bharat petroleum corporation limited cs... · satya narayan behera ... shri h.p.panchal,...
TRANSCRIPT
Page 1 of 3
BHARAT PETROLEUM CORPORATION LIMITED MUMBAI REFINERY, MAHUL
MUMBAI – 400 074, INDIA
Central Procurement Organisation (Refineries)
SUBJECT: RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL
- MUMBAI REFINERY, BPCL - KOCHI REFINERY and NRL-NUMALIGARH
REFINERY.
REF. : CRFQ No. 1000249379, E-Tender No.10171
DUE ON
22.02.2016 at 13:00 Hrs. (IST)
Pre-Bid Meeting Date & Time: 09.02.2016, 10:00 Hrs. (IST)
Venue:
Bharat Petroleum Corporation Ltd.
Room No. 129, Admin North Block, 1st floor,
Mumbai Refinery, Mahul,
Mumbai - 400074
Page 2 of 3
1.0 INTRODUCTION :
Bharat Petroleum Corporation Limited (BPCL) – Central Procurement Organization
(Refineries) invites quotations for the “Rate Contr act for Supply of SEAMLESS CARBON
STEEL PIPES for BPCL-Mumbai Refinery (MR), BPCL-Kochi Refinery (KR) and NRL-
Numaligarh Refinery Ltd (NRL)” 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 - Price Bid) for a period of Two years. Tender can be downloaded from any of
the following websites:
• E-procurement platform: https://bpcleproc.in
• BPCL Web: https://www.bharatpetroleum.in/tender/view-tenders.aspx → Select
Department → CPO (Refineries)
• Central Public Procurement Portal: http://eprocure.gov.in/cppp
2.0 INDEX :
The complete set of tender documents consist of the following:
Part No. Sr. No. Description Annexure
Part-1
1 PRE-QUALIFICATION CRITERIA (PQ) 1
2 PROFORMA FOR DECLARATION REGARDING HOLIDAY LISTING 2
3 INTEGRITY PACT AGREEMENT FORMAT - BPCL & NRL 3
4 PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY
DEPOSIT (EMD) 4
5 UN-PRICED BID
(To be selected ” QUOTED” OR “NOT-QUOTED” in e-proc urement portal) 5
Bidder to note that the Annexures 1 to 4 shall be uploaded scan copy duly filled in/duly
signed and stamped along with supporting documents and Annexures 5 shall be filled in
e-procurement portal in Part-1 (Pre-Qualification Criteria) section.
Part-2
6 SPECIAL PURCHASE CONDITIONS (SPC) 6
7 INSTRUCTIONS TO BIDDERS (ITB) 7
8 GENERAL PURCHASE CONDITIONS (GPC) - BPCL & NRL 8
9 COMMERCIAL QUESTIONNAIRE 9
10 APPLICABLE CHARGES, TAXES, DUTIES, FREIGHT ETC.
(To be filled in e-procurement portal) 10
11 TECHNICAL DEVIATION FORM 11
12 COMMENCIAL DEVIATION FORM 12
13 CEIL (TPI AGENCY) LIST OF OFFICES 13
14 BUSINESS RULES DOCUMENT FOR REVERSE AUCTION 14
15 LIST OF ITEMS WITH DESCRIPTION, BPCL-AES STANDARDS 15
16 BPCL SUPPLIER/ VENDOR ADVISORY ON ENVIRONMENTAL
CRITERIA 16
Bidder to note that the above Annexures duly filled in/duly signed and stamped along
with supporting documents shall be uploaded in Part -2 (Techno-commercial / Unpriced)
section. No prices shall be indicated in any of the above documents. Annexure-10 shall be
filled in e-procurement portal.
Part-3 17 PRICED BID FORMAT 17
Bidder to note that the prices shall be filled only in the e -procurement portal in Part-3
(Price Bid) section.
Page 3 of 3
3.0 CONTACT PERSONS
3.1 Please note that the tender enquiry is invited through e-tendering mode. In case
of any clarification regarding the tender, following are the contact persons:-
3.2 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 be ing faced to:
Ajay Nandangi.
E-Procurement Technologies Limited (Procure Tiger)
Contact : 022-27764464, 2553 3128, 7208726400
E-Mail: [email protected]
Satya narayan Behera
E-Procurement Technologies Limited (Procure Tiger)
Mobile no. - +91 90040 14223
Email ID - [email protected]
Contact Numbers +91 9099090830, +91 7940016816
3.3 FOR OTHER CLARIFICATIONS:
For any commercial clarifications regarding this RFQ, please contact:
Shri H.P.Panchal, Procurement Manager-CPO(R), BPCL – Mumbai Refinery,
Mahul, Mumbai-400074.
Tel no. 022-25524129,
e-mail: [email protected]
Shri B.K.Basu, Procurement Leader-CPO(R), BPCL – Mumbai Refinery, Mahul,
Mumbai-400074.
Tel no.: 022-2553 3360,
e-mail: [email protected]
Important: All updates, amendments, corrigenda, due date extensions etc., (if any) will
be posted on the e-tendering portal / websites as and when required. There will not be
any publication of the same through newspapers or a ny other media.
Page 1 of 3
Annexure-1
PRE-QUALIFICATION CRITERIA
SUB: RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL-MUMBAI
REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY.
REF: CRFQ NO. 1000249379, E-Tender No.10171
Vendor Name: M/s. __________________________________ Location : ________________ Vendor Offer Ref. No.: _________________________________ Offer Date : ______________ Contact Person Name: ________________________ Mobi le No. _______________________ E-mail ID: ___________________________________ Land line No. : ____________________
BIDDERS SHALL ESSENTAILLY HAVE TO COMPLY WITH THE FOLLOWING CRITERIA FOR BEING
ELIGIBLE FOR PARTICIPATING IN THIS TENDER.
Sr.
No. DETAILS VENDOR'S ACTION RESPONSE
1 FINANCIAL CRITERIA
1.1
Average annual turnover of the bidder
during last three financial years up to
2014-2015 shall not be less than Rs.175
Lakhs.
Bidder is required to submit
audited Profit and Loss Account
of last 3 financial years. Further,
for bidder who has not finalized
their books of accounts for the FY
2014-15, evaluation of these
criteria would be done for the
previous 3 financial years ending
2013-14.
TO CONFIRM
AND SUBMIT
RELEVANT
DOCUMENTS
1.2
Net worth should be positive as per latest
audited Balance Sheet.
Bidder is required to submit
latest audited balance sheet.
TO CONFIRM
AND SUBMIT
RELEVANT
DOCUMENTS
Page 2 of 3
2 TECHNICAL CRITERIA
2.1
Bidder should be manufacturer of
Seamless Carbon Steel Pipes as per ASTM
A 106 / API 5L standards and should have
capability of manufacturing, testing and
supplying the Seamless Carbon Steel Pipes
as per BPCL specification.
Bidder should quote based on the range of
their manufacturing sizes only.
Bidder is required to submit list
of machineries, catalogue /
brochures indicating their
manufacturing and testing
facilities.
Bidder should confirm their
manufacturing size range.
TO CONFIRM
AND SUBMIT
RELEVANT
DOCUMENTS
2.2
The Bidder should have successfully
executed Purchase Orders for supply of
Seamless Carbon Steel Pipes as per ASTM
A 106 / API 5L standards to any processing
plant or any other industry directly or
through project consultant(s), in any of
the 12 consecutive months’ period during
preceding 3 years counting prior to tender
due date and shall not be less than Rs. 175
lakhs.
The order value criteria mentioned above
shall be basic cost without taxes and
duties.
Bidder is required to submit
relevant Purchase order copies
and invoices / Inspection Release
Notes / completion certificates
or any other such documents in
proof of meeting this
requirement.
TO CONFIRM
AND SUBMIT
RELEVANT
DOCUMENTS.
&
TO FILL
ANNEXURE-1A
2.3
Bidder should have relevant ISO
Certification for their manufacturing
processes and quality management.
Bidder is requested to furnish
copies of valid ISO Certificates.
TO CONFIRM
AND SUBMIT
RELEVANT
DOCUMENTS
Signature : ___________________________
Name : ______________________________
Official Seal : _________________________
Page 3 of 3
Annexure-1A
SUB : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL-MUMBAI
REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY.
REF : CRFQ NO. 1000249379, E-Tender No.10171
Details of Proof of meeting the Pre-Qualification Criteria Sr. No. 2.2 i.e. Purchase order copies and invoices submitted.
SR. NO. PO PLACED BY PO. NO. PO DATE INVOICE NO. INVOICE
DATE
INVOICE
AMOUNT
1
2
3
TOTAL VALUE OF INVOICES
(Signature of Vendor with Company seal)
Name of the Authorised Signatory :
Designation :
Date :
Annexure - 2
The Declaration should be produced on Vendor’s Letter Head.
