Services to be provided for 01(one) year. The tender can be … · 2017-03-13 · LPG BOTTLING...
Transcript of Services to be provided for 01(one) year. The tender can be … · 2017-03-13 · LPG BOTTLING...
1 Signature and stamp of Tenderer
BHARAT PETROLEUM CORPORATION LIMITED
URAN TERMINAL, URAN
Navghar Industrial Estate, Behind MSEB Gas Turbine Unit,P.B.No :8.
District : Raigad,Bokadvira,Uran
Dist-Raigad – 400702.
NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT, OPERATIONS AND MAINTENANCE
SERVICES AT BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID
(TECHNOCOMMERCIAL) AND PRICED BID)
TENDER NO- URAN/LPG/ENGG/TEND/16-17/ 79 DTD 11.03.2017
Tender Name: E- tender for providing management, operations and
maintenance services at BPCL Liquid cargo jetty, JNPT(Two Bid
system- Unpriced Bid (Techno commercial) and Price Bid
Last Date for Submission
of Tender:
29.03.2017 at 13:00 Hrs. both for Techno commercial and Price
Bid.
Tender Opening on: 29.03.2017 at 13:00 Hrs for Techno commercial bid
Delivery Period : Services to be provided for 01(one) year. The tender can be extended for same terms, conditions and rates on mutual consent basis.
Pre-Bid Meeting Pre-bid meeting will be held on 20.03.2017
Earnest Money Deposit (EMD) ` 10,00,000/- (Rupees Ten Lakhs Only)
Address of location, where services
to be provided:
BHARAT PETROLEUM CORPORATION LIMITED
LIQUID CARGO JETTY OFFICE, JAWAHAR LAL NEHRU PORT, INSIDE
CENTRAL GATE COMPLEX, SHEVA, TALUKA-URAN, NAVI MUMBAI,
PIN 400707. MAHARASHTRA
2 Signature and stamp of Tenderer
NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT,OPERATIONS AND MAINTENANCE
SERVICES AT BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID
(TECHNOCOMMERCIAL) AND PRICED BID)
“THE TENDERER IS ADVISED TO VISIT THE LOCATION TO ASSESS THE WORK REQUIREMENTS BEFORE QUOTING TO GET AN IDEA ABOUT THE WORK”.
1. Eligible tenderers are invited to submit their offer in a two-part bid for subject tender.
2. Please visit the website https://bpcleproc.in for participating in the tender and submit your
bid online. For viewing / downloading the tender document, please visit our website
http://www.bharatpetroleum.in/tender/tender.asp
3. The Bid consist of the following documents to be submitted on-line.
a. Credential / Technical Bid (Un-priced)
b. Price Bid.
4. Additionally, it is mandatory for the tenderers to submit the following documents in
Physical form to Terminal Manager (LPG), Uran in a sealed envelope at the address given
below:
Terminal Manager
BHARAT PETROLEUM CORPORATION LIMITED
LPG BOTTLING PLANT, URAN
Navaghar Industrial Estate,Behind Gas Turbine Unit,P.B.No:8,
Bokadvira,Uran,
Dist-Raigad – 400702.
3 Signature and stamp of Tenderer
INDEX
Details Annexure
INTRODUCTION
Annexure-I
INTRODUCTION TO WORK LOCATION
Annexure II
SCOPE OF WORK AND SPECIAL TERMS AND CONDITIONS
Annexure III
DETAILED SCOPE OF WORK
Annexure IV
LIST OF EQUIPMENTS FOR MAINTENANCE
Annexure V
LIST OF FACILITIES/EQUIPMENTS IN AMC UNDER BPCL SCOPE
Annexure VI
LIST OF APPROVED LIQUID CARGOES/PRODUCTS PERMITTED TO BE HANDLED AT JETTY
Annexure VII
DECLARATION Annexure VIII
DECLARATION A AND B Annexure IX
General terms and conditions of the tender Annexure X
Bank Guarantee format Annexure XI
Integrity Pact Annexure XII
Specimen copy of agreement, which is to be signed after award of contract
Annexure XIII
5. The submission of online bid as well as submission of above physical documents (offline)
shall be upto 13:00 Hrs. on 29.03.2017.
6. Bids submitted after the due date and time of closing of tender (i.e. after 13:00 hrs.on
29.03.2017) and / or not submitted in the prescribed format shall be rejected. BPCL does
not take any responsibility for any delay in submission of online bid due to connectivity
problem or non-availability of site and/or other documents to be submitted in physical form
due to postal delay etc. No claims on this account shall be entertained.
4 Signature and stamp of Tenderer
7. The schedule of Price Bid opening will be advised separately to the tenderer’s who qualify in
the credential / technical bid.
8. Price Bid (to be submitted online) shall be opened only for those tenderer’s whose
credential bid / technical bid is found acceptable as defined in tender document.
9. The online portion of the tender shall have to be submitted through the e-procurement
system on https://bpcleproc.in.
10. The tender document with detailed terms and conditions is also available on our Website
http://www.bharatpetroleum.in/tender/tender.asp but the submission of tender is
allowed only through the e-procurement system on https://bpcleproc.in.
11. As a pre-requisite for participation in the tender, tenderers are required to obtain a
valid Digital Certificate of Class IIB and above as per Indian IT Act from the licensed
Certifying Authorities operation under the Root Certifying Authority of India (RCIA)
Controller of Certifying Authorities (CCA). The cost of obtaining such Digital
Signature Certificate shall be borne by the tenderer. In case any tenderer so
desires, he may contact our e-procurement service provider M/s. E-Procurement
Technologies Ltd (ETL) on the contact nos. +91-40016868/022-65354113/022-
65595111 or on mailto:[email protected] for obtaining their Digital Signature
Certificate.
12. Directions for submitting online offers, electronically, against e-procurement tenders
directly through internet:
a. Tenderers are advised to log on to the website (http://bpcleproc.in) and arrange to
register themselves at the earliest.
b. The system time (IST) that will be displayed on e-procurement (e-bid) web page shall be
the time considered for determining the expiry of due date and time of the tender and
no other time shall be taken into cognizance.
c. Tenderers 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 tenderer
intends to change /revise the bid already entered, he 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.
d. Tenderers submitting / uploading the on-line tender documents thru’ digitally signed
certificates shall be construed as their complete agreement with the terms & conditions
and that they have fully understood the tender documents.
5 Signature and stamp of Tenderer
e. Bids / Offers shall not be permitted in e-procurement (e-bid) system after the due date
/time of tender. Hence, no bid can be submitted after the due date and time of
submission has elapsed.
f. Tenderers shall submit price bids only through e-bidding and no physical documents
with respect to price bids should be submitted. In case tenderer submits such physical
documents for price bids, the same shall not be considered.
13. In case of any clarification pertaining to e-procurement (e-bidding) process, the vendor may
contact M/s. E-Procurement Technologies Ltd (ETL) on the contact nos. +91-
40016868/022-65354113/022-65595111.
14. 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
tenderer’s, 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 tenderer. They have the
choice of making changes in their bid before the due date and time.
Thanking you,
Yours faithfully,
For BHARAT PETROLEUM. CORPN. LTD.
Vilas Pathrabe
Terminal Manager (LPG), Uran
6 Signature and stamp of Tenderer
ANNEXURE-I
INTRODUCTION
NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT,OPERATIONS AND MAINTENANCE
SERVICES AT BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID
(TECHNOCOMMERCIAL) AND PRICED BID)
TENDER NO- URAN/LPG/ENGG/TEND/16-17/79 DTD 11.03.2017
E-tender is invited for providing management, operations and maintenance services at BPCL liquid cargo
jetty, Jawaharlal Nehru Port Trust. The tender is in two bid system format, unpriced bid and priced bid.
1.0 COMPANY INTRODUCTION:
i. Bharat Petroleum Corporation Limited (BPCL) is engaged in the business of refining and
marketing of petroleum products. This e-tender is for providing management,
operations and maintenance services at BPCL liquid cargo jetty, JNPT.
ii. BPCL invites registered vendors to participate in this e-tender.
2.0 TENDER NO. URAN: LPG: ENGG: T: 16-17/79 Dtd.11.03.2017
i. BHARAT PETROLEUM CORPORATION LIMITED (BPCL) a public sector enterprise invites
Bids through e-tender under Two-Bid System for providing management, operations
and maintenance services at BPCL liquid cargo jetty, JNPT for a period of one year,
effective from the date of LOI. The tender can be extended for one more year on same
terms, rates and conditions on mutual consent basis.
3.0 TENDER DOCUMENTS:
i. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid
Digital Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying
Authorities operation under the Root Certifying Authority of India (RCIA) Controller of
Certifying Authorities (CCA). The cost of obtaining such Digital Certificate shall be borne
by the tenderer. In case any tenderer so desires, he may contact our eprocurement
service provider M/s. E-Procurement Technologies Ltd (ETL) on the contact nos. +91-
40016868/022-65354113/022-65595111 for obtaining their Digital Signature Certificate.
ii. The tenderer’s having valid Digital Certificate and Login ID can download the tender from
the website (https://bpcleproc.in). The downloaded documents once read carefully have
7 Signature and stamp of Tenderer
to be uploaded by the tenderer under their Login ID duly certified with Digital Certificate,
in token of acceptance of all tender terms and conditions there-in.
iii. The tender documents can be downloaded from BPCL website,
http://bharatpetroleum.com/tender/tender.asp but the submission of tender is allowed only
through the e-procurement system on https://bpcleproc.in.
3.1 RATE SCHEDULE / ESTIMATED QUANTITY:
I. The Rates in the Price-Bid is to be quoted only “on-line” & no physical document should
be submitted.
II. The Schedule of quantity for providing management, operations and maintenance services at
BPCL liquid cargo jetty, JNPT is mentioned on e-tendering portal. The schedule, however, gives
only indicative quantity and may undergo a change depending upon business requirement.
3.2 EARNEST MONEY DEPOSIT (EMD):
i. Tenderer shall pay ` 10,00,000/- (Rs Ten lacs Only) as EMD per tender by DD drawn on
any scheduled Bank payable at Mumbai in favour of BHARAT PETROLEUM
CORPORATION LTD. This should be submitted in a separate envelope along with the
Documents to be submitted in physical form as per the list mentioned. Bids received
without EMD shall be rejected.
ii. Cheques or request for adjustment against any previously deposited EMD/ pending dues
/ bills / security deposits for other contracts etc. will not be accepted as EMD, and any
tender with such stipulation will be treated as without EMD and shall be rejected.
iii. No interest will be allowed on EMD / Security Deposit.
iv. Exemptions from EMD: Public Sector Enterprises are exempted from payment of EMD.
(The proof that tenderer is a PSE must be submitted) and enlisted vendors with BPCL
(The proof of BPCL letter must be submitted as per the registration class).
v. EMD shall be refunded only after finalization of the tender.
vi.
8 Signature and stamp of Tenderer
3.3 SUBMISSION OF TENDER:
1. The tenderer should download the tender document from e-procurement system on
https://bpcleproc.in and after carefully reading the same should be uploaded under his/her
login ID, as token of acceptance of all terms & conditions therein.
2. The Bid consisting of the following documents to be submitted online @ https://bpcleproc.in
a. Credential / Technical Bid (Un-priced)
The techno commercial bid must contain – Authorised signatory certificate from the appropriate authority.
All the tender documents should be duly filled in, signed and complete in all respects. Any other terms and conditions from bidder (Please, note that the terms may or may
not be acceptable to Purchaser). Copy of successfully single executed order for same nature of Job. Certificates of company Registration as per Govt. Rules. Original tender documents with all pages should be signed. Provide Service Tax Registration Certificate if Bidder is coming under service Tax Act.
VAT/CST Certificate copy of bidder. Copy of PAN Certificate.
b. Price Bid: The Price-Bid is to be quoted only “on-line” & no physical document should be
submitted.
Additionally, it is also mandatory for the tenderer to submit the documents in Physical
form as mentioned under Para 5.1 below, to the Terminal Manager Uran Terminal at the
address given above.
The closing date & time for submission of online bids as well as submission of
documents in physical form is 13:00 Hrs. on 29.03.2017
3.4 MINIMUM QUALIFICATION CRITERIA:
1. Bidder should have executed minimum single contract for the subject Job. Submit supporting documents with completion certificate in Tech-commercial bid.
