Post on 20-Mar-2020
Domain : bpcleproc.in
Parent department: BPCL
Department : CPO (M) -ProcurementGroup 3
Department officer : Sonia Srinivas
System ID : 16684 Tender Reference No. : CRFQ1000264833
Tender Title : GLOBAL 2- BIDTENDER FORDESIGN,SUPPLY,INSTALLATION,TESTING &COMMISSIONING OF 2 NOS.AUTOMATICVARIABLESPEED 72STATIONELECTRONICCAROUSELWITHINTEGRATEDELECTRONICDOWN STREAMFACILITIESINCLUDINGVISION UNIT,conveyor chain,VCM FORPIYALA & LONILPG PLANTS.
Tender Date : 07/10/2016
Tender Description : 1. Global TENDER for Design, Supply, Installation, testing & commissioningof 2 nos. Automatic variable speed 72 station Electronic Carousel withIntegrated Electronic Down Stream facilities including vision unit, conveyorchain, VCM & Annual Maintenance Contract for 5 years post 2 yrs warranty atBPCL Piyala & Loni LPG Bottling Plant, is floated in Two part bid through E-Tender system, consisting of Bid Qualification, Technical plus Commercialqualification & Price Bid floated together.2. Evaluation of offers will be on overall lowest landed cost basis includingAMC for 5 years. Bidders should qualify in BQC, Technical & Commercialbids , in order that their price bid is opened. First the Bid Qualification Criteriawill be evaluated. Technical cum commercial bids of only those vendors whomeet the BQC will be taken up further. Price bids of only techno-commerciallyqualified bidders will be opened.3. A Pre-bid meeting is scheduled for 14.10.16 at 11:00 hrs IST at the office ofBPCL. All prospective bidders can participate in the same. All queries to reachus before pre-bid meeting date. No queries will be entertained post pre-bidmeeting date.BPCL reserves the right to extend the Due Date of Tender.4. Forms/ Attachments to this tender may be noted while bidding.5.Please note that foreign bidders quotes should be either in USD or EUROonly. Please mention the currency in which you have quoted (USD/EURO).6.In price bid, wherever CST is applicable, vendor has to quote the CST (withform-c) or VAT. Octroi/Entry tax shall be paid extra at actuals against
Tender Document
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 1 of 54
documentary evidence in original.7. Contract will be placed by us. Actual Call-Off Shall be placed from MatsE&PNOIDA. Payment shall be processed by the Originator of Call-off/ BPEC .8. Price will be firm till execution of order and no escalation will be entertainedon any ground. BPCL reserves the right to vary the quantities of the tender.9. Packing and Forwarding: The materials should be properly packed so as towith stand all transit hazards till our sites.10.OCTROI/Entry Tax : Octroi/Entry Tax, if, applicable will be reimbursed tovendor extra at actuals against documentary evidence.11. Unloading & stacking will be arranged by consignee. However, advanceinformation regarding expected date of delivery to Site In-charge must be givenwell in time for making unloading arrangements under advice to originator ofcall-off.12. IN CASE OF ANY CLARIFICATION PERTAINING TO E-PROCUREMENT PROCESS, THE TENDERER MAY CONTACT THEFOLLOWING PERSONNEL OF M/S BPCL.PROCUREMENT LEADER :MR.MANIMARAN DASARAJLANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL :manimarand@bharatpetroleum.inPROCUREMENT MANAGER : MRS. SRINIVAS SONIALANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL :srinivass@bharatpetroleum.in
Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Document fees andEMD + Technicalbid + Price bid
Bid validity period (in days) : 180 Type of contract : Goods
Project duration / delivery orcompletion period (in days)
: 180 Form of Contract : Supply
Bid submission configuration
Bidding access : Open/Press
Base currency : INR Bidding type : Global
Bidding currencies : INR,EURO,USD
Key configuration
Bidding variant : Buy Mode of pre-bid meeting : Offline
Pre Bid Meeting Venue :
CENTRAL
PROCUREMENT
ORGANIZATION(MKTG),
BPCL, A INSTALLATION,
SEWREE FORT RD,
SEWREE(E), MUMBAI
400 015, INDIA PHONE
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 2 of 54
022 24176408/24176418
Dates configuration
Document downloading startdate
: 07/10/201621:00:00
Document downloading enddate
: 04/11/201614:00:00
Bid submission start date : 07/10/201621:00:00
Bid submission end date : 04/11/201615:00:00
Pre-bid meeting start date : 14/10/201611:00:00
Pre-bid meeting end date : 14/10/201614:00:00
Bid opening date : 04/11/201615:01:00
Document / EMD / Security fee detail
Tender fees : Not Applicable EMD amount : INR :1000000.00EURO :13388.00USD : 14911.00
EMD payable at : BHARATPETROLEUMCORPORATIONLIMITED,MUMBAI
Emd Clause :
Earnest Money Deposit
(EMD) ( also referred to as
Bid Security): You shall be
required to submit the
Earnest Money Deposit
(EMD) of Rs. 1000000/-(
Ten Lakhs only) for Indian
bidders & 14,911 USD or
13,388 Euro for foreign
bidders , as applicable in
physical form by the way of
demand draft drawn on any
Nationalised or scheduled
bank in favour of M/s
Bharat Petroleum
Corporation Ltd. and
payable at Mumbai at our
office in a sealed cover
addressed to Procurement
Leader Gr 3, with following
boldly super-scribed on the
outer cover CRFQ number,
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 3 of 54
Item, Closing date,Time,
Name of the tenderer. It
should be dropped in the
tender box or sent by
Registered Post/Courier to
the following address so as
to reach before the due date
& time of the tender.
Wire transfer shall be
allowed only for foreign
bidders.Exemption for
EMD would be in line with
govt. policy for MSE/NSIC
vendors.
EMD Payment Method : Demand Draft
Documents
Sr.No. File name File description
Filesize (in
MB)Date and time Status
1 Instructionsto_the_vendors
16684.pdf
ITB 16684 0.395 07/10/201617:50:11
Approved
2 SPC 16684.pdf spc 16684 0.112 07/10/201617:50:11
Approved
3 GPC (with PMAArbitration clause &
Holiday Listing Link)on12.10.15.pdf
GPC 0.308 16/09/201614:33:13
Approved
Bidding forms
Documentfees andEMD
EMD Form
Details Bidder'sResponse
EMD Amount offering
EMD Form
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 4 of 54
Currency
EMD Payment Method
Instrument No.
Payment Date
In case of wire transfer by foreign vendor, pl submit details
In case of MSE vendor for the tendered item , submit EMII document & itshould mention the tendered item
Technicalbid
BID-QUALIFICATION CRITERIA
BID-QUALIFICATION CRITERIA
S.No Bid-Qualification Requirement BiddersResponse
1 1.The Vendor should be a manufacturer of fully automatic variable speedelectronic flexi-carousel with integrated electronic down- stream facilities.The vendor should have supplied and successfully commissioned at leastone number of 72 station fully automatic electronic flexi-carousel withintegrated electronic down- stream facilities in the last seven years from duedate of tender.Documents required:Vendor should furnish copies of thepurchase order/s along with successful commissioning certificate from thebuyer in proof of above.Indian vendor to submit central excise registrationcertificate for manufacturer & foreign vendor to submit certificate from thecountry of origin’s chamber of commerce in support of them being amanufacturer of above mentioned equipment.
2 2.The vendor should have achieved a minimum average Annual financialturnover of Rs. 10.16 Cr (For Indian vendors) or USD 1.51 Million or Euro1.36 Million (For Foreign vendors) as per Audited financial statements(including Balance Sheet and Profit & Loss account), during the last threeconsecutive accounting years from due date of tender The vendor’s networth should be positive as per last available Audited financial statements(including Balance Sheet and Profit & Loss account. The net worth isdefined as TOTAL ASSETS MINUS TOTAL LIABILITIES.Documentsrequired:Audited Balance Sheets & Profit & Loss account of the vendor forthe last three consecutive accounting years (English language only).
BID-QUALIFICATION CRITERIA (BQC)
Technicalbid
Acceptance Of ITB and GPC and SPC
Acceptance Of ITB and GPC and SPC
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 5 of 54
Acceptance Of ITB and GPC and SPC
SrNo
DocumentName
FileName
I / We have read, understood and accepted the followingAnnexure of the Tender Document. (To read theDocument please click the corresponding Download link)
1 GeneralPurchaseConditions
gpc.pdf
2 Instructions toBidders
ITB
3 specialconditions
SPC
Technicalbid
Annexures for acceptance and upload after duly filled, signed & Stamped.
Annexures for acceptance
SrNo
DocumentName File Name
I / We have read, understood and accepted thefollowing Annexure of the Tender Document. (Toread the Document please click the correspondingDownload link)
1 Declaration Declaration.pdf
2 IntegrityPact (IP)
IP.pdf
Annexures for acceptance and upload after duly filled,
signed & Stamped.
Technicalbid
Particulars of Bidder for tender
Particulars of Bidder
. .
1. Name of the Tenderer
Particulars of Bidder for tender
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 6 of 54
2.(a) Office Address/ PAN no.
2.(b) Factory Address
2.(c) Tel No - Office
2.(d) Tel No - Factory
2.(e) Fax No - Office
2.(f) Fax No - Factory
3. Email ID (The email ID should be valid for the full tender period and the informationshared/ advise issued/ other mails sent to this ID shall be treated as official communicationfrom either sides)
4.Name/ designation of personnel handling the email IDs
PL MENTION COUNTRY OF ORIGIN & LOAD PORT Please confirm the Item Number /Description and Part Number / BTN Classification / Custom Tariff Number (FOR FOREIGNBIDDERS)
Sales Tax Registration No
. .
a) State Sales Tax
b) Central Sales Tax
c) Service tax registration
Technicalbid
A.DETAILS OF RELATIONSHIP WITH BPC DIRECTORS
PART- A (Applicable where Manufacturer is Sole Proprietor)
Description Bidder response
1.Name of Tenderer
2.a.Office Address
DETAILS OF RELATIONSHIP WITH BPC
DIRECTORS
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 7 of 54
2.b.Residence Address
3.Telephone
4. State whether manufacturer is related to any of the director(s) of BPC
5.If Yes to 4, state the name of the Director and manufacturer
Put NA whichever is not applicable
PART- B (Applicable where the manufacturer is a partnership firm)
Description BiddersResponse
1. Name of the Partnership firm
2.Address :
3.Name of Partners
4.State whether any of the partner is a Director to BPC
5. If Yes to 4 ,state the names(s) of Directors.
6.State whether any of the partner is related to any of the Director(s)of BPC
7.If Yes to 6 state the name(s) of Director(s) and the concerned Partnersrelationship with him/her.
Put NA whichever is not applicable
PART - C (Applicable where the Manufacturer is a Public or Private Ltd. Co.)
Descrition BiddersResponse
1. Name of the Company
2.a.Address of Regd. Office
2.b.Address of Principal Office
3.State whether the company is a Pvt. Ltd. Co. or Public Ltd Co.
4. Names of Directors of the Company
5.State whether any of the Director of your Company is a Director of BPC .
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 8 of 54
6.If Yes to (5) state the name(s) name(s) of the Director
7.State whether any of the Director of your Company is related to any of theDirectors of BPC.
.If Yes to (7) state the name(s) of Director and the concerned Director's (of theVendor) relationship with him/her.
Put NA whichever is not applicable
For the current list of BPC directors, please check on our website www.bharatpetroleum.in
Technicalbid
DEVIATION
Sr.No.
Tender clauseNo.
BPCL Requirements/specification
Deviations withJUstification
DEVIATION
Technicalbid
UNPRICED BID FORMAT FOR BIDDER
UNPRICED BID FOR VENDOR
BPCL REQUIREMENT BIDDERSRESPONSE
Delivery Period : All the equipment shall be supplied within 4 months from thedate of receipt of LOI by the vendor . The completion period of installation,testing and commissioning at site shall be one month from the date of intimationfrom the site on site readiness.
2. CST WITHOUT FORM C (IN PERCENT)VAT (IN PERCENT)CST WITHFORM C
3.PLEASE MENTION PLACE FROM WHERE MATERIALS WILL BEDESPATCHED(PL GIVE YOUR WORKS/FACTORY ADDRESS)
4. PLEASE MENTION THE PERSONS NAME /PHONENO./E-MAIL IDFROM WHOM CLARIFICATIONS CAN BE SOUGHT
5) DEVIATION (PLEASE MENTION DEVIATION, IF ANY, IN ANY OFTHE COMMERCIAL TERMS & CONDITIONS, WITH RESPECTIVECLAUSE NO.
UNPRICED BID FORMAT FOR BIDDER
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 9 of 54
6) PLEASE CONFIRM, IF YOU ARE AN MSE (MICRO/SMALLENTERPRISE)? IF YES, PLEASE UPLOAD THE RELEVANT AND VALIDSUPPORTING DOCUMENTS (EM II DOCUMENT). THIS IS TO AVAILPURCAHSE PREFERENCE AS PER TENDER TERMS, IF APPLICABLE.
foreign bidder to mention Country of Origin
foreign bidder to mention Load Port
foreign bidder to confirm BTN Classification / Custom Tariff Number
foreign bidder to quote prices in USD or EURO only. foreign bidder to confirmthe currency of quote-whether USD or EURO.
Approved Third Party Inspection Agencies(TPIA) : LRIS / DNV/ IRS/ EIL/BV/ UL INDIA PVT LTD
Loadings will be done as applicable while evaluating the price offer.
In case of conflict, the relevant portion of the clause of technical andcommercial specifications will prevail. No Counter conditions to any of BPCLterms & conditions will be accepted.
Foreign bidders to nominate a local Indian agency to carry out all activities inIndia . All payments in INR will be made to that agency in INR only. Details ofagency to be provided.
Service tax will be applicable on supervision of installation & commissioningcharges & AMC charges.( current rate of service tax is 15%)
Technicalbid
TENDER DOCUMENT FOR SUPPLY INSTALLATION, TESTING & COMMISSIONING OFFULLY AUTOMATIC VARIABLE SPEED ELECTRONIC CAROUSEL WITH INTEGRATEDELECTRONIC DOWN STREAM FACILITIES. - Download
.
TENDER DOCUMENT FOR SUPPLY
INSTALLATION, TESTING & COMMISSIONING OF
FULLY AUTOMATIC VARIABLE SPEED
ELECTRONIC CAROUSEL WITH INTEGRATED
ELECTRONIC DOWN STREAM FACILITIES.
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 10 of 54
Document Description BidderResponse
Technical Specification -Download
TEchnical Specification, -download.pdf
Download the Tender document from here and copy is to be filled,signed, stamped and then to bescanned and uploaded while Bid Submission.
Technicalbid
Technical Specification for Valve Changing Machine without Evacuation
Technical Specification for Valve Changing Machine without Evacuation
SR.NO PARTICULARS BPCL’SREQUIREMENT
VENDOR’SCONFIRMATION
A PURPOSE To unscrew / removeleak valve from LPGcylinder and screwingon / fixing new valvewithout priorevacuating the LPGcylinder.
B (i) MACHINE OPERATIONALREQUIREMENT
The valve changing machineoperation should be done withhydraulic power pack and shouldhave provision for sealing the spacearound the top of the cylinder / bungarea. On removing the defectivevalve, the sealed space should getisolated and while removing thesealing bell from top of the cylinder,the seal space should get de-pressurized
Vendor to Specify /confirm
ii The machine should have sturdyframe and operation of the machineshould be operator friendly withcontrol panel operatedpneumatically. The machine shouldhave provision to set the torque forscrewing and unscrewing the valveand the limit switches arrangementto achieve / check the same.
