CONTRACT

4 TECHNICAL DEVIATION FORM

5 SPECIAL PURCHASE CONDITIONS

6 FORM A - FORMAT FOR TAXES AND DUTIES

7 GENERAL PURCHASE CONDITIONS

8 COMMERCIAL DEVIATION FORM

9 INTEGRITY PACT

10 E-BIDDING INSTRUCTIONS

11

PROFORMA OF DECLARATION OF HOLIDAY LISTING

12 POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

13 FORMAT FOR CA CERTIFICATE FOR MSE

CRFQ 1000359652 E-Tender System ID- 78177

Page 12 of 62

SSEECCTTIIOONN--33

SCOPE OF WORK & SPECIAL CONDITION OF

CONTRACT

CRFQ 1000359652 E-Tender System ID- 78177

Page 13 of 62

Job: – DESIGN, SUPPLY, INSTALLATION & COMMISIONING OF 2 x 910 KVA DG

SETs along with allied works at BPCL Gr NOIDA.

Brief Description of Location of work

Bharat Petroleum Corporation Limited (BPCL) has set up a Corporate Research &

Development Centre (CRDC) at village Surajpur in Greater Noida (UP). The centre was

started in 2001 and currently operating with 10 multi-disciplinary Laboratories, Process

scale up laboratory and allied facilities.

BPCL is constructing New Laboratory buildings of G + 1 floors namely Biotech & Polymer

laboratory, Process scale up laboratory-II (PSL) & the buildings will be with minimum 4

star GRIHA certification for Green Building.

The buildings are related to R&D Laboratories with total built up area of approx. 65000

sqfts. BPCL now intends to install 2 x 900 / 910 KVA DG sets for the above project. The

DG sets shall be installed in open to sky platform.

A) Site Visit

The intending tenderer shall visit the site and make himself / themselves thoroughly

acquainted with the site condition, nature and requirements of the work, facilities of

transport conditions, effective labour and materials, access and storage for materials and

removal of rubbish. The rate quoted by the contractor shall take care of all contingencies

required for completion of the work to the entire satisfaction of the EIC.

B) Scope of work

The job includes Designing, Supplying, Installation, Erection, Testing & Commissioning of

2 x 900/910 KVA diesel (HSD) powered generator set (DG set) along with allied works

like exhaust piping, MS structure for taking the exhaust to the required height as per CPCB

norms, civil foundation works for the structure, earthing grid & earth pits for DG system.

The scope of contractor / vendor shall also include the design of acoustic canopy for the

DGs so as to comply with the latest pollution & environmental norm for DG sets up 910

KVA as issued by CPCB / UP PCB for DG in outdoor conditions. The complete DG set has

to adhere to the latest CPCB II norms as mandated by Government. Scope also includes

design of the earthing layout based on site conditions and other arrangements required for

the DG operations. It also includes design & drawing of civil foundation, design drawing of

MS structure for the exhaust piping. The foundation and structure design has to be done by

Structural Engineer / Str. Consultant as per latest design code considering bearing capacity

CRFQ 1000359652 E-Tender System ID- 78177

Page 14 of 62

as 12.5 t /sqm and wind load, seismic load as per Indian standards applicable to Gr Noida.

The design data, drawing has to be submitted to BPCL for approval and incorporate

changes if any. The structural consultant has to be visit the site during the construction

phase and provide the structure stability certificate of foundation and MS structure post

completion of the job.

The complete DG set has to be provided with defect free operations warrantee of two year

from the date of handing over of the project to BPCL. The BPCL’s scope of work / supply

has been clearly defined in this document.

C) BPCL’s Scope of work / supply

BPCL shall provide free power & water at one point near the project location. However

further distribution during the erection process has to be done by vendor. All civil platform

for the DG set shall be done by BPCL’ prior to arrival of DG sets. The DG has to be

unloaded directly on the platform. BPCL shall provide necessary gate passes for the work

forces as per the BPCL’s gate pass system. Contractor has to be submit latest photo, Govt.

approved identify documents and PVC for the labours

D) Technical Specification of DG SET

This section covers detailed requirements of Design, supply, installation, testing and

commissioning of DG sets in Acoustic enclosure.

1. ENGINE

The engine shall be stationary, compression ignition, totally enclosed, Radiator cooled, 4

stroke direct injection, cold battery starting, turbo charged 1500 RPM in accordance to ISO

3046 and IS: 10002 complete with all accessories. The D.G. engine shall be suitable for

black start. The DG engine shall be designed without any limitations on the number and

frequency of starts in any given period. The Electronic Instrument panel shall be provided

with minimum indications as defined below in the document.

The bed plate shall be fabricated from M.S. channel of suitable size as required. The

welding shall be radiographed, and the entire fabrication shall be stress relieved after

welding. The bed plate shall have integral well ribbed diaphragms for supporting the main

bearing housings. This plate shall have an integral lube oil pump and shall be mounted with

the engine and exciter on a common steel sub-base.

2. ALTERNATOR

CRFQ 1000359652 E-Tender System ID- 78177

Page 15 of 62

The alternator shall be brushless synchronous and suitable for 3 phase 415 Volts, 4 wire, 50

Hz, 0.8 p.f., 1500 RPM. The alternator shall be suitable for coupling directly to the diesel

engines. It shall be Drip proof, screen protected as per IP 23. The alternator shall be single

bearing type and self-ventilating. The Alternators shall be provided with fully

interconnected damper windings to facilitate parallel running. The alternators shall be

continuously rated and shall have class 'H' insulation designed and built to withstand

tropical conditions. It shall generally conform to BS: 5000 (part - 99) & IS 4722

The alternator shall also have a solid state static type automatic voltage regulator (A.V.R.)

suitable for single and parallel running with control limits of 1% from no load to full load

under normal load changes when running single. It shall be of static type and shall be

complete with cross current compensation. The regulator shall be provided with voltage

adjusting potentiometer, and shall be complete with all alarm contacts, internal wiring, etc.

The Engine and Alternator shall be direct coupled and mounted on a common rigid

fabricated steel base frame with suitable vibration isolation system. Self-excited, self-

regulated, and providing alternator output regulation at plus or minus 2.5%.

ENGINE DETAILS:-

Rating in KVA : 900 / 910

Duty : Prime Power

Overload : 10% for 1 hour in every 12 hours

No of cylinder : : 12 / 16

RPM : 1500

Engine BHP : : 1069

Site output in KVA : 900 / 910

No of silencer : 2

Governor Type: : Electronic/A1

Cooling system : Radiator Cooled

Silencer Type : : Hospital Grade

Mounted Type : AVM Pad

STARTING SYSTEM:-

Type of Starting System: : Battery Starting System (Electric)

Type of battery: : SMF VRLA type

Number of Battery: : 02 nos.

