Rew:ARC.UPS & STAB 31 th January’2013 ... - Bharat Petroleum€¦ · rew:arc.ups & stab 31 th...
Transcript of Rew:ARC.UPS & STAB 31 th January’2013 ... - Bharat Petroleum€¦ · rew:arc.ups & stab 31 th...
Rew:ARC.UPS & STAB 31th January’2013 To, The Vendor Dear Sir E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN GUJARAT, MP & CG
STATES : 2013-14 TENDER NO.: CRFQ 1000179807 DATE: 31.01.2013 DUE DATE : 15.02.2013/ 03.00 PM Techno-commercial bid opening : 15.02.2013 / 03.30 PM We enclose herewith the tender documents pertaining to the subject work. We request you to kindly submit your most competitive bid through E-Tendering. Kindly ensure adherence of the following while submitting your bid.
i. DD for 5% of the total quoted value subject to a maximum of Rs. 1,00,000/- towards EMD. (EMD is not required for registered vendor with BPCL). In case your offer is not accompanied by the requisite EMD, your offer is liable for rejection. [To be submitted separately, prior to last date of tender, at our office]
ii. General conditions of the tender duly acknowledged iii. Arbitration Clause duly acknowledged iv. Special Terms & conditions / RFQ v. Technical Specifications vi. Capacity Sheet. vii. Un-priced schedule of work duly acknowledged viii. Integrity Pact Agreement , duly acknowledged
Price Bids [PRICE BIDS I & IA AND II & IIA separately] shall mention only the prices. The price bid shall not incorporate any conditions. (Total of price bid I & IA, total of price bid II & IIA shall be evaluated separately for deciding the lowest quote)
Please note that your rate should be quoted only in the price bid (I & II) and the same should not be indicated anywhere else, whi ch is liable for rejection. Your quoted rate shall be valid for the territories in Gujarat, Madhyapradesh and Chhattisgarh States. The validity of your quoted rate should be for a period from the date of LOI for territories in Gujarat, Madhya Pradesh & Chhattisgarh states (Ahmedabad, Rajkot, Surat, Bhopal, Indore, Raipur & Jabalpur). Pl. refer special terms of the tender for other details. Your offer is liable to be rejected if there is any deviation from the terms and conditions of the tender. Kindly contact us if you need any clarifications before submitting your offer. The vendor should supply both UPS & Voltage Stabilizer. Since the said specifications of said tender is same as those of our tenders in last 2-3 years, BPCL does not expect a request for technical deviation. For any technical clarification, pl. contact us prior to submission of price bid i.e. price bid should not contain any deviation. The vendors are to comply with technical specifications on the above basis. BPCL will not issue C/D forms required by Sales Tax Authorities and the tax implications to be borne by the vendor. Tender received after the specific time and date (in the e-tender platform) will not be entertained under any circumstances. We have enclosed a blank capacity statement along w ith our tender. You are advised to fill up the capacity statement without f ail. In case the same is not enclosed the tender is liable to be rejected. Minimum no of UPS / Stabilizer required per month – 30 sets (for the job allotted to successful vendor). This is an Annual Rate Contract. Price bid shall be evaluated based on Total amount and successful vendor shall be decided based on final cost to BPCL i.e. after taking of all taxes / excise duty and se rvice tax & educational cess on lowest quote basis (L1) and capacity to do. Nego tiation will be conducted with L1,if required. The Integrity Pact Agreement along with the name, a ddress of external Monitor is enclosed as Annexure – VI, which is appl icable for this tender. The vendor should enclose the Integrity Pact copy ( enclosed with tender) duly acknowledged, your tender shall be liable for rejection if the Integrity Pact signed copy is not enclosed with the tender do cuments.
Please note that the last date of submission of ten der should be treated as 15.02.2013 (03:00 PM) in all relevant tender docume nts attached (even if mentioned otherwise). Thanking you, Yours faithfully, For BHARAT PETROLEUM CORPN. LTD. SR. MGR. RETAIL ENGG WEST Encl : as above
भारत पे�ोलयम काप�रेशन भारत सरकारका
Telephone:
Telegram:
Telex:
Our Ref:
To
Dear Sir/s.
Date
Sub. : E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH
FILTER AT RETAIL OUTLETS IN
We shall be glad to receive your lowest quotation for the above work. Following documents are enclosed to enable you to fill your quotation:
1. General conditions of tender (in duplicate)
2. Drawing Nos.
1.
2.
3.
3. Schedule of quantities and specifications for the work involved (in duplicate).
Your quotation, together with a copy of the General
submitted in the attached envelope duly sealed. It should either be posted in the Tender Box at our premises
or sent by Registered Post so as to reach us before the closing date / time indicated on t
* Your Bank Draft for the requisite Earnest Money deposit should be forwarded along with the above
documents.
Please ensure that your name or any other identification mark does not appear on the envelope as otherwise
your Tender is liable to be disqualified.
We request you to carefully go through all Tender documents before submitting your quotations. Any
clarification regarding the work can be had from our Engineering Department on any working day during
normal working hours.
Please let us know your firm time required for the completion of all works mentioned in the attached
schedule. This should be indicated in the space provided for in the General Conditions of Tender.
We shall appreciate your returning to us the Tender Schedule, D
quoting for this Tender.
Yours faithfully,
for BHARAT PETROLEUM CORPORATION LIMITED
* Delete, if not applicable.
Encl. . as above
----------------------------------------------------------------------------
Regd. Office : BHARAT BHAVAN, 4 &6, CURR1MBHOY ROAD, BALLARD ESTATE, MUMBAI
काप�रेशन लमटेड BHARAT PETROLEUM CORPORATION LTD.
सरकारका उपम A Government of India Enterprise
From: REW, BPCL
Address: MUMBAI
Date: 31.01.2013
Tender No. : CRFQ 10001
Closing Date/time: 15.02
TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH
FILTER AT RETAIL OUTLETS IN GUJARAT, MP & CG STATES
We shall be glad to receive your lowest quotation for the above work. Following documents are o fill your quotation:
1. General conditions of tender (in duplicate)
4.
5.
6.
3. Schedule of quantities and specifications for the work involved (in duplicate).
Your quotation, together with a copy of the General Conditions of Tender and Drawings duly signed, should be
submitted in the attached envelope duly sealed. It should either be posted in the Tender Box at our premises
or sent by Registered Post so as to reach us before the closing date / time indicated on t
* Your Bank Draft for the requisite Earnest Money deposit should be forwarded along with the above
Please ensure that your name or any other identification mark does not appear on the envelope as otherwise
ble to be disqualified.
We request you to carefully go through all Tender documents before submitting your quotations. Any
clarification regarding the work can be had from our Engineering Department on any working day during
let us know your firm time required for the completion of all works mentioned in the attached
schedule. This should be indicated in the space provided for in the General Conditions of Tender.
We shall appreciate your returning to us the Tender Schedule, Drawings etc. in case you are not interested in
for BHARAT PETROLEUM CORPORATION LIMITED
---------------------------------------------------------------------------------------------------------------------
Regd. Office : BHARAT BHAVAN, 4 &6, CURR1MBHOY ROAD, BALLARD ESTATE, MUMBAI
BHARAT PETROLEUM CORPORATION LTD.
A Government of India Enterprise
1000179807
2.2013 / 03.00 PM
TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH
GUJARAT, MP & CG STATES : 2013-14
We shall be glad to receive your lowest quotation for the above work. Following documents are
Conditions of Tender and Drawings duly signed, should be
submitted in the attached envelope duly sealed. It should either be posted in the Tender Box at our premises
or sent by Registered Post so as to reach us before the closing date / time indicated on top of this letter.
* Your Bank Draft for the requisite Earnest Money deposit should be forwarded along with the above
Please ensure that your name or any other identification mark does not appear on the envelope as otherwise
We request you to carefully go through all Tender documents before submitting your quotations. Any
clarification regarding the work can be had from our Engineering Department on any working day during
let us know your firm time required for the completion of all works mentioned in the attached
schedule. This should be indicated in the space provided for in the General Conditions of Tender.
rawings etc. in case you are not interested in
-----------------------------------------
Regd. Office : BHARAT BHAVAN, 4 &6, CURR1MBHOY ROAD, BALLARD ESTATE, MUMBAI -430 001.
भारत पे�ोलयम काप�रेशनभारत सरकारका
FILLING AND SUBMITTING TENDERS:
1. Quotations should be submitted only in the prescribed tender schedule forms supplied by the Company,
together with Drawings and General Conditions of Tender duly signed by the tenderer along with a Bank Draft,
it required, as per covering Rew:ARC.UPS & STA
13, on or before the due date/time of closing of the tender. Quotations received after the due date/time will
not be considered.
2. The tenderer should study all the tender documents carefully and understand the conditions, drawings,
specifications etc. before quoting. If there are any doubts, he should obtain clarifications, but this shall not be
justification for late submission or extension of
3. The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity,
approach road, construction materials as per specifications, shelter for his staff etc. since these are
provided/arranged by the tenderer (unless otherwise specified) at his cost.
