TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED...

107
Page 1 of 2 BHARAT PETROLEUM CORPORATION LIMITED Central Procurement Organisation (Refineries) TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL – MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD. REF : CRFQ NO. 1000196438 dt. 18.10.2013, Due on 11.11.2013 14:00 HRS; E-tender no. 12694. INTRODUCTION : Bharat Petroleum Corporation Limited (BPCL) – Central Procurement Organization (Refineries), CPO (Ref) invites quotations for the “Rate Contract for supply of Welded Pipes (CS)” through E tendering platform under 3 (Three) part system (i.e. Part 1 – Pre-Qualification Criteria, Part 2 - Techno-commercial/Un priced Bid & Part 3 - Priced Bid) to BPCL-Mumbai Refinery (MR), BPCL- Kochi Refinery (KR) and Numaligarh Refinery Ltd (NRL). Tender can be downloaded from any of following websites : E-procurement platform : https://bpcl.eproc.in BPCL Web : www.bharatpetroleum.in→ Energizing Business→Tenders → CPO (Refineries) Central Procurement Portal - http://eprocure.gov.in/cppp BPCL Contact Persons: Mr. S. Skanda Prasad, Sr. Manager (CPO-R) Phone: 0091-22- 25533117 / Mr. H. P. Panchal, Manager (CPO-R) Phone: 0091-22-25524129. E-Procurement (C1 India Pvt. Ltd.) Contacts : Mr. Prakash Jawal, Phone : 022-25533128, Email : [email protected] & with a copy to: [email protected] (or) Contact the following helpdesk numbers: Tel: 022- 66865600/ 66865601/ 66865602.

Transcript of TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED...

Page 1: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 1 of 2

BHARAT PETROLEUM CORPORATION LIMITED Central Procurement Organisation (Refineries)

TENDER FOR RATE CONTRACT FOR SUPPLY OF

WELDED PIPES (CS) FOR BPCL – MUMBAI REFINERY,

BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

REF : CRFQ NO. 1000196438 dt. 18.10.2013, Due on 11.11.2013 14:00 HRS; E-tender no. 12694.

INTRODUCTION : Bharat Petroleum Corporation Limited (BPCL) – Central Procurement Organization (Refineries),

CPO (Ref) invites quotations for the “Rate Contract for supply of Welded Pipes (CS)” through E

tendering platform under 3 (Three) part system (i.e. Part 1 – Pre-Qualification Criteria, Part 2 -

Techno-commercial/Un priced Bid & Part 3 - Priced Bid) to BPCL-Mumbai Refinery (MR), BPCL-

Kochi Refinery (KR) and Numaligarh Refinery Ltd (NRL). Tender can be downloaded from any of

following websites :

• E-procurement platform : https://bpcl.eproc.in

• BPCL Web : www.bharatpetroleum.in→ Energizing Business→Tenders → CPO (Refineries)

• Central Procurement Portal - http://eprocure.gov.in/cppp

BPCL Contact Persons: Mr. S. Skanda Prasad, Sr. Manager (CPO-R) Phone: 0091-22-

25533117 / Mr. H. P. Panchal, Manager (CPO-R) Phone: 0091-22-25524129.

E-Procurement (C1 India Pvt. Ltd.) Contacts : Mr. Prakash Jawal, Phone : 022-25533128,

Email : [email protected] & with a copy to: [email protected] (or)

Contact the following helpdesk numbers: Tel: 022- 66865600/ 66865601/ 66865602.

Page 2: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 2 of 2

INDEX :

The complete set of tender documents consist of the following :

Part No. Sr. No. Description Annexure

Part-1

1 PRE-QUALIFICATION CRITERIA (PQC) 1

2 PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

2

3 PROFORMA FOR DECLARATION REGARDING HOLIDAY LISTING 3

4 INTEGRITY PACT AGREEMENT FORMAT 4 Bidder to note that the above Annexures duly filled in/duly signed and stamped along with supporting documents shall be uploaded in Pre- Qualification Criteria section.

Part-2

5 SPECIAL PURCHASE CONDITIONS (SPC) 5

6 INSTRUCTIONS TO BIDDERS (ITB) 6

7 GENERAL PURCHASE CONDITIONS (GPC) 7

8 COMMERCIAL QUESTIONNAIRE 8

9 TAXES & DUTIES FORMAT 9

10 TECHNICAL DEVIATION FORM 10

11 COMMENCIAL DEVIATION FORM 11

12 BUSINESS RULES DOCUMENT FOR REVERSE AUCTION 12

13 PRICE BLANK FORMAT (UN-PRICED BID) 13

14 CEIL (TPI AGENCY) LIST OF OFFICES 14

15 LIST OF ITEMS WITH DESCRIPTION, AES STANDARDS 15 Bidder to note that the above Annexures duly filled in/duly signed and stamped along with supporting documents shall be uploaded along w ith the Unpriced/Technical bid. No prices shall be indicated in any of the above docum ents.

Part-3 16 PRICED BID FORMAT 16 Bidder to note that prices shall be filled only in above Annexure and shall be uploaded in the Priced section.

Page 3: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 1 of 2

Annexure-1

PRE-QUALIFICATION CRITERIA

SUB : RATE CONTRACT FOR PROCUREMENT OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

REF : CRFQ NO. 1000196438 dtd. 18.10.2013, Due on 08.11.2013 14:00 HRS;

E-tender no. 12694.

M/s _______________________________________ (Name of Company) Offer No. __________________________________ (Bidder’s Ref.) Contact Person Name : ________________________ Mobile No. _______________________ E-mail ID : ___________________________________ Fax No. : ________________________

BIDDERS SHALL ESSENTAILLY HAVE TO COMPLY WITH THE FOLLOWING CRITERIA FOR BEING ELIGIBLE FOR PARTICIPATING IN THIS TENDER.

SNO DETAILS VENDOR'S ACTION RESPONSE

1 FINANCIAL CRITERIA

1.1

Average annual turnover of the bidder during last three financial years upto 2012-2013 shall not be less than ` 60 Lakhs.

Bidders are required to submit audited/ certified Profit and Loss Account of the last 3 financial years. Further, for bidders who have not finalized their books of account for the FY 2012-13, evaluation of these criteria would be done for the previous 3 financial years ending 2011-12

TO CONFIRM AND SUBMIT RELEVANT DOCUMENTS

1.2

Net worth should be positive as per latest audited/ finalised Balance Sheet.

Bidders are required to submit latest audited balance sheet.

TO CONFIRM AND SUBMIT RELEVANT DOCUMENTS

Page 4: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 2 of 2

2 TECHNICAL CRITERIA

2.1

Bidders should be manufacturers of Carbon Steel welded Pipes as per IS1239/ IS3589/ Gr B60 CL12 standards and should have capability of manufacturing, testing and delivering the Pipes required as per BPCL specification.

Bidders are required to submit catalogue/ brochures indicating their manufacturing and testing facilities.

TO CONFIRM AND SUBMIT RELEVANT DOCUMENTS

2.2

The Bidder should have executed Orders for supply of Carbon steel Welded Pipes as per IS1239/ IS3589/ Gr B60 CL12 standards, to any processing plant or any other industry, for at least ` 60 Lakhs or more in any of the 12 months period during preceding 3 years ending on 30.09.2013.

Bidders are required to submit invoices/ Inspection Release Notes/ completion certificates or any other such documents in proof of meeting this requirement. If bidders submit purchase orders from their clients as proof, such orders should be supported by confirmation from their clients regarding satisfactory completion/ execution of the order mentioning the extent of completion.

TO CONFIRM AND SUBMIT RELEVANT DOCUMENTS

2.3 Bidders should have relevant ISO Certification for their manufacturing processes and quality management.

Bidders are requested to furnish copies of valid ISO Certificates.

TO CONFIRM AND SUBMIT RELEVANT DOCUMENTS

Note : BPCL has floated one more tender for Rate Contract For Supply of Seamless Pipes (CS) for BPCL-Mumbai Refinery, BPCL-Kochi Refinery and Numaligarh Refinery Ltd. (CRFQ NO. 1000196419, E-tender no. 12693). If vendor is participating in both the tenders, they shall meet the combined financial criteria i.e. “Average annual turnover of the bidder during last three financial years upto 2012-2013 shall not be less than `360 Lakhs”.

Signature : ___________________________

Name : ______________________________

Official Seal : _________________________

Page 5: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Annexure 2 (This PBG should be produced on non-judicial paper of appropriate value along with PQ Bid.)

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT To

Bharat Petroleum Corporation Ltd. (CPO) Refineries Mumbai Refinery, Mahul MUMBAI 400074 Dear Sirs, M/s. ______________________________________ have taken tender for the supply of __________________ for Bharat Petroleum Corporation Ltd.The tender Conditions of Contract provide that the Bidder shall pay a sum of Rs. ______ (Rupees_____________________________________________________________________) as earnest money / initial / full security deposit in the form therein mentioned. The form of payment of earnest money / security deposit includes guarantee executed by Schedule ‘A’ Bank, undertaking full responsibility to indemnify Bharat Petroleum Corporation Ltd. in case of default.

The said______________________________________ have approached us and at their request and in consideration of the premises we__________________________________________________________ ______________having our office at have agreed to give such guarantee as hereinafter mentioned.

1. We___________________________________________________________________ hereby undertake and agree with you that if default shall be made by M/s. _____________________________________ in performing any of the terms and conditions of the tender or in payment of any money payable to Bharat Petroleum Corporation Ltd. We shall on demand pay to you in such matter as to you may direct the said amount of Rupees_______________________________only or such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without effecting this guarantee postpones for any time or from time to time the exercise of any of the powers and rights conferred on you under the contract with the said_____________and to enforce or to for bear from endorsing any power of rights or by reason of time being given to the said which under law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of Rs.__________________(Rupees__________________ ____________________) from us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s.__________________ _________________and/or that any dispute or disputes are pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or change of constitution or insolvency of the said______________ ____________________but shall in all respects and for all purposes be binding operative units payment of all money due to you in respect of such liabilities is paid.

5. Our liability under this guarantee is restricted to Rupees__________________________________ Our guarantees shall remain in force until_____________________________________________ unless a suit or action to enforce a claim under_________________________________________ Guarantee is filed against us within six months from _____________________________(which is date of expiry of guarantee) all our rights under the said guarantee shall be forfeited and shall be relieved and discharged from all liabilities thereunder.

6. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and the undersigned has full power to do under the Power of Attorney dated __________________granted to him by the Bank.

Yours faithfully ___________________________________________ Bank by its Constituted Attorney Signature of a person duly authorised to sign on behalf of the bank.

Page 6: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

ANNEXURE – 3

(This Declaration should be produced on Vendor’s Letter Head and is to be submitted along with PQ Bid.)

PROFORMA FOR DECLARATION REGARDING HOLIDAY LISTING

In the case of a Proprietary Concern: I hereby declare that neither I in the name of my Proprietary concern M/s. ______________ which is submitting the accompanying Bid / Tender nor any other concern in which I am a proprietor nor in any partnership firm in which I am involved as a Managing Partner have been placed on holiday list declared by Bharat Petroleum Corporation Limited / Engineers India Ltd./ any other PSU / Govt. Organization, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). In the case of a Partnership Firm We hereby declare that neither we, M/s. __________________ submitting the accompanying Bid / Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor of any firm or concern have or has been placed on holiday list declared by Bharat Petroleum Corporation Limited / Engineers India Ltd./ any other PSU / Govt. Organization, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). In the case of Company We hereby declared that we have not been placed on any holiday list declared by Bharat Petroleum Corporation Limited / Engineers India Ltd./ any other PSU / Govt. Organization except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). Common for all bidders It is understood that if this declaration is found to be false in any particular, Bharat Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the bid has resulted in a contract, the contract is liable to be terminated. Place: ____________ Signature of the Bidder______________ Date: ____________ Name of the Signatory_______________

Page 7: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 1 of 5

Annexure-4

IINNTTEEGGRRIITTYY PPAACCTT

Between

BBhhaarraatt PPeettrroolleeuumm CCoorrppoorraattiioonn LLiimmiitteedd ((BBPPCCLL)) hheerreeiinnaafftteerr rreeffeerrrreedd ttoo aass ""TThhee PPrriinncciippaall"",, AAnndd

…………………………………………………………………………………………….. hereinafter r eferred to as "The Bidder/ Contractor/ Supplier".

PPrreeaammbbllee

The Principal intends to award, under laid down organization procedures, contract/s for Tender for “RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD” (E-tender no. 12694) The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:

a) No employee of the Principal, personally or through family members, will in connection

with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/ herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with equity and reason.

The Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/ additional information through which the Bidder cou ld obtain an advantage in relation to the tender process or the contract execution.

c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Page 8: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 2 of 5

Section 2 - Commitments of the Bidder/ Contractor/ Supplier

((11)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr ccoommmmiittss iittsseellff ttoo ttaakkee aallll mmeeaassuurreess nneecceessssaarryy ttoo pprreevveenntt ccoorrrruuppttiioonn.. HHee ccoommmmiittss hhiimmsseellff ttoo oobbsseerrvvee tthhee ffoolllloowwiinngg pprriinncciipplleess dduurriinngg hhiiss ppaarrttiicciippaattiioonn iinn tthhee tteennddeerr pprroocceessss aanndd dduurriinngg tthhee ccoonnttrraacctt eexxeeccuuttiioonn..

aa)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr wwiillll nnoott,, ddiirreeccttllyy oorr tthhrroouugghh aannyy ootthheerr ppeerrssoonn oorr ffiirrmm,, ooffffeerr,,

pprroommiissee oorr ggiivvee ttoo aannyy ooff tthhee PPrriinncciippaall''ss eemmppllooyyeeeess iinnvvoollvveedd iinn tthhee tteennddeerr pprroocceessss oorr tthhee eexxeeccuuttiioonn ooff tthhee ccoonnttrraacctt oorr ttoo aannyy tthhiirrdd ppeerrssoonn,, aannyy mmaatteerriiaall oorr iimmmmaatteerriiaall bbeenneeffiitt wwhhiicchh hhee//sshhee iiss nnoott lleeggaallllyy eennttiittlleedd ttoo,, iinn oorrddeerr ttoo oobbttaaiinn iinn eexxcchhaannggee,, aannyy aaddvvaannttaaggee ooff aannyy kkiinndd wwhhaattssooeevveerr dduurriinngg tthhee tteennddeerr pprroocceessss oorr dduurriinngg tthhee eexxeeccuuttiioonn ooff tthhee ccoonnttrraacctt..

b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any

undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to rest rict competitiveness or to introduce cartelisation in the bidding process.

c) The Bidder/ Contractor/ Supplier will not commit any offence under the relevant Anti-

Corruption Laws of India; further the Bidder/ Contractor/ Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any and all

payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts

IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa vviioollaattiioonn ooff SSeeccttiioonn 22 oorr iinn aannyy ootthheerr ffoorrmm ssuucchh aass ttoo ppuutt hhiiss rreelliiaabbiilliittyy oorr ccrreeddiibbiilliittyy aass BBiiddddeerr iinnttoo qquueessttiioonn,, tthhee PPrriinncciippaall iiss eennttiittlleedd ttoo ddiissqquuaalliiffyy tthhee BBiiddddeerr ffrroomm tthhee tteennddeerr pprroocceessss oorr ttoo tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn.. (1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation of

Section 2 such as to put his reliability or credibi lity into question, the Principal is also entitled to exclude the Bidder/ Contractor/ Supplier from future contract award processes. The imposition and duration of the exclusion will be de termined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

Page 9: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 3 of 5

(2) A transgression is considered to have occurred if the Principal after due consideration of the available evidences, concludes that no reasonable doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to

resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including th e lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.

(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the damage

caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to the award

according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled

to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/ Supplier liquidated damages equivalent to Security Deposit/ Performance Bank Guarantee.

(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject

only to condition that if the Bidder/ Contractor/ Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3 years with any other

Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusio n from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender

process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/ Subcontractors

(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a

commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,

Contractors/ Suppliers and Subcontractors.

Page 10: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 4 of 5

(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions.

Section 7 - Punitive Action Against Violating Bidders/ Contractors/ Suppliers/ Subcontractors

IIff tthhee PPrriinncciippaall oobbttaaiinnss kknnoowwlleeddggee ooff ccoonndduucctt ooff aa BBiiddddeerr,, CCoonnttrraaccttoorr,, SSuupppplliieerr oorr SSuubbccoonnttrraaccttoorr,, oorr ooff aann eemmppllooyyeeee oorr aa rreepprreesseennttaattiivvee oorr aann aassssoocciiaattee ooff aa BBiiddddeerr,, CCoonnttrraaccttoorr,, SSuupppplliieerr oorr SSuubbccoonnttrraaccttoorr wwhhiicchh ccoonnssttiittuutteess ccoorrrruuppttiioonn,, oorr iiff tthhee PPrriinncciippaall hhaass ssuubbssttaannttiivvee ssuussppiicciioonn iinn tthhiiss rreeggaarrdd,, tthhee PPrriinncciippaall wwiillll iinnffoorrmm tthhee VViiggiillaannccee OOffffiiccee..

Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs

his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access without

restriction to all Project documentation of the Principal including that provided by the Bidder/ Contractor/ Supplier. The Bidder/ Contractor/ Suppl ier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all meetings among the

parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/ Contractor/ Supplier. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so

inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder/ Contractor/ Supplier to present its case before making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal

within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an

offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the

Page 11: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Vigilance Office, the MVigilance Commissioner,

(8) The word 'Monitor' woul

This Pact begins when both parmonths after the last payment uthe contract has been awarded. If any claim is made/ lodged dudespite the lapse of this pact as sthe Principal.

((11)) TThhiiss aaggrreeeemmeenntt iiss ssuubbRReeggiisstteerreedd OOffffiiccee ooff tthhtteennddeerr ddooccuummeenntt// ccoonnIInntteeggrriittyy PPaacctt..

(2) Changes and supplemen

agreements have not bee (3) If the Bidder/ Contractor

signed by all partners or (4) Should one or several p

this agreement remains their original intentions.

S.Skanda Prasad For the Principal

Place ………………

Date ……………….

Page 5 of 5

e Monitor may also transmit this information directner, Government of India.

ould include both singular and plural.

Section 9 - Pact Duration

parties have legally signed it. It expires for the Contrnt under the respective contract, and for all other Bidded.

d during this time, the same shall be binding and co as specified above, unless it is discharged/ determined

Section 10 - Other Provisions

bbjjeecctt ttoo IInnddiiaann LLaaww.. PPllaaccee ooff ppeerrffoorrmmaannccee aannddhhee PPrriinncciippaall,, ii..ee.. MMuummbbaaii.. TThhee AArrbbiittrraattiioonn ccllaauussee pprrnnttrraacctt sshhaallll nnoott bbee aapppplliiccaabbllee ffoorr aannyy iissssuuee// ddiiss

ments as well as termination notices need to be madt been made.

ctor/ Supplier is a partnership or a consortium, this as or consortium members.

al provisions of this agreement turn out to be invalid,ins valid. In this case, the parties will strive to come tons.

…………………………… For the Bidder/ Contractor/

Supplier

Witness 1 : ……………… (Signature/Name/A

Witness 2 : ……………… (Signature/Name/A

irectly to the Central

ontractor/ Supplier 12 Bidders 6 months after

continue to be valid ined by Chairperson of

d jjuurriissddiiccttiioonn iiss tthhee rroovviiddeedd iinn tthhee mmaaiinn ssppuuttee aarriissiinngg uunnddeerr

made in writing. Side

is agreement must be

alid, the remainder of e to an agreement to

tor/

e/Address)

e/Address)

Page 12: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 1 of 8

Annexure-5

BHARAT PETROLEUM CORPORATION LIMITED Central Procurement Organisation (Refineries)

SPECIAL PURCHASE CONDITIONS SUBJECT : RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI

REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD

REF : CRFQ NO. 1000196438; E-tender no. 12694. 1.0 INTRODUCTION

1.1 E-Bids in 3 (three) parts are invited for the tender for “RATE CONTRACT FOR SUPPLY OF

WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD”, in complete accordance with tender documents and its attachments. For more information on E-Procurement System followed by BPCL, bidders are requested to go refer Instruction to Bidders (ITB) document.

