ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION...

36
Page 1 of 4 ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) RFQ No.: 1000244435 E Tender Ref. 8315 Date: 12.11.2015 To, M/s. Project : SRU Revamp – Tail Gas Treatment Unit (TGTU) MR No.: A710-000-KA-MR-5050 REV. B Item : COMPRESSOR – CENTRIFUGAL (SPECIAL PURPOSE PROCESS) (EIL RFQ NO. UKM/A710-000-KA-MR-5050/1016) Due Date & Time: 10.12.2015; Up to 1200 Hrs. (IST) DUE DATE & TIME FOR OFFER SUBMISSION : Upto 1200 Hrs (IST) on 10.12, 2015 PRE-BID MEETING FOR DETAILS, REFER IFB UNPRICED BID OPENING: At 1200 Hours (IST) on 10.12.2015 (at Bharat Petroleum Corporation Limited, Mumbai Refinery, Mahul Village, Chembur, Mumbai – 400 074, India.) (In case the Bid Due Date happens to be fall on Holiday, the next working day shall be deemed to be due date) PRICED BID OPENING: The Owner will open price bids online. The bidder’s who qualify pursuant to bid evaluation shall be able to view online the prices of all other bidder’s who qualify pursuant to bid evaluation at their respective windows, after price bid opening by Owner. Gentlemen, 1. E-bids are requested under competitive bidding for the captioned item in total compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed commercial Agreed Terms & Conditions without any deviations. Please note that issuance of technical and commercial queries is not envisaged and your offer will be evaluated based on input given therein. Hence pre-bid clarifications, if required may be sought from us immediately on receipt of this RFQ. 2. Bidder can download the complete Bidding Document (including IFB alongwith Qualification Criteria) from BPCL’s website www.bharatpetroleum.in > Energising Business-> Tenders-> Refinery Procurement or BPCL’s e-Tendering website https://bpcleproc.in and on Central Public Procurement Portal website: http://eprocure.gov.in/cppp . IFB/NIT shall be uploaded on EIL’s website http://tenders.eil.co.in also. However, bidders have to submit their bids only through e-tendering website of BPCL. No hard copy of the RFQ shall be issued. 3. Bidders are required to upload the bids (complete in all respects) along with all supporting documents & priced part on the e-tendering website (https://bpcleproc.in ) on or before the BID SUBMISSION DATE & TIME specified above. Physical Bids sent through Fax/Email/Courier/Post will not be accepted. 4. Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal. 5. Bidder should submit their bid strictly as per the requirements outlined hereunder and as specified in the RFQ/ IFB/Material Requisition. COMMERCIAL SECTION : Bidder shall upload/submit the following documents duly filled in, signed & stamped by authorized person:

Transcript of ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION...

Page 1: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Page 1 of 4

ON BPCL LETTER HEAD

REQUEST FOR QUOTATION (RFQ)

RFQ No.: 1000244435 E Tender Ref. 8315 Date: 12.11.2015

To, M/s.

Project : SRU Revamp – Tail Gas Treatment Unit (TGTU) MR No.: A710-000-KA-MR-5050 REV. B Item : COMPRESSOR – CENTRIFUGAL (SPECIAL PURPOSE PROCESS) (EIL RFQ NO. UKM/A710-000-KA-MR-5050/1016) Due Date & Time: 10.12.2015; Up to 1200 Hrs. (IST)

DUE DATE & TIME FOR OFFER SUBMISSION :

Upto 1200 Hrs (IST) on 10.12, 2015

PRE-BID MEETING FOR DETAILS, REFER IFB

UNPRICED BID OPENING:

At 1200 Hours (IST) on 10.12.2015 (at Bharat Petroleum Corporation Limited, Mumbai Refinery, Mahul Village, Chembur, Mumbai – 400 074, India.) (In case the Bid Due Date happens to be fall on Holiday, the next working day shall be deemed to be due date)

PRICED BID OPENING:

The Owner will open price bids online. The bidder’s who qualify pursuant to bid evaluation shall be able to view online the prices of all other bidder’s who qualify pursuant to bid evaluation at their respective windows, after price bid opening by Owner.

Gentlemen, 1. E-bids are requested under competitive bidding for the captioned item in total compliance to

technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed commercial Agreed Terms & Conditions without any deviations. Please note that issuance of technical and commercial queries is not envisaged and your offer will be evaluated based on input given therein. Hence pre-bid clarifications, if required may be sought from us immediately on receipt of this RFQ.

2. Bidder can download the complete Bidding Document (including IFB alongwith Qualification Criteria) from BPCL’s website www.bharatpetroleum.in > Energising Business-> Tenders-> Refinery Procurement or BPCL’s e-Tendering website https://bpcleproc.in and on Central Public Procurement Portal website: http://eprocure.gov.in/cppp. IFB/NIT shall be uploaded on EIL’s website http://tenders.eil.co.in also. However, bidders have to submit their bids only through e-tendering website of BPCL. No hard copy of the RFQ shall be issued.

3. Bidders are required to upload the bids (complete in all respects) along with all supporting documents & priced part on the e-tendering website (https://bpcleproc.in) on or before the BID SUBMISSION DATE & TIME specified above. Physical Bids sent through Fax/Email/Courier/Post will not be accepted.

4. Bidders to upload the Un-price and Price part of their bids strictly in the Un-price & Priced folders respectively in the e-tender portal.

5. Bidder should submit their bid strictly as per the requirements outlined hereunder and as specified in the RFQ/ IFB/Material Requisition. COMMERCIAL SECTION: Bidder shall upload/submit the following documents duly filled in, signed & stamped by authorized person:

Page 2: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Page 2 of 4

a) EMD/Bid security (MSE Certificate, if applicable) b) Power of Attorney c) Integrity Pact d) Agreed Terms & Conditions (ATC) (Indian/ Foreign Bidders, as applicable) e) Terms & Conditions for Supervision of Erection Check Point, Pre-commissioning &

Commissioning (Indian/ Foreign Bidder) f) Price Schedule (Indian/ Foreign Bidders, as applicable) with prices blanked out but

“Quoted/Not Quoted” to be mentioned g) Unpriced Part of Details of CIF value (if applicable) h) Declaration of Black List/ Holiday List of Supplier as per performa enclosed i) The Bidders shall be required to furnish their prices only in “Price Schedule Format”

uploaded on website In addition to the above bidder to submit scanned copies of all documents required to meet the Experience Criteria (Technical & Commercial) and Financial Criteria as required in the Bidding document.

Please note that submission of authenticated documents is the responsibility of the bidder. BPCL/ EIL reserve the right to get the documents cross verified. TECHNICAL SECTION: Technical specifications should be strictly as per Material Requisition attached. It may be noted that the bid shall be evaluated as received and technical queries may not be issued.

6. In the event of failure in bidder’s connectivity with e-tendering website during the last few hours on account of problem on bidders account, they are likely to miss the deadline for bid submission. Due date extension request due to this reason will not be entertained. In view of the same, bidders are advised to upload their bid in advance.

7. Corrigenda/Addenda, if any, shall also be available on the referred web sites. Addendum/ corrigendum to the RFQ documents if issued must be signed and submitted along with the bid.

8. Payment Terms: For Indian Bidders: Shall be as per clause No. 15.1.5, 15.1.6 & 15.1.7 of Special

Purchase Conditions (SPC). For Foreign Bidders: Shall be as per clause No. 15.2.1, 15.2.4 & 15.2.6 of Special

Purchase Conditions (SPC). Note:- The successful Indian bidder is required to submit the Performance Bank Guarantee as required in Clause No. 15.1.5 of SPC alongwith order acceptance. The EMD will be released only after receipt of PBG. This supersedes any other Clause related to PBG submission mentioned elsewhere in the bidding document.

9. Commercial requirements are specified in the attached General Purchase Conditions, Special Purchase Conditions, Instructions to Bidders, Terms & Conditions for Site Work (applicable if MR calls for Scope of Site Work), Terms & Conditions for Supervision of Erection, Testing & Commissioning (applicable if MR calls for supervision), Agreed Terms & Conditions (ATC) questionnaire etc. The ATC should be duly filled in, signed & stamped, scanned and uploaded with your bid.

10. CONSULTANT :- BPCL HAS APPOINTED ENGINEERS INDIA LIMITED (EIL) AS THE CONSULTANT FOR THIS PROJECT. BPCL HAS ALSO AUTHORIZED THE CONSULTANT TO ENTER INTO CORRESPONDENCE WITH BIDDER’S & OBTAIN CLARIFICATIONS/ CONFIRMATIONS, IF ANY WITH RESPECT TO THIS RFQ/ BIDDING DOCUMENT. BY VIRTUE OF THIS AUTHORIZATION, EIL ON BEHALF OF BPCL MAY ENTER INTO CORRESPONDENCE / DISCUSSIONS & OBTAIN CLARIFICATIONS / CONFIRMATIONS FROM BIDDER’S IF ANY. BIDDER SHALL HONOUR EACH &EVERY CLARIFICATION / CONFIRMATION ARISING OUT OF THE CORRESPONDENCE / DISCUSSIONS BETWEEN THE CONSULTANT & BIDDER.

Page 3: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Page 3 of 4

11. As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers made by intermediaries.

12. E-bids received online shall be opened at BPCL office on due date and time as specified above. The Bidders who have submitted their Bid will be able to view online the name & status of all the Bidders at their respective windows, after un-priced Bid opening by Buyer/ Owner.

13. Bidders to note that price changes against Technical/ commercial clarifications, in line with terms & conditions of enquiry documents are not allowed. In case any bidder gives revised prices/ price implications against such clarifications, their bid shall be liable for rejection.