2. Documents should submitted for (Credential / Technical Bid (Un-priced)
3.5 TENDER OPENING:
a. The due date and time of opening of tender documents (techno commercial documents
submitted in e-bidding & documents submitted in physical form) is 29.03.2017 at 13:00 hrs. at
the following address:
9 Signature and stamp of Tenderer
Terminal Manager , URAN
BHARAT PETROLEUM CORPORATION LIMITED, URAN TERMINAL, Navghar Industrial
Estate,Behind MSEB Gas Turbine Unit,P.B.No:8,Bokadvira,Uran,Dist : Raigad-400702 .
b. On-line credential / technical bids of only those tenderer’s shall be opened who have submitted
physical documents as mentioned in Para 5.1 below. If any tenderer fails to TENDER NO. URAN:
LPG: ENGG: T: 16-17/79 Dtd. 11.03.2017 submits the physical documents and / or submits
incomplete documents, their on-line bids shall not be opened and the bid shall be considered as
rejected.
c. Tenders received late for whatever reasons / without Tender Fee, EMD / submitted at the
wrong address / in open or stapled condition / incomplete in any other respect will not be
considered.
d. Tenderer or his authorized representative (duly authorised in writing by the Tenderer) may
witness the opening of tender on the scheduled date and time.
e. The tenderer can also witness the tender opening through e-procurement (e-bid) system on
https://bpcleproc.in.
IMPORTANT:
I. It is mandatory that, before closure of the tender at 135:00 Hrs on 29.03.2017, the tenderer
should submit the documents in physical form as specified under Para 5.2 below.
II. Tenderers shall submit Price Bids only through e-bidding and no physical Price Bids documents
shall be submitted.
3.5 OPENING OF PRICE BID:
I. Price Bid (to be submitted online) shall be opened only for those Tenderers whose
credential bid / technical bid is found acceptable as defined in tender document.
II. The Tenderers meeting minimum qualification criteria will only be considered for opening of price
bids after evaluation of Technical bids of all participating and valid tenders. After scrutiny of the
technical bids, the eligible Tenderers shall be notified regarding date, time and venue for the
opening of price bids.
III. The price bid will be opened only through the e-procurement system on https://bpcleproc.in.
IV. The price bids will remain valid for 60 days from the date of opening of the Price Bid unless
extended by mutual consent in writing. The Corporation reserves the right to accept or reject any
or all the tenders in part or in totality, or to negotiate with any or all the tenderers, or to
withdraw/ cancel/ modify this tender without assigning any reason whatsoever.
10 Signature and stamp of Tenderer
4.0 TENDER GUIDELINES; TERMS & CONDITIONS:
4.1 General:
I. Relatives ( relatives means wife, husband, parents, grand parents, children grand
children, brothers and sisters, uncles, aunts cousins and their corresponding in- laws.) of
officer/s responsible for award and execution of this contract in BPCL are not permitted to
quote against this tender. The tenderer shall be obliged to report the name/s of person/s who
are relatives of any officers of the BPCL & any of its subsidiary Companies i.e. NRL, BPCL, BPC-KR
etc., IOC or HPC or any officer in the State or Central Government, and who are working with
the tenderer in their employment or are subsequently employed by them.
II. Any violation of this condition even if detected subsequent to the award of contract, would
amount to breach of contract on tenderer’s part entitling BPCL to all rights and remedies
available thereof including termination of contract.
III. The rates should be quoted in the same units as mentioned in the tender schedule.
IV. In case it is observed that all the tenderer’s or a group of tenderer’s have quoted in cartel, BPCL
reserves the right to reject some or all the bids of the tenderer’s who have quoted in cartel,
without assigning any other reasons for the same.
V. Rates quoted would be valid and binding on the tenderer for 60 days from the opening date of
Price Bid unless extended by mutual consent in writing. During the validity period, tenderer will
not be allowed either to withdraw or revise his offer on his own. Breach of this provision will
entail forfeiture of the Earnest Money Deposit. Once the tender is accepted and work awarded,
the rates will be valid for the entire contractual period.
VI. BPCL reserves the right, at their sole discretion, and without assigning any reason whatsoever,
to:
a. Negotiate with any or all tenderer.
b. Distribute the work among Tenderers.
c. Reject any or all tenders either in full or in part.
d. Assign the offered and accepted tender to any of the Vendors and engage his services at any
time without giving any notice whatsoever to the vendors already appointed against this
Tender.
e. Withdraw or cancel this tender in full or in part at any time during the Tender Process.
VII. The tenderer should study all the operations/ local conditions.
Tenderers would be presumed to have acquainted themselves with the working conditions
existing at the location, before submission of the tender.
11 Signature and stamp of Tenderer
VIII. Tenders not meeting the tender terms & conditions or incomplete in any respect or with any
additions/ deletions or modifications are liable to be summarily rejected without any further
communication to the Tenderers and decision of BPCL in this respect will be final and binding.
IX. The estimated quantity to be delivered given in tender document is indicative and is subject to
change. BPCL reserves the right to increase/ decrease the qty, if required, during the tender
period.
X. Tenderer should submit all the details and enclosures as has been asked for in the tender form.
In case any of the information is not applicable to the tenderer, "Not applicable" may be written
against such item. Not submitting any information/ enclosure sought for shall be a ground for
rejection of tender.
XI. Tenderer/his authorised representative may witness the opening of tender on the Scheduled
date and time.
XII. The relevant all valid documents such as registration certificates, PAN Number, VAT TIN
certificate, service tax certificate, income tax return for last three years, details of equipments
with necessary certificates, drawings etc. and should meet all statutory requirements.
4.2 EVALUATION / RANKING OF THE TENDERERS:
1. This Limited Tender is floated in two bid system i.e. technical bid & price bid. Initially, the
technical bids will be opened on scheduled date and will be evaluated on the following
minimum qualification criteria’s besides meeting other tender guidelines:
a. Price bids of only technically qualified tenderers, based on technical evaluation, will be opened
on a notified date which will be communicated only to technically qualified tenderer.
b. BPCL reserves the right to reject the tender application of a tenderer, based on BPCL’s
experience with them on their past performance.
c. The purchaser will examine the bids to determine whether:
They are complete.
They are free from computational errors.
Required sureties have been furnished.
The documents have been properly signed.
d. Arithmetic errors will be rectified on the following basis:
If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be
12 Signature and stamp of Tenderer
corrected unless it is a lower figure. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, the rates expressed in words will prevail.
e. Purchaser may waive off any minor infirmity or non-conformity or irregularity in a bid which
does not constitute a material deviation, provided such a waiving does not prejudice or effect
the relative ranking of any bidder.
f. Ranking of the tenderer’s i.e. L-1, L-2 etc. will be done based on the rates quoted. In Case, for a
particular ranking, BPCL’s decision on allocation of contract shall be final and binding on all the
Bidders.
g. BPCL reserves the right at its sole discretion to reject unworkable/ unviable rates quoted by
tenderers. Such tenderer’s will be treated as disqualified and will be rejected. The decision of
BPCL in this regard will be final and binding.
h. Tenderer with minimum financial outgo to BPCL will be ranked L-1. Tenderer with the next
lowest financial outgo will be ranked L-2 and so on. The list will include all the technically
qualified tenderers in the ranking based on the rates quoted by the respective tenderer’s.
4.4 NEGOTIATIONS:
i. The Corporation reserves the right to negotiate with any or all the tenderers. In such an event,
BPCL shall invite the tenderers for negotiations solely at tenderer’s cost.
ii. Only the proprietor of the firm or the legally authorized representative of the firm will be
allowed to attend such negotiations, at their own cost, as commitments made and/ or
clarifications given during the negotiations will be binding on the tenderer/s. He/ She should
carry the necessary authorization to attend such negotiations and to hand over an
authenticated copy of the same to BPCL’s representative/s participating in negotiations.
iii. Originals of the documents submitted as copies and the documentation to substantiate
statements made in the tender document are to be produced for verification by the BPCL during
negotiations or at any other time at the discretion of BPCL.
4.5 DEPOSIT (SD):
i. Successful tenderer’s will be required to furnish SD within 7 (Seven) days of issuance of LOI/
Work Order at the following rates:
ii. The security deposit shall be 5% of quoted value or maximum of 10, 00,000/- (Rs. Ten Lac only)
paid in the form of Demand Draft drawn on any Scheduled Bank in favour of Bharat Petroleum
13 Signature and stamp of Tenderer
Corporation Ltd. Or in the form of Bank Guarantee of Nationalized / scheduled bank strictly in
the specified Proforma, valid for a period of 12 (Twelve) months beyond the tenure of contract.
iii. Adjustment of EMD towards SD is permissible for the portion of SD payable by DD.
iv. Interest is not payable on SD.
v. Any loss/ claim and/ or damage arising out of the performance of the contract would be
adjustable against the SD. Any loss/ claims/ damages higher than SD will be recovered from
payments under this contract or deposits made by or payments under any other contract with
BPCL.
vi. Security deposit would be refunded after six months of expiry of the contract on written request
from the Vendor, subject to fulfilling all terms and conditions of the contract.
4.6 DELIVERY PERIOD:
The execution period for the subject tender will be from the date of receipt LOI / PO or as
advised from BPCL.
4.7 EXECUTION OF AGREEMENT:
i. Successful tenderer will be required, before undertaking the contract, to execute the
Agreement, within 7 (Seven) days of the date of issue of the LOI given by BPCL.
ii. Tenderers are advised to carefully scrutinize the specimen set of Agreements and Forms
attached with tender documents / downloaded from our website before submitting their
tender.
iii. When the person signing the tender is not the authorized signatory, necessary original Power of
Attorney authorizing the signatory to act on behalf of the proprietor/ firm should be produced
before signing the agreement, and notarized copy of the power of Attorney of the person
authorising should be submitted for the record of BPCL.
iv. Failure to execute the agreement and/ or furnish required Security Deposit within 7 (seven) days
of issue of LOI may render the tenderer liable for forfeiture of Earnest Money Deposit and
termination of contract without prejudice to the rights of BPCL to recover the damages under
Law.
v. All terms & conditions stipulated in the Notice Inviting Tender, Guidelines for Tenderers, Tender
Terms & Conditions, Declarations, Agreement and other documents furnished with the Tender
and related correspondence shall form part of the contract.
4.8 DUPLICATION OF CLAUSE:
14 Signature and stamp of Tenderer
Whenever there is duplication of clause either in the terms and conditions or in the Agreement, the
clause, which is beneficial to BPCL, will be considered applicable at the time of any dispute.
5.0 TECHNICAL BID
5.1 Submission of Technical Bid: Details of documents to be submitted on-line and in physical form
are as under:
Sr.No. Particulars Submission Online
Submission of Physical Document
1 Tender Document along with all Annexures through e-procurement system on https://bpcleproc.in
2 Experience of Operating & Maintaining liquid cargo jetty : Minimum 3 years by the company or its JV/Subsidiary in handling POL, cryogenic products, oils and chemicals.
4 Details of similar works completed during last 5 years with PO/ performance certificate
Technical competency and qualification in Senior Management
5 Annual turnover to be greater than 100 lacs; for last 3 financial years (FY- 2015-16,2014-15,2013-14). Certificate from CA stating annual turnover for past 3 financial years.
6 Certificate stating net positive worth for last 3 financial years.
7 Latest Annual reports of the organization
8 Audited Profit and loss statement for last 3 financial years
9 Audited Balance sheet statement for last 3 financial years
10 Income tax return certificate for last 3 financial years
11 EMD DD of ` 10, 00,000/- as per tender Para 4.3 point No.1 or vendor registration letter with BPCL.
12 Copy of PAN Card
13 Copy of VAT/TIN Registration certificate
14 Copy of PF Certificate
15 Copy of ESIC Certificate
15 Signature and stamp of Tenderer
16 Copy of Service tax registration certificate
17 Solvency certificate from scheduled bank
18 Deviation sheet- Mandatory document, if nil deviation then same to be specified in the deviation sheet.
16 Signature and stamp of Tenderer
ANNEXURE-II
INTRODUCTION TO WORK LOCATION
BPCL jointly with IOCL owns and operates Liquid Cargo jetty inside Jawaharlal Nehru Port, Sheva Navi
Mumbai, near to Taluka Uran. JN Port is one of the youngest & modern port in India. The jetty is
developed on coastal area inside JNPT and located approx 30 Kms distance from Vashi Railway Station.
Bharat Petroleum Corp Ltd. is associated with JN Port for handling exclusively Liquid Cargoes, coming to
the Liquid cargo jetty if this port. Jetty has been constructed under the boot concept, commissioned in
Feb ‘2002. Presently, jetty is handling various liquid cargoes in large volumes consisting of Class A, B & C
POL products viz Naphtha, ATF, SKO, Crude oils, FO and also refrigerated Propane, Butane and LPG.
Apart from the petroleum products, jetty is handling various chemicals such as MEG, Ammonia in
cryogenic state, SM, acids and also, edible oils and molasses.
The jetty has well equipped facilities for handling liquid cargo through pipelines (List of products
attached as annexure VII). Jetty is developed with large network of pipelines, intermediate lines, pig
launchers, Loading Arms and associated pipelines such as air & nitrogen pipelines and sump tank. Jetty
is provided modern mooring equipments such as Quick release mooring hooks & bollards & super cone
fenders.
Brief description of the facilities is as under:
NO. FACILITY FEATURES
1 MAIN JETTY 300 M LONG & 40.5 M WIDE
2 BERTH TWO- SEA & SHORE SIDE.
SEA SIDE
(LENGTH-300 M.)