4. The tenderer should quote for all items in the tender schedule. The rates should be expressed both in
figures and in words: where discrepancy exists between the two, the
Similarly, if there is any discrepancy exists between the unit rate and the amount, the unit rate will prevail.
5. The rates be quoted in the same units as mentioned in the tender schedule.
6. All entries in the Tender Documents should be in Ink/Typed. Corrections, if any, should be attested by full
signature of the Tenderer.
7. Every page of the tender documents shall be signed by the tenderer or his authorised representative.
8. The tenderer should indicate the ti
order. The time indicated in tender may have a bearing on awarding the contract.
RATES:
9. The rate quoted should be inclusive of all material, labour, water, electricity, power equipm
tools/tackles, centering, shoring, lifts, leads, scaffolding, excise/customs/octroi duties, sales tax, works contact
tax etc. levied by State/Centeral authorities. All materials are to be supplied by the tenderer unless oth
stated.
(a) Its is made clear to the parties that no excise claims on storage tanks/LPG Horton spheres/ bullets/
structurals would be entertained by the Corporation.
10.The rates quoted shall be valid for a period of six months. Once the quotation is accepted, the rates quoted
shall be firm till the entire work is completed in all respects.
ACCEPTANCE OF TENDER:
11. In complete/Conditional tender quotations or those received late and/not confirming to the terms and
conditions, the tender documents will be rejected.
काप�रेशन लमटेड BHARAT PETROLEUM CORPORATION LTD.
सरकारका उपम A Government of India Enterprise
GENERAL CONDITIONS OF TENDER
Tender No. CRFQ 10001
Due Date/Time: 15.02.201
Time for Completion:
FILLING AND SUBMITTING TENDERS:
Quotations should be submitted only in the prescribed tender schedule forms supplied by the Company,
together with Drawings and General Conditions of Tender duly signed by the tenderer along with a Bank Draft,
Rew:ARC.UPS & STAB dated 31.01.2013 for the amount mentioned in Clause
13, on or before the due date/time of closing of the tender. Quotations received after the due date/time will
should study all the tender documents carefully and understand the conditions, drawings,
specifications etc. before quoting. If there are any doubts, he should obtain clarifications, but this shall not be
justification for late submission or extension of opening date/time of the tenders.
The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity,
approach road, construction materials as per specifications, shelter for his staff etc. since these are
provided/arranged by the tenderer (unless otherwise specified) at his cost.
The tenderer should quote for all items in the tender schedule. The rates should be expressed both in
figures and in words: where discrepancy exists between the two, the rates expressed in words will prevail.
Similarly, if there is any discrepancy exists between the unit rate and the amount, the unit rate will prevail.
The rates be quoted in the same units as mentioned in the tender schedule.
der Documents should be in Ink/Typed. Corrections, if any, should be attested by full
Every page of the tender documents shall be signed by the tenderer or his authorised representative.
The tenderer should indicate the time required to complete the entire work from the date of receiving the
The time indicated in tender may have a bearing on awarding the contract.
The rate quoted should be inclusive of all material, labour, water, electricity, power equipm
tools/tackles, centering, shoring, lifts, leads, scaffolding, excise/customs/octroi duties, sales tax, works contact
tax etc. levied by State/Centeral authorities. All materials are to be supplied by the tenderer unless oth
e clear to the parties that no excise claims on storage tanks/LPG Horton spheres/ bullets/
structurals would be entertained by the Corporation.
10.The rates quoted shall be valid for a period of six months. Once the quotation is accepted, the rates quoted
shall be firm till the entire work is completed in all respects.
11. In complete/Conditional tender quotations or those received late and/not confirming to the terms and
conditions, the tender documents will be rejected.
BHARAT PETROLEUM CORPORATION LTD.
India Enterprise
1000179807
.2013 / 03.00 PM
Quotations should be submitted only in the prescribed tender schedule forms supplied by the Company,
together with Drawings and General Conditions of Tender duly signed by the tenderer along with a Bank Draft,
for the amount mentioned in Clause
13, on or before the due date/time of closing of the tender. Quotations received after the due date/time will
should study all the tender documents carefully and understand the conditions, drawings,
specifications etc. before quoting. If there are any doubts, he should obtain clarifications, but this shall not be
opening date/time of the tenders.
The tenderer should visit the site and acquaint himself with site conditions, availability of water, electricity,
approach road, construction materials as per specifications, shelter for his staff etc. since these are to be
The tenderer should quote for all items in the tender schedule. The rates should be expressed both in
rates expressed in words will prevail.
Similarly, if there is any discrepancy exists between the unit rate and the amount, the unit rate will prevail.
der Documents should be in Ink/Typed. Corrections, if any, should be attested by full
Every page of the tender documents shall be signed by the tenderer or his authorised representative.
me required to complete the entire work from the date of receiving the
The time indicated in tender may have a bearing on awarding the contract.
The rate quoted should be inclusive of all material, labour, water, electricity, power equipment
tools/tackles, centering, shoring, lifts, leads, scaffolding, excise/customs/octroi duties, sales tax, works contact
tax etc. levied by State/Centeral authorities. All materials are to be supplied by the tenderer unless otherwise
e clear to the parties that no excise claims on storage tanks/LPG Horton spheres/ bullets/
10.The rates quoted shall be valid for a period of six months. Once the quotation is accepted, the rates quoted
11. In complete/Conditional tender quotations or those received late and/not confirming to the terms and
12. The Company reserves the right to reject any or every tender without assigning any reason whatsoever
and/or to negotiate with the tenderer (s) in the manner the Company considers suitable.
The Company further reserves its rights to allow to the Public enterprises 'Price Preference" (facilities as
admissible under the existing policy) as may be decided by the Company.
* EARNEST MONEY DEPOSIT : (Applicable only for work costing 50,000/- and above in value)
13. The tenderer shall be required to submit along with this quotation a Bank Draft in Favour of Bharat
Petroleum Corporation Ltd. for a sum equivalent to 5% of the total tendered value of works as earnest money
deposit, subject to a minimum of 5,000/- and a maximum of 1,00,000/-.
The earnest money deposit shall be returned to the unsuccessful tenderers within one month after due date
for opening of the tender. The earnest money deposit of the successful tenderer will be retained till the
commencement of the work. Thereafter the tenderer may opt to adjust the earnest money deposit against
security deposit as a money deposit or request return of the earnest money deposit. No interest will be
payable on earnest money deposit.
Security Deposit: (Applicable only for works costing 50,000/- and above in value)
13. (a) The successful tenderer, before commencement of the work, shall have to provided to the Company, by
way of security, a money deposit or a Bank Guarantee in the standard format provided by the Company for an
amount equivalent to 5% of the total tendered value of the works, subject to a minimum of 5,000/- and a
maximum of 1,00,000/-. The tenderer shall have the option to adjust the earnest money towards security
deposit if he so desires.
The security deposit will be retained till the successful completion of the work. In the case of security deposit
in the form of a Bank Guarantee, the same shall be kept valid by the tenderer at his cost till the completion of
the work under contract and shall be extended from time to time. No interest will be payable on security
deposit.
EXECUTION OF AGREEMENT:
14. The successful tenderer shall within 15 days of the Company's communication to him of the acceptance of
his tender, execute a formal Agreement with the Company, on the Company's format.
EXECUTION OF WORKS :
15. The successful tenderer should submit detailed construction programme adhering to the completion time
quoted in the Agreement. The programme will form part of the contract. However, the Company reserves the
right to alter the programme, if necessary, from time to time and no claim of successful tenderer on account of
such alteration will be entertained.
16. All materials required for the execution of work should conform to the standard specification and approved
by the Engineer in Charge before actually put to use. Commencement of work without prior approval shall be
entirely at the risk and cost of the contractor. No delay due to non-availability of materials, tools, equipment
etc. will be entertained by the Company. In the case of certain machinery/ equipment, the Company's site
Engineer may inspect the items for approval before they are brought to the site.
17. The responsibility for the safety, security and accounting of the materials and equipment brought or
installed by the successful tenderer or handed over to him by the Company for completion of the work will
remain with him till the acceptance of the work by the Company. Any damage caused to the
material/equipment during the execution of work will be made good by the successful tenderer at his cost. The
Company may require the successful tenderer to have guarantee/indemnity bond executed for the value of
the materials supplied to him free of cost, as per terms of the Agreement.
18. Quantities shown in the Tender Schedule are approximate and payment shall be made as per actual
measurements. The successful tenderer is not entitled for any sort of compensation towards materials
procured/stored in excess of the measured quantities.
19. The Company reserves the right to increase or decrease the tendered quantity or revise specifications,
drawing, designs of any or every item or delete them at any stage of work. The successful tender's claim for
compensation or damages on account of these shall not be entertained. Such deviations will be adjusted at the
rates contained in the Agreement or at prevailing market rates, if the rates are not available in the Agreement,
by issuing variation order(s). In case it becomes necessary for the Company to temporarily suspend or
postpone the work, partly, or fully due to unforeseen circumstances, the Company shall not be liable for any
compensation on account of resultant delays.
20. The entire work will be carried out under the supervision of the authorised representative of the Company,
but this will not detract successful tenderer(s) full responsibility for quality/period of execution of work.