14. Repeat Order: Bidder to note that ‘Repeat Order’ clause shall not be applicable. 15. BPCL shall follow the Public procurement Policy on Procurement of goods and services

from Micro and Small Enterprises (MSEs) order 2012 as per details provided in RFQ document.

16. If a bidder is on Holiday/Negative List of EIL/BPCL on due date of submission of bids/ during the process of evaluation of the bids, the offer of such a bidder shall not be considered for bid opening/ evaluation/ award. BPCL’s holiday listing policy is attached with RFQ Document.

17. Net Worth Net worth means paid up share capital, Share Application Money pending allotment” and reserves# less accumulated losses and deferred expenditure to the extent not written off. # Reserves to be considered for the purpose of net worth shall be all reserves created out of the profits and securities premium account but shall not include reserves created out of revaluation of assets, write back of depreciation and amalgamation. *Share Application Money pending allotment will be considered only in respect of share to be allotted. Accordingly, the definition of Net worth shall be as follows: Paid up share capital XXXX Add : Share Application Money pending allotment XXX Add : Reserves (As defined Above) XXXX Less : Accumulated Losses XX Less : Deferred Revenue Expenditure to the extent XX

not written off Net worth XXXX

18. BPCL reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids received, at its discretion without assigning any reason whatsoever.

19. Where any provisions of Special Purchase Conditions, Instructions to Bidders and General Purchase Conditions is in conflict or at variance with any provisions of RFQ Cover Letter, RFQ Cover Letter shall over-ride such provision(s) of Special Purchase Conditions, Instructions to Bidders and General Purchase Conditions only to the extent of such repugnancy or variation.

20. Contact Persons for this RFQ are : Mr. Bikash Saha , Designation : Manager P & C S (BPCL Mumbai Refinery) Phone No. +91-(0)22-2553 3293 & email: [email protected] or Mr. S. Skanda Prasad, Designation:Senior Manager (P & C S) (BPCL Mumbai Refinery) Phone No. +91-(0)22- 02552 4272 & email:[email protected] _ *Please specify Ref. No. (BPCL RFQ No.: 1000244435 E-Tender Ref : 8315 EIL REF. UKM/A710-000-KA-MR-5050/1016) in all Correspondence. THIS IS NOT AN ORDER

Very truly yours,

(----------------)

Page 4: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Page 4 of 4

Bharat Petroleum Corporation Limited Enclosure: As per List Attached

LIST OF ENCLOSURES DOCUMENTS

A) Invitation for Bid (IFB)

B) Proforma of Reply/ Acknowledgement cum consent letter

C) Proforma of declaration for Black Listing/ Holiday Listing

D) Format for bidder’s queries for Pre-Bid Meeting

E) General Guidelines for Pre-bid meeting

F) Price Schedule (Indian Bidders/ Foreign Bidders) – Annexure-P

G) Other Commercial documents:

i) Agreed Terms & Conditions (For Indian Bidders Rev. 1 / for Foreign Bidders Rev. 0) ii) Terms & Conditions for Supervision of Erection Check Point, Pre-commissioning &

Commissioning (Indian/ Foreign Bidder) – Rev. 0 iii) Instruction to Bidders (ITB) – Rev. 0, including Annexure(s) iv) Special Purchase Conditions (SPC) – Rev. 0 v) General Purchase Conditions (GPC) vi) Provision for Micro & Small enterprises under (PPP), 2012 – Rev. 0 vii) Packing, Marking, Shipping & Documentation Specifications (for Indigenous bidders/

for Foreign Bidders) viii) Integrity Pact (to be submitted by bidder along with offer duly filled, signed and

stamped) ix) Energy policy x) Quality , Environment, Health and Safety QEHS Policy xi) Check list for lorry / truck entry inside refinery gate xii) Policy of holiday listing of vendors in BPCL

H) Technical document :

i) Material Requisition No. : A710-000-KA-MR-5050 REV. B

Page 5: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 1 of 11

INVITATION FOR BID (IFB)

Page 6: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 2 of 11

INVITATION FOR BID (IFB) FOR COMPRESSOR-CENTRIFUGAL (SPECIAL PURPOSE PROCESS) FOR

SRU REVAMP-TAIL GAS TREATMENT UNIT (TGTU) PROJECT OF M/S BHARAT PETROLEUM CORPORATION LTD. (BPCL) - MUMBAI REFINERY

(INTERNATIONAL COMPETITIVE BIDDING) (BPCL E-TENDER NO. 8315 / CRFQ 1000244435 &

EIL RFQ NO. UKM/A710-000-KA-MR-5050/1016)

1.0 INTRODUCTION 1.1 BPCL Mumbai Refinery intends to setup 2 No. Tail Gas Treatment Units (TGTU) to process

Tail Gas from existing SRU plants (four streams) for reducing Sulphur content from the tail gas from 99.0% to 99.9% for meeting the environment standard. Both the TGTU’s shall be installed within the existing SRU plants.

1.2 BPCL invites e-Bids through e-tendering, under single stage two bid system on International Competitive Bidding basis for “Compressor-Centrifugal (Special Purpose Process)” from competent Bidders with sound technical and financial capabilities and meeting the Bidder Qualification Criteria as stated under para 5.0 below. Bids submitted online shall only be considered for processing.

1.3 BPCL has appointed Engineers India Limited (EIL) as their Consultant for implementation of the Project.

2.0 BRIEF SCOPE OF SUPPLY/ WORK: Design, engineering, manufacturing, packaging, testing, supply and supervision of erection & Commissioning of fixed speed electric motor driven Centrifugal Compressor (Integrally Geared) as per API-617, Ch-3 package with lube oil system, accessories& auxiliaries, as per MR (For TGTU 1 & 2 Unit, BPCL-Mumbai Refinery) with the following major operating parameters:

Tail Gas Blower (Item No. 134-K-403) a) Capacity (Wet) Max/Nor/Min: 15782.6 / 13724/ 4117.2 Kg/Hr b) Pressure (Suction / Discharge): -0.17 kg/cm2 G/ 0.29 Kg/cm²G c) Inlet temperature (Operating/ Design): 40 / 110 °C d) Compressor Shaft End Seal: Dry Gas Seal. e) Lube Oil System: Pressurized. f) Gas handled: TAIL Gas

Molecular Weight- 26.92 Gas Composition: Water Vapour- 8.5 %, Hydrogen –1.567, Nitrogen – 88.73 %, Carbon Dioxide -0.82%, H2S-0.384 %

Tail Gas Blower (Item No. 129-K-03) a) Capacity (Wet) Max/Nor/Min: 8407.7 / 7311.0 / 2193.3 Kg/Hr b) Pressure (Suction / Discharge): -0.17kg/cm2 G /0.29 Kg/cm²G c) Inlet temperature (Operating/ Design): 40 / 110 °C d) Compressor Shaft End Seal: Dry Gas Seal. e) Lube Oil System: Pressurized. f) Gas handled: TAIL Gas

Molecular Weight- 26.6 Gas Composition: Water Vapour- 8.7 %, Hydrogen –2.65, Nitrogen – 87.10 %,

Page 7: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 3 of 11

Carbon Dioxide -1.17%, H2S-0.347 %)

For complete details, refer bid document. 3.0 DELIVERY/ COMPLETION PERIOD:

For Indian Bidders: Within 09 (Nine) months from the date of Fax of Acceptance on FOT Despatch Point Basis. The date of Lorry Receipt (LR) shall be considered as date of delivery. For Foreign Bidders: Within 08 (Eight) months from the date of Fax of Acceptance on FOB International Sea Port of exit basis. The date of clean Bill of Lading shall be considered as date of delivery.

4.0 SALIENT FEATURES OF BIDDING DOCUMENT:

a) Type of Enquiry : INTERNATIONAL COMPETITIVE BIDDING (ICB) b) Bidding Document No. : BPCL e-tender no. 8315/ CRFQ 1000244435

(Corresponding EIL’s RFQ no. UKM/A710-000-KA-MR-5050/1016) (To be referred in all future correspondence)

c) Bidding Document availability on Website

: 12.11.2015 to 10.12.2015.

d) Last date for submission of pre-bid queries

: One day before pre-bid meeting through e-mail

e) Date of Pre-Bid Meeting : 10.00 Hrs. (IST) on 26.11.2015. f) Last Date and time of

submission of e-Bids : Refer E-tender

g) E-Bid submission through E-tendering

: Only E-bids uploaded in BPCL’s E-Tendering website https://bpcleproc.in acceptable. Physical Bids and Bid through any other mode shall not be acceptable.

h) Cost of Bidding Document (Non- Refundable)

: Not Applicable.

i) Bid Security / Earnest Money Deposit (EMD)

: - For Tail Gas Blower (129-K-03) : Rs. __________ (Indian Rupees ______________________ Only) OR US$ _______ (US Dollars ___________ Only)

- For Tail Gas Blower (134-K-403) : Rs. _________ (Indian Rupees ______________________ Only) OR US$ _______ (US Dollars ___________ Only)

- In case, a bidder quoting for more than one Item/Part, the requirement of bid security/ Earnest Money Deposit (EMD) shall be on cumulative basis.

j) Opening of Techno-commercial (Un priced) Bids

: 1200 Hrs. (IST) on 10.12.2015 (on-line Opening shall be done)

k) Contact person for any query/ clarifications for this tender

: Mr. Bikash Saha, Designation Manager P & C S BPCL-Mumbai Refinery, Tel. No. :- (022) 2553 3293 E-mail :- [email protected]

l) Opening of Priced Bids : The Owner will open price bids online. The bidder’s who qualify pursuant to bid evaluation shall be able to view online the prices of all other bidder’s who qualify pursuant to bid evaluation at their respective windows, after price bid opening by Owner.

If any of the dates identified above happen to be a declared holiday in BPCL-Mumbai Refinery, the next working day shall be considered.