FUEL OIL SYSTEM:-

Fuel consumption @ 75% load : 150 – 160 Liter/hour

Fuel consumption @ 100% load : 190 - 200 Liter/hour

CRFQ 1000359652 E-Tender System ID- 78177

Page 16 of 62

Fuel Tank capacity : 990 Liter ( Outside)

Fuel Tank Thickness & MOC : Min 2 mm thick & MS sheet, painted outside.

ALTERNATOR DETAILS:-

Rating in KVA : 900/910

Voltage : 415

Power Factor : 0.8 Lag

Wire : 3 phase

Insulation Class : Class H

Temperature Rise limited to : Class H

Excitation system : Separately -Excited

Frequency : 50 Hz

Degree of Protection : IP: 23

Voltage Variation : +/- 5.0 %

Voltage Regulation : +/- 0.5 %

INTEGRATED DG SET CONTROLLER

CONTROL REQ Run/ Off / Auto switch , Emergency stop, Manual Run / Stop Control switch , Idle / Run mode control

ENGINE Starting Battery Voltage, Lube Oil Temperature & Pressure, Engine Coolant Temperature, Coolant Pressure, Engine Rpm, Operating Hours, Number of Starts.

ELECTRICAL Current, Voltage, Frequency, KW, KWH, Pf, KVA

PROTECTION & WARNING SYSTEM

ENGINE Over Speed Shutdown, Low Lube Oil Pressure Warning /Shutdown, High Coolant Temperature Warning / Shutdown, Low Coolant Temperature Warning, Low Coolant Level Warning./ Shut Down, Low And High Battery Voltage Warning, Weak Battery Warning, Over Crank Shutdown, Fail To Crank Shutdown, Magnetic Pickup Failure Shut Down

ALTERNATOR Over Current, High Voltage, Low Voltage, Under / Over Frequency, Reverse Power (KVA & KVAR), Phase Sequence

SPECIAL FEATURE Digital AVR, Amp Sentry Protection, Sensor Failure Indication, Programmable Idle Speed Control, Digital Synchronizing Function, Sync Check, Synchronoscope, Auto Load Sharing, Compatibility to Remote Monitoring, Smart Starting.

3. CAP IN TYPE-ACOUSTIC ENCLOSURE

CRFQ 1000359652 E-Tender System ID- 78177

Page 17 of 62

Silent DG Set container shall be of modular construction with the provision to assemble and

dismantle easily at site. The enclosure is fabricated out of CRCA sheet of 16 SWG.

The sheet metal components are hot dipped in NINE TANKS pre-treated before powder

coating. Enclosure is powder coated (inside as well outside) with a special pure polyester

based powder. All internal Nuts and bolt are made of MS and all external Nuts and Bolts

are made from stainless steel. The doors are jacketed with high quality EPDM jackets to

avoid leakage of sound. The door handles are lockable type. Sound proofing of enclosure is

done with high quality rock wool/mineral wool confirming to IS 8183 of 100 mm thickness

and destiny at 64 kg /M3 with fire retardant grade.

The rock wool is further covered with fiber glass cloth and perforated powder coated MS

sheet. Specially designed attenuators are provided to control sound at air entry to the

container and exit from the container. Adequate ventilation is provided to meet air

requirement for combustion and heat removal. Viewing window is fitted with toughened

glass. As per CPCB norms with acoustic enclosure the noise shall not be more than 75 dBA

at one meter at 75 % load under free field condition.

E) Rates, Taxes & Duties

The rates have to be quoted in the schedule of rate document enclosed with the tender

document. The rates quoted by the contractor shall be inclusive of all material,

consumables, labour, tools & tackles, Power equipment, special equipment’s,

transportation, loading - unloading, freight, transit insurance, packaging, entry tax, State &

Central taxes and all other taxes, duties etc but exclusive of GST.

The quoted rates shall be inclusive of cost of all material, consumables, labour,

transportation, loading, unloading, site works, erection & commissioning charges. All

requite tools & tackles including lifting tools, scaffolding, special tools etc shall be in the

scope of the contractor and all hire charges, warranty charges shall be deemed to be

included in the quoted rates.

F) Schedule of Payments

The payments shall be made only after receiving and acceptance of the materials in the

required quality to the satisfaction of the EIC. The payment related to site work shall be as

per actual site work & measurement sheet. Payment shall be released after deductions as

per Government rules. Payment shall be made within 30 days of submission of the running

account bill / final bill. The milestone for the payment shall be as follows:

i) DG Set (supply item):

1. 80 % of the quoted rate upon receipt of complete DG set at project site along with

necessary test certificates.

CRFQ 1000359652 E-Tender System ID- 78177

Page 18 of 62

2. 20 % of the rates on complete installation & commissioning and on handing over

including all necessary documentations like O&M manuals, As built drawings,

Electrical drawings, Panel drawings, Test records as per CPCB requirements etc.

ii) MS Structural / Piping works / MS tank:

1. 60 % of the rate payable on arrival of material at site, fabrication drawings, MMTC /

third party testing as per QAP & acceptance.

2. 40 % of the rate payable on fabrication, erection in position, final completion, testing,

painting etc. & acceptance

iii) Other items: Payments of all other BOQ items after completion and

acceptance

there off.

G) Time period

The time frame for the complete project shall be 22 weeks from the date of issue of order.

However the milestone for completing the lift project shall be as under:

1. Completion of site measurement if any & submission of GAD / Design of

foundation, structure, earthing layout etc within 4 weeks of date of order / LOI.

2. Completion of MS structure, earthing system within 18 weeks of date of order.

3. Complete installation, commissioning & Handover of both the DG within 22 weeks

of date of order

H) Testing & Certification

The following tests shall be performed at manufacture’s works prior to packing and

dispatch to site. Test report has to be submitted along with documentations

On DG Set

a. Maximum power load capacity.

b. Maximum motor starting capacity

c. Endurance test.

d. Fuel consumption at full load, 50% load, 75% load and 25% load.

e. Engine - Alternator cooling air flow.

On the Alternator

a. High voltage tests on stator and rotor windings.

b. Insulation resistance of stator and rotor windings.

c. Temperature rise test.