PROFORMA OF DECLARATION OF 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 or its Administrative Ministry or any other Indian Government Public Sector Undertaking, 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 or its Administrative Ministry or any other Indian Government Public Sector Undertaking, 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 or its Administrative Ministry or any other Indian Government Public Sector Undertaking, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). It is understood that if this declaration is found to be false in any particular, Bharat Petroleum Corporation Limited or its Administrative Ministry, 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 1 of 1
Page 1 of 5
Annexure-3
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 org anization procedures, contract/s for Tender for
“RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL – MUMBAI REFINERY,
BPCL-KOCHI REFINERY and NRL-NUMALIGARH REFINERY” (CRFQ-1000249379, E-Tender-10171) The
Principal values full compliance with all relevant laws and regulations, and the principles of economi c
use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s an d
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 durin g the tender process, provide to all
Bidders the same information and will not provide t o 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 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 commi t any offence under the relevant Anti-
Corruption Laws of India; further the Bidder/ Contr actor/ 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 a s 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 pre senting 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 insti gate 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 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 undertak ing 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 corrupti on prevention system, the Principal may
revoke the exclusion prematurely.
Section 4 - Compensation for Damages
(1) If the Principal has disqualified the Bidder fr om 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 entitl ed
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/ S upplier 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 approac h 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 4 of 5
(3) The Principal will disqualify from the tender p rocess 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 unde r this agreement.
(2) The Monitor is not subject to instructions by t he representatives of the parties and performs
his functions neutrally and independently. He repor ts 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 Su bcontractors. 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 suffi cient 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 ha s 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 opportun ity 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 cor recting 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 5 of 5
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
Section 9 - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor/ Supplier 12
months after the last payment under the respective contract, and for all other Bidders 6 months after
the contract has been awarded.
If any claim is made/ lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged/ determined by Chairperson of
the Principal.
Section 10 - Other Provisions
((11)) TThhiiss aaggrreeeemmeenntt iiss ssuubbjjeecctt ttoo IInnddiiaann LLaaww.. PPllaaccee ooff ppeerrffoorrmmaannccee aanndd jjuurriissddiiccttiioonn iiss tthhee
RReeggiisstteerreedd OOffffiiccee ooff tthhee PPrriinncciippaall,, ii..ee.. MMuummbbaaii.. TThhee AArrbbiittrraattiioonn ccllaauussee pprroovviiddeedd iinn tthhee mmaaiinn
tteennddeerr ddooccuummeenntt// ccoonnttrraacctt sshhaallll nnoott bbee aapppplliiccaabbllee ffoorr aannyy iissssuuee// ddiissppuuttee aarriissiinngg uunnddeerr
IInntteeggrriittyy PPaacctt..
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Bidder/ Contractor/ Supplier is a partne rship or a consortium, this agreement must be
signed by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
H. P. Panchal ……………… ……………
For the Principal For the Bidder/ Contractor/
Supplier
Place ……………… Witness 1 : ………………
(Signature/Name/Address)
Date ………………. Witness 2 : ………………
(Signature/Name/Address)
INTEGRITY PACT
NOTE TO BIDDER:
a. Proforma of Integrity Pact(enclosed) shall be returned by the Bidder(s) along with the bid documents (technical bid in case of 2 part bids), 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. Bidder's failure to return the IP duly signed shall result in the bid not being considered for further evaluation.
b. If the Bidder has been disqualified from the tender process prior to the award of the contract in accordance with the provisions of the Integrity Pact, NRL shall be entitled to demand and recover from Bidder Liquidated Damages amount by forfeiting the EMD / Bid Security as per provisions of the Integrity Pact.
c. If the contract has been terminated according to the provisions of the Integrity Pact, or if NRL is entitled to terminate the contract according to the provisions of the Integrity Pact, NRL shall be entitled to demand and recover from Contractor / Supplier Liquidated Damages amount by forfeiting the Security Deposit / Performance Bank Guarantee as per provisions of the Integrity Pact.
d. Bidders may raise disputes / complaints, if any, with the Independent External Monitor(s) through telephone and email followed by written document or telephone and written document. However date of receipt of complaint shall be the date of receipt of signed written document only.
Name / address / e-mail ID / contact number(s) of Independent External Monitor appointed to oversee implementation of Integrity Pact Programme at NRL is mentioned below.
Name & Address of Independent External Monitors forMonitoring / Implementation of Integrity Pact.
Prof. Ashoke Kumar Dutta, 50 Jatin Das Road, KOLKATA - 700029Mobile- 91-9433096675 Landline- 033-24666625 Email: [email protected]
INTEGRITY PACT
Between
Numaligarh Refinery Limited (NRL) hereinafter referred to as "The Principal", And
……………………………………………………..hereinafter referred to as "The Bidder/Contractor/Supplier"
Preamble
The Principal intends to award, under laid down organization procedures,
contract/s for ……………………………………………………………………..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 could 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 1 of 6
Section 2 - Commitments of the Bidder / Contractor/Supplier
(1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.
a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract.
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 restrict 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
If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason.
Page 2 of 6
(1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such as to put his reliability or credibility 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 determined 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.
(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 the 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.
Page 3 of 6
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 exclusion 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.
(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
If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.
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.
Page 4 of 6
(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/Supplier 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 Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
Section 9 - Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal.
Page 5 of 6
Section 10 - Other provisions
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Guwahati. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.
(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.
(3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this agreement must be signed by all partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.
……………………… …………………………… For the Principal For the Bidder/Contractor/ Supplier
Place ……………… Witness1:………………… (Signature/Name/Address)
Date ………………. Witness2:….……………… (Signature/Name/Address)
Page 6 of 6
Annexure 4 (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 authorized to sign on behalf of the bank.
Annexure – 5
SUB : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR
BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-
NUMALIGARH REFINERY.
REF : CRFQ No. 1000249379, E-Tender No.10171
UN-PRICED BID.
Bidders are requested to select
“QUOTED” or “NOT QUOTED” in our e-procurement portal.
Sr.
No.Material Short Text UOM
MR-Quantity
for 2 years
KR-Quantity
for 2 years
NRL-Quantity
for 2 years
Total
MR+KR+NRL-
Qty. for 2
years
1 74.30.03.005.7 PIPE CS A106GRB SMLS IBR S80 6NB M 0 100 60 160
2 74.30.05.019.5 PIPE CS A106GRB SMLS IBR S80 15NB M 4000 1200 4000 9200
3 74.30.03.020.5 PIPE CS A106GRB SMLS H2 S160 15NB M 120 24 240 384
4 74.30.05.020.5 PIPE CS A106GRB SMLS IBR S160 15NB M 400 140 200 740
5 74.30.05.021.5 PIPE CS A106GRB SMLS S160 15NB M 120 0 100 220
6 74.30.05.016.7 PIPE CS A106GRB SMLS XXS 15NB M 0 100 150 250
7 74.06.35.028.5 PIPE CS API5LGRB SMLS TPI S80 20NB M 24 100 0 124
8 74.30.05.028.5 PIPE CS A106GRB SMLS IBR S80 20NB M 4400 3000 3000 10400
9 74.06.35.031.5 PIPE CS API5LGRB SMLS TPI S160 20NB M 24 720 300 1044
10 74.30.03.030.5 PIPE CS A106GRB SMLS H2 S160 20NB M 48 60 200 308
11 74.30.05.030.5 PIPE CS A106GRB SMLS IBR S160 20NB M 720 180 250 1150
12 74.30.05.031.5 PIPE CS A106GRB SMLS S160 20NB M 48 0 200 248
13 74.30.05.036.7 PIPE CS A106GRB SMLS S40 25NB M 0 500 400 900
14 74.30.05.037.5 PIPE CS A106GRB SMLS S80 25NB M 120 120 1400 1640
15 74.30.05.038.5 PIPE CS A106GRB SMLS IBR S80 25NB M 4800 3200 1400 9400
16 74.30.05.040.5 PIPE CS A106GRB SMLS IBR S160 25NB M 120 100 100 320
17 74.30.05.041.5 PIPE CS A106GRB SMLS S160 25NB M 48 140 150 338
18 74.30.03.038.5 PIPE CS A106GRB SMLS H2 XS 25NB M 48 60 600 708
19 74.30.05.043.5 PIPE CS A106GRB SMLS XXS 25NB M 48 80 60 188
20 74.30.05.051.5 PIPE CS A106GRB SMLS IBR S80 32MMNB M 60 0 60 120
21 74.30.05.055.5 PIPE CS A106GRB SMLS S40 40NB M 24 580 0 604
22 74.30.05.057.5 PIPE CS A106GRB SMLS S80 40NB M 60 40 600 700
23 74.30.05.058.5 PIPE CS A106GRB SMLS IBR S80 40NB M 5600 1000 500 7100
24 74.30.05.060.5 PIPE CS A106GRB SMLS IBR S160 40NB M 360 24 60 444
25 74.30.05.062.5 PIPE CS A106GRB SMLS S160 40NB M 48 12 60 120
26 74.30.05.070.5 PIPE CS A106GRB SMLS IBR S40 50NB M 5600 600 1400 7600
27 74.30.05.071.5 PIPE CS A106GRB SMLS IBR S80 50NB M 5600 1800 2400 9800
28 74.30.05.072.5 PIPE CS A106GRB SMLS S80 50NB M 60 5600 2000 7660
29 74.30.03.071.5 PIPE CS A106GRB SMLS H2 XS 50NB M 24 300 500 824
30 74.30.03.072.5 PIPE CS A106GRB SMLS NACE XS 50NB M 96 0 1400 1496
31 74.06.35.075.7 PIPE CS API5LGRB BLK SMLS S160 50NB M 0 200 300 500
32 74.30.05.073.5 PIPE CS A106GRB SMLS IBR S160 50NB M 240 0 100 340
REF : CRFQ No.1000249379 (E-Tender No. 10171)
LIST OF ITEMSRATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL-MUMBAI
REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
Page 1 of 2
Sr.