Page 8: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 4 of 11

5.0 BIDDER’S ELIGIBILITY/ QUALIFICATION CRITERIA (BEC/BQC): Bidder shall fulfill the following eligibility/qualification criteria:

5.1 EXPERIENCE CRITERIA (TECHNICAL) : 5.1.1 The Bidder shall be the manufacturer of the proposed Integrally Geared Centrifugal Gas

Compressor and shall be the single point responsibility vendor (SPRV) for the complete electric motor driven (Integrally Geared as per API Std. 617,Ch-3) Centrifugal Gas Compressor package.

5.1.2 The Bidder shall have engineered, designed, packaged, tested and supplied, in the last SEVEN (7) years, from the proposed manufacturing plant, at least ONE (1) electric motor driven Integrally Geared (as per API Std. 617 ,Ch-3) centrifugal gas compressor package,which is from the same model series and having similar driver power (i.e. 80% or higher), as offered. As a minimum, this package shall have completed ONE Year of satisfactory operation at site, as on bid due date. Note: - The SEVEN (7) years time period mentioned above shall be reckoned from the bid due date.

5.1.3 For other requirement, refer commercial part of BQC.

Note: The above requirement is to be met by the bidder for each compressor Item separately. 5.1.4 DOCUMENTS REQUIRED WITH BID:

Bidder shall submit the following documents to establish that the bidder meets the Bidder Qualification Criteria as per clause no. 5.1 of this document: a) Duly filled in BIDDER PROVEN TRACK RECORD PROFORMA enclosed with the bid document.

5.2 EXPERIENCE CRITERIA (COMMERCIAL) : 5.2.1 The Bidder should have manufactured & supplied Compressor / Blower of at least the

following values (Mentioned against each Item/Part), in the previous seven years to be reckoned from the due date of submission of bids :

In case, a bidder quoting for more than one Item/Part, the qualifying minimum order/work value shall be on cumulative basis for the Items/ Parts quoted by the Bidder. The values mentioned above are basic order values excluding all taxes, duties and levies. Note: For Indian Bidder, Order value(s) in multiple currencies/ currencies other than INR shall be converted to equivalent INR as on the date of award of such proposed qualifying order(s)/ work(s). Similarly for Foreign Bidder, Order value(s) in multiple currencies shall be converted to equivalent USD as on date of award of such proposed qualifying order(s)/work(s).

Sl. No. Item / Part

One order of basic value not

less than

OR

Two orders each of basic value not less

than

OR

Three orders each of basic value not less

than

1. Tail Gas Blower (Tag No. 129-K-03)

INR 7,68,73,056.00 /

USD 1,182,271.00

INR 4,80,45,660.00

/ USD

738,920.00

INR 3,84,36,528.00

/ USD

591,136.00

2. Tail Gas Blower (Tag No. 134-K-403)

INR 8,98,82,342.00 /

USD 1,382,348.00

INR 5,61,76,464.00

/ USD

8,63,968.00

INR 4,49,41,171.00

/ USD

691,174.00

Page 9: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 5 of 11

5.3 FINANCIAL CRITERIA : 5.3.1 Annual Turnover:

The average annual turnover of the bidder during the immediate preceding 03 financial years shall not be less than the value as specified in the following table as per the audited annual financial results as on due date of submission of bid :

Sr. No.

Item / Part Average Annual Turnover

i) Tail Gas Blower (Tag No. 129-K-03)

INR 2,88,27,396.00 (Rupees Two Crore Eighty Eight Lakh Twenty Seven Thousand Three Hundred Ninety Six only) OR USD 443,352.00 (US Dollar Four Hundred Forty Three Thousand Three hundred Fifty Two only)

ii) Tail Gas Blower (Tag No. 134-K-403)

INR 3,37,05,878.00 (Rupees Three Crore Thirty Seven Lakh Five Thousand Eight Hundred Seventy Eight only) OR USD 518,381.00 (US Dollar Five Hundred Eighteen Thousand Three hundred Eighty One only)

In case, a bidder quoting for more than one Item/Part, the qualifying Minimum Average Annual Turnover shall be on cumulative basis for the items/ Parts quoted by the Bidder. Note: In case of Foreign Bidders, if the Annual Turnover is in currency other than USD, the same shall be converted into equivalent USD considering the conversion factor indicated in Bidder’s Audited Financial Report. In case the same is not indicated, the conversion rate of USD as on last date of Bidder’s financial year shall be considered. 5.3.2 Net Worth : The financial net worth of the Bidder as per the latest audited annual report shall be positive. 5.4 DOCUMENTS & DATA REQUIRED WITH BID: Documents/Documentary Evidence required to be submitted by bidder along with the bid for qualification of BQC of above sl no. 5.1, 5.2 & 5.3:

BQC Clause

no. Description Documents required along with Unpriced bid for

qualifying BQC

5.1 Experience Criteria (Technical) – Document 5.1 Experience (Technical) Bidder(s) shall submit (upload in e-tender portal of

BPCL), details of past experience as required in Clause 5.1.4 above.

5.2 Experience Criteria (Commercial) – Document 5.2.1 Experience

(Commercial) – Value based experience criteria

Bidder(s) shall submit (upload in e-tender portal of BPCL) copies of purchase order, inspection release note, LR/GRN or any other document to conclusively establish that the order has been supplied/ successfully executed in order to establish their qualification criteria along with un-price bid.

5.3 Financial Criteria- Document 5.3.1 Average Annual Turn-

over Bidder(s) shall submit (upload in e-tender portal of BPCL) copy of annual reports containing audited balance sheet and profit & loss account statement (including Auditors report & schedules) of immediate preceding Three (03) Financial Year(s), [to be

Page 10: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 6 of 11

BQC Clause

no. Description Documents required along with Unpriced bid for

qualifying BQC

reckoned from bid due date] along with un-price bid. 5.3.2 Net worth Bidder(s) shall submit (upload in e-tender portal of

BPCL) copy of annual reports containing audited balance sheet and profit & loss account statement (including Auditors report & schedules) of last audited Financial Year, [to be reckoned from bid due date] along with un-price bid.

5.4.1 Submission of authentic documents is the prime responsibility of the bidder. Wherever BPCL has concern or apprehensions regarding the authenticity/correctness of any document, BPCL reserve the right to get the documents cross-verified from the document issuing authority.

5.4.2 All documents furnished by the bidder in support of meeting the Experience and Financial criteria of BQC shall be:

EITHER “Duly certified by Statutory Auditors of the bidder or practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) where audited accounts are not mandatory as per law,

OR “Duly notarized by any Notary Public in the Bidder’s Country. In case of Notarization, Bidder shall also submit an Affidavit, duly notarized in the Format provided elsewhere in the Bidding Document, signed by the Authorized Signatory of the Bidder”.

5.4.3 All the certified documentation against BQC (including the documents against MSE) shall be uploaded by the bidder on BPCL e-tendering website along with the e-bid. Besides uploading the certified documentation against BQC (including the documents against MSE) in BPCL e-tendering website, Bidders are also required to submit the original certified documents (already uploaded by them) in physical form in a separate booklet. This booklet shall be titled as “Documentation against Bidder’s Qualification Criteria” with proper index and should be submitted along with the original EMD.

5.4.4 Bidder should ensure submission of complete information/documentation in the first instance itself, in support of their fulfilling the qualification/eligibility criteria. BPCL/EIL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. Subsequent to the submission of bid, bidders are not allowed to change the price or substance of the bid.

Note to BQC (5.2 & 5.3) : (i) Experience of only the bidding entity shall be considered. A job executed by a bidder for its

own plant/projects cannot be considered as experience for the purpose of meeting the requirement of BQC of the Bidding Document/tender. However, jobs executed for Subsidiary/Fellow subsidiary/Holding Company will be considered as experience for the purpose of meeting BQC subject to submission of tax paid invoice(s) duly certified by Statutory Auditor/ Chartered Accountant of the bidder or duly notarized towards payments of statutory tax in support of the job executed for Subsidiary/Fellow subsidiary/Holding company. Such bidders to submit these documents in addition to the documents specified in the bidding document to meet BQC.

(ii) In case, audited balance sheets and profit and loss account of immediate preceding financial year is not available for bid closing date upto 30th September, the bidder has an option to submit the audited balance sheets and profit & loss account of the three previous years immediately prior to the last financial year. However, for bid closing date after 30th September, bidder has to compulsorily submit the audited balance sheets and profit & loss account for the immediate three preceding financial years, for evaluation and his qualification with respect to financial criteria.

(iii) With regards to financial documents, in case bidder submits bound, printed, published and complete audited annual financial statements including balance sheet, profit & loss

Page 11: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 7 of 11

accounts and all other schedules for the preceding 3 (three) financial years, the same shall be considered without certification of Statutory Auditor/Notarization of Notary Public. However, in case the bidder submits either a photo copy of audited annual financial statement or a translated copy of the published financial statements, the same shall be certified either by statutory auditor or Notary Public, in original as per Clause 5.4.2 above. In case of Foreign Bidders, if all or any document (s) furnished by the bidder in support of meeting the bidder qualification criteria are not in English Language, then the English translation copy of the same shall be furnished duly certified, stamped and signed by Local Chamber of Commerce shall be submitted in originals along with the original authenticated documents as per cl. No. 5.4.2 above and shall also be submitted in scanned form along with the e-bid.

In case a Bidder is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor / chartered accountant of the bidder certifying that separate annual report of Bidder (without the financial data of subsidiaries) is not prepared and audited. Further, in case a Bidder is a subsidiary company and separate annual report of the Bidder is not published, but only a consolidated annual report of the Parent company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor / chartered accountant of the Bidder certifying that separate annual report of the Bidder is not prepared and audited.