1.2 This is a 3 (Three) Part Bid Tender, viz. Part-1 i.e. Pre-Qualification Criteria, Part-2 i.e. Techno-commercial un-price bid and Part-3 i.e. Priced-Bid. The Bidders shall submit details/ documents required for each type of Bid, as specified in the tender. Further, bids of only those vendors whose offers are found acceptable in Part-1 shall be considered for Part-2 opening and for further evaluation. All documents/ Bids submitted shall be digitally signed and sealed for authentication.

1.3 BPCL reserves the right to finalise the tender, based on the ‘Sealed Price Bid’

submitted by the qualified Bidders, OR by conducting ‘Reverse Auction’ (RA), with only qualified bidders. The Bidders should submit t heir best prices in the ‘Sealed Priced bid’. However it may be noted that in case BPCL opts for ’RA’, the ‘Sealed Price Bid’ submitted by the Bidder shall not be opened. For conducting the RA, the ‘Opening / Start bid price’ and subsequent ‘Decrement value’ shall be specified by BPCL, based on BPCL’s internal estimation process, prior to the RA. As a prerequisite, all Bidders shall have to confirm their compliance with the ‘Business Rule Document governing RA’ furnished in the tender.

1.4 To participate on tenders hosted by BPCL on e-procurement site, bidders are

required to have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on the above site. All prospective bidders are requested enroll onto our e-tendering platform https://bpcl.eproc.in/ maintained by M/s. C1 India Private Limited, our authorised Service Provider for E-tendering.

Page 13: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 2 of 8

2.0 SPECIAL TERMS AND CONDITIONS 2.1 PRICE VARIATION CLAUSE :

The Contract is proposed for two years. For the first year contract prices shall be firm as per quoted rates. Price variation shall be applicable for the second year. The second year rates shall be calculated with reference to the change in All India Wholesale Monthly Price Index for Steel Pipes as per formula specified. The revised prices shall be firm for the second year.

The price variation shall be applicable on supply s teel pipes (Seamless & welded) for permanent incorporation in Contract after completion of 1 year of Contract period. The prices of all items in the Contracts for second year shall be revised for any increase / decrease on account of variation in steel prices as per the formula below :

Where,

VC = Variation in Contract basic price after completion of 1 year of Contract.

P1 = All India Wholesale Monthly Price Index for Steel Pipes for the month in which price bid is opened.

P2 = All India Wholesale Monthly Price Index for Steel Pipes for the month

immediately preceding the month of completion of one year Contract period.

Note : 1) All India Wholesale Monthly Price Index (AIWMPI) for Steel Pipes means :

All India Wholesale Monthly Price Index for commodity : a4. Steel : Pipes & Tubes declared by office of Economic Adviser to Govt. of India. Ministry of Commerce and Industry published on website : www.eaindustry.nic.in

2) For illustration, if price bid is opened on 14 th of Oct.2013, AIWMPI for the month

of October 2013 shall be considered for P1. If Contract is expiring on 25th of Nov. 2014, AIWMPI for the month of October 2014 shall be considered for P2.

Revised prices thus calculated shall be firm for the second year. 2.2 Bidders should be manufacturers of the category of CS Seamless and/or Welded

Pipes mentioned in RFQ. Bidders can quote either directly or through one of their dealers/ distributors. If manufacturers are quoting through their dealer/ distributor, necessary documentation in this regard shall be submitted along with the bids.

VC = P2 – P1 X 100

P1

Page 14: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 3 of 8

2.3 Material, found defective due to poor workmanship/ not meeting the specification

will be rejected and shall be replaced free of cost.

2.4 Rates quoted shall remain firm till the execution of the order and no claims for price escalation shall be entertained.

2.5 Items should be properly packed and sent, to avoid any damage to the consignment. Supplied pipes should be properly protected with end caps to avoid any transit damage.

2.6 Raw/ Solid wood packaging material of imported items has to be appropriately treated and marked as per International Standard of Phytosanitary Measures (ISPM-15") for material originating from the contracting countries to the International Plant Protection Convention or the members of Food & Agriculture Organization. Material from non-contracting parties would have to be accompanied by a phytosanitary certificate of the treatment endorsed. The Custom Officer at Indian Port shall not release the material without appropriate compliance of the above provisions w.e.f. 01.11.2004.

3.0 DEFINITIONS AND INTERPRETATIONS

3.1 Where any portion of the GPC is repugnant to or at variance with any provisions of

the SPC then, unless a different intention appears, the provisions of the SPC shall be deemed to govern the provisions of the GPC and SPC provisions shall prevail to the extent of such repugnancy, or variations exist.

3.2 In RFQ Documents unless otherwise stated specifically, the singular shall include the plural and vice versa wherever the context so requires.

3.3 Notwithstanding the sub-division of the RFQ Documents into separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the Agreement so far as it may be practicable to do so.

3.4 All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the Specifications or to any other part of RFQ Document are solely for the purpose of giving a concise indication and not a summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof.

3.5 The terms fully capitalized and/or initial capitali zed shall be interchangeable and

shall have the meaning as assigned to fully capital ized term or initial capitalised term.

3.6 In BIDDING documents at all such places where obligations are confined to Purchaser alone such provision to read as ‘Purchaser’s obligation to the extent the context so means/ requires.

Page 15: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 4 of 8

4.0 SUPPLIER’S SCOPE 4.1 Supplier’s scope shall include but not limited to ( a) manufacturing of Items as per

tender technical specifications; (b) preparation of Quality Assurance / Quality control programme; (c) Inspection by Purchaser’s approved Third Party Inspection (TPI) Agency and obtaining Inspection Release Note; (d) obtaining despatch clearance; (e) Packing; and (e) Loading on truck/ trailer and transportation upto site as applicable for Indian Bidder.

5.0 OFFER VALIDITY

5.1 Your offer should be valid for a period of 90 days from the final due date for

acceptance of rate contract and for 12 months thereof for acceptance the orders.

6.0 TAXES & DUTIES

6.1 Indian Bidders : You are requested to quote base rate, Packing and Forwarding Charges, Excise duty, Sales Tax, Octroi including octroi service charges and freight separately. BPCL will furnish Form-‘C’ for the goods purchased.

7.0 THIRD PARTY INSPECTION 7.1 Indian Bidders : All material are subject to inspection by Third Party Inspection

agency (TPI). BPCL nominated third party Inspection agency will be M/s Certification Engineers International Ltd. (CEIL) for all indigenous materials. CEIL inspection charges shall be borne by BPCL. Bidder shall note the distance between of bidder’s place of Inspection/manufacturing facilities w.r.t. CEIL office/ Regional office. List of offices/Regional offices is enclosed for your ready reference. Following fees shall be indicated in Format of Taxes/Duties, TPI & Freight with reference to the distance between them. A) CEIL fees for distance within 100 Kms between of CEIL office/Regional office &

Bidders place of manufacturing/Inspection : 2.5% of Material basic value of P.O. plus 12.36% service tax.

B) CEIL fees for distance beyond 100 Kms between of CEIL office/Regional office & Bidders place of manufacturing/Inspection : 5.00% of Material basic value of P.O. plus 12.36% service tax.

Vendor shall indicate distance between of bidder’s place of Inspection/ manufacturing facilities w.r.t . CEIL office/ Regional office over here and fees with reference to the above distance in Format of Taxes/ Duties, TPI & Freight. Same shall be considered for price evaluation.

8.0 FIRM PRICES 8.1 The quoted Prices shall remain firm and fixed for the entire completion of order in all

respects and no escalation in prices on any account shall be admissible.

Page 16: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 5 of 8

9.0 EVALUATION CRITERIA 9.1 Evaluation will be on item-wise Lowest Quote basis (Effective cost) to BPCL. BPCL

reserves the right to place purchase order with one party or with more than one party depending on the evaluation, at its discretion. All the items in the Price bid format shall be considered for evaluation. BPCL reserves the right to place order for all tendered items or part of the items. However individual tendered quantity for the item shall not be split.

9.2 Offers with precondition on minimum order value or non acceptability of part order are not acceptable and their offer stand commercially rejected.

10.0 PAYMENT

In partial modification of the payment terms as mentioned in the General Purchase Conditions, the following payment terms shall be applicable.

10.1 PAYMENT TERMS (INDIAN BIDDERS)

90% payment within 30 days of receipt and acceptance of materials at site upon satisfactory completion of order. Balance 10% payment after receipt of final technical documentation and on submission of performance bank guarantee for 10% of order value, valid till full guarantee period plus six months claim period.

10.2 GENERAL

10.2.1 Excise duty, Service Tax and VAT shall be released only on receipt of Cenvatable / Vatable copy of corresponding Invoice enabling availing of input credits by BPCL.

10.2.2 All payments shall be released within 30 days of receipt of invoice and all requisite documents, i.e Material Test Certificates, TPI release note ctc.

10.2.3 No initial advance payment along with order shall be made by Owner against supplies. If a supplier insists on the same, the of fer shall be rejected.

10.2.4 All Bank Guarantee(s) shall be issued through Scheduled Commercial bank in India or Indian branch of Foreign Bank as per pro-forma enclosed. Vendor shall enclose copy of the same along with invoice.

11.0 DELIVERY SCHEDULE / COMPLETION PERIOD 11.1 DELIVERY PERIOD :

Indian Bidders : 10 (Ten) Weeks from the date of LOI / Purchase Order, on FOT Site basis.

11.2 BPCL reserve the right to accept or reject offer with delivery quoted longer than the required

delivery period.

Page 17: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 6 of 8

11.3 Indian supplier’s prices should be door delivery basis. Octroi or any such local levies will have to be paid by vendor and the same will be reimbursed at actuals against documentary proof.

11.4 The ordered items are to be delivered to the Refinery Warehouses at Mahul.

11.5 Failing to meet the delivery schedule/ completion period will be subject to Price Reduction and/or other remedies available to the Purchaser in RFQ Documents.

11.6 Date of GR shall be considered as date of delivery or date of receipt of material at site shall be the date of delivery as specified in FOA/ PO.

11.7 All bidders shall quote firm freight charges in percentage of basic price up to destination by road on freight pre-paid door delivery basis through bank approved transporters for all cases.

11.8 Delay in receiving Invoices or failure of delay or failure in providing copies of dispatch documents and any demurrage or wharfage or any loss resulting thereby shall be borne by the vendor.

11.9 Supply of part quantities will be acceptable only a t the discretion of BPCL. In all other cases vendor shall supply the entire quantity ordered at a time.

12.0 PRICE REDUCTION SCHEDULE 12.1 Applicable as per attached GPC. 13.0 DESPATCH INSTRUCTIONS 13.1 Following dispatch documents are required to be submitted by the Supplier

immediately after shipment is made.

• Commercial Invoice • Inspection Release Note by Third Party Inspection Agency. • LR/ GR / Clean Bill of Lading. • Packing List • Test Certificates (NDT reports, MTC, etc.) • List of documents as specified in RFQ & countersigned & stamped by TPIA.

14.0 INSURANCE 14.1 Transit insurance shall be excluded from the supplier’s scope and, the same shall be

arranged by BPCL. 15.0 GENERAL PURCHASE CONDITIONS (GPC)

15.1 Attached General Purchase Conditions (GPC) shall be applicable for this contract.

Page 18: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 7 of 8

16.0 GUARANTEE/ WARRANTY 16.1 The material shall be guaranteed for its design, good workmanship, size, capacity

and operation and satisfactory performance for a minimum period of 12 months from the date of commissioning or 18 months from the date of dispatch whichever is earlier.

17.0 QUALITY ASSURANCE / QUALITY CONTROL 17.1 The Supplier shall prepare a detailed quality assurance plan for the execution of

contract for various facilities, which will be mutually discussed and agreed to.

17.2 The Supplier shall establish document and maintain an effective quality assurance system outlined in recognised codes

17.3 The purchaser, while agreeing to a quality assurance plan shall mark the stages where they would like to witness the tests; review any or all stages of work at shop as deemed necessary for quality assurance.

17.4 No amendment in the specification will be entertained after placement of rate contract.

18.0 PERFORMANCE BANK GUARANTEE (PBG) 18.1 Performance Bank Guarantee for 10% of total order value shall be furnished by

successful vendors in BPCL format. 19.0 SUBMISSION OF OFFER 19.1 You are requested to quote your rates against each item in the attached Excel file

and upload the file. A filled up excel file with se al and signature on all printed pages is to be uploaded in addition to the excel file. Yo u are requested not to alter the sequence/ serial numbers of the material codes in the file.

19.2 Following documents are to be uploaded in the E-tender portal:-

a. Signed, stamped and scanned copy of all Terms and conditions i.e. GPC, SPC, ITB etc.

b. Duly filled, signed, stamped and scanned copy of Integrity Pact document. c. Duly filled, signed, stamped and scanned copy of attached price bid (available in

excel file). d. Duly filled, copy of attached Price bid in Excel format. e. Details of taxes and duties applicable for the tender in the Annexure. f. Technical & Commercial Deviations if any, to the tender documents/ conditions,

by giving reference to the clause nos in the Annexure.

19.3 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or before the due date & time. Each page of all documents, submitted by the bidder, shall be duly signed & stamped, and then scanned and uploaded in the portal. The offer shall be submitted in the Portal under the digital signature of the bidder.

Page 19: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

SPECIAL PURCHASE CONDITIONS Page 8 of 8

19.4 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers,

shall not be accepted. 19.5 BPCL shall not be responsible for any delay in uplo ading of offer. 20.0 TENDER OPENING

20.1 The deadline for bid submission is 14:00 Hrs on the due date mentioned. The bids

can be submitted in the e-procurement website upto the tender due date and time. The technical bids will be opened online through e- procurement website https://eproc.bpcl.co.in, on the same day.

21.0 CONTACT PERSONS 21.1 Please note that tender against tender enquiry is invited through e-tendering mode.

In case of any clarification regarding the tender, following are the contact persons:- 21.2 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots of the errors being faced to: Email: [email protected] & with a copy to: [email protected] (or) Contact the following helpdesk numbers: Tel: 022- 66865600/ 66865601/ 66865602.

21.3 FOR OTHER CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Shri. H.P. Panchal, Manager (CPO-R), BPCL – Mumbai Refinery, Mahul, Mumbai. Tel no. 022 - 25524129. Email: [email protected]

Shri. S. Skanda Prasad, Sr. Manager (CPO-R), BPCL – Mumbai Refinery Mahul, Mumbai. Tel no. 022 – 25533117 Email: [email protected]

22.0 INTEGRITY PACT (IP)

22.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid

documents, duly signed by the same signatory who is authorised to sign the bid documents. For further details, kindly refer ITB document.

*****

Page 20: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 1 of 17

Annexure - 6

M/s BHARAT PETROLEUM CORPORATION LTD, MAHUL MUMBAI

INSTRUCTIONS TO BIDDERS (ITB)

Page 21: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 2 of 17

BHARAT PETROLEUM CORPORATION LIMITED Central Procurement Organisation (Refineries)

INSTRUCTIONS TO BIDDERS (ITB)

1. INFORMATION ON E-PROCUREMENT SYSTEM 2. CONTACT PERSONS 3. SCOPE OF BID 4. COST INCURRED FOR PREPARATION OF BIDDING DOCUMENTS 5. SITE VISIT 6. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT 7. LANGUAGE OF BID 8. EARNEST MONEY DEPOSIT (EMD) : 9. PRICE BIDS 10. BID CURRENCY 11. BID VALIDITY 12. OFFER WITHOUT ANY DEVIATION 13. AGENTS/ REPRESENTATIVES/ RETAINERS/ ASSOCIATES 14. CONFIDENTIALITY OF BID DOCUMENT 15. SIGNING OF BID 16. SUBMISSION OF BIDS 17. DEADLINE FOR SUBMISSION OF BID 18. MODIFICATION AND WITHDRAWAL OF BIDS 19. TENDER OPENING: 20. CONTACTING THE OWNER/ OWNER REPRESENTATIVE 21. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 22. COMMERCIAL EVALUATION 23. ARITHMETIC CORRECTIONS 24. CONVERSION TO SINGLE CURRENCY 25. BID REJECTION CRITERIA 26. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON. 27. EVALUATION CRITERIA FOR COMPARISON OF BIDS 28. THIRD PART INSPECTION SERVICES 29. AWARD OF CONTRACT : 30. INTEGRITY PACT (IP): 31. GENERAL POINTS

Page 22: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 3 of 17

INSTRUCTIONS TO BIDDERS (ITB)

1. INFORMATION ON E-PROCUREMENT SYSTEM

1.1. Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-procurement system on https://bpcl.eproc.in.

1.2. Bidders are advised to read the Instructions for participating in the electronic tenders directly through internet (Bid Submission Manuals are available on the above mentioned e-procurement site) and get conversant with the process of online submission of the tenders well in time so as to submit tenders by the due date.

1.3. To participate on tenders hosted by BPCL on e-procurement site, bidders are required to have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on the above site. All prospective bidders are requested enroll onto our e-tendering platform https://bpcl.eproc.in/ maintained by M/s. C1 India Private Limited, our authorised Service Provider for E-tendering.

1.4. Upon logging in to the e-procurement website, bidders can download the bid documents and shall thoroughly go through the same. All documents required for the bid, shall be uploaded on the appropriate place in the E-Procurement web site, digitally signed. No physical scanned documents need to be uploaded except those specifically indicated.

1.5. Bidders shall make their own arrangement for e-bidding. The Un-priced Technical

Bids along with all the copies of documents should be submitted in e-form only through BPCL e-Procurement system. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signe d using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same.

1.6. Late and delayed Bids/ Offers after due date/ time shall not be permitted in E-procurement system. However if bidder intends to change the bid already entered may change/ revise the same on or before the last date and time of submission deadline. No bid can be submitted after the last date and time of submission has reached. The system time (IST) that will be displayed on e-Procurement web page shall be the time and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid. No bid can be modified after the dead line for submission of bids.

1.7. BPCL shall not be responsible in any way for failure on the part of the bidder to follow the instructions. Further BPCL in any case will not be responsible for inability of the bidder in participating in the event due to ignorance, failure in Internet connectivity or any other reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission.

Page 23: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 4 of 17

1.8. Bidders are required to Login with their User ID & Password (along with Digital Certificate) on e-tendering site (https://bpcl.eproc.in), then click on “Dashboard”, click on “Action” button against required Tender, If the required tender number/ details are not available in the first displayed page, then they can click on “more” button, for proceeding to next page(s). They will get “Download files” as well as “Tender Common Forms” on the same page. For participating in tender and for download Tender Documents, click on “Participate”. In the same menu, one can upload the scanned, signed stamped documents in “Edit Bid Common Forms”.

1.9. For downloading Java, please click on “Download JRE 6” on login page or more details about Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.]

1.10. Bidders are required to save/ store their bid documents for each item into their computers before submitting their bid into e-tender.

2. CONTACT PERSONS 2.1. Please note that tender against tender enquiry is invited through e-tendering mode.

In case of any clarification regarding the tender, following are the contact persons:- 2.2. FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots of the errors being faced to: Email: [email protected] & with a copy to: [email protected] (or) Contact the following helpdesk numbers: Tel: 022- 66865600/ 66865601/ 66865602.