21. Detailed measurements of works carried out shall be taken jointly by the successful tenderer and our site
Engineer at every stage of work, before proceeding to the next stage. All works shall be measured as per the
procedure laid down. Payments will be made as per measured quantities and not as per Tender Schedule
quantities.
22. The successful tenderer shall submit to the office which has awarded the contract, periodic progress
reports of his work as stipulated by our Site Engineer.
23. The successful tenderer shall not undertake on his own any change in specifications mentioned in the
tender documents. In case of doubts he will refer the matter in writing to the Company and act as per
clarifications given by the Company. Any changes in the work involving changes in original specifications
quantities/additional items of work, should be covered by obtaining suitable variation order (s) from the
Company immediately.
24. If the performance of the successful tenderer is found to be unsatisfactory, the Company reserves the right
to cancel in part or the whole of the contract and get the work executed through alternative means at the
entire risk and cost of the successful tenderer.
25. If the successful tenderer does not complete the work in the stipulated time, the Company reserves the
right to recover liquidated damages at 0.5% of the total contract value for every week of delay or part there of
subject to a maximum of 5% of the total contract value until the work is satisfactorily completed and handed
over. However delay in completion of a specific urgent job the maximum compensation will be increased to
15% of the total contract value. Such damages may be deducted by the Company from any money due to the
tenderer and any further amount due from the tenderer shall be paid by the tenderer to the company
forthwith.
This is a specific urgent job (Yes/No) (Delete which is not applicable).
26. The successful tenderer should ensure the safety of adjoining property and shall make good any loss to
product/property resulting from his negligence.
27. Hot work be carried out only in the areas earmarked for the purpose, after required safety precautions
have been taken and only after obtaining written permission from the Site Engineer.
Any provision required to be made e.g. wind screens of G.C.I. Sheets etc, to make the area safe for hot work,
will be made the successful tenderer at his own cost.
28. The work in the Company's premises should be carried out during the Companys normal working hours and
without obstructing day-to-day working the establishment. If any work is required to be carried out beyond
normal working hours, prior permission should be obtained before undertaking such work.
29. In the event of the successful tenderer failing to complete the work within the stipulated time, the
Company shall have the right to employ any other agency to complete the remaining work at the risk & cost of
the successful tenderer.
30. It will be the successful tenderer's responsibility to get the works approved and obtain all certificates for
plumbing, electrical, civil works from local, municipal, Governmental or other required authorities.
31. Tanks, Pumps, pipelines, Posts, Equipments and/or any other materials to be supplied by the Company will
be supplied anywhere within the site premises. Safekeeping, transporting and handling of the same to actual
location of installation will be the successful tendere's responsibility for which no extra payment will be made.
32. During execution of work if it is found necessary to dismantle a portion of existing bund wall, enclosure
wall, compound wall, fencing etc. to facilitate the movement of materials and equipment, the same shall be
carried out after obtaining permission in writing from Company's authorised representative and also made
good by the contractor at his own cost.
33. The successful tenderer is expected to co-operate/co-ordinate with other contractor's carrying out the
work allocated to them so as to avoid breaking up of work already done by them or causing any hindrance in
the progress of their work. In case there is any difficulty/dispute, the same should be immediately brought to
the notice of the Site Engineer.
34. If the work is required to be carried out in a working Depot, Installation, retail outlet etc. the progress of
work is likely to be interrupted on account of operations in such units. Stoppage of work under such
circumstances shall not entitle the successful tenderer to claim any compensation for idling, machinery etc.
during such interruptions.
35. The successful tenderer and his man/men shall abide by all security/safety rules regulations in force at
location and the laws, bye-laws and statutes of Government, semi-Government and other local authorities
such as requirements/liability under enactments like the Workmen's Compensation Act., Contract labour Act
etc. and the Company shall stand indemnified against any claims on these scores. The successful tenderer and
his men shall strictly abide by "no smoking' and other petroleum regulations on the premises.
36. The successful tenderer shall arrange for at least one competent supervisor to be present at site at all
times during the progress of the work, who shall be duly authorised to take instructions and execute them on
his behalf.
INTERIM PAYMENTS:
37. At the sole discretion of the Company, the contractor can receive upto 90% of the payment for the cost of
work done. Interim bills should be duly supported by the measurements of work actually done. (All payments
shall be subjected to deduction of Income Tax as may be applicable from time to time).
FINAL BILLS / RETENTION MONEY:
38. On completion of the work to the satisfaction of the Company's authorised representative and after
clearing the debris, tools, tackles, shoring, centering, materials etc. from the site and obtaining necessary
certificates as required from the local authorities, the successful tenderer shall submit his final bill based on
the jointly recorded measurements of actual work done.
The final bill of the job done should be raised, unless otherwise agreed by the Corporation in writing, within
one month from the date of completion of the total job as per contract. Whether the job has been completed
or not will be decided at the sole discretion of the Corporation. Payments of the final bill will be made after
adjusting interim payments and retention amount deducted and retained.
38. (a) The Corporation will be entitled to deduct 10% value of all Interim/running bills and in final bills as
Retention Money for all jobs exceeding 1,00,000/- and no interest will be paid on money retained by the
Company.
The said retention money will be retained for a period of one year and paid to the Contractor after adjusting
any dues of the Corporation against the Contractor under the workmanship/materials pro-vided to the
Contractor and/or against any other claims for any reason whatsoever under the Agreement which may arise
within the said period of the one year. The retention period of one year will commence from the date of the
final bill or the date of completion of the job (as reckoned by BPCL) whichever is earlier.
39. The successful tenderer shall not subject or assign any part of the work to another party, without the prior
written consent of the Company. In any event the successful tenderer will be solely responsible for the work so
sublet or assigned.
40. The Contractor undertakes to ensure due and complete compliance with all laws regulations, rules etc.
whether of the Central Government or the State Government or any other competent authority applicable to
the workmen employed or whose services are otherwise availed of by the Contractor, whether in connection
with the construction work at the site or otherwise. The Employer shall have the right to inspect the records
maintained by the Contractor concerning such workman from time to time and the Contractor to produce of
the Employer's inspection in order to ascertain whether or not the requirements of all such laws regulations,
rules etc. have been complied with by the Contractor. In the event of the any contravention of such laws,
regulations rules etc. coming to light whether as a result of such inspection or otherwise, the Employer shall
have the right to require the Contractor to effect such compliance within such time as the Employer may
prescribe in that behalf and in the event of the Contractor failing to effect such compliance within the time
prescribed by the Employer then the Employer shall without prejudice to this rights to entitled to withhold
from the amount payable to the Contractor any amount payable to the workmen under any such laws,
regulations or rules and to make payment thereof to the workmen. The Employer shall also have in that event
the right to terminate the contract with immediate effect and to exercise powers reserved to the Employer
under the contract as result of termination.
41. Special conditions, if any, pertaining to the tender are shown in Tender Schedule.
ANNEXURE
a) Any dispute or differences of any nature whatsoever, any claim, cross-claim, counter-claim or set off of
the Corporation against the Contractor or regarding any right, liability, act, omission or on account of
any of the parties hereto arising out of or in relation to this Agreement shall be referred to the Sole
Arbitration of the Director (HR) of the Corporation or of some officer of the Corporation who may be
nominated by the Director (HR). The Contractor will not be entitled to raise any objection to any such
Arbitrator on the ground that the Arbitrator is an Officer of the Corporation or that he has dealt with
the matters to which the contract relates or that in the course of this duties as an Officer of the
Corporation he had expressed views on all or any other matters in dispute or difference. In the event
of the Arbitrator to whom the matter is originally referred being transferred or vacating his office or
being unable to act for any reason, the Director (HR) as aforesaid at the time of such transfer, vacation
of office or inability to act may in the discretion of the Director (HR) designate another person to act as
Arbitrator in accordance with the terms of the Agreement to the end and intent that the original
Arbitrator shall be entitled to continue the Arbitration proceedings notwithstanding his transfer or
vacation of office as an Office of the Corporation if the Director (HR) does not designate another
person to act as Arbitrator on such transfer, vacation of office or inability of original Arbitrator. Such
persons shall be entitled to proceed with the reference from the point at which it was left by his
predecessor. It is also a term of this contract that no person other than the Director (HR) or a person
nominated by such Director (HR) of the Corporation as aforesaid shall act as Arbitrator hereunder. The
award of the Arbitrator so appointed shall be final conclusive and binding on all parties to the
agreement subject to the provisions of the Arbitrator Act 1940 or any statutory modification or re-
enactment thereof and the rules made there under for the time being in force shall apply to the
Arbitration proceedings under this clause.
b) The award shall be made in writing and published by the Arbitrator within two years after entering
upon the reference or within such extended time not exceeding further twelve months as the Sole
Arbitrator shall by a writing under his own hands appoint. The parties hereto shall be deemed to have
irrevocably given their consent to the Arbitrator to make and publish the award within the period
referred to herein above and shall not be entitled to raise any objection or protest thereto under any
circumstances whatsoever.