No.Material Short Text UOM
MR-Quantity
for 2 years
KR-Quantity
for 2 years
NRL-Quantity
for 2 years
Total
MR+KR+NRL-
Qty. for 2
years
33 74.30.05.075.5 PIPE CS A106GRB SMLS XS 50NB M 48 0 0 48
34 74.30.05.114.5 PIPE CS A106GRB SMLS IBR XS 50NB M 24 60 0 84
35 74.30.05.081.5 PIPE CS A106GRB SMLS IBR S40 65NB M 100 0 0 100
36 74.30.05.082.7 PIPE CS A106GRB SMLS S40 65NB M 0 24 0 24
37 74.30.05.083.5 PIPE CS A106GRB SMLS IBR S80 65NB M 48 0 60 108
38 74.30.05.103.5 PIPE CS A106GRB SMLS S40 80NB M 60 2400 2000 4460
39 74.30.05.104.5 PIPE CS A106GRB SMLS IBR S40 80NB M 8000 2080 600 10680
40 74.30.03.103.5 PIPE CS A106GRB SMLS H2 STD 80NB M 72 0 200 272
41 74.30.05.111.5 PIPE CS A106GRB SMLS IBR STD 80NB M 48 20 0 68
42 74.30.05.112.5 PIPE CS A106GRB SMLS STD 80NB M 160 0 0 160
43 74.30.05.109.5 PIPE CS A106GRB SMLS IBR S80 80NB M 1400 24 600 2024
44 74.30.05.110.5 PIPE CS A106GRB SMLS S80 80NB M 24 240 400 664
45 74.30.03.113.5 PIPE CS A106GRB SMLS H2 S160 80NB M 84 24 100 208
46 74.30.05.113.5 PIPE CS A106GRB SMLS IBR S160 80NB M 80 0 60 140
47 74.30.05.116.5 PIPE CS A106GRB SMLS S160 80NB M 0 120 0 120
48 74.30.05.147.5 PIPE CS A106GRB SMLS TPI S40/STD 100NB M 208 2160 2400 4768
49 74.30.05.150.5 PIPE CS A106GRB SMLS IBR S40 100NB M 8000 1220 600 9820
50 74.30.05.157.5 PIPE CS A106GRB SMLS IBR S80 100NB M 800 96 240 1136
51 74.30.05.160.7 PIPE CS A106GRB BLK SMLS S80 100NB M 0 200 600 800
52 74.30.05.159.5 PIPE CS A106GRB SMLS S120 100NB M 60 24 0 84
53 74.30.03.149.5 PIPE CS A106GRB SMLS H2 STD 100NB M 48 24 200 272
54 74.30.03.150.5 PIPE CS A106GRB SMLS NACE STD 100NB M 24 0 1000 1024
55 74.30.03.152.5 PIPE CS A106GRB SMLS H2 XS 100NB M 48 36 100 184
56 74.30.05.200.7 PIPE CS A106GRB SMLS S40 125NB M 0 80 0 80
57 74.06.35.211.5 PIPE CS ASTM A106 GR. B TPI S40 150NB M 360 1600 3000 4960
58 74.30.03.211.5 PIPE CS A106GRB SMLS H2 S40 150NB M 48 24 100 172
59 74.30.05.212.5 PIPE CS A106GRB SMLS IBR S40 150NB M 7800 60 200 8060
60 74.30.05.017.5 PIPE CS A106GRB SMLS S80 15NB M 460 2400 3000 5860
61 74.30.05.219.5 PIPE CS A106GRB SMLS IBR S80 150NB M 600 24 60 684
62 74.30.05.220.5 PIPE CS A106GRB SMLS S80 150NB M 120 340 150 610
63 74.30.04.204.5 PIPE CS A106GRB SMLS IBR XS 150NB M 0 24 0 24
64 74.30.05.240.5 PIPE CS A106GRB SMLS S20 200NB M 120 1400 0 1520
65 74.30.05.244.7 PIPE CS A106GRB BLK SMLS S40 200NB M 0 1000 0 1000
66 74.06.35.257.7 PIPE CS API5LGRB BLK SMLS S80 200NB M 0 24 0 24
67 74.30.05.255.5 PIPE CS A106GRB SMLS IBR S80 200NB M 1600 0 0 1600
68 74.30.03.062.5 PIPE CS A106GRB SMLS H2 XXS 40NB M 24 24 0 48
Page 2 of 2
SPECIAL PURCHASE CONDITIONS Page 1 of 11
Annexure-6
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL-MUMBAI
REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
SPECIAL PURCHASE CONDITIONS
REF : CRFQ No. 1000249379, E-Tender No.10171
1.0 INTRODUCTION
1.1 e-Bids in 3 (three) parts are invited for the tender for “RATE CONTRACT FOR SUPPLY OF
SEAMLESS CARBON STEEL PIPES FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND
NRL-NUMALIGARH REFINERY” in complete accordance with tender documents and its
attachments. For more information on e-Procurement System followed by BPCL,
bidders are requested to refer Instruction to Bidders (ITB) document.
1.2 This is a Three Part Bid Tender, viz. Part 1 - Pre-Qualification Criteria, Part 2 - Techno-
commercial / Un-priced Bid & Part 3 - Price 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 if found acceptable in Part-2, the bidder shall be considered for
Part-3 opening for further evaluation. All documents/ Bids submitted shall be digitally
signed and sealed for authentication.
1.3 BPCL reserves the right to finalize 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 their 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 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 in tenders hosted by BPCL on e-procurement site, bidders are required
to have a digital certificate and to do “Enrollment” (Register on site) by creating one
User Id on the above site. All prospective bidders are requested to enroll onto BPCL e-
tendering platform https://bpcleproc.in/ maintained by M/s e-Procurement
Technologies Limited, BPCL authorized Service Provider for e-tendering.
SPECIAL PURCHASE CONDITIONS Page 2 of 11
2.0 SPECIAL TERMS AND CONDITIONS
2.1 PRICE VARIATION CLAUSE :
The Contract is proposed for two years. For the first year, the 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 & Tubes as per formula specified. The
revised prices shall be firm for the second year.
The price variation shall be applicable for Supply of Steel Pipes 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 = Percentage 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: Steel: Pipes & Tubes
declared by office of Economic Adviser to Govt. of India, Ministry of Commerce
and Industry published on website: http://www.eaindustry.nic.in (Name of
Commodity : STEEL: PIPES & TUBES)
2) For illustration, if price bid is opened on 22 nd of Feb. 2016, AIWMPI for the month
of February 2016 shall be considered for P1. If Contract is expiring on 25th of April
2017, AIWMPI for the month of March 2017 shall be considered for P2.
Revised prices thus calculated shall be firm for the second year.
VC = P2 – P1 X 100
P1
SPECIAL PURCHASE CONDITIONS Page 3 of 11
2.2 Bidders should be manufacturers of the category of Seamless Carbon Steel Pipes
mentioned in RFQ. Bidders can quote either directly or through one of their dealers /
distributors. If manufacturers are quoting through their dealers / distributors,
necessary documentation in this regard shall be submitted along with the bids.
2.3 Bidder should quote based on their manufacturing range only. If bidder had quoted
for items other than their manufacturing range, their offer may be rejected.
2.4 Please note that the tender enquiry is for entering into a rate contract for a period
of 2 years from the date of award of Contracts.
