Tender-Document---CPO-R-Office-fe5857.pdf - Bharat ...

35
CENTRAL PROCUREMENT ORGANISATION (M) BHARAT PETROLEUM CORPORATION LIMITED ‘A’ INSTALLATION, SEWREE-FORT ROAD SEWREE (EAST), MUMBAI-400015 OPEN TENDER CREATION OF OFFICE SPACE FOR CPO (R) AT SEWREE TENDER CRFQ NUMBER: 1000355509 E-TENDER SYSTEM NUMBER: 75564 DUE DATE: 26.08.2020 AT 15:00 HRS IST PRE-BID MEETING: 12.08.2020 AT 11:00 HRS

Transcript of Tender-Document---CPO-R-Office-fe5857.pdf - Bharat ...

CENTRAL PROCUREMENT ORGANISATION (M) BHARAT PETROLEUM CORPORATION LIMITED

‘A’ INSTALLATION, SEWREE-FORT ROAD SEWREE (EAST), MUMBAI-400015

OPEN TENDER

CREATION OF OFFICE SPACE FOR CPO (R) AT SEWREE

TENDER CRFQ NUMBER: 1000355509 E-TENDER SYSTEM NUMBER: 75564

DUE DATE: 26.08.2020 AT 15:00 HRS IST

PRE-BID MEETING: 12.08.2020 AT 11:00 HRS

CPO: GR-II/20-21/CPO (R) OFFICE SEWREE

FOR CLARIFICATIONS REGARDING THIS TENDER:

Contact Person Postal Address E-Mail ID Contact No.

Divya Vutukuru

(Proc. Officer)

Central Procurement Org. (M), A-Installation, Sewree-Fort Road, Sewree (East), Mumbai 400015

[email protected] +91 22 24176188 +91 9920407917

Sekhar Babu P S

(Proc. Leader) [email protected]

+91 22 24176404 +91 9833676500

Subrata Saha

(Project In-charge)

BPCL Marketing Office, Priyadarshini Building, Sion-Trombay Road, Eastern Express Highway, Sion, Mumbai 400022

[email protected] +91 22 24062258 +91 9830480515

SUBJECT : TENDER FOR CREATION OF OFFICE SPACE FOR CPO (R) AT SEWREE CRFQ No. : 1000355509 E-TENDER No. : 75564

1. ABOUT THE COMPANY: Bharat Petroleum Corporation Ltd. (BPCL) is a Fortune 500 Maharatna Oil Refining and Marketing company in India. The company produces a diverse range of products, from petrochemicals and solvents to aircraft fuel and specialty lubricants and markets them through its wide network of Petrol Stations, Kerosene Dealers, LPG Distributors and Lube Shoppe’s. The HRS Entity is engaged in the creation, maintenance and upkeep of Offices and Residential Complexes for Staff located across the country.

2. OBJECTIVE OF THE TENDER: Bharat Petroleum Corporation Limited (BPCL) intends to engage a party to carry out a design and build contract for Creation of Office Space for CPO (R) at Sewree, Mumbai at: CPO Mktg. Office, ‘A’ Installation, Sewree Fort Road, Sewree East, Mumbai - 400015 The objective of this tender is to invite technical and commercial offers for the subject job. You are invited to submit your offer as E-bids in two-part bid format (Techno-commercial and Price Bid) for the above work on the terms and conditions contained in this tender document.

3. THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING ANNEXURES, WHICH ARE ENCLOSED: (A) TECHNO-COMMERCIAL BID:

Annexure-I : General Instructions to Vendors for E-Tendering Annexure-II : Bid Qualification Criteria Annexure-III : Technical Evaluation Criteria Annexure-IV : Scope of Work Annexure-V : Special Conditions of Contract Annexure-VI : Integrity Pact Annexure-VII : General Conditions of Contract Annexure-VIII : Declaration of Holiday Listing/Liquidation

(B) PRICE BID:

A price bid shall have to be submitted online as provided in E-tender.

4. EARNEST MONEY DEPOSIT (EMD): The tenderers shall submit an interest-free Earnest Money Deposit (EMD) of Rs. 1 lakh (Rupees One lakh only) in the form of: (i) Bank Guarantee (BG) executed by any Scheduled Bank approved by Reserve Bank of India as per the pro-forma given in the tender. The BG shall remain valid for a period of six months from the due date of opening of the tender. OR (iii) By way of NEFT to the following BPCL Account No., Vendor to upload UTR no./sufficient document as proof of NEFT transfer. This facility has been provided considering Lockdown due to COVID19: Name: Bharat Petroleum Corporation Limited Standard Chartered Bank Fort Branch A/c No. 22205238153 IFSC CODE: SCBL0036001 In case EMD is in the form of Bank Guarantee, it has to be submitted in the physical form at our office in a sealed cover addressed to Procurement Leader (Group- 2), with the following boldly super-scribed on the outer cover: CRFQ number Item Due Date/ Time Name of the Tenderer

It should be dropped in the tender box or sent by Registered Post/ Courier to the following address so as to reach on or before the due date & time of the tender: Bharat Petroleum Corporation Limited (Mktg.) Central Procurement Organization (CPO), A-Installation, Sewree-Fort Road, Sewree (East), Mumbai-400015 BPCL will not be responsible for non-receipt of instrument(s) due to postal delay/ loss in transit etc. Bid received without the EMD is liable to be rejected. Bidders shall upload a scanned copy of the EMD document/documentary proof of NEFT Transfer in the EMD section of the e-tender. EMD of the unsuccessful bidders shall be returned after the finalization of the award of the contract. EXEMPTION FROM EARNEST MONEY DEPOSIT (EMD): Micro and Small Enterprises registered with District Industries Centres or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises are exempted from submission of EMD. Vendor has to upload the necessary documents as mentioned above to claim exemption for Earnest Money Deposit. All bidders quoting as MSE, should submit CA certificate along with MSE doc. (UAM/EMII/NSIC) to avail the benefits of Public Procurement Policy as per MSMED Act 2006/Public Procurement Policy Order 2012. In case CA certificate is not submitted, bid of the vendor shall be rejected at EMD stage (for open tenders). Please find below further points with respect to same:

i. Bidder shall have to upload scanned copy of CA certificate with stamp of TPIA mentioning as verified from original. Thereupon, bidder/s on whom award is proposed shall be asked to submit the hard copy of CA certificate certified by TPIA, to BPCL.

ii. 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.

iii. Format of the CA certificate is attached for reference and bidder needs to submit certificate strictly in the said format else bid shall be rejected.

EMD FOREFEITURE & RETURN OF EMD: EARNEST MONEY DEPOSIT WILL BE FORFEITED IN THE EVENT OF: (a) Withdrawal of offer while the offer is under consideration during the offer validity period.

(b) Tenderer not accepting our Purchase Order, if placed without prejudice to our rights to recover damages on

account of breach of contract.

(c) Non-confirmation of acceptance of order within the stipulated time after placement without prejudice to our rights to recover damages on account of breach of contract.

(d) Any unilateral revision made by the tenderer during the validity period of the offer.

5. Pre-Bid Meeting for the tender will be held on 12.08.2020 commencing at 11:00 Hrs. IST through a Microsoft

Teams meeting. Bidders interested in participating in the pre-bid meeting may contact the following Procurement Officer for details/modalities of the meeting: Divya Vutukuru Manager Procurement, CPO (Mktg.) Ph.: 9920407917 Email: [email protected]

6. Online submission of the tender under the digital signature of the authorized signatory shall be considered as token of having read, understood and totally accepted all the terms and conditions.

7. The vendors who are currently on BPCL’s Holiday List or with other PSU Oil marketing companies i.e. HPCL and IOCL

will not be considered. 8. BPCL reserves the right to accept any offer in whole or part or reject any or all offers without assigning any reason.

BPCL is also not bound to accept the lowest Bid. 9. If BPCL is unable to evaluate any offer for want of information, such offer will not be considered. 10. BPCL reserves the right to change the quantity (increase/decrease) tendered. 11. BPCL’s decision on any matter regarding short listing of Vendors shall be final and any applicant shall not enter into

any correspondence with BPCL unless asked for. 12. Forming Cartel and quoting rates in groups would disqualify the supplier. 13. Bids submitted after the due date and time as mentioned above, or not in the prescribed format is liable to be

rejected. BPCL does not take any responsibility for any delay in submission of online bids due to connectivity problem or non-availability of site and/or other documents to be uploaded online. No claims on this account shall be entertained.

14. Based on the information and documents submitted, the parties who are found to be techno commercially eligible

shall qualify for the next round of the tender viz. price bid. 15. For e-tender related queries please contact: In case of any clarification pertaining to E-Procurement Process, the

vendor may contact M/s. E-procurement Technologies representatives on Contact Numbers and E-Mail Ids, as appended below.

Contact To E-Mail ID Contact Nos.