2.3. FOR OTHER CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Shri. H.P. Panchal, Manager (CPO-R), BPCL – Mumbai Refinery, Mahul, Mumbai. Tel no. 022 - 25524129. Email: [email protected]

Shri. S. Skanda Prasad, Sr. Manager (CPO-R), BPCL – Mumbai Refinery Mahul, Mumbai. Tel no. 022 – 25533117 Email: [email protected]

3. SCOPE OF BID 3.1. BPCL invites E-Bids in 2 or 3 parts as described in SPC, in complete accordance with

tender documents and its attachments.

3.2. SCOPE OF BID: The scope of work shall be as defined in the RFQ.

4. COST INCURRED FOR PREPARATION OF BIDDING DOCUMENTS

4.1. The bidder shall bear all costs associated with the preparation and submission of the bid, and BPCL will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

Page 24: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 5 of 17

5. SITE VISIT 5.1. Site visit/ Pre-bid meeting (if applicable) will be held on scheduled date(s) as

mentioned in SPC. All interested bidders are requested to reach the site in time. The purpose of the pre- bid meeting is to clarify any doubts of the Bidders on the interpretation of the provisions of tender. Bidder(s) are requested to submit their queries, mentioning firm name, clause no. & clause by a letter/ e-mail to the Engineer-in-charge in order to have fruitful discussions during the meeting. All Bidders are requested to acquaint themselves for better clarity about the site and tender conditions, before submitting their bids. Necessary clarifications (if any), may be obtained prior to submission of the bid.

5.2. Bidders shall visit the location, at their own expense to see the site conditions before quoting for the job. Bidders should contact Enginee r-in-charge for getting information required for visiting the site locations well in advance. Bidders to obtain all the information required for executing the contract from site. No request will be entertained on this count even if bidders choose not to visit. No claim what so ever may be shall be entertained on this ground.

6. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT 6.1. CONTENTS OF BIDDING DOCUMENT 6.1.1. The Bidding Document has been hosted on

a. E-procurement platform - https://bpcl.eproc.in; b. www.bharatpetroleum.in→ Energizing Business→Tenders → CPO (Refineries) & c. Central Procurement Portal - http://eprocure.gov.in/cppp.

6.1.2. The bidder is expected to examine BIDDING document, bidding guidelines receipt from BPCL or available on BPCL website, all instructions, formats, terms, specifications and drawings etc., enclosed in the BIDDING documents. The invitation for bid (BIDDING) together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. Failure to furnish all information required by the BIDDING documents or submission of a bid not substantially responsive to the BIDDING documents in every respect will be at bidder’s risk and may result in the rejection of the Bid.

6.2. CLARIFICATION ON BIDDING DOCUMENTS 6.2.1. A prospective bidder requiring any information or clarification of the BIDDING

documents, may notify in writing by e-mail/fax/post to the following : Mr. S. Skandaprasad, Sr. Manager (CPO-R) / Mr. H.P. Panchal, Manager (CPO-R) Bharat Petroleum Corp. Ltd., Admin Building, Mahul, Mumbai -400 074. Tel. No.: 022-2553 3117 / 022-2552 4129.

6.2.2. In the event of finding any discrepancies in or omissions from the Bid Documents, or

should the Bidder be in doubt as to the meaning of such documents, Bidder shall immediately notify BPCL, either by facsimile or letter, as indicated above, who will thereupon, if required, send necessary written instructions to all Bidders. Any such

Page 25: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 6 of 17

request shall reach BPCL not later than seven (7) days prior to the ‘closing date” or Tender Due date.

6.3. AMENDMENT OF BIDDING DOCUMENTS 6.3.1. At any time prior to the deadline for submission of bids, the Owner may, for any

reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the BIDDING documents by issuing addenda.

6.3.2. Any addendum thus issued shall be part of the BIDDING documents. The addendum

will be hosted on the BPCL e-procurement platform. All the bidders who have raised the queries shall be informed by e-mail/ Fax/ Courier about the addendum for their reference. Bidders have to take into consideration of all the addendum(s) / corrigendum (s) / Due date extensions / clarifications issued/ web hosted, before submitting the bid.

6.3.3. The Owner may, at their discretion, extend the date of submission of Bids in order to allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

7. LANGUAGE OF BID 7.1. The Bid prepared by the bidder, all correspondence/drawings and documents

relating to the bid exchanged by the bidder with the Owner shall be in English Language. In case any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

7.2. In the event of submission of any document/ certificate by the Bidder in a language

other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder’s country shall be submitted by the Bidder. Metric measurement system shall be applied.

8. EARNEST MONEY DEPOSIT (EMD) : 8.1. The EMD for each E-tender no. is ` 1,00,000/- (Rupees One Lakh Only) for Indian

bidders or USD 1800 (US Dollar One Thousand Eight Hundred Only) for foreign bidders. EMD to be submitted by way of crossed account payee Demand Draft drawn on any nationalized/ scheduled bank in favour of "BHARAT PETROLEUM CORPORATION LTD" payable at Mumbai. The EMD shall be submitted to BPCL prior to the due date & time of opening of the " Pre-Qualification Bid / Technical Bid" whichever is earlier.

The following categories of bidders are however exempted from depositing EMD: (i) Public Sector Enterprises; (ii) Units registered with National Small Industries Corporation (NSIC) subject to: a)The unit being registered with NSIC for the item tendered.; b) Registration certificate being valid as on date of quotation. (iii) Vendors who are already registered with BPCL; Such bidders must upload appropriate proof along wi th their “Pre-Qualification Bid / Technical Bid”, to show that they are eligible for the exemption from EMD

Page 26: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 7 of 17

(application for registration as NSIC or for renewal will not be acceptable ), failing which such bid will be treated as bid received without EMD and liable to be rejected. Registration with DGS&D will not entitle the Bidder to claim exemption from payment of EMD.

8.2. "Earnest Money Deposit" (EMD), wherever applicable, shall be paid separately by

Demand Draft (DD)/ Banker's Cheque drawn in favour of Bharat Petroleum Corporation Limited and payable at Mumbai. Alternatively EMD can also be paid by way of "Bank Guarantee" as per BG format (available in Page 37 of General Conditions of Contract (GCC)), from any Bank recognized as Scheduled Bank by Reserve Bank of India, in favour of M/s. Bharat Petroleum Corporation Ltd. Mumbai.

8.3. The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper of

value not less than Rs. 100/- (Rupees One hundred only) and in the prescribed Performa given in the Tender Document.

8.4. The Bank Guarantee shall be kept valid for a period of 90 days beyond the validity period of the offer for claim.

8.5. Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be sent separately to DGM, CPO-Refineries, BPCL. Copy the DD/ Banker's cheque/ BG as the case may be, along with proof of dispatch to be uploaded along with "Technical Bid". Bids without EMD are liable to be rejected.

8.6. EMD of other unsuccessful bidders shall be released after issuance of FOI/ Purchase Order against this tender. However, in case of successful bidder the EMD shall be released on receipt of performance bank guarantee.

8.7. Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted to alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not yet been opened/ finalised. A tenderer who purports to alter/ modify withdraw their offer after submission, within the validity of the offer shall be liable to have their offer rejected and their EMD forfeited/encashed.

8.8. The Earnest Money deposited by successful tenderer shall be forfeited if the successful tenderer fails to honour the offer terms prior to ordering and Contractual terms after issuance of FOI/ PO.

8.9. Offers received without scan copy of EMD (DD/ BG/ Valid NSIC Certificate) in the e-tender and physically not received within 7 days after “Technical Bid” opening date (as indicated in the NIT or corrigendum thereof) are liable to be rejected.

9. PRICE BIDS 9.1. Prices shall be furnished strictly in the appropriate Price Schedule format(s) enclosed

with the bid document. Quoted prices shall be net of discount, if any. Conditional discounts, if offered by a bidder, shall not be considered for evaluation.

9.2. Price quoted by the bidder shall remain firm & fixed until completion of the contract and will not be subject to any variation, except statutory variation except statutory variation in taxes, duties & levies pursuant to relevant provisions in Special Purchase Conditions.

Page 27: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 8 of 17

9.3. The bidder shall quote the price for item in the Price Schedule after careful analysis

of cost involved for the performance of complete work considering all parts of the RFQ Documents. In case, any activity though specifically not covered but is required to complete the work as per scope of work, scope of supply, specifications, standards, drawings, GPC, SPC or any other part of RFQ Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

9.4. Owner will issue concessional form ‘C’ for CST only . No concessional form ‘D’ shall be issued for VAT.

9.5. FOT despatch Point price of item including packing & forwarding, (such price to

include fabrication/ manufacturing of item, all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the goods, inspection testing etc.) but excluding applicable taxes and duties on finished goods.

9.6. Supply price shall be exclusive of Excise Duty (including Cess) and CST (with concessional form) or VAT (without concessional form) which will be applicable on the finished goods.

9.7. Item wise Transportation Charges upto respective site exclusive of Service Tax and Ed Cess thereon. Transit Insurance shall be arranged by Owner. If a supplier does not quote freight charges, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

9.8. Site work Prices, if applicable, as per RFQ Documents, shall be exclusive of Service Tax & inclusive of VAT on Work Contracts. All necessary taxes & duties and registration, if required for carrying out the site activities shall be done by the bidder and cost towards the same shall be included in quoted site work prices.

9.9. Foreign Bidders shall submit their prices on FOB –International Port of Exit basis. FOB Prices quoted shall be inclusive of all applicable taxes, packing & forwarding etc. applicable upto FOB – International Port of Exit.

10. BID CURRENCY 10.1. Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /

Indian Rupees for foreign bidders in accordance with RBI guidelines.

10.2. Currency once quoted will not be allowed to be changed. BPCL shall not be compensating for any exchange rate fluctuation.

11. BID VALIDITY 11.1. The bid shall remain valid for acceptance for period mentioned in RFQ from the final

bid due date. BPCL shall reject a bid valid for a shorter period being non-responsive.

11.2. In exceptional circumstances, prior to expiry of the original bid validity period, BPCL may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by fax/ post/ e-mail).

Page 28: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 9 of 17

12. OFFER WITHOUT ANY DEVIATION 12.1. BPCL will appreciate submission of offer based on the terms and conditions in the

enclosed SPC, GPC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspect of the offer. Bids having any deviation to the RFQ Terms & Conditions may lead to rejection of offer.

13. AGENTS/ REPRESENTATIVES/ RETAINERS/ ASSOCIATES 13.1. BPCL would prefer to deal directly with the manufacturers/ principals abroad

without involving any Indian agent. Agents/ representatives/ retainers/ associates bids found at any stage of evaluation i.e. from un-priced bid opening till priced bid opening shall be liable for rejection.

14. CONFIDENTIALITY OF BID DOCUMENT 14.1. The bidder shall not disclose any information conta ined in the bid document or

otherwise supplied in connection with this bid to a ny third party, except for the purpose of preparing its bid and shall require any such third party to treat such information as confidential.

14.2. After the opening of bids, information relating to the examination, clarification, evaluation and comparison of bids and recommendations concerning to award of contract shall not be disclosed to Bidders.

15. SIGNING OF BID 15.1. The Bid must contain the name, designation, residence and place of business of the

person or persons submitting the Bid, and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below their signature.

15.2. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid.

15.3. The Bidder’s name stated in the Bid shall be the EXACT LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or incorporated.

16. SUBMISSION OF BIDS

16.1. Bids should be submitted through e-tendering portal in 3 part bid system (i.e., "Pre-

Qualification Bid”, “Technical Bid" & "Priced Bid") OR in 2 part bid system, (i.e., “Prequalification and Techno-commercial bid” & "Priced Bid" as described in SPC, in complete accordance with tender documents and its attachments.

16.2. "Pre-Qualification Bid” shall be complete with all the required documents uploaded as given below.

a. All required documents as per PQ criteria b. Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid NSIC

Certificate) or Registration/ Exemption Certificate (if any).

Page 29: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 10 of 17

c. Performa of Holiday List to be submitted properly filled. d. Contact details of Vendor duly filled, signed and s tamped. e. Integrity Pact Document duly filled, signed and stamped on each page f. Any other supporting documents/ information in support of the bid.

16.3. "Technical Bid", i.e. Techno-Commercial Bid, shall be complete with all technical and

commercial details (other than price) duly filled, signed and stamped essentially containing the following documents shall be submitt ed/ uploaded:-

a. The Techno-Commercial offer shall contain all technical Specifications, and

any other technical details you would like to inform BPCL on the subject job. This shall also include the following documents.

b. Details of taxes and duties as per the format attached. c. Un-Priced copy of Price Schedule with an indication “Quoted” or “Not-

Quoted” against each item. Please do not indicate prices in Un-Price Bid. d. Technical & Commercial Deviations if any. These shall be indicated in the

format attached. e. Any other supporting documents/ information in support of the Un-priced

Bid.

A copy of Price bid format without filling up the price, but specifically stating as ‘Quoted’ or ‘Not Quoted’ against each item, as a confirmation that the bidder shall be quoting for each item, as per the Price Schedule.

f. BPCL’s Special Purchase Conditions (SPC), duly signed and stamped as a token

of acceptance. g. Acceptance, Compliance, Deviations and Exceptions: Bidders are requested

to have all their queries clarified before bidding. Bidders are required to confirm and accept all the terms and conditions of the RFQ. However, if they still have deviations from our RFQ and the attachments (GPC, SPC, ITB, Commercial Questionaire, etc.), they can indicate deviations in the Form giving reference to clause no.

16.4. Bidders are to note that in case of 2 part bid system tenders, all the documents

mentioned against “Pre-Qualification Bid” and “Technical Bid” as indicated above shall be submitted along with “Technical Bid”.

16.5. “Priced Bid” shall be complete with the Price Schedule filled strictly as per Schedule of Rates Format enclosed. The quoted price for each item shall be written in figures & words. All pages in the priced bid form to be signed and sealed by bidder. Signed and scanned copy of priced bids shall be uploaded a t appropriate locations in e-portal.

16.6. Bids complete in all respects should be uploaded in BPCL e-tendering portal on or before the due date & time. Each page of all documents, submitted by the bidder, shall be duly signed & stamped, and then scanned and uploaded in the portal. The offer shall be submitted in the Portal under the digital signature of the bidder.

16.7. All changes/ alterations/ corrections in the BID shall be signed in full by the person or persons signing the Bid, with date. No erasure, use of correction fluid and/ or overwriting is permitted. All blank spaces shall be filled in by typewriter/printed or in ink and inter-lineations, alterations or erasures, if any occur, shall be formally

Page 30: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 11 of 17

explained over the signature of authorized representative. “Non-compliance/ violation” of this requirement may be cause for the rejection of the Bid.

16.8. Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers, shall not be accepted.

16.9. BPCL shall not be responsible for any delay in uploading of offer.

17. DEADLINE FOR SUBMISSION OF BID 17.1. The E-Bids must be submitted on or before the last date and time mentioned in the

RFQ.

17.2. BPCL may, in exceptional circumstances and at its discretion, on giving reasonable notice by fax or any written communication to all prospective bidders who have purchased the bid document extend the deadline for the submission of e-bids in which case all rights and obligations of BPCL and b idders, previously subject to the original deadline will thereafter be subject to deadline as extended.

18. MODIFICATION AND WITHDRAWAL OF BIDS 18.1. The Bidder may modify or withdraw their Bid after the Bid’s submission, in E-tender

platform, prior to the due date.

18.2. No bid shall be modified subsequent to the deadline for submission of bids.

18.3. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder. Withdrawal of a bid during this interval shall result in the forfeiture of bidder’s EMD and/ or holiday listing of such bidder s.

19. TENDER OPENING:

19.1. The deadline for bid submission is 1400 Hrs on the due date mentioned. The bids can

be submitted in the e-procurement website upto the tender due date and time. The Pre-qualification bids (in case of 3 part bids) and Technical bids (in case of 2 part bids) will be opened online through e-procurement website https://eproc.bpcl.co.in, on the same day.

19.2. Pre-qualification Bids: The Pre-qualification bids shall be opened on the due date mentioned. Bidders, who have submitted their bids, can view/ witness the "Pre-qualification Bid" opening through the e-portal. Th e offers of those bidder(s) whose offer meet the Prequalification requirements, will only be considered for further evaluation, while those not meeting the Pre-qualification criterion, will be rejected without any clarification.

19.3. Technical Bids:- The Technical bids (Techno-Commercial Bid) of those bidder(s), whose offers for "Pre-qualification Bid" are found to be acceptable, will only be opened under advance intimation to them. Such Qualified Bidders can view/ witness the "Un-priced Bid" opening through the e-portal.

19.4. Price Bids:- The date and time of opening Price Bids shall be intimated separately to the techno-commercially acceptable bidders and the price bids shall be opened

Page 31: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 12 of 17

through e-portal. Such Techno-Commercially accepted bidders can view/ witness the "Price Bids" opening through the e-portal.

20. CONTACTING THE OWNER/ OWNER REPRESENTATIVE 20.1. From the time of the bid opening to the time of the award, if any bidder wishes to

contact the Owner for any matter relating to the bid, it should done in writing.

20.2. Canvassing in any form by the Bidder or by any other Agency on behalf of the Bidder after submission of the Bid may disqualify the said Bid. Any effort by a bidder to influence BPCL in any manner in respect of bid evaluation in decisions concerning award of contract will result in the rejection of that bid.

21. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 21.1. BPCL will examine the bids to determine whether they are complete, whether any

computational errors have been made, whether the documents have been properly signed, and whether the bids are generally in order.

21.2. Prior to the detailed evaluation, BPCL will determine whether each bid is of acceptable quality, is generally complete and is responsive to the RFQ Documents. For the purposes of this determination, a responsive bid is one that conforms to all the terms, conditions and specifications of the RFQ Documents without deviations, objections, conditionality or reservations.

21.3. As part of examination, evaluation and comparison of Bids, the Owner may at his discretion, ask Bidders individually for clarification or call them for discussion of their Bid.

21.4. For Techno-Commercial clarifications, bidders shall normally be given a cut off date for furnishing clarifications. Clarifications received after the specified cut off date are liable not to be considered for evaluation. Technical Query (TQ)/Commercial Query (CQ) shall be issued to bidders through E-Mail/E Te ndering platform. Reply of TQ/CQ shall also be received through E-Mail/E-Tendering platform.

21.5. Bidder shall not be allowed to submit any Price Implication or Revised Price after submission of Bid, unless there is change in the stipulations of the RFQ Document and such changes are incorporated through an Amendment. In case Exceptions and Deviations submitted by Bidder along with Bid are not considered as acceptable and no Amendment is issued, then in such a case the Bidders would be required to withdraw such Exceptions/Deviations in favour of st ipulations of the RFQ document and Bidders would not be eligible for submission of Price Implication/Revised Price, failing which such Bid(s) shall be considered as no n responsive and rejected.

21.6. BPCL determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by BPCL, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

22. COMMERCIAL EVALUATION

22.1. Bidders are required to quote firm prices as per the Price Schedule format for submitting prices and show all taxes, duties and levies, cess etc. separately. Bids shall be evaluated on the basis of landed cost at site considering eligible CENVAT/ input

Page 32: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 13 of 17

tax credits as applicable. Applicable taxes and duties shall be indicated in the un-priced copy of price format.

22.1.1. BPCL may claim Cenvat / input tax credits on taxes and duties as per the relevant statutes in force and the credit on account of the same shall be considered for evaluation. The bidders shall furnish the present rate of taxes and duties, applicable for the tender separately as per format attached. Successful bidders shall furnish all documents as required to enable BPCL to avail CENVAT/ input tax credit. Excise duty, Service Tax and VAT shall be released only on receipt of Cenvatable / Vatable copy of corresponding Invoice enabling availing of input credits by BPCL.

22.2. If the bidder in his quotation specifies that CST/ VAT is not applicable due to any reason, the same shall be borne by bidder, if it becomes applicable any time during the pendency of the contract.