Vendor to Specify/confirm
Technical Specification for Valve Changing Machine
without Evacuation
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 11 of 54
iii The machine should have aprovision to vent / draw LPG atfaster rate in case the new valve isnot getting screwed on the cylinder(after removing the old/leak valve)
Vendor to Specify/confirm
iv The motion of hydraulically drivenwrench should be smooth
Vendor to Specify/confirm
v There should be automaticallyinterlock to prevent lifting of sealingbell while the sealing bell ispressurized
Vendor to Specify/confirm
vi LPG cylinders in Operations:Standard 14.2 Kg. and 19 Kg. cap.LPG Cylinders
Vendor to confirmacceptance
vii Installation of Machine Under covered roof ,all sides open
viii Duty Continuous
ix No. of hrs./ Day Min. 16 hrs/day for300 days in a year
x Operating Temperatures -10 to 50 Deg.C.
xi Qty of LPG released during eachoperation
Max 30 gms per ValveChange Operation
xii LPG and Air hoses Should be anti-Static.Continuous earthing
C (i) MACHINE DATAModel No. Vendor to Specify
ii CCOE approval ref. /date for aboveMachine
-
iii Motor Rating of hydraulic powerpack
Vendor to Specify
iv Consumption of Instrumentation airper hour of operation
Vendor to Specify
v Power Consumption Vendor to Specify
vi Capacity of offered Machine 25-30 cylinders perhour.
vii Grade of hydraulic oil and itsequivalent grade manufactured byvarious oil companies includingBharat Petroleum
Vendor to Specify
viii The maximum pressure / force to Vendor to Specify
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 12 of 54
which the LPG cylinder will besubjected to when sealing bell isplaced over the cylinder forunscrewing / screwing of valve
ix Pneumatic control circuit diagrams Vendor to Specify
x Overall Size of the Machine Vendor to Specify
xi Emergency Stop Required.
D (i) SCOPE OF SUPPLY
Hydraulic power pack consisting offlame proof / explosion proof 3phase electric motor( 3 to 5 HP),flame proof push button station,hydraulic pump with pressurecontrol / flow control arrangement,oil tank of suitable capacity withlevel indicator and pressure gauge,hydraulic and pneumatic hoses etc.The hydraulic power pack systemshould have minimum 2 emboss forearthing.
Vendor to confirm/specify
ii Valve change machine with a sturdyframe, platform with slidingarrangement of sealing bell, slidewrench with various gauges, valves,vents and limit switches etc.complete for screwing andunscrewing the valve from thecylinder and control panel with airservice unit. The machine shouldhave minimum 2 emboss forearthing the equipment.
Vendor to confirm.
iii Spares:-Minimum consumablespares for two year operation ofmachine.
Vendor to confirm andSpecify the spares.
iv Tools: - Necessary tools for carryingout regular operation & maintenanceof the machine.
Vendor to confirm andSpecify the Tools.
v Foundation Drawing and Foundationnut-bolts
To be provided by theVendor
vi First fill of hydraulic oil To be provided by theVendor
vii Operation and maintenance manual– 4 sets (1 set to be despatched withthe machine)
To be provided by theVendor
E (i) RESPONSIBILITY OF VENDORFOR SUPPLY+ SUPERVISION OFINSTALLATION AND
Vendor to Specify/confirm
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 13 of 54
SUPERVISION OFCOMMISSIONING OF ABOVEMACHINE
The scope of Installation supervisionby the Vendor would be to adviseBPCL about the location where theequipment has to be brought.
ii To show the Line and Level of theequipment for alignment to BPCLConveyor , so as to make easymanual entry of cylinder and exitinto and out of machine.
Vendor to Specify/confirm
iii To check the Level of the machinecorrectly before grouting under sideof the bed.
Vendor to Specify/confirm
iv Any other responsibility, as per therequirement to facilitate smoothInstallation and Commissioning ofthe Machine in BPCL LPG plant.
Vendor to Specify/confirm
F (i) RESPONSIBILITY OF BPCL INCASE OF SUPPLY+SUPERVISION OFINSTALLATION ANDSUPERVISION OFCOMMISSIONING OF ABOVEMACHINE BY VENDOR
Shifting packing cases , liftingraising the equipment and putting iton the foundation platform , will besole responsibility of BPCL
Vendor to confirm.
ii Electrification, Cabling, providingthe cables would be done by BPCLupto Flameproof Push Button Stationand Flameproof Motor supplied bythe vendor.
Vendor to confirm.
iii Arrangement of material Vendor to confirm
- Handing equipments /Tools forpulling, lifting, drilling operationsmoving the packed material up to thepoint of erection as per vendors’requirement.
-
G (i) SCOPE OF INSPECTION
i)Cycle time (The time taken frompositioning of the cylinder on thebase platform of the machine,placing seal bell over the cylinder,unscrewing the valve and taking outslide wrench, replacing old valvewith a new valve and lowering theslide wrench, screwing on valve,
Vendor to confirmacceptance
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 14 of 54
lifting of sealing bell and removingthe cylinder from the platform).
- ii)Smooth operation during differentfunctions of the cycle
-
- iii) Lifting of the bell only when gaspressure is reduced to very nearatmospheric pressure
-
- iv) Tightening torque setting to bewithin the standard parametersrequired for cylinder 3/4” NGTValve thread fitting on a cylinder.
-
- v) Wt. of filled cylinder shall notreduce more than 30 grams duringthe valve change operation
-
- vi) Co-relation of MOC / CCOEcertificates of components / boughtout items
-
- Control & Safe features to take careof likely human errors:
-
- vii) The control of anticlockwisemovement (unscrewing) should bemanual, even if the valve isunscrewed the shaft may continue torotate till the lever is in pressedposition by the operator.
-
- viii) Bell should not lift up whenventing is ON.
-
- ix) During power or pneumatic airsupply failure, system should remainstandstill viii) The clockwisemovement for screwing/tightening ofvalves is set to a torque of 145+/-15lbps by setting the bypass device ofthe hydraulic system.
-
- x) The valve is placed manually inthe socket of sliding wrench. In casethe valve falls down, the gaspressure is required to be ventedbefore manually lifting the bell toremove the valve. Interlock controlsetting should be so adjusted so thatbell does not lift up if there ispressure inside the bell. Lifting ofthe bell should be possible onlywhen gas pressure is reduced to verynear atmospheric pressure.
-
- xi)Interlocks to maintain safeoperating/no leakage position in case
-
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 15 of 54
of any human error.
- xii)Ball valve should not open whenwrench is out of the bell.
-
- xiii)Screw and unscrew operationnot to happen when venting is ON.
-
Technicalbid
DATA SHEETS
SLNO ITEM BPCL’S REQUIREMENT VENDOR'S
CONFIRMATION
I.(1)
Operating Conditions :Variable speed fillingmachine carouselsuitable for filling14.2/19 KG SC TypeValve cylinderssimultaneously
System performanceparameters
i) Production Capacity
4500 cylinders per hour of 14.2 Kg and4200 cylinders per hour of mixed loadof 14.2. Kg & 19 Kg. capacity or in anymix proportion equivalent to individualcapacities.
- ii) Filling Accuracy 95% of cylinders within +/- 50 gms
- - 97% of cylinders within +/- 100gms.
- iii) Valve LeakDetection
0.5 gm / hr
DATA SHEETS - SUPPLY, INSTALLATION,
TESTING & COMMISSIONING OF 4500 CYLINDERS
PER HOUR OF 14.2 KG AND 4200 CYLINDERS PER
HOUR OF MIXED LOAD OF 14.2. KG & 19 KG.
CAPACITY ELECTRONIC CAROUSELS FOR LPG
CYLINDER FILLING AND ELECTRONIC CYLINDER
TESTING FACILITIES WITH ACCESSORIES AND
SPARES
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 16 of 54
- iv) O-Ring LeakDetection
0.5 gm / hr
- v) Valve ChangeMachine withoutevacuation
25-30 Cylinders per hour with maxLPG loss of 30 gms during each valvechange operation
- vi) Chain ConveyorSystem
For handling of 5200 cylinders per hourof 14.2 kg / 19 Kg without jamming.
2 Cylinder-Dimension As per enclosed drawings.
3 Installation Under covered roof all sides open
4 Duty Continuous
5 No. of hrs/day 16 hrs /day for 300 days in a year
II Carousel FillingMachines :
-
1 Type Electronic type with individual Gasstops valve and filling head.
2 Platform Level + 550 mm from floor level.
3. LPG Cylinder 14.2 Kg and 19 Kg
4 Working Pressure of Max. 8.5 Kg/cm2 (Differentialpressure)
- LPG -
5 Filling Time (Max.) atworking pressure of 16Kg/cm2
Approx. 35-40 seconds for
- - 14.2 Kg and 45-50 seconds for 19 Kgcylinders. (Vendor to specify for 14.2Kg & 19 Kg cylinders).
- - -
6 Valve Details Refer to enclosed drawing
7 Type of Filling Gunrequired
Automatic lowering and centering typefor SC Valve with pin travel of 2.8+/-0.2mm.
8 Accuracy of filling(Min.)
+/- 50 gms.
9 Filter 40 Mesh SS Strainer.
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 17 of 54
10 Bourden type 0-25 KgPressure Gauge
To be provided before & after the filter
11 Guide Rail I – Section/Square Section.
12 Carousel drive (AntiStatic)
Preferable – Tyre/Belt driven withhydraulic motor or Gear type withelectric motor driven. Vendor tospecify.
13 Introduction unit Pneumatic / hydraulic operated or Geartype with electric motor driven unitwith automatic introduction of cylinderssynchronous with the speed of thecarousal. A safety device to be providedto prevent introduction of cylinders tothe carousal if there is already acylinder present on the filling machinesi.e. Introduction only when machinesplatform empty.
14 Ejection unit Pneumatic / hydraulic operated unit orGear type with electric motor driven forautomatic ejection of cylinders from thecarousal to the chain conveyor. A safetydevice to be provided such that if thefilling head has not detached from thecylinder then carousel should stopgradually . By this Anti jamming outputis ensured i.e. Ejection only whencylinders are filled and gun released.Also the ejection has to operate onlywhen the conveyor is free.
15 Emergency stop Easily accessible from front &distinctly visible .
16 Earthing connection a) Filling gun - braided copper wirealong with hose with insertb) Central column.c) Guide Raild) Platforme) Frame
17 Safety Guard Mesh or M.S. Flat on angle iron framesall around 1" above the platform.
18 Table Speed (To be specified by Vendor)
19 Range of speedadjustment
(To be specified by Vendor)
20 Filling accuracy +/- 50 gm. Or better.
21 Utilities required &consumption per hourof operation.Compressed Airrequirement in LPM &
(To be specified by vendor) Airpressure supplied is 5-6 Kg/cm2
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 18 of 54
Air pressure inKg/cm2
22 Overall size ofmachine
(To be specified by vendor)
23 Paint High quality anti-corrosive
24 Working height Tare weight controls to be accessiblefrom floor level.
25 Pneumatic controlcircuit diagrams
(To be specified by vendor)
26 LPG Pressure dropacross fillingmachines.
(To be indicated by vendor in Kg/cm2including quantity)
27 OperatingTemperature (-10degCto 50 DegC).
(To be specified by vendor)
III Empty cylinderpushing arrangement.
-
1 Interlocking provision To be provided
2 Auto-ejection device To be provided
IV Details of CentralColumn & RotaryTable Design
-
1 Product feeddistribution & by-pass
LPG thru Top and air through bottom ofcolumn preferred
2 Sealing arrangementdetails
To be provided for positive segregationof LPG and Air
3 Table supportingarrangement
Should be supported on rails
4 Table constructionarrangement.
Steel frame
5 Leveling arrangement Preferably by tripod
6 Material ofconstruction.
Steel
V Drive Arrangement : -
1 Drive motor typerating &characteristics
Hydraulic or electric with tyre/geardrive Rating & characteristics to bespecified by vendor
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 19 of 54
2 Speed reducinggearbox make typesize & completedetails.
Through Frequency control
3 Final anti-static drivearrangement details.
Arrangement to be indicated
VI Filling Head : -
1 Release Smooth release with hingedarrangement in jaws to facilitate littledownward movement of jaws at thetime of release
2 Liquid pressure 8.5 Kg/Cm2 (Differential)
3 Pin travel 2.8 + /- 0.2 mm
4 Flow rate 150 LPM
5 Material Gun metal
6 Head cap Gun metal threaded
7 Pneumatic cut off ofLPG inside the gunduring gun release.Hose attachment- Sideelbow.
(To be specified by vendor)
8 Self-centeringhorizontal alignmentarrangement withcylinder valve.
(To be specified by vendor)
VII General : -
1 Supporting rail size (To be specified by vendor)
- & fixing arrangement. -
2 Wheel details Steel wheel with sealed bearings.
3 LPG and Air hoses Should be anti-static
4 Details of allinstrument & otherfittings indicating typemake & othercharacteristics.
To be specified by vendor in brief.
- Micro filter One unit of 5 micron filter with 1100-LPM capacity at
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 20 of 54
- - 17.5 Kg/cm2 working pressure.
- Safety relief valve To be provided by vendor
- Differential pressurevalve.
To be provided by vendor
- Quick shut off valve To be provided by vendor
5 Total weight &shipment weight &dimension ofpackages.
To be indicated by vendor
6 All safety features Should be built in by design.
7 Gas cut off system Should be automatic with pneumaticactuator mounted on ball valves.
8 Ladder for enteringinside the carousal formaintenance .
To be provided.
9 Two years Operationand maintenancespares
To be provide by vendor (complete listto be furnished.)
10 Necessary detaileddrawings
To be provided by vendor.
11 Air Service Unit To be furnished by vendor
VIII Other Requirements -
1 Air Requirements(CFM) for Carousal &AssociatedEquipments (PreFilling & Post Filling)including allPneumaticComponents of ChainConveyor sytem
Vendor to Specify
2 Air Quality (MoistureContent)
5 Degree Below the Minimum AmbientTemperature. For all other parameterssuch as dust etc, vendor to providesuitable Air Filter Regulators
3 LPG PumpingRequirements (m3/Hr)
-
4 Power Requirements(KW) for Carousal &AssociatedEquipments (PreFilling & Post Filling)
-
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 21 of 54
excluding Drive Unitsfor Chain Conveyorsystem
5A Power Requirements(KW) for ValveChanging MachineWithout Evacuation
-
5B Power Requirements(KW) for Drive Unitsfor Chain Conveyorsystem
-
6 No of CylinderUnloading PointsRequired
-
7 No of CylinderUnloading PointsRequired
-
8 No of Washing UnitsRequired
-
9 No of Test BathsRequired
-
Technicalbid
AUTOMATIC TARE WEIGHT READING MACHINE
SLNO ITEM BPCL'S REQUIREMENT VENDOR'S
CONFIRMATION
1 System capacity Minimum 5200 cyls/hr for amix of 14.2 Kg & 19 KgCylinders
2 Installation Under covered roof all sidesopen
3 Duty Continuous
4 No. of hrs/day 16 hrs /day continuous dutyfor 300 days in a year
5 Platform Level + 550 mm from floor level
6 Emergency stop Easily accessible from front& distinctly visible forindividual machine.
AUTOMATIC TARE WEIGHT READING MACHINE
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 22 of 54
7 Cylinder stopper unit Required/ Not required (Tobe specified by Vendor)
8 Utilities required &consumption per hour ofoperation. Compressed Airrequirement to be mentioned inNM3/hr
(To be specified by vendor)Air pressure supplied is 4-6Kg/cm2
9 Overall size of machine (To be specified by vendor)
10 Paint High quality anti-corrosive
11 Operating Temperature (-10DegC to +55Deg C).
(To be specified by vendor)
12 Material of construction Steel
13 Total weight & shipment weight& dimension of packages.
To be indicated by vendor
14 All safety features Should be built in by design.
15 Two years Operation andmaintenance spares
To be provide by vendor(complete list to befurnished with UnpricedBid)
16 Air Service Unit To be provided by vendor
17 Type of enclosure forelectronics
FLP conforming to IEC –60079 or Equivalent
18 Power Isolation switch To be provided by vendor
19 Cable entry Shall be Back / bottom entry
20 Area of use of the equipment Suitable for Hazardouszone-1 Group IIA/IIB
21 Protection Class Minimum IP 65
22 Cameras Make: VTS
Technicalbid
DATA SHEETS- FOR FLP ENCLOSURES, FLP
GLANDS, INTRINSICALLY SAFE ZENNER
BARRIERS, INTRINSICALLY SAFE KEY BOARD
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 23 of 54
DATA SHEETS- FOR FLP ENCLOSURES, FLP GLANDS, INTRINSICALLY SAFE ZENNERBARRIERS, INTRINSICALLY SAFE KEY BOARD
DATA SHEET FOR FLP ENCLOSURE
SrNo SPECIFICATIONS BPCL REQUIREMENT Vendor's
Confirmation
1 Type of enclosure forelectronics
FLP conforming to IEC - 60079 orEquivalent
. a) Size As required
. b) Cover Threaded Gaskets having an opening ofsuitable dia. with toughened flat glasssealed in the cover on the both sides.