CRFQ 1000359652 E-Tender System ID- 78177

Page 19 of 62

d. Measurement of resistance of stator and rotor windings.

e. Measurement of losses.

f. Mechanical balance.

g. Load rejection and over speed tests.

h. Stator voltage and current tests.

i. Stator phase sequence check.

On the Exciter

a. High voltage tests on stator and rotor winding.

b. Insulation resistance of stator and rotor windings.

c. Temperature rise test.

d. Measurement of resistance of stator & rotor winding.

e. Measurement of losses.

f. Response ratio test.

g. Over speed test.

h. Mechanical Balance test.

On the Automatic Voltage Regulator

a. Sensitivity test.

b. Response time test.

c. Shop inspection

All routine test as per IS/BS codes shall be conducted on alternator, exciter and AVR.

I) INSPECTION AND TESTING AT SITE

a) All pre-commissioning and commissioning test and checks shall be carried out at site.

The test carried out shall be as per the relevant standards.

b) For examination and testing of materials and the works at site, the Contractor shall

provide necessary testing and gauging equipment as required. All such testing and gauging

equipment shall be tested for calibration at any approved laboratory.

c) The Contractor shall give notice well in advance to the Engineer-in-Charge before

commencement of any site testing. All materials like consumable stores, oil

grease, lubricating oil etc. required for the trails shall be arranged by the contractor. All first

fill of oil, lubricant, coolant etc will be part of commissioning. Only HSD Fuel for trail and

latter runs shall be provided by BPCL.

d) The Contractor shall make all necessary hook-ups to carry out tests at site.

e) The complete installation should be initially started and checked out for operational

compliance by manufacturer's representative.

f) The contractor should arrange for a hands on training for operation & day to day

maintenance training to BPCL’s appointed operator along with copy of O&M manual.

g) Along with final documentation, two set of O&M manual, two set of Spare part list, two

set of drawings, Panel detailing, wiring drawings etc and two sets of test certificate,

CRFQ 1000359652 E-Tender System ID- 78177

Page 20 of 62

certificate required by PCB, warrantee certificates, Performance guarantee has to be handed

over.

Certification & Labelling Requirements

It is necessary that the DG / Genset supplied is manufactured /assembled by agency

possessing valid certifications of Type Approval and a certificate for Conformity of

Production with noise limits from CPCB. The supplied gensets should be only from

certified manufacturers. It is essential for every manufacturer to paste a conformance label

on the genset. This label should specify details about the product which includes: name and

address of the manufacturer; statement which denotes that the ‘product is in conformance to

Environment (Protection) Rules, 1986’; noise limit of genset i.e. 75 dB (A) at 1m; the Type

Approval certificate number and the product’s date of manufacture

Preliminary Trials

After completion of erection of generating sets and before carrying out main trials,

preliminary site trials shall be conducted in the presence of the Engineer-in-Charge. Such

trials shall include the checking and adjustments of all instrument relays, timers, interlocks

and meters. Insulation resistance of stator, rotor and exciter windings shall be checked and

reading recorded. A check shall be made for the satisfactory working of all auxiliary

motors and their starting accessories supplied with the set.

Main Trials:

a) The main trials shall include over 8 hours continuous run at full load including 10%

over load for one hour out of these 8 hours.

b) Alternator efficiencies as determined in works test shall be used as the basis of

calculation for fuel consumption rate. A tolerance of 3% shall be allowed on the fuel

oil consumption to cover possible errors in measurement. Governor trials shall be

carried out as laid down in ISO3046. Alternator insulation resistance and commutation

check shall be as per BS: 5000.

c) Starting time of sets shall be tested at least five times after sufficient time intervals to

allow for cold start. On completion of tests, inspection doors shall be removed and

running gears inspected and alignment checked. Any further reasonable trial as

suggested by the Engineer-in-Charge shall be carried out with no extra charges. All

instruments, materials and labour required for carrying out the trials shall be provided

by the Contractor. Test sheets of trials shall be forwarded in duplicate to Engineer-in-

Charge. ests shall be performed in the presence of Engineer-in-Charge. The contractor

shall give at least one week notice of the date when the tests are proposed to be carried

out.

CRFQ 1000359652 E-Tender System ID- 78177

Page 21 of 62

Performance Requirement

The D.G. set shall operate up to 110% of rated speed, without undue vibration and noise.

The unit shall be capable of delivering rated output at 0.8 p.f. at the generator terminals

(after de-rating of the engine due to site conditions). As soon as the set attains rated speed

the transient voltage drop at the generator terminal shall not exceed 10% of rated value.

Guaranteed Performance

The following items of performance shall be guaranteed by contractor in respect of D.G.

sets, auxiliaries etc. when operating under site conditions specified elsewhere.

1. Net electrical output shall not be less than 80% of the rated output.

2. Fuel oil consumption at 1/4, 1/2, 3/4 and full load shall not be greater than 3% of

guaranteed specific fuel consumption as given in the Technical Data.

3. Lubricating oil consumption shall not be greater than 5.0 % of specified lube oil

consumption as given in the Technical Data.

4. 10% over load for one hour without overheating or showing signs of undue stress

and within specified frequency variation.

5. Freedom from vibration and noise. Noise level should not exceed 75 dB at distance

of 1 m or as per latest CPCB norms.

6. Generator efficiency at 1/4, 1/2, 3/4 and full load to be as per technical data

furnished.

7. Governor response, over speed trip and speed gear capability.

8. Voltage regulator response and voltage regulation shall be within + 1%.

9. Excitation and full load under specified variation of speed and voltage. (The

contractor shall indicate the standards according to which tolerances on the

performance figures will be applicable)

J) Safety & Permit System

The contractor has to follow the BPCL work place safety system and work permit system &

gate pass system during the execution of the work. Late & extended working is permitted

only with due permission from the BPCL EIC, however work place housekeeping & labour

discipline & safe working has to be maintained by contractor during all times.

All debris, scrap, packaging waste generated from the site has to be dumped in the

approved dump area within the complex. No material shall be allowed to be taken out of

complex, unless specifically approved by BPCL.

Contractor has to maintain inventory of required PPE’s at site and at no time any workers

should be allowed to enter the site with mandatory PPE’s like safety shoes, hard hat /

helmet, Safety jacket. Other jog specific PPE’s like Gumboot, gloves, double body harness,

safety goggles, mast, ear plug etc should be available all time at site in sufficient quantities.