2.5 Purchase orders will be placed for the quantities actually required by BPCL from time
to time, on the basis of contracted rates by BPCL P&CS departments at Mumbai, Kochi
and Numaligarh Refineries, linking to the rate contracts. Needless to say, this contract
is without any firm commitment on quantities / values.
2.6 Purchase Orders shall be released till last date of validity of the rate contract. Supplies
shall be effected for all the purchase orders placed during the contract period, at the
contracted rates, terms and conditions, even if the supply period extends beyond the
contract period.
2.7 Material found defective due to poor workmanship / not meeting the specification
will be rejected and shall be replaced free of cost by the supplier (Vendor).
2.8 Rates quoted shall remain firm till the execution of the contract period and no claims
for price escalation shall be entertained.
2.9 BPCL reserves the right to enhance the total contract value, if required, keeping the
rates of individual items unchanged. The vendor is required to give their confirmation
in this regard.
2.10 BPCL reserves the right to discontinue calling-off for supplies and terminate the rate
contract by giving 30 days notice in advance to the vendor without giving any reason
for termination.
2.11 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.
2.12 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 conforming 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.
SPECIAL PURCHASE CONDITIONS Page 4 of 11
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 c lauses 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 capital ized shall be interchangeable and shall
have the meaning as assigned to fully capitalized term or initial capitalized 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.
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) Packing; and (d) Loading on truck/ trailer and transportation up to
site.
5.0 DURATION OF CONTRACT
5.1 Two years from the date of issue of LOA / Contract.
Vendors who will not accept for two years contract period, their offers shall not be
considered for evaluation.
6.0 OFFER VALIDITY
6.1 The offer should be valid for a period of 120 days from the final bid due date for
acceptance of Rate Contract and for 2 years thereof for acceptance of the orders.
Non acceptance of offer up to validity period and 2 years contract are liable for
rejection.
SPECIAL PURCHASE CONDITIONS Page 5 of 11
7.0 APPLICABLE CHARGES, TAXES & DUTIES
7.1 Bidders are requested to quote base rate, Packing and Forwarding Charges, Excise
duty, Sales Tax, Octroi, Octroi Service Charges (in case of Mumbai Refinery), Entry Tax
(in case of Numaligarh Refinery) and Freight as applicable separately. BPCL will furnish
Form-‘C’ for the goods purchased.
7.2 All statutory levies, if applicable is payable extra by BPCL. However, any increase /
decrease in statutory levies on the date of delivery during the scheduled delivery
period on finished materials will be on BPCL's account. If the material is not supplied
within the scheduled delivery period, then any increase on excise duty/ sales tax/
other statutory levies will be on vendor's account.
7.3 The quoted base rate shall include all expenses towards all testing charges, PMI testing
etc. Third Party Inspection charges shall be indicated separately as detailed in clause
8.0 given below.
8.0 THIRD PARTY INSPECTION
8.1 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 materi als. CEIL inspection charges shall be
borne by BPCL. Bidder shall note the distance between bidder’s place of Inspection /
Manufacturing facilities and CEIL office/ Regional office. List of Offices/Regional offices
is enclosed for Bidder’s 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 CEIL office/Regional office &
Bidders place of Manufacturing/Inspection: 2.5% of Material basic value of P.O.
plus applicable service tax.
B) CEIL fees for distance beyond 100 Kms between CEIL office/Regional office &
Bidders place of Manufacturing/ Inspection: 5.00% of Material basic value of P.O.
plus applicable service tax.
Vendor shall indicate TPI charges in percentage, based on distance between bidder’s
place of Inspection / Manufacturing facilities and CEIL office / Regional office in Format
of Taxes / Duties, TPI & Freight. Same shall be considered for price evaluation.
9.0 FIRM PRICES
9.1 The quoted Prices shall remain firm and fixed for the entire duration of contract and
in all respects and no escalation in prices on any account shall be admissible.
Non-acceptance of firm rates for entire duration of contract period is liable for
rejection.
9.2 The basic price (i.e. Ex-works price) of each item / material shall be the same for all
the locations. However, taxes and duties and freight charges may vary depending on
the supply location.
SPECIAL PURCHASE CONDITIONS Page 6 of 11
10.0 EVALUATION CRITERIA
10.1 Evaluation will be on item-wise Lowest Quote basis (Net effective cost) to BPCL. BPCL
reserves the right to enter into Rate Contract 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 be split only as per MSE policy.
11.0 PAYMENT
11.1 PAYMENT TERMS
100% payment shall be made within 30 days from the date of receipt and acceptance
of materials at Site against submission of Performance Bank Guarantee (PBG) for 10%
of basic order value.
11.2 GENERAL
11.2.1 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.
11.2.2 All payments shall be released within 30 days of receipt of invoice and all requisite
documents, i.e. Material Test Certificates, Third Party Inspection release note, packing
slips etc.
11.2.3 In case, PBG is not provided by the Vendor, 90% of the payment shall be made within
30 days from the date of receipt and acceptance of materials and balance 10% of the
value shall be retained in lieu of PBG, till the expiry of guarantee and claim period.
11.2.4 No initial advance payment along with order shall be made by BPCL against supplies.
If a supplier insists on the same, the offer shall be rejected.
12.0 DELIVERY SCHEDULE / COMPLETION PERIOD
12.1 Delivery Period: 10 weeks from the date of Call off / Purchase Order, on FOT Site basis.
Delivery is the essence of contract. BPCL reserve the right to accept or reject offers
with delivery period not in line with BPCL requirement.
12.2 These schedules are for normal consignments. However, supplier shall arrange to
supply emergency requirements, if any, as per BPCL request on priority.
12.3 Supplier’s prices should be on door delivery basis. Freight, Octroi or any such local
levies will have to be paid by the vendor and the same will be reimbursed at actuals
against documentary proof.
12.4 The ordered items are to be delivered on door delivery basis to the Refinery
Warehouses at BPCL (Mahul, Mumbai, Maharashtra), BPCL (Ambalamugal, Kochi,
Kerala) and NRL (Golaghat, Assam) respectively.
SPECIAL PURCHASE CONDITIONS Page 7 of 11
12.5 Failing to meet the delivery schedule / completion period will be subject to Price
Reduction and/or curtailing other remedies available to the Purchaser as per RFQ
Documents.
12.6 Date of LR/ GR shall be considered as the date of delivery or date of receipt of material
at site shall be the date of delivery as specified in Call-off / PO.
12.7 Suppliers 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.
Vendor has to quote freight charges in percentage only. Non-acceptability of freight
charges in percentage is not acceptable to BPCL and their offers stand commercially
rejected.
12.8 Delay in receiving Invoices or failure in providing copies of dispatch documents and
any demurrage or wharfage or any loss resulting thereby shall be borne by the vendor.
12.9 Supply of part quantities will be acceptable only a t the discretion of BPCL. In all other
cases vendor shall supply the entire quantity as per purchase order at a time.
13.0 PRICE REDUCTION SCHEDULE
13.1 Applicable as per attached GPC.
14.0 DESPATCH INSTRUCTIONS
14.1 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 / Challan
• Packing List
• Test Certificates (NDT reports, MTC, IBR etc.)
15.0 INSURANCE
15.1 Transit insurance shall be excluded from supplier’s scope and the same shall be
arranged by BPCL.
16.0 GENERAL PURCHASE CONDITIONS (GPC)
16.1 Attached General Purchase Conditions (GPC) shall be applicable for this contract.
17.0 GUARANTEE/ WARRANTY
17.1 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.
SPECIAL PURCHASE CONDITIONS Page 8 of 11
18.0 QUALITY ASSURANCE / QUALITY CONTROL
18.1 PMI test is required and hence same to be included in the QAP. 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.
18.2 The Supplier shall establish document and maintain an effective quality assurance
system outlined in recognized codes.
18.3 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.
18.4 No amendment in the specification will be entertained after placement of rate
contract.
19.0 SUBMISSION OF OFFER
19.1 Vendors are requested to quote/fill the rates against each item and applicable taxes
& duties in the e-procurement portal only. They are requested not to alter the
sequence / serial numbers of the material codes in the file.
19.2 Following documents are to be signed and stamped on each page and uploaded in the
e-tender portal:-
a. Signed, stamped and scanned copies of supporting documents for meeting
technical specifications,
b. Signed, stamped and scanned copy of Acceptance sheet available at the end of
Special Purchase Conditions (SPC), Instructions To Bidders (ITB) and Business Rules
Document for reverse auction,
c. Signed, stamped and scanned copy of all pages of General Purchase Conditions
(GPC),
d. Duly filled, signed, stamped and scanned copy of all pages of Integrity Pact
document, Proforma for Declaration regarding Holiday Listing, Commercial
Questionnaire and Advisory on environmental criteria,
e. Technical & Commercial Deviations if any, to the tender documents, by giving
reference to the clause nos. in the Technical Deviation or Commercial Deviation.