. c) Isolation switch 2Nos. switches for power ON/OFF
. d) Interconnection to topand bottom enclosure
Through FLP nipples
. e) Mounting plate Suitable mounting plate shall beprovided for electronics
. f) Cable entry Back / bottom entry for 3/4" NT
2 Area of use Hazardous zone-1 Group IIA/IIB
3 Material LM6
4 Protection Class IP 65
5 Glands Flame proof double compression madeof brass and chrome plated type
6 Mounting To be mounted on cold bent pipestructure at about 1.5 M from floor level.
DATA SHEET FOR FLP GLANDS
SR.NO. SPECIFICATIONS BPCL'S REQUIREMENT VENDOR'SCONFIRMATION
1 Type FLP Double Compressionconforming to IS: 2148.
2 Type of Armour Round GI wire
3 Area of use Hazardous Zone-GI GroupIIA/IIB
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 24 of 54
4 Material .
. a) Gland Brass with Chrome Plating /Aluminium
5 Protection Class IP 66
6 Size As per requirement.
DATA SHEETS FOR INTRINSICALLY SAFE ZENNER BARRIERS
SR.NO. SPECIFICATIONS BPCL'S REQUIREMENT VENDOR'SCONFIRMATION
1 Type Double channel. MTL/STAHL make(Replaceable fuse types preferred)
2 Application & modelfor limit switches
For interfacing limit & keyboardswitches/key boards & loadcellsinstalled in hazardous area should bein FLP enclosures. Both the channelsshould be separate from the earthcircuit of the zener barrier.
3 Area of installationof limit switches
Zone-I Class IIA/IIB
4 Area of installationof zener barriers
At safe area in FLP enclosures
5 Supply Voltage 10 to 35 V DC positive with respectto earth
6 Output current Upto 35 mA
7 Polarity Positively polarised
8 Terminals Should accommodate 1.5 sq. mm.Conductors.
9 OperatingTemperature
-20 to + 55 degree celcius
10 Humidity limit 95% RH
11 Conformity standard IS 10398 of 1982 or equivalent
12 ConformityCertification
PESO Nagpur India
13 Mounting Suitable to mount on the bus barinside FLP enclosure.
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 25 of 54
DATA SHEET FOR INTRINSICALLY SAFE KEY BOARD
SR.NO. SPECIFICATIONS BPCL'S REQUIREMENT VENDOR'SCONFIRMATION
1 Key Type Vendor shall specify
2 Enclosure Size Of appropriate size.
3 Protection Class Weatherproof to IP 68.
4 Intrinsic Safety Conforming to IS: 5780 of 1980 usingzener barriers.
5 Terminations Standard screw terminations for 1.5sq. mm. Or computer type connectors.
6 Glands Weatherproof double compressionmade of brass with chromeplate/Aluminium OD UAD & OAI tobe specified at the time of ordering.
7 Rating 5 million operations minimum withhigh MTFB.
8 Mounting palate Suitable mounting plate shall beprovided for key switch Termination(PCR)
9 Cable entry As appropriate
10 Area of use Hazardous Zone-I Group IIA/IIB
11 Material Vendor shall specify
12 Certification Should have ETDC Certification formake and break contact test at74AC/DC and CIMFR for IP67
13 Mounting height At about 1.5 M high from floor level.
Technicalbid
DATA SHEET FOR VARIABLE FREQUENCY DRIVE
VARIABLE FREQUENCY DRIVE
SLNO ITEM BPCL'S REQUIREMENT VENDOR'S
CONFIRMATION
DATA SHEET FOR VARIABLE FREQUENCY DRIVE
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 26 of 54
1 GENERAL DATA .
1.1 System voltage 415 V +/-10 %
1.2 Frequency 50 Hz + /- 5%
1.3 No. of phases / wires 3 Phase 4 wire
1.4 Fault level 35 MVA
1.5 Installation Indoor Electrically non exposed
1.6 Degree of protection IP42(minimum)
1.7 Cable entry Bottom
1.8 Busbars Power
. a) Continuous rating To be furnished by vendor
. b) Short time rating 50KA /1 .... sec.
. c) Material and Insulation Cu. / Al Sleeved joints shrouded
. . Neutral
. a) Continuous rating .
. b) Short time rating 50KA /1 .... sec.
. c) Material and Insulation Cu. / Al Sleeved joints shrouded
. . Groud
. a) Continuous rating .
. b) Short time rating 50.KA/3. sec.
. c) Material and Insulation Cu./Al Bare
1.9 Control /Aux. voltages .
. d) Panel space heater 240V AC
. e) Motor space heater 240V AC
. f) Indicationlamps(clustered LED type)
240.V AC
. g)Motor control supply 240V AC
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 27 of 54
1.10 Mimic diagram Yes
1.11 Ventilation Inbuilt fan and forced cooling
1.12 Recommended Makes Siemens / L&T (Yasakawa) /ABB / Rockwell Automation(Allen Bradley) / Danfoss Anyother make may be proposed byvendor subject to submission ofproven track record of the VFDfor one year of satisfactoryperformance in last 7 yearsreckoned from the due date of thistender enquiry.
1.13 Distance of MCC Room toFilling Shed
750m (This is approximatedistance only. Bidders are advisedto Visit the site and familiarizethemselves with the actual siteconditions)
2 DETAILS OF VVVFDMOTOR FEEDERS
.
2.1 Type of feeder VVVFD feeders(VFD)
2.2 Rated output (kW) As per the equipments rating to beselected by the bidder.
2.3 Motor rated out put at 50Hz 1.0 - 15 kw(.......kVA)
2.4 Service Continuous duty - S1
2.5 Rectifier 6 pulse or better
2.6 Output wave form Sine wave PWM
2.7 THD 0.05
2.8 Switch (category ) MCCB AC23/MCCB
2.9 Fuse (HRC link type ) As Reqd.
2.10 Neutral link removable -
2.11 Control fuse (HRC) &Neutral link
MCB
2.12 Type of starting for by passDOL / SD/ Auto trafo. / Slipring
DOL
2.13 Contactor category AC3
. Current transformers .
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 28 of 54
. a) for metering( 1 Nos.) .
. Common controltransformer -415 / 240 V
Reqd
. Module control transformer-415 / 110 V ( center tapearthed )
.
2.14 Control and Indication .
. a) Feeder ON (Red...... V ) Reqd
. b) Feeder OFF ( Green.... V)
Reqd
. e) Motor space heater ON(Yellow 240 V )
Reqd
. Reqd for motor feeders 37kW and above
.
. Inverter On/Off Inputsupply (R Y B)LEDindication on InverterPanel.
Required
2.15 Out put voltmeter oninverterpanel(digital/analogue)
Required
2.16 Ammeter (digital/analogue) Required
2.17 KWH meter (CT operated ) -
2.18 Output frequency/voltage 0.1 Hz. To 400 Hz/0 to Inputvoltage
2.19 RPM Regulation 0 RPM to rated RPM of the motor
2.20 Load Regulation 0 to 100 %
2.21 PID control Required (as In built feature ofthe inverter)
2.22 Starting torque To suit driven machinerequirements
2.23 Over load rating 150% for 1 minute
2.24 Acceleration / Deceleration 0.01 Sec to 1800Sec
2.25 Built in V/F freely Required
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 29 of 54
programmable pattern
2.26 Details of Driven equipment Carousel & Conveyor Motors
2.27 Digital signal of 4 to 20 mAfor current readings on DCSsystem.
Required
2.28 Digital RPM meter(Oninverter panel and remotepanel c)
Required
2.29 RPM monitoring on DCS /PLC panel
Required
2.30 Remote control panel withStart/Stop SpeedLower/Raise Push buttonsand digital rpm meter(to besupplied in loose)
Required
2.31 Local / Remote selectorswitch on the Remote panel.
Not Required
2.32 Local/Remote selectorSwitch on the Remote Panel
Required
2.33 Protections .
. a) Thermal O/L relay (hand/auto reset) with singlephasing preventor feature orOLR &separate SPP
Required
. b) Composite motorprotection relay -
Not Required (But all protectionshall be built inVFD)
. c) earth leakage relay withCBCT
Not Required
. d) Inverter overloadprotection
Required
. e) Short circuit fault Required
. f) Motor Overloadprotection
Required
. g) Under voltage protection Required
. h) Ground fault protection Required
. i) Single phasing protection Required
. j) Protection for over Required
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 30 of 54
voltage or any otherabnormal condition whichcan lead tripping orimproper operation:
. k) External contact for paneltrip alarm
Required
. l) Other protection notincluded in above
To be indicated
2.34 Other accessories .
. a) P.B. start (green) Required
. b) P.B. stop (Red) MUSHROOM HEAD
Required
. c) P.B.O/L relay reset (inside / out side )
Required
. d) P.B for test circuit /contactor ( Yellow)
Required
. e) 3 way & OFF ammeterselector switch
Required
. f) 3 way & OFF voltmeterselector switch
Required
. g) 2 way selector switchLocal / Remote
Required
. h) Control fuse/MCB formotor space heater
MCB Required
. i) Normal / Test selectorswitch
.
. Wiring & termination for: .
. a) Remote control -start P.B Required
. b) Remote control -stop P.B Required
. c) Remote control auto /manual switch
L/R Required
. d) Remote ON lamp Required
. e) Remote OFF lamp Required
. f) Remote Ammeter & C.T.shorting link
Required
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 31 of 54
. g) AC supply to the remoteheater
Required
. h) Spare starter N / Ocontact (2. Nos.)
Required
. i) Sequence interlockreceive & send
Required
. j) Remote alarm for S.P.Paction
Required
. k) Permissive interlockreceive & send
Required
Technicalbid
DATA SHEET FOR CHAIN CONVEYOR SYSTEM
CHAIN CONVEYOR SYSTEM
ITEM BPCL'S REQUIREMENT VENDOR'SCONFIRMATION
OPERATING CONDITIONS .
Chain conveyor Installation Under roof Duty
Continuous Conveyor length As per layout
PERFORMANCE DATA &CONSTRUCTIONFEATURES : CHAINCONVEYOR
.
Handling Capacity Min. 5200 cylinders per hour
Speed mtrs/min As per design of vendor
No. of chains Two
Take up type Vendor to specify
No. of conveyors AS PER LAYOUT
Total length approx As per Schedule of quantities/ layout
Chain pitch 62.5 mm approx
DATA SHEET FOR CHAIN CONVEYOR SYSTEM
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 32 of 54
Head sprocket dia mm Vendor to specify
Tail sprocket dia mm Vendor to specify
Lubricator Soapy water
Tank for soapy water Required. A 20 NB nozzle in the topshall be provided in each soap tray forgiving soap water solutionconnection.(should be able toaccommodation solution for full dayoperation) Alternate method oflubrication if any may be suggested.
Conveyor Track(channel)Thickness
Min 6 mm or as per design ofmanufacturer , whichever is more
Painting of Conveyor as per Painting specifications
Deviation in straightness Max. 3 mm per Metre length
No. of chains 2
Chain make Vendor to specify
Chain life 4 years (min)
Wear plate life 2 years(min)
Chain material - Leaf EN - 8
Pin EN - 24
Bush EN – 8
Wear plate MS(COF 0.30)
Hardness 220BHN
Chain pitch mm 62.5 mm (approx.)
Distance between chains 112 mm (approx.)
No. of chain links 16 per mtr. (approx.)
Working strength 3000 Kg/ Strand
Breaking strength 6500 Kg/ Strand
Factor of safety 2 (min)
Tensioning arrangement Hinged weight and tension wheel/
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 33 of 54
counter weight Balanced
HEAD SPROCKETS .
Type Hubbed
Material Cast steel as per IS
Sprocket dia As per design (Vendor to specify)
No. of teeth As per design (Vendor to specify)
Teeth hardness 170-190
BHN Lubricator Soapy water
TAIL SPROCKETS .
Type Hubbed
Material Cast steel
Sprocket dia As per design (Vendor to specify)
No. of teeth As per design (Vendor to specify)
Teeth hardness 170-190
BHN Lubricator Soapy water
CHAIN CONVEYOR FRAME - G.I. Material
.
Connection betweenframe/Supports
Bolted
Bracing of supports .
Required Spacing of supports 1:5M
Support Size Include G.I.Material -ISMC 75 of length req.to railing Support
No. of supports on curve 2(MIN)
Track space Bolted
Expansion joint Vendor to specify
Load data required To be furnished
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 34 of 54
Track (channel) material MS to IS : 226
Thickness of channel 6 mm or as per design, whichever ismore
CONVEYOR RAILING G.I. Material
Side railing ISA 50 x 50 x 6 mm with 6 mm thickPE strip the inner Faces
Railing supports ISMC 75 @ 1.5 m c/c. ( refer notebelow)
. additional extra supports at bends.
NOTE : CONVEYOR FRAME& RAILING TO BESUPPORTED BY A SINGLEG.I. CHANNEL (ISMC 75)SUPPORT. NO SEPARATESUPPORTS FOR RAILINGARE ACCEPTABLE
.
WEAR PLATE .
Material MS(COF 0.30)
Life Min. 2 years under normal operatingconditions
CHAIN RAIL .
Type Provision for taking side thrust
Rail Material Vendor to specify
Reinforcement of rails oncurves
Required
DRIVE No. of drives To be designed by the vendor
Location As per final approved Layout
REDUCTION GEAR BOX .
Make Radicon/Elecon/Shanthi / BPCLapproved equivalent
Type Worm reducer
Size Vendor to specify
Ratio As per design
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 35 of 54
Drive factor As per design High speed coupling
Type Flexible coupling with rubber spider inbetween
Make Fenner / Lovejoy / BPCL approvedequivalent
DRIVE CHAIN .
Make TI /Diamond / Rolon / BPCL approvedeqv
Type Duplex or Triplex
Material Wear Resistant steel
Hardness 350 BHN
(Min) Pitch As per design
Working strength 7500 Kg min. Vendor to submit
calculation Breaking strength 15000 Kg min. Vendor to submit
calculation Factor of safety 2
Tensioning arrangement To be provided. Vendors to specify
DRIVE SPROCKET .
MAKE Vendor to specify
Type Duplex or Triplex
PCD Vendor to specify
No. of Teeth To suit speed
Material IS -2062 with case hardened
Hardness 200 - 220 BHN (Min.)
SAFETY GUARDS .
Material MS sheet
Thickness 3 mm (min)
DRIVE BASE .
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 36 of 54
Combined drive base for motorand reduction gear box :Required
.
HEAD SHAFT & BEARING .
Shaft diameter 60 mm - 80 mm (approx.)
Material EN - 8
Bearing type Ball bearing
Make of bearing SKF / TIMKEN / BPCL approved eqv
Bearing life 30000 Hrs.
Bearing capacity Vendor to specify
Type of seal Vendor to specify
Pressure lubricator Required
TAIL SHAFT & BEARING .
Shaft diameter 40 mm approx
Material EN - 8
Make of bearing SKF / TIMKEN/ BPCL approved eqv.
Bearing capacity Vendor to specify
Bearing type Vendor to specify
Type of seal Vendor to specify
ROLLER CONVEYORS .
Roller width 450 mm measured between two angles
Roller material Aluminium
Roller housing Steel
Size of roller 50 mm dia Pitch
. 50 mm - 55 mm
Bearing type Ball bearing
Bearing capacity 500 Kg
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 37 of 54
Bearing size Vendor to specify
Bearing life 30000 working hrs
Conformity to IS YES
Shaft size 12 mm approx
Shaft material EN-8
Conveyor stringer size 65 * 65 * 6 thk IS Angle
Conveyor support ISMC 75
NOTE : Structural steel usedfor conveyor system will be ofTISCO, SAIL, IISCO orVIZAG make only
.
Technicalbid
DATA SHEET FOR INDUCTION MOTORS
INDUCTION MOTORS
SLNO ITEM BPCL'S REQUIREMENT VENDOR'S
CONFIRMATION
1 GENERAL .
1 Supply voltage 415 V +/- 10% 3 Phase
2 Frequency 50 Hz +/- 5%
3 Ambient Temperature 50C - 500C
4 Corrosive Atmosphere Yes
5 Hazardous Class I Division I Gas GroupsIIA & IIB, Zone I.
6 Division of Area Division I
2 DATA EQUIPMENTDETAILS
.
. Equipment Flameproof Induction Motor
DATA SHEET FOR INDUCTION MOTORS
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 38 of 54
. Quantity As per Layout
. R.P.M 1500 RPM
. Full Load Torque VTS
. Starting Torque VTS
. Duty Cycle as per IS :325
Direct coupled to reduction gearbox.