CRFQ 1000359652 E-Tender System ID- 78177

Page 22 of 62

K) Labour welfare & compliance

Contractor has to ensure 100 % compliance of all the labour laws as applicable at the site

jobs. Records related to the statutory compliance / PF compliance / ESI challan shall be

readily available at site office for inspection by BPCL & Authorities. Contractor has to

submit the records as when required by BPCL department for inspection / audit. As per the

applicability of the act, the contractor has to obtain labour license as per appropriate act &

maintain all records related to Contract laws, Minimum wages Act, Payment of wages act

& PF act. The contractor has to maintain ESI policy / workmen compensation (WC / EC)

insurance till the successful completion of the project.

L) Site Housekeeping

As the R&D complex is already operative, the contractor has to maintained high level of

construction site housekeeping. The material movement shall be planned so as to have

minimum disturbance to the running activities of the R&D complex. The contractor has to

ensure that no labour / construction workers stay at the site beyond the working time. At no

point of time the under construction blocks shall be used as site store / office etc other than

designated space provided by BPCL.

M) Defect Liability Period / Warrantee period

The defect liability period / warrantee period for satisfactory performance of the works will

be for 24 months (2 years) from the date of taking over of the facilities, completed in all

respects with all relevant formalities having been completed. Any defect observed in work/

job / product, during this period has to be repaired / reworked / replaced by contractor at his

own cost & risk. During the defect liability period and or warrantee periods, the service

team of the vendor or OEM should visit the site on quarterly basis to carry out the

preventive maintenance checks of the system and attend & rectify the breakdown calls /

complaints registered with them. No payment shall be made for the service charges or

manpower visit charges, material or part replaced during the warrantee period and the rates

are deemed to be included in the overall project cost. However the consumables required

(like oil, grease, filters, coolent, gaskets etc) for the B checks / 6 monthly checks shall be

arranged by BPCL and made available to the service team. The day to day operation and

daily maintenance check will be done by BPCL’s site team as per operational training given

to operators.

Quarterly visit of Service Engineer for preventive health checkup, B check and or

monitoring of the machines. (min 4 in a year) shall include preventive maintenance of all

systems has to be done including cleaning of movable parts & other half yearly / yearly

maintenance schedule as per OEM. Attending & rectifying the breakdown calls /

complaints registered by BPCL within 48 hours and repair / replacement of original parts as

per manufactures recommendation.

CRFQ 1000359652 E-Tender System ID- 78177

Page 23 of 62

SCHEDULE OF TECHNICAL DATA

The contractor is required to quote the guaranteed values along with the anticipated variations.

DATA SHEET FOR DIESEL ENGINE (900/910 KVA )

Sr. SHORT DESCRIPTION DATA (To be filled by

Bidder)

1 Rating:

(a) Continuous duty rating of the Diesel engine at site / NTP

condition in bhp/Kw

(b) Maximum engine rating at site with 10% Over load in Kw

2 Make of Engine and model no.

3 Cylinders:

(a) Number of cylinders

(b) Cylinder length

(c) Cylinder diameter

4 Engine RPM

5 Aspiration

6 Cooling

7 Type of starting

8 Type of fuel used

9 Specific fuel consumption (Guaranteed) At site condition / At NTP

condition

in KG/KWH

(a) At full load

(b) At 3/4th load

(C) At half load

(d) At 1/4th load

10 Lube oil consumption in Grams / Hour

11 Lube oil sump capacity in litres. Variation ±

12 Output at site conditions after deration at inlet temperature 45

°C of Engine. (As per BS649:1958) Variation ±

13 Government characteristics

14 Minimum acceptable lube oil temperature at start up

15 Maximum period for which the engine can operate without raw

cooling system / water supply.

16 Type of Governor.

CRFQ 1000359652 E-Tender System ID- 78177

Page 24 of 62

Seal / Sign of bidder

Annex to SOW

Sr. Service Code DESCRIPTION UNIT QTY

1>A 65.00.00. 019.9

Design, manufacturing, supply of DG Set of 900 / 910 KVA rating for site conditions, complete with Diesel Engine base frame, lube oil system, Radiator, required batteries, governor, instrumentation, fuel system, exhaust silencers including Aluminium cladding, alarms, engine mounted control panel, utility piping, anti vibration pads, 415/440 V Alternator direct coupled to Engine along with static excitation system and AVR panel and all required accessories complete as required and as per specifications. Load side terminal Box to be provided for termination of required BUS DUCT as per rating. The DG Set shall be provided with geneset controller. The job to include Design, manufacture, testing at works, supply of Acoustic Enclosure for the DG Sets as per latest CPCB standard including required ventilation system complete as required and as per specification.

SET 2

1<B 9020608

Installation, testing , commissioining of the DG sets as per manufacturers recommendation and testing as per protocal & scope of work. Rate to include all first fill consumables except HSD fuel. The rate to also include unloading, handling at site, storing, installation in correct assigned positions at Ground Floor, effecting proper connections, testing & commissioning of DG SETS

EA 2

2 9019721

Supply, fabrication & Installation of exhaust piping of following sizes MS B Class exhaust pipes conforming to IS:3589 with welding joint including bends, clamps, dash fastener, flanges, nuts, bolts etc. complete as required and as per specifications for 8" dia. (200 mm NB), MS, 4.85 mm thick plate, Exhaust pipe

RM 25

3 9019722

Supply, fabrication & Installation of exhaust piping of following sizes MS B Class exhaust pipes conforming to IS:3589 with welding joint including bends, clamps, dash fastener, flanges, nuts, bolts etc. complete as required and as per specifications for 12" dia. (300 mm NB), MS, 4.85 mm thick plate, Exhaust pipe

RM 32

CRFQ 1000359652 E-Tender System ID- 78177

Page 25 of 62

4 9005933

Supply, fabrication & Installation of 50mm thick glasswool /mineral wool, wire chicken mesh over insulation and 26 gauge aluminium sheet cladding over the following sizes exhaust pipes from silencer to atmosphere. 8" dia. (200 mm NB), Exhaust pipe

RM 25

5 9005934

Supply, fabrication & Installation of 50mm thick glasswool /mineral wool, wire chicken mesh over insulation and 26 gauge aluminium sheet cladding over the following sizes exhaust pipes from silencer to atmosphere. 12" dia. (300 mm NB),Exhaust pipe

RM 32

6 9020655

Supply and installation of Aluminium cladding for residencial silencers with Mineral Wool 50mm Thick, density 64 Kg/cu.mtr., wire mesh and 24 gauge aluminium cladding.