6.0 METHODOLOGY FOR EVALUATION OF BID: a) The bidder should clearly indicate the Item(s)/Part(s) against, which they are submitting

their Bid and submit EMD amount as mentioned at clause no. 4.0 above accordingly. b) Bidder shall quote for each Item(s)/Part(s) as an independent item/part. Bidder can quote

for any one Item/Part or more than one Item/Part or for all Item(s)/Part(s). For the purpose of evaluation of bid and arriving at the L1 bidder, the total value of each Item(s)/Part(s) shall be considered including taxes/duties and technical (if applicable) & commercial loading as mentioned elsewhere in the bidding document. The benefit of CENVAT Credit of Service Tax, Maharashtra VAT & Excise Duty quoted shall be considered for evaluation of bids (as specified in the bidding document).

c) Award of Contract will be based on “Least Cost to BPCL” basis, quoted by the Bidder, Item/Part wise, If a bidder happens to be Lowest in more than one Item(s)/Part(s) and has qualified only for one or more than one of the Item(s)/Part(s) and not all Item(s)/part(s), as the case may be, his bid will be considered for the items/parts for which the bidder qualifies. Once certain Item(s)/Part(s) awarded to such L1 bidder (On Least Cost to BPCL basis), the bidder ceases to be lowest bidder for the remaining Item(s)/Part(s). The award of remaining Item(s)/Part(s) on other bidders should not be considered as award on L2, L3…bidder.

Eg. (i) If a bidder quotes for more than one Item(s)/Part(s) (by submitting EMD amount as

mentioned at clause no. 4.0 above) and qualifies (Experience [Technical and Commercial] criteria and Financial Criteria of BQC) for lesser number of Item(s)/Part(s) (on cumulative basis item/part wise), in such a situation, his price bid for all the Item(s)/Part(s) as quoted (for which bidder has submitted EMD) shall be opened and evaluated.

(ii) However, the order/contract shall be placed on “least cost to BPCL” basis in terms of the bidding document and limited to the no. of Item(s)/Part(s) for which the bidder qualifies the BQC (on cumulative basis in compliance with Experience and Financial BQC criterion only).

(iii) BPCL’s decision in this regard shall be final and binding on the bidder.

d) Price preference to MSEs shall be applicable as per Provisions for micro & small enterprises under (PPP), 2012. For details refer Bidding Document.

Page 12: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 8 of 11

7.0 Tender Fee, EMD, Power of attorney & Integrity Pact 7.1 Tender Fee/ Cost of Bidding Document

Payment of Bidding Document fee shall not be applicable. 7.2 Bid Security / Earnest Money Deposit (EMD) 7.2.1. Bids must be accompanied with the Bid Security / Earnest Money Deposit (EMD). EMD shall

be submitted in the form of crossed Demand Draft/Pay Order in favour of “Bharat Petroleum Corporation Limited” payable at Mumbai or Bank Guarantee (BG). BG shall be submitted from any Indian scheduled bank which includes Indian branch of foreign bank recognized as scheduled bank by RBI. Foreign Bidders may also submit BG from an international bank of repute having a branch in India or having correspondent banking relationship with an Indian scheduled bank, in which case the BG shall be countersigned by their Indian Branch or by any Scheduled Indian Bank. Bids without the requisite EMD as mentioned above shall be rejected.

7.2.2. BG shall be valid for a period of 06 (Six) months from the date of submission of Bid. 7.2.3. Bidders are required to submit the EMD physically in original also as per the manner

prescribed in the Bidding Document by the due date and time of bid submission, in sealed envelope. However, bidders are required to upload the scanned copy of EMD on E- Tendering website along with the e-bid. If the Bidder is unable to submit EMD physically in original within the due date & time for Bid Submission, he may submit the original EMD within one week from the bid due date, provided copy of the same have been uploaded on E-Tendering Website. However, BPCL reserves the right to reject the offer in case Original EMD is not submitted within one week of the bid due date.

7.3 Power of attorney The Bidder shall upload the Power of Attorney with the unpriced bid in favour of person(s) signing the bid that such person(s) is/are authorised to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder.

7.4 Integrity Pact (Applicable in case the Tender value is more than Rupees One Crore or equivalent USD) The Bidder shall upload the Integrity Pact duly signed by the same person who has signed the bid. Bidder not signing the Integrity Pact shall be liable for rejection.

7.5 The following documents in addition to uploading the bid on the BPCL’s e-Tendering website shall also be submitted in Original in physical form within 07 days from the final bid due date and scanned copies of the same shall be uploaded in e-Tender by the bidder within the due date and time indicated in the e-Tender.

i) EMD/Bid security (MSE Certificate, In case of exemption) ii) Power of Attorney iii) Integrity Pact iv) Authenticated Documents

In case the bidder fails to submit the EMD/Bid Security within 7 days of closure date of tender, BPCL reserves the right to reject such bids, irrespective of their status/ ranking in tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder. Provisions of the ITB stand modified to the above extent. Above document in original shall be submitted to the following address: Mr. Bikash Saha, Manager P & CS or Mr. S Skanda Prasad, Sr. Manager P&CS BPCL Mumbai Refinery, Admin building 2nd Floor, South Block Mahul, Mumbai 400074

8.0 EXEMPTIONS FOR NSIC/MSES/BPCL REGISTERED VENDOR 8.1. Micro or Small Enterprise (MSEs) registered with District Industries Centers or Khadi and

Village industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicraft and Handloom or any other

Page 13: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 9 of 11

body specified by Ministry of Micro, Small and Medium Enterprises as per applicable guidelines (for similar work and for the monitory limit higher than the estimated value of work under tender) are exempted from submitting EMD subject to submission of valid certificate of MSE.

8.2. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

8.3. Documents to be submitted by MSEs along with un-priced bid : a. Documentary evidence stating that the bidder is a Micro or Small Enterprises registered

with District Industries Centers 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.

b. The above document submitted by the bidder shall be duly certified (in original) by the Statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/firm) where audited accounts are not mandatory as per law or duly notarized by any notary public. In case of Notarization, Bidder shall also submit an Affidavit, duly notarized in the Format provided elsewhere in the Bidding Document, signed by the Authorized Signatory of the Bidder

8.4. If the bidder does not provide the above confirmation or appropriate document or any evidence to substantiate the above, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.

8.5. Bidders registered with Bharat Petroleum Corporation Limited are also exempted from submission of EMD subject to submission of required documents in this regard.

Bidders registered with Engineers India Limited, but not registered with Bharat Petroleum Corporation Limited are required to submit EMD. No exemption is granted to such bidders.

9.0 PRE-BID MEETING 9.1. Bidders are requested to attend a pre-bid meeting at Engineers India Limited, 4th Floor,

Meghdhanuish Building, Transpek Circle, Race Course Road, Vadodara-390015 (Gujarat), Contact Person: Mr. Anuj Agrawal, AGM-Projects (Tel No. : +91-265-2342768 / 2340368 & E-mail : [email protected]).

9.2. Bidders may send their queries, if any, on Bidding Document by courier/e-mail to reach BPCL prior to Pre-Bid Meeting. These queries shall be replies during the pre-bid meeting.

9.3. The pre-bid queries raised (without identifying the sources of the query) and the responses given shall be uploaded on websites and shall also be transmitted to all who have been provided access to the bid document and submitted their intent to quote.

10.0 SUBMISSION OF BIDS & VALIDITY 10.1. Bids to be submitted on BPCL’s E-Tendering website (https://bpcleproc.in). Price Schedule

Formats are attached (as an excel attachment) in Bidding Document. Bidders are requested to download the same and quote their prices strictly as per the format without altering the content of it. The bid will be submitted in two parts as follows:

10.1.1 PART-I (UN-PRICED Bid):- To be submitted on Technical Document/ Collaboration Folders of e-tendering system. Unpriced bid must be complete with all technical details along with all other required documents including price schedule WITH PRICE BLANKED OUT, and replaced with ‘QUOTED’ or ‘NOT QUOTED’, as applicable, Agreed terms and conditions, Forms & Formats etc., duly filled in and signed & stamped. In addition, documents as mentioned under Clause 7.5 shall also be submitted in physical form.

10.1.2 PART-II (PRICED Bid):- To be submitted in the respective folder assigned for submission of price bid in BPCL’s e-tender portal. Price bid should contain only the prices, without any condition whatsoever. Bids complete in all respects should be submitted on or before last date and time of Bid submission.

Page 14: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 10 of 11

10.1.3 No physical Bids/ Offers shall be permitted. The Bids submitted online in BPCL’s e-tendering system shall only be considered for evaluation and ordering. Bids submitted through Fax/e-mail/courier/Post/CD/Pen Drive will not be accepted.

10.2. BID VALIDITY:- Validity of bid shall be 4 (Four) months from the final due date of opening of Techno-commercial (Un-priced) Bids.

11.0 GENERAL 11.1 Bidder should not be on Holiday / Negative list of BPCL/EIL. 11.2 Bidder shall not be under liquidation, court receivership or similar proceedings. 11.3 Unincorporated Joint Venture (JV) / Consortium bids shall not be accepted. 11.4 The complete Bidding Document (including IFB alongwith Qualification Criteria) is available

on BPCL website www.bharatpetroleum.in > Energising Business-> Tenders-> Refinery Procurement or BPCL’s e-Tendering website https://bpcleproc.in and on Central Public Procurement Portal website: http://eprocure.gov.in/cppp. NIT shall be uploaded on EIL’s website http://tenders.eil.co.in also. However, bidders have to submit their bids only through e-tendering website of BPCL.

11.5 Bidder shall download the Bidding Document in their own name and submit the bid directly. The Bidding Document is non-transferable.

11.6 All amendments, time extension, clarifications, etc. (if any) will be uploaded in the websites only and will not be published in newspapers. Bidders should regularly visit the above websites to keep themselves updated. No extension in the bid due date/ time shall be considered on account of delay in receipt of any document by mail.