Sapkale Harshal [email protected] [email protected] [email protected]

+91 22 24176419

E-Procurement Technologies Limited, Ahmedabad, Kolkata, Delhi

079 68136861 033 24293447 0120 2474951

16. For clarifications, if any, please feel free to contact the Procurement Officer on 022 24176188/9920407917 on any

working day between 10:00 am to 4:00 pm. Yours faithfully, for BHARAT PETROLEUM CORPORATION LIMITED Sd/- _____________ Sekhar Babu P S Procurement Leader-Group II

ANNEXURE-I: GENERAL INSTRUCTIONS TO VENDORS FOR E-TENDERING

1. Interested parties may download the tender from BPCL website (http://www.bharatpetroleum.in) or the CPP

portal (http://eprocure.gov.in) or from the e-tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given therein, on or before the due date of the tender. The tender available on the BPCL website and the CPP portal can be downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system available on https://bpcleproc.in.

2. For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Vendors” available under the download section of the homepage of the website. As the first step, bidder shall have to click the “Register” link and fill in the requisite information in the “Bidder Registration Form”. Kindly remember your e-mail id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly, you shall get a system generated mail. Login in to the portal using your credentials. When you log in for the first time, system will ask you to add your Digital Signature. Once you have added the Digital Signature, please inform us by mail to the vendor administrator [email protected] with a copy to [email protected] for approval. Once approved, bidders can login in to the system as and when required.

3. As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB and above (having both signing and encryption certificates) as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the vendor.

In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Limited, Ahmedabad, Kolkata & Delhi (Contact No.: 079 68136861, 033 24293447 & 0120 2474951) for obtaining the digital signature certificate.

4. Corrigendum/ amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/

amendment is issued after the submission of the bid, then such vendors who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be assumed that the information contained therein has been taken into account by the vendor. They have the choice of making changes in their bid before the due date and time.

5. Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us. The schedule for opening the price bid shall be advised separately.

6. Directions for submitting online offers, electronically, against e-procurement tenders directly through internet: (a) Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the

earliest, if not done earlier.

(b) The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance.

(c) Vendors are advised in their own interest to ensure that their bids are submitted in e-Procurement system

well before the closing date and time of bid. If the vendor intends to change/revise the bid already submitted, they shall have to withdraw their bid already submitted, change / revise the bid and submit once again. In case vendor is not able to complete the submission of the changed/revised bid within due date & time, the system would consider it as no bid has been received from the vendor against the tender and consequently the vendor will be out of contention. The process of change / revision may be done any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.

(d) Once the entire process of submission of online bid is complete, the bidder will get an auto generated email

from the system stating you have successfully submitted your bid in the following tender with tender details.

(e) Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

(f) No manual bids/offers along with electronic bids/offers shall be permitted.

7. For tenders whose estimated procurement value is more than Rs. 10 Lakhs, vendors can see the rates quoted by all the participating bidders once the price bids are opened. For this purpose, vendors shall have to log in to the portal under their user ID and password, click on the “dash board” link against that tender and choose the “Results” tab.

8. No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and availability of website. They shall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured that your bid will be viewable only to you and nobody else till the due date/ time of the tender opening. The non-availability of viewing before due date and time is true for e-tendering service provider as well as BPCL officials.

9. BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc.

10. Singular and Plural: In these tender documents unless otherwise stated specifically, the singular shall include the plural and vice-versa wherever the context so requires. Words indicating persons shall include relevant incorporated companies/registered as associations/ body of individual/ firm or partnership.

11. Techno-commercial bid (consisting of all the attached tender documents, Techno-commercial Form and

Declaration Form) and Price bid as well as the Integrity Pact duly signed, witnessed and uploaded shall form the part of the tender. Both the techno-commercial bid and the price bid will be online only. Only EMD is exception to this rule, which will have to be submitted in envelope.

12. Bidders are requested to accept the Integrity Pact (IP) document by signing it. This document is essential & binding. Bidder’s failure to accept the IP document shall result in the bid not being considered for further evaluation.

13. All the supporting documents should be legible and duly signed, stamped and attested by the authorized signatory, before uploading them online.

14. Techno-commercial bid and price bid shall be required to be digitally signed with a class IIB or above digital signature by the authorized signatory. The authorized signatory shall be: (a) Proprietor in case of proprietary concern. (b) Authorized partner in case of partnership firm. (c) Director, in case of a limited Company, duly authorized by its board of directors to sign.

If for any reason, the proprietor or the authorized partner or director as the case may be are unable to sign the document, the said document should be signed by the constituted attorney having full authority to sign the tender document and copy of such authority letter as also the power of attorney, duly signed in the presence of a Notary public should be submitted online with the bid.

15. Bidder to Obtain His Own Information:

The bidder in fixing rate shall for all purposes whatsoever be deemed to have himself independently obtained all necessary information for the purpose of preparing his tender. The bidder shall be deemed to have examined the tender Documents, to have generally obtained his own information in all matters whatsoever that might affect the carrying out of the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any error description of quantity or omission there from shall not vitiate the contract or release the bidder from executing the work comprised in the contract according to the Specifications at the scheduled rates. He is deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be the defects, omissions or errors that may be found in the Contract Documents. Any neglect or failure on the part of the bidder in obtaining necessary and reliable information upon the foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire

responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract documents. No verbal agreement or inference from conversation with any officer or employee of the owner either before or after the execution of the contract agreement shall in any way affect or modify any of the terms or obligations herein contained.

ANNEXURE-II: BID QUALIFICATION CRITERIA Bidder/ Vendor should qualify (pass) each of the following Bid Qualification Criteria.

1. TECHNICAL CRITERIA:

i. The bidder should have successfully completed similar works in India during last 7 years ending last day of the

month previous to the one in which applications / bids are invited as per the following:

Three similar completed works each costing not less than Rs. 181 Lakhs OR Two similar completed works each costing not less than Rs. 227 Lakhs OR One similar completed work costing not less than Rs. 363 Lakhs

Similar works shall be defined as turnkey interior/renovation works for offices including architectural services for the same.

DOCUMENTS REQUIRED:

i. Copy of Work Order/Contract Agreement/LOI and completion certificate (indicating PO/WO/LOI and completion value) from the client certifying that the bidder has satisfactorily completed the works as per clause (i) above.

2. FINANCIAL CRITERIA:

i. The average annual turnover of the bidder for the last three accounting years should be equal to or more than Rs. 136 Lakhs.

ii. The bidder should have positive net worth as per the latest audited financial statement. Bidder shall furnish

Annual Report/ audited balance sheets including Profit and Loss Accounts along with the Bid to establish Bidder's conformance to Qualification Criteria. The net worth is defined as Share Capital + Reserves & Surplus.

DOCUMENTS REQUIRED:

Audited Balance Sheet and P&L Statements duly certified by Statutory Auditors for the last three accounting years.

3. DOCUMENT VERIFICATION: The certificate confirming the criteria as per points (1) and (2) above and all the documents submitted thereof, from TPIAs which are accredited under “NABCB accredited bodies as per requirement of ISO/IEC 17020 as Type “A” in QCI’s NABCB website (nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php) as on due date of bid submission”, at no extra cost to BPCL. The verification and certification should necessarily include comment "Verified from originals", with name and contact details (contact number and e-mail ID) of the certifying officer, TPIA name with the address of TPIA branch undertaking the certification.

4. DECLARATIONS BY THE BIDDER: Bidder is not under liquidation, court receivership or similar proceeding. Bidder is not serving any Holiday Listing orders issued by BPCL or MOPNG debarring them from carrying on business dealings with BPCL/MOPNG or serving a banning order by another Oil PSE. Bidders need to submit the above declarations in the online portal. Bidders who do not satisfy the above conditions will not be considered for evaluation and ordering.

5. BIDS MAY BE SUBMITTED BY: The bids may be submitted by an Indian Vendor (which has completed 3 financial years after date of commencement of business as on last day of the month previous to the one in which tender is invited) only. JV/Consortium bids will not be accepted.

ANNEXURE-III: TECHNICAL EVALUATION CRITERIA The evaluation methodology for the Technical Evaluation Criteria shall be as follows: The Technical Evaluation Criteria, as part of the technical bid, shall be evaluated for 100 marks, for which the criteria as well as marks are mentioned in the table below: The minimum qualifying marks in the Technical Evaluation Criteria is 60 marks. The price bids of only the qualifying parties shall be opened and evaluated further.

Sr. No.

Subhead Max

Marks

A Experience – Office Buildings 20

Executed design and build contract for interior works of offices under one contract, which are completed within last 7 years ending last day of the month previous to the month in which bids are invited, with a total built up area of:

i. More than 4000 sq.ft. upto 8000 sq.ft.

ii. More than 8001 sq.ft. upto 16000 sq.ft.

iii. More than 16000 sq.ft.