c) The Arbitrator shall have power to order either of the parties to abide by observe and perform all such
directions as the Arbitrator may think fit having regard to the matters in difference i.e. dispute before
him. The Arbitrator shall have all summary powers and may take such evidence oral and/or
documentary, as the Arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all
powers under the Arbitrator Act 1940 including admission of any affidavit as evidence concerning the
matter in difference i.e. dispute before him.
d) The parties against whom the Arbitration proceedings have been initiated, that is to say, the
Respondents in the proceeding, shall be entitled to prefer a cross-claim or set off before the Arbitrator
in respect of any matter an issue arising out of or in relation to the Agreement without seeking a
formal reference of Arbitration to the Director (Marketing) for such counter-claim, Cross-claim or set
off and the Arbitrator shall be entitled to consider and deal with the same as if the matters arising
there from has been referred to him originally and deemed to form part of the reference made by the
Director (Marketing).
e) The Arbitrator shall be at liberty to appoint, if necessary any Accountant or Engineer or other technical
person to assist him and to act by the opinion so taken.
f) The Arbitrator shall have to make one or more awards whether interim or otherwise in respect of the
dispute and difference and in particular will be entitled to make separate awards in respect of claims
or cross-claims of the parties.
g) The Arbitrator shall be entitled to direct any one of the parties to pay the costs of the other party in
such manner and to such extent as the Arbitrator may in his discretion determine and shall also be
entitled to require one or both the parties to deposit funds in such proportion to meet the Arbitrator's
expenses whenever called upon to do so.
h) (h)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 Sole Arbitrator here under shall be failed in the concerned courts in the
city of Mumbai only.
Note : In case dispute relating to contract of Refinery, the words "Director (Marketing)" may be
replaced by "Director (Refinery)”.
Tenderer should mention estimate of time for Weeks/Months:
completing the work shown in the tender.
This is a specific urgent job Yes/No (Delete which is not applicable).
I/We have read carefully the above terms and
conditions of Tender anti agree to abide by the same.
Signature of the Contractor ........................ (or his
authorised representative)
Date :
Name/Seal of the Contractor :
Address: ----------------------------------------------
Annexure-II
1
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER AT RETAIL OUTLETS IN GUJARAT, MP & CG
STATES: 2013-14
SPECIAL TERMS AND CONDITIONS 1. The requirement indicated in the schedule is our consolidated
approximate requirement covering Gujarat, Madhya Pradesh & Chhattisgarh states.
2. Rate finalized against this tender will be adopted by all Territories (List is
Enclosed) in Gujarat, Madhya Pradesh & Chhattisgarh states. 3. Orders in the form of call-off letters will be issued by the Territories. 4. Power / Water and all other related requirement towards execution of work
has to be arranged by the contractor. 5. No hot work will be allowed inside the site. 6. The rates quoted shall be valid from the date of LOI and they will remain
firm till the completion of work in all respects. BPCL has the option to extend balance quantity for each area (unutilized) for next 6 months (after expiry of annual contract) and / or place a repeat order for entire contract quantity (for each area) for one more year. Both options can be exercised concurrently by mutual consent of BPCL & successful vendor. If the rates quoted for more than one area, by successful vendor is same, the unutilized quantity can be used in other area, during the currency of the contract.
7. BPCL reserves its right to award / split jobs against these rates at its
discretion among a number of bidders. 8. The rates quoted must be delivered rates inclusive of cost of material,
fabrication, erection, excise duty / sales tax, VAT, service tax & educational cess and all levies. The rate should also include loading, unloading and transportation to the RO sites. Octroi (if any) will be reimbursed at actual against documentary evidence. The rates quoted should be indicated only in price bid.
9. The award of job shall be on the basis of quoted rate and capacity of the
party to execute the order. Please note that BPCL has the right to award/ allot the quantities beyond the assessed capacity to other vendors.
10. Capacity of the vendor is to be mentioned in the capacity sheet. The
capacity statement in blank is enclosed. You are advised to fill up details
Annexure-II
2
in the same failing which your tender is liable to be rejected (Min. Capacity 30 sets/ month - for each short listed vendor. for one/ multiple area for which vendor has been short listed).
11. Separate Price Bid for each area which shall be evaluated separately. 12. There are two Price Bids the tender
1) Price Bids I & IA (Supply + 2 years AMC, Gujarat ) – 150 nos. 2) Price Bids II & IIA (Supply + 2 years AMC, MP & CG) – 220 nos. All the above price bids shall be evaluated independently to decide the lowest quote for each area. BPCL shall conduct negotiation if required, at its discretion.
13. Successful vendor has to supply equipment (against single or multiple call
offs) within 4 weeks from the date on which the accumulated quantity of 10 sets is received by the vendor. However, in February & March 2013, the successful vendor is expected to have minimum 30 sets ready, for immediate supply in a week’s time from individual PO receipt. PO receipt shall be taken as receipt of scanned copy of PO (from BPCL official) on the e-mail ID provided by the vendor.
14. AMC shall begin after expiry of warranty i.e. 18 months from the date of
supply or 12 months from date of installation, whichever is earlier. 15. Successful tenderer shall have an option of submitting the bank guarantee
valid for 18 months (inclusive of 6 months lodgment period) from the date of completion of works. The value of the bank guarantee will be equivalent to the 10% of the bill value and the same should be submitted to the respective Region.
16. No mobilisation advance will be given. Similarly, part payment towards
materials supplied and price escalation will not be entertained. Vendor has the option for raising invoice from state/ states where they are registered. However, one rate has to be quoted in Price Bid.
17. Payment Terms : Payments will be released within 30 days from the date
of satisfactory completion of work and submission of the final bill ,after deducting 10% retention money, income tax, sales tax on works contract, and any other statutory levies, as applicable in the respective States.
18. Penalty terms: 0.5% of the invoice value per week subject to a maximum
of 5% will be deducted for each call off for delay in deliveries over and above the period mentioned above.
Annexure-II
3
19. In case of any discrepancy between the General Conditions of Tender and Special Conditions of Tender (as mentioned above), the Special Conditions of Tender shall prevail.
20. One no UPS & one no Voltage Stabilizer to be tested for all Parameters in
the presence of BPCL official, through approved third party agency (Cost to be borne by successful vendor) at any time after the award of contract. BPCL can also ask for testing of one additional set, during supply.
21. The Bill for the completed job have to be raised immediately after
completion of the work and the payment will be made within 30 days of submission of the bill with required certificates.
22. The Vendor is fully responsible for installing & commissioning the UPS &
Voltage Stabilizer as directed. The necessary wiring will be done by BPCL in the Panel along with required switches for the installing of UPS & Voltage Stabilizer. The representative of the Vendor must be present at the RO site till the job is completed.
23. The vendor should supply both UPS & Voltage Stabilizer. BPCL will
consider the bids of only those vendors who are capable of supplying UPS & Stabilizer to our RO sites. The evaluation will be done on the above basis. The supply and billing shall be direct responsibili ty with the concerned vendor (i.e. dealer/distributor of the vendor shall not be considered for handling the BPCL account)
24. BPCL will not issue C/D forms required by sales tax authorities and the tax
implications to be borne by the vendor. 25. Please note that the warranty should be given for the equipments i.e. 12
months from the date of installation or 18 months from the date of supply whichever is earlier.
26. BPCL shall ensure minimum supply quantity for 10 sets/ month to a
particular short listed vendor (through single PO / multiple PO’s). I / We have read carefully the above terms & conditions of tender and agreed to abide by the same. Signature of the Vendor - (Or his authorised representative) Date : Address :
Annexurte-III
1
Technical Specifications for 3 kVA Ups System
S.N. P A R A M E T E R S S P E C I F I C A T I O N S A Technology True ON-LINE, IGBT based,
Microprocessor Controlled Double Conversion Technology.
B Capacity 3 kVA (Commensurate with P.F.) C I N P U T i. Voltage 160 - 280 V, Single Phase ii. Input Frequency 50 Hz. (± 6%) i.e, 47 Hz - 53 Hz (IGBT
based PFC correction) iii. Power Factor > 0.9 or Output = 2.7 KW iv. Rectifier Full Wave v. Rectifier Battery Charger Constant Voltage with Current limit. SMPS
based Battery Charger with I/P Power correction with IGBT as switching element.
D O U T P U T i. Load Power Factor 0.8 lag to 0.8 lead to unity ii. Nominal Voltage 230V, single phase ± 1% iii. Regulation (IGBT based) ± 1 % iv. Frequency Constant 50 Hz. Crystal generated
frequency on mains & battery v. Waveform True Sine wave vi. Total Harmonic Distortion < 3% Max. for 100% Linear Load vii. Total Harmonic Distortion < 5% for 100% Non-Linear Load. viii. Overload Capacity 110% for 1 min.