LOA- 330 M, DRAFT 13.5 M, 85,000 DWT SIZE OF VESSELS-
MAX. DISPLACEMENT-1,200,00 MT
SHORE SIDE
(LENGTH-250 M.)
LOA- 185 M, DRAFT 10.5 M, 25,000 TO 35,000 DWT SIZE OF
VESSELS, MAX. DISPL- 45000 MT
3 VESSEL UNLOADING /
LOADING ARMS
For POL PRODUCTS - 6 NOS., 12” DIA., 1500 KL / HR
CAPACITY.
For CRUDE OIL – 2 to 3 NOS, 18” DIA, 2500 KL/HR CAPACITY.
17 Signature and stamp of Tenderer
FOR LPG – 1 No., 12” DIA 500 MT/HR.
FOR AMMONIA – 1 NO, 9” DIA, 500 MT/HR.
ALL THE LOADING ARMS ARE EQUIPPED WITH EMERGENCY
RELEASE COUPLING AND WIRELES REMOTE CONTROL
SYSTEM.
4 BERTHING / MOORING
EQUIPMENTS
FENDERS : 26 NOS.
BOLLARDS : 14 NOS.
QRMH : 15 NOS.
5 FIRE FIGHTING SYSTEM PROVIDED IN LINE WITH OISD 156.
PRESSURISED SYSTEM- MAINTAINS 7 KG/CM² AT THE
FARTHEST POINT.
F/W PUMPS: 3 NOS MAIN + 2 NOS AS STANDBY
V.T. PUMP OF 820 M³/HR, 125 M HEAD.
JOCKEY PUMP: 1 NO MAIN + 1 NO AS STANDBY V.T. PUMP
OF 72 M³/HR, 95 M HEAD.
TOWER MONITORS : 4 NOS
WATER CURTAIN NOZZLES : 10 NOS,
HYDRANT LINE & 19 NOS. DOUBLE HYDRANT
6 FOAM SYSTEM FOAM TANK OF SS : 3 NOS 15 M³ EACH
FOAM PUMPS : 4 NOS OF 15 M³ / HR
TOWER MONITORS : 2x 12 M HIGH : 3000 LPM, & 2 x 20 M
HIGH 6000 LPM.
7 OIL COMBAT SYSTEM SLOP TANK : 1 OF 11 KL CAPACITY
OIL DISPERSANT SPRAY UNITS : 2 NOS
OIL SORBENTS : PILLOWS 50 NOS.
OIL CONTAINMENT BOOM : 240 MTRS.
18 Signature and stamp of Tenderer
Apart from the above summary, the facility also includes pipelines and control room as under:
A. PIPELINES
BPCL Owned : Three pipelines of 24” dia. Each. BPCL has also provided 2 x 12” dia pipelines for
pumping cryogenic LPG / Propane / Butane. Two pipeline for handling white oils and one for handling
black oil with the following flexibilities.
a) Simultaneous unloading of product from both berths (white oil/white oil or white oil / black oil combinations).
b) Loading of White oil / Black oil. c) Apart from the above various private tank farms owners have provided a around 22 nos.
pipelines (dia meter ranging from 8” to 32” ) for loading / unloading of products at the jetty.
B. PUMP HOUSE AND CONTROL ROOM :
The fire pump house and Jetty office are located on the jetty approach trestle. The jetty office has
space for shift officers and the MOV’s panels, UPS, Battery bank, have been accommodated in it.
The fire pump house has 5 nos. fire engines, 2 nos. Jockey pump, fire alarm panel and Joy stick
control system.
The electrical MCC room is also located on the ground floor.
19 Signature and stamp of Tenderer
ANNEXURE-III
SCOPE OF WORK AND SPECIAL TERMS AND CONDITIONS
This tender is for selecting an agency to provide management, operations and maintenance services of
the jetty and ensure safety of the jetty and allied equipments.
The successful Bidder shall be responsible for:
a) The management, operations and maintenance of BPCL Liquid Cargo Jetty (LCJ) which broadly
includes Loading / Unloading from Marine Tankers and pigging activity in all Three shifts. The
operation activities shall be as per ISGOTT / OCIMF requirements. The successful Bidder is to
provide adequate resources on contractual basis for management, operations and maintenance
activities of BPCL’s liquid cargo jetty at JNPT. The entire handling operations & safety of all products
at the jetty are included in the scope of work.
b) Preventive maintenance of equipments in LCJ which includes all Fire fighting Pumps, small
Compressor for DV auto system, Fire Fighting equipments, MOV’s, Actuators, pressure gauges, DV
system etc., including breakdown maintenance if any. (List of equipments enclosed as annexure V &
VI).
c) Liaoning with BPCL / JNPT personnel and shipping agents, surveyors , terminal operators and other
parties associated with jetty operations in all three shifts including Sundays and holidays.
Bid qualification criteria :
NOTE : The list of all documents pertaining to Bid Qualification criteria is required to be
uploaded in the e-tender site as mentioned in clause 5.1. The hard copy of the documents
mentioned in clause 5.1 is to be submitted at BPCL, Uran Terminal office, before the due date
of tender.
20 Signature and stamp of Tenderer
1. The main qualification criteria shall be as follows :
Technical criteria.
a) The Bidder or its subsidiary must possess the technical know-how, wherewithal which
would be required to successfully provide Operation & maintenance of the jetty as sought
by BPCL, for the entire period of the contract. The Bidder should be conversant with
ISGOTT/ MARPOL/ OISD Stds etc. and must possess the requisite experience, strength and
capabilities in providing the services necessary to meet the following eligibility
requirements.
i) The Bidder or its subsidiary should possess an experience of operating and maintenance
of liquid cargo jetty incl all facilities for a past period of minimum three years.
ii) The Bidder should have experience in handling (loading, unloading ) POL products viz.
MS, Naphtha, ATF, SKO, HSD, Crude oil, FO , products in cryogenic state, various Oils &
Chemicals etc. at the jetty.
iii) The Bidder should have adequate technically competent people in top management to
oversee and guide their field team at the jetty on regular operations & maintenance
activities (List of technically competent manpower to be submitted along with their
names, qualification and experience).
b) Similar Works –
Particulars Year No. of works Value
Details of Completed similar
Works as defined in the
tender document
during last 5 years.
21 Signature and stamp of Tenderer
c) Bidder shall submit the following documents in support of full filling the above
Criteria for technical bid evaluation:
i) PO copy for the similar work done on the past indicating value of work or a letter from
the principle employer for the award of the job.
ii) Completion certificate indicating PO No. & Date from User.
iii) Performance certificate from principle employer for satisfactory operation &
maintenance of jetty activities / facilities by the Bidder which should also cover the
period of contract / contract number / purchase order number.
iv) All pages of the scope of work, special terms and conditions and General terms and
conditions of the tender and all other documents should be duly signed and stamped
on each page.
1.2 Financial criteria:-
i) Bidder shall have minimum average annual turnover of Rs 100 lacs as per audited financial
results in the preceding three financial years.
Turnover shall mean consolidated turnover in case of a Bidder having wholly owned
subsidiaries. Vendor should submit following documents:
a. Latest Annual Reports b. Audited balance sheets c. Profit & Loss accounts
ii) The Bidders should have positive net worth for the last 3 years.
iii) The Bidder shall submit certified copies of last three years income tax returns, PAN card
details, VAT/TIN and service tax registration numbers, (with supporting).
22 Signature and stamp of Tenderer
iv) The Bidder shall submit bank solvency certificate from a scheduled bank.
v) The contract shall be for a period of ONE year and can be further extended for ONE more year on mutual consent of both the parties at same rates and terms and conditions.
vi) The price bid shall be evaluated based on total cash outflow (Inc of all Taxes as applicable) as per the schedule of rates of the tender.
vii) EMD Clause : The vendors registered with BPCL are exempted from payment of EMD, however, bidder will be required to upload the Vendor registration certificate in the e-tender portal. The hard copy of the Vendor registration certificate should be submitted along with the Technical Bid qualification criteria documents. The vendors who are not registered with BPCL will have to submit EMD (earnest money deposit) of Rs. 10,00,000/-(Rupees ten lakhs) in form of DD drawn on Scheduled Bank in favour of Bharat Petroleum Corporation Limited payable at Mumbai as per the general conditions of the tender along with the tender documents, however, the DD details related to EMD should be entered in the e-tender portal by the bidder.
viii) Security deposit has to be paid either by DD or in the form of bank guarantee valid for the period of contract. A sum of Rs 20 Lacs or 10% of the annual contract value (whichever is minimum) shall be deposited by the successful BIDDER as security deposit with BPCL.
ix) The bids must be complete in all respect and should cover the entire scope of work as stipulated in the bid documents. Bids of non compliant Bidders shall not be evaluated commercially.
All the above eligibility criteria must necessarily be supported by relevant
certification, CVs, documentation such as purchase order copies, Annual reports,
project sign-off document, customer reference list, contact details etc. for the Bid-
qualification criteria.
23 Signature and stamp of Tenderer
ANNEXURE-IV
DETAILED SCOPE OF WORK
1. SUPERVISION, ADMINISTRATION, CO-ORDINATION & DOCUMENTATION
Summary:
The successful Bidder shall be responsible for the administrative control of the entire jetty
areas as directed by BPCL Officers / Location in-charge.
He shall co-ordinate on day to day basis with various agencies like JNPT, Tank Farm owners /
Ship’s Master / Customs / Shipping agents / Coast Guard / CISF / Surveyors / bidders or any
other user / visitors to the jetty as per the direction by BPCL Officer / Location in charge for
berthing / un berthing as well as complete operations of vessel and management of jetty.
Attend daily berthing meeting or any other meeting / discussions with any agencies / port users
as advised by BPCL Officer /Location in charge.
Supervise entire jetty area including Fire Water Pump House / electrical panel rooms round the
clock for all activities including tanker discharge / loading operation, bunkering activities from
the bunkering installation. Co-ordinating berthing / unberthing / mooring of the vessels,
carrying out pigging of pipeline using air or nitrogen, any kind of maintenance jobs whether for
principal’s facilities or other users facilities, being carried out by any agency or any other kind of
activities being performed in the jetty area as per instructions from BPCL.
Maintaining daily record of various day-to-day activities related to the jetty in the form of soft
as well as hard copy as directed by BPCL and submitting daily reports / analysis as and when
required by BPCL time to time. It also includes ship shore safety check list as per ISGOTT.
BIDDER shall be responsible for:
a) Providing competent manpower for Management, Operations and maintenance of BPCL liquid cargo Jetty which broadly includes Loading/Unloading from marine tankers and pigging activity for BPCL in all three shifts. The operation activities shall be as per BPCL requirements.
b) Preventive Maintenance and Ensuring satisfactory operating condition by providing for systematic inspection, predictive maintenance, and reporting of incident / failures either
24 Signature and stamp of Tenderer
before they occur or before they develop into major defects of equipment’s in LCJ as per Annexure V & VI.
c) Liaising with AMC appointed by BPCL for Major maintenance and Periodic inspection as per AMC contract executed by BPCL (List of the equipment’s enclosed as per Annexure V & VI)
d) Liaising with BPCL / JNPT /CISF personnel in all three shifts including Sundays and holidays.
2. MANPOWER
i. Jetty In Charge : (1) One qualified engineer in general shift on all working days or as per
requirement.
ii. Maintenance Engineer : (1) Qualified Mechanical engineer in general shift on all working days,
however, shall be responsible for all maintenance work throughout the contract period.
iii. Safety Officer : (1) Qualified Safety officer (as per Factories Act in Maharashtra) in general
shift on all working days, however, shall be responsible for all HSSE work throughout the
contract period.
iv. Shift In charges : (3) Three qualified shift engineers, one in each shift for round the clock
operations and jetty management.
v. Shift Officers : (8) Eight nos qualified shift Officers with min two officers in each shift for round
the clock operations and maintenance.
vi. Workman : (14) Placing minimum 4 workers per shift with basic knowledge of liquid cargo
jetty operation and maintenance.
vii. Fitters : (2) Two fitters in general shift for maintenance jobs.
viii. Housekeeping Workman : (2) Two Workmen in general shift for housekeeping of jetty area.
ix. Electrician : (4) One Electrician in each shift round the clock including Sundays and Holidays
3. Minimum qualification / Experience criteria
a. Jetty In Charge - Degree in Engineering (either Chemical / Mechanical) with minimum 8 years of experience in similar field. He should have knowledge on ISGOTT/ OCIMF norms. He should have good leadership qualities and shall be able to lead, motivate a
25 Signature and stamp of Tenderer
team of engineers / operators for effective performance. He should have sound knowledge of Safety and Maintenance activities.
b. SHIFT IN CHARGE - Degree Engineering (either Chemical / Mechanical/ Electrical/ Instrumentation) with 4 years experience in similar field. He should have knowledge on ISGOTT/ OCIMF norms. He should have experience in marine operations of at least 2 years. Experience shall be either as Onboard ship officer / Handling of jetty operations / marine operations with a basic understanding of tankers, tanker operations.
c. MAINTENANCE OFFICER – Degree in Mechanical engineering with 3 years experience in Oil and Gas Terminal.
d. SHIFT OFFICERS - Minimum Engg. Graduates with two years experience / Diploma Engineers with 5 years experience (either Chemical/ Mechanical/ Electrical/ Instrumentation) in similar field.
e. SAFETY OFFICER – Minimum Engg. Graduates (as per Factories Act in Maharashtra) with two year experience / Diploma Engineers with 5 years’ experience in similar field.
f. Workmen : Minimum 10th pass with three years experience at jetty for Liquid cargo handling or in similar field.
g. Fitter : Minimum NCTVT in mechanical stream with three years experience at jetty or in similar field.
h. Electrician Minimum NCTVT /ITI, should be a Electrical license holder with experience of three years at jetty or in similar field.