(The bidder needs to submit documentary proof like PO/Agreement, drawings with area calculation & completion certificate).

10 15 20

B Turn Over 10

i. Average annual turnover of last 3 years ending on 31.03.2019, more than Rs.135 lakhs but less than Rs. 270 lakhs.

ii. Average annual turnover of last 3 years ending on 31.03.2019, more than 270 lakhs but less than 675 lakhs.

iii. Average annual turnover of last 3 years ending on 31.03.2019, more than Rs. 675 lakhs.

5

7

10

C Professional Manpower – Architects 10

(Bidder to submit a list of the employees on his payroll along with qualification. The employees

should have been working for the bidder for atleast 3 months ending on last day of the month

previous to the one in which tender is invited)

i. Having 1 to 3 employees holding Degree of Architecture on their own payroll having a

bachelor’s degree in architecture.

ii. Having more than 3 employees holding Degree of Architecture on their own payroll

having a bachelor’s degree in architecture.

5

10

D Professional Manpower - Engineers 10

(Bidder to submit a list of the employees on his payroll along with qualification. The employees

should have been working for the bidder for atleast 3 months ending on last day of the month

previous to the one in which tender is invited)

i. Having 1 to 5 Civil/ Electrical engineers (with a B.E. or B.Tech. degree) on their own

payroll

ii. Having more than 5 Civil/Electrical engineers (with a B.E. or B.Tech. degree) on their

own payroll

5

10

E Design Presentation 50

Bidder shall make a design presentation for the subject job to the Evaluation Committee. The design presentation shall be evaluated on the following parameters by the committee who would assign marks against each of the criteria. The decision of the committee shall be final and binding on the bidder.

a. Design: General design concept and theme

b. Functionality: Ability of the building(s) to meet the functional requirements, optimum

space utilization, ability to meet emergencies, reduce noise pollution and innovative

solutions for various services

10

10

Sr. No.

Subhead Max

Marks

c. Aesthetics: Visual appeal of the proposed office and its ability to integrate with the

surroundings

d. Energy Savings: Maximum use of natural daylight features such as shading, insulation

and use of efficient light fittings and max use of renewable energy sources, intelligent

features for energy conservation

e. Project Management and Execution: Project Planning, Scheduling, Tracking and

Monitoring, Review tools, Logistics, Quality Assurance

10

10

10

Score on Technical Evaluation Criteria: 100

Note:

a) The bidders will be shortlisted as per the minimum criteria mentioned in the Bid Qualification Criteria.

b) Only bidders who are qualifying all the bid qualification criteria shall be evaluated as per the technical evaluation criteria and marks thereof given. Wherever the bidder doesn’t meet the minimum criteria mentioned in the table under various heads, the marks would be considered as zero in that particular head.

c) The Technical Evaluation Criteria shall be evaluated for 100 marks. As part of technical evaluation, bidder

will also be required to give a design presentation for the subject job to the Evaluation Committee. The design presentation shall be evaluated on various parameters as mentioned in technical evaluation criteria format by the Committee who would assign marks against each of the criteria.

d) The sum total of the marks obtained in the technical evaluation criteria should be equal to or more than

60 in order for the bidder to qualify for price bid opening.

e) In the price bid section, the bidder will be required to quote the lump-sum amount for doing the job. The bidder shall also upload the detailed BOQ in excel sheet, with rates for each item, relevant taxes, complete calculations along with the Price Bid.

ANNEXURE-IV: SCOPE OF WORK I. GENERAL:-

Building Detail: Sewree Fort Rd., BPCL Complex, Sewree, Mumbai-400 015 II. BACKGROUND:- The proposed renovation for developing state-of-the-art infrastructure facilities are to be carried out in office space at CPO Mktg. Shed of Size 8500sqft. Approx. at BPCL Complex, Sewree Fort Rd., Sewree, Mumbai 400 015.

i. Total number of floors : 1 ii. Carpet area of each floor approx. 8,500 sq.ft.

iii. Occupancy details proposed for the renovated floors are as approximately as follows:

Open office

seating

Independent open cubicle

Cabins without

secretary

Cabins with

attached secretary

Amenities

CPO Refinery

40 13 16 1 1) Conference: - 12/18 PAX – 1Nos. - 6/8 PAX – 1Nos. 2) Washrooms: - 1Nos. Gents - 1Nos. Ladies 3) Pantry – 1Nos.

CPO Mktg.

6 0 0 0 1) Conference: - 4/6 PAX – 2Nos. - 55-65 PAX – 1Nos. 2) Washrooms: - 1Nos. Gents - 1Nos. Ladies 3) Pantry – 1Nos.

Total 46 13 16 1

The occupancy details mentioned above is indicative.

1. Facilities Required: Open office areas, cabins, modular workstations, conference and meeting rooms, storage area etc. complete for the smooth functioning of office along with necessary furniture and fittings.

2. The indicative layout for each floor is attached as Annexure-A. The layout is only indicative showing the general

seating arrangement of employees. Bidder shall submit his own layout as per design along with design concept keeping in mind the optimum utilization of the available space while serving the intended functionality.

III. SCOPE OF WORK:-

The scope of work covers all aspects of planning; finalizing the concepts, developing architectural and working drawings and execution of the renovation work of the existing infrastructure facilities at CPO Mktg. Shed at BPCL Complex, Sewree Fort Rd., Sewree, Mumbai 400 015.

1. Broad scope of work includes Conceptualization, Planning, Preparation of Detailed Architectural and Services

Drawings, Coordination, Execution and Commissioning of following, to the utmost satisfaction of BPCL and as approved by BPCL -

● Repair of the existing MS Structural Members including welding, replacement of rusted bolt nuts etc. as

applicable ● Replacement of entire roofing sheet

● Civil Works including removing the plaster/hacking and re-plastering the walls wherever necessary. ● Toilets – construction of toilets including Plumbing, Sewage works, Sunken Waterproofing using Polymer

modified cementitious membrane, filling and finishing including full height wall tile in dado. ● Post Construction anti termite treatment. ● New flooring (Granite, Vitrified tiles, Wooden flooring etc.), using Cement Mortar / tile pasting adhesive

on the existing flooring as per approved by BPCL ● New dado work in tiles/ wall papers/ laminate/ back-painted glass/ mirror/ fabric/ acoustic panels/

decorative films/ texture paint etc. ● New False ceiling, as per approved elevation and of required type, including trap doors, under-deck

insulation etc. It is suggested that the false ceiling be restricted to minimum area without compromising on acoustics and aesthetics.

● Door works, as per the specifications as approved. ● Painting/ polishing/ finishing as per specifications as approved. ● Providing partitions/cupboards/shelves in plywood & laminate etc. as approved. ● Providing frameless glass partitions, doors etc. as approved. ● Toilet works including flooring, dado, ceiling, sanitary and CP fixtures etc., of approved make and model

complete with waterproofing treatment as approved. ● Water supply, drainage, sewerage etc. as approved (both internal & external) for the whole area under

renovation. ● Tables & chairs (customized or ready-made, as per the requirement) including work stations, storage units,

compactors, sofas, dining tables, dining chairs, high back chairs, mid back chairs, Social Furniture like high table, sit out etc. as approved.

● HVAC and Electrical system including mechanical ventilation, low side ducting, electrical works, power distribution, suitable illumination, public address system, and other associated services works as approved.

● CCTV system and Fire Detection system as approved. ● Internal signage of approved type and art-work ● Furnishing work, blinds of approved types, curtains etc.

2. The Scope of Work (SOW) described above is indicative. The items or part of work which are not clearly defined

in this document but are required to be carried out for successful completion and commission of the proposed structure shall be deemed to have been included in the scope of work and the bidder shall have to carry out such jobs as per the best industrial practice with due approval from BPCL at no extra cost.

3. As the new infrastructure is to be developed in an existing shed , the planning and execution should include developing of a proper plan including integration of existing with proposed Services viz. Drains, Water Supply, Sewerage, Air Conditioning, Lighting, Power distribution, etc. complete without disturbing the essential services to the rest of the building.

4. Obtaining the approval for Drawings finally from BPCL before execution.

5. Project Management and quality control by deploying Competent Technical Personnel.

6. Materials used shall be as per the approved makes. No materials shall be used without the prior approval of

Engineer- In-Charge.

7. Sufficient number of samples/ display boards shall be submitted to facilitate approval of finishing and other items.

IV. INDICATIVE DESIGN BRIEF

The following is the brief to be used as a guideline by the Bidder to design the proposed office. The design brief is only indicative, and the bidders are free to use their creativity, knowledge and concepts etc. wherever considered necessary.

Sr. No.

Area Provisions Remarks

1

Design Philosophy 1. Infrastructure is to be designed in such a way that it is safe and sustainable.

2. Modern and fresh design and use of colours. 3. Collaborative office with breakout spaces/ open

office.