3 MOTOR DETAILS .
. Rating 5.5 3.7 & 2.2 KW
. R.P.M 1500
. Degree of protection asper IS:4691
TEFC IP-55
. Rotor Construction Squirrel Cage
. Installation Indoor
. Insulation B Class
. Momentary OverloadCapacity
VTS
. Starting Torque VTS
Technicalbid
.
.
Document Description Bidder Response
LIST OF SPARES FOR SUPPLY, INSTALLATION,
TESTING & COMMISSIONING OF 72 ST.
ELECTRONIC CAROUSEL WITH INTEGRATED
DOWN STREAM FACILITIES
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 39 of 54
LIST OF SPARES- Download LIST OF SPARES.pdf
If yes this form is to be downloaded by the vendor, Filled the details of spares(Please do notindicate price), Signed / Stamped and uploaded during bid submission..)
Technicalbid
.
.
Document Description Bidder Response
LIST OF TOOLS- Download LIST OF TOOLS.pdf
If yes this form is to be downloaded by the vendor, Filled the details of spares(Please do notindicate price), Signed / Stamped and uploaded during bid submission..)
LIST OF TOOLS IS REQUIRED FOR LPG
CAROUSEL DOWN STREAM EQUIPMENT &
CONVEYOR SYSTEM
Technicalbid
.
.
SLNO BPCL'S REQUIREMENT VENDOR'S
CONFIRMATION
1 Manual Unloading of Cylinders from Truck toConveyors
2 Cylinder Pre-inspection
3 Manual decapping
4 Cylinder sort out
ANNEXURE A - PROCESS FLOW
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 40 of 54
5 Automatic filling on Carousel
6 Check weighment for filled quantity
7 Leak detection for Bung & Pin Leak
8 " O" Ring leak detection
9 Leak test bath with visual inspection for body leak
10 Placing of heat shrinkable seals
11 Auto matic sealing
12 Manual Loading of 14.2/19 Kg cylinders into Trucks
Technicalbid
CYLINDER DATA
CYLINDER DATA
CYLINDER TYPE 14.2 kg 19 kg Bidder's Confirmation
Height 625 mm +/- 5 mm 725 mm +/- 5mm
Dia 314.4 mm +/- 5 mm 330 mm +/- 5 mm
Base ring Dia 265 mm +/- 5 mm 265 mm +/- 5 mm
Shroud Inner Dia 188 mm +/- 5 mm 188 mm +/- 5 mm
Shroud Height 127 mm +/- 5 mm 135 mm +/- 5 mm
Tare weight span) (14-19) Kg 18-23 Kg
Valve Type SC (Ref Drawing ) SC (Refer drawing)
ANNEXURE B - CYLINDER DATA
Technicalbid
Annual Maintenance Contract
Annual Maintenance Contract
Annual Maintenance Contract
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 41 of 54
DESCRIPTION Bidder'sConfirmation
Vendor has to enter into contract with BPCL for carrying out AnnualMaintenance for a period of 5 years beyond the completion of Defect LiabilityPeriod of two years from the date of successful commissioning.
During the Defect Liability Period ( 2 years) and the extended AMC period (3rdyear to 7th year), vendor shall deploy manpower on full time basis for carryingout routine preventive predictive and shut down maintenance. Maintenanceschedules to be developed and implemented without any production loss toBPCL.
No extra payment shall be made to the vendor towards supply of any spare partsor replacement/ repair of equipments during defect liability period of two yearsfrom the date of successful commissioning. However, after the expiry of twoyears of Defect Liability Period , Vendor shall quote the Annual MaintenanceCharges for subsequent 5 years. These charges shall include the repair ofequipments, providing spares etc and shall be paid on quarterly basis in fourequal installments of quoted rates at the end of each quarter.
Towards deployment of manpower, vendor shall be paid on monthly basis fordeploying manpower for satisfactory operation of carousel after successfulcommissioning of carousel.
AMC and Manpower contracts shall be renewed by LPG SBU after end of everyyear subject to conditions mentioned in this tender.
The Maintenance Contract shall cover all the equipment supplied by vendorprimarily consisting of
*High capacity Variable speed Carousel
*Automatic tare weight reading system / Vision Unit
*Introduction & Ejection
*Down stream equipment (Check scale/ Weight Correction Unit/OLD/ELD)
*PLC based VFD
*All components & units related High speed carousel system.
The following are excluded
1.LPG Piping system up to carousel inlet
2. Air Piping
3. Electrical Power supply
4. Civil works
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 42 of 54
5. Lubricating Oils consumables required.
Manpower:-
Vendor shall deploy technically sound & well experienced personnel during theDefect Liability Period and the AMC period to ensure the Carousel works at itsrated capacity.
There shall be minimum 1 technical personnel during the operating shifts & Iperson during the off shift for taking care of maintenance & upkeep ofequipment. There shall be one full time supervisor generally deployed inGeneral shift overlapping the operating shifts but timings not restricted to thesame.
The scope of work shall broadly consist of
1 INSPECTION
a) Adjustment of equipment
b) Optimization
c) Weighing-in
d) Lubrication of equipment
e) Safety Checks
f) Recommendations for optimization of equipment
2 PREVENTIVE M AINTENANCE
Preventative replacements of wearing parts according to pre-determinedpreventive maintenance plan
3 CORRECTIVE M AINTENANCE
? Carrying out of necessary repairs according to need identified by plantoperators and maintenance staff
? Plan & identify indent and maintain adequate spare parts inventory in co-ordination with BPCL.
? Carry out necessary replacement of parts
4 TRAINING AND OPERATIONAL SUPPORT
? Monitor the filling operation to secure correct usage of equipment
? Training and instructions to BPCL filling staff to secure correct usage offilling equipment.
5 REPORTING AND PLANNING
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 43 of 54
? Working out complete service report once per month
? Conduct Monthly meetings with BPCL maintenance manager to report andplan maintenance and discuss the issues for optimizing the productivity.
? 6 PERFORMANCE
Vendor shall prove the system for the rated productivity of minimum 4500Cylinders per hour of 14.2kg and 4200 cylinders per hour of mixed load of 19Kgand 14.2 Kg cylinders during the maintenance period along with otherparameters such as filling accuracy, Valve Leak, O-Ring Leak Detection systemwith repeatability.
BPCL reserves the right to demand capacity performance tests periodically &shall terminate the contract in case the performance is not satisfactory.
Vendor shall take all necessary steps to prevent unscheduled stoppages andwould make all out efforts to re-commission the machine with least break downtime at no extra cost to BPCL. Necessary labour shall be provided by BPCL toattend to the same.
SPARE PARTS
Spare parts during defect liability period of 2 years from the date of successfulcommissioning shall be supplied by the vendor at no extra cost. However, allspare parts inventory required for maintaining the highest productivity levelshall planned identified indented and maintained in co-ordination with BPCL.
GENERAL CONDITIONS
*The Service Agreement shall be periodically reviewed
*Both parties can discontinue the contract on a 3 months notice
*The Rates offered shall remain firm during the period of contract
*The Vendor shall bring his own hand tools.
*Vendor must adhere to applicable statutory laws issued by Govt of India andprovisions applicable must indemnify BPCL against any deviation or lapse onhis part
Vendor shall adhere to adhere all Safety Health Environment andsecurityGuidelines issued by BPCL time to time.
Vendor shall provide necessary uniform PPE like helmet and shoes at no extracost to BPCL.
Vendor shall indemnify BPCL against all claims and liabilities arising out ofperforming this contract.
Vendor shall indemnify BPCL against act of negligence by his personnel whileperforming this contract.
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 44 of 54
Free access to the equipment to the necessary extent will be granted by BPCL.
Office for the maintenance staff with common amenities shall be provided byBPCL
The work will be carried out in agreement with the BPCL service manager.
The work must as far as possible be carried out outside working hours tointerfere as little as possible with the production.
The guarantee covers the work provided during the maintenance service only.
Price bid
Price Bid
Column name Bidder response
SL.NO. 1
item description 72 station fully automatic variable speed ElectronicCarousel including all downstream equipments as intender (except auto tare weight reading system &conveyor system )complete along with 2 years Spares
bidder to take note of details in thiscolumn while bidding
(Ex-works price for Indian bidder/FOB price forforeign bidder)
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 2
item description auto tare weight reading system along with 2 yearsSpares
bidder to take note of details in thiscolumn while bidding
(Ex-works price for Indian bidder/FOB price forforeign bidder)
Price Bid
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 45 of 54
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 3
item description Valve changing machine without evacuation alongwith 2 years Spares
bidder to take note of details in thiscolumn while bidding
(Ex-works price for Indian bidder/FOB price forforeign bidder)
QUANTITY 4.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 4
item description Conveyor system along with 2 years Spares----Conveyor length required at Piyala & Loni is 375 mtrsfor each location.
bidder to take note of details in thiscolumn while bidding
(Ex-works price for Indian bidder/FOB price forforeign bidder) Foreign bidder is free to source thisitem from India & if he choses currency as inr thenoffer is ex-works location in India
QUANTITY 750.00
UOM Meter (M)
bidder to quote per unit
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 46 of 54
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 5
item description FAT charges
bidder to take note of details in thiscolumn while bidding
LS per carousel system
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 6
item description Ocean Freight
bidder to take note of details in thiscolumn while bidding
LS per carousel system (only to be quoted by foreignbidder in their currency) not to be quoted by Indianbidder
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 7
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 47 of 54
item description marine Insurance
bidder to take note of details in thiscolumn while bidding
LS per carousel system (only to be quoted by foreignbidder in their currency) not to be quoted by Indianbidder
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 8
item description Clearing charges including Port Charges etc.
bidder to take note of details in thiscolumn while bidding
LS per carousel system (only to be quoted by foreignbidder in inr)not to be quoted by Indian bidder
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 9
item description Excise duty (ED) on Item ex-works (INR) in %
bidder to take note of details in thiscolumn while bidding
quote in %
QUANTITY 0.00
UOM Number (NO)
bidder to quote per unit
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 48 of 54
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 10
item description VAT/CST against form C in % for Piyala
bidder to take note of details in thiscolumn while bidding
quote in %
QUANTITY 0.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 11
item description VAT/CST against form C in % for Loni
bidder to take note of details in thiscolumn while bidding
quote in %
QUANTITY 0.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 12
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 49 of 54
item description INLAND TRANSPORTATION CHARGES includingtransit insurance from Indian port to site for Piyala
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 1.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 13
item description INLAND TRANSPORTATION CHARGES includingtransit insurance from Indian port to site for Loni
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 1.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 14
item description charges for supervision of installation &commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
UOM Number (NO)
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 50 of 54
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 15
item description AMC charges for 1st year after warranty period of 2years from date of successful commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 16
item description AMC charges for 2nd year after warranty period of 2years from date of successful commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 51 of 54
SL.NO. 17
item description AMC charges for 3rd year after warranty period of 2years from date of successful commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 18
item description AMC charges for 4th year after warranty period of 2years from date of successful commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 19
item description AMC charges for 5th year after warranty period of 2years from date of successful commissioning
bidder to take note of details in thiscolumn while bidding
LS per carousel system in inr
QUANTITY 2.00
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 52 of 54
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Column name Bidder response
SL.NO. 20
item description Man power requirement as per tender document for 7years ( for purpose of evaluation 252 man-months percarousel system will be considered) In this casenumber means man month.
bidder to take note of details in thiscolumn while bidding
quote in inr per man month
QUANTITY 504.00
UOM Number (NO)
bidder to quote per unit
pl mention currency of quote(INR/EURO/USD). Also note thatwherever % has been asked, fill nain the cell in this column.
Note: 1. During the warranty period of two years, no extra charges will be paid to you.2. The materials are required to be door delivered .3. Where-ever not applicable in price bid, put zero.4. Only all custom duties as applicable in India will be paid by BPCL directly after submission ofall relevant documents by the bidder.
5. Rates quoted should be inclusive of all duties & taxes, where-ever it has not been specificallysought in price bid
6. Rates quoted should include charges towards callibration, PESO approval or any other statutorycharges & applicable taxes if any.
7. The service tax applicable on AMC & supervision of installation & commissioning & man-month will be payable extra as per applicable rate.
Prebid committee published
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 53 of 54
Start date 14/10/2016 11:00:00 End date 14/10/2016 14:00:00
Mode of pre bid Offline Published date 07/10/2016 20:57:12
Published by D Manimaran (CPO (M) -Procurement Group 3)
Remarks Approved to publish
Tender reference No : CRFQ1000264833 System ID : 16684
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONICDOWN STREAM FACILITIES INCLUDING VISION UNIT, conveyor chain, VCM FOR PIYALA & LONI LPG PLANTS.
page 54 of 54
CENTRAL PROCUREMENT ORGANIZATION (MKTG) BHARAT PETROLEUM CORPORATION LIMITED
‘A’ INSTALLATION, SEWREE FORT ROAD SEWREE (E), MUMBAI - 400 015
GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2 NOS. AUTOMATIC VARIABLE
SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM FACILITIES INCLUDING VISION UNIT,
CONVEYOR CHAIN, VCM FOR PIYALA & LONI LPG PLANTS.
CRFQ NO.: 1000264833
DUE ON: 04/11/16 AT 1500 HRS IST
Pre – bid meeting on 14/10/16 1100 hrs IST at Central Procurement Organisation (Mktg),Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),Mumbai - 400 015.
GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 2 NOS. AUTOMATIC VARIABLE SPEED 72 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM FACILITIES INCLUDING VISION UNIT, CONVEYOR CHAIN, VCM FOR PIYALA & LONI LPG PLANTS.
We are pleased to invite your most competitive offer for the captioned supply in complete accordance with the
tender documents attached herewith.
Bharat Petroleum Corporation Limited is a Fortune 500 Navratna PSU engaged in manufacturing and Marketing of
diverse range of Petroleum Products. BPCL (Bharat Petroleum Corporation Ltd) is a major Indian Government
owned (Public sector) Oil companies engaged in Petroleum sector downstream activities. It operates numerous POL
Terminals and LPG plants spread all across the country for receipt, storage, handling & dispatch of petroleum
products.
1. Materials are required to be supplied as specified in the tender document, specifications / Bill of quantities. The
details of specifications of materials required to be procured is enclosed along with this tender document.
Vendor is requested to submit their bids taking full notice of all the technical specifications, terms and
conditions, forms & attachments to this tender. Bids must be through e-tendering system only and must be filled
up by the authorized and competent authority of your firm.
2. BPCL intends to procure and install 2sets of LPG AUTOMATIC VARIABLE SPEED 72 STATION
ELECTRONIC CAROUSEL WITH INTEGRATED DOWN STREAM FACILITIES
3. This is an e-tender. Please visit the website https://bpcleproc.in for participating in this tender and submitting
your Techno-commercial and Price bids online. The bid documents are to be submitted online thru e-proc portal
only. All the bids shall be opened online.
4. The e-tender is floated in Two Part Bid through E-Tender system, consisting of Bid Qualification Criteria
(BQC) , Technical plus Commercial and Price Bids , all floated together.
Part-I : BQC and Techno-Commercial Bid (other than Price Bid)
a) Instructions to Bidders
b) Bid-qualification Criteria
c) General Purchase Conditions with Format for Performance Bank
d) Special Purchase Conditions
e) Technical Specifications
f) Integrity Pact
g) Declaration
h) Form for filling particulars of bidder
i) Form for relationship with Directors
j) Form for Unpriced bid
Each page of bid documents meant for uploading by the bidder is to be duly signed & stamped before
uploading the same. Information pertaining to Particulars of Tenderers and Relationship with Directors and
unpriced bids shall have to be filled online.
Part II: Price Bid Price bid is enclosed with this tender document. Price bid shall have to be submitted online in the
appropriate form provided.
Foreign Bidders to quote in Euro or USD only for supply items & to quote for supervision of installation,
AMC, Man-month charges in Indian Rupees(INR). They can source conveyor system/ VCM from India &
quote for the same in inr.
5. Bidders should bid for all the items in this tender and qualify in BQC, Technical & Commercial bids, in order
that their price bid can be opened. Bid Qualification Criteria, Technical & Commercial evaluation will be
carried out before price bid opening. Only Price bids of those bidders, who qualify in the BQC, Technical &
Commercial bids, will be opened.
6. Offers would be evaluated & awarded on overall lowest landed price basis considering all the items for
both the locations. Bidder has to quote for all the items in price bid. To facilitate evaluation & comparison,
BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only
Euro/USD is permitted) in which Bid price is payable, to Indian Rupees from reference rate archive rates as
available in Reserve Bank of India, website on the date of Price Bid opening. In case, exchange rate is not
available alternative sources viz. Economics Times etc. shall be considered for all the currencies
7. The Vendors shall be in a position to produce further information as and when required by BPCL. BPCL, at its
discretion reserves the right to verify information submitted and inspect the manufacturer facilities to confirm
their capabilities. The vendors should have required clearance from all statutory authorities as applicable.