11.7 BPCL reserve the right to complete the evaluation based on the details furnished (without seeking any additional information) and in-house data, survey or otherwise.

11.8 Bidders to note that downloading and submission of bid document does not imply that bidder is pre-qualified. The documents in support of Bidder Qualification Criteria and other relevant details, submitted along with the bid, shall be reviewed in detail during the course of techno – commercial evaluation of bid.

11.9 BPCL reserves the right to assess bidder’s capability & capacity to execute the work using in-house information.

11.10 BPCL shall not be responsible for any expense incurred by bidders in connection with the preparation & delivery of their bids, site visit, participating in the discussion and other expenses incurred during the bidding process.

11.11 BPCL will follow Purchase Preference Policy as per prevailing guidelines of Government of India.

11.12 Bidder submitting their bids should not be under liquidation, court receivership or similar proceedings. Bidder shall submit self certificate in this regard,

11.13 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their Bid.

11.14 BPCL reserves the right to reject any or all Bids at the bids received or annual the bidding process at any time without assigning any reason whatsoever.

11.15 In case any bidder is found to be involved in cartel formation, his bid will not be considered for further evaluation/ placement of order. Such bidder’s EMD will be enchased & also debarred from bidding in future for BPCL/EIL.

11.16 A bidder may seek clarifications regarding the bidding document provisions, bidding process and/or rejection of his bid. BPCL shall respond to such requests within a reasonable time.

11.17 Unsolicited clarifications to the offer and/or change in the prices during its validity period would render the bid liable for outright rejection.

11.18 If a bidder is on Holiday/Negative List of EIL/BPCL on due date of submission of bids/ during the process of evaluation of the bids, the offer of such a bidder shall not be considered for bid opening/ evaluation/ award.

11.19 The Contents of this IFB/NIT shall prevail in case of any contradiction with the clauses mentioned elsewhere.

Page 15: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

BPCL-Mumbai Refinery Invitation for Bid (IFB) Project : SRU Revamp-Tail Gas Treatment Unit (TGTU) EIL Job No. A710

Page 11 of 11

11.20 For detailed specifications, terms and conditions and other details, refer complete Bidding Document.

11.21 Clarification, if any, be obtained from 0900 Hrs (IST) to 1600 Hrs (IST) on any working days through: Telephone No. +91-22-25533293; Fax No. +91-22-_______________ or E-mail: [email protected] This Invitation of Bids (IFB) is an integral and inseparable part of Bidding Document.

For & on behalf of BPCL ___________________

Name & Designation

Page 16: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

REPLY / ACKNOWLEDGEMENT CUM CONSENT LETTER

FAX # : +91-(0)22- _______________ E-MAIL# :______________________/ ______________________

(PLEASE FAX / E-MAIL OR SEND ONLINE CONFIRMATION TO EIL WITHIN FOUR DAYS ON RECEIPT OF RFQ)

____________________ Bharat Petroleum Corporation Limited Mumbai Refinery, Mahul Village, Chembur, Mumbai – 400 074 Maharashtra (India).

Attention : Mr. BIKASH SAHA Owner : BHARAT PETROLEUM CORPORATION LIMITED Project : SRU Revamp – TAIL GAS TREATMENT UNIT (TGTU) AT BPCL MUMBAI REFINERY Enquiry/ RFQ No. : 1000244435 E Tender ref 8315 (EIL RFQ NO. DC/A710-000-KA-MR-5050/1016) Item : COMPRESSOR – CENTRIFUGAL (SPECIAL PURPOSE PROCESS) Due Date : 10.12.2015 (Upto 1200 HRS. IST)

Dear Sirs, We acknowledge with thanks receipt of your above cited RFQ along with enclosures. We undertakethat the contents of the above RFQ shall be kept confidential including all the drawings,specifications and documents and the said documents shall be used only for the purpose, for which they are intended.

Further, our response is as under: - (Bidders to put a tick, as applicable). 1. We will submit the bid within due date.

2. We regret to submit our offer/quote because of the following reasons: a. _____________________________________________________ b. _____________________________________________________

Thanking you,

Very truly yours, Name of Bidder : Contact Person : Contact Person Mobile No. : Bidder’s Address : Bidder’s Phone No. : Bidder’s Fax No. : Bidder’s E-mail :

Page 17: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

PROFORMA OF DECLARATION OF HOLIDAY LISTING BY BIDDERS ( TO BE SUBMITTED ON BIDDER’S LETTER HEAD)

I / We hereby declare that I/we are not currently serving any holiday listing orders issued by BPCL or MOP & NG debarring us from carrying on business dealings with BPCL / MOP & NG or serving a banning order by any other Oil PSE, except as indicated below:

(State ‘NONE’ if there is no such notice or action).

Offers received without this declaration shall be liable for rejection. Any wrong declaration by Bidder in this context is liable for action under Holiday Listing Policy of BPCL.

Place : ……………… Signature of the Bidder …………………………………..

Date : ……………… Name of the Signatory …………………………………….

Company Seal

No. and Date of Show-cause Notice/ Notice of Holiday Listing

Show-cause / Holiday listing Notice served by

Period of Holiday Listing

Present Status

Page 18: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

FORMAT FOR BIDDER’S QUERIES FOR PRE-BID MEETING

CRFQ No 1000244435 E Tender No. 8315 EIL RFQ NO. : UKM/A710-000-KA-MR-5050/1016 ITEM: COMPRESSOR – CENTRIFUGAL (SPECIAL PURPOSE PROCESS)

SL. NO.

BIDDING DOCUMENT SUBJECT BIDDER'S QUERY OWNER'S REPLY

PART / VOL.

PAGE NO. CLAUSE NO.

NOTE: 1. Bidder’s Queries may be sent by fax to fax numbers +91-(0)22-______________ & _____________ and also by e-mail to

[email protected] 2. Technical & Commercial queries, if any, must be submitted separately in editable format as per this format.

SIGNATURE OF BIDDER : NAME OF BIDDER : COMPANY SEAL :

Page 19: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Page 1 of 1

General Guidelines for Pre-bid meeting Bidder's authorized representative(s), shall attend the pre bid meeting on the prescribed day at the given venue. During the pre bid meeting, all the technical and commercial issues shall be discussed and concluded to ensure that the bid received subsequent to pre bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall treat the pre bid meeting as utmost important and depute competent & senior person capable of taking on the spot decision to sort out all the technical and commercial issues. However, in case any bidder does not attend the pre bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document. In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ e-mail as per format enclosed In the Bidding Document so as to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in the same format expeditiously. The bidders are required to participate in the pre-bid meeting with the following essential documents, so that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/ discussions post bid:

a) Latest annual report including Profit & loss account b) Solvency certificate from bank c) Concurrent Commitments d) Details of work experience meeting the BQC e) Technical details, documents, design, filled datasheets as per MR f) Any other relevant document/ details

Record notes of meeting, including the questions raised and the responses given will be furnished as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid meeting, no further queries will be entertained from the bidders. Any modification to the Bidding Document, which may become necessary as a result of the pre-bid discussions shall be intimated to all bidders through the issue of an Addendum/Amendment. Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if any deviation is found in the bid of any bidder, the offer shall be liable to be rejected without raising any technical/ commercial queries. Technical/ Commercial queries shall not be issued once the bid have been opened. However, wherever CQ/ TO are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available upto cut-off date for CQ/ TQ replies. Extension in bid due date shall not generally be granted.

Page 20: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

ANNEXURE-P

1

2

3

4

5

6

7

8

9

10

11

12

13

14

1516

17

18

19

20

Notes: 1. Bidders must upload this document duly signed and stamped with both unpriced & priced offer.

Bidder to include all inspection & tests charges as required for equipment as per specifications,data sheets and codes referred to in specification and data sheets enclosed in Material Requisition.

Evaluation & ordering will be done on item-wise basis.Bidder shall to quote price in this 'Annexure-P' only. In case any discrepancy in price quoted in Annexure-P any elsewhere in your offer, price quoted in ‘Annexure-P’ shall prevail.Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission ofprice bid. Bidders to upload prices only in the Price Folder only. In case prices are furnished in the unpriced offer, then the offer shall be rejected in line withITB clause no.17.3 of RFQ documents.

Bidders to note that Technical Loading shall be applicable in line with MR ( Refer Document No :- A710-000-16-45-LP-5050 Rev. A)

The per diem rates for vendor's specialist visit at site shall be based on the terms & conditions of supervision of Erection / Testing / Commissioning. For supervision duringerection and commissioning 30 mandays per Electric Motor driven Compressor shall be considered for evaluation.

Bidde to furnish separately the break- up of prices for mandatory Spares as specified in the MR. Prices for Mandatory Spares shall be considered for evaluation & ordering.

Bidders shall quote two years operational & maintenance spares in a separate annexure, which shall not be considered for evaluation.

Bidder to clearly indicate 'Quoted" against each item in the price column in the unpriced Price Schedule. Bidders to upload Price part of Price schedule in the Priced Folderand Unpriced part in the Unpriced Folder in e-Tendering.

Bidder to confirm that he has noted the contents of the preamble to the price schedule, price schedule, RFQ, material requisition etc. and quoted his prices accordinglywithout any deviation.Bidder to comply with complete scope as per MR including all Commissioning spares (if any), special tools and tackles and associated accessories, if any as per MR. The commissioning spares consumed over and above the quoted commissioning spares shall be supplied at no cost and time implication by the bidder.. Third Party Inspection Charges by (Lloyds/BV/DNV/TUV/CEIL) shall be included in lumpsum quoted price forsupply.

Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed.

Quoted prices shall be strictly in accordance with the terms & conditions as specified in the RFQ document.

Bidder shall furnish prices/details as above, in accordance with Instructions To Bidders / Request for Quotation.