2. Office Facility Description.

a) Interior Space Maximization

Well-designed corridors with maximum naturally lit office space. 1. Cabin with secretary – 1 approx. 2. Cabin w/o secretary – 16 approx. 3. Cubicles with visitor- 13 approx. 4. Open office seating with visitor- 40 approx. 5. Conference Rooms 6. Pantry with sink inside the office space. 7. Meeting rooms inside the office space.

Details of furniture in office area specified in Annexure-B

b) Flooring Combination of the following types/varieties of flooring: - 1. Vitrified Tiles of approved quality / type in the

entrance floor Foyer, Lift, open office area, passage, cabins without attached secretary, all other areas unless specified otherwise.

2. Laminated wooden flooring of approved quality &

finish in open discussion area, conference rooms, cabins with attached secretary.

3. Vitrified Tiles with skirting to be of approved make

& minimum size 800x800mm. For Lobby area, the min size of tile shall be 800x 1200 mm.

Basic rate of tile Rs. 1000/- per sq.mt. (after discount,

excluding taxes, freight, etc.). Basic rate of laminated flooring Rs.1250/- per sq. mt.

(after discount, excluding taxes, freight, etc.). 4. Artificial Grass of approved make & quality as per

design concept

c) Water Conservation

1. Leak proof plumbing. 2. Low volume Flushing and flowing fixtures from

approved reputed brands

d) WC & Urinals 1. Approved low water consumption fixtures with good aesthetics from reputed brands - EWCs with concealed cistern.

2. Sensor based urinals

e) False Ceiling Preferably, maximum open office area shall be without false ceiling but without compromising on acoustics and aesthetics. Wherever false ceiling is

Sr. No.

Area Provisions Remarks

required, following type of false ceiling to be used:

Combination of Calcium Silicate board/ Mineral soft fibre beveled regular edge tiles/ Aluminum powder coated false ceiling of approved brands.

Woodwork grill with backer,

Acoustical baffle ceilings in open workstation area & combination of customized cloud ceiling panels 30 mm thick flat fibre glass panels

f) Wall Lining/ Partitions

1. The partitions between cabins shall be of GI Frame with Gypsum Board Double skinning along with Rockwool insulation finished with emulsion paint, texture paint, wall paper, back-painted toughened glass, fire-resistant fabric etc., as per design.

2. Laminate/Fabric finish in Conference Hall along

with Acoustical Wall paneling of approved make in conference rooms etc. in combination with fabric/ other finishing.

3. The front side of the cabins shall be demountable

toughened glass partition with performance level of sound reduction coefficient (Rw) of not less than 37 dB.

4. 100mm thick Sliding Folding partitions of Dorma,

Ingersol or other approved brands in the conference/ meeting rooms.

5. Soft Board and White board of approved make &

quality in all workstations including cabins.

6. Modular half height partitions for work stations and cubicles of approved make & quality

g) Finishing & Furnishing

Anti-skid Vitrified tiles of approved make & size on flooring and walls of Toilets & Hand Wash Areas. Dado tiles on walls shall be up to ceiling height. Basic rate of tiles Rs. 1000/- per sq.mt. (excluding taxes, freight, etc.). Plastic emulsion paint with POP on walls and ceiling. Textured painting on walls Melamine polishing on wooden surfaces. Premium Wall Covering (Wall Fabric/ Wall Paper of approved make & quality). UV Coloured Film and lettering on Glass of approved quality & artwork.

Sr. No.

Area Provisions Remarks

Translucent Roller Blinds of approved make & mechanism. Black out Roller blinds of approved make & mechanism. Printed films of approved quality & artwork.

h) Acoustics Best Quality acoustics inside Conference rooms, and open office/cabins.

i) Water Proofing Treatment

To be done in Toilets, Pantry & wherever necessary.

j) Door/ Windows 35 mm thick Panel Bonded Flush Door Finish with laminate on both sides for main cabin in cabins with secretary.

12 mm thick Toughened Glass single leaf Door for all the cabins with all fittings fixtures.

Main doors Openable doors - double leaf with 12 mm thick toughened clear glass.

12 mm toughened Glass with decorative film / 35mm flush door as per design for conference/ meeting rooms & Toilets.

Aluminum Windows

k) Toilets/ Plumbing Sanitary Ware (Sensor based urinals, EWC with Concealed flushing system, health faucet, Counter Top Wash Basin with sensor-based Pillar Cock etc. approved make/quality/ model). Plumbing fittings – Florentine Series of Jquare make or approve equivalent; Sanitary fittings – Ornamix series of Jaquare make or approve equivalent.

Sewer & Drainage Lines with PVC Pipes of min 6kg/cm2.

Readymade toilet cubicles of approved quality including all accessories and hardware. with door.

Glazed aluminum ventilator (Colored /dyed anodized) in toilets.

Granite/Corian Counter in Hand Wash areas & Kitchen/Dining areas.

l) Miscellaneous Works

Artificial grass flooring

Picture Frame

Internal Signage & artwork as per design.

SS Perforated Dustbins

Planters – Natural/ Artificial

ACP Cladding for outside façade.

PCC works for levelling the floor.

Backlit Signage of with 2MM powder coated folded aluminium panel with acrylic pasted on the frame with stencil cut vinyl graphics, water proof LED with necessary power supply.

As per approved design

Sr. No.

Area Provisions Remarks

3 HVAC 1. The bidder has to provide state of art Energy Efficient Ductable Air Conditioning System (with VFD A/C system), insulation. Diffusers, Collar dampers, VCDs, Acoustics, Grills, etc. to be provided.

2. Proper ventilation should be considered for

design as per standards.

3. VAV Box shall be provided for each diffuser and wired remote control is to be installed to control the temperature.

Indoor Conditions design shall be as following : Temp: 24+/-1 degree Celsius. Humidity: Not more than 60 Or ASHRAE 55 for Indoor design conditions.

4 Electrical

a) Distribution System

State of the art electrical system should be provided consisting of the following sub systems: 1. Point wiring 2. Low tension panels and distribution boards 3. LT cabling and terminations. LT Cabling

(Aluminium) and wiring (CU _ FRLS) to be equipped with latest technology

4. Earthing 5. Underfloor raceways 6. UPS power backup (For server, Public Address

System, Fire Detection System/ other security systems)

7. Wire Mesh Type cable tray Cabling for data networking and voice, and associated servers and racks are not included in the scope of the tender. Same shall be provided by BPCL. However, raceways & switch plates with RJ45 & RJ11 jacks are included in the bidder’s scope

Areas will be designed to run on available power systems. Power Supply shall be met from the existing electrical facility in the campus.

b) Illumination Passive intelligent structure design to ensure maximized use of ambient light. Powered lighting will be energy efficient. Motion sensors will monitor space usage and switch on/off powered lights in conjunction with ambient light. Indoor energy efficient LED fixtures Sufficient illumination shall be ensured in all areas as per relevant standards

Energy efficient lights and fixtures of approved brand and model would be used. Lights should be switched on immediately when a person enters and switch off after he leaves the place. Possibility of “Low-power” lighting can be explored.

c) Safety and Security

Public address system with provision of microphone and playback. Speakers to be provided in office/dining area including cabins so that entire office area is covered. Each Cabin shall be provided with a speaker with adjustable volume.

Sr. No.

Area Provisions Remarks

Addressable Fire detection and alarm system with smoke detectors and other fixtures of approved make and quality. Fire Extinguishers as per the requirement CCTV system of approved make and quality. CCTV shall cover reception/ lift lobby area/ main & emergency stair cases. (The entry and exit points of each floor). No CCTV is required inside office area.

5 Conference/ Meeting Rooms/ Reception area

a) Meeting/ Conference Rooms

No of Meeting rooms as per design of following sizes

o 4/6 Seater o 8/10 Seater o 14 Seater o 55-65 Seater

b) Furniture/ Equipment in all the meeting/ conference rooms

Foldable/ Movable/ Fixed table

Chairs

Glass writing board fixed on the studs or pasted.

Reception desk in reception area

Cable cubbies of required numbers with HDMI, VGA & AUX, LAN, Power Points

c) AV Equipment in all the meeting/ conference rooms

Reception area shall have Signage with TV arrangement.

LED Display of suitable size (Min 46” for 6/8 PAX Meeting Rooms, Min 65” for 14 PAX Meeting Room, min 98” for 55-65 PAX Conference/ Board Room) as per the capacity of rooms along with required cable cubbies on the table, HDMI, VGA Cables, Scaler/ Switcher etc.,

Acoustically designed Audio system in 55-65 pax conference room Only - along with 20 Nos. of Cable cubby Each Cable Cubby shall have 2 power sockets controlled by 1 switch, one HDMI, One LAN Port, Auto switcher (with VGA and HDMI) with adequate inputs and outputs using AV over IP technology, min 6xHandheld Mic, 2xlapel mic and DSP, Adequate Ceiling speakers for equal distribution of audio throughout the room, Pair of Amplifier to drive above set of FOH and ceiling speakers and create zones, Control system + iPAD for controlling all AV equipments and create various application scenarios, Lighting control to dim, on and Off LED lights, Adequate Rack, Adequate Cables and Connectors

Sr. No.