8. The bidder should be able to manufacture & supply the entire size/type/quantity/location in the tender. Bidders
cannot bid for part items or part quantity.
9. Firstly the BQC and Technical cum commercial bids will be opened. The bids shall be initially scrutinized as
per tender requirements of BQC (Bid qualification criteria). Technical cum commercial requirements bids of
only those vendors who qualify the BQC will be processed further. Only the price bids of techno-commercially
qualified bidders will be opened and evaluated. After the price bid evaluations & recommendations &
approvals, contract/s will be placed by CPO (M) dept. of M/s BPCL. The placement of orders & further
activities pertaining to order/s fulfillment will be undertaken by BPCL’ s Engg & Projects materials team.
10. The bids submitted should be valid for six months from the due date of bid submission for our acceptance. A
bid valid for a shorter period shall be considered as non-responsive and rejected by the Owner.
Notwithstanding above, the Owner may solicit the Bidder consent to an extension of the period of bid validity.
The request and the responses thereto shall be made in writing.
11. Once the offer is accepted, it will remain firm till completion of contracts/orders.
12. Bids should be submitted positively by the due time & date as mentioned in this tender. The e-portal system
time, in Indian Standard time, will be the time to be considered.
13. We request the bidder to carefully go through all tender documents before submitting the offer. Please note that
any exceptions or deviations to the tender document is necessarily to be recorded in the deviation statement
attached only. Any exceptions/deviations brought out elsewhere in the bid shall not be considered.
14. The bidders may be invited for a presentation to BPCL during techno-commercial evaluation before price bid
opening.
15. The bidders to provide their bank details / PAN / Sales Tax /WCT Registration numbers/Service Tax
Registration No. / VAT registration No., as applicable for updating vendor master file. You are also requested
to keep us informed of any change in address / status of your business / contact details including email address
etc.
16. GOVERNING LAWS: The laws of Union of India shall govern all matters concerning the tender. Any issue
arising related to the tender or the selection process shall be adjudged by the courts in Mumbai, India .
17. BPCL alone reserves the right to accept or reject, any or all tenders received at its absolute discretion without
assigning any reason whatsoever.
18. A Pre-bid meeting is scheduled for 14/10/16 at 1100 hrs IST at the office of BPCL, Sewree, Mumbai. All
prospective bidders can participate in the same.
a) The purpose of the pre-bid meeting is to clarify any doubts of the BIDDER on the interpretation of the
provisions of tender.
b) Bidder(s) are requested to submit their queries, mentioning form name, clause no. & clause by a letter / e-
mail to our office as per schedule in order to have fruitful discussions during the meeting.
c) All the Bidder(s) are requested to attend the pre-bid meeting to be held at BPCL Office as per schedule.
19. QUERIES AND CLARIFICATIONS: Any query or clarification with regard to this tender may please be
referred to below address & phone nos. on any working day between 10:00 am to 4:00 pm before pre-bid
meeting date. PROCUREMENT LEADER GR3
Central Procurement Organisation (Mktg)
Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),
Mumbai - 400 015.
Fax: 91-22-24117878
PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 /
MOBILE NO. 8220002889 E Mail : manimarand@bharatpetroleum.in
PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE
NO. 9820067543 / E-MAIL : srinivass@bharatpetroleum.in
20. Earnest Money Deposit (EMD) ( also referred to as Bid Security): You shall be required to submit the Earnest
Money Deposit (EMD) as mentioned in tender, if applicable in physical form by the way of demand draft drawn
on any Nationalised or scheduled bank in favour of M/s Bharat Petroleum Corporation Ltd. and payable at
Mumbai at our office in a sealed cover addressed to Procurement Leader Gr 3, with following boldly super-
scribed on the outer cover
CRFQ number
Item
Closing date/Time
Name of the tenderer
It should be dropped in the tender box or sent by Registered Post/Courier to the following address so as to reach
before the due date & time of the tender. BPCL will not be responsible for non-receipt of instrument(s) due to
postal delay/loss in transit etc. for any reason what-so-ever. Bid received without the EMD if applicable is liable
to be rejected. A photocopy of the instrument of EMD to be duly signed & stamped and uploaded against
relevant heading in tender.
Foreign bidders can wire transfer the EMD amount to BPCL before the due date and time. The details are as
under:
Beneficiary Name Bharat Petroleum Corporation Limited
Bank Name Standard Chartered Bank
Branch Address 90, M G Road, Fort, Mumbai-1
USD Account no 22205032520
Swift Code SCBLINBBXXX
BSR Code 6470036
a. The bid security is required to protect the Owner against the risk of Bidder’s conduct, which would warrant
the security forfeiture.
b. The bids without requisite EMD will not be considered and bids of such bidder Bidder(s) shall be rejected.
The bidders not submitting EMD by due time & date shall be rejected & their bids shall not be evaluated
further.
c. Even if a bidder is registered/enlisted with BPCL, EMD has to be submitted by them.
d. Firms registered with National Small Scale Industries Corporation (NSIC)/ MSE of India for the item in
tender are exempted from submission of Bid Security. Vendor has to upload the necessary documents as
mentioned above to claim exemption for Earnest Money Deposit.
e. Bidders are advised to instruct their banks not to post EMD directly to Owner as the same has to be
submitted to us before e-bid submission due time & date.
f. The bid security may be forfeited:
i) If a Bidder withdraws/alters his bid during the period of bid validity or
ii) In the case of a successful Bidder, if the Bidder fails or refuses to accept the contract/Purchase
Order in accordance with agreed terms and conditions or
iii) if a Bidder changes the proposed manufacturer after submission of Bid.
g. Unsuccessful Bidders bid security without any interest will be discharged/ returned as promptly as
possible, but not later than 60 days after the expiry of the period of bid validity prescribed by the Owner.
h. The successful Bidder’s bid security if any, without any interest will be discharged, upon the Bidder
accepting the contract.
21. The bidder shall bear all costs associated with the preparation and submission of the bid and BPCL will in no
case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
22. BPCL is not responsible for any delays from bidder end.
23. BPCL reserves the right to make any changes in terms and conditions of tender before due date of bid
submission and to reject any or all bids received incomplete. BPCL reserves the right to change the quantity
tendered.
24. By submitting the bid, the bidder undertakes as under:
a.I/we hereby undertake that the statements made herein/information given in the bids through e-tendering
system/annexures/forms/uploaded documents referred are true in all respects and that in the event of any
such statement or information being found to be incorrect in any particular, the same may be construed to
be a misrepresentation entitling BPCL to avoid any resultant contract.
b.I/we further undertake as and when called upon by BPCL to produce, for its inspection, original(s) of the
document(s) of which copies have been annexed hereto.
25. BPCL reserves their right to negotiate the quoted prices with lowest bidder.
26. The list of approved Third Party inspection agencies (TPIA) are LRIS / DNV/ IRS/ EIL/ BV/UL INDIA PVT
LTD
27. Vendors would be qualified based on data and documents provided by them and based on information available
with BPCL with regard to their credentials. Owner decision on any matter regarding short listing of vendors
shall be final and any bidder shall not enter into any correspondence with owner unless asked for.
28. The vendors who are on holiday list by BPCL,MOPNG, Oil Public Sector Undertaking (PSU) will not be
considered.
29. Tenderers shall also have to essentially sign an Integrity Pact (IP), for participating in this tender. The salient
points to be noted in regard to IP are :
a) Proforma of Integrity Pact shall be uploaded by the Tenderer along with the bid documents duly signed by
the same signatory who is authorized to sign the bid documents. All the pages of the Integrity Pact shall be
duly signed. Tenderer’s failure to upload the IP duly signed along with the bid document shall result in the
bid not being considered for further evaluation.
b) If the tenderer has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from
Tenderer Price reduction amount by forfeiting the EMD/Performance Guarantee as per provisions of the
Integrity Pact.
c) If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled
to terminate the contract according to the provisions of the Integrity pact, BPCL shall be entitled to demand
and recover from contractor, Price reduction amount by forfeiting the Performance Guarantee amount as
per provisions of the Integrity Pact.
d) Tenderers may raise disputes/complaints, if any, with the nominated Independent External Monitor.
30. All the tender documents and Annexures, Techno-commercial details and Price Bids shall be required to be
digitally signed with a class IIB or above digital signature by the authorized signatory. The authorized signatory
shall be:
i. Proprietor in case of proprietary concern.
ii. Authorized partner in case of partnership firm.
iii. Director, in case of a limited Company, duly authorized by its board of directors to sign.
If for any reason, the proprietor or the authorized partner or director as the case may be, are unable to
digitally sign the document, the said document should be digitally signed by the constituted attorney having
full authority to sign the tender document
31. Online submission of the tender shall be considered as token of having read, understood and totally accepted all
the terms and conditions.
32. The bidder is expected to examine all instructions, forms, attachments, terms and specifications in the tender
document. The entire tender document together with all its attachments thereto, shall be considered to be read,
understood and accepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure
to furnish all information required in the tender document or submission of a bid not substantially responsive to
the tender documents in every respect will be at bidder risk and may result in the rejection of his bid. The bidder
scope of supplies as specified in the material requisition shall be in strict compliance with the scope detailed
therein and in the bid document.
33. Bidders in their own interest shall ensure that they submit their e-bid, complete in all respects, well within the
specified bid due date and time. No relaxation shall be given for delay due to any unforeseen event in
submission of bid.
34. At any time prior to the bid due date, we may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective Bidder, modify the Bid Document. The amendment will be notified
through e tender portal to all prospective Bidders and will be binding on them. In order to afford prospective
Bidder, reasonable time in which to take the amendment into account in preparing their bids, we may, at our
discretion, extend the bid due date.
35. The bid prepared by the Bidder and all correspondence/ drawings and documents relating to the bid exchanged
by Bidder and the Owner shall be written in ENGLISH language, provided that any printed literature furnished
by the Bidder may be written in another language so long as accompanied by an ENGLISH translation, in
which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.
36. Declaration with the bid qualification criteria that bidder has not been banned or delisted by any Government or
quasi Government agencies or Public Sector Undertaking (PSU) as per declaration format (provided as
attachment under declaration format) of the tender document should be downloaded & then suitably filled,
signed, stamped & uploaded against relevant heading.
37. Bidders are advised to submit bids based strictly on the terms & conditions and specifications contained in the
tender document and not to stipulate any deviations. Each Bidder shall submit only one bid. A Bidder who
submits more than one bid will be rejected.
38. The Owner may, at its discretion, extend the bid due date, in which case all rights and obligations of the Owner
and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as
extended.
39. Telex/Telefax/ E-mail/postal offers will not be considered and shall be rejected.
40. No bid shall be modified subsequent to the due date & time or extension, if any, for submission of bids.
Bidder(s) to note that Price changes after submission of bid shall not be allowed. In case any bidder gives
revised prices/price implication, his bid shall be rejected. No bid shall be allowed to be withdrawn in the
interval between the deadline for submission of bids and the expiration of the period of bid validity specified by
the Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder s EMD. No suo-moto
reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally
reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be
rejected. Such reduction shall not be considered for evaluation of prices but shall be binding on the bidder in
case he happens to be a successful bidder for award of work.
41. Bids that do not meet the Bid qualification criteria as specified in the bid document shall be rejected.A bid with
incomplete scope of work and/or which does not meet the technical requirements as specified in the bid
document, shall be considered as non-responsive and rejected. Conditional bids will be liable for rejection.
42. The Owner will examine the bids to determine whether they are complete, whether any computational errors
have been made, whether the documents have been properly signed and whether the bids are generally in order.
43. The experience details and financial & technical capabilities of the Bidder(s) shall be examined to determine
whether the Bidder(s) offer meets the Bid Qualification criteria mentioned. To assist in the examination,
evaluation and comparison of Un-priced bids, the Owner may, at its discretion, ask the Bidder clarifications on
the bid. The request for such clarifications and the response thereto shall be in writing. Prior to the evaluation
and comparison of the bid, the Owner will determine the substantial responsiveness of each bid to the bidding
documents.
44. Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder in writing or by e-
mail, that his bid has been accepted. The Notification of Award will constitute the formation of the Contract.
Delivery Period shall be counted from the date of notification of award (Letter/Fax/e-mail of Intent).
45. Any efforts by a Bidder to influence the Owner/ in the Owner bid evaluation, bid comparison or contract award
decisions may result in the rejection of their bid.
46. VERIFICATION BY OWNER: All statements submitted by Bidder regarding experience, manpower
availability, equipment and machinery availability etc., are subject to verification by the Owner either before
placement of order or after placement of order. If any data submitted by the Bidder at the bid stage is found to
be incorrect, the offer is liable to be rejected or the Contract/order is liable to be terminated.
47. The relevant WCT /TDS if & as applicable will be deducted from the charges quoted by the successful bidder .
48. It is for the Bidder to assess and ascertain the rate of excise duty, education Cess and sales tax/VAT applicable
on quoted items. It is clearly understood that Owner will not have any additional liability towards payment of
Excise Duty, Education Cess and Sales Tax/VAT which is based on Bidder s wrong assessment / interpretation
of applicability of such Excise Duty and/or education cess and / or Sales Tax/VAT. For Services such as
installation, commissioning activities, bidder’s quoted prices shall be inclusive of Works Contract (WCT) as
applicable till complete execution of the Order/ Contract and Owner shall not have any liability, whatsoever on
this account. Variation, for any reason including statutory levies will be to vendor’s account. Bidder shall quote
rate of Service Tax on the quoted charges. Bidder shall also ensure that the invoice(s) shows the service tax
component separately and is issued in accordance with Service Tax Rules. Octroi/Entry tax, if any, in India
shall be directly paid by the vendor, if applicable, which shall be reimbursed by Owner at actuals on submission
of documentary proof. BPCL shall not be liable, in case the tax authorities assess the tax elements in a different
way on account of any reason, whatsoever. Taxes and duties other than those specified in this document, if any,
shall be included in the quoted prices and no reimbursement shall be made by BPCL.
Owner s liability with respect to taxes and duties will be restricted to the following only:
Excise duty, education cess on excise duty and sales tax/VAT as quoted by the bidder.
Any new or additional taxes or duties levied by statutory authorities during contract shall be borne by the
bidder.
49. ISSUE OF CONTRACT/ PURCHASE ORDER: After the successful Bidder has been notified that his bid has
been accepted, the Owner will send to such Bidder a detailed contract/Purchase Order/s incorporating all the
terms and conditions agreed between the parties. Within 7 days of receipt of the detailed contract/ Purchase
Order, the Bidder shall sign and return to the Owner the duplicate copy of the contract/order as a token of their
Acknowledgement. The contract will be issued by CPO(M) dept. & call-off orders/purchase orders by E&P
dept of BPCL
50. Grievance Redressal Mechanism: Bharat Petroleum Corporation Limited (BPCL) has developed the Grievance
Redressal Mechanism to deal with references/ grievances, if any, that is received from bidders who participated
/ intends to participate in the Corporation tender. The details of the same are available on our website
www.bharatpetroleum.in
51. It shall be understood that every endeavor has been made to avoid errors which can materially affect the basis of
the tender and the successful vendor shall take upon himself and provide for risk of any error which may
subsequently be discovered and shall make no subsequent claim on account thereof.
52. To facilitate evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only Euro/USD is permitted) in which Bid price is payable, to Indian Rupees from reference rate archive rates as available in Reserve Bank of India, website on the date of Price Bid opening. In case, exchange rate is not available alternative sources viz. Economics Times etc. shall be considered for all the currencies.
INSTRUCTIONS FOR E- TENDER PARTICIPATION
1. Interested parties may download the tender from BPCL website (http://www.bharatpetroleum.in) or the CPP portal (http://eprocure.gov.in) or from the e-tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given
therein, on or before the due date of the tender. The tender available on the BPCL website and the CPP portal can be downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system available on
https://bpcleproc.in.
2.For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Vendors” available under the
download section of the homepage of the website. As the first step, bidder shall have to click the “Register” link and fill in the
requisite information in the “Bidder Registration Form”. Kindly remember your e-mail id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly, you shall get a system generated mail. Login in to the portal using
your credentials. When you log in for the first time, system will ask you to add your Digital Signature. Once you have added the
Digital Signature, please inform us by mail to the vendor administrator vendoradmin@bpcleproc.in with a copy to support@bpcleproc.in for approval. Once approved, bidders can login in to the system as and when required.