EA 4

7 9008766

Supply and installation of SS Flexible Bellows, 12" dia. (300 mm NB), complete with counter flanges, heat resitant gaskets, nuts-bolts-washers etc., complete as required.

EA 4

8 9011638

Providing, laying, testing & commissioning of 'C' class heavy duty MS pipe having 25 mm dia and conforming to IS 3589/IS 1239 including welding, fittings like elbows, tees, flanges, tapers, studs, nuts bolts, gaskets etc. and fixing the pipe on the wall/ceiling with suitable clamp /support frame and painting with two or more coats of epoxy paint of required shade complete as required.

RM 50

9 9011304 Supply and fixing of heavy duty valve 25 mm dia line suitable for fuel line

EA 4

10 9003756

Supply, Fabricaiton & Installation of 990 liter fuel capacity tank outside the DG enclouser fabricated with 2mm thick MS sheet with necessary heavy duty globe / ball valve in outlet & drain point. The tank to be fixed on MS channel frame approx 1&1/2 ft from floor or as per level required by DG fuel inlet. Tank to be provided with necessary level measuring system, vent, fill nozzle, painting etc complete as per standard design. The tank top to be covered with MS sheet canopy to avoid direct rain shower.

EA 3

11 9000543

Designing & Construction of RCC foundation for the MS strucutre of DG exhaust pipe stack. The rate to include foundation design as per local condition, Reinforcement steel, M 25 concrete, shuttering, excavaiton, PCC etc all complete with foundation bolts fixing. Height of stack shall be as per design of prelivant standard of CPCB/UPPCB. The foundation has to be design by structural engg along with design of MS strucutre for the stack suitbale for

LS 1

CRFQ 1000359652 E-Tender System ID- 78177

Page 26 of 62

three DG exhaust pipes (2 present+1 future).

12 9004729

Supply, fabrication and erection in position MS strucutrue for DG exhaust piping in bolted and/or welded structural steel works at all levels; including all built-up sections / compound sections , ready built round / square & rectangular tubular sections made out of rolled sections cutting to required size as per approved drawings; finishing edges by grinding; fixing in line and level with temporary staging and removal of same after erection; grouting with ordinary grout or non-shrink grout as specified; including preparation of detailed fabrication drawings, Cost of painting as specified below, Complete in all respect as directed by Engineer-in-charge. All structural steel shall conform to IS-2062, IS 1387, IS 4923 & IS-808 make. The cost includes surface preparation by manual cleaning/wire brushing etc followed by primer coat of inorganic zinc silicate followed by two coat of industrial paint. The rate includes the cost of materials, consumables, labour, tools and plants, transportation, loading, unloading, machinery, safety requirents,incidental charges if any, all complete.

Kg 7500

13 9020997

Providing & fixing at site earthing with G.I. earth plate 600 mm X 600 mm X 6 mm thick with 2 nos GI conductor 50 x 6 from base including test link including accessories, and providing water proof masonry both inside & outside plastered enclosure with CI air tight 600 x 600 cover plate having locking arrangement and 40 mm dia watering pipe of 3.50 metre long with funnel, standard display board etc. with charcoal / coke and salt as required complete as per IS 3043. The min qty of common salt, charcoal shall be 60 kg each along with salt like coppur sulphate, Cacl & Bentonite.

EA 4

CRFQ 1000359652 E-Tender System ID- 78177

Page 27 of 62

14 9007065

Providing & fixing at site earthing with copper earth plate 600 mm X 600 mm X 3 mm thick with 2 nos copper conductor 25 x 5 from base including test link including accessories, and providing water proof masonry both inside & outside plastered enclosure with CI air tight 600 x 600 cover plate having locking arrangement and min 40 mm dia watering pipe of 3.50 metre long with funnel, standard display board etc. with charcoal / coke and salt as required complete as per IS 3043. The min qty of common salt, charcoal shall be 60 kg each along with salt like coppur sulphate, Cacl & Bentonite.

EA 4

15 9007084

Supplying and laying 25 mm X 5 mm copper strip at 0.50 metre below ground as strip earth electrode, including connection/ terminating with nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of brass nut bolt & spring washer spaced at 50mm)

RMT 30

16 9020999

Supplying and laying 50 mm X 5 mm G.I strip at 0.50 metre below ground as strip earth electrode, including connection/ terminating with G.I. nut, bolt, spring, washer etc. as required. (Jointing shall be done by overlapping and with 2 sets of G.I. nut bolt & spring washer spaced at 50mm)

RMT 70

CRFQ 1000359652 E-Tender System ID- 78177

Page 28 of 62

SECTION-4

TECHNICAL DEVIATION FORM

CRFQ 1000359652 E-Tender System ID- 78177

Page 29 of 62

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. No.

Page No.

Clause No. Requirement of the SPECIFICATIONS

Deviations to the SPECIFICATIONS

Remarks

1 2 3 4 5 6

Vendor : Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

CRFQ 1000359652 E-Tender System ID- 78177

Page 30 of 62

SECTION 5

SPECIAL PURCHASE CONDITIONS

CRFQ 1000359652 E-Tender System ID- 78177

Page 31 of 62

SPECIAL PURCHASE CONDITIONS FOR INDIAN BIDDERS S NO INSTRUCTIONS VENDOR'S ACTION RESPONSE

1.0 Indicate Despatch point

TO SPECIFY

1.1 Confirm that the Prices shall be FIRM till complete execution of the order and shall not be subject to variation on any account. Please confirm that the prices quoted in the price bid are inclusive of packing and forwarding charges.

TO NOTE AND CONFIRM TO CONFIRM

1.2 Your quoted prices for SUPPLY shall be inclusive of Installation, Demonstration/Commissioning and Training Charges as per detailed technical specification.

TO NOTE AND CONFIRM

1.3 TAXES & DUTIES

1.3.1 OUR CORPORATE RESEARCH & DEVELOPMENT CENTRE (CRDC) HAS BEEN RECOGNIZED BY DEPARTMENT OF SCIENTIFIC AND INDUSTRIAL RESEARCH (DSIR), MINISTRY OF SCIENCE AND TECHNOLOGY, GOVERNMENT OF INDIA. AS PART OF THIS RECOGNITION FOR IMPORT GOODS OUR R&D HAS BEEN EXEMPTED FROM WHOLE OF CUSTOMS DUTY AS PER NOTIFICATION NO.24/2007 DATED 01.03.2007. VENDORS ARE REQUESTED TO SUBMIT THE QUOTATION ACCORDINGLY.