Area Provisions Remarks

Touch interactive Meeting Scheduler display (min 7” or larger, room scheduling panel with touch screen (POE based) along with Perpetual licenses for all panels/rooms to support Outlook integration) at the entrance of each conference room (including hardware cost). Currently BPCL has Crestron Fusion the proposed system should be integrated with the existing system at BPCL. The system shall be centrally integrated and shall have provision to manage the scheduling centrally over LAN/ Network.

6 Furniture Reception table

Centre tables

Side tables

Modular Work stations

Cubicle tables

Cabin tables

Conference room tables

Hinged Door Storage units of suitable size

Sliding Door Storage units of suitable size

Storage Optimizers/

Compactors: as per design

Low height printer storage

Medium back chairs

Visitor chairs

Full back Chairs

Single seater/ two seater/ three seater sofas

High chairs

Details of furniture to be provided in office area is specified as Annexure-B. Suitable storage space (both individual and shared) should be provided on each floor.

7 Roof

Roof Sheet MxSeam sheets (STANDING SEAM) for roofing: Supply and fixing of onsite roll form Standing Seam Pre Painted Galvalume (PPGL) steel MxSeam 480 profile sheet (with clips) of 480 mm effective cover width, nominal 45 mm crest depth. The feed material is manufactured out of nominal 0.60 mm total coated thickness (TCT), Hi-tensile steel with minimum 245 MPa yield strength, metallic hot dipped coated with Aluminium Zinc alloy (55% Aluminium, 43.3% Zinc & 1.6% Silicon) as per AS 1397 – ZincAl AZ 150 (min. 150 grams / sq. m. total on both sides)Minimum 250 Mpa yield strength, with RMP (Regular Modified polyester) coated sheets shall have pre-coating consisting of Top coat – Epoxy primer Polyester coating of approved shade – 25 Micron, Back coat- 6 to 8 Micron primer. Make- JSW, Jindal, Tata or approved equivalent make, Color : as per engineer in charge Note : GI clips cost included in quoted price. (2.5 nos. per sq.m.)

Sr. No.

Area Provisions Remarks

Rockwool Insulations: Supply and fixing of Rockwool insulation, 50 mm Thick and 48Kg/density. GI Sub Girth: Supply and fixing of 1.5 mm thick GI sub girth, which will be fixed as a secondary member to support the top roof. The Girth of the Z spacer will be around 140 mm considering insulation thickness of 50 mm MxLine 1050 Bottom Liner Sheet : Supply and fixing of Pre Paited Galvalume (PPGL) Sheet in 1050 mm effective cover width and nominal 18 mm ribs at nominal 175 mm centre-to centre. In each of the pans is shaped with two small rib for making the profile much stronger & strengh with looks. The feed material is manufactured out of nominal 0.50 mm total coated thickness (TCT), Hi-tensile steel with minimum 245 MPa yield strength, metallic hot dipped coated with Aluminium Zinc alloy (55% Aluminium, 43.3% Zinc & 1.6% Silicon) as per AS 1397 – ZincAl AZ 150 (min. 150 grams / sq. m. total on both sides)Minimum 550 Mpa yield strength, with RMP (Regular Modified polyester) coated sheets shall have pre-coating consisting of Top coat – Epoxy primer Polyester coating of approved shade – 25 Micron, Back coat- 6 to 8 Micron primer. Make- JSW, Jindal, Tata or approved equivalent make Color : off white (RAL 9002) Basic Rate for above sheet system to be Rs.2500 per sq.m. Polycarbonate sheet for Day Lighting: Supply and fixing of 2mm thick clear Embossed polycarbonate sheets of approved make and profile as per approved drawings to be fixed along with Weld mesh at the bottom as a Safety Protection. Further the Polycarbonate sheet fixing details will be in accordance to Standard fixing details to ensure that there are no leakages through the Polycarbonate and Roof Junction. Basic rate for sheet to be Rs. 1200 per sq.m. Supply and fixing of Aluminium gutter in 2 mm thickness along with accessoriese up to 600 mm girth. The Aluminium Gutter has to be Welded joint and not nut bolted. The Welding should be done by a expert welder and there should be no pin holes in the welded joints and thus ensuring no leakages through the gutter. Supply and fixing of color coated Galvalume accessories & Flashings like Ridge flashing, Barge Flashing, corner flashing etc. The Flashing material will

Sr. No.

Area Provisions Remarks

be in same thickness as that of the Liner sheets which is 0.5 mm thk Colour coated Galvalume. Supply and fixing of Galvalume downtake pipe 100 x 100 mm size in same material thickness as that of the Liner Sheet that is 0.5 mm thk.

Wall Sheet Supply and Fixing wall sheet using neat 0.45 mm thick colour coated corrugated Roof sheets along with long line crimp of Tata Durashine/ JSW Colouron+/ Essar or approved equivalent make withrequiste slope and crimp at the edges and verticals including vertical /curved surface fixed with polymer coated J or L hooks, bolts and nutsand G.I. limpet washers or with G.I. limpet washers. Rate to include cost towards clearing the debris to designated dump yard outside the premises of BPCL. Basic Rate for the sheet be Rs.500 per Sq. m.

NOTE: (i) The Submitted design should be maximum complaint with vastu. For AC temp. at every corner should be 24 degrees. (ii) The rates are applicable for all heights / depths and floors including scaffolding, unless otherwise specified.

V. CONCEPT OF THE PROJECT:-

The proposed office should be an engaging, collaborative workspace and be designed for employee wellbeing (should be also friendly to the differently abled people). It should also be Environment Friendly and Energy Efficient.

The proposed space should be “Intelligent” in the context of managing HVAC, Lighting, Water management etc.

VI. ARCHITECTURAL PROGRAM:-

Required Features: 1. Minimal disturbance to site conditions. 2. Use of environment friendly building materials. 3. Use of non-toxic and recycled/recyclable materials 4. Use of energy efficient and eco-friendly equipment. 5. Indoor air quality for human safety and comfort. 6. Use of fire retardant materials.

The Bidder should get acquainted with the Building Byelaws/ Town planning and the Rules and regulations of Govt. of Maharashtra/ Central Govt. / Local Municipal Bodies before Execution. Before preparing the master layout and conceptual drawings, it is imperative on the part of the Bidder to visit the site so as to get the correct idea of the site. BPCL would like the Bidder to bring forth his best concept bearing in mind the following:- Infrastructure should be planned on the functional requirement consistent with economy. It is left to the professional

expertise of the Bidder to bring forth his best concept and to draw the best lay out plan. The lay out should be fully functional, aesthetically pleasing and economically viable and utilizing the space to the best advantage. VII. MATERIALS & FINISHES (Durability, Maintenance & Suitability):- The choice of materials for internal finishes and services is to be principally governed by:

· Ease of Maintenance. · Longevity and resistance to weathering. · Ability to sustain wear & tear to reasonable limits. · Ease of availability for replacement in future, if required. · Cost effectiveness. · Attractive visual appeal. · Appropriateness to the location & use. · Use of wood should be avoided/ minimal.

VIII. FACILITIES TO BE DEVELOPED:- For the office space complete with furniture and systems/services:

Open Office Seating

Independent cubicle seating

Cabin Seating

Cabin seating with attached Secretary

Conference Room/ Meeting Room – as per design

Gents and Ladies’ washrooms as per standards

Pantry with sink

Storage area/ Compactor rooms

Breakout spaces

Lobby/Reception area

Layout with plenty of natural light in the proposal.

Common facilities:

Meeting Room/ Conference Room area with various sizes of Huddle room, syndicate room, meeting room, conference room, multi-purpose room

Telephone exchange/server/control room

Reception/ Waiting Lounge/ Seating area with furniture to be provided on each floor. IX. SPECIFICATIONS:- The bidder has to design and present the concept keeping in view the corporate image of BPCL. Specifications have to be functional and matching with the designated areas. Bidders have the freedom to adopt their own specifications to suit the concept subject to approval. X. LIST OF APPROVED MAKES:- Standard Makes from Quality / Reputed Manufacturers to be considered. Refer Annexure-C. XI. LIST OF ADDITIONAL REQUIREMENTS:-

a) Column free interiors for optimized occupancy. b) The interiors to be flexible for any future conversion. c) Comply with all relevant requirements for minimizing dust and noise. d) Comply with all electrical, fire and other relevant safety requirements e) Signage for Toilets, Entry, Exit, Push & Pull, Directional and All Statutory Signage shall be provided. f) Digital Signage for reception area.