19.3 Following documents are to be filled online in the e-tender portal:
a. “QUOTED” or “NOT QUOTED” in the e-procurement portal in Part-1 i.e. Pre-
Qualification Criteria section.
b. Applicable charges, taxes, duties and freight for the tender in the e-procurement
portal in Part-2 i.e. Techno-Commercial un-priced bid section.
c. Unit prices in the price bid format in the e-procurement portal in Part-3 section
i.e. Price bid section. If bidder is not willing to quote for any item, they may indicate
clearly in un-priced bid as “NOT QUOTED” and enter “0” (ZERO) in online price bid.
Zero will be considered as not quoted and not consi dered for evaluation.
SPECIAL PURCHASE CONDITIONS Page 9 of 11
19.4 If the bidder has submitted NOT QUOTED for any item/s in their technical bid and
subsequently after opening of Price bid, if same item/s found quoted, prices for the
said item/s will not be considered for price evaluation.
19.5 Offer submitted by Telex/ Telegraph/ Fax/ e-Mail or Hard copy in sealed covers shall
not be accepted.
19.6 Offers with precondition on minimum contract value/call off value or
non-acceptability of part order are not acceptable to BPCL and their offers stand
commercially rejected.
19.7 BPCL shall not be responsible for any delay in uplo ading of offer by the bidder in
e-Procurement portal.
19.8 Bidders to quote based on latest revision no. as per BPCL AES Standard.
20.0 PRE-BID MEETING
20.1 Pre-bid meeting is scheduled on 9th February 2016 at 10:00 AM IST in Admin.
Building, BPCL, Mumbai Refinery, Mahul, Mumbai-400074. All interested bidders are
requested to reach the venue before 10:00 AM. The purpose of the pre-bid meeting
is to clarify any doubts of the Bidders on the interpretation of the provisions of the
tender. Bidder(s) are requested to submit their queries mentioning their Company’s
name, Annexure No., Clause no., Clause details & Query by e-mail to the Contact
Person mentioned below in order to have fruitful discussions during pre-bid meeting.
All Bidders are requested to acquaint themselves for better clarity about the tender
conditions before submitting their bids.
Contact Persons:
Shri H.P. Panchal, Procurement Manager - CPO (R), BPCL, Mumbai Refinery, Mahul,
Mumbai - 400074. Tel no. 022-25524129, e-mail: [email protected]
Shri B.K.Basu, Procurement Leader - CPO(R), BPCL, Mumbai Refinery, Mahul,
Mumbai - 400074. Tel no.: 022-25533360, e-mail: [email protected]
20.2 Bidders shall participate in Pre-bid meeting at their own expenses before quoting for
the tender. No monetary claim whatsoever shall be entertained by BPCL on this
ground.
Bidders may submit the pre-bid meeting queries in the following format:
Sr.
No.
Annexure
No.
Clause
No.
Clause details Query
SPECIAL PURCHASE CONDITIONS Page 10 of 11
21.0 TENDER OPENING
21.1 The deadline for bid submission is 13:00 hrs. on th e due date mentioned. The bids can
be submitted in the e-procurement website up to the tender due date and time.
21.2 Part-1 i.e. Pre-Qualification Criteria (PQ) submitted online for the subject tender will
be opened on e-tendering portal on tender due date and time. Part-2 i.e. Technical
Bids of only qualified bidders in PQ will be opened on e-tendering portal. Part-3 i.e.
Price Bid (if reverse auction not done) submitted online for the subject tender will be
opened on e-tendering portal of only qualified bidders in Technical bids. Qualified
bidders will be informed about the date and time of opening of bids one day prior to
bid opening date by e-mail. It may be noted that technical and price bid opening can
be witnessed by bidders on e-tender site or in person at CPO-Refineries office. In case
bidder wishes to participate in person, they can inform BPCL the representative’s
name, designation and mobile phone number to enable BPCL to arrange for necessary
visitor’s permission.
22.0 EARNEST MONEY DEPOSIT (EMD) :
22.1 EMD is applicable for this tender. All Bidders except in the case of bidders eligible for
exemption under MSE Policy have to submit EMD of Rs. 2.5 lakhs in PQ bid.
For further details refer “Instructions To Bidders (ITB)”.
23.0 INTEGRITY PACT (IP)
23.1 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 authorized to sign the bid
documents. For further details, kindly refer ITB document.
24.0 POLICY FOR ‘HOLIDAY LISTING’ OF VENDORS IN BPCL:
24.1 The guidelines for holiday listing shall be applica ble as per web link given below: https://bharatpetroleum.in/pdf/holidaylistingpolicy final.pdf
SPECIAL PURCHASE CONDITIONS Page 11 of 11
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUBJECT : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL -
MUMBAI REFINERY, BPCL - KOCHI REFINERY AND NRL - NUMALIGARH REFINERY.
REF : CRFQ No. 1000249379, E-Tender No.10171
ACCEPTANCE OF SPECIAL PURCHASE CONDITIONS
We, M/s __________________________________________________ having office at
______________ read SPECIAL PURCHASE CONDITIONS and confirm our acceptance to all the
terms and conditions as mentioned herein in the document except for deviations mentioned
in the deviation form.
Deviations : YES / NO
(Bidder to tick)
If yes, same is mentioned in Annexure-8 i.e. TECHNICAL DEVIATION FORM and Annexure-9
i.e. COMMERCIAL DEVIATION FORM.
Date : Signature of Authorised Signatory
with Name & designation and Co. Seal.
Name & full address of the Firm :
M/s _______________________
Instruction to Bidders Page 1 of 21
Annexure - 7
M/s BHARAT PETROLEUM CORPORATION LTD,
MAHUL MUMBAI
INSTRUCTIONS TO BIDDERS (ITB)
Instruction to Bidders Page 2 of 21
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
INSTRUCTIONS TO BIDDERS (ITB)
1. INFORMATION ON E-PROCUREMENT SYSTEM
2. SCOPE OF BID
3. COST INCURRED FOR PREPARATION OF BIDDING DOCUMENTS
4. SITE VISIT
5. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT
6. LANGUAGE OF BID
7. EARNEST MONEY DEPOSIT (EMD) :
8. PRICE BIDS
9. BID CURRENCY
10. BID VALIDITY
11. OFFER WITHOUT ANY DEVIATION
12. AGENTS/ REPRESENTATIVES/ RETAINERS/ ASSOCIATES
13. CONFIDENTIALITY OF BID DOCUMENT
14. SIGNING OF BID
15. SUBMISSION OF BIDS
16. DEADLINE FOR SUBMISSION OF BID
17. MODIFICATION AND WITHDRAWAL OF BIDS
18. TENDER OPENING:
19. CONTACTING THE OWNER/ OWNER REPRESENTATIVE
20. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
21. COMMERCIAL EVALUATION
22. ARITHMETIC CORRECTIONS
23. CONVERSION TO SINGLE CURRENCY
24. BID REJECTION CRITERIA
25. LOADING CRITERIA AND PRICE EVALUATION & COMPARISON.
26. EVALUATION CRITERIA FOR COMPARISON OF BIDS
27. THIRD PART INSPECTION SERVICES
28. AWARD OF CONTRACT :
29. PURCHASE PREFERENCE TO MSE’S:
30. INTEGRITY PACT (IP):
31. POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:
32. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR UNDERTAKINGS
IN A PURCHASE OR SERVICE CONTRACT
33. ARBITRATION CLAUSE
34. GENERAL POINTS
Instruction to Bidders Page 3 of 21
INSTRUCTIONS TO BIDDERS (ITB)
1. INFORMATION ON E-PROCUREMENT SYSTEM
1.1. The bidder is requested to download the tender from BPCL’s e-tendering website
https://bpcleproc.in and participate in the tender as per the instructions given above and
herein, on or before the due date and time of the tender. The tender available on the BPCL
website can be downloaded for reading purpose only. For participation in the tender, please
fill up the tender online on the e-tender system available on https://bpcleproc.in.
1.2. For registration on the e-tender site https://bpcleporc.in, bidder needs to download the
Instructions to Vendors document from the site and read it. They shall select “Register” and
complete the “Bidder Registration Form” by filling in all the information correctly. Kindly
remember the login id (e-mail), password entered therein. After completing this process,
you will receive a system generated e-mail, click on the link and complete balance
Registration process.
1.3. As a pre-requisite for participation in the tender, bidders are required to obtain a valid
Digital Certificate of Class III and above as per Indian IT Act from the licensed Certifying
Authorities operating under the Root Certifying Authority of India (RCIA), Controller of
Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the
Bidder. In case any Bidder so desires, he may contact our e-procurement service provider
M/s. E Procurement Technologies Limited, (Contact Number +91 9099090830, +91
7940016816) for obtaining the digital signature certificate. Please note that generally, it
takes 5 working days for obtaining a digital certificate after the submission of all required
documents / fees. Non availability of Digital Certificate shall be considered as the bidder’s
regret.