TO NOTE,CONFIRM & SPECIFY

1.3.2 Indicate the HSN Code (Harmonized System Nomenclature)of the offered Item/s

TO SPECIFY

1.3.5 Prices quoted shall exclude transit insurance charges as the same shall be arranged by BPCL.

TO NOTE AND CONFIRM

1.4 TRANSPORTATION

1.4.1 The scope of the vendor includes transportation of all the supplied items to BPCL CRDC Greater Noida on Door Delivery basis by Road. Vendor to confirm acceptance. Please confirm and also confirm that the same is quoted as percentage of the FOT despatch point price in the format for taxes and duties.

TO NOTE AND CONFIRM

1.5 DELIVERY PERIOD

1.5.1 The time frame for the complete project shall be

22 weeks from the date of issue of LOA.

However the milestone for completing the lift

project shall be as under:

TO NOTE AND CONFIRM

CRFQ 1000359652 E-Tender System ID- 78177

Page 32 of 62

1. Completion of site measurement if any &

submission of GAD / Design of

foundation, structure, earthing layout etc

within 4 weeks of date of LOA.

2. Completion of MS structure, earthing

system within 18 weeks of date of LOA.

3. Complete installation, commissioning &

Handover of both the DG within 22

weeks of date of LOA.

1.5.2 Owner reserves the right for rejecting the offer/offers not meeting the above delivery period.

TO NOTE AND CONFIRM

1.5.3 In case vendor is ready to provide the items earlier than the above desired period, vendor to indicate the earliest delivery period

TO NOTE AND PROVIDE

1.6 VALIDITY

1.6.1 Confirm quoted prices are valid for acceptance up to 120 days from the final due date / extended due date of RFQ.

TO NOTE AND CONFIRM

1.6.2 On account of exigencies, if the bidder is requested to extend the validity of their offer, the same should be extended without any deviation including change in price. Otherwise, in such an event, the offer is liable to be rejected

TO NOTE AND CONFIRM

1.7 PERFORMANCE BANK GUARANTEE

1.7.1 Confirm that you will furnish performance guarantee bond for 10% of supply order value by way of Bank Guarantee 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.

TO NOTE AND CONFIRM

1.7.2 The PBG should be valid for a period of 24 months from the date of supply (Guarantee period of 18 months from the date of supply + 6 months claim lodging period) 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 us directly by your Banker.

TO NOTE AND CONFIRM

1.7.3 In case submission of PBG is not accepted by the vendor, their offer will be liable for rejection.

TO NOTE AND CONFIRM

1.8 PART ORDER

1.8.1 Part order shall be accepted without any stipulation of minimum order value/ quantity. (However individual quantities will not be split)

TO NOTE AND CONFIRM

CRFQ 1000359652 E-Tender System ID- 78177

Page 33 of 62

1.8.2 In case of part order all lumpsum charges quoted extra if any viz. Documentation, testing, packing, other charges etc., can be considered on prorata value basis. Confirm compliance.

TO NOTE AND CONFIRM

1.8.3 Repeat Order- Vendor to confirm acceptance of repeat order within 12 months from the date of basic P.O

TO NOTE AND CONFIRM

1.9 PRICE REDUCTION SCHEDULE

1.9.1 Acceptance to price reduction for delay in 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.

TO NOTE AND CONFIRM

1.9.2 In case this point is not accepted by the vendor, loading shall be done as per Clause 1.11.1

TO NOTE AND CONFIRM

1.10 PAYMENT TERMS-LOCAL SUPPLY

1.10.1 The payments shall be made only after receiving and acceptance of the materials in the required quality to the satisfaction of the EIC. The payment related to site work shall be as per actual site work & measurement sheet. Payment shall be released after deductions as per Government rules. Payment shall be made within 30 days of submission of the running account bill / final bill. The milestone for the payment shall be as follows: DG Set (supply item):

1. 80 % of the quoted rate upon receipt of

complete DG set at project site along

with necessary test certificates.

2. 20 % of the rates on complete

installation & commissioning and on

handing over including all necessary

documentations like O&M manuals, As

built drawings, Electrical drawings, Panel

drawings, Test records as per CPCB

requirements etc.

MS Structural / Piping works / MS tank:

1. 60 % of the rate payable on arrival of

material at site, fabrication drawings,

MMTC / third party testing as per QAP &

acceptance.

2. 40 % of the rate payable on fabrication,

erection in position, final completion,

testing, painting etc. & acceptance

TO NOTE AND CONFIRM

CRFQ 1000359652 E-Tender System ID- 78177

Page 34 of 62

Other items: Payments of all other BOQ items

after completion and acceptance there off.

And on submission of Invoice, Packing list and LR and on submission of 10% Performance Bank guarantee (PBG).

1.10.2 Bank charges shall be to respective Accounts TO NOTE AND CONFIRM

1.11 LOADING CRITERIA FOR COMMERCIAL

DEVIATION

Deviation on Price Reduction for Delayed Deliveries (Considering GPC clause of 0.5% per week of delay- max 5% total order value) :

1.11.1 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

TO NOTE AND CONFIRM

1.11.2 Price evaluation will be done overall landed cost basis as per the special conditions of the contract provided

TO NOTE AND CONFIRM

1.12 GENERAL

1.12.1 Confirm acceptance of BPCL’s `General Purchase Conditions’, holiday listing policy & Special Terms and Conditions in toto.

TO NOTE AND CONFIRM

1.12.2 Indicate relationship with any of our Directors. TO SPECIFY 1.12.3 Please confirm you have not been banned or

delisted/holiday listed by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. The declaration of holiday listing is to be signed and submitted along with unpriced bid

TO NOTE AND CONFIRM TO CONFIRM SUBMISSION

1.12.4 You are requested to furnish the following information for e-payment: a) Name of the vendor/contractor party b) Account No. of the party c) Bank & Branch Name where the above account is maintained d) Type of account (current/saving/cash credit A/c) e) Branch code of the above bank branch f) The 9 digit MICR code of the above branch (with is printed in the cheques issued by the Branch available with the A/c holder

TO SPECIFY

CRFQ 1000359652 E-Tender System ID- 78177

Page 35 of 62

1.12.5 If the items are covered under DGS&D rate contract, confirm that a copy of rate contract is enclosed with your offer.

TO NOTE AND CONFIRM

1.12.6 If you are registered under MSE (Micro and

Small Enterprises) please provide the certificate towards the same

TO NOTE AND CONFIRM AND PROVIDE SUPPORTING DOCUMENTS

1.12.7 Confirm whether you are registered under MSE

(Micro and Small Enterprises) TO CONFIRM

1.12.8 Bidders claiming purchase preference as MSE

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.