XII. DISMANTLED MATERIALS: The dismantled material (serviceable/ unserviceable) retrieved from the site during execution of renovation works in existing area will be the property of the contractor. The contractor should quote his lump sum price in price bid format accordingly after discounting the salvage value of such materials. XIII. SAFETY / SITE CONDITIONS- HEALTH & SAFETY STANDARDS TO BE ADHERED TO:- As part of its proposal, the bidder must take full responsibility for the adequacy, stability and safety of all site operations and ensure that the methods of carrying out the work and the project by the bidder including his workers, employees, sub-contractors and vendors meet all the necessary safety standards and requirements of the HSSE standards of BPCL.

ANNEXURE-B

LIST OF FURNITURE TO BE PROVIDED IN CABINS/ OPEN OFFICE

Open Office Seating Workstation of min. size 5'0" x 2’0” with vertical sliding door side storage unit of approx. size 3’0" x 1’6” x 2’6”, Two drawer Pedestal 1 no.

Soft board & white board

Chair- Godrej PCH 7002D (1no.), visitor chair PCH 7004D (1no.) or approved equivalent.

Modular partition with framework and tile design separating each workstation

Cubicles in open office

Table of min. size 5'6” x 2’6” with vertical sliding door side storage unit of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no.

Hinged door storage unit of minimum size 3’ x 1’6” x 2’6”. Minimum 1 no. Additional unit may be provided as per space availability.

Soft board & White Board.

Chair- Godrej PCH 7002D (1no.), visitor chair PCH 7004D (2nos.) or approved equivalent

Modular partition with framework and tile design for separating cubicles as per design

Cabin Without Secretary

Table 6'0" x 3’0” with vertical sliding door side storage unit of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no.

Soft board & White Board.

Full length hinged door storage unit on rear side as per space availability

Chair- Godrej PCH 7001D (1no.), visitor chair PCH 7004D (3nos.) or approved equivalent.

Two seater sofa – 1 no.

Cabin With Secretary

Table 7'0" x 3’0” with side storage unit of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no.

Full length hinged door storage unit on rear side as per space availability.

Soft board & White Board.

Chair- Godrej PCH 9101R (1no.), visitor chair PCH 9103R (3nos.), or approved equivalent

Three Seater + Two Seater Sofa set with corner and centre tables

Framed prints, etc.

Secretary Cabins Table 6'0" x 2’6” with vertical sliding door side storage unit of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no.

Soft board & White Board.

Chair - Godrej PCH 7002D (1no.), visitor chair PCH 7004D (2nos.), or approved equivalent.

One Two Seater Sofa.

Shared Storage Hinged door units of min. size 3’0” x 1’6” x 4’0” and other sizes as per space availability

Compactors/Storage optimizers in a combination of min. two bay twin mobile and single static units each of approx. size 3’0” x 2’6”.

ANNEXURE-C

LIST OF APPROVED MAKE, BRANDS &MANUFACTURERS

Unless otherwise mentioned, any one of the following approved makes or brands shall only be allowed to be used. In case of non-availability due to any verifiable reason, EIC may allow alternate brand(s), if sufficient options are not available. In case of a product not mentioned in the list, material/brand/model needs to be approved by Engineer-in-Charge, before use. FOR CIVIL WORKS

SR. NO.

MATERIAL APPROVED MANUFACTURER / SUB CONTRACTOR / SUPPLIERS

CIVIL/ INTERIOR WORKS

1 Cement Ultra Tech, ACC, Ambuja

2 White cement Birla, J.K.

3 Structural steel TATA, SAIL

4 Water-proofing compound / material Pidilite, Dr. Fixit, Fosroc, Roff/ BASF

5 Tile adhesive cement and joint filling compound

MYK Laticrete, Ardex,

6 Glazed tiles (1st Quality) H & R Johnson, Nitco, Kajaria, Asian

7 Vitrified tiles (1st Quality) Kajaria, H & R johnson, Nitco, Asian

8 Ceramic tiles(1st Quality) Kajaria, H & R Johnson, Nitco, Asian

9 Wooden Flooring Pergo, Armstrong, Ego

10 Water proofing agency Authorized applicators of approved manufacturers

11 Ready Mixed Concrete L&T, ACC, Ultra Tech, any other approved suppliers in vicinity

12 AAC Block Aerocon, Siporex, Ultra Tech.

13 Structural repair Chemical Dr. Fixit, FOSROC, BASF

HARD WARE /PAINT/PLYWOOD

13 Paint-Plastic Emulsion/ Exterior/ OBD/ Luster Asian paint, ICI Dulux, Burger, Nerolac

14 Fire retardant paint Akzonnobel, Newkem

15 Locks Godrej, Kich, Hetich

16 Laminate Greenlam, Formica, Century, Anchor, Merino, Duro

17 Plywood Anchor, Century, Greenply, Duro

18 Veneer Anchor, Century, Greenply

19 Stainless steel handle Kich, Dorma, Geze, Hafele

20 Floor spring / Door closer / fittings Dorma, Hemco, Hafele, Geze

21 Flush Doors Anchor, Century, Greenply

22 Antifungal Paint Asian Paint, Berger Paint, ICI Dulux, Nerolac

23 Sliding Folding Partition Dorma, Haffle, Geze

24 Modular Glass Partition Lindner/Bene/Trimline/Otic

25 Reed Accoustical Panelling TIANGE, MARK, Vedanta Interior

26 Fire retardant fabric RSWM, Arvind, Mafatlal

27 Wall paper Muraspec, Marshalls, or Equivalent

28 Glass/ Mirror Asahi, Saint Gobain, Modiguard or Equivalent

FURNITURE

29 Chairs, tables, sofas, storage units, other furniture

Herman Miller/ Godrej/ Steelcase/ Haworth

FOR FALSE CEILING & MISC ITEMS

Sr. No. Material Approved Manufacturer / Subcontractor / Suppliers

False Ceiling

1 Calcium Silicate false ceiling Ramco, Gyproc or Equivalent

2 Gypsum board Saint Gobain Gyproc/India Gypsum

3 GI Section Saint Gobain Gyproc/India Gypsum

4 Open Cell Ceiling Durlum / Armstrong/ Hunter Douglas

5 Aluminium false ceiling Durlum / Armstrong/ Hunter Douglas

6 Acoustical false ceiling & Paneling Armstrong / Ecophone/ AMF / Hunter Douglas

PLUMBING WORKS

Sr. No. MATERIAL NAME OF MANUFACTURER

1 G.I. ‘C class’ Pipes for water supply TATA / Jindal / Sail

2 G.I. fittings ‘R’ Brand / R - Brand / Unik

3 C.I. SWR Pipes & fittings for Drainage (IS 3989) NECO / SKF

4 CPVC pipes Astral, Ashirvad, Prince or Equivalent

5 PVC Pipes for drainage & Rainwater. Supreme / Prince / Finolex

6 Brass & Gun metal gate valve. LEADER / Zoloto / Sant

7 C.I. Sluice valves Kirloskar / IVC / As per IS standard

8 Ball valves LEADER / ZOLOTO / Sant

9 Butterfly valves Audco / C&R / Advance

10 Air release valve LEADER / HAWA / Zoloto

11 Non Return Valve Kirloskar / IVC / ISI approved

12 Strainers LEADER / ZOLOTO / IVC

13 CP Sanitary Fittings Jaquar Florentine series or equivalent

14 Sanitary ware Parryware/ Hindware/ Jaquar

15 Pressure switch Indfos / Danfoss / System Sensor

16 Pressure Gauges Fiebig / H. Guru / Venus

17 Enamel Panting of pipes etc. Asian (ADCOLITE ONLY ) / GoodlasNerolac / ICI

18 Paint Primer Asian / Jenson Nicholson / other equal

19 Dash Fasteners Shakti / Anchorman / Hitech

20 CPVC valves Astral, Ashirvad, Prince or Equivalent

ELECTRICAL WORKS

Sr. No

MATERIAL

NAME OF MANUFACTURER

1 Wires (FRLS) Polycab, Finolex, KEI, Gloster, Havells.

2 Switches , Sockets , face plates, TV, telephone, data outlets and GI back box

Legrand (Mosaic/ Arteor), Crabtree (Athena), MK (Blenze), ABB (Cherian) Anchor Roma