3.As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB and above (having both signing and encryption certificates) as per Indian IT Act from the licensed Certifying Authorities operating under the
Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate
shall be borne by the vendor.
In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd., Ahmedabad
(Contact no. Tel: +91 79 4001 6868 for obtaining the digital signature certificate.
4. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/amendment is issued
after the submission of the bid, then such vendors who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be assumed that the information contained therein has been taken into
account by the vendor. They have the choice of making changes in their bid before the due date and time.
5.Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us. The schedule for
opening the price bid shall be advised separately.
6. Directions for submitting online offers, electronically, against e-procurement tenders directly through internet:
(i)Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest, if not done earlier.
(ii)The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining
the expiry of due date and time of the tender and no other time shall be taken into cognizance.
(iii)Vendors are advised in their own interest to ensure that their bids are submitted in e-Procurement system well before
the closing date and time of bid. If the vendor intends to change/revise the bid already submitted, they shall have to
withdraw their bid already submitted, change / revise the bid and submit once again. In case vendor is not able to
complete the submission of the changed/revised bid within due date & time, the system would consider it as no bid
has been received from the vendor against the tender and consequently the vendor will be out of contention. The
process of change / revise may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.
(iv)Once the entire process of submission of online bid is complete, they will get an auto mail from the system stating you
have successfully submitted your bid in the following tender with tender details.
(v)Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be
submitted after the due date and time of submission has elapsed.
(vi)No manual bids/offers along with electronic bids/offers shall be permitted.
7.For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can see the rates quoted by all the participating
bidders once the price bids are opened. For this purpose, vendors shall have to log in to the portal under their user ID and password,
click on the “dash board” link against that tender and choose the “Results” tab.\
8.No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and
availability of website. They shall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-tendering procedures, start filling up the tenders much before the
due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even
for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured
that your bid will be viewable only to you andnobody else till the due date/ time of the tender opening. The non availability of viewing
before due date and time is true for e-tendering service provider as well as BPCL officials.
9.BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or
consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc
In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies / personnel: For system related issues :
M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-mail to id support@bpcleproc.in.
Tender issues: Procurement Leader/Manager of M/s. BPCL at contact no.022 24176408/24176418 with a e-mail to Id srinivass@bharatpetroleum.in
or manimarand@bharatpetroleum.in
Thanking you.
Yours faithfully,
for Bharat Petroleum Corporation Ltd.
D Manimaran
Procurement Leader,Gr3
Page 1 of 23
Bharat Petroleum Corporation Limited
General Purchase Conditions
The following conditions shall be applicable for all procurement unless specifically mentioned in the
Special Purchase Conditions.
INDEX
1. DEFINITIONS
2. REFERENCE FOR DOCUMENTATION
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER
4. LANGUAGE OF BID
5. PRICE
6. TAXES AND DUTIES
7. INSPECTION
8. SHIPPING
9. INDIAN AGENT COMMISSION
10. ORDER AWARD / EVALUATION CRITERIA
11. CONFIRMATION OF ORDER
12. PAYMENT TERMS
13. GUARANTEE/WARRANTY
14. PERFORMANCE BANK GUARANTEE
15. PACKING & MARKING
16. DELIVERY
17. UNLOADING AND STACKING
18. TRANSIT INSURANCE
19. VALIDITY OF OFFER
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE
21. RISK PURCHASE CLAUSE
22. FORCE MAJEURE CLAUSE
23. ARBITRATION CLAUSE
24. INTEGRITY PACT (IP)
25. RECOVERY OF SUMS DUE
26. CONFIDENTIALITY OF TECHNICAL INFORMATION
27. PATENTS & ROYALTIES
28. LIABILITY CLAUSE
29. COMPLIANCE OF REGULATIONS
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT
31. NON-WAIVER
32. NEW & UNUSED MATERIAL
33. PURCHASE PREFERENCE CLAUSE
34. CANCELLATION
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION
36. ASSIGNMENT
37. GOVERNING LAW
38. AMENDMENT
39. SPECIAL PURCHASE CONDITIONS
40. NOTICES
41. POLICY ON HOLIDAY LISTING
Page 2 of 23
Bharat Petroleum Corporation Limited
General Purchase Conditions
1. DEFINITIONS :
The following expressions used in these terms and conditions and in the purchase order shall have
the meaning indicated against each of these:
1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India
enterprise), a Company incorporated in India having its registered office at Bharat Bhavan, 4 & 6
Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its successors and assigns
(hereafter called BPCL as a short form).
1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this Request
for quotation (RFQ)/purchase order is issued and shall include its successors and assigns.
1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection, checking/testing of
items ordered and for certifying the items conforming to the purchase order specifications..
1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments, supplies,
drawing, data and other property and all services including but not limited to design, delivery,
installation, inspection, testing and commissioning specified or required to complete the order.
1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION LTD.
desires to receive materials any where in India as mentioned in RFQ.
1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between Owner and
Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no commitment of
contractual quantity) on mutually agreed terms and conditions. The actual supply of goods/
materials shall take place only on issue of separate purchase orders for required quantity as and
when required by Owner.
1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually agreed terms
and conditions with commitment of Quantity Ordered.
2. REFERENCE FOR DOCUMENTATION :
2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all
correspondence before finalization of Rate Contract / Purchase Order.
2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /
Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,
(including shipping documents if applicable) packing list and on any documents or papers
connected with this order.
Page 3 of 23
2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated in the
invoice and shipping documents as well as on the packages or consignments.
3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :
The right to accept the tender will rest with the Owner.
4. LANGUAGE:
The Bid and all supporting documentation and all correspondence whatsoever exchanged by
Vendor and Owner, shall be in English language only.
5. Price :
Unless otherwise agreed to the terms of the RFQ, price shall be :
Firm and no escalation will be entertained on any ground, except on the ground of statutory
levies applicable on the tendered items.
6. TAXES AND DUTIES :
All vendors shall have VAT / CST/GST/Service tax registration in the concerned State and
vendor shall quote their TIN number in the quotation.
6.1. EXCISE DUTY :
6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period will be
payable by BPCL against documentary evidence. Vendor shall mention in their offer, the
percentage of excise duty applicable at present. Any upward variation in excise duty rates,
beyond the contractual delivery period, shall be to vendor‟s account.
6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is not
payable. If applicable in future, the same will be borne by vendor.
6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess
component and accordingly Excise duty / Cess should be quoted separately wherever applicable.
Vendor shall ask the transporter of the goods to hand over the copy of excise invoice
(transporter‟s copy) at the time of delivery of goods at owner‟s site.
6.2. SALES TAX / VAT/GST :
6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be
payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax currently
applicable in their offer. The rates applicable for “CST without form C”, “CST with form C" and
“VAT” shall be clearly indicated.
6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit the
TAXinvoice.
Page 4 of 23
6.3 Service tax :
All vendors shall have service tax registration wherever applicable. BPCL may also claim
CENVAT Credit on service tax. The vendor should quote service tax separately, if applicable.
Vendor shall submit the TAX invoice. Vendor is required to furnish serially numbered and signed
invoice / bill / challan containing the following details:
a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable
6.4 FREIGHT AND OCTROI :
6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight shall be
payable after receipt of the Material(s) at the site, unless otherwise specified.
6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by BPCL at
actuals after receipt of the Material(s) at the Site against the submission of original documentary
evidence for proof of payment of the related octroi and entry taxes, as the case may be.
6.5. NEW STATUTORY LEVIES :
All new statutory levies leviable on sale of finished goods to owner , if applicable are payable
extra by BPCL against documentary proof, within the contractual delivery period.
6.6 Variation in Taxes/Duties
Any increase/decrease in all the above mentioned statutory levies on the date of delivery during
the scheduled delivery period on finished materials will be on BPCL's account. Any upward
variation in statutory levies after contractual delivery date shall be to vendor‟s account.
6.7 Income Tax (Withholding tax)
In the case of availment of services from Non Resident Vendors who are claiming benefits
offered under the Double Taxation Avoidance Agreements signed by India with the Government
of the other country (i.e the country of the Vendor), such Non Resident Vendors are required to
provide the Tax Residency Certificates at the time of submission of Bid documents. The Tax
Residency Certificates shall contain the following details :
a) Name of Vendor (assessee) ;
b) Status (Individual, Company, firm etc.) of assessee;
c ) Nationality (in case of individual);
d) Country or specified territory of incorporation or registration (in case of
others);
e) Assessee‟s tax identification number in the country or specified territory of
residence or in case no such number, then, a unique number on the basis of which the
person is identified by the Government of the country or the specified territory;
f) Residential status for the purpose of tax;
Page 5 of 23
g) Period for which the certificate is applicable; and
h) Address of the applicant for the period for which the certificate is
applicable.
The Tax Residency Certificate shall be duly verified by the Government of the Country or the
specified territory of the assessee of which the assessee claims to be a resident for the purposes of
tax.
7. INSPECTION :
7.1. Materials shall be inspected by BPCL approved third party inspection agency if applicable before
dispatch of materials. However, arranging and providing inspection facilities is entirely vendor‟s
responsibility and in no way shall affect the delivery schedule.
7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies are
SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES LTD/ITSIPL as
amended time to time unless otherwise specified in the Special Purchase Conditions.
7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant
standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.
7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection. In order
to enable BPCL‟s representative(s) to witness the tests/inspections. BPCL will advise the Vendor
in advance whether it intends to have its representative(s) be present at any of the inspections.
7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved from its
responsibilities to ensure that the Material(s), raw materials, components and other inputs are
supplied strictly to conform and comply with all the requirements of the Contract at all stages,
whether during manufacture and fabrication, or at the time of Delivery as on arrival at site and
after its erection or start up or consumption, and during the defect liability period. The inspections
and tests are merely intended to prima-facie satisfy BPCL that the Material(s) and the parts and
components comply with the requirements of the Contract. The Vendor‟s responsibility shall also
not be anywise reduced or discharged because BPCL or BPCL‟s representative(s) or Inspector(s)
shall have examined, commented on the Vendor‟s drawings or specifications or shall have
witnessed the tests or required any chemical or physical or other tests or shall have stamped or
approved or certified any Material(s).
7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt of the
Material(s) at the location, any Material(s) are found not to be in strict conformity with the
contractual requirements or specifications, BPCL shall have the right to reject the same and hold
the Vendor liable for non-performance of the Contract.
8. SHIPPING :
8.1 SEA SHIPMENT :
All shipment of materials shall be made by first class direct vessels, through the chartering wing,
Ministry of Surface Transport as per procedure detailed hereunder. The Foreign Supplier shall
arrange with Vessels Owners or Forwarding Agents for proper storage of the entire Cargo
intended for the project in a specific manner so as to faciliate and to avoid any over carriage at the
port of discharge. All shipment shall be under deck unless carriage on deck is unavoidable.
Page 6 of 23
The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd.. or order'.
All columns in the body of the Bill of Lading namely marks and nos., material description,
weight particulars etc., should be uniform and accurate and such statements should be uniform in
all the shipping documents. The freight particulars should mention the basis of freight tonnage,
heavy lift charges, if any, surcharge, discount etc. clearly and separately. The net total freight
payable shall be shown at the bottom.
SHIPPING DOCUMENTS :
All documents viz. Bill of Lading, invoices, packing list, freight memos, country of origin
certificates, test certificate, drawings and catalogues should be in English language.
In addition of the bill of lading which should be obtained in three stamped original plus as many
copies as required, invoices, packing list, freight memos,(if the freight particulars are not shown
in the bills of lading), country of origin certificate, test / composition certificate, shall be made
out against each shipment in as many number of copies as shown below.
The bill of lading, invoice and packing list specifically shall show uniformly the mark and
numbers, contents case wise, country of origin, consignees name, port of destination and all other
particulars as indicated under clause 2. The invoice shall show the unit rates and net total F.O.B.
prices. Items packed separately should also be invoiced and the value shown accordingly.
Packing list must show apart from other particulars actual contents in each case, net and gross
weights and dimensions, and the total number of packages. All documents should be duly signed
by the Vendor's authorised representatives.
In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing
Of the Ministry of Surface Transport, New Delhi through their respective forwarding agents. The
names and addresses of forwarding agents shall be as per Special Purchase Conditions. Supplier
shall furnish to the respective agents the full details of consignments such as outside dimension,
weights (both gross and net) No of packages, technical description and drawings, name of
supplier, ports of loading, etc. 6 weeks notice shall be given by the supplier to enable the
concerned agency to arrange shipping space.
The bill of lading shall indicate the following :
Shipper : Goverment of India
Consignee : Bharat Petroleum Corporation Ltd.
In case of supplies from USA, Export Licences, if any required from the American Authorities
shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining such export licences
would be available from India Supply Mission at Washington.
8.2 AIRSHIPMENT :
In case of Airshipment, the materials shall be shipped through freight consolidator (approved by
us). The airway bill shall be made out in favour of BHARAT PETROLEUM CORPORATION
LTD.
Page 7 of 23
TRANSMISSION OF SHIPPING DOCUMENTS :
Foreign Supplier shall obtain the shipping documents in seven complete sets including three
original stamped copies of the Bill of Lading as quickly as possible after the shipment is made,
and airmail as shown below so that they are received at least three weeks before the Vessels
arrival. Foreign Supplier shall be fully responsible or any delay and / or demurrage in clearance
of the consignment at the port due to delay in transmittal of the shipping documents.
If in terms of letter or otherwise, the complete original set of documents are required to be sent to
BPCL through Bank the distribution indicated below will confine to copies of
documents only minus originals.
Documents BPCL (Mumbai)
Bill of Lading 4 (including 1 original)
Invoice 4
Packing List 4
Freight Memo 4
Country of Origin Certificate 4
Third party inspection certificate 4
Drawing 4
Catalogue 4
Invoice of Third Party 4
for inspection charges whenever applicable.
9. INDIAN AGENT COMMISSION :
Any offer through Indian agents will be considered only after authorization mentioning them as
Indian agents, is received from Vendor. Indian agents commission if applicable will be payable
only in Indian currency. Indian agents should be registered with Directorate General of Supplies
and Disposals, Government of India and agency commission will be payable only after
registration with DGS&D, New Delhi.
10. ORDER AWARD / EVALUATION CRITERIA :
Unless otherwise specified, Order award criteria will be on lowest quote landed price basis.
Landed price will be summation of Basic Price, Packing & Forwarding Charges, Excise Duty,
Sales Tax, Freight, Inspection, Octroi, Supervision of Installation & Commissioning and other
taxes & levies, loading etc, if any, reduced by cenvat/vat credit as applicable.
11. CONFIRMATION OF ORDER :
The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the
same. The vendor shall sign, stamp the acknowledgement copy of the purchase order and return
the same to BPCL.
12. PAYMENT TERMS :
12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of receipt and
acceptance of materials at Site against submission of Peformance Bank Guarantee (PBG) for 10%
of basic order value if PBG is applicable for the tender.
Page 8 of 23
12.2. In the case of imports, payment will be made on submission of original documents directly to
Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-CAD) or through
irrevocable Letter of Credit.
12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one
original and two copies)) should be submitted to originator of P.O. (the name and contact details
of whom are given in PO) and payments for despatches will be made by the originator of
Purchase Order :
a) Invoice
b) Excise invoice
c) The Lorry Receipt of the consignment
d) Packing list for the consignment
e) Third Party Inspector‟s Certificate covering the invoiced Material(s)/ Release Note,
wherever applicable
f) Manufacturers Test/Composition Certificate, wherever applicable
g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable
h) Guarantee/Warranty Certificate(s), wherever applicable.
i) Original Receipt for Octroi/other statutory levies as applicable.
j) Performance Bank Guarantee as applicable.
13. GUARANTEE/WARRANTY :
13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and design
for a period of 12 months from the date of commissioning or 18 months from the date of dispatch
whichever is earlier. Warranty for replacement of material / accessories should be provided free
of charges at our premises. The above guarantee/warranty will be without prejudice to the
certificate of inspection or material receipt note issued by us in respect of the materials.
13.2. All the materials including components and sub contracted items should be guaranteed by the
vendor within the warranty period mentioned above. In the event of any defect in the material, the
vendor will replace / repair the material at BPCL‟s concerned location at vendor‟s risk and cost
on due notice.