TO CONFIRM SUBMISSION

CRFQ 1000359652 E-Tender System ID- 78177

Page 36 of 62

SECTION 6

FORM A – FORMAT FOR TAXES AND DUTIES

CRFQ 1000359652 E-Tender System ID- 78177

Page 37 of 62

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 No

Commercial conditions description Vendor's Action Vendor's response

1 Freight charges for door delivery

at CRDC, Noida (%) Vendor to specify

2 HSN CODE Vendor to specify

3 CGST Rate (Percentage

of total quoted price) Vendor to specify

4 SGST Rate (Percentage

of total quoted price) Vendor to specify

5 IGST Rate (Percentage

of total quoted price) Vendor to specify

6 UTGST Rate (Percentage

of total quoted price) Vendor to specify

7 Invoicing Location Vendor to specify

VENDOR NAME : _______________________

SIGNATURE WITH SEAL: _______________________

CRFQ 1000359652 E-Tender System ID- 78177

Page 38 of 62

SECTION 7

GENERAL PURCHASE CONDITIONS (Attached)

CRFQ 1000359652 E-Tender System ID- 78177

Page 39 of 62

SECTION 8

COMMERCIAL DEVIATION FORM

CRFQ 1000359652 E-Tender System ID- 78177

Page 40 of 62

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 PCMS 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. No.

Page No.

Clause No. Commercial terms and conditions

Deviations Remarks

1 2 3 4 5 6

VENDOR : Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

CRFQ 1000359652 E-Tender System ID- 78177

Page 41 of 62

SECTION 9

INTEGRITY PACT

CRFQ 1000359652 E-Tender System ID- 78177

Page 42 of 62

INTEGRITY PACT

Between

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

Principal", And

……………………………………………………………………………………………..her

einafter referred to as "The Bidder/ Contractor/ Supplier".

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for

“Annual Procurement of General Laboratory Gases for BPCL CRDC, Greater

Noida”. 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 Organization "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

CRFQ 1000359652 E-Tender System ID- 78177

Page 43 of 62

substantive suspicion in 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.

(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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 44 of 62

(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.

(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

CRFQ 1000359652 E-Tender System ID- 78177

Page 45 of 62

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.

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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 46 of 62

(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.

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.

CRFQ 1000359652 E-Tender System ID- 78177

Page 47 of 62

(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.

A.K.Mittal

Chief Manager Procurement – CPO (R)

……………………… ……………………………

For the Principal For the Bidder/ Contractor/

Supplier

Place: Greater Noida Witness 1 : ………………

(Signature/Name/Address)

Date : 30.10.2020 Witness 2 : ………………

(Signature/Name/Address)

CRFQ 1000359652 E-Tender System ID- 78177

Page 48 of 62

SECTION 10

E-BIDDING INSTRUCTIONS

CRFQ 1000359652 E-Tender System ID- 78177

Page 49 of 62

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. 079-40016868) 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

CRFQ 1000359652 E-Tender System ID- 78177

Page 50 of 62

responsibility in case of failure of the bidder to upload the documents within specified time

of tender submission.

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 079-40270573, +91-8433615195

CRFQ 1000359652 E-Tender System ID- 78177

Page 51 of 62

SECTION - 11

PROFORMA OF DECLARATION OF HOLIDAY LISTING

CRFQ 1000359652 E-Tender System ID- 78177

Page 52 of 62

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:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

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:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

In the case of Company

We hereby declared 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:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

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 1000359652 E-Tender System ID- 78177

Page 53 of 62

SECTION - 12

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

CRFQ 1000359652 E-Tender System ID- 78177

Page 54 of 62

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

1. Definitions : In these Guidelines, unless the context otherwise requires (i) Agency; “Party/Contractor/Supplier/Vendor/Consultant/Bidder/Licensor” in the context of these guidelines is indicated as ‘Agency’. “Party/Contractor/Supplier/Vendor/Consultant/bidders/Licensor” shall mean and include a public limited company or a private limited company, a joint venture. Consortium, HUF, a firm whether registered or not, an individual, co-operative society or an association or a group of persons engaged in any commerce, trade, (ii) Appellate Authority: “Appellate Authority” shall mean the concerned functional Director of BPCL or any other authority nominated by the C & MD. The Appellate authority shall be higher than the “Competent Authority”. (iii) Competent Authority: “Competent Authority” shall mean the authority, who is competent to take final decision for Banning of business dealings with Agencies, in accordance with these guidelines: The Competent Authority for a Procurement Department which is initiating the Holiday Listing process should be the Regional head (or) SBU / Entity head as the case may be relevant to the said Procurement Department, but not below the level of General Manager (iv) Corporation: “Corporation” means Bharat Petroleum Corporation Ltd. with its Registered Office at Bharat Bhavan-I, 4&6 Currimbhoy Road, Ballard Estate, Mumbai-400001. (v) Corrupt Practice: “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to improperly influence the actions in selection process or in contract execution. Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided.

CRFQ 1000359652 E-Tender System ID- 78177

Page 55 of 62

(vi) Fraudulent Practice: “Fraudulent Practice” means and include any act or omission committed by a agency or with his connivance or by his agent by misrepresenting/ submitting false documents and/ or false information or concealment of facts or to deceive in order to influence a selection process or during execution of contract/ order; (vii) Collusive Practice : “Collusive Practice” amongst bidders (prior to or after bid submission)” means a scheme or arrangement designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition. (viii) Coercive Practice: “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing of a procurement process. (ix) Officer-in-Charge: “Officer –in-Charge (OIC)” or “Engineer-in-Charge (EIC)” shall mean the person (s) designated to act for and on behalf of BPCL for the execution of the work as per requirement of the concerned department. (x) Malpractice : Malpractice means any Corrupt Practice, Fraudulent Practice, Collusive Practice or Coercive practice as defined herein; (xi) Mis-Conduct : “Mis-conduct” means any act or omission by the Agency, making it liable for action for Holiday Listing as per these guidelines (xii) Nodal Department: “Nodal Department” means the Department primarily assigned with the role of overseeing the Holiday Listing Process to ensure adherence to guidelines, maintaining, updating and publishing the list of Agencies with whom BPCL has decided to ban business dealings and shall be the Corporate Finance Department. (xiii) Vendor De-listment Committee: “Vendor De-listment Committee” relevant to the procurement department which initiates the holiday listing process would the same as the vendor enlistment Committee as per DR&A of the concerned SBU/Entity.