3 Conduits Precision

4 Electrical panels CPRI Approved

5 Distribution boards Legrand , Siemens, Schneider, L&T.

6 Switchgears( ACB/MCCB/MCB) Legrand, Siemens, Schneider, L&T

7 Cables Polycab, KEI, Gloster, Havells.

8 Chemical earthing Indelec

9 Light Fitting Philips / Havells / Jaquar

10 Underfloor Raceway MK, Legrand

11 CAT 6 Cabling TE Connectivity (AMP Netconnect)/ Systimax/

ADC Krone/ Panduit/ Siemon

12 Patch Panel TE Connectivity (AMP Netconnect)/ Systimax/ ADC Krone/ Panduit/ Siemon

13 Switches Legrand or equivalent

14 Racks Valrack or equivalent

15 Intelligent addressable Fire alarm system Honeywell/ Essar/ Johnson/ Siemens or equivalent

16 Public address system Bosch, Honey well, Yamaha or equivalent

17 UPS Emerson, Schnider, APC or equivalent

18 Exhaust fan Usha/Bajaj/Crompton/Havells

19 Emergency Exit Light Fixture Prolite

20 Batteries Exide /Amaron/ Amara Raja

21 Cable Tray UB/Profab/Legrand

HVAC WORKS

Sr. No. MATERIAL

APPROVED MAKE, BRANDS & MANUFACTURERS

1 Equipment Carrier/Hitachi/Voltas/Bluestar/Daikin

2 Fans Kruger/Nicotra/Carryair

3 Ducting Rolastar/Ductofab/RSP/VJ Perfect/ Eqv.

4 Air Products Airmaster/SystemAir/ Cosmos/Ruskin Titus

5 Heater Daspass/Mathrusree

5 Humidifier Raidcool/Daspass

6 Copper Piping Rajco/Mandev/Totaline/Maxflow

7 Insulation Armacell/K-Flex/ALP

8 Cable Trays Patny/UB Engineering/Profab

9 Switch Gear ABB/L&T

10 PVC Pipe AKG/BEC-Plast/Supreme/Sudhakar/Ajay

11 Cables Polycab/Orbit/Finolex/Masterflex

12 Starter Panels CPRI Approved Vendor

SAFETY AND SECURITY WORKS

Sr. No. MATERIAL APPROVED MAKE, BRANDS & MANUFACTURERS

1 Fire Detection Alarm System Siemens/ Honeywell/ /Simplex/ Johnson

2 Public Address System Bosch/ Honeywell/ Ahuja

3 CD/DVD player Philips/ LG/ Dell/ Sony

4 Volume Controllers Alpha

5 FRLS speaker cable Varsha/ Deepanjan/ Polycab

6 CCTV Hikvision/ CP Plus

10 PoE Network Switch Cisco/D-Link/Eqv.

11 Armored CAT6 Cable D-Link/ Varsha/ Deepanjan

12 Racks for Mounting Netrack/Eqv.

13 Co2 type Fire Extinguisher Safex/ Minimax/ Nitin Fire

14 ABC Stored pressure type Safex/ Minimax/ Nitin Fire

15 Fire Buckets Safex/ Minimax/ Nitin Fire

16 Signage Prolite/Equivalent

AV System

Sr. No MATERIAL APPROVED MAKE, BRANDS & MANUFACTURERS

1 LED Display Samsung/ LG/Panasonic

2 Cable cubby Extron/Kramer/Crestron

3 HDMI patch cables Extron/Kramer/Crestron

4 Volume Controllers Extron/Kramer/Crestron

5 VGA Audio patch cables Extron/Kramer/Crestron

6 Scaler + Switcher Extron/Kramer/Crestron

7 Speakers / Sound System Harman/ JBL / Bose

8 Microphone / Receiver Harman/ JBL / Bose

9 Interactive Room Scheduler Crestron/Condeco/Onelan

The Contractor shall supply ISI marked material as per any of the makes or brands indicated above. In case ISI marked material for any of the brands is not being manufactured, first quality material shall be accepted. The samples of the material shall in either case have to be got approved form the Engineer. Material where no make/brand has been mentioned, ISI marked samples shall be submitted by the Contractor for approval of Site Engineer. For those classes of materials, where no firm exists with ISI approval, sample of first quality material of the firm shall be submitted for the approval of the Site Engineer.

ANNEXURE-V: SPECIAL CONDITIONS OF CONTRACT 1. Validity of Offer: The rate quoted against this tender is valid for 120 days from the date of opening of this tender.

2. Currency: Bidders can quote in Indian rupees only. 3. Prices will remain firm during the entire period of execution of order.

4. Date of Commencement: Date of handover of site

5. Security Deposit: Security deposit is applicable at Rs. 1 (one) Lakh, which shall be retained till the completion of the job. The Earnest Money Deposit (EMD) of Rs. 1 (one) Lakh of the successful bidder shall be converted to Security Deposit (SD). MSE bidders will be required to submit Security deposit of equivalent amount if found successful.

6. Minimum value of work for interim certificate: Rs.25 (Twenty Five) Lakhs only

7. Period of completion: The entire job as per the scope of work, from concept to commissioning shall be completed within 4 Months from the date of hand over of site. The bidder shall submit a detailed bar chart showing the schedule of activities before commencement of work. It shall be ensured that this schedule is adhered to for timely completion of the work.

8. Liquidated Damages: The completion period for the entire work as stated above shall be deemed to be the essence of the contract. In case of delay in completing the work beyond the specified completion date, liquidated damages shall be applicable at 0.5% of the actual contract value per week of delay or part thereof subject to a maximum of 5% of the concluded contract value

9. Defect Liability Period: One year from the date of handing over on total completion of project

10. Retention Money: The successful bidder shall submit Performance Bank Guarantee for 10 % of the contract value (excluding GST) for the performance guarantee period of one year, upfront, or for 10 % value of each running bill valid for the performance guarantee period of one year with a claim period of 6 (six) months thereafter, or 10% of each RA shall be deducted upfront and be retained as retention money. At the end of the Contracted works, PBG submitted shall be held as Retention money for a period of 12 months after completion of the contract. So Bank Guarantee shall be valid to cover the contract period and defect liability period of one year from date of completion of job with claim period valid for 6 months from the date of expiry of the Defect Liability Period. Vendor may inform BPCL to include the retention clause of 10% in the Contract if the vendor does not intend to submit the PBG at the time of placement of contract. The retention amount in lieu of PBG, will be retained till the expiry of defect liability period.

11. Payment Terms: - Stage wise payment shall be made as follows based on work completed at site to the satisfaction

of BPCL:

a) Preparation of concept design, incorporating the changes suggested by BPCL and obtaining BPCL approval, preparation of detailed engineering and architectural drawings, Civil interior, HVAC, Electrical, Sanitary & plumbing drawings, etc. complete and their approval by BPCL: 2% of the total contract value.

b) Completion of various items of work as per BOQ and approval of measurement by BPCL: Payment based on actual quantities consumed at site as per approved measurement. The 2% of total contract value paid above in first stage shall be deducted from the subsequent running account bill of the bidder. No extra payment shall be made for architectural and project management consultancy services.

12. EVALUATION / ORDER AWARD CRITERIA: This Tender is being invited through Open (Domestic) Tender as two part bid. The bid qualification evaluation of the received bids will be done as per the above bid qualification criteria and the technical bid of only the pre - qualified bidders will be evaluated subsequently, as per the technical evaluation criteria given above. Only the price bids of the techno-commercially qualified bidders will be opened and evaluated. The order shall be placed on the lowest successful bidder for the complete job.

13. It is bidders’ responsibility to quote correct HSN/SAC code and GST% in the price bid.

14. Defective works, if noticed, the contractor has to replace the same without any additional charges.

15. The bidder shall work out the detailed Bill of Quantities (BOQ) and the total quote of the work shall be uploaded in the price bid. The bidder shall also upload the detailed BOQ in excel sheet, along with rates for each item, relevant taxes, complete calculations along with the Price Bid. Detailed BOQ calculations should not be uploaded in the Techno- Commercial section of the bid.

16. The bidder shall upload the detailed Bill of Quantities (BOQ) in the prescribed format in the price bid section of the

tender. The lump-sum amount inclusive of taxes quoted by the bidder should match with the total amount inclusive of taxes mentioned in the BOQ. In case there is any difference in the lump-sum amount quoted in price bid and total amount mentioned in BOQ, the lump-sum amount quoted in price bid form will be considered for calculation of Financial bid score for award of job.

17. Vendor shall provide BOQ in SI Unit System only.

18. The Scope of Work (SOW) described in the tender is indicative. The items or part of work which are not clearly

defined in this document but are required to be carried out for successful completion and commission of the proposed structure shall be deemed to have been included in the scope of work and the bidder shall have to carry out such jobs as per the best industrial practice with due approval from BPCL at no extra cost.

19. The payment shall be done on the basis of actual quantities consumed as per agreed rates of items in the BOQ. There shall be no upward variation permitted beyond 5% of the overall contract value. No separate payment shall be made for architectural and project management consultancy services.

20. Warranty: All equipment and fittings provided by the bidder shall be under warranty of two years from the date of

handover of completed site to BPCL.

21. PAYMENTS: BPCL has setup a Business Process Excellence Centre (BPEC) for Vendor Invoice processing. BPEC will function as a payments factory to receive, digitize and process vendor invoices in a timely and accurate manner. In addition, the centre will receive and account for Performance Bank Guarantees (PBGs) and Bank Guarantees (BGs). ORIGINAL COMMERCIAL INVOICES (IN TAX INVOICE FORMAT) will need to be sent to BPEC including Supporting Documents for Payments.