1.4. In case any corrigendum/amendment is issued after the submission of the bid by any
bidders, then such Bidders, who have submitted their bids, shall be intimated about the
corrigendum / amendment by a system-generated email. It shall be assumed that the
information contained therein has been taken into account by the Bidder. They have the
choice of making changes in their bid before the due date and time. No communication
other than the above will be circulated regarding Corrigendum / amendment, if any.
1.5. Bidders are required to submit their bid online on or before the due date and time of closing
of the tender as depicted in this document. Bidders shall have to log on to the website
(https://bpcleproc.in) for submitting their bid. Th e system time (Indian Standard Time - IST)
that will be displayed on e-Procurement web page shall be the time considered for
determining the expiry of due date and time of the tender and no other time shall be taken
into cognizance. Bidders are advised in their own interest to ensure that their bids are
submitted in e-Procurement system well before the closing date and time of bid. If the
Bidder intends to change/revise the bid already entered, he may do so any number of times
till the due date and time of submission deadline. However, no bid can be modified after the
deadline for submission of bids. Once the entire pr ocess of submission of online bid is
complete, the Bidders are required to go to option ‘own bid view’ through dashboard and
take the print of the envelope receipt as a proof of submitted bid.
1.6. Bids / Offers shall not be permitted in e-procurement system after the due date /time of
tender. Hence, no bid can be submitted after the due date and time of submission has
elapsed.
1.7. No manual bids / offers along with electronic bids / offers shall be permitted.
Instruction to Bidders Page 4 of 21
1.8. Once the PQ Bid / Technical (or) un-priced bids are opened, bidders can see the list of
Bidders who have participated in the bid by logging on to the portal under their user ID and
password and clicking on “Other Bids” view. Subsequently, in case the price bids are opened
in E Tendering platform, Bidders can see the rates quoted by all the participating bidders
using the same option.
1.9. No responsibility will be taken by BPCL and / or the e-procurement service provider for any
delay due to connectivity and availability of website. They shall not have any liability to
Bidders for any interruption or delay in access to the site irrespective of the cause. It is
advisable that Bidders who are not well conversant with e-tendering procedures, start filling
up the tenders much before the due date / time so that there is sufficient time available
with him/her to acquaint with all the steps and seek help if they so require. Even for those
who are conversant with this type of e-tendering, it is suggested to complete all the
activities ahead of time. It should be noted that the individual bid becomes viewable only
after the opening of the bid on/after the due date and time. Please be reassured that your
bid will be viewable only to you and nobody else ti ll the due date/ time of the tender
opening. The non-availability of viewing before due date and time is true for e-tendering
service provider as well as BPCL officials.
1.10. BPCL and/or the e-procurement service provider shall not be responsible for any direct or
indirect loss or damages and or consequential damages, arising out of the bidding process
including but not limited to systems problems, inab ility to use the system, loss of electronic
information etc.
1.11. In case of any clarification pertaining to e-procurement process, the Bidder may contact the
following agencies / personnel:
For system related queries contact:
Ajay Nandangi.
e-Procurement Technologies Limited (Procure Tiger)
Contact : 022-27764464, 2553 3128, 7208726400
E-Mail: [email protected]
Satya narayan Behera
e-Procurement Technologies Limited (Procure Tiger)
Mobile no. - +91 90040 14223
Email ID - [email protected]
Contact Numbers +91 9099090830, +91 7940016816
2. SCOPE OF BID
2.1. BPCL invites E-Bids in 2 or 3 parts as described in SPC, in complete accordance with
tender documents and its attachments.
2.2. SCOPE OF BID: The scope of work shall be as defined in the RFQ.
3. COST INCURRED FOR PREPARATION OF BIDDING DOCUMENTS
3.1. The bidder shall bear all costs associated with the preparation and submission of the
bid, and BPCL will in no case be responsible or lia ble for this cost, regardless of the
conduct or outcome of the bidding process.
Instruction to Bidders Page 5 of 21
4. SITE VISIT
4.1. 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.
4.2. 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.
5. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT
5.1. CONTENTS OF BIDDING DOCUMENT
5.1.1. The Bidding Document has been hosted on
a. E-procurement platform - https://bpcleproc.in;
b. www.bharatpetroleum.in→ Energizing Business→Tenders → CPO (Refineries) &
c. Central Procurement Portal - http://eprocure.gov.in/cppp.
5.1.2. 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.
5.2. CLARIFICATION ON BIDDING DOCUMENTS
5.2.1. 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. B.K. Basu, Procurement Leader-CPO (R) / Mr. H.P. Panchal, Procurement
Manager-CPO (R) Bharat Petroleum Corp. Ltd., Admin Building, Mahul, Mumbai -400
074. Tel. No.: 022-2553 3360 / 022-2552 4129.
5.2.2. 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
request shall reach BPCL not later than seven (7) days prior to the ‘closing date” or
Tender Due date.
Instruction to Bidders Page 6 of 21
5.3. AMENDMENT OF BIDDING DOCUMENTS
5.3.1. 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.
5.3.2. 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.
5.3.3. 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.
6. LANGUAGE OF BID
6.1. 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.
6.2. 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.
7. EARNEST MONEY DEPOSIT (EMD) :
7.1. Requirement of EMD and value of EMD for this tender, bidder shall refer the Special
Purchase conditions of the tender.
7.2. 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.
7.3. 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 LOI/ PO.
7.4. Original DD / Banker’s Cheque / BG as the case may be, towards EMD, shall be sent
separately to DGM - CPO (R), Bharat Petroleum Corporation Limited, Mahul, Mumbai
400074. Offers received without scan copy of EMD (DD/ BG/ Valid NSIC
Certificate/MSE Certificate) in the e-tender and physically not received within 7 days
after “Part-1 Bid” opening date (as indicated in the NIT or corrigendum thereof) are
liable to be rejected.
Instruction to Bidders Page 7 of 21
7.5. For unsuccessful bidders, EMD may be returned after the completion of BQC evaluation/
Technical evaluation / Price bid evaluation as appl icable. However, in case of successful
bidder the EMD shall be released on receipt of performance bank guarantee.
7.6. Following categories of bidders are exempted from paying Earnest Money Deposit
(EMD) and Tender Fee, if any.
i. Units registered with National Small Industries Corporation (NSIC);
ii. Units falling under Micro & Small Enterprises (MSEs) category as defined under the
MSMED Act 2006.
The above are subject to the fulfilling of under mentioned conditions :
a) Units should be registered with National Small Scale Industrial Corporation
Limited (NSIC) or with any of the Authorities specified under the Public
Procurement Policy for MSE’s. (DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of
Handicrafts and Handloom or any other body specified by Ministry of MSME.)
b) The Unit should be registered for the item tendered.
c) The monetary limit, if any, indicated in the registration certificate should cover
value of items ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted
in support.
f) Registration with DGS&D will not entitle a Tenderer to claim above exemption.
Units registered with National Small Industries Corporation (NSIC) or MSE subject to:
Such bidders must upload appropriate proof along wi th their "Bid", to show that
they are eligible for the exemption from EMD (application for registration as NSIC /
MSE 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.
7.7. The permissible forms of Deposit are:
I. Bank Draft drawn on any nationalized/ scheduled bank in favor of “Bharat
Petroleum Corporation Limited” payable at Mumbai.
II. Bank Guarantee (BG) executed by any Scheduled Bank approved by Reserve
Bank of India as per the proforma. The BG shall remain valid for a period of six
months from the due date of opening the tender.
Standing Bank Guarantee in lieu of EMD to cover all contracts as per the proforma
enclosed may also be accepted in which case EMD may be based on the expected
total value of the contract. The validity period for these Bank Guarantees should be
one year.
Instruction to Bidders Page 8 of 21
Where the Bank Guarantees are accepted it should be ensured by the sponsoring
contracting department that:
I. Bank Guarantees are strictly in accordance with the proforma mentioned above.
(Slight deviations if any in BG format suggested by different banks, may be
accepted by Contracting Dept. Head , who will consult Legal, if felt necessary
II. A Bank Guarantee Register is to be maintained with necessary information such
as tender reference, Name of the tenderer, Name of the Bank, Guarantee
Number, Validity Period, Return Date etc. Prompt action is taken to renew the
Bank Guarantee whenever required.
III. As soon as the contractor commits any breach of the terms and conditions of
tender / contract, prompt action should be taken to realize the EMD from the
Bank.
8. PRICE BIDS
8.1. 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.
8.2. 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. BPCL shall reject a bid valid for a sho rter period being non-responsive.