All the Columns of quoted items in the price schedule must be filled with required information, as applicable.

Foreign Bidders must quote Ocean Freight charges in the space provided in the price schedule.Bidder must quote the price in enclosed Price Schedule formats only in the e-tendering portal. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.

The currency of quote shall be USD/EURO only.Bidder shall quote rates in Figuers as well as in words as per the Price Schedule.

PREAMBLE TO PRICE SCHEDULE (FOREIGN BIDDERS)CRFQ No. 1000244435 E Tender No. 8315 EIL RFQ NO. : UKM/A710-000-KA-MR-5050/1016ITEM : COMPRESSOR – CENTRIFUGAL (SPECIAL PURPOSE PROCESS)

NAME OF BIDDER: M/S.

OFFER REFERENCE NO.

Scope of supply including testing, inspection, documentation etc. shall be strictly as per Material Requisition and other documents which are part of RFQ.

Page 21: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 1 of 8

BHARAT PETROLEUM CORPORATION LTD SRU REVAMP-TGTU PROJECT

(JOB NO. A710) AGREED TERMS & CONDITIONS (ATC)

(FOR INDIAN BIDDERS)

Vendor Name: M/s ______________________________________________________________

RFQ No. : 1000234506

Vendor’s Offer Ref No. : ___________________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISHLANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES DULY

CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN“QUESTIONNAIRE” WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL/ TECHNICAL NOTES AND SCOPE OF SUPPLY/SERVICES/ SITE WORK, AS APPLICABLE INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/ COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF ANY.

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

1. Price Basis :

(i) Quoted supply prices are on FOT despatch point basis inclusive of Packing & Forwarding.

Confirmed

(ii) (a) For Manufacturer: Specify Despatch Point (name of place from where the materials shall be supplied).

(b) For Agent/ stockist/ trader: Specify name and address of Manufacturer from where the material shall be sourced.

(c) Quoted items shall be supplied from above specified (1 ii b) BPCL enlisted manufacturer/ mill as per their enlistment with BPCL.

Confirmed

(iii) Freight Charges

(a) Confirm firm transportation charges exclusive of Service Tax and Ed Cess, upto project site, has been quoted as per following :

- For tagged/ Packaged items (to be quoted in price schedule)

Confirmed

- For bulk items (to be indicated in % of quoted price) ……………………. % (b) Percentage of Cenvatable Service Tax as applicable extra

on Freight. Non Cenvatable service tax to be included in freight charges.

……………………. %

(c) Statutory Variation on Service Tax on Transportation Charges shall be paid by the owner against documentary evidence within completion period

Confirmed

Page 22: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 2 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

(iv) Insurance:

(a) For Supply Only Transit/Marine Insurance of Equipment/ Item has been taken care by the Owner & charges of the same have not been included in the quoted prices.

Confirmed

(b) For Supply + Site Work Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

2. Excise Duty applicable extra on Finished Goods:

(i) Specify Excise Tariff Sub-Heading No. ___________________

(ii) Present Rate of Excise Duty & Edu. Cess payable extra on finished goods (including Spares) …………………. %

(iii) Any variations in Excise Duty & Edu. Cess at the time of supplies for any reasons including variation due to Turnover shall be borne by the Seller. Only Statutory Variations within the Contractual Delivery/ completion period shall be borne by Purchaser.

Confirmed

(iv) If Excise Duty & Edu. Cess is not applicable at present due to any reason, the same shall be borne by Seller if it becomes applicable later.

Confirmed

(v) Confirm Excise Duty & Edu. Cess will not be applicable on transportation charges. Confirmed

(vi) If Excise Duty & Edu. Cess is not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance.

Confirmed

(vii) Non Cenvatable Excise Duty, if any is included in quoted prices & no variation on any account (including statutory variation) shall be paid by Owner.

Confirmed

(viii) Only Statutory Variations, if any, in the present rate of Excise Duty, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

Confirmed

3. Sales Tax applicable extra on finished goods:

(i) Central Sales Tax against Concessional Form “C” payable extra on finished goods (including spares) is applicable & the present rate (in %age) is indicated

(Applicable / Not Applicable) (Please tick whichever is applicable)

……………… %

(ii) Maharashtra VAT payable extra on finished goods (including spares) without concessional form is applicable & the present rate (in %age) is indicated

(Applicable / Not Applicable) (Please tick whichever is applicable)

……………… %

(iii) If CST / Maharashtra VAT is not applicable at present due to any reason, the same shall be borne by Supplier if it becomes applicable later.

Confirmed

(iv) Confirm CST/ Maharashtra VAT will not be applicable on transportation charges. Confirmed

(v) If CST / Maharashtra VAT is not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance.

Confirmed

Page 23: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 3 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

(vi) Only Statutory Variations, if any, in the present rate of CST / Maharashtra VAT, upto the Contractual Delivery Date / Completion Period shall be to Owner’s account subject to documentary evidence to be furnished by Seller.

Confirmed

4. Octroi / Enter Tax. Octroi charges shall be paid by the supplier and the same shallbe reimbursed by the owner at actual against submission of invoiceswith documentary evidence. Hence the octroi charges shall not beincluded in the quoted prices. Bidder shall indicate applicable rate of octroi/ Entry Tax. Anystatutory variations on the same shall be borne by Purchaser.

…………………. %

5. Any new or additional taxes/ duties and any increase in the existing Cenvatable taxes/duties imposed after contractual completion period due to reasons attributable to Seller, shall be to Supplier’s account whereas any corresponding decrease in the existing Cenvatable taxes/ duties shall be passed on to the Owner.

Confirmed

6. Spares Parts: Confirm item wise unit price (FOT Despatch Point) along with itemised quantities of following spare parts as required in Material Requisition (MR) have been indicated.

Confirmed

i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

ii) Commissioning spares as specified in MR are included in the quoted Price. Confirmed (if Applicable)

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices. Confirmed (if Applicable)

iv) Confirm spares wherever required have been included inthe quoted price and list of spares is also furnished. Confirmed (if Applicable)

v) Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid.

Confirmed

7. Site Work:

For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

(i) Confirm that quoted site work prices are exclusive of Service Tax & Edu Cess and VAT of works Contract but inclusive of all other applicable taxes & duties.

Confirmed

(ii) Percentage of Service Tax & Edu. Cess as applicable extra on Site Work. …………………. %

(iii) Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

Confirmed

(iv) Confirm that Entry Tax/ Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute/ complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax/ octroi shall be paid by the Owner.

Confirmed

8. Supervision / Training Charges:

(i) Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the

Confirmed , Quoted in Price Schedule

Page 24: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 4 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

Price Schedule.

(ii) Percentage of Service Tax & Edu. Cess as applicable extra on Supervision / Training …………………. %

(iii) Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents.

Confirmed

(iv) Where erection/ testing/ commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

Noted &Confirmed

(v) Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with PBG and shall be initially valid up to 06 (Six) months which shall be extended based on the request by BPCL.

Noted &Confirmed

9. Confirm documentation charges as per MR are included in quoted prices. Confirmed

10. Price Reduction for delay in delivery/ completion:

Confirm acceptance of price reduction schedule for delay in deliveries / completion as specified in GPC & Special Purchase Conditions (SPC) / Instructions to Bidders (ITB) enclosed in RFQ Document. Liquidated damages or penalty are not acceptable.

Confirmed

11. Delivery / Completion Period: Please confirm delivery / completion period as specified in the RFQ Covering Letter.

Confirmed

12. Payment Terms:

(a) Confirm acceptance of “Terms and Mode of Payment” as per respective clause(s) given in SPC and RFQ covering letter.

Confirmed

(b) Advance payment is not acceptable. However, progressive payment as specified in the SPC on achievement of specific milestones (under applicable payment terms) shall be against equivalent Bank Guarantee as per BPCL format for all payments before dispatch. Such progressive payment shall be recoverable from Bidder’s bills.

Confirmed

13. PART ORDER: Confirm acceptance of Part Order clause as per GPC (Indigenous). And bidder also confirm acceptance to part quantity orders of any items to facilitate purchase preference to MSE bidders as per Govt. guide lines.

Confirmed (if Applicable as per MR)

13.1 MSE BIDDERS

(i) Confirm whether The bidder is a Micro or Small Enterprise under the Micro, Small & Medium Enterprises Development Act, 2006 or not.

(YES / NO) (Please tick whichever is applicable)

(ii) Bidder to furnish Documentary evidence required as per RFQ to avail preference To MSEs. Furnished

Page 25: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 5 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

(iii) Confirm whether the MSE is owned by SC/ST Entrepreneur (YES / NO)

(Please tick whichever is applicable) (iv) Supporting documentary evidence with respect to MSEs is

owned by SC/ST Entrepreneurs as per RFQ to avail preference to MSEs owned by SC/ST.

Furnished

(v) The above documents submitted by the bidder shall be duly certified by the statutory Auditor of the bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any interest in the bidder’s company/ firm) where audited accounts are not mandatory as per law (or) duly notarized by any Notary Public in the bidder’s country. In case of notarization, bidder shall also submit an Affidavit as per format provided in the Bidding Document signed by the authorized signatory of the bidder.

Noted & Furnished

(vi) In case bidder does not submit duly authenticated documentary evidence as required above, bidder shall not be considered eligible for availing MSE benefits.

Noted & Confirmed

(vii) Any charges quoted extra as lumpsum (like IBR, Testing, freight, etc.) shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed

14. Repeat Order: Confirm Acceptance of Repeat Order clause as per RFQ Covering Letter / SPC / GPC.

Confirmed

15. Performance Bank Guarantee:

(a) In the event of award of order, submission of Performance Bank Guarantee for 10% of total order value valid till full guarantee period plus 6 (Six) months as per respective clause(s) given in SPC.