4. BPCL ENDORSEMENT OF PERSONS TO BE DEPLOYED BY THE BIDDER :
The persons to be deployed must strictly meet the minimum qualification and experience
criteria as per BPCL suggested organogram. In case, in the opinion of the Terminal-In-Charge,
the deployed persons are found to be not suitable for the work, the BIDDER shall ensure
immediate replacement of them at no extra cost to BPCL.
26 Signature and stamp of Tenderer
a. BIDDER shall provide details of deployment of minimum manpower (Officers / Supervisory staff) for this job. Successful Bidder to submit Bio-data for all the supervisory / management staffs, workmen going to be deployed for the work to BPCL and obtain format written clearance before deploying the persons for the work. All contract staff and workmen are required to undergo qualitative screen test / interview conducted by BPCL team.
b. The BIDDER shall have valid Labor license, PF / ESI registration No, PAN No., or any NOC/ license or permission etc. required from any statutory body / Govt. department. All persons deployed should be certified as medically fit for jetty job by competent registered doctor.
c. Liaisoning and Documentation Activities:
i. Proper and safe Custody by the Bidder for all statutory LCJ documents, records,
drawings, Equipment Manuals etc. handed over for reference.
ii. Preparations of all Statistical Information, MIS as required by BPCL and adhere to the
timelines.
iii. Co-ordinate with audit teams and assists BPCL to reply to audit queries.
iv. Carry out correspondence within / outside company on BPCL’s advice.
v. Visit JNPT to exchange data and compilation of monthly vessel / product / accounts
data.
vi. Certification, verification of vessel quantity from B/L and vessel ullage report and
prepare XL sheets for final invoicing.
vii. Verification of all vessel related papers from agents.
viii. Maintain vendors / bidder records for various works carried out at jetty.
ix. Maintain details of material procured / services availed at jetty.
x. Records for firefighting system as per OISD and preventive maintenance schedule and
history cards for all equipments / instruments & facility.
xi. Gatepass system and issue of site clearance for terminal operators / user/ shipping
agent on completion of vessel.
xii. All other records to be maintained as advised by BPCL from time to time for jetty
management operations and maintenance.
27 Signature and stamp of Tenderer
d. Successful Bidder shall ensure that all staff and workmen should be medically fit and should have undergone complete medical fitness check up / test through outside medical practitioner. Medical clearance / approval will be required to be taken from our office on the basis of medical certificate given by the medical practitioner. All gate passes shall be renewed only after the clearance is given by BPCL. The medical check up to be required during the commencement of work under this contract and every six month thereafter for persons regularly working in jetty area. All cost of medical fitness test including consultation fee will be borne by the successful Bidder. The Bidder should ensure regular renewal of the gatepasses from CISF security posted at JNPT gate.
5. Safety
i. The Bidder shall provide Personal Protective Equipment (PPE), i.e. Safety shoes, Helmet, Protective clothing, Safety goggles, Ear-plugs, Life Bouy’s etc. to all their staff as per Standard Safety Specifications. Personal protective equipment shall be worn during the operations / maintenance activities.
ii. The Bidder shall conduct Safety training of their staff / drivers including contract employees and arrange for First Aid boxes in jetty, Fire water pump house and office. Training shall include fire fighting knowledge and First Aid measures. The training shall cover all employees at least once during the year.
iii. In case of any change in safety rules / regulation, the same will be circulated / intimated to the BIDDER as and when applicable and it is binding on BIDDER to abide by the same.
iv. The safety Officer shall be the Safety In charge from BIDDER to ensure compliance of BPCL Safety & Security standard in LCJ. To coordinate with BPCL Jetty office for operations, upkeep and timely Preventive maintenance of firefighting equipment
a) All employees of BIDDER shall be trained and should participate in Fire Drills and DCMP as per BPCL’s directions.
b) Near miss identification and reporting corrective measures
c) Monitoring auto fire protection system and ensure the fire protection system will be on Auto mode at all times.
d) Shall assist BPCL to comply with Safety audit recommendations.
e) Identification of Unsafe conditions including RCA for improvement in LCJ/office
28 Signature and stamp of Tenderer
v) They should conduct weekly safety talks and maintain records. The safety Officer should oversee all the activities, operations and maintenance are undertaken with all safety measures and precautions. The safety officer should oversee all the activities, operations and maintenance are undertaken with all safety precautions. No unsafe operations / maintenance is allowed.
6. Others:
i. Fire water, utility water, drinking water, Electricity provision will be made by BPCL.
ii. All the operations in the Terminal should be monitored by a responsible Officer of the Bidder.
iii. Canteen facility is not available in LCJ.
iv. All records should be maintained in the completed and accurate form. The records should be
made available for BPCL / statutory authorities to conduct audit / inspection at any time.
v. The Bidder shall be liable to pay any compensation to its employees under workmen
compensation Act, observance and compliance of all Labour and Industrial Acts such as
minimum wages act; Labor (Regulation & Abolition act) Industrial Disputes act etc.
vi. The Bidder is expected to take care of Boundary Management issues arising out of LCJ
Operations.
vii. BPCL shall not be responsible for any loss, breakage or theft of BIDDER's material for which he
has to make his own arrangements.
viii. BIDDER shall ensure that no worker shall consume alcohol / tobacco products during working
hours.
7. House keeping: The successful Bidder should maintain excellent house keeping at the jetty. The area also
includes the small garden behind the security cabin & OUT OF Jetty gate entrance. Daily cleaning
of jetty surface and clear product spillage remove and dispose off unwanted vegetation and
grass cutting in the jetty area and pipeline track and jetty gate to Pump house. Monthly or as &
when require cleaning from Jetty Gate to south side of Jetty area below pipeline rack.
8. Office setup: Bidder shall provide PC with printer / internet connection for shift officers and In-charge of jetty.
MIS: Maintain all MIS regarding vessels as per format given by BPCL
29 Signature and stamp of Tenderer
9. TRANSPORT FACILITY :
BIDDER will provide transport facility as under :
BIDDER will have to arrange their own transportation and accommodation for their staff. They shall
provide to BPCL :
i. One Utility vehicle with driver on 24 hours basis for the entire contract period for transporting of pigs, HSD barrels, consumable items, emergency purpose, maintenance tools & tackles etc. The utility vehicle shall be of 2017 model. All cost pertaining to maintenance of vehicle, driver cost and diesel etc shall be borne by BIDDER (approx running of vehicle shall be around 3000 km per month)
ii. One Jeep with driver on 15 hours basis in a day reporting to BPCL for attending various urgent jobs, meetings, local travels to various depts. The time shall be from 0700 am to 1000 pm . The reporting and release point for this vehicle shall be on the directions of BPCL. The vehicle shall be of 2017 model. All cost pertaining to maintenance of vehicle, driver cost and diesel etc shall be borne by BIDDER (approx running of vehicle shall be around 3500 km per month).
iii. The drivers on the above vehicle shall be well disciplined and with proper uniform and shall be provided with a mobile phone for communication.
iv. Any vehicle not reporting for any reasons should be replaced temporarily by another vehicle.
v. The drivers of the above vehicles shall be governed by all applicable labour laws. All statutory obligation of the driver and vehicle shall be the responsibility of the bidder.
Above vehicles will be properly maintained to ensure their complete utility. All vehicles will ply on the
directions of BPCL. All the cost on above is to be included in the quoted rates. (KM capping and routes
may be fixed after mutual discussion).
10. BIDDER’S OBLIGATIONS:
i. For any damage, breakage or loss of any equipment of property of the company, the Bidder shall have to make good the same at his own cost failing which the amount will be recovered from his security deposit or from otherwise dues as payable to him by the company or otherwise recovered.
30 Signature and stamp of Tenderer
ii. The Bidder shall keep a proper inventory of the items placed at his disposal by the company and the same shall be verified by the Bidder along with the representatives of the company.
iii. BPCL reserves the right of free access through its authorized representative(s) to inspect the plant facilities / equipment at all times without any prior notice.
iv. The bidder should strive to increase the business at the jetty. In case the bidder is proved to be non efficient creating hinderance in bringing and increasing the increasing the business to jetty, then Company reserves the right to take action as deemed fit incl termination of contract.
v. The Bidder shall conduct occupational health check-up of their terminal staff through BPCL Medical Centre “once in 6 months” as per BPCL norms.
vi. The bidder shall have to operate all facilities at liquid cargo jetty incl fire fighting system, pollution control equipments such as oil booms, skimmers and oil dispersant kits.
vii. The Bidder shall fully co-ordinate and provide all assistance during third party inspections like Safety audit / Operation audit etc.
viii. Successful Bidder shall obtained gate passes for all the officers / workmen for entry at jetty (JNPT gate pass) at his own cost.
ix. The successful Bidder shall provide safety PPE’s to all his workers like safety helmet (white), safety goggles, chemicals splash goggles, hand gloves, safety shoes etc. ( All PPE’s make should be of reputed make like Anmol, PN Safetech, Unicef, 3M India, Atlas).
x. List of records / register to be maintained under various labour laws as under.
a) Register showing details of the workmen Form No.XIII. b) Attendance register Form No.XVI. c) Wages register Form No.XVII. d) Attendance cards given to workers. e) Wages slip Form No. XIX. f) Register of deduction for damage or loss Form No.XX.
31 Signature and stamp of Tenderer
g) Fine register Form No. XXI. h) Advance register Form No. XXII i) Over time register Form No. XXIII. j) Employment card Form No.XIV. k) Bonus register in Form – C. l) Leave register under factories Act in Form – 18. m) PF challan for the previous month. n) Form No.6A duly acknowledge by PF department. o) Copy of PF code and allotment letter.
The Bidder shall also maintain any other statutory records applicable to him other than given above or
as informed by BPCL from time to time.
11. CONDITIONS OF WORK:
i. Efficiency, promptness, quality service, good behavior, courtesy and politeness of the Bidder his staff are the essence of the contract.
ii. The Bidder / his representatives are required to supervise in person on a daily basis all the work and services at the BPCL jetty premises. The Bidder shall carry out work as per the conditions of Contract.
iii. The bidder shall ensure regular, effective supervision and control of the personnel deployed by them and shall give suitable direction for undertaking the contractual obligations. If at any time during the tenure of the Contract it is noticed that workmen / supervisor employed by the Bidder are inefficient in performing duties or for other reasons of misconduct or otherwise are not desirable to be engaged in executing the work, the Bidder shall not continue to deploy them in the BPCL premises and immediately replace them at no extra cost to BPCL.
12. PAYMENT TO WORKMEN:
a. The BIDDER shall strictly comply with all provision of labour laws and submit monthly records to BPCL.
b. The BIDDER shall strictly follow all provisions of Minimum Wages Act (s) (Central), Contract Labour (Regulation & Abolition) Act or any other Act(s) applicable to workers in this area.
c. The BIDDER must obtain necessary licenses from the licensing authority wherever applicable.
32 Signature and stamp of Tenderer
d. The payment of the monthly salary to the staff/workmen should be done on or before 7th of every month and shall be effected through bank and records to be submitted to BPCL office.
e. Weekly off shall be given to all employees and adequate strength shall be maintained all the time. No absenteeism will be allowed.
f. Successful Bidder shall arrange for group insurance policy to cover accident or any other suitable accident insurance policy in addition to workmen compensation policy.
g. The successful Bidder shall not employee any contract labour or employee who’s age is below 18 years.
h. The successful Bidder shall also maintained valid labour license under the inter-state migrant workmen act, if the successful Bidder is likely to engage migrant workmen.
i. The successful Bidder shall issue identity card to his employees and contract labours deployed by them.
j. The successful Bidder shall make payment of the contribution by way of employees contribution towards provident fund.
k. The Bidder shall provide uniform to all his employees including office staff. The Uniform shall be kept in neat, tidy and wearable condition.
l. BPCL shall not be liable to pay any compensation in respect of any disease / injury or fatality caused to the workers of the BIDDER. It will be the sole responsibility of the BIDDER.
m. The successful Bidder shall make payment of compensation in case of accidental injury in accordance with the provisions of the workman compensation Act 1923. For this the successful Bidder shall take insurance policy for the workmen engaged for the job. The successful Bidder shall also submit copy of insurance policy and keep it renewed during the contract period. The successful Bidder shall pay extra wages for over time to the workers engage by him.
n. The successful Bidder shall pay the wages as per the rates fixed under the payment as per Minimum wages Act applicable in Maharashtra from time to time.
o. The successful Bidder shall pay bonus to his eligible employees in accordance with the provisions of the payment of Bonus act. He shall keep and maintain the register as prescribed under the payment of Bonus Act and shall produce before the authorized officer of the BPCL.