22.3. In cases bidder is paying any service tax on goods dispatched on freight paid basis,

bidder is requested to specify the approximate service tax amount on freight separately. This amount would be considered as reduction in quoted price (landed price) while evaluating the bids, subject to the following: • Deduction would be to the extent of cenvat credit service tax available to the refinery. • Bidder to confirm that Invoice in which freight is claimed will show this service

tax amount separately and also will mention the service tax registration number under which this service tax is paid to the Govt.;

• While releasing payment after award of the order, the service tax amount as mentioned above would be paid only if invoice showing the said amount and service tax registration number is made available by the bidder.

If bidder failed to give proper documents to avail cenvat credit, Service tax on freight claimed if nay will not be paid.

22.4. Any Statutory variation in taxes and duties, within the contractual delivery date, shall be on owner’s account, against submission of documentary evidence. However, in case of delay in delivery beyond the contractual date, for reasons attributable to seller, any increase in these rates shall be borne by seller, whereas any decrease shall be passed on to the owner. BPCL shall take CENVAT benefit as applicable.

22.5. Any new or additional taxes/ duties and any increase in taxes/ duties imposed after contractual delivery period shall be to supplier’s account, whereas any corresponding decrease shall be passed on to the owner.

22.6. For the purpose of applicability of statutory variations on taxes and duties (including imposition of any new taxes/duties/levies, etc.) under above terms, each staggered delivery of lots (due in a specific month as per delivery schedule for bulk items) shall be considered as delivery date for the respective lot(s).

22.7. Concessional rate of Custom Duty: 22.7.1. The bidder must ascertain and confirm along with supporting documents in the bid,

if any Customs Duty exemption / waiver is applicable to the products being supplied by him under any multi-lateral / bi-lateral trade agreement between India and bidder’s country.

22.7.2. The bidder shall be liable to provide all documentation to ensure availment of the

exemption/ waiver. In case the bidder defaults on this due to any reason,

Page 33: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 14 of 17

whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if any.

22.7.3. Any Customs Duty applicability on account of any change in the bi-lateral/ multi-lateral agreement shall be to bidder’s account.

22.7.4. Documentation to be furnished for availing the exemption/ waiver of Customs Duty shall be specifically listed in the Letter of Credit also as the pre-requisite for release of payment against shipping documents and this documentation shall necessarily form a part of shipping documents.

22.8. Purchase Preferences as applicable shall be considered as per GPC. 22.9. In case bidder intend not to quote for certain item/ tags/ groups as applicable, then

the bidder shall mention “Not Quoted (NQ)” in respective cells of price schedule. Wherever cell is found blank in the price schedule, then it shall be treated as “Not Quoted (NQ)” and evaluation of bids shall be carried out accordingly.

23. ARITHMETIC CORRECTIONS 23.1. If there is correction/ wrong entry or a difference between the values entered in

figures and in words, the following procedure shall be adopted for evaluation:

a. When there is a difference between the rate in figures and in words for an item, the rate which corresponds to the amount worked out by the Bidder for the item based on the notional quantity specified, shall be taken as correct.

b. When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect, the rate quoted by the Bidder shall be taken as correct

c. When it is not possible to ascertain the correct rate as detailed above, the rate quoted for the item in words shall be adopted as the quoted rate.

d. If the total amount written against an item does not correspond to the rate

written in figures and if the rate in words is not written by the bidder, then the higher of the rates, i.e. higher of the rate worked out by dividing the amount by the notional quantity and the rate quoted shall be considered for evaluation. In the event that such a bid is determined as the lowest bid, the lower of the rates shall be considered for ordering.

e. Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by the Bidders after opening of the prices, shall not be considered. However, if reduction is from the recommended Bidder, such reduction shall be taken into account for arriving at the contract value.

f. If prices etc. are not filled up in the PRICED BID and are not as per the requirements of the Bidding Document, the same shall be omitted from evaluation.

24. CONVERSION TO SINGLE CURRENCY

Page 34: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 15 of 17

24.1. Foreign vendors’ bids shall be compared on equivalent Indian Rupees basis considering SBI TT Selling rate of foreign exchange published on the day of opening of the Price Bids.

25. BID REJECTION CRITERIA: 25.1. The bidders shall adhere to the following provisions of the Bidding Document

without taking any deviations, failing which the Bid shall be considered to be non-responsive and are liable to be rejected. a. Defects liability period/ Guarantee Period. b. Delivery schedule/ Time Period of Completion c. Bids with Price Variation Clause (PVC) without variation formula and ceiling. d. Insufficient validity period. e. Advance payment f. Non submission of EMD as applicable g. Non submission of Integrity Pact h. Any other rejection point specified elsewhere in the RFQ Documents.

26. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON.

Bidders are requested to submit the offer in line with RFQ documents terms and

conditions. Any deviation on account of payment terms, non-acceptance of Performance Bank Guarantee (PBG) and Price Reduction Schedule (PRS) clauses will lead to loading of prices while evaluation.

27. EVALUATION CRITERIA FOR COMPARISON OF BIDS

a. Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site including third party inspection charges (if applic able) by BPCL minus CENVAT / Set off benefit available to BPCL.

b. Commercial loading shall be done on FOT dispatch Po int price.

c. If a supplier does not quote freight charges or mentioned that freight extra, his offer shall be loaded with maximum freight charges as quoted by the other bidders.

d. Taxes/Duties: The taxes & duties will be cost loaded as applicable. However, if a vendor states that the sales tax/ Excise Duty is not applicable at present or quotes lesser percentage and will be charged as applicable at the time of delivery, then such vendor’s price will be loaded by the highest rate as indicated by the remaining vendors.

27.1. Where Indian as well as Foreign Bids are under comparison: 27.1.1. Domestic Bidders:

Bids shall be evaluated on the basis of net effective price i.e. landed cost at Site including third party inspection charges (if applic able) by third party inspection agency as nominated by BPCL minus CENVAT / Set off benefit available to BPCL.

Page 35: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 16 of 17

27.1.2. Foreign Bidders :

Bids shall be evaluated on the basis of landed cost at Site including the charges of inspection by third party inspection agency, all duties, taxes and transportation charges as under less Cenvatable CVD/ SAD etc., Cenvatable service tax (if applicable): a) F.O.B. price quoted by the bidder (including stowage charges in case of pipes) b) Ocean freight and marine insurance as under:

Europe / Japan / Asia : 6% of FOB price Australia / American Continent : 9% of FOB price

c) Prevailing rate of Customs duty calculated with Landing Charges @ 1% of CIF Value

d) C.V.D. at prevailing rate. ED Cess on CVD, Special Additional duty, as applicable

e) Port handling charges @ 2% of FOB value f) Inland freight charges from Mumbai port(India) to project site(s) @2% of

landed cost, i.e., sl.no.(a )to (d) g) Octroi charges as per prevailing rate, clearing charges etc. h) In case of pipes, where the supplier has not indicated stowage charges, 0.6%

shall be loaded to the FOB price i) Cenvat benefit available to BPCL shall be considered during price evaluation.

28. THIRD PARTY INSPECTION : 28.1. For all indigenous suppliers, BPCL will nominate authorised Third party Inspection

(TPI) agency. TPI charges for the same shall be paid directly to TPI agency by BPCL. Suppliers are required to coordinate with the TPI agency for carrying out TPI activities.

28.2. For imported items, the bidders quoted price shall include third party inspection

charges, which will be considered for evaluation of prices and included in the order value at the time of award of order.

29. AWARD OF CONTRACT : 29.1. Prior to the expiring of the period of Bid validity prescribed by BPCL, BPCL will notify

the successful Bidder by Letter of Intent (LOI) / Purchase Order (PO) that his Bid has been accepted. This notification of award shall contain the sum which BPCL will pay to the successful bidder in consideration of the execution and completion of the work as per Purchase order. BPCL will be the sole judge in the matter of award of PO and the decision of BPCL will be final and binding. Successful bidder shall duly sign and stamp one copy of the LOI / PO as token of acceptance and return to BPCL within 10 days from date of LOI / PO.

29.2. The notification of award will constitute the formation of contract. The successful

Bidder shall execute the requirements of a Purchase Order, which, among other things, shall include, by reference, all the Sections and provisions of these Bid Documents. The Purchase Order shall be signed by the duly authorized representatives of the Bidder and BPCL.

Page 36: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Instruction to Bidders Page 17 of 17

30. INTEGRITY PACT (IP):

30.1. Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid documents, duly signed by the same signatory who is authorised to sign the bid documents. All the pages of the Integrity Pact shall be duly signed, scanned and uploaded along with other documents. Bidder's failure to upload the IP duly signed along with bid documents shall result in the bid no t being considered for further evaluation.

30.2. If the Bidder has been disqualified from the tender process prior to the award of the contract in accordance with the provisions of the IP, BPCL shall be entitled to demand and recover from Bidder Liquidated Damages amount by forfeiting the EMD/ Bid Security as per provisions of IP.

30.3. If the contract has been terminated according to the provisions of the IP, or if BPCL is entitled to terminate the contract according to the provisions of the IP, BPCL shall be entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the IP.

30.4. Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor (IEM). The IEM's name, address & contact number is given below:

Shri Brahm Dutt No. 82, Shakti Bhavan Race Course Road Bangalore 560 001 Tel: 080-22256568/09731316063

31. GENERAL POINTS: 31.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in

part or full, without assigning any reason whatsoever. BPCL also reserves its right not to accept the lowest rates quoted by the bidders and also to give purchase preference to Public Enterprises, as admissible under the existing policies of Government of India and to JVs/ Subsidiaries as per BPCL guidelines.

31.2. Offers and all correspondence must be in English language only.

31.3. Any effort by bidder or bidder’s agents, consultant or representative, howsoever described, to influence the owner in any way concerning scrutiny/ consideration/ evaluation/ comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

31.4. BPCL reserves the right to reject any or all the tenders without assigning any reasons whatsoever. Also BPCL reserves the absolute right to reject any or all the bids/tenders solely based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the opinion/ decision of BP CL regarding the same being final and conclusive.

Page 37: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 1 of 24

Annexure-7 Bharat Petroleum Corporation Limited

General Purchase Conditions The following conditions shall be applicable for all procurement unless specifically mentioned in the Special Purchase Conditions. INDEX 1. DEFINITIONS 2. REFERENCE FOR DOCUMENTATION 3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER 4. LANGUAGE OF BID 5. PRICE 6. TAXES AND DUTIES 7. INSPECTION 8. SHIPPING 9. INDIAN AGENT COMMISSION 10. ORDER AWARD / EVALUATION CRITERIA 11. CONFIRMATION OF ORDER 12. PAYMENT TERMS 13. GUARANTEE/WARRANTY 14. PERFORMANCE BANK GUARANTEE 15. PACKING & MARKING 16. DELIVERY 17. UNLOADING AND STACKING 18. TRANSIT INSURANCE 19. VALIDITY OF OFFER 20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE 21. RISK PURCHASE CLAUSE 22. FORCE MAJEURE CLAUSE 23. ARBITRATION CLAUSE 24. INTEGRITY PACT (IP) 25. RECOVERY OF SUMS DUE 26. CONFIDENTIALITY OF TECHNICAL INFORMATION 27. PATENTS & ROYALTIES 28. LIABILITY CLAUSE 29. COMPLIANCE OF REGULATIONS 30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT 31. NON-WAIVER 32. NEW & UNUSED MATERIAL 33. PURCHASE PREFERENCE CLAUSE 34. CANCELLATION 35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION 36. ASSIGNMENT 37. GOVERNING LAW 38. AMENDMENT 39. SPECIAL PURCHASE CONDITIONS 40 NOTICES

Page 38: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 2 of 24

Bharat Petroleum Corporation Limited General Purchase Conditions 1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India

enterprise), a Company incorporated in India having its registered office at Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this

Request for quotation (RFQ)/purchase order is issued and shall include its successors and assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,

checking/testing of items ordered and for certifying the items conforming to the purchase order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,

supplies, drawing, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified or required to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION

LTD. desires to receive materials any where in India as mentioned in RFQ. 1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between

Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no commitment of contractual quantity) on mutually agreed terms and conditions. The actual supply of goods/ materials shall take place only on issue of separate purchase orders for required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually

agreed terms and conditions with commitment of Quantity Ordered.

Page 39: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 3 of 24

2. REFERENCE FOR DOCUMENTATION : 2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all

correspondence before finalization of Rate Contract / Purchase Order. 2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /

Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices, (including shipping documents if applicable) packing list and on any documents or papers connected with this order.

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :

The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY : 6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period

will be payable by BPCL against documentary evidence. Vendor shall mention in their offer, the percentage of excise duty applicable at present. Any upward variation in excise duty rates, beyond the contractual delivery period, shall be to vendor’s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is

not payable. If applicable in future, the same will be borne by vendor. 6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess

component and accordingly Excise duty / Cess should be quoted separately wherever applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice (transporter’s copy) at the time of delivery of goods at owner’s site.

Page 40: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 4 of 24

6.2. SALES TAX / VAT/GST : 6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be

payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax currently applicable in their offer. The rates applicable for “CST without form C”, “CST with form C" and “VAT” shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit

the TAX invoice. 6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also claim CENVAT Credit on service tax. The vendor should quote service tax separately, if applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable

6.4 FREIGHT AND OCTROI : 6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight

shall be payable after receipt of the Material(s) at the site, unless otherwise specified. 6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by

BPCL at actuals after receipt of the Material(s) at the Site against the submission of original documentary evidence for proof of payment of the related octroi and entry taxes, as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are payable extra by BPCL against documentary proof, within the contractual delivery period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery during the scheduled delivery period on finished materials will be on BPCL's account. Any upward variation in statutory levies after contractual delivery date shall be to vendor’s account.

Page 41: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 5 of 24

7. INSPECTION : 7.1. Materials shall be inspected by BPCL approved third party inspection agency if

applicable before dispatch of materials. However, arranging and providing inspection facilities is entirely vendor’s responsibility and in no way shall affect the delivery schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies

are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant

standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order. 7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.

In order to enable BPCL’s representative(s) to witness the tests/inspections. BPCL will advise the Vendor in advance whether it intends to have its representative(s) be present at any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved

from its responsibilities to ensure that the Material(s), raw materials, components and other inputs are supplied strictly to conform and comply with all the requirements of the Contract at all stages, whether during manufacture and fabrication, or at the time of Delivery as on arrival at site and after its erection or start up or consumption, and during the defect liability period. The inspections and tests are merely intended to prima-facie satisfy BPCL that the Material(s) and the parts and components comply with the requirements of the Contract. The Vendor’s responsibility shall also not be anywise reduced or discharged because BPCL or BPCL’s representative(s) or Inspector(s) shall have examined, commented on the Vendor’s drawings or specifications or shall have witnessed the tests or required any chemical or physical or other tests or shall have stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt

of the Material(s) at the location, any Material(s) are found not to be in strict conformity with the contractual requirements or specifications, BPCL shall have the right to reject the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING : 8.1 SEA SHIPMENT : All shipment of materials shall be made by first class direct vessels, through the

chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper storage of the entire Cargo intended for the project in a specific manner so as to faciliate and to avoid any over carriage at the port of discharge. All shipment shall be under deck unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..

or order'.

Page 42: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 6 of 24

All columns in the body of the Bill of Lading namely marks and nos., material description, weight particulars etc., should be uniform and accurate and such statements should be uniform in all the shipping documents. The freight particulars should mention the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and separately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS : All documents viz. Bill of Lading, invoices, packing list, freight memos, country of

origin certificates, test certificate, drawings and catalogues should be in English language.

In addition of the bill of lading which should be obtained in three stamped original plus

as many copies as required, invoices, packing list, freight memos,(if the freight particulars are not shown in the bills of lading), country of origin certificate, test / composition certificate, shall be made out against each shipment in as many number of copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark

and numbers, contents case wise, country of origin, consignees name, port of destination and all other particulars as indicated under clause 2. The invoice shall show the unit rates and net total F.O.B. prices. Items packed separately should also be invoiced and the value shown accordingly. Packing list must show apart from other particulars actual contents in each case, net and gross weights and dimensions, and the total number of packages. All documents should be duly signed by the Vendor's authorised representatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing Of the Ministry of Surface Transport, New Delhi through their respective forwarding

agents. The names and addresses of forwarding agents shall be as per Special Purchase Conditions. Supplier shall furnish to the respective agents the full details of consignments such as outside dimension, weights (both gross and net) No of packages, technical description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be given by the supplier to enable the concerned agency to arrange shipping space.

The bill of lading shall indicate the following : Shipper : Goverment of India Consignee : Bharat Petroleum Corporation Ltd. In case of supplies from USA, Export Licences, if any required from the American

Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining such export licences would be available from India Supply Mission at Washington.

8.2 AIRSHIPMENT : In case of Airshipment, the materials shall be shipped through freight consolidator

(approved by us). The airway bill shall be made out in favour of BHARAT PETROLEUM CORPORATION LTD.

Page 43: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 7 of 24

TRANSMISSION OF SHIPPING DOCUMENTS : Foreign Supplier shall obtain the shipping documents in seven complete sets including

three original stamped copies of the Bill of Lading as quickly as possible after the shipment is made, and airmail as shown below so that they are received at least three weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay and / or demurrage in clearance of the consignment at the port due to delay in transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to

be sent to BPCL through Bank the distribution indicated below will confine to copies of documents only minus originals. Documents BPCL (Mumbai) Bill of Lading 4 (including 1 original) Invoice 4 Packing List 4 Freight Memo 4 Country of Origin Certificate 4 Third party inspection certificate 4 Drawing 4 Catalogue 4 Invoice of Third Party 4 for inspection charges whenever applicable. 9. INDIAN AGENT COMMISSION : Any offer through Indian agents will be considered only after authorization mentioning

them as Indian agents, is received from Vendor. Indian agents commission if applicable will be payable only in Indian currency. Indian agents should be registered with Directorate General of Supplies and Disposals, Government of India and agency commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges, Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation & Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit as applicable.

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order and return the same to BPCL.

Page 44: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 8 of 24

12. PAYMENT TERMS : 12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of

receipt and acceptance of materials at Site against submission of Peformance Bank Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents

directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one

original and two copies)) should be submitted to originator of P.O. (the name and contact details of whom are given in PO) and payments for despatches will be made by the originator of Purchase Order :

a) Invoice b) Excise invoice c) The Lorry Receipt of the consignment d) Packing list for the consignment e) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release

Note, wherever applicable f) Manufacturers Test/Composition Certificate, wherever applicable g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable h) Guarantee/Warranty Certificate(s), wherever applicable. i) Original Receipt for Octroi/other statutory levies as applicable. j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY : 13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and

design for a period of 12 months from the date of commissioning or 18 months from the date of dispatch whichever is earlier. Warranty for replacement of material / accessories should be provided free of charges at our premises. The above guarantee/warranty will be without prejudice to the certificate of inspection or material receipt note issued by us in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by

the vendor within the warranty period mentioned above. In the event of any defect in the material, the vendor will replace / repair the material at BPCL’s concerned location at vendor’s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will

be sent to the vendor on “Freight to pay” basis for free replacement. Material after rectification of defects shall be dispatched by the vendor on “Freight Paid” basis. Alternatively, BPCL reserves the right to have the material repaired / replaced at the locations concerned, at the vendor’s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,

accessories etc. so repaired and / or replaced.