8.3. 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.
8.4. Owner will issue concessional form ‘C’ for CST only. No concessional form ‘D’ shall be
issued for VAT.
8.5. 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.
8.6. Supply price shall be exclusive of Excise Duty (inc luding Cess) and CST (with
concessional form) or VAT (without concessional form) which will be applicable on
the finished goods.
8.7. Item wise Transportation Charges up to 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.
Instruction to Bidders Page 9 of 21
8.8. 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.
8.9. 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 up to FOB – International Port of Exit.
9. BID CURRENCY
9.1. Bidding currency shall be Indian Rupees for Indian bidders and US Dollars / EUROs /
Indian Rupees for foreign bidders in accordance with RBI guidelines.
9.2. Currency once quoted will not be allowed to be changed. BPCL shall not be
compensating for any exchange rate fluctuation.
10. BID VALIDITY
10.1. 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.
10.2. 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).
11. OFFER WITHOUT ANY DEVIATION
11.1. 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.
12. AGENTS/ REPRESENTATIVES/ RETAINERS/ ASSOCIATES
12.1. 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.
13. CONFIDENTIALITY OF BID DOCUMENT
13.1. 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.
13.2. 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.
Instruction to Bidders Page 10 of 21
14. SIGNING OF BID
14.1. 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.
14.2. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid.
14.3. The Bidder’s name stated in the Bid shall be the EXACT LEGAL NAME OF FIRM /
COMPANY / CORPORATION, etc. as registered or incorporated.
15. SUBMISSION OF BIDS
15.1. 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.
15.2. 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”.
15.3. "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).
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.
g. 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,
in cases where scan copies of un-priced bids are required to be uploaded.
15.4. "Technical Bid", i.e. Techno-Commercial Bid, shall be submitted with all technical
and commercial details (other than price). The sought details are to be duly filled in
E-tender portal OR uploaded as scanned copies with signatures and stamp of the
authorised signatory, as the case may be. The technical bid shall essentially contain
the following documents shall be submitted/ uploade d:-
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.
c. Technical & Commercial Deviations if any. These shall be indicated in the
format attached.
d. Any other supporting documents/ information in support of the Un-priced
Bid.
Instruction to Bidders Page 11 of 21
e. BPCL’s Special Purchase Conditions (SPC), duly signed and stamped as a token
of acceptance.
f. 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 Questionnaire, etc.), they can indicate deviations in the Form
giving reference to clause no.
15.5. “Priced Bid” shall be complete with the Price Schedule duly fi lled in E-tender portal
OR uploaded as scanned copies with signatures and stamp of the authorised
signatory, as the case may be.
In case of scanned copy uploads, price bids shall be uploaded at appropriate
locations in E-tender portal, with seal and signatures on all pages. Quoted price for
each item shall be written in figures & words.
15.6. Bids complete in all respects should be submitted in BPCL E-tender portal on or
before the due date & time. All scanned copies of the documents submitted by the
bidder, shall be duly signed & stamped on all pages. The offer shall be submitted in
the Portal under the digital signature of the bidder.
15.7. All changes/ alterations/ corrections in the BID shall be signed in full by the person or
persons signing the Bid, with date, in case of scan copy upload. No erasure, use of
correction fluid and/ or overwriting is permitted. All blank spaces shall be filled in by
hand/ printed and, alterations or erasures, if any occur, shall be formally explained
over the signature of authorized representative. Non-compliance/ violation of this
requirement may be cause for the rejection of the Bid.
15.8. Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers,
shall not be accepted.
15.9. BPCL shall not be responsible for any delay in uplo ading of offer due to unforeseen
delays/ problems in network. Bidders are requested to submit their offers well
before the due date and time to avoid any unforeseen problems with power supply
or network issues.
16. DEADLINE FOR SUBMISSION OF BID
16.1. The E-Bids must be submitted on or before the last date and time mentioned in the
RFQ.
16.2. 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.
17. MODIFICATION AND WITHDRAWAL OF BIDS
17.1. The Bidder may modify or withdraw their Bid after the Bid’s submission, in E-tender
platform, prior to the due date.
Instruction to Bidders Page 12 of 21
17.2. No bid shall be modified subsequent to the deadline for submission of bids.
17.3. No bid shall be allowed to be withdrawn in the inte rval 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.
18. TENDER OPENING:
18.1. The deadline for bid submission as per due date mentioned. The bids can be
submitted in the e-procurement website up to 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://bpcleproc.in, on
the same day.
18.2. 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.
18.3. Technical Bids:- The Technical bids (Techno-Commerc ial 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 Quali fied Bidders can view/ witness
the "Un-priced Bid" opening through the e-portal.
18.4. 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
through e-portal. Such Techno-Commercially accepted bidders can view/ witness the
"Price Bids" opening through the e-portal.
19. CONTACTING THE OWNER/ OWNER REPRESENTATIVE
19.1. 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.
19.2. 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.
20. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
20.1. 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.
20.2. 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.
Instruction to Bidders Page 13 of 21
20.3. 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.
20.4. 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.
20.5. 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.
20.6. 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.
21. COMMERCIAL EVALUATION
21.1. 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
tax credits as applicable. Applicable taxes and duties shall be indicated in the un-
priced copy of price format.
21.1.1. 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.
21.2. 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.
21.3. Bidder has to quote freight charges including service tax, since cenvat credit on
service tax paid by the bidder may not be available to BPCL. In case bidder wish to
quote service tax separately and they can pass on the cenvat credit on service tax
paid can quote service tax on freight separately and this amount would be
considered as reduction in quoted price (landed price) while evaluating the bids,
subject to the following:
Instruction to Bidders Page 14 of 21
• 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 showi ng 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 will not be paid.
21.4. 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.
21.5. 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.
21.6. 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).
21.7. Concessional rate of Custom Duty:
21.7.1. 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.
21.7.2. 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,
whatsoever, he shall be liable to bear the incremental Customs Duty applicable, if
any.
21.7.3. Any Customs Duty applicability on account of any change in the bi-lateral/ multi-
lateral agreement shall be to bidder’s account.
21.7.4. 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.
21.8. Purchase Preferences as applicable shall be considered as per GPC.
21.9. 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.
Instruction to Bidders Page 15 of 21
22. ARITHMETIC CORRECTIONS
22.1. 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.
23. CONVERSION TO SINGLE CURRENCY
23.1. 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.
24. BID REJECTION CRITERIA:
24.1. 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. Bids with Price Variation Clause (PVC) without variation formula and ceiling.
c. Insufficient validity period.
d. Advance payment
e. Non submission of EMD as applicable
f. Non submission of “Proforma for declaration regarding holiday listing”
g. Non submission of Integrity Pact
h. Any other rejection point specified elsewhere in the RFQ Documents.
Instruction to Bidders Page 16 of 21
25. 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.
26. 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.
26.1. Where Indian as well as Foreign Bids are under comparison:
26.1.1. 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.
26.1.2. 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.
Instruction to Bidders Page 17 of 21
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.
27. THIRD PART INSPECTION :
27.1. For all indigenous suppliers, BPCL will nominate au thorised 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.
27.2. 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.
27.3. For requirement of TPI refer Special Purchase Conditions of the tender.
28. AWARD OF CONTRACT :
28.1. Prior to the expiring of the period of Bid validity prescribed by BPCL, BPCL will notify
the successful Bidder by Letter of Acceptance (LOA) / 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 bindi ng. Successful bidder shall duly
sign and stamp one copy of the LOA / PO as token of acceptance and return to BPCL
within 10 days from date of LOA / PO.
28.2. 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.
29. Purchase Preference to MSE’s:
29.1. Bidders who are MSE’s and MSE’s owned by SC/ST shal l be allowed purchase
preference as per the government guidelines/ instructions on the subject in force
from time to time.
29.2. Bidders claiming purchase preference as MSE need to submit the following
documents:
• Self-attested 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 / affidavit in their Organization/Company Letter Head,
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.
Original of the EM-II certificate to be produced for verification, if called for (if the
bidder is not already registered with BPCL as MSE vendor).
Instruction to Bidders Page 18 of 21
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 authorized 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. Shri. Brahm Dutt
Address : A-1/8 Safdarjung Enclave, New Delhi - 110 029.