125% for 30 sec. ix. Inverter IGBT based PWM with INSTANTANEOUS
SINEWAVE CONTROL X. Transient Response For 100% load change – Voltage remains
within + 5%, Recovery to ± 1% within 60 ms (3 cycles)
Crest Factor > 3 : 1 Duty Continuous
E E F F I C I E N C Y (AT FULL LOAD) i. Inverter efficiency Greater than 90% ii. Over all efficiency Greater than 85%
F TESTING STANDARDS
IEC 62040 - PART III
Annexurte-III
2
S.N. PARAMETERS SPECIFICATIONS G SURGE PROTECTION AND NOISE FILTERING Surge protection device should be a physically separate module in series
with load / UPS housed in the UPS cabinet Leakage current Less than 300 micro Amp Clamping Voltage (
Maximum continuous operator Voltage)
275 V
Peak Current for SPD 20KA Rated Load Current 15 A Max. transient energy for 2
ms Greater than 400 J
Response time Less than 30 Nano second For an infused open circuit voltage of 6 KV or surge current of 3 KV (8/20
micro sec.) the UPS output should not be more than 100V. RFI protection EMI protection
H B A T T E R Y P A R A M E T E R S i. Back up Time >30 Minutes at full load ii. Battery Type Sealed Maintenance Free Lead Acid iii. VAH 2400 (Minimum) iv. Battery Model/ make Sealed maintenance free batteries of
standard recognized make like Excide (Power safe) / Panasonic/ Global Yuasa/ Amco. The battery should be housed in a powder coated MS cabinet.
I OTHER P R O T E C T I O N S Load Isolation Isolation Transformer at Input. Input Ac over voltage/ under
voltage/ AUTO RECOVERY
DC Over voltage/ under voltage, Over Temperature, Over Current Rectifier
Output over voltage, under voltage
Output over load, short circuit Over current for rectifier The UPS should work trouble
free in dusty and hot conditions of Retail Outlets.
Annexurte-III
3
S.N. PARAMETERS SPECIFICATIONS J E N V I R O N M E N T A L i. Acoustic Noise Level < 55db ii. Ambient Temperature 0 to 50 Deg C (In UPS only/ Not for
Battery) ii. Storage Temperature -10 to 70 Deg C iv. Humidity Up to 95% RH, Non Condensing v. Altitude < 1000 Mtrs. Above Sea Level ( without
de-rating) K P H Y S I C A L i. Enclosure Protection Grade IP – 21 ii. Cooling Forced Air iii Cable entry From the back. No female socket or switch.
Terminal blocks for input & output. Input cable with both sides crimped lug to be provided.
L D I S P L A Y � Battery Voltage
� Battery charge / discharge
� Input Voltage / output voltage � Current (Input / Output) � Frequency (Input / Output)
M AUDIO ALARM � Rectifier Trip
� Low Battery � Over load � System trip
� Main fail
N SWITCH GEAR MCB for mains, MCB for Load 15 Amps, Havells orHager make one each
at input and output
O WARRANTY For UPS: 1 year (Onsite warranty
incl. replacement with proper working UPS at site – No Repair at site) from date of commissioning.
For Battery: 1 year
P COMMUNICATIONS
232 port. PC should be able to communicate through RS232 port (RJ-45 JACK). S/w to be provided along with UPS. This s/w should have self diagnosing feature.
SNMP compatible for future up gradation to a LAN / web based monitoring facility
Annexurte-III
4
S.N. PARAMETERS SPECIFICATIONS Q ISOLATION TRANSFORMER (INPUT SIDE)
Ration 1:1
Insulation class B
DC galvonic isolation > 100 ohm
Dielectric strength 2500 v for 60 sec
Common mode Noise 100 DB ( 100 khz to 1000 kHz) std
Differential mode noise 50 DB ( 100 khz to 1000 kHz)
Rejection 120 DB ( 100 khz to 1000 kHz) opt
Coupling capacitance. 0.005 pf
Line leakage currents < 10 mA
R CERTIFICATES & STANDARDS
ISO 9001:2000 certificate, EN 50091-1 as safety certificate, EN 50091-2 for EMC
The UPS specifications must be validated by Indian Govt. approval bodies – ERTL-ETDC-SAMEER or otherwise CE/UL approval.
Annexurte-III
5
Servo Voltage Stabilizer Typical Specifications. INPUT: Voltage : 400 VAC Line Range : 242 to 502 V line to line ie 140 to 290 V line to neutral Frequency : 50 HZ Nominal Range : 47Hz to 53 Hz Phase : Single/Three Phase & Neutral Wave Form : Sinusoidal OUTPUT:
Capacity : 30kva (30 KVA – 3 Phase implies 10 KVA load per phase)
30 KVA must have 3 nos. of variac rated at 35 amps each 3 nos. buck boost transformer rated at 4.2 KVA each
Voltage : 400VAC Nominal 3Phase Line Regulation : 230VAC ± 5% (P-N) Load Regulation : 230VAC ± 5% (P-N) Max O/P Current : 1.5 Times the rated current for 1 min at nominal conditions Frequency : Same as Input I/P power Factor : Better than 0.98 Speed of Correction : Better than 50V/sec. Load Power Factor : 0.7 lag to Unity I/P Current Harmonics : < 2% Efficiency at full Load : Better than 97% at nominal Voltage ADDITIONAL POINTS TO BE NOTED: ONLINE UPS: A) UPS topology should be true On-line double conversion. B) Technology Microprocessor based and inverter current controlled PWM
technique using IGBTs. C) Software configurable: The UPS should be software controlled & configurable
with self diagnostic facility & RS232 based communication with computer systems for monitoring. UPS must be SNMP compatible for future up gradation to a LAN / web based monitoring facility
D) Battery Isolation: The battery connection should have MCB/MCCB
Annexurte-III
6
E) Battery Start Facility should be available F) Protections against Surges as per IEEE 587 G) EMI / RFI Filtering as per EN50091-1 & EN50091-2 H) Degree of protection of enclosure: IP21 I) Standards: CE-mark J) Battery Type: SMF (Sealed Maintenance Free) Battery Rating: NOT LESS THAN 2400 (V*Ah) K) UPS shall be tested at 3 kVA (full non-linear load) L) Battery Back up shall be tested for 30 mins back up at 2.4 kW (full linear load) M) The UPS should be provided with suitable isolation transformer at Input . N) The UPS offered has to be SNMP compatible which can be upgraded for
remote monitoring at a later date i.e. the UPS will have the necessary communication ports and SNMP card slot.
O) Also battery provided with the UPS shall be Lead-Acid battery of approval
make by BPCL. P) The UPS offered should meet the EN 50091-1 & EN 500091-2 standards or equivalent IEC standards.
Q) Bye pass provision to be removed. R) Provision to be provided on the body of the UPS where Dedicated Earth Pit
to be connected. S) Effective audio/visual Alarm on failure of UPS component to be provided. T) No switch/plug/socket in input/output circuit. Supply to UPS to be directly
though BUS with 2 core cables. Similarly, output should be connected to UPS bus directly through 3 core cable.
Annexurte-III
7
SERVO VOLTAGE STABILIZER Rating 30 Kva (0.7 to Unity) Type: Unbalanced suitable for un-balanced input voltages & un-balanced loading Design: Servo Controlled using AC high torque motors (with long life characteristics) Motors should not use any carbon brushes The Servo Stabilizers must have output sensing Over Voltage / Under Voltage trip facility with electronic time delay (to avoid nuisance tripping). Similarly, Servo Stabiliser should have over voltage / under voltage trip facility at the input (supply) Auto Reset Facility with electronic time delay. Over Load / Short Circuit Protection (Incl. resistance to over voltage / incoming supply for reasonable time without burning of stabilizer components) Even if 1 phase fails other 2 phases must continue to get stabilized supply. Line Regulation : 230 VAC ± 1% (P-N) Load Regulation : 230 VAC ± 1% (P-N)
Annexure - IV
SR. NO.
DESCRIPTION UNIT QTY.NOS. PER MONTH.
1 Supplying Servo Voltage Stabilizer with filter as per Technical Specification for Gujarat, Madhyapradesh & Chhattisgarh State
EA 370
2 Supplying Online UPS with filter as per Technical Specification for Gujarat, Madhyapradesh & Chhattisgarh State
EA 370
3……………..
weeks
Signature of the Vendor . Name / Seal of the Vendor(or his authorised representative)
Date : Address :
Note :- Min. capacity required is 30 sets per month for the area approved for a particular vendor.
CAPACITY
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN GUJARAT, MP & CG STATES :
2013-14
CRFQ NO. 1000179807 DATED:31.01.2012 / DUE DATE: 15.02.2012 TIME 03:00 PM
No of weeks required for manufacturing and keeping the sets (a batch of 10-15 sets) ready and arranging for inspection by BPCL / BPCL approved third party agency.
Annexure - V-1
RATE FINAL RATE AMOUNT(BASIC RATE)
BASIC RATE + VAT
(FINAL RATE x QTY.)
(Rs.) (Rs.) (Rs.) (Rs.)1 Supplying Servo Voltage Stabilizer
with filter as per Technical Specification for Gujarat State
EA 150
2 Supplying Online UPS with filter as per Technical Specification for Gujarat State
EA 150
TOTAL
NOTE: 123456
Signature of the Vendor . Name / Seal of the Vendor(or his authorised representative)
Address :
Date :
The scope of the work includes testing, commissioning of UPS / Voltage Stabilizers.