Confirmed

(b) The Performance Bank Guarantee shall be strictly as per enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

Confirmed

16. Guarantee / Warranty: Confirm acceptance to Guarantee / Warranty clause as mentioned in the GPC/SPC/ITB.

Confirmed

17. Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account.

Confirmed

18. Testing and Inspection charges:

(i) Goods supplied are subject to stage wise and final inspection as specified in MR by EIL and no extra charges shall be payable by Owner towards the same. Third Party Inspection charges for indigenous supply shall be paid by BPCL and supplier need not consider these charges while quoting.

Confirmed

(ii) Quoted prices are:

(a) Inclusive of all testing and inspection charges (if applicable) as per MR. Confirmed

(b) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition. Confirmed

(c) Inclusive of all statutory certification charges PESO/CCOE etc. (if applicable) as required in the Material Requisition Confirmed

Page 26: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 6 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

(iii) Is your shop approved by IBR/CCE authority, if yes, indicate validity. i. IBR ii. CCE

IBR Approved

(iv) It is the responsibility of supplier to get the entire imported materials and the built in imported contents inspected by TPIA (i.e. Lloyds/BV/DNV/TUV/CEIL) in the country of origin and the quoted prices are inclusive of charges towards the same.

Confirmed

19. Import Content:

19.1 Imported raw materials required for equipments/ materials:

If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following:

(Applicable / Not Applicable) (Please tick whichever is applicable)

(a) Confirm that quoted prices are based on Merit rate of Customs duty, CVD, Educational Cess and SAD as applicable. Confirmed

(b) Indicate rate of Import Duties considered and included in the quoted prices. Refer Annexure to Price Schedule

(c) Indicate brief description/ specification with itemised CIF value and country of origin of imported material. Refer Annexure to Price Schedule

(d) Indicate classification with tariff no. under which Vendor intends to import. Refer Annexure to Price Schedule

(e) Confirm prices shall be firm on account of variation in foreign exchange rate. Confirmed

(f) Owner shall not provide any import licence. Noted

(g) Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess. Confirmed

Any upward variation due to change in Customs Duty classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

Confirmed

(h) Statutory variations, if any, in the rate of Import Duties upto 2/3rd contractual delivery period shall be to Owner’s account. Confirmed

(i) Any increase in price due to increase in the rate of Import Duties, due to any reasons, whatsoever, beyond the 2/3 rd contractual delivery period, shall be to vendor's account. However, any decrease in Import Duties rate at the time of actual clearance of imported materials shall be passed on to Owner.

Confirmed

(j) The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon.

Confirmed

(k) Variation in price due to Customs duty rate will be dealt separately after receipt of material at site, against documentary evidence.

Confirmed

19.2 Imported finished good/ item directly dispatched from port:

(i) Is it your offer is based on certain imported finished goods/ items/ materials directly despatched from port of entry (India)

(YES / NO) (Please tick whichever is applicable)

(ii) In case material is directly dispatched from port of entry (India) is required then bidder’s quoted equipment/ system/ materials prices shall not be inclusive of CVD & SAD and the same shall be payable extra by Purchaser against submission of cevatable documentary evidence. Hence, quoted prices are exclusive of

Extra CVD @ …………. %

Extra SAD @ …………. %

Page 27: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 7 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

CENVAT benefit.

(iii) In case material is directly dispatched from port of entry (India), CVD/ SAD amount shall be reimbursed subject to submission of bill of entry documents along with CVD/ SAD invoice.

Confirmed

(iv) In case bidder will not be able to provide the full cenvatable documentary evidence for indicated CVD & SAD above then bidder shall provide the mandatory discount for non cenvatable CVD & SAD.

Confirmed

20. Validity of Bid: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

21. Compliance to RFQ documents:

(a) Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/ services/ site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any.

Confirmed

(b) Confirm your offer is in total compliance with RFQ documentation containing commercial terms and conditions as per the following documents, without any deviation:

(i) Request for Quotation (RFQ) Confirmed

(ii) Instructions to Bidders (ITB) Confirmed

(iii) Special Purchase Conditions (SPC) Confirmed

(iv) General Purchase Conditions (GPC) Confirmed

(v) Terms & Conditions of Site work / GCC / HSE Confirmed (if applicable)

(vi) Integrity Pact. Confirmed (if applicable)

(vii) Addendum / Corrigendum / Amendments, if any Confirmed

(viii) Terms & Conditions for Supervision services Confirmed (if applicable)

(c) Any deviation to Terms & Conditions shall lead to rejection of offer, except deviations for which loading is defined in the RFQ Documents.

Noted

22. Whether any of the Directors of Bidder is a relative of any Director of Owner/EIL or the Bidder is a firm in which any Director of Owner/EIL or his relative is a Partner or the Bidder is a private company in which any director of Owner/EIL is a member or Director.

Confirmed No relation

23. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily mean cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

24. Please confirm you have uploaded the following in the E-Tendering Portal:

(a) UNPRICED OFFER- without any Deviations& ATC in respective Un-priced Folder Confirmed

(b) PRICED OFFER- Duly filled Price Schedule Confirmed

25. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

Confirmed

Page 28: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Indian_Rev. 1 Dt. 30.06.2015 Page 8 of 8

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

26. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms& conditions mentioned elsewhere in the offer, the confirmation given/confirmed herein above shall prevail.

Confirmed

VENDOR’S NAME: SIGNATURE & SEAL:

Page 29: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 1 of 6

BHARAT PETROLEUM CORPORATION LTD SRU REVAMP-TGTU PROJECT

(JOB NO. A710) AGREED TERMS & CONDITIONS (ATC)

(FOR FOREIGN BIDDERS)

Vendor Name: M/s ______________________________________________________________

RFQ No. : _____________________________________________________________________

Vendor’s Offer Ref No. : ___________________________________________________________

Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

Contact Person: ___________________________ E-mail _________________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISHLANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES DULY

CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN“QUESTIONNAIRE” WITH UN-PRICED BID AND/ OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIER’S BID.

5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL/ TECHNICAL NOTES AND SCOPE OF SUPPLY/SERVICES/ SITE WORK, AS APPLICABLE INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/ COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF ANY.

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

1. Price Basis :

(a) Confirm that the offer contains firm prices on F.O.B. International Seaport of Exit Basis.

Confirmed

(b) Indicate International Seaport of Exit ………………

(c) Indicate the HSN Code of the Items ___________________

(d) Details of any Free Trade Agreement (FTA) / Comprehensive Economic Partnership Agreement (CEPA) / Treaty between Bidders country Govt. & Indian Government for availing custom duty exemption / concession. If bidder will not specifically mention the same, it is to be considered that there is no specific Agreement / Treaty between Govt. of Bidders & Purchasers County.

Applicable / Not Applicable

(e) Confirm quoted prices are inclusive of stowage charges. Confirmed

(f) Confirm that ocean freight charges upto port of entry- Mumbai, (India) has been quoted separately by you in the price schedule.

Confirmed, quoted in Price Schedule

(g) In case you have not indicated the ocean freight charges separately in the price schedule please quote the same in terms of Percentage of the quoted FOB Price.

……………. %

(h) In case ocean freight charges are repeated anywhere in the bid/Price Schedule/ATC, then higher shall be considered for evaluation & lower for ordering. (In case of CFR)

Confirmed

2. Insurance:

(a) For Supply Only Price quoted must exclude Marine insurance charges

Confirmed

Page 30: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 2 of 6

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

from FOB International Port of Exit, as same shall be arranged by the Owner. However all marine insurance charges for inland transit upto FOB International Port of Exit must be included by you in your prices.

(b) For Supply + Site Work Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

Confirmed

3. Owner reserves the option to place order either on FOB or CFR basis (applicable only as per requirement mentioned in RFQ documents).

Confirmed

4. Delivery / Completion Period:

(a) Delivery / Completion period shall be as mentioned in the RFQ covering letter. Confirmed

(b) Confirm delivery period shall be reckoned from the date of Fax of Acceptance. Confirmed

(c) Confirm date of clean Bill of Lading shall be considered as date of delivery. (In case order is placed on FOB port of Exit basis)

Confirmed

5. Taxes & Duties:

(a) All taxes, duties and levies of any kind payable upto FOB International Port of Exit shall be borne by Bidder. Confirmed

(b) Export permit/ licence if required shall be vendor’s responsibility & any expenditure towards same will be borne by Bidder.

Confirmed

6. Supervision / Training Charges:

(a) Charges for Supervision / Training, if in the scope of the Bidder as per MR have been indicated by bidder separately in the Price Schedule.

Confirmed , Quoted in Price Schedule

(b) Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents.

Confirmed

(c) Bidder to indicate Permanent Account Number (PAN) to avoid any additional Tax deduction at source as per the prevailing Indian Income Tax Acts / Rules.

___________________

(d) Where erection/testing/commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

Noted & Confirmed

(e) Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with shipping documents and shall be initially valid up to six months which shall be extended based on the request by BPCL.

Noted & Confirmed

Page 31: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 3 of 6

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

7. Site Work:

For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

(a) Confirm that quoted site work prices are exclusive of Service Tax & Edu Cess and VAT of works Contract but inclusive of all other applicable taxes & duties.

Confirmed

(b) Percentage of Service Tax & Edu. Cess as applicable extra on Site Work. ……………. %

(c) Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

Confirmed

(d) Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

Confirmed

8. Validity: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

Confirmed

9. A) For Manufacturer: Specify Name and Address:

___________________

B) For Agent/ stockist/ trader: Specify name and address of Manufacturer from where the material shall be sourced.

___________________

C) Quoted items shall be supplied from above specified BPCL enlisted manufacturer/ mill as per their enlistment with BPCL.