The company reserves the right to terminate work order / LOI if successful Bidder fails to comply the
labour laws as stated above and the labour laws which are applicable to his firm from time to time.
The company will be entitled to deduct directly from the bills to be paid to the successful Bidder any
sum or sums payable by you/ your sub-bidder and which sum / sums the company is required to pay as
principle employer on account of you / your sub-bidder’s default in respect of all liabilities referred to in
above clauses.
13. Security:
Security arrangement for LCJ shall be provided by BPCL. / CISF.
33 Signature and stamp of Tenderer
14. PERFORMANCE STANDARD:
The BIDDER’s performance will be regularly monitored on the following parameters:
a. Regular maintenance of equipments to ensure NIL breakdowns of all operating system /
equipments under their control.
b. Achieving Training requirements as per target
c. Ensuring NIL Accident.
d. Efficiency in handling vessels promptly.
e. Confirming to ISGOTT guidelines
f. Conformance to HSSE Standards as per BPCL and OISD.
g. Operational records of vessels like tanker log book and MIS details.
15. VESSEL DISCHARGE / LOADING OPERATION, BUNKERING & OTHER ACTIVITIES IN THE JETTY AREA
The vessel handling operations, Hose handling and MLA operations shall strictly comply to the
specific requirement of ISGOT. The berths at the jetty are required to be manned round the clock by
experienced personnel for smooth and safe operation of the facilities during vessel discharge/
loading, bunkering or for providing any other related services at the berth.
The successful Bidder shall be responsible for all Operational activities for smooth discharge/
loading/ bunkering or any other services being offered to the vessel which includes, but not limited
to, following.
a) Shall Co-ordinate with the JNPT/ Shipping agent/ Tank Farm owner for all the pre-berthing/ post berthing, loading/ discharge, bunkering etc. activities of a vessel operation and seek desired information immediately after the declaration in the berthing meeting.
b) Shall Co-ordinate with the berthing master at the time of berthing for proper positioning of the vessel, so that the discharge manifold of the vessel is in the line with the Outboard arm connecting range. Record the time of berthing from the berthing Master.
c) Shall ensure that vessel is moored properly by JNPT mooring crews.
34 Signature and stamp of Tenderer
d) Shall conduct pre discharge meeting with the master of the ship and filling of ship shores safety checklist as per the guidelines of ISGOTT (International Safety Guide for Oil Tankers and terminals).
e) Shall Co-ordinate with the receiving tank farm to line up the pipeline connection with the ship manifold either through loading arms or through the flexible hoses. Ensure to show/ brief about the present condition of our loading arms, manifold, dock pipelines, air pipeline, starting/stopping compressors for pigging operation etc. to the tank farm representative, consignee, shipping agent to avoid any claim from them later on account of contamination / quality variation etc.
f) Shall ensure safe connection of loading arms to vessel manifold properly before commencement of loading / discharge operation to vessel manifold in consultation with the vessel personnel and BPC.
g) Shall ensure that the hoses being used by the tank farm owners are of standard and approved quality / make and were hydro tested in presence of authorized engineer for once every six months with record thereof. Alternatively obtain from the tank farm owner/user the fitness certificate once in every six months after carrying out hydro testing. Also ensure that the connections of the hoses made properly using standard gaskets and the provision of collection tray below each flange connection of the hoses at the jetty.
h) Continuous monitoring of discharge / loading / bunkering operation and maintaining log book at the jetty. Taking hourly discharge figures, flow rate, pressure from the vessel and hourly receipt from the terminal and comparing for any abnormal variation. However, action for abnormal variation including re survey etc will be done in consultation jointly with BPC / Tank Farm Operators.
i) Ensure condition with respect to emptiness & quality in presence of master of ship / surveyor boarding officer of concerned loading / discharge company for loading arms, manifold, dock lines, air line, compressor, N2 vaporizer. Also after completion of discharge operations, ensure disconnection of loading arm, stripping of loading arms and putting the stripped product into the respective pipelines or slop tank.
j) Shall ensure skimmer & boomer operations and oil spillage collection activities. The oil water spillage collection chambers shall be maintained in proper working condition at all times by the bidder.
k) Bidder shall maintain a logbook for recording all the activities and event chronologically.
l) In case of BPCL pipelines after completion of discharge, successful Bidder would pig the line into the receiving tank. Pigging would be done by compressed air or nitrogen depending on the type
35 Signature and stamp of Tenderer
of cargo. All the consumable viz. compressed air and nitrogen and the equipment required for pigging viz, compressors and associated accessories would be provided by BPCL.
m) The bidder shall also require to send the manpower at IOC’s terminal for receiving the pig or to launch pig if the pigging is being carried out from the terminal end. After completion of pigging, line would be depressurized by the receiving tank farm. In case of other users, pipeline pigging would be done by the user. The bidder would be required to supervise this activity for safe and clean operation.
n) Nitrogen will be arranged by Bidder and payment will be made as per the rates quoted by the bidder in tender’s price bid. Please note, that no additional delay charges/operational expenses will be paid to the bidder. All the cost, should be considered before quoting the rates.
o) Inspection of MLA and associated hydraulic emergency system prior , during and after transfer.
p) In case of BPCL pipeline, at every hourly basis the discharged quantity will be matched with the receiving Tank / vessel. On completion of pumping, the unloading arms will be disconnected. The product in the outboard arm will be drained into pipeline adopting standard practice. After draining the product into pipeline / sump tank, the valves will be closed after completion of discharge ullage report / tank emptiness certificate is to be collected from Surveyor/master of the vessel. Similar exercise will be applicable to all vessels in respect of maintaining records pertaining to vessel monitoring of operation at jetty.
q) Communication between tanker & jetty and jetty & POL terminal will be through VHF, BPCL would provide required VHF base station, portable radios and telephone for effective communication.
r) The bidder would be required to make arrangement for shifting of air compressor, pig cups etc from and to IOC’s terminal as and when the same is required as a part of scope of this contract and no amount would be paid separately towards such arrangements.
s) The bidder would be required to make the arrangement of all consumable like diesel for firefighting pumps / air compressor, greases, lubricating oil, pig cups, foam pig etc. whenever asked by BPCL shift engineer / location in charge. The payment shall be made towards these items against the production of receipt. The bidder will ensure to maintain sufficient stock inventory as per experience so that normal operation should not hampered for want of consumables at any occasion.
t) In case operations like double berthing and barging at jetty. The cost will remain same as quoted. Any increase in the number of vessels handled at a time shall be included in this scope. No additional payment shall be made for any change in methodology / operations.
36 Signature and stamp of Tenderer
u) Exchange pit operation: The operations at exchange pit shall be in the scope of the Bidder. Maintenance of MOVs and actuator at exchange pit shall be done by the Bidder as per the scope in the tender document.
v) BPCL has installed 2 nos. x 900 cfm air compressors at bunkering depot. Whenever, these compressors are used for pigging, the Bidder will position one Technician/officer at bunkering depot for coordinating the activities. He will be responsible for monitoring operating the compressors and logging the details during the entire operations.
w) The bidder shall issue letter of protest to vessel or any other party on advice from BPCL.
x) The bidder as jetty O&M operator shall be responsible for any kind of vessel demurrage and penalties levied by port or any statutory authority for negligence as per this contract.
16 SPECIFIC ROLES AND RESPONSIBILITIES WHILE HANDLING LPG / PROPANE / BUTANE VESSEL AT BERTH.
i. The bidder shall be responsible for Lineup for Valves and checking the operation of ROV
before starting of precooling operation for each LPG Vessel in consultation with control
room officer at LPG Terminal, Uran
ii. The bidder shall be responsible for Positioning of discharge manifold of Vessel with
Marine Loading Arm in consultation with JNPT staff and Vessel. Job also includes
providing Nitrogen for Leak test / Purging of Marine Loading Arm.
iii. He shall be responsible for safe connection of LPG Marine Loading Arm to Ship’s
manifold in consultation with Vessel Master. Job also includes to carryout leak test,
ensure readiness for ERS system of MLA, Job also includes monitoring of MLA
Connection during unloading operation. Any deviation such as drifting of Vessel, leak of
LPG should be immediately brought to the notice of BPCL Boarding officer.
iv. Job also includes Opening / Closing of valves on LPG Pipeline during Hot Gas Bypass
after completion of Vessel discharge in consultation with Vessel for at least 30 Minutes
as per instruction of BPCL boarding officer.
v. He shall also carryout disconnection of MLA after carryout all safety checks provided by
OEM and bring back Loading Arm to Home Position. The operation shall be carried out
under strict supervision of BPCL boarding officer.
vi. All Safety checks to be carried out during connection of loading arm, during unloading
and after disconnection as per safety checklist provided by OEM.
37 Signature and stamp of Tenderer
vii. Job also includes monitoring of Drain Pot level and Hydraulic Oil Level at Power pack
unit of MLA, Any deviation to be immediately bring to the notice of BPCL Officer. Job
also includes ensuring Power Supply to power pack unit and panel of Marine Loading
Arm.
viii. Job also includes liasioning with OEM to carry out all minor / major maintenance of following equipments; However BPCL will be responsible for AMC and Payment to OEM to be borne by BPC.
a) Marine Loading Arm.
b) UPS System.
c) Motor Operated Valve (ROV).
d) LPG GMS Sensor.
e) Fire engine.
ix. The bidder person posted at office shall monitor the control room DCS system also.
x. Bidder shall maintain a logbook for recording all the activities and event chronologically
17. ENGINEERING AND MAINTENANCE MANAGEMENT:
a. The bidder shall be responsible for the maintenance of the jetty and its various facilities in excellent condition at all times, in a professional manner in compliance with the national / international standards and good industry practices. The bidder shall carry out and be responsible for regular preventive, predictive and breakdown maintenance and testing of equipments / facilities at the jetty and Fire pump house. The bidder will provide tools and tackles for day-to-day maintenance.
b. The bidder shall ensure round the clock manning for fire pumps operations and other allied fire fighting facilities at jetty excluding oil spill response system but including local spreading of dispersant on sleek if any as directed by BPC. The bidder shall be responsible for keeping the fire fighting system functional on auto mode round the clock.
c. The bidder will ensure that all users keep jetty neat and clean while working at the jetty. The bidder must take up immediately with the user in case of any leak spill etc.
38 Signature and stamp of Tenderer
d. The bidder would be required to provide results of portable vapor detection system provided by BPCL. All equipments will be maintained as per OEM recommendation and The bidder will prepare an annual maintenance budget as highlighted in annexure for major maintenance of equipments , which shall be made available to BPCL. The bidder is required to ensure that no work is allowed to be carried out without issue of cold/hot work permit.
e. The Bidder shall update the electrical SLD and P&ID diagram every year for FF System as well as Product pipelines.
f. The bidder is required to follow BPCL’s comprehensive safety philosophy and system for implementation of safety practices to confirm to regulations, guidelines and the best international industry practice such as
i. All OISD standards as applicable to Jetty operations. ii. The Petroleum Act 1934 and Petroleum Rules 1976 iii. Prevention and control of Water Pollution act 1971 iv. Prevention and control of air pollution act 1981 v. Environment protection act 1986 and rules there under
vi. ISGOTT / MARPOL vii. OCIMF
Including all latest revisions in any of above.
g. The bidder will comply with the operating procedures and action as informed by the BPCL including the emergency action plan for the liquid cargo jetty and as per this plan the bidder team positioned at the jetty will initiate action to fight fire with the FF equipment/facilities. The bidder would ensure adequate training to its engineers and the workers to combat any emergencies.
h. The bidder will familiarize its engineers and the workers on usage of Oil spill Combat system/facilities provided by BPCL at the jetty.
i. The bidder shall maintain the maintenance registers, attendance register for the staff and operational register in the prescribed format of BPCL and same shall be checked and verified by Engineer I/c or his representative. The monthly report of the system shall be submitted by the bidder to Engineer I/c every month along with the bill. The bidder shall be responsible for the safety of the equipments in both the berths.
j. BPCL shall supply the major spares. If spares are not available, the same shall be arranged by the bidder immediately. The cost of the spares shall be reimbursed to the bidder on actual basis from BPCL.
k. The bidder shall arrange for all the tools & tackles for carrying out day to day maintenance during the contract period. However, BPCL shall provide electrical
39 Signature and stamp of Tenderer
power, lifting appliances such as crane/ forklift at free of cost subject to availability. The bidder shall assist for the transportation of material from stores/ workshop to site including fuel from petrol pump.