Page 45: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 9 of 24

14. PERFORMANCE BANK GUARANTEE : 14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of

purchase order unless otherwise specified. This bank guarantee shall be valid (shall remain in force) for guarantee period (as mentioned in the guarantee clause), with an invocation period of six months thereafter. In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee and claim period. In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per Annexure I) through the following : a) Branches of Indian scheduled banks operating in their Country. b) Foreign bank operating in their Country which is counter guaranteed by branches of

Indian scheduled banks operating in their Country/India. c) Indian branches of foreign banks. d) Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG

(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate

Contract Period (validity of Rate Contract) + Contractual Delivery Period of material + Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :

15.1 PACKING : 15.1.1 Packing shall withstand the hazards normally encountered with the means of transport

for the goods of this purchase order including loading and unloading operation both by crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather

proof, seaworthy packing for ocean transport under tropical conditions and for rail or road or other appropriate transport in India. The packing shall be strong and efficient enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated &

marked as per International Standard of Phytosanitary Measures (ISPM-15") for material originating from the contracting countries to the International Plant Protection Convention or the members of Food & Agriculture Organization. Material from non-contracting parties would have to be accompanied by a phytosanitary certificate of the

Page 46: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 10 of 24

treatment endorsed. The Custom Officer at Indian Port shall not release the material without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and

external packing methods and standards as per current general rules of J.R.A. Good Tariff Part-I. All packaging shall be done in such a manner as to reduce volume as much as possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of

Materials and the packing shall bear the words "HANDLE WITH CARE GLASS FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in

drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags. 15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,

regulations and tariff of all cognizant Government Authorities and other Governing bodies. It shall be the responsibility of the seller of hazardous materials to designate the material as hazardous and to identify each material by its proper commodity name and its hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place

to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel

reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or

similar tag and wired securely on each end. 15.1.8 All delicate surface on equipment/materials should be carefully protected and printed

with protective paint/compound and wrapped to prevent rusting and damage. 15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely

fastened to the case bottom and shall be blocked and braced to avoid any displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately

in wooden cases with adequate protection inside the case and wherever possible should be sent along with the main equipment. Each item shall be suitably tagged with identification of main equipment, item denomination and reference number of respective assembly drawing. Each item of steel structure and furnaces shall be identified with two erection markings with minimum lettering height of 15mm. Such markings will be followed by the collection numbers in indelible ink/paint. A copy of the packing list shall accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly

bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate

Page 47: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 11 of 24

surfaces shall be carefully protected against damage and bad weather. All manufactured surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases,

progressive serial numbers shall be indicated on each case. 15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene

bags containing silicagel or similar dehydrating compound. 15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases

irrespective of their sizes. 15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together

with equipment/materials. One copy of the detailed packing list shall be fastened outside of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the

defective or insufficient packing as well as for corrosion due to insufficient protection. 15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from

improper packaging materials or packing procedures or having concealed damages or shortages, at the time of unpacking shall be to the supplier’s account.

All packages which require special handling and transport should have their Centres of Gravity and the points at which they may be slung or gripped clearly indicated and marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate

/ bundle shall be given for identification. 15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions

and also the Inspection certificate/release note, wherever applicable.

Page 48: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 12 of 24

15.2. MARKING :

The following details to be written on the side face of packing:

a) Purchase Order Number b) Vendor Name c) Batch no with Manufacturing date d) Procedure (in brief) for handling e) Date of dispatch etc.

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with indelible paint and on Vendor's care and expenses. BHARAT PETROLEUM CORPORATION LIMITED (With detailed address as given in Special Purchase Conditions) From : To : Bharat Petroleum Corpn.Ltd. (With detailed address as given in Special Purchase Conditions) Order no. Rev. no. Item : Equipment Nomenclature : Net weight : Kgs. Gross weight : Kgs. Case No. of Total cases : Dimensions : Import Licence No. NOTE :

Marking shall be bold - minimum letter height 5 cm. For every order and every shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends. When packing material is clean and light coloured, a dark black stencil paint shall be acceptable. However, where packaging material is soiled or dark, a coat of flat zinc white paint shall be applied and allowed to dry before applying the specific markings.

Page 49: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 13 of 24

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the documents shall be fastened inside a shell connection, with an identifying arrow sign "documents" using indelible paint.

16. DELIVERY : 16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule from the date of receipt of Purchase order. 16.2. Time being the essence of this contract, the delivery mentioned in the purchase order

shall be strictly adhered to and no variation shall be permitted except with prior authorization in writing from the Owner. Goods should be delivered, securely packed and in good order and condition, at the place of delivery and within the time specified in the purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /

procurement of raw material, the manufacturing, inspection / testing, packing, transportation or any other activity whatsoever required to be accomplished for effecting the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection

and/or testing and Release Order/Material(s) Acceptance Certificate issued by the Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect

of any Material(s). Any extra expenditure incurred by the Vendor on this account supported by satisfactory documentary evidence, will be reimbursed to the Vendor by BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned, 18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy. 18.2 In the case of imports, insurance against all marine and transit risk shall be covered under

the Owner's marine policy. However, the Vendor shall ensure that in effecting shipments clear bill of lading are obtained and the carrier's responsibility is fully retained on the Carriers so that the consignee's interests are fully secured and are in no way jeopardized.

Page 50: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 14 of 24

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit insurance of the consignment. Any failure by the Vendor to do so shall place the consignment at the Vendor’s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send

advance information by way of Telex message to Bharat Petroleum Corporation Ltd., (with detailed address as given in Special Purchase Conditions) giving particulars of the shipments, vessels name, port of shipment, bill of lading number and date, total FOB and freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date of opening of the tender unless otherwise specified in the Special Purchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE : 20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered

to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them

beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in writing of such anticipated delay and of the steps being taken by the Vendor to remove or reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful

Vendors to execute orders in accordance with the agreed delivery schedule will entitle BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of

the basic value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total basic order value. LR date will be considered as delivery completion date for calculation of price reduction in the case of ex works contract. Date of receipt of materials at owners premises shall be considered for calculation of price reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer’s fault plus one week (to take care of transit time for receipt of L/c) plus the delivery schedule as indicated by the vendors.

In case of the shipment taking place on “Cash against documents”, the contractual delivery shall be taken from the date of purchase order plus one week (to take care of transit time for receipt of order) plus delivery period.

Further the date of B/L or House airway bill shall be considered to find out the delay with respect to contractual delivery date. In case of FOB shipments if the vessel is not available then the intimation by vendors regarding readiness of the goods for the shipment shall be considered for calculating the delay if any. So vendor shall inform the

Page 51: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 15 of 24

readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk and cost of the vendor, without prejudice to its right under 20.3.1 above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the vendor fails to comply with the delivery schedule and other terms & conditions of the order. BPCL also reserves the right to procure the same or similar materials/equipment through other sources at vendor's entire risk, cost and consequences. Further, the vendor agrees that in case of procurement by the owner from other sources the differential amount paid by the owner shall be on account of the vendor together with any interest and other costs accrued thereon for such procurement.

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or combination of events or circumstances that affects the performance by the vendor of its obligations pursuant to the terms of this Agreement (including by preventing, hindering or delaying such performance), but only if and to the extent that such events and circumstances are not within the vendor’s reasonable control and were not reasonably foreseeable and the effects of which the vendor could not have prevented or overcome by acting as a Reasonable and Prudent person or, by the exercise of reasonable skill and care. Force Majeure events and circumstances shall in any event include the following events and circumstances to the extent they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm, flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism or act of public enemy (including the acts of any independent unit or individual engaged in activities in furtherance of a programme of irregular warfare), acts of belligerence of foreign enemies (whether declared or undeclared), blockades, embargoes, civil disturbance, revolution, rebellion or insurrection, exercise of military or usurped power, or any attempt at usurpation of power;

Page 52: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 16 of 24

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

( i ) The Vendor shall as soon as reasonably practicable after the date of commencement of the event of Force Majeure, but in any event no later than two (7) days after such commencement date, notify the BPCL in writing of such event of Force Majeure and provide the following information:

(a) reasonably full particulars of the event or circumstance of Force Majeure and the extent to which any obligation will be prevented or delayed;

(b) such date of commencement and an estimate of the period of time required to enable the vendor to resume full performance of its obligations; and

(c) all relevant information relating to the Force Majeure and full details of the measures the vendor is taking to overcome or circumvent such Force Majeure.

(ii) The Vendor shall, throughout the period during which it is prevented from performing, or delayed in the performance of, its obligations under this Agreement, upon request, give or procure access to examine the scene of the Force Majeure including such information, facilities and sites as the other Party may reasonably request in connection with such event. Access to any facilities or sites shall be at the risk and cost of the Party requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a Reasonable and Prudent Person, to circumvent or overcome any event or circumstance of Force Majeure as expeditiously as possible, and relief under this Clause shall cease to be available to the Vendor claiming Force Majeure if it fails to use such reasonable endeavours during or following any such event of Force Majeure.

(ii) The Vendor shall have the burden of proving that the circumstances constitute valid grounds of Force Majeure under this Clause and that it has exercised reasonable diligence efforts to remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has terminated or abated to an extent which permits resumption of performance to occur and shall resume performance as

Page 53: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 17 of 24

expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has complied and continues to comply with the obligations of this Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall be suspended and the Parties shall not be liable for the non-performance thereof for the duration of the period of Force Majeure; and

(ii) the time period(s) for the performance of the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall be extended for the duration of the relevant period of Force Majeure except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of Force Majeure occur, and continue for a period in excess of 60 consecutive days, then BPCL shall have the right to terminate this agreement, whereupon the Parties shall meet to mitigate the impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE : 23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of BPCL/Vendor against omission or on account of any of the parties hereto arising out of or in relation to this Contract shall be referred to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R) of BPCL as the case may be or to some officer of BPCL who may be nominated by them. 23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the

said Directors of BPCL shall designate another person to act as an Arbitrator in accordance with the terms of the said Contract/Agreement. The Arbitrator newly appointed shall be entitled to proceed with the reference from the point at which it was left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of

the Corporation and may be Share holder of the Corporation. 23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the

parties to the contract and the law applicable to arbitration proceedings will be the Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

Page 54: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 18 of 24

23.5. The language of the proceedings will be in English and the place of proceedings will be Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have

jurisdiction to entertain any application or other proceedings in respect of anything arising under this Agreement and any Award or Awards made by the Sole Arbitrator hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone. (legal)

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This document is essential & binding. Vendor's failure to return the IP document duly signed along with Bid Document may result in the bid not being considered for further evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or under the contract, the owner shall be entitled to recover such sums from any sum then due or when at any time thereafter may become due from the vendor under this or any other contract with the owner and should this sum be not sufficient to cover the recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be returned by the Vendor on demand. The Vendor shall not make use of drawing and specifications for any purpose at any time save and except for the purpose of BPCL. The Vendor shall not disclose the technical information furnished to or organized by the Vendor under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body or corporate authority and shall make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the vendor by BPCL shall at all time remain the absolute property of BPCL. Imparting of any confidential information by the Vendor will be breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied at all times, against any action, claim or demand, costs and expenses, arising from or incurred by reasons of any infringement or alleged infringement of any patent, registered design, trademark or name, copy right or any other protected rights in respect of any materials supplied or any arrangement, system or method of using, fixing or working used by the vendor. In the event of any claim or demand being made or action sought against BPCL in respect of any of the aforesaid matter, the vendor shall be notified thereof immediately and the vendor shall at his/its own expense with (if necessary) the

Page 55: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 19 of 24

assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon the premises of owner, vendor agrees to assume the responsibility for the proper conduct of such employees/representatives while on said premises and to comply with all applicable Workmen's Compensation Law and other applicable Government Regulations and Ordinances and all plant rules and regulations particularly in regard to safety precautions and fire hazards. If this order requires vendor to furnish labour at site, such vendor's workmen or employees shall under no circumstances be deemed to be in owner's employment and vendor shall hold himself responsible for any claim or claims which they or their heirs, dependent or personal representatives, may have or make, for damages or compensation for anything done or committed to be done, in the course of carrying out the work covered by the purchase order, whether arising at owner's premises or elsewhere and agrees to indemnify the owner against any such claims, if made against the owner and all costs of proceedings, suit or actions which owner may incur or sustain in respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold, dispatched, delivered and furnished in strict compliance with all applicable laws, regulations, labour agreement, working condition and technical codes and statutory requirements as applicable from time to time. The vendor shall ensure compliance with the above and shall indemnify owner against any actions, damages, costs and expenses of any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment, materials and workmanship do not comply with specification and requirements, the same shall be removed by the vendor at his/its own expense and risk, within the time allowed by the owner. The owner shall be at liberty to dispose off such rejected goods in such manner as he may think appropriate. In the event the vendor fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the owner for such disposal shall be to the account of the vendor. The freight paid by the owner, if any, on the inward journey of the rejected materials shall be reimbursed by the vendor to the owner before the rejected materials are removed by the vendor. The vendor will have to proceed with the replacement of the equipment or part of equipment without claiming any extra payment if so required by the owner. The time taken for replacement in such event will not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or failure to properly notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the Vendor and shall not be deemed a waiver of any right of the Owner to insist upon the strict performance

Page 56: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 20 of 24

thereof or of any of its or their rights or remedies as to any such goods regardless of when such goods are shipped, received or accepted nor shall any purported oral modification or revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be effective must be in writing. Any lone incident of waiver of any condition of this agreement by BPCL shall not be considered as a continuous waiver or waiver for other condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent manufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a PSE shall be decided based on the price quoted by PSE as compared to L1 Vendor at the time of evaluation of the price bid. Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

34. CANCELLATION : 34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through

a written notice to the vendor if. 34.1.1. The vendor fails to comply with the terms of this purchase order/contract. 34.1.2. The vendor becomes bankrupt or goes into liquidation. 34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly. 34.1.4. The vendor makes a general assignment for the benefit of creditors. 34.1.5. A receiver is appointed for any of the property owned by the vendor. 34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the

purchase order matters connected with it. BPCL in that event will be entitled to procure the requirement in the open market and recover excess payment over the vendor's agreed price if any, from the vendor and also reserving to itself the right to forfeit the security deposit if any, made by the vendor against the contract. The vendor is aware that the said goods are required by BPCL for the ultimate purpose of materials production and that non-delivery may cause lossof production and consequently loss of profit to the BPCL. In

Page 57: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 21 of 24

this-event of BPCL exercising the option to claim damages for non delivery other than by way of difference between the market price and the contract price, the vendor shall pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The provision of this clause shall not prejudice the right of BPCL from invoking the provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the Act), prohibits anti- competitive practices and aims at fostering competition and at protecting Indian markets against anti- competitive practices by enterprises. The Act prohibits anti- competitive agreements, abuse of dominant position by enterprises, and regulates combinations (consisting of acquisition, acquiring of control and M&A) wherever such agreements, abuse or combination causes, or is likely to cause, appreciable adverse effect on competition in markets in India. BPCL reserves the right to approach the Competition Commission established under the Act of Parliament and file information relating to anti-competitive agreements and abuse of dominant position. If such a situation arises, then Vendors are bound by the decision of the Competitive Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT The Vendor can / does not have any right to assign his rights and obligations under these general purchase conditions without the prior written approval of BPCL. 37. GOVERNING LAW These General Purchase Conditions shall be governed by the Laws of India. 38. AMENDMENT Any amendment to these General Purchase Conditions can be made only in writing and with the mutual consent of the parties to these conditions. 39. SPECIAL PURCHASE CONDITIONS In case of a conflict between the clauses, terms and conditions of General Purchase Conditions and Special Purchase condition, the clauses, terms and conditions of Special Purchase Condition will have an overriding effect over General Purchase Conditions and the same shall be applicable.

Page 58: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 22 of 24

40. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and delivered by hand or sent by courier or facsimile to the other Party at the address or facsimile number stated below or such other address or number as may be notified by the relevant Party from time to time: BPCL _______________________ _______________________ _______________________

Vendor _______________________ _______________________ _______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms & conditions as mentioned above.

Page 59: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 23 of 24

Annexure I

PERFORMANCE BANK GUARANTEE (On Non-judicial paper for appropriate value)

To, Bharat Petroleum Corporation Limited --------------------------------- -------------------------------- Dear Sir, In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’ which expression shall include its successors and assigns) having awarded to M/s. (Name) ………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor” which expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated ………. and the General and Special Purchase Conditions of the Company and upon the condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or discharge of the vendor’s liability under and / or in connection with the said supply contract upto a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10% (ten percent)of the total contract value. We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any and all moneys any wise payable by the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all the Company’s losses and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in words)……………………….only. AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of the vendor arising upto and until midnight of …………………………………..

Page 60: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Page 24 of 24

This date shall be 6 months from the last date of guarantee period. ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s obligation/liabilities under and /or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder.

ii. The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any other security in respect of the vendor’s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the vendor of the said supply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or the remedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the vendor (whether or not pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of communication whatsoever by the vendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the vendor or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the Company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof. Yours faithfully, (Signature) NAME & DESIGNATION NAME OF THE BANK NOTES:

Page 61: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Comm Questionnaires Page 1 of 2

Annexure - 8 COMMERCIAL QUESTIONNAIRE

RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

REF : CRFQ No. 1000196438, E-tender no. 12694.

Vendor Name: M/s. _______________________________________________________________ Enquiry No.______________________________________________________________________ Vendor’s Offer Ref. No. : ___________________________________________________________ Tel No. ____________________________________ Fax No._____________________________ Contact Person : ______________________________E-Mail _____________________________

1. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE UPLOADED WITH EACH AND EVERY SET OF VENDOR'S UNPRICED QUOTATION.

2. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND

NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

3. FAILURE ON THE PART OF VENDOR IN SUBMITTING THIS DULY FILLED-UP "QUESTIONNAIRE WITH UNPRICED BID AND/OR UPLOADING / SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”

4. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF SUPPLY INCLUDING DOCUMENTATION AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/COMMERCIAL CORRIGENDUM, IF ANY.

S.No DESCRIPTION VENDOR’S CONFIRMATION

1

Bid rejection criteria: Bidders shall note the bid rejection criteria as indicated in ITB. Provisions of these clauses must be adhered to without any deviations, failing which the bid shall be considered to be non-responsive and may be rejected.

Noted

2 Bid Validity period: Confirm Offer validity of 90 days from final bid due date.

Confirmed / Not Confirmed refer deviation sheet

3 Defects Liability Period: Confirm acceptance of defect liability period clause as indicated in Special Purchase Conditions.

Accepted / Not accepted refer deviation sheet

4 Performance Bank Guarantee: Confirm acceptance of performance guarantee clause as indicated in Special Purchase Conditions & General Purchase Conditions.

Accepted / Not accepted refer deviation sheet / Not applicable

5 Delivery Period : 10 (Ten) Weeks from the date of Call off / Purchase Order, on FOT Site basis. For detailed refer Special Purchase Conditions (SPC).

Accepted / Not accepted refer deviation sheet

6 Payment Terms: 100% payment within 30 days of receipt and acceptance of materials at our site. For detailed refer Special Purchase Conditions (SPC)

Accepted / Not accepted refer deviation sheet

7 Prices have been furnished as per “Format For Submitting Price”.

Furnished / Not furnished refer deviation sheet

8

Delayed Delivery: Prices reduced by a sum equivalent to half percent (0.5%) of the basic value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total basic order value. For detailed clause refer General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

Page 62: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Comm Questionnaires Page 2 of 2

S.No DESCRIPTION VENDOR’S CONFIRMATION

9 Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order. Noted & Confirmed

10 Confirm that the prices quoted are without any price variation clause.

Confirmed / Not confirmed refer deviation sheet

11 Arbitration Clause: Confirm acceptance of Arbitration Clause as indicated in General Purchase Conditions (GPC).

Accepted / Not accepted refer deviation sheet

12 Cenvat Credit of Service tax on freight will be available to BPCL. Pl refer ITB clause 22.3 and confirm. YES / NO

13

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

Confirmed & Accepted

14 Confirm readiness for signing of integrity pact without any deviations in the event of placement of order. Confirmed

15

Whether any of the Directors of Vendor is a relative of any Director of BPCL or the vendor is a firm in which any Director of BPCL or his relative is a Partner or the vendor is a private company in which any director of BPCL is a member or Director.