Confirmed

10. Inspection Charges:

(a) Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Lloyds/BV/DNV/TUV/CEIL in the country of origin and charges of the same shall be included in quoted prices and it is supplier’s responsibility to arrange for the same. No additional charges shall be paid by owner towards the same.

(b) Quoted prices are:

(i) Inclusive of all testing and inspection charges (if applicable) as per MR. Confirmed

(ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition. Confirmed

(iii) Inclusive of all statutory certification charges PESO/CCOE etc. (if applicable) as required in the Material Requisition.

Confirmed

11. Country of Origin: Country of origin from where the goods have been offered. Confirmed

12. Currency of Quote: Furnish the currency of quote. Change in currency once quoted will not be allowed. Bidder shall quote either in USD / Euro only.

Confirmed

13. Spares Parts:

Confirm item wise unit price (FOB Port of Exit bais)of Confirmed

Page 32: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 4 of 6

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

following spare parts as required in Material Requisition (MR) have been quoted indicating itemised quantity.

i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

ii) Commissioning spares as specified in MR are included in the quoted Price. Confirmed (if Applicable)

iii) Special Tools & Tackles as specified in the MR are included in the quoted prices. Confirmed (if Applicable)

iv) Confirm spares wherever required have been included inthe quoted price and list of spares is also furnished. Confirmed

v) Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid. Also item wise Ocean freight charges upto port of entry, Mumbai-Maharashtra (India) for the spares has been quoted.

Confirmed

14. Confirm documentation charges as per MR are inclusive in your quoted prices. Confirmed

15. Confirm customer references list for the item/model quoted by you, is given in offer. Confirmed

16. Indicate shipping weight (net and gross) and volume of the consignment.

___________________

17. Performance Bank Guarantee:

(a) Confirm goods to be supplied by you shall be guaranteed for performance as per the General Purchase Conditions & Special Purchase Conditions (SPC)/ Instructions to Bidders (ITB) and submission of the Bank Guarantee 15% of Order Total Value (10% towards Performance valid till full guarantee period plus 6 (Six) Months and 5% towards Price Reduction Schedule for delay in Delivery shall be valid till contractual delivery date (CDD) plus Eight and half months.

Confirmed

(b) i) The Performance Bank Guarantee shall be strictly as per proforma enclosed with the GPC document and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank and shall be submitted within 15 days from date of FOA.

Confirmed

ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crore or USD 22 Millions and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

18. Guarantee / Warranty Confirm acceptance to Guarantee / Warranty clause as mentioned in the General Purchase Conditions & Special Purchase Conditions (SPC)/ Instructions to Bidders (ITB).

Confirmed

19. Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account.

Confirmed

Page 33: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 5 of 6

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

20. Part Order:

a) Confirm acceptance of Part Order clause as per GPC. And bidder also confirm acceptance to part quantity orders of any items to facilitate purchase preference to MSE bidders as per Govt. guide lines.

Confirmed

b) In case of part order confirm all lumpsum charges quoted extra if any viz. Documentation, testing, packing, crating, handling, FOB, TPI, IBR etc., shall be applicable prorata on value basis in the event of part order / part quantities/ split order.

Confirmed

21. Repeat Order: Confirm Acceptance to Repeat Order as per RFQ Covering Letter/SPC/ITB/GPC/Material Requisition.

Confirmed

22. Price Reduction on delay in delivery/completion:

Confirm acceptance of price reduction schedule for delay in deliveries/completion of work/services specified in General Purchase Conditions (GPC) & Special Purchase Conditions (SPC) / Instructions to Bidders (ITB) enclosed with the RFQ Document. Liquidated damages or penalty are not acceptable.

Confirmed

23. Payment Terms: Confirm acceptance of payment terms as per “Payment

Terms and Mode of Payment” specified in Special Purchase Conditions (SPC) and RFQ covering letter.

Confirmed

24. (a) Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 15% bank guarantee(as per Sl. 17a above) valid till expiry of Material/Equipment Guarantee period & claim period as per General Purchase Conditions and Instructions to Bidders.

Confirmed

(b) Letter of Credit shall be opened through a Govt. of India Nationalised/ Scheduled Bank and hence need not be confirmed.

Confirmed L/C not required

OR (c) However, if you still insist for confirmed L/C, confirmation

charges shall be borne by you. Please confirm. Confirmed

25. All Bank charges and stamp duties payable outside India in connection with payments to be made under Purchase Order for the item, if placed, shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

Confirmed

26. Please indicate name and address of your Bankers for L/C opening, telephone/E-mail address. ___________________

27. Compliance to RFQ documents:

(a) Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any, without any deviation.

Confirmed

(b) Confirm your offer is in total compliance with RFQ documentation containing commercial terms and conditions as per the following documents, without any deviation:

(i) Request for Quotation (RFQ) Confirmed (ii) Instructions to Bidders (ITB) Confirmed

Page 34: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_ATC Foreign_Rev. 0 Dt. 30.06.2015 Page 6 of 6

SL. NO. DESCRIPTION VENDOR’S CONFIRMATION

(iii) Special Purchase Conditions (SPC) Confirmed (iv) General Purchase Conditions (GPC) Confirmed (v) Terms & Conditions of Site work / GCC / HSE Confirmed (if applicable) (vi) Integrity Pact. Confirmed (if applicable) (vii) Addendum / Corrigendum / Amendments, if any Confirmed (viii) Terms & Conditions for Supervision services Confirmed (if applicable)

(c) Any deviation to Terms & Conditions shall lead to rejection of offer, except deviations for which loading is defined in the RFQ Documents.

Noted

28. Direct offer without the intermediary of an Indian Agent will only be considered. Noted &Confirmed

29. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

30. Please confirm you have uploaded the following in respective folder in the E-Tendering Portal:

(a) UNPRICED OFFER- without any Deviations& ATC in respective Un-priced Folder Confirmed

(b) PRICED OFFER- Duly filled Price Schedule Confirmed

31. Please confirm that you have quoted strictly for items based onyour registration/approval with EIL as on date of issue of RFQ.

Confirmed

32. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by consultant / Owner.

Confirmed

33. Printed terms and conditions, if any, appearing in quotation, shall not be applicable in the event of order. In case of contradiction between the confirmations given above and terms & conditions mentioned elsewhere in the offer, the confirmation given/confirmed herein above shall prevail.

Confirmed

VENDOR’S NAME: SIGNATURE & SEAL:

Page 35: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_T&C-SUP_Rev. 0 Dt. 30.06.2015 Page 1 of 2

TERMS & CONDITIONS FOR SUPERVISION OF ERECTION CHECK POINT, PRE-COMMISSIOING &COMMISSIONING

(INDIAN / FOREIGN BIDDER)

1) Bidder shall quote all inclusive per diem charges which shall also include lodging, boarding, medical, transportation including local transportation, all insurances including Bidder’s personnel and third party insurance, income tax, corporate tax (as may be applicable), etc. and all other incidental charges. No additional cost shall be payable towards travel, lodging & boarding, etc. by BPCL. Cenvatable Service Tax shall be payable extra.

2) Per diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the site. No payment will be made for travel days/period.

3) Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Cenvatable Service Tax for their personnel deputed for the supervision job). Tax(s) as per Government policy shall be deducted at source by Purchaser while making payments against each invoice.

4) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as applicable to Purchaser’s site personnel shall apply.

5) Selection of Foreign/ Indian supervisory personnel shall be left to Owner’s choice. 6) Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing

at the existing site, safety codes, Indian laws and local laws. 7) A notice period of 15 days will be given for mobilisation of supervisory personnel for

supervision of erection. 8) Payment shall be made as per payment terms mentioned in SPC against submission of

monthly bills and time sheets certified by the Engineer-in-Charge. 9) Where erection/testing/commissioning supervision, commissioning assistance is required

as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery. Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with PBG and shall be initially valid up to six months which shall be extended based on the request by BPCL.

10) Validity period of per diem rate shall be upto the end of guarantee period. Further, in case services for supervision are required after the guarantee period, 8% annual escalation shall be applicable.

11) Requirement of Employment Visa for Foreign Nationals All foreign nationals coming to India for execution of Projects / Orders will have to apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

i) Employment Visa is granted only for the skilled and qualified professional or to aperson who is being engaged or appointed by a company, organisation, Industry or undertaking etc. in India on contract or employment basis at a senior level, skilled position such as technical expert, senior executive or in managerial position etc.

Page 36: ON BPCL LETTER HEAD - Bharat Petroleum Blower.pdf · ON BPCL LETTER HEAD REQUEST FOR QUOTATION (RFQ) ... Addendum/ corrigendum to the ... Format for bidder’s queries for Pre-Bid

Project: SRU Revamp-TGTU Client: BPCL-MR

A710_T&C-SUP_Rev. 0 Dt. 30.06.2015 Page 2 of 2

ii) Request for employment Visa for jobs for which large number of qualified Indian are available, is not considered.

iii) Under no circumstances an Employment Visa is granted for routine, ordinary secretarial / clerical jobs.

Bidders are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case foreign nationals are required to be deputed to Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

S. No. Description Vendor’s Reply/Information

1. Number of supervisory personnel required

2. Per diem charges (per person) for 8 hours work on normal working days. ( Please specify currency ) Quoted in Price Schedule

Notes:

1. In case bidder recommends more than one category level of supervisory personnel the information desired at Sr. Nos.1 to 2 above in the table shall be furnished separately for each category of supervisory personnel.

2. Quoted per diem rate shall be considered in the evaluation as per RFQ Document. 3. Cenvatable Service Tax shall be payable extra. 4. Overtime rate per hour on any normal working days and per diem rate per hour and over

time rate per hour on holidays shall be worked out considering the quoted per diem charges divide by 8 hours.

Bidder’s Acceptance: RFQ No. : Signature with Name & Date and Item: Seal/Stamp of the Bidder Offer No. :