NO. DESCRIPTION
In words:
AMC FOR 2 YEARS
TOTAL (SUPPLY & COMMI.) + TOTAL- A (AMC FOR 2 YEARS)
In words:
TOTAL - A
GRAND TOTAL
QTY.VAT
(_______%)
Octroi if any will be reimbursed against production of original receipt.
Basic Rate includes transportation, loading, uloading, etc. but excluding taxes.Final rate is basic rate plus applicable taxes (Excise / custom duty, VAT, WCT etc.)
Any other tax applicable other than the above may also be indicated separately.Please include Annexure giving details of each tax (% basis) loaded on basic rate to arrive at final rate.
UNPRICE BID I
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN GUJARAT, MP & CG STATES : 2013-14
UNIT
GUJARAT STATE
(SUPPLY & COMMISSIONING OF EQUIPMENT)
CRFQ NO. 1000179807 DATED:31.01.2012 / DUE DATE: 15.02.2012 TIME 03:00 PM
Annexure - V - 2
RATE FINAL RATE AMOUNT(BASIC RATE)
BASIC RATE + VAT
(FINAL RATE x QTY.)
(Rs.) (Rs.) (Rs.) (Rs.)1 Supplying Servo Voltage Stabilizer
with filter as per Technical Specification for Madhya Pradesh & Chhattisgarh States
EA 220
2 Supplying Online UPS with filter as per Technical Specification for Madhya Pradesh & Chhattisgarh States
EA 220
TOTAL
NOTE: 123456
Signature of the Vendor . Name / Seal of the Vendor(or his authorised representative)
Address :
Date :
Final rate is basic rate plus applicable taxes (Excise / custom duty, VAT, WCT etc.)
UNPRICE BID II
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN GUJARAT, MP & CG STATES : 2013-14
UNIT
MADHYAPRADESH & CHHATTISGARH STATES
(SUPPLY & COMMISSIONING OF EQUIPMENT)
Any other tax applicable other than the above may also be indicated separately.Please include Annexure giving details of each tax (% basis) loaded on basic rate to arrive at final rate.
TOTAL - A
GRAND TOTAL
CRFQ NO. 1000179807 DATED:31.01.2012 / DUE DATE: 15.02.2012 TIME 03:00 PM
QTY.
The scope of the work includes testing, commissioning of UPS / Voltage Stabilizers.
NO. DESCRIPTION
In words:
AMC FOR 2 YEARS
TOTAL (SUPPLY & COMMI.) + TOTAL- A (AMC FOR 2 YEARS)
In words:
VAT (_______%)
Octroi if any will be reimbursed against production of original receipt.
Basic Rate includes transportation, loading, uloading, etc. but excluding taxes.
Annexure – V - 3
UNPRICE BID IA (AMC)
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN
GUJARAT, MP & CG STATES : 2013-14
GUJARAT STATE TENDER NO.: CRFQ 1000179807 DATE : 31.01.2013 DATE OF OPENNING: 15.02.2012 TIME: 03.00 PM
SR NO. DESCRIPTION QTY UNIT
RATE (Rs./set/annum)
Service Tax
+ Educational cess
Final Rate (A+B) AMOUNT( for two
years i.e, rate column to be
multiplied by 2)
1 AMC charges for 30 KVA Stabiliser & 3 KVA UPS for 2 years (post completion of contract period/ warranty period) in a separate envelope marked “AMC charges with scope”. The AMC charges should be comprehensive (excluding batteries).
150 nos
Per number per annum.
TOTAL:
In Words Rs,…………………………………………………………………………………… Notes:
1. SERVICE TAX: Your rate should be inclusive of all taxes excluding service tax & education cess. Kindly mention service tax separately.
2. PERIOD: The period is for two years after completion of warranty period. However quote shall be given per annum basis.
3. EQUIPMENTS UNDER WARRANTY: All components of 30 KVA stabilizer & 3 KVA UPS for excluding battery.
4. TYPE: Comprehensive. i.e, the quote should include cost of all spares/ components required during preventive and breakdown maintenance.
5. VISITS: The quote should include four PREVENTIVE visits in year on every three months. Breakdown to be attended within 48 hours and shall not be charged extra.
6. PREVENTIVE MAINTENANCE: This includes following activities:
Annexure – V - 3
• Checking of provision of dedicated earthing. • Checking of segregation of earthings in the UPS. • Health of battery. • Cleaning of UPS from inside. • Checking all displays. • E-N voltage at farthest end. • Checking all the electrical joints. • Checking quality of output voltage/current/frequency. • Checking setting of all alarms/protection.
NOTE: During maintenance, no raw or stabilized power should be given to MPD/Automation equipments. Service engineer should visit the site every three months. The report shall be signed by BPCLs officer only.
7. BRAEKDOWN MAINTENANCE: This includes following activities: • The visit should be free of cost. • Breakdown call to be attended within 48 hours.
8. PENALTY CLAUSE: Following penalty clauses are applicable for the said AMC.
• 0.5% per week subjected to maximum 5% of the total value of the contract ( AMC contract only) in case of failure to attend Preventive maintenance schedule, i.e, once in a quarter.
• Rs. 250 per day in case of failure to attend breakdown calls within 48 hours.
9. GENERAL:
• Provision of all tools & tackles shall be in vendor’s scope. • The quote shall include all logistics, to-fro & hotel charges of service
engineer. • Safety precautions shall be taken during maintenance activities. • Any damage to our equipment during preventive & breakdown maintenance
shall be charged from the vendor. • Please note, no extra cost will be given under any circumstances. • The complaint shall be lodged by BPCL/ BPCL dealers through BPCL
complaint Module (BROMA+), applicable to all vendors. Vendor has to integrate their service centre with BPCL complaint module for effective redressal of complaints (BROMA+ training shall be given by BPCL to successful vendor’s representative)
Contract will remain valid for the period of two years after completion of the warranty with the provision of extension for two more years. I have read the terms and the conditions and those are acceptable to me. Signature of the Vendor Name / Seal of the Vendor (or his authorised representative) Date : Address :
Annexure – V- 4
PRICE BID II A (AMC)
E-TENDER FOR ARC FOR SUPPLYING ONLINE UPS AND SERVO VOLTAGE STABILIZER WITH FILTER AT RETAIL OUTLETS IN
GUJARAT, MP & CG STATES : 2012-13
MADHYAPRADESH & CHHATTISGARH STATES TENDER NO.: CRFQ 1000179807 DATE : 31.01.2013 DATE OF OPENNING: 15.02.2012 TIME: 03.00 PM
SR NO.
DESCRIPTION QTY UNIT RATE
(Rs./set/annum)
Service Tax
+ Educational cess
Final Rate (A+B) AMOUNT( for two
years i.e, rate column to be
multiplied by 2)
1 AMC charges for 30 KVA Stabiliser & 3 KVA UPS for 2 years (post completion of contract period/ warranty period) in a separate envelope marked “AMC charges with scope”. The AMC charges should be comprehensive (excluding batteries).
220 nos
Per number per annum.
TOTAL:
In Words Rs,…………………………………………………………………………………… Notes:
1. SERVICE TAX: Your rate should be inclusive of all taxes excluding service tax & education cess. Kindly mention service tax separately.
2. PERIOD: The period is for two years after completion of warranty period. However quote shall be given per annum basis.
3. EQUIPMENTS UNDER WARRANTY: All components of 30 KVA stabilizer & 3 KVA UPS for excluding battery.
4. TYPE: Comprehensive. i.e, the quote should include cost of all spares/ components required during preventive and breakdown maintenance.
5. VISITS: The quote should include four PREVENTIVE visits in year on every three months. Breakdown to be attended within 48 hours and shall not be charged extra.
6. PREVENTIVE MAINTENANCE: This includes following activities:
Annexure – V- 4
• Checking of provision of dedicated earthing. • Checking of segregation of earthings in the UPS. • Health of battery. • Cleaning of UPS from inside. • Checking all displays. • E-N voltage at farthest end. • Checking all the electrical joints. • Checking quality of output voltage/current/frequency. • Checking setting of all alarms/protection.
NOTE: During maintenance, no raw or stabilized power should be given to MPD/Automation equipments. Service engineer should visit the site every three months. The report shall be signed by BPCLs officer only.
7. BRAEKDOWN MAINTENANCE: This includes following activities: • The visit should be free of cost. • Breakdown call to be attended within 48 hours.
8. PENALTY CLAUSE: Following penalty clauses are applicable for the said AMC.
• 0.5% per week subjected to maximum 5% of the total value of the contract ( AMC contract only) in case of failure to attend Preventive maintenance schedule, i.e, once in a quarter.
• Rs. 250 per day in case of failure to attend breakdown calls within 48 hours.