YES / NO

16 Confirm that Prices quoted are on FOT Dispatch point basis. Confirmed

17 Material is required at BPCL warehouse/site on door delivery basis.

Accepted / Not accepted refer deviation sheet

18 Specify Despatch Point for indigenous bidders to Supply Materials to Mumbai Refinery

Material shall be despatched from :____________________ State:____________________

18a Specify Despatch Point for indigenous bidders to Supply Materials to Kochi Refinery

Material shall be despatched from :____________________ State:____________________

19 Transit risk insurance shall be covered by BPCL and the same has not been included in the quoted prices. Noted and confirmed

20 Freight charges: Bidders to quote freight charges in terms of % of basic quoted price.

Quoted in terms of % / Included in basic price

21 Octroi Charges if quoted by the bidder, same shall be paid by Supplier and will be reimbursed by BPCL on submission of original documentary proof.

Accepted

22 Please confirm, whether your company is Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs.

YES / NO If Yes, Pl submit Notarized copy of all the pages of the EM-II certificate issued by the appropriate authorities mentioned in the Public procurement policy of MSEs-2012 and Vendors declaration on a duly notarized Rs.100 stamp paper stating that, in the event of award of contract, all the ordered supplies shall be made from the unit for which MSE certificate has been submitted.

(Signature of Vendor with Company seal) Name of the Authorised Signatory : Designation : Date :

Page 63: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

In Figures In Words In Figures In Words In Figures In Words

2.1.1 P&F Charges (% on Basic price)

2.1.2Excise Duty with Cess (% on Basic Price+ P&F charges)

Vendor shall provide % rates against supply item in respective supply location in response column. If any of the conditions are not applicable vendor to specify Nil/NA.

ANNEXURE-9

S No Commercial conditions description

Numaligarh Refinery Ltd.

Locations

Vendor's response

REF : CRFQ No. :1000196438 (E-tender no. 12694)

FORMAT FOR PROVIDING TAXES & DUTIES ETC.

BPCL-Kochi Refinery

BHARAT PETROLEUM CORPORATION LIMITED(CPO-R)

RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

M/s ___________________________________________________(Name of Company)

Offer No. _____________________________________________(Bidder’s Ref.)

Tel. No. : ____________________________

Fax No. _____________________________

E-mail ID : ___________________________

Applicable % on the items under supply

BPCL-Mumbai Refinery

P&F charges)

2.1.3 VAT (% of Basic+P&F+Excise Duty)

2.1.4CST extra with C Form (% of Basic+P&F+Excise Duty)

2.1.5 Freight charges (% of Basic), if applicable.

2.1.6Service Tax on Freight (% of Freight), if applicable. (Refer ITB Clause 22.3)

2.1.7Octroi with Service charges (% of Basic+P&F+ED+Sales Tax+Freight)

2.1.8

Third Party Inspection charges ((option (a) or (b) of Sr. Point 7.1 of SPC in % i.e 2.5% of basic price, if distance between CEIL office and testing location within 100 km or 5% otherwise)) plus service tax.

2.1.9Any other charges/Taxes (% of basic), if applicable

2.1.10Cenvat Credit on Excise duty will be given to BPCL (% of basic) (Refer Note No. 3)

SIGNATURE WITH SEAL:_______________________

Note :

I hereby confirm that above commercial conditions shall supersede the clauses if any repeated anywhere in quotation.

Vendor shall only indicate the applicable taxes and duties for the items in tender in percentage. If any of the taxes/Duties are not applicable for the tender, vendor shall indicate NIL against the same in relevant space provided.

VENDOR NAME : _______________________

Page 1

Page 64: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

ANNEXURE-10

DEVIATION FORM (TECHNICAL) SUB : RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-

MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

REF : CRFQ NO. 1000196438, E-tender no. 12694. Name of vendor: Schedule of Deviations in reference to BPCL SPECIFICATIONS 1. Vendor may give here a consolidated list of technical deviations for all sections of

the SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him.

2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be

deemed to be fully complied by the vendor 5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall

constitute the contract requirements for the award of job to the vendor.

Sr. No.

Annexure- No.

Clause No.

Requirement of the BPCL

SPECIFICATIONS

Deviations to the SPECIFICATIONS

Remarks

1 2 3 4 5 6

Vendor Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

Page 65: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

ANNEXURE-11

DEVIATION FORM (COMMERCIAL) SUB : RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-

MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NUMALIGARH REFINERY LTD.

REF : CRFQ NO. 1000196438, E-tender no. 12694. Name of vendor: Schedule of Deviations in reference to COMMERCIAL TERMS AND CONDITIONS 1. Vendor may give here a consolidated list of Commercial deviations for all

sections of the tender document, which for an appropriate offer is considered unavoidable by him.

2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the COMMERCIAL TERMS AND CONDITIONS (not

mentioned in this form) shall be deemed to be fully complied by the PCMS vendor

5. Only the deviations listed herein, in conjunction with the COMMERCIAL TERMS AND CONDITIONS, shall constitute the contract requirements for the award of job to the vendor.

Sr. No.

Annexure- No.

Clause No.

Commercial terms and conditions

Deviations Remarks

1 2 3 4 5 6

Vendor Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

Page 66: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 1 of 10

Annexure-12

(BASIC DETAILS)

Buyer Name

Bharat Petroleum Corporation Ltd. (CPO Refineries) Mumbai.

Service Provider Details

M/s. Phone No. : Fax No. : Company Website: Will be intimated later

Date & Time of Auction

Auction Date : Will be intimated later Online Reverse Auction Time : Will be intimated later (**Limited/ Unlimited extensions ) Auction Website: Will be intimated later

Documents Attached

1) Business rule for reverse auction 2) Terms & conditions of reverse auction 3) Online Reverse Auction Schedule (Appendix – I) 4) Process Compliance Statement (Appendix – II) 5) Price Confirmation (Appendix – III) 6) Contact Information

SPECIAL INSTRUCTIONS

Bidding in the last minutes and seconds should be avoided in the bidders own interest. Neither BPCL nor Service Provider will be responsible for any lapses / failure on the part of the bidder, in such cases.

Page 67: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 2 of 10

GENERAL TERMS & CONDITIONS Against this Enquiry for the subject item/system with detailed scope of supply as per our specification, BPCL, CPO Refineries, Mumbai may resort to “Online Reverse Auction Mode” i.e. ONLINE BIDDING on INTERNET.

1. For the proposed Reverse Auction, technically and commercially acceptable bidders only shall be eligible to participate.

2. BPCL has engaged the services of a Service Provider, who will provide all necessary training and assistance before commencement of on line bidding on Internet.

3. BPCL will inform the bidders in writing, the details of the Service Provider in case of Reverse Auction, so as to enable them to contact the Service Provider and get trained.

4. Information like the Business rules, Reverse Auction event date, time, start price, bid decrement, extensions, etc. also will be communicated through the Service Provider for the compliance of the bidders.

5. Bidders have to email a scanned copy of the Process Compliance Form (Appendix - II) in the prescribed (provided by service provider) before start of Online Reverse Auction. Without this Compliance form, the bidders will not be eligible to participate in the online event.

6. BPCL will provide the calculation sheet (e.g.: EXCEL sheet) which will help to arrive at “total effective Cost to BPCL” for each the bidders to enable them to fill-in the price and keep it ready for keying in during the Reverse Auction.

7. Online Reverse Auction will be conducted on schedule date & time.

8. At the end of Reverse Auction event, the lowest bidder value will be known on the network for each item at each location.

9. The lowest bidder has to email a scanned copy of the price break-up duly signed, filled in prescribed format (as per BPCL’s price excel sheet format), as provided on case-to-case basis, to BPCL through Service Provider within 24 hours of the Reverse Auction without fail.

10. Any variation between the on-line bid value and signed document will be considered as sabotaging the tender process and will invite disqualification of bidder to conduct business with BPCL as per prevailing procedure.

11. Bidders shall note that in case BPCL conducts the Reverse Auction and finalizes this tender, the Sealed Priced-Bids submitted with the offer will not be opened.

12. In case BPCL decides not to conduct Reverse Auction, the Sealed Priced-Bids submitted with the offer, along with price impacts (if any) already available with BPCL, shall be opened as per BPCL standard practice for finalization of the tender.

13. Similarly, if for any unforeseen reason the Reverse Auction is conducted by BPCL for this particular tender and the results are found to be inconclusive by BPCL, then BPCL may open the Sealed Priced-Bids submitted with the offer, along with price impacts (if any) already available with BPCL, and finalize the tender as per BPCL standard practice.

14. Only those vendors, who submit their Process Compliance Form, will be eligible to participate in the Online English Reverse Auction.

15. The Reverse Auction will be treated as closed only when the bidding process gets closed in all respects for the items listed in the tender.

Page 68: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 3 of 10

MODALITY FOR FINALIZATION OF THE PROCUREMENT BPCL may finalize the procurement of the item against this Tender through online Reverse Auction mode. BPCL shall make arrangement with. (Name of the Service Provider), who shall be BPCL’s authorized Service Provider (SP) for the same. Please go through the guidelines given below and submit your acceptance to the same along with your Commercial Bid. 1. Computerized reverse auction shall be conducted by BPCL, on pre-specified date, while

the vendors shall be quoting from their own offices / place of their choice. Internet connectivity & other necessary requirements like power backup etc. shall have to be ensured by vendors themselves. In order to ward-off such contingent situation where the vendors are not able to bid for any of the above reason, they are requested to make all the necessary arrangements / alternatives whatever required so that they are able to circumvent such situation and still be able to participate in the reverse auction successfully. Failure of power / problem in Internet connectivity at the premises of vendors during the Online Reverse auction cannot be the cause for not participating in the reverse auction. On account of this, the time for the auction cannot be extended and neither BPCL nor SP is responsible for such eventualities.

2. Service provider shall arrange to train your nominated person (s), without any cost to you. They shall also explain you, all the Rules related to the Reverse Auction / Business Rules to be adopted along with the calculation sheet in excel format. You are required to give your compliance on it at least 24 hours before the start of bid process.

3. Material for Bid: Respective CRFQ No._____

4. Starting price & Bid Decrement: The start price applicable in the Online Reverse Auction for described item shall be visible to all bidders on their screen. (i.e. Starting basic Cost and bid decrement value will be displayed). This start price will be derived through BPCL’s internal estimation processes.

5. Bidding Currency & Unit of Measurement: Bidders will enter price in their respective currency while evaluation will be conducted in Indian Rupees (INR) & the Unit of Measurement will be per Meter The price bid placed during the Online Reverse Auction shall be the price of respective CRFQ.

6. Bid Price: The Bidder has to quote as per excel sheet provided by BPCL.

The bidders are requested to note that the ranking would be generated on the condition that the bid submitted by the bidder is confirming to the Starting price & Minimum Decrement Value.

Calculation sheet in excel format to arrive at the Total Effective Cost to BPCL will be provided by Service provider.

7. The technical & commercial terms are as per respective CRFQ , Vendors’ technical and commercial bid and subsequent correspondences between BPCL and the vendors regarding commercial terms & conditions.

8. Validity of Bids: As per BPCL respective CRFQ doc. & agreed terms 9. Delivery: As per BPCL Respective CRFQ doc. & agreed terms

Page 69: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 4 of 10

10. At the end of the reverse auction, bidder has to provide a detailed break-up (as per BPCL’s price excel sheet format) to SP for his lowest accepted offer quoted during the Online Reverse Auction within 24 hours of the completion of the Online Reverse Auction.

11. Procedure of Online Reverse Auctioning:

i. Online English Reverse Auction: BPCL will declare its Start price, which shall be visible to the all vendors during the start of the Online Reverse Auction on their respective bidding screens. Please note that the start price of Online Reverse Auction is open to all the participating bidders. Any bidder can start bidding, in the Online Reverse Auction; from the start price itself. On submission of the bid, the rank would be generated for the item. Also, please note that the first online bid that comes in the system during the Online Reverse Auction can be equal to the auction's start price, or lesser than the auction's start price or by at least one decrement, or lesser than the same. The second online bid for any particular item and onwards which the bidder submits will have to be lesser than the respective bidder’s previous bid by at least one decrement value, or lesser than the same. Decrement in multiple would be “No”.

ii. Online English Reverse Auction shall be for a period of 45 minutes. If a bidder places a Bid in the last 5 minutes of Closing of the Auction, the auction shall get extended automatically for another 5 minutes. So, reverse auction will be continued till bid comes in last remaining 5 min. In case, there is no Bid in the last 5 minutes of closing of Auction, the Auction shall get closed automatically without any extension.

iii. After the completion of Online Reverse Auction, the Closing Price shall be available for further processing.

12. Successful vendor shall be required to submit the final prices, quoted during the Online

Reverse Auction, as per BPCL’s price excel sheet format, after the completion of Auction to SP, within 24 hours of the reverse auction, duly signed and stamped on their letterheads as token of acceptance without any new condition other than those already agreed to before start of auction. The Original Copy of the Price Breakup (as per excel sheet) & Price Confirmation (appendix III) should be submitted to the Service provider within 3 days of the completion of the Online Reverse Auction.

13. During the Online Reverse Auction, if no bid is received in the auction system / website

within the specified time duration of the reverse auction, then BPCL at its discretion, may decide to revise the auction's Start Price / scrap the online reverse auction process / proceed with the conventional mode of tendering / any other method as deem fit. The decision of BPCL in this regard will be final & binding on all the vendors.

14. Your bid will be taken as an offer to supply. Bids once made by you, cannot be

cancelled / withdrawn and you shall be bound to supply as mentioned above at your final bid price. Should you back out and not supply as per the rates quoted, BPCL shall take action as appropriate.

15. Login Name & Password: Each Bidder is assigned a Unique User Name & Password by

Service Provider. You are advised to change the Password and edit the information in the Registration Page after the receipt of initial Password from Service provider to ensure confidentiality. All bids made from the Login ID given to you will be deemed to have been made by your company

Page 70: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 5 of 10

16. Visibility to the Bidder: The respective bidder will be able to view the following on their screen along with the necessary fields in the Online Reverse Auction:

a. Bid Placed by you. b. Your Own Rank. c. Start Price & Minimum Bid Decrement value. d. Least Effective Cost(L1) of reverse auction quoted by the bidder

17. Lowest Bid of a Bidder: In case the bidder submits more than one bid, the lowest accepted bid will be considered as the bidder’s final offer to execute the work.

18. At the end of the Reverse Auction, BPCL will decide upon the successful bidder. BPCL’s

decision on award of Contract shall be final and binding on all the Bidders. 19. BPCL shall be at liberty to cancel the Online Reverse Auction process / tender at any

time, before ordering, without assigning any reason. 20. Other terms and conditions shall be as per your techno-commercial offers and other

correspondences till date. 21. You are required to submit your acceptance (Process Compliance Form – (Appendix – II))

before participating in the reverse auction. 22. Auction shall be on final bid basis without consideration of e-sealed price bid

submitted by you in e-bid system. All other terms and conditions shall be as per the RFQ/ Offer/As agreed upon.

Page 71: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 6 of 10

BIDDERS TO SPECIFICALLY NOTE

1. The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind by directly or indirectly communicating with other suppliers / bidders.

2. The Bidder shall not divulge either his Bids or any other exclusive details of BPCL to

any other party.

3. BPCL’s decision on award of Contract shall be final and binding on all the Bidders. Conducting Online Reverse Auction is not binding on BPCL for ordering. BPCL reserve the right for ordering & May / may not order for any / all the lot for which reverse auction is being held.

4. BPCL along with Service provider can decide to extend, reschedule or cancel

Auction. Any changes made by BPCL and / or the Service Provider, after the first posting will have to be accepted if the Bidder continues to access the site after that time.

5. BPCL & Service provider shall not have any liability to Bidders for any interruption

or delay in access to the site irrespective of the cause.

6. BPCL & Service provider are not responsible for any damages, including damages that result from, but are not limited to negligence.

7. BPCL & Service provider will not be held responsible for consequential damages,

including but not limited to systems problems, inability to use the system, loss of electronic information etc.

N.B.

- All the Bidders are required to submit the Process Compliance Form (Appendix - II) duly signed to the Service Provider, at least 24 hours before the auction date. After the receipt of the Process Compliance Form, Login ID & Password shall be allotted to the suppliers (bidders).

- All the bidders are requested to ensure that they have a valid digital certificate well in advance to participate in the online event. Under no circumstances will the bidders be allowed to participate in the online event without Digital Certificate.

- After the completion of the Auction event, all the Bidders have to submit the Price

Break-up (as per BPCL’s price excel sheet format) within 24 hours of the reverse auction to the Service Provider for further proceedings.

Page 72: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 7 of 10

APPENDIX – I The List of Items to be procured along with the Auction Start Time & Close Time is as follows: Item Description: Respective CRFQ No.. Date: - Will be intimated later.

Description Start Time End Time

CRFQ No.

** Auto Extensions as applicable

Page 73: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 8 of 10

APPENDIX – II

PROCESS COMPLIANCE FORM (The bidders are required to print this on their company’s letterhead, sign & stamp before emailing a scanned copy)

To, Service Provider Sub: Agreement to the Process related Terms and Conditions for the Reverse Auction Dear Sir, This has reference to the Business Rules and Terms & Conditions for the Online Reverse Auction mentioned in this document for respective CRFQ for supply of….. This letter is to confirm that:

1) The undersigned is authorized representative of the company. 2) We have studied the Commercial Terms and the Business rules governing the Reverse

Auction as mentioned in your letter and confirm our agreement to them. 3) We also confirm that we have taken the training on the auction tool and have

understood the functionality of the same thoroughly. 4) We have studied the calculation sheet carefully as per our offer submitted to BPCL. We

also confirm that we will email a scanned copy or fax the price break-up of our online quoted price, within 24 hours of the reverse auction, as per BPCL’s price excel sheet format.

5) We confirm that we will send the Original copy of the Price Breakup to Service provider within 3 working days of the completion of the Online Reverse Auction.

6) We, hereby, confirm that we will honor the Bids placed by us during the Online Reverse Auction process.

7) We also confirm that we will accept our Rank / Position that will be displayed when the Bidding Time is over of the Online Reverse Auction.

8) We confirm that we have changed the password on the auction website after first log in.

9) We also confirm that we have a valid digital certificate issued by a valid Certifying Authority.

With regards, Signature with company seal Name –Company / Organization – Designation within Company / Organization – Address of Company / Organization –

Page 74: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 9 of 10

APPENDIX – III

PRICE CONFIRMATION (The bidders are required to print this on their company’s letterhead, sign & stamp before emailing a scanned copy)

To, Service provider Sub: Final price quoted during Online Reverse Auction and Price Break up Ref: respectiva CRFQ No. for supply of…. Dear Sir, We confirm that we have quoted for CRFQ No. for supply of…. As detailed below. CRFQ Item No. & Description Quoted Basic Value of the material Effective Cost of Material as our prices during the Online Reverse Auction conducted on : The detailed price break-up as per the BPCL excel sheet format enclosed. Thanking you and looking forward to the valuable order from BPCL. Yours sincerely, For _________________ Name: Company: Date: Seal:

Page 75: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

BUSINESS RULES FOR ON LINE REVERSE AUCTION

Page 10 of 10

CONTACT INFORMATION

Service Provider

Bharat Petroleum Corporation Limited,

Mumbai Refinery Mumbai

H.P. Panchal Manager (CPO-R) Tel. No.: 022 – 2552 4129 E-Mail: [email protected]

Page 76: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Annexure-13

Sr. Nos.

MESC CODE DESCRIPTION QTY UOMUnit Price in Figures (Rs.)

Unit Price in Words (Rs.)

1 74.29.32.226.5 PIPE CS GRB60 CL12 EFSW STD 400NB 24 Mtr.

2 74.29.32.244.5 PIPE CS GRB60 CL12 EFSW STD 450NB 24 Mtr.

3 74.29.32.245.5 PIPE CS GRB60 CL12 EFSW IBR STD 450NB 24 Mtr.