13.3. In case, vendor does not replace / repair the material on due notice, rejected material will be sent
to the vendor on “Freight to pay” basis for free replacement. Material after rectification of
defects shall be dispatched by the vendor on “Freight Paid” basis. Alternatively, BPCL reserves
the right to have the material repaired / replaced at the locations concerned, at the vendor‟s risk,
cost and responsibility.
13.4. The Vendor shall provide similar warrantee on the parts, components, fittings, accessories etc. so
repaired and / or replaced.
14. PERFORMANCE BANK GUARANTEE :
14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of purchase
order unless otherwise specified. This bank guarantee shall be valid (shall remain in force) for
guarantee period (as mentioned in the guarantee clause), with an invocation period of six months
thereafter. In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on
Page 9 of 23
a non-judicial stamp paper of appropriate value (currently Rs 100). PBG format is as per
Annexure I.
In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of
PBG, till the expiry of guarantee and claim period.
In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per
Annexure I) through the following :
a) Branches of Indian scheduled banks operating in their Country.
b) Foreign bank operating in their Country which is counter guaranteed by branches of Indian
scheduled banks operating in their Country/India.
c) Indian branches of foreign banks.
d) Foreign bank operating in their Country counter guaranteed by their Indian branch
However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized
as scheduled bank by Reserve Bank of India.
14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG (i.e. PBG
issued against every purchase/call off order) then the validity of PBG will be calculated as
mentioned below :
14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate Contract Period
(validity of Rate Contract) + Contractual Delivery Period of material + Contractual Guarantee
period + 6 month (for invocation / Claim).
15. PACKING & MARKING :
15.1 PACKING :
15.1.1 Packing shall withstand the hazards normally encountered with the means of transport
for the goods of this purchase order including loading and unloading operation both by crane and
by pushing off.
In the case of imports, all equipments / materials shall be suitably packed in weather proof,
seaworthy packing for ocean transport under tropical conditions and for rail or road or other
appropriate transport in India. The packing shall be strong and efficient enough to ensure safe
preservance upto the final point of destination.
Raw/Solid wood packaging material of imported items has to be appropriately treated & marked
as per International Standard of Phytosanitary Measures (ISPM-15") for material originating from
the contracting countries to the International Plant Protection Convention or the members of Food
& Agriculture Organization. Material from non-contracting parties would have to be
accompanied by a phytosanitary certificate of the treatment endorsed. The Custom Officer at
Indian Port shall not release the material without appropriate compliance of the above provisions
w.e.f. 01.11.2004.
15.1.2 The packing specification incorporated herein are supplementary to the internal and external
packing methods and standards as per current general rules of J.R.A. Good Tariff Part-I. All
packaging shall be done in such a manner as to reduce volume as much as possible.
Page 10 of 23
15.1.3 Fragile articles should be packed with special packing materials depending on the type of
Materials and the packing shall bear the words "HANDLE WITH CARE GLASS FRAGILE,
DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by arrow.
15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in drums,
cans and tins only. However, Catalyst may be supplied in Jumbo bags.
15.1.5 The hazardous materials shall be packed in accordance with the applicable rules, regulations and
tariff of all cognizant Government Authorities and other Governing bodies. It shall be the
responsibility of the seller of hazardous materials to designate the material as hazardous and to
identify each material by its proper commodity name and its hazardous material class code.
15.1.6 All package requiring handling by crane should have sufficient space at appropriate place to put
sling of suitable dia (strength). Iron/Steel angle should be provided at the place where sling
marking are made to avoid damage to package/ equipment while lifting.
15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel reinforcing rods,
bars, pipes, structural members etc. shall be bundled in uniform lengths and the weight shall be
within the breaking strength of the securing wire or strapping.
In the case of imports, for bundles the shipping marks shall be embossed on metal or similar tag
and wired securely on each end.
15.1.8 All delicate surface on equipment/materials should be carefully protected and printed with
protective paint/compound and wrapped to prevent rusting and damage.
15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely fastened to the
case bottom and shall be blocked and braced to avoid any displacement/shifting during transit.
15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately in
wooden cases with adequate protection inside the case and wherever possible should be sent
along with the main equipment. Each item shall be suitably tagged with identification of main
equipment, item denomination and reference number of respective assembly drawing. Each item
of steel structure and furnaces shall be identified with two erection markings with minimum
lettering height of 15mm. Such markings will be followed by the collection numbers in indelible
ink/paint. A copy of the packing list shall accompany the materials in each package.
15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly bolted
wooden disc on the flanges. All nozzles, holes and openings and also all delicate surfaces shall be
carefully protected against damage and bad weather. All manufactured surfaces shall be painted
with rust proof paint.
In the case of imports, for bulk uniform material when packed in several cases, progressive serial
numbers shall be indicated on each case.
15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene bags
containing silicagel or similar dehydrating compound.
15.1.13 Pipes shall be packed as under:
a. Upto 50mm NB in wooden cases/crates.
Page 11 of 23
b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum
three places.
c. Above 100mm NB in loose.
15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases irrespective of their
sizes.
15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before
packing.
In the case of imports, all pipes and sheets shall be marked with strips bearing progressive no.
15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together with
equipment/materials. One copy of the detailed packing list shall be fastened outside of the
package in waterproof envelope and covered by metal cover.
15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the defective or
insufficient packing as well as for corrosion due to insufficient protection.
15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from
improper packaging materials or packing procedures or having concealed damages or
shortages, at the time of unpacking shall be to the supplier‟s account.
All packages which require special handling and transport should have their Centres of Gravity
and the points at which they may be slung or gripped clearly indicated and marked
“ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in English/Hindi Languages.
In the case of imports, a distinct colour splash in say red black around each package crate / bundle
shall be given for identification. 15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions and also
the Inspection certificate/release note, wherever applicable.
15.2. MARKING :
The following details to be written on the side face of packing:
a) Purchase Order Number
b) Vendor Name
c) Batch no with Manufacturing date
d) Procedure (in brief) for handling
e) Date of dispatch etc.
15.3 Imported items :
On three sides of the packages, the following marks shall appear, clearly visible, with indelible
paint and on Vendor's care and expenses.
Page 12 of 23
BHARAT PETROLEUM CORPORATION LIMITED
(With detailed address as given in Special Purchase Conditions)
From :
To : Bharat Petroleum Corpn.Ltd.
(With detailed address as given in Special Purchase Conditions)
Order no. Rev. no.
Item :
Equipment Nomenclature :
Net weight : Kgs.
Gross weight : Kgs.
Case No. of Total cases :
Dimensions :
Import Licence No.
NOTE :
Marking shall be bold - minimum letter height 5 cm. For every order and every
shipment, packages must be marked with serial progressive numbering.
Top heavy containers shall be so marked either Top Heavy or Heavy Ends.
When packing material is clean and light coloured, a dark black stencil paint shall be acceptable.
However, where packaging material is soiled or dark, a coat of flat zinc white paint shall be
applied and allowed to dry before applying the specific markings.
In case of large equipments like vessels, heat exchangers, etc. the envelope containing the
documents shall be fastened inside a shell connection, with an identifying arrow sign
"documents" using indelible paint.
16. DELIVERY :
16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule
from the date of receipt of Purchase order.
16.2. Time being the essence of this contract, the delivery mentioned in the purchase order shall be
strictly adhered to and no variation shall be permitted except with prior authorization in writing
from the Owner. Goods should be delivered, securely packed and in good order and condition, at
the place of delivery and within the time specified in the purchase order for their delivery.
16.3. The contractual delivery period is inclusive of all the lead time for engineering /
procurement of raw material, the manufacturing, inspection / testing, packing, transportation or
any other activity whatsoever required to be accomplished for effecting the delivery at the
required delivery point.
16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection and/or
testing and Release Order/Material(s) Acceptance Certificate issued by the Inspector(s).
Page 13 of 23
16.5. BPCL shall have the right to advise any change in despatch point or destination in respect of any
Material(s). Any extra expenditure incurred by the Vendor on this account supported by
satisfactory documentary evidence, will be reimbursed to the Vendor by BPCL.
17. UNLOADING AND STACKING :
Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL information of
the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take
necessary action.
18. TRANSIT INSURANCE :
Unless otherwise mentioned,
18.1. Transit Insurance shall be in the vendor‟s scope in the case of inland transportation of goods.
18.2 In the case of imports, insurance against all marine and transit risk shall be covered under the
Owner's marine policy. However, the Vendor shall ensure that in effecting shipments clear bill
of lading are obtained and the carrier's responsibility is fully retained on the Carriers so that the
consignee's interests are fully secured and are in no way jeopardized.
18.2. The Vendor shall send BPCL information of the proposed consignment well in advance by fax/e-
mail/courier to enable BPCL to take necessary action for the transit insurance of the consignment.
Any failure by the Vendor to do so shall place the consignment at the Vendor‟s risk.
18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send advance
information by way of Telex message to Bharat Petroleum Corporation Ltd., (with detailed
address as given in Special Purchase Conditions) giving particulars of the shipments, vessels
name, port of shipment, bill of lading number and date, total FOB and freight value.
19 VALIDITY OF OFFER:
The rates quoted against this tender shall be valid for a period of 90 Days from the date of
opening of the tender unless otherwise specified in the Special Purchase Conditions.
20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :
20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered to on
the clear understanding that the Price(s) of the Material(s) has/have been fixed with reference to
the said Delivery date(s).
20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them beyond
the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in writing of such
anticipated delay and of the steps being taken by the Vendor to remove or reduce the anticipated
delay, and shall promptly keep BPCL informed of all subsequent developments.
20.3. The delivery period quoted must be realistic & specific. The inability of successful Vendors to
execute orders in accordance with the agreed delivery schedule will entitle BPCL, at its options,
to :
Page 14 of 23
20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of the basic
value of any goods not delivered for every week of delay or part thereof, limited to a maximum of
5% of the total basic order value. LR date will be considered as delivery completion date for
calculation of price reduction in the case of ex works contract. Date of receipt of materials at
owners premises shall be considered for calculation of price reduction for F.O.R destination
contract.
In the case of imports, the contractual delivery date shall be considered from the date of Letter of
Credit (L/C) or the date of L/C amendment because of Buyer‟s fault plus one week (to take care
of transit time for receipt of L/c) plus the delivery schedule as indicated by the vendors.
In case of the shipment taking place on “Cash against documents”, the contractual delivery shall
be taken from the date of purchase order plus one week (to take care of transit time for receipt of
order) plus delivery period.
Further the date of B/L or House airway bill shall be considered to find out the delay with respect
to contractual delivery date. In case of FOB shipments if the vessel is not available then the
intimation by vendors regarding readiness of the goods for the shipment shall be considered for
calculating the delay if any. So vendor shall inform the readiness of material for shipment on
FOB (Free on Board)basis / FCA (Free on Carrier) basis.
20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account
at the risk and cost of the vendor, without prejudice to its right under 20.3.1 above in respect of
goods delivered.
21. RISK PURCHASE CLAUSE :
BPCL reserves the right to curtail or cancel the order either in full or part thereof if the vendor
fails to comply with the delivery schedule and other terms & conditions of the order. BPCL also
reserves the right to procure the same or similar materials/equipment through other sources at
vendor's entire risk, cost and consequences. Further, the vendor agrees that in case of
procurement by the owner from other sources the differential amount paid by the owner shall be
on account of the vendor together with any interest and other costs accrued thereon for such
procurement.
22. FORCE MAJEURE CLAUSE :
(A) Definition: The term “Force Majeure” means any event or circumstance or
combination of events or circumstances that affects the performance by the vendor of its
obligations pursuant to the terms of this Agreement (including by preventing, hindering
or delaying such performance), but only if and to the extent that such events and
circumstances are not within the vendor‟s reasonable control and were not reasonably
foreseeable and the effects of which the vendor could not have prevented or overcome by
acting as a Reasonable and Prudent person or, by the exercise of reasonable skill and
care. Force Majeure events and circumstances shall in any event include the following
events and circumstances to the extent they or their consequences satisfy the
requirements set forth above in this Clause:
i. the effect of any element or other act of God, including any storm, flood,
drought, lightning, earthquake, tidal wave, tsunami, cyclone or other
Page 15 of 23
natural disaster;
ii. fire, accident, loss or breakage of facilities or equipment, structural
collapse or explosion;
iii. epidemic, plague or quarantine;
iv. air crash, shipwreck, or train wreck;
v. acts of war (whether declared or undeclared), sabotage, terrorism or act of
public enemy (including the acts of any independent unit or individual
engaged in activities in furtherance of a programme of irregular warfare),
acts of belligerence of foreign enemies (whether declared or undeclared),
blockades, embargoes, civil disturbance, revolution, rebellion or
insurrection, exercise of military or usurped power, or any attempt at
usurpation of power;
vi. radioactive contamination or ionizing radiation;
( B) Notice and Reporting:
i. The Vendor shall as soon as reasonably practicable after the date of
commencement of the event of Force Majeure, but in any event no later
than two (7) days after such commencement date, notify BPCL in writing
of such event of Force Majeure and provide the following information:
(a) reasonably full particulars of the event or circumstance of Force
Majeure and the extent to which any obligation will be prevented
or delayed;
(b) such date of commencement and an estimate of the period of time
required to enable the vendor to resume full performance of its
obligations; and
(c) all relevant information relating to the Force Majeure and full
details of the measures the vendor is taking to overcome or
circumvent such Force Majeure.
ii. The Vendor shall, throughout the period during which it is prevented from
performing, or delayed in the performance of, its obligations under this
Agreement, upon request, give or procure access to examine the scene of
the Force Majeure including such information, facilities and sites as the
other Party may reasonably request in connection with such event. Access
to any facilities or sites shall be at the risk and cost of the Party requesting
such information and access.
Page 16 of 23
(C) Mitigation Responsibility:
(i) The Vendor shall use all reasonable endeavours, acting as a Reasonable
and Prudent Person, to circumvent or overcome any event or circumstance
of Force Majeure as expeditiously as possible, and relief under this
Clause shall cease to be available to the Vendor claiming Force Majeure if
it fails to use such reasonable endeavours during or following any such
event of Force Majeure.
(ii) The Vendor shall have the burden of proving that the circumstances
constitute valid grounds of Force Majeure under this Clause and that it has
exercised reasonable diligence efforts to remedy the cause of any alleged
Force Majeure.
(iii) The Vendor shall notify BPCL when the Force Majeure has terminated or
abated to an extent which permits resumption of performance to occur and
shall resume performance as expeditiously as possible after such
termination or abatement.
(D) Consequences of Force Majeure. Provided that the Vendor has complied and
continues to comply with the obligations of this Clause and subject to the
further provisions:
(i) the obligations of the Parties under this Agreement to the extent
performance thereof is prevented or impeded by the event of Force
Majeure shall be suspended and the Parties shall not be liable for the non-
performance thereof for the duration of the period of Force Majeure; and
(ii) the time period(s) for the performance of the obligations of the Parties
under this Agreement to the extent performance thereof is prevented or
impeded by the event of Force Majeure shall be extended for the duration
of the relevant period of Force Majeure except as provided herein.
(E) Force Majeure Events Exceeding 60 Days
(i) If an event or series of events (alone or in combination) of Force Majeure
occur, and continue for a period in excess of 60 consecutive days, then
BPCL shall have the right to terminate this agreement, whereupon the
Parties shall meet to mitigate the impediments caused by the Force
Majeure event.
23. ARBITRATION CLAUSE:
23.1. Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-
claim or set off of BPCL / Vendor against omission or on account of any of the parties
hereto arising out of or in relation to this Contract shall be referred to the Sole Arbitration
Page 17 of 23
of Director (Marketing) / Director (HR) / Director (R) of BPCL as the case may be or to
some officer of BPCL who may be nominated by them.
23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the said
Directors of BPCL shall designate another person to act as an Arbitrator in accordance with the
terms of the said Contract/Agreement. The Arbitrator newly appointed shall be entitled to proceed
with the reference from the point at which it was left by his predecessor.
23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of the
Corporation and may be Share holder of the Corporation.
23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the parties
to the contract and the law applicable to arbitration proceedings will be the Arbitration and
Conciliation Act, 1996 or any other enactment in replacement thereof.
23.5. The language of the proceedings will be in English and the place of proceedings will be Mumbai.
23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have jurisdiction to
entertain any application or other proceedings in respect of anything arising under this Agreement
and any Award or Awards made by the Sole Arbitrator hereunder shall be filed, if required, in the
concerned Courts in the City of Mumbai alone.