2. Reasons for Holiday Listing: An Agency may be placed in Holiday List for any one or more of the following circumstances:

2.1 If the Agency, in the context of its dealings with the Corporation:

a. has indulged in malpractices ;

b. has submitted fake, false or forged documents / certificates

CRFQ 1000359652 E-Tender System ID- 78177

Page 56 of 62

c. Has substituted materials in lieu of materials supplied by BPCL or has not returned or has unauthorized disposed off materials / documents / drawings / tools or plants or equipments supplied by BPCL.

d. Has deliberately violated and circumvented the provisions of labor laws/

regulations / rules, safety norms, environmental norms or other statutory requirements.

e. has deliberately indulged in construction and erection of defective works or supply of defective materials

f. Has not cleared previous dues to BPCL if applicable. g. Has committed breach of contract or has abandoned the contract. h. Poor performance of the Agency in one or several contracts; i. Has not honored the fax of award / letter of award / Contract / Purchase order after the same is issued by BPCL. j. Withdraws/ revises the bid upwards after becoming the L1 bidder. k. Has parted with, leaked or provided confidential / proprietary information of

BPCL to any third party without the prior consent of BPCL.

2.2 The following additional grounds can also be reasons for Holiday listing of an agency:

a. If a communication is received from the Administrative Ministry of the Corporation (i.e. MOP&NG) to ban Agency from dealing with the Corporation;

b. If the Agency Is or has become bankrupt , OR is being dissolved OR has

resolved to be wound up OR if proceedings for winding up or dissolution has been instituted against the Agency;

c. Any other ground, including transgression of Integrity Pact, which, in the

opinion of the Corporation, makes it undesirable to deal with the Agency; In the case of transgression of Integrity Pact, the same should be substantiated by the verdict of the Independent External Monitor.

3. Duration of Holiday Listing:

Sr. No.

Reasons for holiday listing Period of holiday listing

1 Indulged in malpractices resulting in financial loss to the Corporation

15 years

2 Submitted fake, false or forged documents / certificates 3 years

CRFQ 1000359652 E-Tender System ID- 78177

Page 57 of 62

3 has substituted materials in lieu of materials supplied by BPCL or has not returned or has unauthorisedly disposed off materials / documents / drawings / tools or plants or equipments supplied by BPCL

15 years

4 Has deliberately violated and circumvented the provisions of labour laws/ regulations / rules , safety norms, environmental norms or other statutory requirements

3 years

5 has deliberately indulged in construction and erection of defective works or supply of defective materials

3 years

6 has not cleared BPCLs previous dues if applicable 1 year

7 has committed breach of contract or has abandoned the contracts

3 years

8 Poor performance of the Agency in one or several contracts

1 year

9 has not honoured the fax of award / letter of award / Contract / Purchase order after the same is issued by BPCL

1 year

10 Withdraws/ revises the bid upwards after becoming the L1 bidder

1 year

11 has parted with , leaked or provided confidential / proprietary information of BPCL to any third party without the prior consent of BPCL

15 years

12 If the Agency Is or has become bankrupt , OR is being dissolved OR has resolved to be wound up OR if proceedings for winding up or dissolution has been instituted against the Agency

3 years

13 Transgression of Integrity Pact , which, in the opinion of the Corporation, makes it undesirable to deal with the Agency;

3 years

3.1In cases where Holiday Listing is proposed based on advice from the

Administrative Ministry, no show cause or formal decision by competent authority will be required. The Nodal Department will directly intimate the Agency that they have been placed in Holiday Listing by BPCL based on the Ministry’s advice

4. Provision for Appeal;

CRFQ 1000359652 E-Tender System ID- 78177

Page 58 of 62

4.1 An agency aggrieved with the decision of the Competent Authority shall have the option of filing an appeal against the decision of the Competent Authority within a maximum of 15 days from the date of receipt of intimation of holiday listing. 4.2 Any appeal filed after expiry of the above period shall not be considered by the Appellate Authority; 4.3 On receipt of the Appeal from the Agency, the Appellate Authority, if it so desires, may call for comments from the Competent Authority; 4.4 After receipt of the comments from the Competent Authority, the Appellate Authority, if it so desires , may also given an opportunity for personal hearing, to the Appellant Agency; 4.5 After examining the facts of the case and documents available on record and considering the submissions of the Appellant Agency, the Appellate Authority may pass appropriate order by which the Appellate Authority may either : a) Uphold the decision of Competent authority with or without any variation /lesser period of Holiday Listing; OR b) Annul the order of the Competent Authority. 4.6 No Appeal is permitted in case an Agency is placed in Holiday List by BPCL, based on Ministry’s advice 5. Effect of Holiday Listing

5.1. No enquiry / bid / tender shall be entertained with an Agency as long as the ‘Agency’ name appears in the Holiday list. 5.2. If an ‘Agency’ is put on the Holiday list during tendering :

a) If an ‘Agency’ is put on Holiday List after issue of the enquiry / bid / tender but before opening of the un-priced bid, the un-priced bid of the ‘Agency’ shall not be opened and BG/EMD , if submitted by the ‘Agency’ shall be returned . If an ‘Agency’ is put on Holiday List after un-priced bid opening but before price bid opening, the price bid of the ‘Agency’ shall not be opened and BG/EMD submitted by the ‘Agency’ shall be returned . b) If an ‘Agency’ is put on Holiday List after opening of price bid but before finalization of the tender, the offer of the ‘Agency’ shall be ignored and will not be further evaluated and the BG/EMD if any submitted by the ‘Agency’ shall be returned, The ‘Agency’ will not be considered for issue of order even if the ‘Agency’ is the lowest (L1). In such situation next lowest shall be considered as L1; c) If contract with the ‘Agency’ concerned is in operation, (including cases were contract has already been awarded before decision of holiday listing) normally

CRFQ 1000359652 E-Tender System ID- 78177

Page 59 of 62

order for Holiday Listing from business dealings cannot affect the contract, because contract is a legal document and unless the same is terminated in terms of the contract, unilateral termination will amount to breach and will have civil consequences.

*********************

CRFQ 1000359652 E-Tender System ID- 78177

Page 60 of 62

CRFQ 1000359652 E-Tender System ID- 78177

Page 61 of 62

SECTION 13

Format for CA Certificate for MSE

CRFQ 1000359652 E-Tender System ID- 78177

Page 62 of 62