9. GENERAL:
• Provision of all tools & tackles shall be in vendor’s scope. • The quote shall include all logistics, to-fro & hotel charges of service
engineer. • Safety precautions shall be taken during maintenance activities. • Any damage to our equipment during preventive & breakdown maintenance
shall be charged from the vendor. • Please note, no extra cost will be given under any circumstances. • The complaint shall be lodged by BPCL/ BPCL dealers through BPCL
complaint Module (BROMA+), applicable to all vendors. Vendor has to integrate their service centre with BPCL complaint module for effective redressal of complaints (BROMA+ training shall be given by BPCL to successful vendor’s representative)
Contract will remain valid for the period of two years after completion of the warranty with the provision of extension for two more years. I have read the terms and the conditions and those are acceptable to me. Signature of the Vendor Name / Seal of the Vendor (or his authorised representative) Date : Address :
Annexure-VI
SR NO CHECK POINTS UPS STAB
1 Checking of provision of dedicated earthing for UPS. YES/NO YES/NO
2Checking of segregation of earthings in the UPS (only two core from
stabilizer to UPS).YES/NO YES/NO
3 Stabiliser is earthed at two different points. YES/NO YES/NO
4 Health of battery. YES/NO YES/NO
5Cleaning of UPS & STAB from inside & outside. Clean carbon brushes.
YES/NO YES/NO
6 Checking all displays of UPS & STAB. YES/NO YES/NO
7 E-N voltage at farthest end of the UPS distribution ckt at load end.
YES/NO YES/NO
8Checking quality of output voltage/current/frequency of UPS & STAB.
YES/NO YES/NO
9 Checking setting of all alarms/protection of UPS & STAB. YES/NO YES/NO
10 Status of all switches of UPS & STAB. YES/NO YES/NO
11 Checking all the electrical joints of UPS & STAB. YES/NO YES/NO
12Visually inspect equipment for loose connections, burned insulation or any
other signs of wear of UPS & STAB.YES/NO YES/NO
13
During the inspection, check all power cabling for abrasions and burn spots.
Visually check components for signs of overheating, swelling, leaking, etc.. YES/NO YES/NO
14 Visually check for any liquid contamination. YES/NO YES/NO
15Perform visual checks and operational tests of all UPS & STAB equipment.
YES/NO YES/NO
16 Review maintenance logs and log all alarm operations and output.
YES/NO YES/NO
17Complete a functional checkout and test of the UPS & STAB diagnostic
systems.YES/NO YES/NO
18 Check environment, temperature, dust, moisture, room vents, etc. YES/NO YES/NO
19 Clean and tighten all power connections at the input and output terminals.
YES/NO YES/NO
20Off-line load test the UPS system to ensure that the system is completely
functional ( once in a year).YES/NO YES/NO
21 Ensure UPS is placed at sales room only and not at Electrical Room. YES/NO YES/NO
22 Battery bank is well ventilated. YES/NO YES/NO
23 Visually check printed circuit board alignments in UPS & STAB YES/NO YES/NO
24 Run the Stab & UPS on DG sets and check i/o voltage, frequency. YES/NO YES/NO
25 Calibrate or replace meters ( once in a year) if not calibrated. YES/NO YES/NO
26 Ensure enclosure is maintetaining required IP standard. YES/NO YES/NO
PREVENTIVE CHECKLIST FOR UPS & STABILISER IN WR (in addition to vebndor's checklist)
Annexure - VIII
TERRITORY REVENUE DIST.
COVEREDSTATE TERRITORY
REVENUE DIST. COVERED
STATE
MUMBAI MUMBAI MAH'TRA RAJKOT AMRELI GUJARATMUMBAI RAIGAD MAH'TRA RAJKOT JAMNAGAR GUJARATTHANE THANE MAH'TRA RAJKOT JUNAGARH GUJARATTHANE NASHIK MAH'TRA RAJKOT KUTCH GUJARAT
AHMEDNAGAR AHMEDNAGAR MAH'TRA RAJKOT PORBUNDAR GUJARATAHMEDNAGAR AURANGABAD MAH'TRA RAJKOT RAJKOT GUJARATAHMEDNAGAR JALNA MAH'TRA RAJKOT SURENDRA GUJARAT
MANMAD DHULE MAH'TRA RAJKOT DIU U/TMANMAD JALGAON MAH'TRA BHOPAL BETUL M.P.MANMAD NANDURBAR MAH'TRA BHOPAL BHIND M.P.MANMAD AKOLA MAH'TRA BHOPAL BHOPAL M.P.MANMAD BULDHANA MAH'TRA BHOPAL CHHATARPUR M.P.MANMAD HINGOLI MAH'TRA BHOPAL CHHINDWARA M.P.MANMAD WASHIM MAH'TRA BHOPAL GUNA M.P.NAGPUR AMRAVATI MAH'TRA BHOPAL GWALIOR M.P.NAGPUR BHANDARA MAH'TRA BHOPAL HOSHANGABAD M.P.NAGPUR CHANDRAPUR MAH'TRA BHOPAL MORENA M.P.NAGPUR GADHCHIROLI MAH'TRA BHOPAL RAISEN M.P.NAGPUR GONDIA MAH'TRA BHOPAL RAJGARH M.P.NAGPUR NAGPUR MAH'TRA BHOPAL SAGAR M.P.NAGPUR WARDHA MAH'TRA BHOPAL SEHORE M.P.NAGPUR YEOTMAL MAH'TRA BHOPAL SHIVPURI M.P.
PUNE PUNE MAH'TRA BHOPAL TIKAMGARH M.P.PUNE SATARA MAH'TRA BHOPAL VIDISHA M.P.
SOLAPUR NANDED MAH'TRA INDORE DEWAS M.P.SOLAPUR LATUR MAH'TRA INDORE DHAR M.P.SOLAPUR OSMANABAD MAH'TRA INDORE EAST NIMAR M.P.SOLAPUR SOLAPUR MAH'TRA INDORE INDORE M.P.SOLAPUR BEED MAH'TRA INDORE JHABUA M.P.SOLAPUR PARBHANI MAH'TRA INDORE MANDSAUR M.P.
GOA GOA GOA INDORE RATLAM M.P.GOA KOLHAPUR MAH'TRA INDORE SHAJAPUR M.P.GOA RATNAGIRI MAH'TRA INDORE UJJAIN M.P.GOA SANGLI MAH'TRA INDORE WEST NIMAR M.P.GOA SINDHUDURG MAH'TRA JABALPUR DAMOH M.P.
AHMEDABAD AHMEDABAD GUJARAT JABALPUR JABALPUR M.P.AHMEDABAD BANAS KANTHA GUJARAT JABALPUR MANDLA M.P.AHMEDABAD BHAWNAGAR GUJARAT JABALPUR NARSIMHAPUR M.P.AHMEDABAD GANDHINAGAR GUJARAT JABALPUR PANNA M.P.AHMEDABAD MEHSANA GUJARAT JABALPUR REWA M.P.AHMEDABAD PATAN GUJARAT JABALPUR SATNA M.P.AHMEDABAD SABAR KANTHA GUJARAT JABALPUR SEONI M.P.
SURAT ANAND GUJARAT JABALPUR SHAHDOL M.P.SURAT BHARUCH GUJARAT JABALPUR SIDHI M.P.SURAT DAHOD GUJARAT RAIPUR BALAGHAT CGSURAT KHED GUJARAT RAIPUR BASTAR CGSURAT NARMADA GUJARAT RAIPUR BILASPUR CGSURAT NAVSARI GUJARAT RAIPUR DURG CGSURAT PUNCH MAHAL GUJARAT RAIPUR RAIGARH CGSURAT SURAT GUJARAT RAIPUR RAIPUR CGSURAT THE DANGS GUJARAT RAIPUR RAJNANDGAON CGSURAT VADODRA GUJARAT RAIPUR SURGUJA CGSURAT VALSAD GUJARAT
SURATDADRA & NAGAR HAVELI U/T
SURAT DAMAN U/T
TERRITORY REVENUE DISTRICT LIST OF WESTERN REGION
Ann
exur
e- I
X
TE
RR
ITO
RY
TM
CG
E
NG
G O
FF
EN
GG
OF
FS
ALE
S O
FF
SA
LES
S
ALE
S
MA
NE
ES
H P
AT
NE
Y, M
C
(982
0326
566)
Pan
kaj K
umar
Sin
gh, A
ME
(993
0315
772
)S
hrip
ad J
ogip
eth,
D
y.M
E(9
9874
4695
8)A
rpit
Tiw
ari,D
MS
)(N
asik
) (9
9233
8800
2)A
nant
a S
awal
e, A
M
Aut
o(94
2398
4202
)(T
h,
Mum
,Nag
&
Man
)982
0001
566
Mili
nd W
aghm
are,
DM
S
(982
01 9
6477
)A
mbi
ka B
adha
ni,
DM
S(9
9300
5222
9)
SA
ND
IP D
ES
HP
AN
DE
, MC
(9
9875
2453
5)A
nura
g K
umar
, AM
E
(916
7385
787)
Vai
bhav
Gar
gate
,DM
S
(976
9355
518)
Sur
aj P
rata
p,E
X.S
ales
(9
8819
0829
2)A
hmed
nag
ar
Rav
indr
apal
Sin
gh,
AM
S(9
8208
6008
7)
Ran
e N
itin
Ash
ok,A
ME
(8
8888
8358
8)(A
hmed
naga
r)
(982
2232
101)
Phi
roz
Kam
irkar
, (9
8900
2452
0)
DH
AR
MIK
, M
C
(988
1717
216)
Gan
esh
Jagd
ale,
AM
E
(888
8887
236)
Mon
ika
Aza
ad, M
T
(888
8897
124)
Vai
bhav
Waz
alw
ar,A
MS
(
7350
1201
20)
Raj
endr
asin
gh
(997
5393
342)
Tar
un P
raka
sh
Gho
gale
, AM
S
(735
0000
996)
Sus
hant
Guj
ar, M
T
(888
8845
082)
Meg
ha D
eshm
ukh,
Dy.