23.7 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./PUBLIC SECTOR
UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT
In the event of any dispute or differences between the VENDOR / CONTRACTOR /
SUPPLIER and the OWNER, if the VENDOR / CONTRACTOR / SUPPLIER is a Government
Department, a Government Company or a undertaking in the public sector, then in suppression of
the provisions of clause 23 of the GPC (corresponding clause no of GCC or NIT etc.), stands
modified to the following extent:-
All disputes and differences of whatsoever nature arising out of or in relation to this Contract /
Agreement or in relation to any subsequent contract / agreement between the parties shall be
attempted to be resolved amicably by mutual discussions between the parties. If they are not
settled at the implementation level of officers, then these unresolved disputes/ differences will
be referred for resolution by discussions with the concerned Director of BPCL and the
concerned Director of Vendor/Contractor/Supplier. In case same does not resolve the difference
within 30 days, arbitration clause as hereunder would apply.
In the event of any dispute or difference relating to the interpretation and application of the
provisions of the contracts, such dispute or difference shall be referred by either party for
Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by
the Secretary to the Government of India in-charge of the Department of Public Enterprises.
The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this
clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided,
however, any party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law &
Justice, Government of India. Upon such reference the dispute shall be decided by the Law
Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law
Page 18 of 23
Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the
dispute will share equally the cost of arbitration as intimated by the Arbitrator.
24. INTEGRITY PACT (IP) :
Vendors are requested to sign & return our pre-signed IP document , if applicable. This document
is essential & binding. Vendor's failure to return the IP document duly signed along with Bid
Document may result in the bid not being considered for further evaluation.
25. RECOVERY OF SUMS DUE :
Whenever, any claim against vendor for payment of a sum of money arises out of or under the
contract, the owner shall be entitled to recover such sums from any sum then due or when at any
time thereafter may become due from the vendor under this or any other contract with the owner
and should this sum be not sufficient to cover the recoverable amount of claim(s), the vendor
shall pay to BPCL on demand the balance remaining due.
26. CONFIDENTIALITY OF TECHNICAL INFORMATION :
Drawing, specifications and details shall be the property of the BPCL and shall be returned by the
Vendor on demand. The Vendor shall not make use of drawing and specifications for any purpose
at any time save and except for the purpose of BPCL. The Vendor shall not disclose the technical
information furnished to or organized by the Vendor under or by virtue of or as a result of the
implementation of the Purchase Order to any person, firm or body or corporate authority and shall
make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The
technical information imparted and supplied to the vendor by BPCL shall at all time remain the
absolute property of BPCL. Imparting of any confidential information by the Vendor will be
breach of contract.
27. PATENTS & ROYALTIES :
The vendor shall fully indemnify BPCL and users of materials specified herein/supplied at all
times, against any action, claim or demand, costs and expenses, arising from or incurred by
reasons of any infringement or alleged infringement of any patent, registered design, trademark or
name, copy right or any other protected rights in respect of any materials supplied or any
arrangement, system or method of using, fixing or working used by the vendor. In the event of
any claim or demand being made or action sought against BPCL in respect of any of the aforesaid
matter, the vendor shall be notified thereof immediately and the vendor shall at his/its own
expense with (if necessary) the assistance of BPCL (whose all expense shall be reimbursed by the
vendor) conduct all negotiations for the settlement of the same and/or litigation which may arise
thereof.
28. LIABILITY CLAUSE:
In case where it is necessary for employees or representatives of the Vendor to go upon the
premises of owner, vendor agrees to assume the responsibility for the proper conduct of such
employees/representatives while on said premises and to comply with all applicable Workmen's
Compensation Law and other applicable Government Regulations and Ordinances and all plant
rules and regulations particularly in regard to safety precautions and fire hazards. If this order
requires vendor to furnish labour at site, such vendor's workmen or employees shall under no
Page 19 of 23
circumstances be deemed to be in owner's employment and vendor shall hold himself responsible
for any claim or claims which they or their heirs, dependent or personal representatives, may have
or make, for damages or compensation for anything done or committed to be done, in the course
of carrying out the work covered by the purchase order, whether arising at owner's premises or
elsewhere and agrees to indemnify the owner against any such claims, if made against the owner
and all costs of proceedings, suit or actions which owner may incur or sustain in respect of the
same.
29. COMPLIANCE OF REGULATIONS :
Vendor warrants that all goods/Materials covered by this order have been produced, sold,
dispatched, delivered and furnished in strict compliance with all applicable laws, regulations,
labour agreement, working condition and technical codes and statutory requirements as applicable
from time to time. The vendor shall ensure compliance with the above and shall indemnify owner
against any actions, damages, costs and expenses of any failure to comply as aforesaid.
30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:
In case the testing and inspection at any stage by inspectors reveal that the equipment, materials
and workmanship do not comply with specification and requirements, the same shall be removed
by the vendor at his/its own expense and risk, within the time allowed by the owner. The owner
shall be at liberty to dispose off such rejected goods in such manner as he may think appropriate.
In the event the vendor fails to remove the rejected goods within the period as aforesaid, all
expenses incurred by the owner for such disposal shall be to the account of the vendor. The
freight paid by the owner, if any, on the inward journey of the rejected materials shall be
reimbursed by the vendor to the owner before the rejected materials are removed by the vendor.
The vendor will have to proceed with the replacement of the equipment or part of equipment
without claiming any extra payment if so required by the owner. The time taken for replacement
in such event will not be added to the contractual delivery period.
31. NON-WAIVER :
Failure of the Owner to insist upon any of the terms or conditions incorporated in the Purchase
Order or failure or delay to exercise any rights or remedies herein, or by law or failure to properly
notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder or
approval of design shall not release the Vendor and shall not be deemed a waiver of any right of
the Owner to insist upon the strict performance thereof or of any of its or their rights or remedies
as to any such goods regardless of when such goods are shipped, received or accepted nor shall
any purported oral modification or revision of the order by BPCL act as waiver of the terms
hereof. Any waiver to be effective must be in writing. Any lone incident of waiver of any
condition of this agreement by BPCL shall not be considered as a continuous waiver or waiver for
other condition by BPCL.
32. NEW & UNUSED MATERIAL :
All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.
Page 20 of 23
33. PURCHASE PREFERENCE CLAUSE :
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference
as admissible/applicable from time to time under the existing Govt. policy. Purchase preference
to a PSE shall be decided based on the price quoted by PSE as compared to L1 Vendor at the time
of evaluation of the price bid.
Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by
Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as
admissible/applicable from time to time under the existing Govt. policy. Purchase preference to
a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted
by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.
Bidders claiming purchase preference as MSE need to submit the following documents:
a. Notarized copy of all the pages of the EM-II certificate issued by the appropriate
authorities mentioned in the Public procurement policy of MSEs-2012.
b. Vendors declaration on a duly notarized Rs.100 stamp paper stating that, in the event of
award of contract, all the ordered supplies shall be made from the unit for which MSE
certificate has been submitted.
34. CANCELLATION :
34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through a
written notice to the vendor if.
34.1.1. The vendor fails to comply with the terms of this purchase order/contract.
34.1.2. The vendor becomes bankrupt or goes into liquidation.
34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.
34.1.4. The vendor makes a general assignment for the benefit of creditors.
34.1.5. A receiver is appointed for any of the property owned by the vendor.
34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the purchase
order matters connected with it. BPCL in that event will be entitled to procure the requirement in
the open market and recover excess payment over the vendor's agreed price if any, from the
vendor and also reserving to itself the right to forfeit the security deposit if any, made by the
vendor against the contract. The vendor is aware that the said goods are required by BPCL for
the ultimate purpose of materials production and that non-delivery may cause lossof production
and consequently loss of profit to the BPCL. In this-event of BPCL exercising the option to
claim damages for non delivery other than by way of difference between the market price and the
contract price, the vendor shall pay to BPCL, fair compensation to be agreed upon between
BPCL and the vendor. The provision of this clause shall not prejudice the right of BPCL from
invoking the provisions of price reduction clause mentioned in 20.3.1 as aforesaid.
Page 21 of 23
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :
The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the Act),
prohibits anti- competitive practices and aims at fostering competition and at protecting Indian
markets against anti- competitive practices by enterprises. The Act prohibits anti- competitive
agreements, abuse of dominant position by enterprises, and regulates combinations (consisting of
acquisition, acquiring of control and M&A) wherever such agreements, abuse or combination
causes, or is likely to cause, appreciable adverse effect on competition in markets in India. BPCL
reserves the right to approach the Competition Commission established under the Act of
Parliament and file information relating to anti-competitive agreements and abuse of dominant
position. If such a situation arises, then Vendors are bound by the decision of the Competitive
Commission and also subject to penalty and other provisions of the Competition Act.
36. ASSIGNMENT
The Vendor can / does not have any right to assign his rights and obligations under these general
purchase conditions without the prior written approval of BPCL.
37. GOVERNING LAW
These General Purchase Conditions shall be governed by the Laws of India.
38. AMENDMENT
Any amendment to these General Purchase Conditions can be made only in writing and with the
mutual consent of the parties to these conditions.
39. SPECIAL PURCHASE CONDITIONS
In case of a conflict between the clauses, terms and conditions of General Purchase
Conditions and Special Purchase condition, the clauses, terms and conditions of Special
Purchase Condition will have an overriding effect over General Purchase Conditions and the
same shall be applicable.
40. NOTICES
Any notices to be given hereunder by a Party to the other shall be in English and
delivered by hand or sent by courier or facsimile to the other Party at the address or
facsimile number stated below or such other address or number as may be notified by the
relevant Party from time to time.
41. POLICY ON HOLIDAY LISTING
The guidelines and procedures for Holiday Listing are available separately in BPCL website
and shall be applicable in the context of all tenders floated and consequently all orders/
contracts / purchase orders. It can be accessed using the following link:
http://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf .
Page 22 of 23
BPCL
_______________________ _______________________
_______________________
Vendor
_______________________
_______________________
_______________________
Please sign & return all the pages of GPC as a token of your acceptance of all the terms &
conditions as mentioned a
Annexure I
PERFORMANCE BANK GUARANTEE
(On Non-judicial paper for appropriate value)
To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called „the Company‟ which
expression shall include its successors and assigns) having awarded to M/s. (Name) ……….
(Constitution)………….. (address) ……….(hereinafter referred to as “The vendor” which expression
shall wherever the subject or context so permits include its successors and assigns) a supply contract in
terms interalia, of the Company‟s Purchase order No…….. dated ………. and the General and Special
Purchase Conditions of the Company and upon the condition of vendor‟s furnishing security for the
performance of the vendor‟s obligations and/or discharge of the vendor‟s liability under and / or in
connection with the said supply contract upto a sum of Rs.(in figures)…………..Rs(in
words)…………………………only amounting to 10% (ten percent)of the total contract value.
We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall
include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to the
Company in -----(Currency) forthwith on demand in writing and without protest or demur of any and all
moneys any wise payable by the Vendor to the Company under in respect of or in connection with the
said supply contract inclusive of all the Company‟s losses and expenses and other moneys anywise
payable in respect to the above as specified in any notice of demand made by the Company to the Bank
with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in
words)……………………….only.
AND the Bank hereby agrees with the Company that
Page 23 of 23
i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and
irrevocable for all claims of the Company and liabilities of the vendor arising upto and until
midnight of …………………………………..
This date shall be 6 months from the last date of guarantee period.
ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that
the Company may now or at any time otherwise have in relation to the vendor‟s obligation/liabilities
under and /or connection with the said supply contract, and the Company shall have full authority to take
recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no
failure on the part of the Company in enforcing or requiring enforcement of any other security shall have
the effect of releasing the Bank from its liability hereunder.
ii. The Company shall be at liability without reference to the Bank and without effecting the full
liability of the Bank hereunder to take any other security in respect of the vendor‟s
obligations and /or liabilities under or in connection with the said supply contract and to vary
the terms vis a vis the vendor of the said supply contract or to grant time and / or indulgence
to the vendor or to reduce or to increase or otherwise vary the prices of the total contract
value or to release or to forbear from enforcement all or any of the obligations of the vendor
under the said supply contract and / or the remedies of the Company under any other
security(ies) now or hereafter held by the Company and no such dealing(s), variation(s),
reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or
forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the
Company hereunder or of prejudicing rights of the Company against the Bank.
iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or
change of constitution or insolvency of the vendor but shall in all respects and for all purposes be binding
and operative until payment of all moneys payable to the Company in terms hereof.
v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /
Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended
by reason of any dispute or disputes having been raised by the vendor (whether or not pending before any
Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of
communication whatsoever by the vendor stopping or preventing or purporting to stop or prevent any
payment by the Bank to the Company in terms hereof.
vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be
paid to the Company by the vendor or as suffered or incurred by the Company on account of any losses or
damages of costs, charges and or expenses shall as between the Bank and the Company be conclusive of
the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may
be and payable by the Guarantor to Company in terms hereof.
Yours faithfully,
(Signature)
NAME & DESIGNATION
NAME OF THE BANK
NOTES:
CRFQ 1000264833
SPECIAL TERMS & CONDITIONS
1. During the warranty period of two years, no extra charges will be paid to you.
2. The materials are required to be door delivered.
3. Where-ever not applicable in price bid, put zero.
4. Only all custom duties as applicable in India will be reimbursed by BPCL within five working
days after submission of all relevant documents by the bidder s authorized representative in
India.
5. Rates quoted should be inclusive of all duties & taxes, where-ever it has not been specifically
sought in price bid
6. Rates quoted should include charges towards callibration, PESO approval or any other
statutory charges & applicable taxes if any.
7. Delivery Period : All the equipment shall be supplied within 4 months from the date of receipt
of LOI by the vendor The completion period of installation, testing and commissioning at site
shall be one month from the date of intimation from the site on site readiness.
8 Payment terms: As per our conditions mentioned in General Technical Requirement.
9. BPCL reserves the right to decide if FAT will be done or not.
10. In case of conflict between the General Purchase Conditions(GPC) & Special Purchase
Conditions (SPC), the relevant portion of the clause of the SPC will prevail. No Counter
conditions to any of BPCL terms & conditions will be accepted. Clauses in technical
specification sheet will prevail over SPC & GPC.
11.Taxes & Duties : Applicable to foreign bidders : i) It is vendors responsibility to arrange for
delivery of the materials to the respective locations. The rate quoted should include all charges
including port & customs clearances, international freight, local freight, LC charges outside
India, etc. BPCL will only reimburse the customs duty charges to the agency nominated by the
foreign bidder. Bill of entry should be in BPCL name. ii) The foreign bidder is free to source
items available locally from India. This has to be specified while bidding & payment for these
will be in Indian Rupees (INR). iii) Foreign bidders to nominate a local agency to carry out
erection/commissioning of the supplied items. All INR payments will be made to the Indian
agency only.
12. Applicable to All bidders: In case Taxes & duties are quoted separately by the bidder in the
price bid format of the tender, then any variation in taxes & duties by the government during the
execution of Contract will be considered within the contractual delivery period only.
13. In price bid, wherever CST is applicable, vendors will have to quote the CST (with form-c).
14. Approved Third Party Inspection Agencies(TPIA) : LRIS / DNV/ IRS/ EIL/ BV/ UL INDIA
PVT LTD
15. Location addresses are as under:
Loni LPG Plant BPCL, SHABAJPUR, LONI,Ghaziabad 201102 Uttar Pradesh PIYALA (ASAOTI) LPG PLANT BPCL,PIYALA, ASAOTI, TEH-BALLABHGARH FARIDABAD 121102, Haryana
16. Evaluation will be done considering all elements including supervision & AMC &
manpower. All Custom duties will be loaded while evaluation as applicable. To facilitate
evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the
amounts in various currencies ( only Euro/USD is permitted) in which Bid price is payable, to
Indian Rupees from reference rate archive rates as available in Reserve Bank of India, website on
the date of Price Bid opening. In case, exchange rate is not available alternative sources viz.
Economics Times etc. shall be considered for all the currencies.
DECLARATION
(To be submitted along with Unpriced bid)
M/s. __________________________hereby declare that we are not currently serving any Holiday Listing orders issued by BPCL or MOPNG debarring us from carrying any business dealings with the BPCL/MOPNG or serving a banning order by another Oil PSE.
Stamp and Signature of Bidder
P.S. : Offers not accompanied with a declaration may lead to rejection. Any wrong declaration in this context shall make the Agency liable for action under BPCL Holiday Listing procedure.
CONTACT PARTICULARS
NAME OF PERSON
TEL NO. OFFICE
TEL NO. RES.
MOBILE NO.
E-MAIL ID