4 74.29.32.259.5 PIPE CS GRB60 CL12 EFSW STD 500NB 24 Mtr.

5 74.29.32.429.5 PIPE CS GRB60 CL12 EFSW STD 800NB 12 Mtr.

6 74.29.32.283.5 PIPE CS GRB60 CL12 EFSW 16MM 900NB 12 Mtr.

7 74.29.32.519.5 PIPE CS GRB60 CL12 EFSW STD 900NB 12 Mtr.

8 74.42.05.022.7 PIPE MS IS1239CLB GALV BW MED 6NB 200 Mtr.

9 74.42.12.023.5 PIPE MS IS1239CLC GALV WLD MTC HVY 15NB 2440 Mtr.

10 74.42.05.023.7 PIPE MS IS1239CLB GALV BW MED 15NB 1000 Mtr.

11 74.42.12.034.5 PIPE MS BL IS1239CLC GALV WLD HVY 20NB 700 Mtr.

12 74.42.05.034.7 PIPE MS IS1239CLB GALV BW MED 20NB 3000 Mtr.

13 74.42.15.037.7 PIPE MS IS1239 BLK ERW HVY 20NB 1200 Mtr.

14 74.42.05.053.5 PIPE CS IS1239 GALV WLD HVY 25NB 200 Mtr.

15 74.42.12.905.5 PIPE MS IS1239CLC GALV WLD MTC HVY 25NB 1140 Mtr.

16 74.42.12.908.5 PIPE MS BL IS1239CLC WLD HVY 25NB 1300 Mtr.

17 74.42.05.054.7 PIPE MS IS1239CLB GALV BW MED 25NB 4000 Mtr.

18 74.42.12.051.5 PIPE MS BL IS1239CLC WLD HVY 32NB 10000 Mtr.

19 74.42.12.063.5 PIPE MS IS1239CLC GALV WLD MTC HVY 40NB 1160 Mtr.

20 74.42.12.901.5 PIPE MS BL IS1239CLC WLD HVY 40NB 1500 Mtr.

21 74.42.05.065.7 PIPE MS IS1239CLB BLK ERW MED 40NB 400 Mtr.

22 74.42.10.050.7 PIPE MS IS1239CLB GALV BW MED 40NB 1000 Mtr.

23 74.42.05.071.5 PIPE CS IS1239 BLK ERW HVY 50NB 900 Mtr.

PRICE BLANK FORMAT (UN - PRICED BID)RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND

NUMALIGARH REFINERY LTD.REF : CRFQ No. :1000196438 (E-tender no. 12694)

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

UN-PRICED BID Page 1 of 2 SIGN STAMP

Page 77: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Sr. Nos.

MESC CODE DESCRIPTION QTY UOMUnit Price in Figures (Rs.)

Unit Price in Words (Rs.)

24 74.42.10.900.5 PIPE IS1239CLB GALV WLD MED 50NB 1000 Mtr.

25 74.42.12.077.5 PIPE MS IS1239CLC GALV WLD MTC HVY 50NB 1000 Mtr.

26 74.42.05.077.7 PIPE MS IS1239CLC BLK WLD HVY 50NB 1400 Mtr.

27 74.42.05.082.7 PIPE MS IS1239CLB BLK ERW MED 65NB 600 Mtr.

28 74.42.05.086.5 PIPE MS IS1239PRT1 BLK ERW HVY 80NB 3300 Mtr.

29 74.42.12.116.5 PIPE MS IS1239CLC GALV WLD MTC HVY 80NB 600 Mtr.

30 74.42.05.110.5 PIPE CS IS1239PRT1 BLK ERW HVY 100NB 2340 Mtr.

31 74.42.12.164.5 PIPE MS IS1239CLC GALV WLD HVY 100NB 1460 Mtr.

32 74.42.12.230.5 PIPE MS IS1239CLC GALV WLD HVY 150NB 860 Mtr.

33 74.42.05.155.7 PIPE MS IS1239 BLK ERW HVY 150NB 2060 Mtr.

34 74.42.05.190.5 PIPE CS IS1239 BLK ERW HVY 200NB 300 Mtr.

35 74.42.15.900.5 PIPE CS IS3589G330 WLD TPI 6.0MM 200NB 900 Mtr.

36 74.42.15.278.5 PIPE CS IS3589G330 ERW 6.0MM 250NB 400 Mtr.

37 74.42.15.327.5 PIPE CS IS3589G410 WLD 6MM 300NB 560 Mtr.

38 74.42.15.383.5 PIPE CS IS3589G330 WLD 8MM 350NB 224 Mtr.

39 74.42.15.385.5 PIPE CS IS3589 G410 WLD 6.35MM 350NB 1224 Mtr.

40 74.42.15.422.5 PIPE CS IS3589 G410 WLD 12MM 400NB 800 Mtr.

41 74.42.15.423.5 PIPE CS IS3589G330 WLD 8MM 400NB 648 Mtr.

42 74.42.15.490.7 PIPE CS IS3589-330 BLK ERW 8MM 450NB 500 Mtr.

43 74.42.15.512.7 PIPE CS IS3589-410 GALV ERW 8MM 500 500 Mtr.

44 74.42.15.522.5 PIPE CS IS3589G330 ERW 10MM 500NB 36 Mtr.

45 74.42.15.571.5 PIPE CS IS3589G330 ERW 10MM 600NB 12 Mtr.

46 74.42.15.600.5 PIPE CS IS3589G330 ERW 10MM 650NB 12 Mtr.

47 74.42.15.631.5 PIPE CS IS3589G330 ERW 12MM 700NB 12 Mtr.

48 74.42.15.702.5 PIPE CS IS3589G330 ERW 12MM 750NB 12 Mtr.

49 74.42.15.850.5 PIPE CS IS3589G330 ERW 12MM 1000NB 12 Mtr.

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

QUOTED / NOT QUOTED

UN-PRICED BID Page 2 of 2 SIGN STAMP

Page 78: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

��

������������

Page 79: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For
Page 80: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For
Page 81: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For
Page 82: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Annexure - 15

Page 83: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Bharat Petroleum Corporation Limited (BPCL) - Central Procurement Organization(Refineries), CPO (Ref) invites quotations for the "Rate Contract for supplyof Welded Pipes (CS)" through E tendering platform under 3 (Three) part system(i.e. Part 1 - Pre-Qualification Criteria, Part 2 - Techno-commercial/Unpriced Bid & Part 3 - Priced Bid) to BPCL-Mumbai Refinery (MR), BPCL-KochiRefinery (KR) and Numaligarh Refineries Ltd (NRL). Tender can be downloadedfrom any of following websites :

o E-procurement platform : https://bpcl.eproc.ino BPCL Web : www.bharatpetroleum.in - Energizing Business?Tenders - CPO(Refineries)o Central Procurement Portal - http://eprocure.gov.in/cppp

______________________________________________________________________________________________________________________________________________ Item Material RFQ Qty Unit Unit Price

Description Delivery date ValueAmount in Words_______________________________________________________________________

00010 74.29.32.226.5 24.000 mPIPE CS GRB60 CL12 EFSW STD 400NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDSchedule-number STDSize-mm 400_______________________________________________________________________00020 74.29.32.244.5 24.000 m

PIPE CS GRB60 CL12 EFSW STD 450NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDSchedule-number STDSize-mm 450_______________________________________________________________________00030 74.29.32.245.5 24.000 m

PIPE CS GRB60 CL12 EFSW IBR STD 450NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12

To, BPCL ESTIMATEMUMBAI . India - 400038.Ph : , Fax : .Vendor Code:300648

Quotation Due Date:11.11.2013

For Bharat Petroleum Corporation Ltd.

REQUEST FOR QUOTATION Collective RFQ Number / Date 1000196438 / 15.10.2013 Contact person/Telephone Ref CPO Proc GR 2 Fax :

RFQ No / Date : 6000686246 / 15.10.2013

Page 1 of 16

Page 84: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDInspection-certif IBR CERTIFICATIONSchedule-number STDSize-mm 450_______________________________________________________________________00040 74.29.32.259.5 24.000 m

PIPE CS GRB60 CL12 EFSW STD 500NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDSchedule-number STDSize-mm 500_______________________________________________________________________00050 74.29.32.429.5 12.000 m

PIPE CS GRB60 CL12 EFSW STD 800NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDSchedule-number STDSize-mm 800_______________________________________________________________________00060 74.29.32.283.5 12.000 m

PIPE CS GRB60 CL12 EFSW 16MM 900NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWThickness-wall-mm 16Schedule-number 16 MMSize-mm 900_______________________________________________________________________

00070 74.29.32.519.5 12.000 mPIPE CS GRB60 CL12 EFSW STD 900NB 30.11.2015

Mat CARBON STEELMat-spec ASTM A672 GRADE B 60-CLASS 12Dimensional-spec ASME B36.10Manufacturing-process EFSWEnd-preparation BEVELLEDSchedule-number STDSize-mm 900_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 2 of 16

Page 85: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00080 74.42.05.022.7 200.000 m

PIPE MS IS1239CLB GALV BW MED 6NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BService --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process BUTT WELDEDEnd-preparation T&C (BSP)Add-reqrmts --Caps-code --Mass-kg-m1 --Schedule-number MEDIUMSize-mm 6_______________________________________________________________________

00090 74.42.12.023.5 2,440.000 mPIPE MS IS1239CLC GALV WLD MTC HVY 15NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService INSTRUMENT AIR/WATERService-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Inspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 15RANDOM LENGTH :5 TO 7 METERS"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239 (PART 2)"_______________________________________________________________________

00100 74.42.05.023.7 1,000 FootPIPE MS IS1239CLB GALV BW MED 15NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BCoating GALVANISED

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 3 of 16

Page 86: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Manufacturing-process ERWEnd-preparation THREADED WITH COUPLINGSchedule-number MEDIUMSize-mm 15T&C (BSP)._______________________________________________________________________

00110 74.42.12.034.5 700.000 mPIPE MS BL IS1239CLC GALV WLD HVY 20NB 30.11.2015

Mat MILD STEEL (BLACK)Mat-spec IS 1239 CLASS CService INSTRUMENT AIR/WATERService-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 20BPCL BOM 1742 OF SEPT. 99'"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239(PART 2)"

_______________________________________________________________________00120 74.42.05.034.7 3,000 Foot

PIPE MS IS1239CLB GALV BW MED 20NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BCoating GALVANISEDManufacturing-process ERWEnd-preparation THREADED WITH COUPLINGSchedule-number MEDIUMSize-mm 20T&C (BSP)_______________________________________________________________________

00130 74.42.15.037.7 1,200.000 mPIPE MS IS1239 BLK ERW HVY 20NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239Coating BLACK

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 4 of 16

Page 87: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Manufacturing-process ERWEnd-preparation PLAINSchedule-number HEAVYSize-mm 20_______________________________________________________________________

00140 74.42.05.053.5 200.000 mPIPE CS IS1239 GALV WLD HVY 25NB 30.11.2015

Pipe,MetallicMat CARBON STEELMat-spec IS 1239Service-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts --Caps-code --Mass-kg-m1 --Schedule-number HEAVYSize-mm 25_______________________________________________________________________00150 74.42.12.905.5 1,140.000 m

PIPE MS IS1239CLC GALV WLD MTC HVY 25NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService INSTRUMENT AIR/WATERService-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Inspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 25RANDOM LENGTH :5 TO 7 METERS"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239(PART 2)"

_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 5 of 16

Page 88: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00160 74.42.12.908.5 1,300.000 m

PIPE MS BL IS1239CLC WLD HVY 25NB 30.11.2015

Mat MILD STEEL (BLACK)Mat-spec IS 1239 CLASS CService --Service-requirement --Coating-spec --Dimensional-spec ASME B36.10Manufacturing-process WELDEDEnd-preparation PLAINAdd-reqrmts --Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 25_______________________________________________________________________00170 74.42.05.054.7 4,000 Foot

PIPE MS IS1239CLB GALV BW MED 25NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BCoating GALVANISEDManufacturing-process BUTT WELDEDEnd-preparation THREADED WITH COUPLINGSchedule-number MEDIUMSize-mm 25T&C (BSP)._______________________________________________________________________

00180 74.42.12.051.5 10,000.000 mPIPE MS BL IS1239CLC WLD HVY 32NB 30.11.2015

Mat MILD STEEL (BLACK)Mat-spec IS 1239 CLASS CService --Service-requirement --Coating-spec --Dimensional-spec ASME B36.10Manufacturing-process WELDEDEnd-preparation PLAINAdd-reqrmts --Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 32_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 6 of 16

Page 89: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00190 74.42.12.063.5 1,160.000 m

PIPE MS IS1239CLC GALV WLD MTC HVY 40NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService INSTRUMENT AIR/WATERService-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Inspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 40RANDOM LENGTH :5 TO 7 METERS"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239(PART 2)"

_______________________________________________________________________00200 74.42.12.901.5 1,500.000 m

PIPE MS BL IS1239CLC WLD HVY 40NB 30.11.2015

Mat MILD STEEL (BLACK)Mat-spec IS 1239 CLASS CService --Service-requirement --Coating-spec --Dimensional-spec ASME B36.10Manufacturing-process WELDEDEnd-preparation PLAINAdd-reqrmts --Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 40_______________________________________________________________________00210 74.42.05.065.7 400.000 m

PIPE MS IS1239CLB BLK ERW MED 40NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS B

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 7 of 16

Page 90: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Coating BLACKManufacturing-process ERWEnd-preparation PLAINSchedule-number MEDIUMSize-mm 40_______________________________________________________________________

00220 74.42.10.050.7 1,000 FootPIPE MS IS1239CLB GALV BW MED 40NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BCoating GALVANISEDManufacturing-process ERWEnd-preparation THREADED WITH COUPLINGSchedule-number MEDIUMSize-mm 40T & C(BSP).

_______________________________________________________________________00230 74.42.05.071.5 900.000 m

PIPE CS IS1239 BLK ERW HVY 50NB 30.11.2015

Mat CARBON STEELMat-spec IS 1239Coating BLACKManufacturing-process ERWEnd-preparation PLAINSchedule-number HEAVYSize-mm 50_______________________________________________________________________00240 74.42.10.900.5 1,000.000 m

PIPE IS1239CLB GALV WLD MED 50NB 30.11.2015

PIPE METALLICMat MILD STEELMat-spec IS 1239 CLASS BService --Service-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDInspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number MEDIUM

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 8 of 16

Page 91: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Size-mm 50RANDOM LENGTH :5 TO 7 METERS_______________________________________________________________________

00250 74.42.12.077.5 1,000.000 mPIPE MS IS1239CLC GALV WLD MTC HVY 50NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService INSTRUMENT AIR/WATERService-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Inspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 50RANDOM LENGTH :5 TO 7 METERS"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239(PART 2)"_______________________________________________________________________

00260 74.42.05.077.7 1,400 FootPIPE MS IS1239CLC BLK WLD HVY 50NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS CCoating BLACKManufacturing-process WELDEDEnd-preparation BEVELLEDSchedule-number HEAVYSize-mm 50_______________________________________________________________________

00270 74.42.05.082.7 600.000 mPIPE MS IS1239CLB BLK ERW MED 65NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239 CLASS BCoating BLACKManufacturing-process ERWEnd-preparation PLAINSchedule-number MEDIUMSize-mm 65_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 9 of 16

Page 92: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00280 74.42.05.086.5 3,300.000 m

PIPE MS IS1239PRT1 BLK ERW HVY 80NB 30.11.2015

PIPE METALLICMat MILD STEELMat-spec IS 1239 PART 1Coating BLACKManufacturing-process ERWEnd-preparation BEVELLEDSchedule-number HEAVYSize-mm 80_______________________________________________________________________

00290 74.42.12.116.5 600.000 mPIPE MS IS1239CLC GALV WLD MTC HVY 80NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService --Service-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Inspection-certif MATERIAL TEST CERTIFICATECaps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 80BPCL BOM 907 DT. 7.11.95'"AVERAGE MASS OF ZN COATING - 400 G / SQ. MT (AS PER IS 4736)AND EACH LENGTHOF PIPE SHALL BE SUPPLIED WITH ONE SOCKET CONFORMING TO IS 1239(PART 2)"_______________________________________________________________________

00300 74.42.05.110.5 2,340.000 mPIPE CS IS1239PRT1 BLK ERW HVY 100NB 30.11.2015

PIPE METALLICMat CARBON STEELMat-spec IS 1239 PART 1Coating BLACKManufacturing-process ERWEnd-preparation PLAINSchedule-number HEAVYSize-mm 100_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 10 of 16

Page 93: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00310 74.42.12.164.5 1,460.000 m

PIPE MS IS1239CLC GALV WLD HVY 100NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService --Service-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 100RANDOM LENGTH :5 TO 7 METERS_______________________________________________________________________00320 74.42.12.230.5 860.000 m

PIPE MS IS1239CLC GALV WLD HVY 150NB 30.11.2015

Mat MILD STEELMat-spec IS 1239 CLASS CService --Service-requirement --Coating GALVANISEDCoating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation THREADEDAdd-reqrmts BPCL/R/AES-3505 REV.1Caps-code --Thickness-wall-mm --Mass-kg-m1 --Schedule-number HEAVYSize-mm 150RANDOM LENGTH :5 TO 7 METERS_______________________________________________________________________00330 74.42.05.155.7 2,060.000 m

PIPE MS IS1239 BLK ERW HVY 150NB 30.11.2015

Pipe,MetallicMat MILD STEELMat-spec IS 1239Coating BLACKManufacturing-process ERW

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 11 of 16

Page 94: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________End-preparation BEVELLEDSchedule-number HEAVYSize-mm 150_______________________________________________________________________

00340 74.42.05.190.5 300.000 mPIPE CS IS1239 BLK ERW HVY 200NB 30.11.2015

Name PIPEMat CARBON STEELMat-spec IS 1239Coating BLACKManufacturing-process ERWEnd-preparation BEVELLEDSchedule-number HEAVYSize-mm 200NB_______________________________________________________________________00350 74.42.15.900.5 900.000 m

PIPE CS IS3589G330 WLD TPI 6.0MM 200NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Service --Service-requirement --Coating-spec --Dimensional-spec --Manufacturing-process WELDEDEnd-preparation BEVELLEDAdd-reqrmts --Inspection-certif THIRD PARTY INSPECTIONCaps-code --Thickness-wall-mm 6Mass-kg-m1 --Schedule-number 6.0 MMSize-mm 200BPCL BOM 1742 OF SEPT. 99'_______________________________________________________________________00360 74.42.15.278.5 400.000 m

PIPE CS IS3589G330 ERW 6.0MM 250NB 30.11.2015

Pipe,MetallicMat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 6Schedule-number 6.0 MMSize-mm 250_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 12 of 16

Page 95: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________00370 74.42.15.327.5 560.000 m

PIPE CS IS3589G410 WLD 6MM 300NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process WELDEDEnd-preparation BEVELLEDThickness-wall-mm 6Size-mm 300_______________________________________________________________________00380 74.42.15.383.5 224.000 m

PIPE CS IS3589G330 WLD 8MM 350NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process WELDEDEnd-preparation BEVELLEDThickness-wall-mm 8Size-mm 350_______________________________________________________________________00390 74.42.15.385.5 1,224.000 m

PIPE CS IS3589 G410 WLD 6.35MM 350NB 30.11.2015

Name PIPEMat CARBON STEELMat-spec IS 3589 GRADE 410Manufacturing-process WLDThickness-wall-mm 6.35Size-mm 350_______________________________________________________________________00400 74.42.15.422.5 800.000 m

PIPE CS IS3589 G410 WLD 12MM 400NB 30.11.2015

Name PIPEMat CARBON STEELMat-spec IS 3589 GRADE 410Manufacturing-process WLDThickness-wall-mm 12Size-mm 400

_______________________________________________________________________00410 74.42.15.423.5 648.000 m

PIPE CS IS3589G330 WLD 8MM 400NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process WELDEDEnd-preparation BEVELLED

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 13 of 16

Page 96: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Thickness-wall-mm 8Size-mm 400_______________________________________________________________________00420 74.42.15.490.7 500.000 m

PIPE CS IS3589-330 BLK ERW 8MM 450NB 30.11.2015

Pipe,MetallicMat CARBON STEELMat-spec IS 3589 GRADE 330Coating BLACKManufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 8Schedule-number 8.0 MMSize-mm 450

_______________________________________________________________________00430 74.42.15.512.7 500 Foot

PIPE CS IS3589-410 GALV ERW 8MM 500 30.11.2015

Pipe,MetallicMat CARBON STEELMat-spec IS 3589 GRADE 410Coating GALVANISEDManufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 8Schedule-number 8.0 MMSize-mm 500_______________________________________________________________________

00440 74.42.15.522.5 36.000 mPIPE CS IS3589G330 ERW 10MM 500NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation PLAINThickness-wall-mm 10Schedule-number 10 MMSize-mm 500_______________________________________________________________________00450 74.42.15.571.5 12.000 m

PIPE CS IS3589G330 ERW 10MM 600NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 10Schedule-number 10 MM

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 14 of 16

Page 97: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Item Material RFQ Qty Unit Unit PriceDescription Delivery date Value

Amount in Words_______________________________________________________________________Size-mm 600_______________________________________________________________________00460 74.42.15.600.5 12.000 m

PIPE CS IS3589G330 ERW 10MM 650NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 10Schedule-number 10 MMSize-mm 650_______________________________________________________________________00470 74.42.15.631.5 12.000 m

PIPE CS IS3589G330 ERW 12MM 700NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation PLAINThickness-wall-mm 12Schedule-number 12 MMSize-mm 700_______________________________________________________________________00480 74.42.15.702.5 12.000 m

PIPE CS IS3589G330 ERW 12MM 750NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation PLAINThickness-wall-mm 12Schedule-number 12 MMSize-mm 750_______________________________________________________________________00490 74.42.15.850.5 12.000 m

PIPE CS IS3589G330 ERW 12MM 1000NB 30.11.2015

Mat CARBON STEELMat-spec IS 3589 GRADE 330Manufacturing-process ERWEnd-preparation BEVELLEDThickness-wall-mm 12Schedule-number 12 MMSize-mm 1000_______________________________________________________________________

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 15 of 16

Page 98: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

TERMS & CONDITIONS Important Notice_______________________________________________________________________ Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount, Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc. as applicable.