List of Equipments for maintenance is enclosed as Annexure V & VI
DETAILING:
a) LCJ Maintenance Jobs:
i. To carry out inspection activities of all equipments under the scope as per OISD / OEM / BPCL
Formats
ii. Carry out Routine / Preventive Maintenance repair jobs of all LCJ facilities including Motors
and Pumps. Consumables including tools for such activity will be the responsibility of the
Bidder.
iii. Carry out Routine / Preventive maintenance, repairs / servicing of Valves, Actuators i.e. Gate
Valve, Ball Valve, Plug Valve, ROVs and MOVs etc. Consumables including tools for such
activity will be the responsibility of the Bidder.
iv. Raise Maintenance Requisitions / Job notifications.
v. Carry out periodic checks and maintenance of rotating and stationary equipments.
vi. Carry out monthly checks of all Motor Operated Valves / Actuators, DV’s etc.
vii. Maintain proper House-keeping / Gardening and ensure that the premises and surrounding
are clean, presentable and hazard-free condition. The successful bidder should pay special
attention on housekeeping below pipeline area from jetty entrance gate till Jetty south
end.The area behind the security cabin and outside at jetty gate is included in the scope of
work of the Bidder.
40 Signature and stamp of Tenderer
viii. The Bidder shall carry out Grass cutting / De-weeding / De-vegetation periodically in Pipe-tracks and surrounding areas of the jetty under their supervision.
ix. The Bidder shall carry out cleaning of storm water drains, sumps, ETP & below pipeline etc. periodically and as and when required.
x. Raise MOC (Management of Change) for any modifications / change in LCJ facilities.
xi. Seek approval from BPCL-InCharge, LCJ for carrying out MOC jobs.
xii. Ensure speedy completion of MOC Jobs through outsourced / nominated agency.
xiii. Automation & Control Room activities - To coordinate with BPCL / Vendors for proper
operating of the system, to ensure PLC, UPS, ESD's, Operator Interface Computers / Printers
are in good working condition and to ensure proper work carried out by the AMC provider.
xiv. Operate AMCs with OEMs / vendor for various equipments like DG set, Pumps, C.P. Systems, UPS, VHF, MLA, fire engines, air conditioner, EPABX system, fire pumps, Air compressors,CCTV & MOV/Valves etc. and also to ensure proper work carried out by the AMC vendor.
xv. Implementation of work permit system as per OISD 105
xvi. Remote operation of MOVs , water curtain nozzles and tower monitors shall be ensured at all times including Joysticks placed at Pump house.
xvii. Equipments like Life jackets, wind sock shall be supplied and maintained by the Bidder.
xviii. Maintenance of pressure gauges / temperature gauge on FF pipeline as well as product pipelines incl. half yearly calibration and replacement of defective pressure gauges / temperature gauge shall be in the scope of the Bidder.
xix. Maintenance of Manual call points, Deluge Valves, pressure switches, solenoid shall be in Bidder scope. Replacement of glass on MCP shall be in scope of bidder.
41 Signature and stamp of Tenderer
xx. Maintenance / replenishment of consumable of all SCBA shall be in Bidder scope.
xxi. Minor maintenance with respect to civil work like plastering, cementing and any other patch work shall be in scope of bidder.
xxii. Painting of structures, product pipelines, fire water pipelines and other equipments will be in scope of BPCL. Minor painting work for bollard, mooring hooks, instruments shall be done by the bidder at the interval of every six months.
xxiii. The bidder should have track on all history of the equipment and conditions and the same to be conveyed to BPC for necessary action.
18. HSSE MANAGEMENT:
i. The jetty in charge along with Safety Officer shall be fully responsible for all operations,
maintenance and safety of the jetty. He shall ensure compliance of BPCL Safety standard in LCJ.
He shall co ordinate with BPCL Jetty office for operations, upkeep and timely maintenance of
firefighting equipment / facilities.
ii. Responsibility of the Bidder to adhere to safe operations and maintenance of the jetty as per
BPCL standards. Take all safety precautions to avert accidents and liaise with ensure Fire fighting
network, Water network and Foam network are always in working condition.
a) All employees of the Bidder shall be trained and participate in Fire Drills and
DCMP as per BPCL’s directions.
b) Near miss identification and reporting corrective measures
c) Monitoring auto fire protection system.
d) The fire protection system will be on Auto mode at all times.
e) The bidder to implement all processes, systems like preventive maintenance
module, audit protocols, training in line with the OISD std.
f) Shall assist BPCL to comply with Safety audit recommendations.
g) They should conduct weekly safety talks and maintain records.
The bidder is required to keep all the fire protection equipment in ready to operate, healthy
conditions:
42 Signature and stamp of Tenderer
Fire detection and fire alarm system are to be tested periodically for their healthiness as per OISD
standards.
i. Fire extinguishers are to be maintained in ready to use conditions as per fire standard (IS 2190). Any consumables for fire extinguishers will be in the scope of the bidder.
ii. Emergency Mock drill is to be conducted every six months
iii. Diesel engines to be tried periodically and taken on load to conform for their trouble free availability.
iv. Testing of the equipments and pumps, fire hydrants, etc. should be documented accordance with the schedule given of BPCL Officer.
v. It is a prime responsibility of bidder fire staff to protect the jetty from fire hazards, & ensure fire prevention & healthy condition of installed fire protection system.
19. Fire fighting system :
i. Running of fire water pumps for 15 minutes daily with automatic start of jockey pumps and main pump at pre-set pressure.
ii. Periodical maintenance and servicing with greasing of pump bearings, checking of glands and non-return valve. The bidder should ensure the good housekeeping inside the pump house by regular cleaning of fire engines , jokey pumps and all the control panels from outside as well as inside .
iii. Operation and maintenance of diesel engine and its batteries with proper day to day checking and updation of records of batteries for effective performance of system.
iv. Checking of all fire extinguishers provided at various locations for their serviceability w.r.t. re-charging on expiry / leakage, thorough cleaning, safety seal
43 Signature and stamp of Tenderer
check, nozzle and hose pipe, hose reel checks to keep the entire system in ready to operate state once in a quarter period.
v. Functional check in every quarter of the entire fire fighting system, overhauling and cleaning of fire control panels.
vi. Routine re-filling of fire extinguishers of CO2 and re-charging of other fire extinguishers on due dates shall be the responsibility of the bidder.
vii. No major or special repair or overhauling of any equipment such as Fire pumps & motors / fire alarm panels / batteries / hooters /rewinding of motors is covered in the scope of this work. However, prevention and routine maintenance including servicing, minor rectification will be the responsibility of the Bidder. All materials required for regular use such as petroleum jetty, grease, lubricants, tools & tackles, nuts & bolts distilled water, cloth /rug, log books & stationeries, fuse, rubber packing, threads, indicator lamps, clamps, resistors, diodes, multimeter, tong tester, earth tester, HT gloves, meggar etc are to be supplied by the bidder. Nothing extra shall be paid on account of consumables and small tools & plants required for the work.
viii. Operation & maintenance of fire hydrant system, curtain nozzle, portable foam system, DV system, tower monitors, DCP extinguishers, CO2 extinguishers, portable & wheeled mounted fire extinguisher, mobile fire fighting equipments and ensure proper operation during fire fighting / emergencies / mock drills.
ix. Arranging fire hoses, portable DCP extinguishers and making them ready during various hot jobs undertaken in the plant as instruction from BPCL Officer.
x. Routine cleaning, checking and maintenance of various fire hydrants, CO2 extinguishers, DCP extinguishers and foam generators installed at jetty to ensure their sound condition. The bidder shall ensure sufficient sand by topping the sand bucket at all times.
xi. To keep records of all fire fighting equipments viz physical condition, inspection date, date of chemical replacement etc.
xii. Water Pipeline: Conduct hydro testing of FWP every year. Any leakage must be repaired immediately.
44 Signature and stamp of Tenderer
xiii. Fire extinguishers: All the Fire extinguishers must be checked and operated. Checking the of powders and regular replacement of cartridge and powder. To be painted once a year with regular testing and due date display. Monthly visual inspection and quarterly detailed inspection. Hydro testing to be done once in 3 years for DCP and 5 yrs for CO2.
xiv. Cross country Pipelines: Conduct health check up measures as per OISD Norms: Scanning, UT Testing.
xv. Other Jetty Equipments: QRMH-Bollards-: The bidder will arrange to call and coordinate with the parties for regular maintenance. Inspection on monthly basis for operation of motors / levers or any other corrosion marks on equipment.
xvi. To provide support in fire fighting training programs. Schedule operation and inspection of various spray and curtain systems installed in the jetty.
xvii. Ensuring level in the foam tanks of foam generators and regularly inspects the foam facility and maintain it as per OISD norms.
xviii. To operate tower monitor atleast once in a week and during all fire drills. Inspect once in a month at the top as a part of regular preventive maintenance and maintain records.
xix. Emptying out foam solution from drain drum pit and cleaning of related system after testing.
Fire water pumps.
a. Monitor Continuous operation of jockey fire water pumps to maintain fire hydrant
pressure.
b. Operation of other fire water pumps required during fire fighting, mock drills,
training etc.
c. Monitoring and ensuring process parameters of fire water pumps and maintaining
oil levels in pump bearings.
d. Monitoring running condition of drive engines and ensuring oil level, fuel level,
coolant level, battery condition etc.
e. Monitoring running condition of the motors and ensuring proper greasing of its
bearings.
45 Signature and stamp of Tenderer
f. General cleaning of the equipments in fire water pump house and diesel day tank
area.
g. Housekeeping of fire water pump house.
h. Checking and maintaining diesel level in fire engine diesel tanks.
i. Checking and maintaining diesel level in diesel day tank.
j. Operation of diesel pumps for shifting diesel from day tank into fire engine diesel
tanks.
k. Ensuring oil level in bearings of diesel pumps.
20. Repairs & Maintenance:
i. All major repairs like Jetty structure, pipeline painting, LPG automation, fender
replacement, loading arms, building drains, roads, Power cable & cable trays etc will be
carried out by BPCL.
ii. AMC's of items – MLA, oil spill equipments, Nitrogen facility, OWS, VHF, Computer System
shall be done by BPCL. However, present conditions of these equipments and their AMC
provider shall be conveyed to the Bidder.
iii. In case of any damage to any equipment due to proven negligence on the part of the
Bidder and the same shall be borne by the Bidder.
Electrical Maintenance Jobs:
a. BIDDER will undertake the Electrical maintenance of the liquid cargo jetty. b. BIDDER shall engage a licensed third party contractor for the electrical maintenance of
the jetty. c. BIDDER should ensure the availability of the licensed electrician at jetty around the clock d. BPC will not be responsible for the wages or any other statuary claims for the Electrical
contractor. e. BPC will arrange the Electrical third party audit on time to time basis as per the industry
standard. f. BIDDER should ensure that all the maintenance records are maintained properly by the
electricians. g. Electricians are responsible for the Fire water pump house operation & Air compressor
operations, and contractor should ensure the same. h. BPC will provide the necessary electrical mats for the MCC Room. i. BIDDER should provide the necessary PPE’s to the electricians and basic tools. j. BIDDER shall be responsible for minor maintenance of the electrical systems like
replacement of fuse, starter, chokes, and bulbs for admin lighting systems and all jetty area including tower lights, street lights etc and bidder should ensure sufficient illumination level at jetty.
k. Major replacement of spares for electrical system will be the scope of BPCL.
46 Signature and stamp of Tenderer
Product pipelines/ MOVs/ROVs:
Monthly greasing and quarterly inspection of MOVs as per OEM checklist.
Barrier gate at Jetty:
Ensure the smooth operation and carryout the preventive maintenance.
Other Jetty Equipments:
The BIDDER will arrange to call and coordinate with the BPC registered vendor’s for regular
maintenance on behalf of BPCL and necessary payment to the Vendors will be made by BPCL.
MOVs:
Monthly inspection and greasing of valves. Quarterly inspection of actuators. Consumables like
grease / sealants will be in the scope of the bidder. Bidder shall ensure greasing of 24’’ perar make
ball valve with high pressure grease gun.
Foam Tank and pump:
Ensure full level of foam at all times. Regular preventive maintenance schedule of the motors/
pumps to be followed. Operate once in a month and record performance.
Panels:
Ensure working condition at all times. All LEDs and electrical continuity to be checked and rectified
as and when required. Ensure all on /off switches handles, knobs are in operating condition.
Actuators (Biffi/Rotork):
Coordinate with the AMC vendor as directed by BPCL for timely execution of AMC visits.
Fresh water Accounting:
The bidder should ensure perfect accounting/recording of fresh water consumption on daily basis by
calculating the difference between the main meter reading provided on receipt line and meters
reading provided on the distribution lines. Any unaccounted consumption shall be debited to bidder.