Mgr
. A
uto
(988
1130
605)
(P
u &
G
oa)
San
deep
Jai
n, D
MS
(8
9757
5089
5)Z
aidu
SO
LAP
UR
(Sol
apur
, O
sman
abad
,Lat
ur,
Pak
ni, N
ande
d)
MO
TIR
AM
AN
I PA
NK
AJ
D
(955
2777
300)
AM
OL
K S
UP
LE, D
MC
Ank
it K
haita
n,
AM
E(9
0110
2256
4)vi
jayk
umar
Cha
krap
ani,
DM
E
(888
8710
160)
Pal
labh
Sah
u (9
5454
2088
8)L.
V.S
. Nag
araj
u,
EX
.sal
es
DA
ULA
T K
UN
GA
RE
, DM
C
(989
0196
954)
Ani
rudd
ha V
ansh
iv, M
T
(898
3634
894)
Nira
jkum
ar J
ha, A
ME
, C
hand
rapu
r (9
9603
4446
4)D
alvi
Mah
endr
a S
ashi
kant
,DM
S (
9503
3997
36)
Naz
im S
haik
h , M
T
(904
9344
433)
Vip
ul V
yas
Rav
i K. G
horp
ade
MT
(9
5035
2590
9)R
ajka
tti Y
.S, A
ME
Rav
unni
Kut
ty
UP
,AM
S,A
mra
vati
Giri
sh A
thaw
ale,
AM
E
(942
2300
227)
GU
PT
A S
AN
JEE
V
(941
4118
271)
RA
JA. M
, DM
C
(942
3105
288)
Raj
kum
ar Y
adu,
AM
E
(888
8895
504)
)B
hanu
Pra
tap,
DM
S
(Aur
anga
bad)
(94
2068
9335
)S
uyog
Mar
kand
e (9
0220
3915
9)D
orje
y (9
5615
0198
4)
Rav
i M
ahes
hwar
i,MT
(992
2672
846)
S. G
edam
(8
0878
9006
0)
AH
ME
DA
NA
GA
R(B
eed,
Jal
na, P
arbh
ani,
Nan
ded)
AM
IT G
UN
JAN
(7
8989
1860
4)R
AN
E N
ITIN
AS
HO
K, D
MC
(8
8888
8358
8)S
hakt
i Bot
hra
(880
6199
699)
Kap
il P
otad
ar,M
T
(992
2956
630)
Sac
hin
Sak
hark
ar,A
MS
(880
6099
933
)Nan
ded
RA
JKU
MA
R S
ALU
NK
HE
, D
MC
.(89
7576
5203
)D
evda
tta B
halc
hand
ra K
otul
kar,
E
x.E
ngg
(996
0113
166)
Sur
esh
B. A
late
, AM
EZ
anva
r N
ikhi
l, D
MS
(988
1472
905)
Din
esh
Dhe
kne,
A
MS
(901
1097
888)
Pan
kaj S
harm
a,
AM
E(9
6236
7019
9)S
uhas
Des
hmus
h,D
MS
(9
6230
6049
9)V
iraj K
elus
kar
(986
9055
754)
MU
MB
AI
(s
ewre
e, V
ashi
,Rai
gad)
)P
UR
I RA
JIV
(9
8204
8969
4)
PA
ND
IYA
N T
.V.
(993
0341
928)
SH
RA
VA
N K
UM
AR
BO
DA
(9
4224
4312
9)
TH
AN
E (
Ahm
edna
gar,
N
asik
)
NA
GP
UR
(B
ulda
na, A
kola
, Y
eotm
al, W
ashi
m,
Hin
goli,
Gad
chiro
li,
Gon
dia,
Cha
ndra
pur,
M
AN
MA
D
(Nan
durb
ar,D
hule
, Ja
lgao
n,A
uran
gaba
d)
GO
A
(M
iraj,
Kol
hapu
r,R
atna
giri,
Sin
dhu
durg
, San
gli)
SIN
GH
IN
DE
RJI
T(9
8810
7302
6)
D.L
. TO
NS
E
(9
4239
6205
8)
PU
NE
(Sat
ara,
)
Ann
exur
e- I
X
TE
RR
ITO
RY
TM
CG
E
NG
G O
FF
EN
GG
OF
FS
ALE
S O
FF
SA
LES
S
ALE
S
SIA
BA
L M
UK
HE
RJI
(9
9099
5111
6)S
HIV
AP
RA
SA
D. G
, M
C(0
9737
2987
78)
A.K
. Big
hane
, MT
(99
2501
4474
)P
rana
v M
ishr
a,
Ass
t.Mgr
.Eng
g (9
9090
4477
6)
Sha
shan
k S
harm
a,
DM
S(9
8244
5277
8)G
adgi
l R D
ines
h,
DM
S(B
havn
agar
) (9
9245
9410
0)
Nila
bh N
ishc
hhal
, A
MS
(997
9895
554)
Shu
bang
Pan
dey,
A
MS
(982
4503
099)
Meh
sana
AM
OL
BH
OS
ALE
, DM
C
(982
4108
822)
Aja
y D
ewas
i,AM
E (
9429
4087
85)
Mah
esh
B K
ulgu
de, D
MS
(9
7277
5145
3)V
ikra
nt H
ate
(972
7751
166)
Ram
esh
G. M
eena
, AM
E
(992
4259
9600
Am
it B
ilolik
ar,D
MS
(9
9250
2853
7)N
S S
ELU
KA
R,
Dy.
Mgr
.Con
st.(
9638
7542
48)
Sud
hans
hu K
umar
(9
9988
0855
5)A
poor
va S
war
oop
(998
1798
407)
Viv
ek P
ant,
AM
E (
9909
0010
80)
Ank
it K
umar
Shu
kla
(909
9090
374)
Mul
chan
dani
Nirm
al G
, (D
MS
)R
OS
HA
N Y
. SA
KH
AR
E,
DM
C
(9
7550
1103
5)
Yog
esh
S L
ole,
AM
E
(998
1509
608)
Anu
rag
Sha
rma
(7
4058
2965
1)S
iddh
arth
Kuh
uwah
aS
anto
sh S
ahan
i
Har
shit
Gou
r, A
ME
(9
4256
0689
9A
. Ram
sank
ar,A
M A
uto
(989
3295
626)
(MP
)Ja
vid
Des
ai, A
MS
(9
8939
0515
4)R
AM
AN
MA
LIK
(
78
9890
0373
)S
HR
IVA
ST
AV
A V
IKA
S,M
C
(786
9910
955)
Avi
nash
Kum
ar,A
ME
( 78
9890
0376
) R
ajde
ep B
aniy
a A
njai
Yad
av
(789
8900
379)
Gan
esha
Nad
ar,
AM
S,(
7869
9111
39)
Div
yans
h R
aghu
vans
hi,
EX
.Eng
g (7
8283
3836
6)R
AV
I R.
SA
HA
Y
(9
4254
1201
8)A
DH
IKA
RI J
EE
TE
ND
RA
(9
4251
5299
3) (
Mgr
.Con
stn.
)T
anay
Kum
ar, M
T (
9406
7134
94)
Am
ar D
eep,
AM
E
(942
5152
218)
Abh
ijit P
aul (
9425
8029
88)
Aja
y R
uge,
DM
S
(942
5116
544)
R
AJE
EV
BH
AG
DIK
AR
, S
r.M
gr.C
onst
n (9
9815
1693
5)S
achi
n S
Tal
han,
D
MS
,(94
2523
5930
)G
aura
v S
ingh
(786
9192
886)
Sou
vik
Gho
sh, M
T
(888
9900
263)
Jayd
eep
S P
otda
r, A
MS
(7
3899
0991
9)
RA
JNIK
AN
T P
AT
EL
(990
9063
838)
RA
JKO
T
(Kan
dla,
Jam
naga
r)
SU
RA
T
(H
azira
, K
oyal
i,Vad
odar
a,V
api )
GO
RA
V
(971
4730
055)
AH
ME
DA
BA
D
(Sab
arm
ati,
Sid
hpur
,Bha
vnag
ar,
Meh
sana
)
AJA
Y P
HIR
KE
(9
4253
0103
7)
RA
IPU
R
(Bhi
lai,B
ilasp
ur)
(CH
AT
TIS
GA
RH
)
IND
OR
E (
Man
glia
)
JAB
ALP
UR
(B
hito
ni,S
atna
)
VE
RM
A A
NU
P K
UM
AR
(7
3899
0020
2)
BH
OP
AL
(R
airu
, Bak
ania
, Bhi
lai)