003 In case you are unable to quote, kindly send the quotation with a regret for our records. Non-receipt of a regret will adversely affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and signature.

005 Your quotation must be strictly in enclosed envelope indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code Collective RFQ Number & RFQ Number.

RFQ Number :6000686246 Date : 15.10.2013To: BPCL ESTIMATE MUMBAI - 400038 India

For Bharat Petroleum Corporation Ltd.Page 16 of 16

Page 99: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3501 REV. 2 1 OF 3

SPECIFICATION FOR WELDED CARBON STEEL LINE PIPE

1.0 SCOPE This specification covers requirements for welded carbon steel pipes of sizes 150mm

NB and above for use in Refinery offsites (Out side battery limit of Plants) for non-corrosive hydrocarbon and general services such as Raw water, Plant air, LP Steam (pressure – 3.5 kg/cm2 ) for temperatures below 3500 C. The following sizes are considered in this specification -

Nominal bore (mm) Wall thickness (Sch.) 150 upto 200 Sch 40 200 to 400 Sch 30 450 to 600 Sch 20

2.0 STANDARD APPLICABLE The pipes supplied under this specification shall meet the design, manufacturing

inspection and testing requirements of standard API 5L Grade B. 3.0. SERVICE TEMPERATURE LIMITS ���� Welded carbon steel pipes to this specification are required to meet temperature

pressure service limits as shown below : -

Temperature 0 C Pressure kg/cm2 37 19.3 93 16.8 149 14.7 204 12.6 260 10.3 343 8.4

2 BVRP PBP 23.12.02 Revised as marked 1 VMP PBP 12.08.98 Complete Revision 0 - NBRC Oct 85 Original

REV PREPARED BY APPROVED BY DATE REMARKS

Page 100: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3501 REV. 2 2 OF 3

4.0 SPECIFIC REQUIREMENTS Over and above standards specified in para 2.0, pipes to this specification shall meet

the following specific requirements:- 4.1 Chemical and Physical properties

Chemical Composition to be met Physical Properties to be met

C % - 0.22 (max) Tensile (min) kg/mm2 - 42.2 Mn % - 1.15 (max) Yield (min) kg/mm2 - 24.6 P % - 0.030 (max) Elongation % min - 30

(gauge length 50mm) S % - 0.030 (max)

4.2 Pipes are to be - i) Supplied in a cold finished condition. ����

ii) Supplied in lengths as specified in Purchase order. If length is not specifically mentioned in Purchase order, pipes shall be supplied with nominal length of 6 Mtr ( Minimum length of 5 Mtr and maximum 7 Mtr.)

iii) Pipe ends - bevelled ends (angle 30 + 5 0 )

iv) Each pipe shall be marked / stenciled along with its length as API 5L

requirements. v) PVC end caps shall be provided on both ends of pipe. vI) All pipes shall be clean and free of moisture, dirt and loose foreign material of

any kind. All pipes shall be protected from rust and corrosion by application of suitable rust preventive oil.

vii) Surface imperfections that penetrate more than 10% of the nominal wall

thickness or encroach on the minimum wall thickness shall not be acceptable. 5.0 INSPECTION AND TESTING 5.1 Manufacturer shall make arrangements for the testing of pipes by BPCL

representative or any other Inspecting Agency appointed by BPCL. BPCL Inspector/ Inspecting Agency will carry out inspection of the pipes in

accordance with the requirements indicated in specification ‘API specification 5L for

Page 101: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3501 REV. 2 3 OF 3

Line pipe – latest edition’, and will make out a report with specific reference to following -

a) Chemical composition (results to be noted from corresponding mills certificate)

b) Mechanical properties (Tensile, flattening & others as applicable in API 5L)

c) Tolerances with respect to wall thickness

d) Hydrostatic test of pipes (random samples)

e) Marking on the pipes carried out by manufacturer as per API.5L.

Each pipe external surface shall be stamped with seal of Third party inspection agency and the same stamp shall also appear on the test certificates.

5.2 For pipes requiring approval under Indian Boiler Regulations manufacturer shall

arrange to obtain the necessary inspection and approval certificates (in form III-A) of Indian Boiler Regulations duly accepted and countersigned by competent Boiler Inspector, and submit the same to be BPCL , along with the pipes.

5.3 MANUFACTURERS CERTIFICATE Manufacturer, with each order of pipes, shall submit a cetificate confirming that the

pipes supplied meet the requirements of this specification in all respects together with the Inspection report (containing details as given in para 5.1) made out by BPCL Inspector/ Inspecting Agency pertaining to this batch of pipes.

6.0 MATERIAL ACCEPTANCE

The pipes along with relevant third party inspection report/test certificates on receipt at BPCL warehouse shall be subjected to visual inspection, review of test certificates and random check of dimensions by BPCL Materials Inspector. BPCL has got right to reject the material in case of any failure of the material during this inspection.

Page 102: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3505 REV 1 1 OF 4

SPECIFICATION FOR GALVANISED MILD STEEL PIPES FOR AIR/WATER SERVICE (SIZE: 1/4” NB TO 6” NB )

1.0 MATERIAL DESCRIPTION

Item : Mild Steel Galvanised Screwed Medium and Heavy Series Pipes.

Standard : IS-1239 (Part 1) Latest Edition.

Size : 1/4” NB to 6” NB.

Service : Instrument Air/Water. 2.0 MATERIAL SPECIFICATION 2.1 Pipes shall be of Hot Finished Seamless quality only. 2.2 Pipe dimensions/weight shall be as per Table 2 & 3 of IS : 1239 Part 1 for

Medium and Heavy Series respectively. 2.3 Tolerances

The tolerance on thickness shall be + 20 % and - 12.5 % The tolerance on weight of single pipe shall be +/- 10 % The pipes shall be supplied in Random lengths of 5.0 to 7.0 Mtr, when exact length is not specified in purchase order. If exact length is specified in the purchase order the pipes shall be supplied as per that with a tolerance of + 6 mm and – 0 mm on single length.

2.4 Straightness - The maximum permissible deviation from a straight edge placed close to each length of pipe shall be 3 mm.

1 VMP PBP 11.11.98 Re-numbering of specification and revision

as marked. 0 DPP GMS 31.05.93 ---- REV PREPARED

BY APPROVED BY

DATE REMARKS

Page 103: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3505 REV 1 2 OF 4

2.5 Each length of pipe shall be galvanised as per details given para 6.0 2.6 Each length of pipe shall be taper threaded at either ends after galvanising as per

IS : 554 - 1975. Each length of pipe shall be supplied with one socket conforming to IS 1239 (Part 2) . ����

2.7 The pipe and socket shall be free from cracks, laminations, surface flaws and other

surface defects. Ends of sockets and pipes shall be cut square with the axis and shall be free of burrs etc.

3.0 CHEMICAL REQUIREMENTS Carbon (%) : 0.22 max.

Manganese (%) : 0.90 max.

Phosphorus (%) : 0.05 max.

Sulphur (%) : 0.05 max. ���� 4.0 PHYSICAL REQUIREMENTS 4.1 Tensile test The tensile strength carried out on a sample piece of each finished lot shall be

minimum 32.64 Kg/sq. mm. 4.2 Percentage elongation : Upto & including 25 mm : 12 % min. >25 mm NB : 20 % min. 4.3 Bend test : Galvanised pipes (upto and including 50 NB) shall be cold bent without any

cracking , through 90 deg. around a former of bottom radius equal to 8 times the OD of pipe.

4.4 Fattening test : This test shall be carried out on randomly selected few lengths only for pipes above

50 NB. The test shall be carried out as per IS : 2328 - latest edition. 4.5 Expansion test (for sockets) :

Page 104: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3505 REV 1 3 OF 4

Drift expansion test on sockets using a standard conical mandrel shall be carried out as per Is : 2335. Observed values of percentage expansion of outside dia less than the minimum prescribed in the standard shall be a cause of rejection.

4.6 Taper screw plug test This test shall be carried out on sockets as per IS : 1239 and IS : 554 latest editions.

Any sign of fracture or failure of the socket during the expansion test shall be a cause for rejection of the lot.

5.0 HYDRAULIC TEST Each length of pipe shall be hydraulically tested at min. 51 Kg/cm2 after galvanising.

Any leakage during hydrotest, sweating, weeping shall be a cause for rejection of the entire lot.

6.0 GALVANISING Each length of pipe with screwed ends shall be galvanised before threading. The zinc coating on pipes shall be carried out generally as per IS : 4736 latest edition

with the following minimum requirement. Zinc coating ( in gm/sq.m. ) on pipes : 500 minimum. Zinc coating ( in gm/sq.m. ) on sockets : 650 minimum. Adhesion test shall be carried out after galvanising and any observation of cracks in

coating shall be a cause for rejection. 7.0 MARKING 7.1 Each length of pipe must bear the manufacturer’s name or trade name hard punched

on surface. 7.2 Each length of pipe must have ISI certification mark. 7.3 Each length of medium series pipe shall have two BLUE bands at either ends of

75 mm width each. 7.4 Each length of heavy series pipe shall have two RED bands at either ends of 75 mm

width each. 8.0 MANUFACTURER’S CERTIFICATION

Page 105: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

35601

BHARAT PETROLEUM CORPORATION LIMITED, MAHUL REFINERY.

COMPANY STANDARD SPECIFICATION NO.

PAGE

(ADVISORY ENGINEERING) AE-S-3505 REV 1 4 OF 4

With each order of galvanised pipes, the manufacturers shall submit test certificate that meets all the requirements of this specification. The suppliers shall furnish the following :

1. Certificate no. and date with a co-relation to the supplied item. 2. Product description and dimensions. 3. Heat no./lot no. 4. Chemical & physical test results including flattening and bend test. 5. Hydrostatic test pressure which each pipe has withstood, alongwith hydrotest

chart. 6. Identification marks as per IS : 1239 Part 1.

9.0 DESPATCH Each length of pipe shall have a socket fitted to one end. The socket and pipe threads shall be greased or oiled to protect the threads from

corrosion. Other free screwed end shall be also greased or oiled. Socket end of each length shall be provided with a male PVC end cover. Free end

shall have a female PVC end cover of adequate length to protect the full length of threads and prevent any foreign material entry.

10.0 INSPECTION AT VENDORS WORKS Where the PO so specifies , the manufacturers shall arrange inspection and testing of

pipes to be witnessed by BPCL representatives or through the inspection agency appointed by BPCL.

11.0 MATERIAL ACCEPTANCE Each batch of pipes on receipt at BPCL Warehouse shall be subjected by BPCL

Inspector to inspection and pressure testing. The acceptance testing shall include visual/dimensional checks, chemical analysis by the use of micro-processor based Alloy Analyser, flattening and bend test.

Note : This specification supersedes earlier specifications TC-S-1008 dated Nov 85 and

TC-S-3097 dated May 93.

Page 106: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Annexure-16

Sr. Nos.

MESC CODE DESCRIPTION QTY UOMUnit Price in Figures (Rs.)

Unit Price in Words (Rs.)

1 74.29.32.226.5 PIPE CS GRB60 CL12 EFSW STD 400NB 24 Mtr.

2 74.29.32.244.5 PIPE CS GRB60 CL12 EFSW STD 450NB 24 Mtr.

3 74.29.32.245.5 PIPE CS GRB60 CL12 EFSW IBR STD 450NB 24 Mtr.

4 74.29.32.259.5 PIPE CS GRB60 CL12 EFSW STD 500NB 24 Mtr.

5 74.29.32.429.5 PIPE CS GRB60 CL12 EFSW STD 800NB 12 Mtr.

6 74.29.32.283.5 PIPE CS GRB60 CL12 EFSW 16MM 900NB 12 Mtr.

7 74.29.32.519.5 PIPE CS GRB60 CL12 EFSW STD 900NB 12 Mtr.

8 74.42.05.022.7 PIPE MS IS1239CLB GALV BW MED 6NB 200 Mtr.

9 74.42.12.023.5 PIPE MS IS1239CLC GALV WLD MTC HVY 15NB 2440 Mtr.

10 74.42.05.023.7 PIPE MS IS1239CLB GALV BW MED 15NB 1000 Mtr.

11 74.42.12.034.5 PIPE MS BL IS1239CLC GALV WLD HVY 20NB 700 Mtr.

12 74.42.05.034.7 PIPE MS IS1239CLB GALV BW MED 20NB 3000 Mtr.

13 74.42.15.037.7 PIPE MS IS1239 BLK ERW HVY 20NB 1200 Mtr.

14 74.42.05.053.5 PIPE CS IS1239 GALV WLD HVY 25NB 200 Mtr.

15 74.42.12.905.5 PIPE MS IS1239CLC GALV WLD MTC HVY 25NB 1140 Mtr.

16 74.42.12.908.5 PIPE MS BL IS1239CLC WLD HVY 25NB 1300 Mtr.

17 74.42.05.054.7 PIPE MS IS1239CLB GALV BW MED 25NB 4000 Mtr.

18 74.42.12.051.5 PIPE MS BL IS1239CLC WLD HVY 32NB 10000 Mtr.

19 74.42.12.063.5 PIPE MS IS1239CLC GALV WLD MTC HVY 40NB 1160 Mtr.

20 74.42.12.901.5 PIPE MS BL IS1239CLC WLD HVY 40NB 1500 Mtr.

21 74.42.05.065.7 PIPE MS IS1239CLB BLK ERW MED 40NB 400 Mtr.

22 74.42.10.050.7 PIPE MS IS1239CLB GALV BW MED 40NB 1000 Mtr.

23 74.42.05.071.5 PIPE CS IS1239 BLK ERW HVY 50NB 900 Mtr.

PRICE BID FORMAT RATE CONTRACT FOR SUPPLY OF WELDED PIPES (CS) FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND

NUMALIGARH REFINERY LTD.REF : CRFQ No. :1000196438 (E-tender no. 12694)

UN-PRICED BID - CRFQ 1000196438 Page 1 of 2 SIGN STAMP

Page 107: TENDER FOR RATE CONTRACT FOR SUPPLY OF WELDED …3.imimg.com/data3/UB/GP/HTT-341/341_2013-10-22-15-24-00_1382435640.pdfNote : BPCL has floated one more tender for Rate Contract For

Sr. Nos.

MESC CODE DESCRIPTION QTY UOMUnit Price in Figures (Rs.)

Unit Price in Words (Rs.)

24 74.42.10.900.5 PIPE IS1239CLB GALV WLD MED 50NB 1000 Mtr.

25 74.42.12.077.5 PIPE MS IS1239CLC GALV WLD MTC HVY 50NB 1000 Mtr.

26 74.42.05.077.7 PIPE MS IS1239CLC BLK WLD HVY 50NB 1400 Mtr.

27 74.42.05.082.7 PIPE MS IS1239CLB BLK ERW MED 65NB 600 Mtr.

28 74.42.05.086.5 PIPE MS IS1239PRT1 BLK ERW HVY 80NB 3300 Mtr.

29 74.42.12.116.5 PIPE MS IS1239CLC GALV WLD MTC HVY 80NB 600 Mtr.

30 74.42.05.110.5 PIPE CS IS1239PRT1 BLK ERW HVY 100NB 2340 Mtr.

31 74.42.12.164.5 PIPE MS IS1239CLC GALV WLD HVY 100NB 1460 Mtr.

32 74.42.12.230.5 PIPE MS IS1239CLC GALV WLD HVY 150NB 860 Mtr.

33 74.42.05.155.7 PIPE MS IS1239 BLK ERW HVY 150NB 2060 Mtr.

34 74.42.05.190.5 PIPE CS IS1239 BLK ERW HVY 200NB 300 Mtr.

35 74.42.15.900.5 PIPE CS IS3589G330 WLD TPI 6.0MM 200NB 900 Mtr.

36 74.42.15.278.5 PIPE CS IS3589G330 ERW 6.0MM 250NB 400 Mtr.

37 74.42.15.327.5 PIPE CS IS3589G410 WLD 6MM 300NB 560 Mtr.

38 74.42.15.383.5 PIPE CS IS3589G330 WLD 8MM 350NB 224 Mtr.

39 74.42.15.385.5 PIPE CS IS3589 G410 WLD 6.35MM 350NB 1224 Mtr.

40 74.42.15.422.5 PIPE CS IS3589 G410 WLD 12MM 400NB 800 Mtr.

41 74.42.15.423.5 PIPE CS IS3589G330 WLD 8MM 400NB 648 Mtr.

42 74.42.15.490.7 PIPE CS IS3589-330 BLK ERW 8MM 450NB 500 Mtr.

43 74.42.15.512.7 PIPE CS IS3589-410 GALV ERW 8MM 500 500 Mtr.

44 74.42.15.522.5 PIPE CS IS3589G330 ERW 10MM 500NB 36 Mtr.

45 74.42.15.571.5 PIPE CS IS3589G330 ERW 10MM 600NB 12 Mtr.

46 74.42.15.600.5 PIPE CS IS3589G330 ERW 10MM 650NB 12 Mtr.

47 74.42.15.631.5 PIPE CS IS3589G330 ERW 12MM 700NB 12 Mtr.

48 74.42.15.702.5 PIPE CS IS3589G330 ERW 12MM 750NB 12 Mtr.

49 74.42.15.850.5 PIPE CS IS3589G330 ERW 12MM 1000NB 12 Mtr.

UN-PRICED BID - CRFQ 1000196438 Page 2 of 2 SIGN STAMP