PLEASE SEND THESE DOCUMENTS TO THE FOLLOWING ADDRESS FOR PAYMENT PROCESSING:

BUSINESS PROCESS EXCELLENCE CENTRE (BPEC) 4th FLOOR, BPCL OFFICE COMPLEX

PLOT-6, SECTOR-2, BEHIND CIDCO GARDEN

KHARGHAR, NAVI MUMBAI-410210

MAHARASHTRA, INDIA

22. BG Confirmation:

To expedite BG confirmation process, BPCL has tied up with SBI for implementation of SFMS Bank Guarantee wherein the vendor has to quote our IFSC code and Account number to bank at the time of BG application based on which SBI will send a swift message confirmation to dedicated email ID of BPEC and the same shall be considered as BG verified by the bank.

Accordingly vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given below) to their Bank at the time of application for Bank Guarantee in favour of BPCL. Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL Bank confirming the Bank Guarantee as genuine. BPCL’s Bank (SBI) shall in turn send the said SFMS message to BPCL’s dedicated email ID basis which BPEC shall consider the said Bank Guarantee as verified by Bank. After getting the physical BG from the vendor, BPEC Team shall validate the same with the Swift message and shall proceed with the release of payment to vendors which is due against the said Bank Guarantee

BANK DETAILS:

Name of Bank: State Bank of India

Branch: CAG Branch, Mumbai

Account No: 11083980831

IFSC Code: SBIN0009995

23. START-UPS MEDIUM ENTERPRISES:

In case a start-up is interested in supplying the tendered item, but does not meet the Pre-Qualification Criteria (PQC)/ Proven Track Record (PTR) of Prior Turnover norm as indicated in the tender document, i.e., in this case the Bid Qualification Criteria (BQC) Annexure I, the start-up may be requested to write a detailed proposal separately and not against the present tender requirement, to the tender issuing authority about its product. Such proposals should be accompanied by relevant documents in support of Start-ups as under:

i. Certificate of Recognition issued by Department of Industrial Policy and Promotion (DIPP), Ministry of Commerce and Industry, GOI

ii. Certificate of Incorporation/Registration.

iii. Audited P&L statement of all the Financial Years since incorporation. In case where balance sheet has not been prepared, bidder shall submit a certificate in original from its CEO/CFO stating the turnover of the bidding entity separately for each Financial Year since incorporation along with a declaration stating the reason for not furnishing the audited P&L Statement. The certificate shall be endorsed by a Chartered Accountant/ Statutory Auditor.

24. In case of any discrepancy between the general terms and conditions of tender and special terms and conditions of tender (as mentioned above), the Special terms and Conditions of Tender shall prevail.

Other Special Conditions:

25. In case of any discrepancy in Technical data/details and specifications, clarification should be obtained from BPCL’s representative, whose decision shall be final and binding on the Contractor.

26. The Contractor shall make required mock-up as directed by the BPCL’s representative and shall submit samples of all material and shall get it approved before procurement of the material.

27. All dimensions and levels shown on the Drawings shall be verified by the Contractor on the Site and he shall be responsible for the accuracy and maintenance of all dimensions and levels. Figured dimensions are in all cases to be accepted and no dimension shall be scaled. Large scale details shall take precedence over small scale drawings. In case of discrepancy, the Contractor shall ask for clarification from BPCL’s representative before proceeding with the work.

28. The Contractor, before starting the work, shall fix bench mark level on the walls/ basement structure, as required at site, and get it approved from BPCL’s representative.

29. The Contractor, at his own cost, shall provide and erect such supports as may be required to protect efficiently all structures which may be endangered by the execution of the works or otherwise take such permanent measures as may be required by BPCL’s representative/ Engineer/ Statutory Authorities to protect the structures.

30. The Contractor carrying out the Electrical works shall have a valid Electrical Contractors License.

31. Facilities for Contractor’s employees: The Contractor shall make his own arrangement for welfare of his staff and workmen including adequate drinking water and sanitary facilities as per provisions of Labour Act. The necessary drinking water and sanitary facilities for BPCL’s representative, Engineer’s representative, Contractor’s staff & labour & visitors at site shall be provided and maintained by the Contractor at no extra cost.

32. The Contractor shall provide suitable arrangements for firefighting. For this purpose, he shall provide requisite number of Fire-Extinguishers and adequate number of buckets, some of which are to be always kept filled with sand and some with water. These equipment shall be provided at suitable prominent and easily accessible places and shall be properly maintained.

The Contractor may be subject to periodic fire prevention inspections and any deficiency or unsafe condition shall

be corrected by the Contractor at his own cost and to approval of the BPCL’s representative and the relevant authorities.

These fire prevention inspections shall include but not limited to the following:

a. Proper handling, storage and disposal of combustible materials, liquids and wastes.

b. Work operations which can create fire hazards.

c. Access for firefighting equipment.

d. Type, size, number and location of fire extinguishers or other firefighting equipment.

e. Inspection and maintenance records for extinguishers.

f. Type, number and location of containers for the removal of surplus materials and rubbish.

g. General housekeeping

33. For the purpose of quick communication between BPCL and the Contractor or his Agent or Representative, Site Order Books shall be maintained at Site in the manner as described below:

Any communication, relating to the works may be conveyed through records in the Site Order Books such as communication from one party to the other shall be deemed to have been adequately served in terms of the Contract. Each site book shall be carefully maintained and shall be in the custody of BPCL’s representative. Any instruction which the BPCL’ representative at site may like to issue to the Contractor may be recorded by him in the Site Book.

34. Disposal of dismantled material, debris and other refuse arising from the construction activities, shall be the responsibility of the Contractor, which includes arrangements for disposal yard as well as obtaining necessary permission and approvals etc. from the concerned Authorities and making payments of taxes / royalties etc as applicable. The Contractor shall quote the rates accordingly.

35. The Contractor shall be required to make his own arrangement for Electricity, Power and water during construction phase and nothing extra shall be paid on this account. The Engines/Generators installed shall comply with E (P) rules prescribed for air and noise emissions. However electrical connection to the contractor may be provided by BPCL on chargeable basis.

36. The Contractor shall not use or occupy any part of the work site unless its use or occupation has been agreed to by BPCL in writing.

37. The Contractor shall be required to carry out work in co-ordination with the agencies involved in these works.

38. BPCL also reserves the right to use premises and any portions of the site for the execution of any work not included in this contract which it may desire to have carried out by other persons simultaneously and the Contractor shall allow all reasonable facilities for the execution of such work, but shall not be required to provide any plant or material for the execution of such work except by special arrangement with BPCL. Such work shall be carried out in such manner as not to impede the progress of the works included in the Contract and BPCL shall not be responsible for any damage or delay which may happen to or occasioned by such work.

39. During the progress of the works the Contractor shall keep the site reasonably free from all unnecessary obstruction and shall store or dispose of any construction plant and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works which are no longer required on time to time basis.

40. Work shall be carried out in such a manner that the work of other agencies operating at the site is not hampered due to any action of the Contractor. Proper coordination with other agencies will be Contractor’s responsibility. In case of any dispute, the decision of Engineer shall be final and binding on the contractor.

41. Drains, pipes, cables, overhead wires and similar services encountered in the course of the works shall be guarded from injury by the Contractor at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the owners thereof, and Contractor will not occupy any part of the site in a manner likely to hinder the operation of such services.

42. Should any damage be done by the Contractor to any mains, pipes, cables or lines (whether above or below ground etc.), whether or not shown on the drawings the Contractor shall make good or bear the cost of making good the

same without delay to the satisfaction of the Engineer.

43. Disposal of scrap & dismantled facilities

(a) Removal of all discarded items shall be an integral part of the scope of work in the tender. Discarded items after dismantling and scrap generated during execution of the project will become the property of the contractor. The scrap consisting of the old equipment / machinery / items etc. as mentioned in the bid document shall be dismantled, removed, transported by the contractor from BPCL premises and they should quote the prices accordingly. The bidder should ensure safe disposal of these items, comply with all statutory requirements and obtain all necessary statutory clearances / environment clearance, if any.

FOLLOWING DETAILS HAVE TO BE FILLED ONLINE: ANNUXURE-VI: INTEGRITY PACT ANNEXURE-VII: GENERAL CONDITIONS OF CONTRACT ANNEXURE VIII: DECLARATION-HOLIDAY LISTING/ LIQUIDATION PRICE BID: IS ENCLOSED IN E-TENDER. NOTE: IN CASE OF ANY DEVIATION KINDLY MENTION IN THE DEVIATION ANNEXURE ENCLOSED IN THE BIDDING

FORMS OF E-TENDER WITH JUSTIFICATION. *************************