21. PENALTIES :
For non performance / breach of tender / agreement conditions / un-satisfactory services / poor
maintenance of equipments, the following penalties will be levied as per the details given below,
measurable per month basis.
a. BIDDER shall deploy minimum strength as per the contracted manpower agreement
with BPCL. In case of any absenteeism, equivalent replacement of manpower shall be
provided by BIDDER. BPCL shall be deducting Rs. 3000/- per day / person if the required
47 Signature and stamp of Tenderer
strength allocation in not fulfilled in each category of bidder’s staff and Rs. 1000/- for
contractual staff.
b. All manpower deployed by the BIDDER shall strictly adhere to the rules and regulations
of company w.r.t. safety, environment, health, discipline etc., deviation if any, of
aforementioned area will attract a penalty of Rs. 3000/- per instance per person for all
type of persons working at the jetty on behalf of the bidder.
c. BIDDER has to follow all legal and statutory rules as prescribed by Govt. and mentioned
in this work order. Also preventing any spillage of products being handled at jetty. Any
deviation on this account shall attract a penalty of Rs. 10000 /- per instance.
d. Any breakdown or non functioning of equipments arising out of poor maintenance /
inadequate maintenance or negligence resulting in idling of equipments for more than 48
hours shall be dealt a penalty of Rs. 10000/- per instance.
e. Any non adherence of Daily / Weekly / Monthly Preventive Maintenance Schedule as per
OEM / OISD will be liable for penalty of Rs 10,000 /- per month.
f. Penalty on No. of post lying vacant for more than a week Rs. 5000/- per person per day.
g. Any major damage to the facility on account of negligence / mishandling / non co-
ordination with third party shall be borne as per the insured value or repair cost of the
damaged facility.
h. Demurrage on account of bidder mistake if proven shall be recovered from the bidder.
Final decision of imposing a penalty will be at sole discretion of BPCL.
22 ROLES AND RESPONSIBILITIES
a) Role of Shift Incharge (Control Room) :
i. Collecting Hourly Figures like Pressure, Temperature, and Flow rate from both the
vessels and maintain the Shift Log Book & Tanker Log book.
ii. Communicating with tank farm operators, Port authorities, agents, surveyors and BPCL
Officers for day to day activities under the guidance of Jetty In charge
iii. Ensuring the Gate Entries of Workers, visitors and other materials / vessel consumable
are as per the Policy.
iv. Verifying the documents of Ship / Store supplies like Custom Clearance, CISF Pass,
BPCL’s permission.etc.
v. Maintaining the effective communication with the Vessels for smooth operations.
vi. Preparing the Vessel records, preventive & breakdown maintenance records.
vii. Ensuring with the third parties who ever working at jetty that they all are complied with
the PPE’s and work permit system.
48 Signature and stamp of Tenderer
viii. Verifying the documents during Sign on / Sign off of vessel crew’s.
ix. Scrutinizing and signing berthing related documents as instructed by BPCL officer .
x. Preparing the passes for officer’s, worker’s, drivers, vehicle and material passes
xi. Checking / updating of security records, preventive maintenance schedule, history sheet
etc.
b) Role of Field Officer 1:
i. Coordinating with JNPT & BPCL for berthing of vessels ,on daily basis(Communication
with Bulk Terminal, JNPT Control Room)
ii. Co-ordinating with Mooring crew, Pilot for effective berthing & Mooring of vessels
iii. Co-ordinating With Vessels for Gangway Placement’s
iv. Carrying out Pre-Documentation work (Collecting Documents like Ulage Report,
Stowage plan, Loading/unloading Plan, MSDS , Custom Clearance)
v. Carrying out ISGOTT-Safety Checks and discussing with the captain/Chief officer
vi. Arranging Loading arm connections & ensuring its safe connections.
vii. For POL vessel : Lineup of Vessels, Giving Clearance to the Vessels for start-up
viii. Carrying out Repetitive checks for Vessels as per ISGOTT once in 4 hrs.
ix. Conducting safety talks and giving safety training to the workers at jetty.
x. Preparing the vessel related daily reports & monthly report.
xi. Ensuring at Jetty Nil spillage
xii. Reporting of Unsafe act, unsafe condition & Near Misses to the Location in charge.
c) Role of Field Officer 2:
i. Ensuring that Pigging Operations has been carried out safely with all safety precautions
(pig launching, pig tracing, pig receiving)
ii. Ensuring Pig has been received safely at exchange pit.
iii. Coordinating with electrician and other BPCL vendor for the Electrical & other
maintenance work viz:
1. Hydro testing of Cargo Hoses 2. Hydro testing of Dock lines 3. Dock line Painting 4. Ensuring safe welding, gas cutting and other erection work has been carried out
iv. Carrying out Preventive maintenance work as per the schedule given by BPCL. v. Ensuring the housekeeping of jetty by removing unwanted materials, used oils and
other scraps. vi. Ensuring the safe connections for fresh water and collecting the receipts as per the
supply meter.
49 Signature and stamp of Tenderer
vii. Conducting the Loading Arm trail before every Loading Vessel berthing and ensuring its working condition
viii. After completion, collecting the Post documents from the vessel and ensuring ready to sail to the port.
ix. After completion draining of marine loading Arm, Intermediate line and disconnection of MLA, and parking the same in the actual postion.
x. Before and after of every POL Vessel, ensuring that the BPCL intermediate line is empty and sump tank also empty.
xi. Coordinating with the tank farm operators for timely operation of air compressor (start / stop and maintaining the log book /time sheet) for pigging operation.
xii. Coordinating with Electrician ensuring that Fire engine trial has been taken and all the fire fighting equipments are in working condition.
xiii. Coordinating with AMC vendor during the Execution and ensuring that work has been carried out with at most safety.
xiv. Coordinating with BPCL officer for ROV test, MCP & ESD test, MLA Connection & Leak test before commencing the unloading of LPG operation.
xv. Reporting of Unsafe act, unsafe condition & Near Misses to the Location in charge.
Note:
Other than the above list of activities each officer has been assigned a particular job during emergencies
and fire mock drills.
Monthly Average Loading Arm Vessel’s handled
1. LPG - 08 Numbers.
2. Crude - 03 Numbers.
3. POL - 07 Numbers.
4. Ammonia 02 number.
The bidder shall also carry out the jobs given by BPCL at any given time other than the above
mentioned jobs as per requirement of jetty.
d) Role of Jetty In charge :
i. Communicating Berth status to BPC & JNPT and discussing about the status of upcoming
vessels on daily basis.
ii. Verifying the daily reports and daily morning meeting with the first shift officers about
the previous day’s activities.
iii. Taking morning round at Jetty along with the shift officers.
iv. Attending Daily berthing meeting and discussing the berthing issues with the stake
holders in the meeting.
v. Verifying the vessel completion report of previous day and forwarding the same to
BPCL.
50 Signature and stamp of Tenderer
vi. Meeting with BPCL Engineering officer regarding the pending maintenance and other
works at jetty on daily basis.
vii. Verifying the daily registers and records for the proper updates
viii. Discussing with the electrician with the pending works and ensuring his daily activities
and conveying the same to the BPCL Engineering officer.
ix. Communicating and coordinating with the Tank farm users of BPCL jetties about their
shortfall’s at jetty.
x. Checking the daily permits and work site at jetty and ensuring it is done with proper
PPE’s and Permit’s
xi. Discussing with BPCL Engineering officer for upcoming major maintenance works at
jetty.
xii. Planning and arranging the consumables and other materials required for daily
maintenance activities and ensuring it’s payments or made within time.
xiii. Arranging the nitrogen tankers and other materials as per the request from the BPCL.as
and when required.
xiv. Planning the training activities for engineer’s and workers and as per the schedule
ensuring that it has been complied.
xv. Ensuring the contract vehicle movements and maintain the records for company vehicle
maintenance.
xvi. Certifying monthly bills of Sub-contractors and ensuring their records before forwarding
the same to the finance.
xvii. Preparing the Operations and Maintenance budget for jetty and getting approval from
the management.
xviii. Following up the expenditures at jetty and ensuring that it is within the approved
budget.
xix. Preparing monthly attendance for the jetty officers and forwarding the same to the
corporate office.
xx. Preparing monthly report and submitting the same to the management.
xxi. Boarding the vessel as and when required in case of any disputes and solving the issue
amicably.
xxii. Taking care of boundary management of our Sub-contractors.
xxiii. Ensuring all the activities are carried out at jetty as per the BPCL-SOP.
xxiv. Other activities as instructed by BPCL officers as and when required, like preparation of
approval note, incident report, introducing new vendors etc.
51 Signature and stamp of Tenderer
23 BPCL’s OBLIGATIONS:
i. Equipments required for HSSE, i.e. Explosive meter, Breathing apparatus, Safety showers, Fire proximity suits, low temperature suit or any other requirement as per OISD norms will be provided by BPCL.
ii. The Pest Control for the LCJ Buildings / premises will be done by Bidder.
iii. The provision of Computer hardware & software for Terminal Automation and documentation, Fax machines, Telephones etc. will be done by BPCL.
iv. The VHF / Walkie -Talkie equipment will be provided by BPCL. The responsibility of License and annual renewals of VHF lies with BPCL.
v. Product testing and analysis will be done at the BPCL Laboratory.
vi. The supply of Power and DG back up will be by BPCL
vii. Mandatory testing of PLC will be carried out by BPCL.
viii. Spares for Rotary equipments like pumps, compressors etc. will be supplied by BPCL.
ix. Liaisoning with Statutory agencies like Factory Inspector, Labor Inspector, Pollution Control Board etc. and appointing outside agency for renewal of Licenses will be done by BPCL.
x. Asset insurance will be responsibility of BPCL.
During emergency cases the bidder may carry out the procurement / services and with prior
approval of BPCL and the payment for the same shall be done on actual receipt of bills.
24 FINANCIAL TERMS & CONDITIONS:
The following are the Special Conditions applicable to this contract, in respect of the terms and
conditions not explicitly provided in the tender.
52 Signature and stamp of Tenderer
a) RATE QUOTE
Rates must be submitted in the Schedule of Rates in Price bid. Rates quoted shall be inclusive of all
costs that are necessary for providing satisfactory services of the job, other than materials supplied
free by BPCL.
i. The contract shall be extended for more 12 months on mutual consent on same rates, terms and conditions.
ii. Income tax / WCT and any other statutory deductions at the prevailing rate will be deducted from BIDDER’s bills as per Income Tax Act / other statutory laws.
iii. Service tax will be additional on total bill amount as applicable as per Govt. rules. Service Tax shall be reimbursed to the BIDDER at actual against submission of valid documents for service tax as mentioned in following paragraph to the satisfaction of
owner.
• Name and address of BIDDER • Service tax registration number / STC No. • Sr. No. of the invoice/ bill/ challan • Date of issue • Description and value of input service • Service tax paid/ payable
iv. Lodging and boarding, transportation of manpower and goods accommodation of the successful Bidders staff / workmen etc. could be in the scope of successful Bidder.
v. As per Bharat AROGYA YOJANA 2017,all the management and non management staff working at jetty should be covered under insurance scheme . The successful bidder has to submit the insurance policy document of the individual staff within two months from the date of agreement and to ensure of renewal till the contract validity. During the contract tenure if any other scheme or policy drawn by government for staff (management or non management) should comply.
vi. In the event of non availability of consumables and other materials (under company scope), the successful Bidder shall arrange to procure and supply the same on specific request made by BPCL Officer and the payments shall be made as per the actual bill amount. The purchase should be done from a sales tax/ VAT registered party only. The claim should be supported by the original of the cash memo with gate entry stamped.
53 Signature and stamp of Tenderer
b) TERMS OF PAYMENT.
i. 100% Payment against invoice shall be made within 15 days of receipt of invoice duly certified and approved by Terminal in- Charge or his authorized representative. The Bidder shall submit the bill along with all documents relating to payment of wages to their workers, maintenance records, all log books etc for verification.
ii. The BIDDER’s final payment will be withheld if they fail to hand-over the jetty in the same condition as they were at the time of taking over, considering normal wear tear of the facilities and equipment during the course of operational period.
iii. Bills shall conform to formats & shall indicate.
a. Name and full address of the service provider.
b. Service Tax registration number.
c. Invoice No. and Date.
d. Name and full address of the person/company receiving taxable service.
e. Description of the service provided.
f. Classification / category of the service provided.
g. Bill / Invoice to be raised separately for each category of service.
h. Value of the taxable service provided or to be provided.
i. Service tax amount and education cess payable thereon (to be mentioned
separately).“Period of service”.
j. Service invoice has to be raised within 14 days from the date of completion of such
taxable service.
25. DURATION OF CONTRACT
The duration of the contract will be for a period of one year from the date of commencement of the
contract, with an option to extend for one more year on mutual consent basis on same rates, terms and
conditions.
26 PERFORMANCE GUARANTEE
i. A sum of Rs 20 Lacs or 10% of the annual contract value (whichever is minimum) shall be deposited by the successful BIDDER as security deposit with BPCL.
ii. This may be deposited initially as Rs 5 Lac (Rupees Five Lac Only, referred as initial Security Deposit) within 10 days of receipt by him of the notifications of acceptance of tender and the balance amount will be deposited within 3 months.
54 Signature and stamp of Tenderer
iii. The earnest money deposited with the tender shall be adjusted towards security deposit, provided, if it was furnished by demand draft only. Alternatively, the BIDDER may, at his option, deposit the full amount of the accepted value of the tender towards the security deposit within 10 days of receipt by him of the notifications accepting his tender.
iv. BIDDER can also furnish the security deposit amount through a Bank Guarantee from schedule ‘A’ Bank in the form prescribed.
v. Security Deposit, if paid by Demand Draft may be later converted at the request of the BIDDER to either interest bearing Government Securities or fixed deposit receipts of a Schedule 'A' Bank duly endorsed in favor of BPCL or may be converted to bank guarantee as stated above.
27 TERMINATION OF CONTRACT
BPCL shall have the right to terminate the contract at any time by serving three months notice in writing
to the BIDDER. The BIDDER shall not be entitled to any compensation for such termination. Any case of
major failure / incident related to loss of property, environment or human lives shall result in immediate
termination of the contract at the discretion of BPCL.
55 Signature and stamp of Tenderer
ANNEXURE- V
LIST OF EQUIPMENTS FOR MAINTAINENCE:
Equipment Location Qty Capacity Make
Marine loading arm LB-1 1 Woodfield Systems – LPG
Marine loading arm LB-1 & 2 6 FMC France –POL product
MLA control panel LB-1 & 2 3
MOV control panel
Control
room 1
Power supply panels Sub station 4
UPS
Control
room
7.5
KVA
DG Set
7.5
KVA
CUMMINS
Fire engine/Pump
Pump
House 5 820 m³/hr
Kirloskar Cummins/ Mather +
Platt.
Jockey Pumps Jetty 2 72 m³/hr
Mather + Platt/ Crompton
Greaves
Tower Monitor and
MOVs / DV’s Jetty
2
4
3000 L/min
6000, 7570
L/min
Fire teck
Tower Monitor Control
/ Joystick
Pump
House 6
Hiteck/new age
Foam tank & facility Pump
House 3 15 KL
Foam Pump Pump
House 4 15 KL/Hr
Curtain nozzle Jetty 2 8
6000 L/min
3000 L/min
MCP Jetty 18
56 Signature and stamp of Tenderer
Gas Detectors Jetty 7 Honeywell
Field Terminal Unit 1
Mimic Panel Pump
House 1
Double Hydrants Jetty 19
Header pipeline
network with Gate
Valves Jetty 24”
Fire alarm panel
Pump
House 1
Fire Extinguishers DCP/
CO2 Jetty 34
Hose Boxes Jetty 18
QRMH Jetty 15
Bollard Jetty 14
Product Line MOVs Jetty 43 Biffi / L&T
Actuators Jetty 43 Biffi / Rotork
Barrier Gate Jetty road 1 Metachem
Air Compressors &
Dryer
Pump
house.
2 75 CFM Ingersol Rand
Air Compressors &
Dryer Jetty office
2 900 CFM Ingersol Rand
CCTV Jetty office 8
The AMC with OEM for all the above equipments will be under the scope of BPCL. The detailed manual
and OEM vendors will be intimated to the bidder. The O&M Bidder shall carry out regular maintenance
and follow up with OEM for AMC jobs.
57 Signature and stamp of Tenderer
ANNEXURE-VI
List of Facilities / equipments in AMC under BPCL Scope:
Marine Loading Arms: AMC shall be maintained by BPCL and payment to the AMC party
shall be borne by BPCL. However Bidder has to liase with AMC party and carry out all minor
/ major maintenance. To maintain records of routine maintenance. However, in case of any
emergency due to any eakage or MLA hose failure, the same to be immediately attended by
the tenderer and then subsequently AMC party can be called for maintenance.
OWS: The AMC cost shall be borne by BPCL. However Bidder has to liaise with AMC party
and carry out all minor / major maintenance. To maintain records of routine maintenance.
Nitrogen Facility/ Vaporizer: The AMC cost shall be borne by BPCL. However Bidder has to
liase with AMC party and carry out all minor / major maintenance. To maintain records of
routine maintenance. Minor maintenance such as oiling ,greasing etc to be carried out by
successful bidder.
Fenders: The AMC cost shall be borne by BPCL. However Bidder has to liase with AMC party
and carry out all minor / major maintenance. To maintain records of routine maintenance.
Cathodic Protection: The AMC cost shall be borne by BPCL . However Bidder has to liase
with AMC party and carry out all minor / major maintenance. To maintain records of
routine maintenance.
58 Signature and stamp of Tenderer
ANNEXURE- VII
List of approved liquid cargoes/products permitted to be handled at Jetty.
S.No PRODUCT NAME
1. MTBE 2 Ortho Xylene 3 Isopropyl Alcohol 4 Carbon Tetrachloride 5 Ethylene Di Amine 6 AHE-70 7 Paraffin Oil 8 Meta Methyl Acrylate 9 Cyclohexane 10 Diethylene Glycol 11 Biodiesel 12 Ortho Toluidine 13 Propylene Glycol 14 Ethylene Di Chloride 15 Palm fatty Oil/Acid 16 Luprant 17 Isobutyl Alcohol 18 Tri ethylene Glycol 19 Meta xylene 20 N Paraffin 21 Poly Propylene 22 All A, B, C, class of Petroleum products 23 Methyl Isobutyl Ketone 24 Styrene Monomer 25 Phenol 26 Glycerine 27 Aniline Oil 28 Aromex 29 Acrylonitrile 30 Phoshoric Acid 31 Benzene 32 Toluene 33 Propylene 34 Sulphuric Acid 35 2- Propyltheptan-1 36 Paraxlene /Mixed Xylene 37 Butyl Acrylate 38 Methanol 39 Acetic Acid 40 Iso Nonyl Alcohol
59 Signature and stamp of Tenderer
41 L.A.B 42 l.ube Oil 43 Iso -Butanol 44 Base Oil 45 Ally1 Alcohol 46 2- Ethyl Hexanol 47 C B F S 48 1,4- Butanediol 49 M.E.G / Crude Glycol 50 Ethanols 51 Ammonia 52 Palm Oils 53 Caustic Soda 54 Ethylene 55 Castor Oil 56 Acetone 57 Edible Oil 58 1-Butanol 59 Molasses 60 Vegetable Oils 61 Cholorform 62 Aromatic Feed Stocks (AFS) 63 Ethyl Acetate 64 Acetic Anhydride 65 Lauryl Mirystl Alcohol 66 Butadiene 67 n- Hexane 68 Methyl Ethyl Ketone 69 Butyl Acetate 70 Vinyl Acetate 71 LPG / Propane / Butane
In future the probability of cargoes handling at jetty may increase. The successful bidder should be ready
for handling all type of products.
60 Signature and stamp of Tenderer
ANNEXURE-VIII DECLARATION
Date...................................
To, M/s Bharat Petroleum Corporation Limited Uran LPG, Navaghar Industrial Estate, Behind MSEB Gas Turbine Unit, Bokadvira,Uran District Raigad – 400702 Dear Sir, Ref. : Tender No. I / We .................................................................................................................. hereby confirm that our firm has not been banned or blacklisted by any government organization/Financial institution/Court /Public sector Unit /Central Government. Signature of Bidder........... Place: Name.................... Date: Designation................... Seal
61 Signature and stamp of Tenderer
ANNEXURE-IX DECLARATION 'A'
We have carefully studied the tender and submit our offer after having fully understood the same. We hereby agree to abide by and fulfill all the Terms and Conditions incorporated in the Agreement which should be deemed to form a part of this tender. Date : Place : Signature of Tenderer with Seal
DECLARATION 'B'
We declare that we do not have any employee who is related to any employee of the Corporation We have the following employees working with us who are near relative of the Corporation. Name of the Employee Name and Designation of the Officer of the Corporation 1.____________________________________________________________________ 2.____________________________________________________________________ 3.____________________________________________________________________ 4.____________________________________________________________________ Date : Place :
62 Signature and stamp of Tenderer
ANNEXURE-X GENERAL CONDITIONS OF THE TENDER 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 letter……………..dated …………………….for the amount
mentioned in clause 13, on 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, and specification 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.
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 to be 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 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.
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 authorized
representative.
8. The tenderer should indicate the time required to complete the entire work from the date of
receiving the 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 equipment
Tools/tackles, centering, shoring, lifts, leads, scaffolding, excise/customs/octroi duties, sales tax, works
contact tax etc. levied by State/Central authorities. All materials are to be supplied by the tenderer unless
otherwise stated.
63 Signature and stamp of Tenderer
(a) Its is made clear to be parties that no excise claims on storage tanks/LPG Horton
spheres/bullets/structural 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.
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 Rs. 50,000/- and above in value)
13. The tender 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 Rs. 5,000/- and a maximum of Rs. 10 Lac.
The earnest money deposit shall be returned to the unsuccessful tenderer/s 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 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 Rs. 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 10% of the total tendered value or Rs. 20 Lac, whichever is
minimum. The tender 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:
64 Signature and stamp of Tenderer
15. The successful tenderer should submit details construction programme adhering to the
completion time quoted in the Agreement. The programme will form part 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 alternation 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 to 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 y 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 authorized 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 out site Engineer at every stage of work, before preceding the next stage. All work shall be measured
as per the procedure laid down. Payment 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.
65 Signature and stamp of Tenderer
24. If the performance of the successful tenderer if 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 a part these 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% if 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
and 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 form 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 Company’s 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 tenderer ‘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 authorized representative
and also made good by the contractor at his own cost.
66 Signature and stamp of Tenderer
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 breading 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 be 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 claims 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 low, bye –laws and statutes of Government, semi-Government and other local
authorities such as requirements/liability under enactments like the Workmen’s Compensation Act.,
Contractor labor 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
the all time during the progress of the work, who shall be duly authorized to take instructions and execute
them on his behalf.
INTERIM PAYMENTS
37. At the sole discretion of the Company, the contractor can receive up to 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 authorized 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. Payment 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 Rs. 5000/- and no interest will be paid on money retained
by the company.
67 Signature and stamp of Tenderer
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
provided to the Contractor and /or against any other claims for any reason whatsoever under the
Agreement which may arise within the staid 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 subject 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 form the amount payable to the
Contractor any amount payable to the workmen under any such laws, regulations or rules and to make
payment thereof 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) as 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
68 Signature and stamp of Tenderer
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 r-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 be 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) 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.
69 Signature and stamp of Tenderer
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: 1 year
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 and agree to
abide by the
same.
Signature of the Contractor ……………….
(Or his
Authorized representative)
Date:
Name / Seal of the Contractor:
Address:
70 Signature and stamp of Tenderer
ANNEXURE- XI BANK GUARANTEE TO BE SUBMITTED ON NON-JUDICIAL STAMP PAPER OF Rs.100/- GUARANTEE BOND FOR EARNEST MONEY DEPOSIT/Security Deposit
In consideration of the Bharat Petroleum Corporation Limited having its registered office at "Bharat
Bhavan" 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai 400 001 (hereinafter called "the Corporation")
having agreed to exempt M/s. _____________________________________ hereinafter called “the said
contractor(s) having registered office at
____________________________________________________________ from payment of Earnest
Money/Security Deposit against Tender No. ___________________ dated __________ issued by
Corporation on production of a Bank Guarantee for Rs. __________/- (Rupees
________________________ only).
We, _________(name of bank) ____________ do hereby undertake to indemnity and keep indemnified
the Corporation to the extent of Rs. _____________/- against any loss of damage caused to or suffered
by the Corporation by reason of any breach by the said Contractor(s) of any of the terms and conditions
contained in the Tender Notice /documents /agreements /contract.
We, ________ (name of bank) ___________ further agree that the guarantee herein contained shall
remain in full force and effect during the period upto award of the contract, commencement of job
and/or period of contract.
We, ________ (name of bank) ___________ further agree with the Corporation shall be the sole judge
of and as to whether the said contractor has committed any breach or breaches of any of the terms and
conditions of the tender or the contract and the extent of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation of account hereof to
the extent of the Security Deposing required to be deposited by the contractor in respect of the said
tender or the contract and the decision of the Corporation that the said Contractor has committed such
breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses
caused to or suffered by or that may be caused to or suffered by the Corporation from time to time shall
be final and binding on us.
Notwithstanding anything contained herewith in forgoing, our liability under this Guarantee is restricted
to Rs._________/-. The Guarantee shall remain in force till ______________ unless a claim under this
Guarantee is made within six months from the date herein before mentioned the Corporation shall have
no rights under these presents.
We, ________ (name of bank) ___________ lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of the Corporation in writing.
71 Signature and stamp of Tenderer
Dated ____________ day of ___________ 2017
The seal of _______________was hereto duly affixed by ______________this day of ________200 in
accordance with its bye laws and this guarantee was duly signed by and as signed by
_________and_____ as required by bye laws.
Yours faithfully,
For ____________________________
Signature
Name and designation
Name of branch