E-mail : [email protected]
Mobile No. : 09871920282
31. POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:
31.1. The guidelines for holiday listing shall be applica ble as per web link given below: https://bharatpetroleum.in/pdf/holidaylistingpolicy final.pdf
32. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR UNDERTAKINGS
IN A PURCHASE OR SERVICE CONTRACT :
32.1. In the event of any dispute or differences between the VENDOR / CONTRACTOR /
SUPPLIER and the OWNER, if the VENDOR /CONTRACTOR / SUPPLIER is a
Government Department, a Government Company or a undertaking in the public
sector, then in suppression of the provisions of clause 23 of the GPC (corresponding
clause no of GCC or NIT etc.), stands modified to the following extent:-
All disputes and differences of whatsoever nature arising out of or in relation to this
Contract / Agreement or in relation to any subsequent contract / agreement
between the parties shall be attempted to be resolved amicably by mutual
discussions between the parties. If they are not settled at the implementation level
of officers, then these unresolved disputes/ differences will be referred for
resolution by discussions with the concerned Director of BPCL and the concerned
Director of Vendor / Contractor / Supplier. In case same does not resolve the
difference within 30 days, arbitration clause as hereunder would apply.
In the event of any dispute or difference relating to the interpretation and
application of the provisions of the contracts, such dispute or difference shall be
referred by either party for Arbitration to the sole Arbitrator in the Department of
Public Enterprises to be nominated by the Secretary to the Government of India in-
charge of the Department of Public Enterprises. The Arbitration and Conciliation Act,
Instruction to Bidders Page 19 of 21
1996 shall not be applicable to arbitration under this clause. The award of the
Arbitrator shall be binding upon the parties to the dispute, provided, however, any
party aggrieved by such award may make a further reference for setting aside or
revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of
Law & Justice, Government of India. Upon such reference the dispute shall be
decided by the Law Secretary or the Special Secretary/Additional Secretary, when so
authorized by the Law Secretary, whose decision shall bind the Parties finally and
conclusively. The Parties to the dispute will share equally the cost of arbitration as
intimated by the Arbitrator.
33. ARBITRATION CLAUSE:
GPC Arbitration clause is revised as below:
33.1. Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-
claim or set off of the Company against the Contractor or regarding any right,
liability, act, omission or account of any of the parties hereto arising out of or in
relation to this agreement shall be referred to and finally resolved by Sole Arbitrator,
who shall be appointed by Director (Refinery) of BPCL as per the procedure given in
sub-clause (b) given herein below.
33.2. Procedure for appointing the sole arbitrator: A party wishing to commence an
arbitration (the “Claimant”) shall file with the Di rector (Refinery) of BPCL a Notice of
Arbitration which shall comprise:
i. a demand that the dispute be referred to arbitration;
ii. a reference to the arbitration clause or the arbitration agreement that is invoked
and a copy of it;
iii. a reference to the contract out of or in relation to which the dispute arises and
where possible, a copy of it;
iv. a brief statement describing the nature and circumstances of the dispute,
specifying the relief claimed and, where possible, an initial quantification of the
claim amount.
v. any other details which the claimant wishes to refer and rely upon.
Upon receipt of the above notice of arbitration, the Director (Refinery) of BPCL shall
appoint the Sole Arbitrator as per the provisions of the Arbitration and Conciliation Act,
1996.
33.3. The venue of arbitration shall be Mumbai (in case of Mumbai Refinery) or Kochi (in
case of Kochi Refinery). The award of the arbitrator so appointed shall be final,
conclusive and binding on all parties to the agreement subject to the provisions of
the Arbitration & Conciliation Act, 1996 or any statutory modification or re-
enactment thereof and the rules made thereunder for the time being in force shall
apply to the arbitration proceedings under this clause.
33.4. The arbitrator shall have power to order and direct either of the parties to abide by,
observe and perform all such directions as the arbitrator may think fit having regard
to the matters in difference i.e. dispute, before him. The arbitrator shall have all
summary powers and may take such evidence oral and/or documentary, as the
arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all
powers under the Indian Arbitration & Conciliation Act 1996 including admission of
any affidavit as evidence concerning the matter in difference i.e. dispute before him.
Instruction to Bidders Page 20 of 21
33.5. The parties against whom the arbitration proceedings have been initiated, that is to
say, the Respondents in the proceeding, shall be entitled to prefer a cross-claim,
counter claim or set off before the Arbitrator in respect of any matter in issue arising
out of or in relation to the Agreement without seeking a formal reference of
arbitration for such counter-claim, cross claim, or set off and the Arbitrator shall be
entitled to consider and deal with the same as if the matters arising therefrom has
been referred to him originally and deemed to form part of the reference made by
the Director(Refinery).
33.6. The arbitrator shall be at liberty to appoint, if necessary any accountant or
engineering or other technical person to assist him, and to act by the opinion so
taken.
33.7. The arbitrator shall have power to make one or more awards whether interim or
otherwise in respect of the dispute and difference and in particular will be entitled to
make separate awards in respect of claims of cross claims of the parties.
33.8. The arbitrator shall be entitled to direct any one of the parties to pay the costs to the
other party in such manner and to such extent as the arbitrator may in his discretion
determine and shall also be entitled to require one or both the parties to deposit
funds in such proportion to meet the arbitrators expenses whenever called upon to
do so.
33.9. The parties hereby agree that the courts in the city of Mumbai (in case of Mumbai
Refinery) or Kochi (in case of Kochi Refinery) 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 so required) in the concerned courts in the city of Mumbai (in case of
Mumbai Refinery) or Kochi (in case of Kochi Refinery) only.
34. GENERAL POINTS:
34.1. 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.
34.2. Offers and all correspondence must be in English language only.
34.3. 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 conce rning award of contract shall
entail rejection of the bid.
34.4. 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.
Instruction to Bidders Page 21 of 21
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUBJECT : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL -
MUMBAI REFINERY, BPCL - KOCHI REFINERY AND NRL – NUMALIGARH
REFINERY.
REF : CRFQ No. 1000249379, E-Tender No.10171
ACCEPTANCE OF INSTRUCTIONS TO BIDDERS
We, M/s. __________________________________________________ having office at
______________ read INSTRUCTIONS TO BIDDERS and confirm our acceptance to all the
terms and conditions as mentioned herein in the document except for deviations
mentioned in the deviation form.
Deviations : YES / NO
(Bidder to tick)
If yes, same is mentioned in Annexure-8 i.e. TECHNICAL DEVIATION FORM and Annexure-9
i.e. COMMERCIAL DEVIATION FORM.
Date : Signature of Authorised Signatory
with Name & designation and Co. Seal.
Name & full address of the Firm :
M/s. _______________________
Page 1 of 24
Annexure-8 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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:
NUMALIGARH REFINERY LIMITED
General Purchase Conditions (Indigenous)
Definition:
'NRL' means 'Numaligarh Refinery Limited'
'Vendor' means a Person or Firm or Company, to whom the order is
addressed, for supply of goods and/or services.
Banker: Unless otherwise specified, NRL's banker at Numaligarh
shall be: State Bank of India, NRL Complex, P.O. NR Project,
Pin: 785699, Dist. Golaghat, Assam. Bank Code: 5377.
1. Price Basis
Prices are to be quoted on FOT NRL Site, Numaligarh basis (or,
FOT NRL Guwahati/New Delhi/Calcutta basis, as the case may be)
showing break-up of taxes, duties, packing & forwarding, freight
and transit insurance charges, (all in % age).
2. Firm Price
Quoted prices shall remain firm and fixed till complete
execution of the order.
3. Payment Term
Unless otherwise specified/agreed, the payment term shall be
"100% within 30 days of receipt and acceptance of goods."
4. Weights & Measurements
All weights and measurements recorded by NRL on receipt of
materials shall be treated as final and binding.
5. Qty. Tolerance
For Steel Items, 0.5% qty. tolerance for Weigh Bridge scale
variation or, std. rolling tolerance (as applicable) for
sectional weight measurements shall be permissible.
6. Transportation
Unless otherwise agreed upon, transportation of goods upto the
specified destination shall be in vendor's scope.
Contd…2
Page…2
7. Despatch
Unless otherwise specified, all LR/RR etc. must be in the name
of Numaligarh Refinery Limited and not 'Self'. Any demurrage or
wharfage paid by NRL to the carriers due to consignments being
booked as 'Self' will be recovered from the vendor. No
consignment shall be booked on 'Said to Contain' basis. If so,
it will be at vendor's own responsibility and risk.
8. Packing, Marking, Shipping & Documentation
All consignments must be securely and appropriately packed and
should conform to Standard Material Transport Regulations. The
vendor will be held liable for any damages to the goods due to
insufficient or defective packing as well as for corrosion due
to insufficient protection.
Each package shall be clearly marked with indelible paint with
the Purchase Order No., From (Name & Add.), To (Name & Add.),
Destination, Item Net & Gross Weight, Case No. (Sl. No. of Total
Cases) & Dimensions, and shall contain copies of despatch
documents and packing list.
Details given in the "Packing, Marking, Shipping and
Documentation Specification for Indigenous Materials" - wherever
enclosed with a Purchase Order, shall be strictly followed.
9. Test Certificate
Test certificate of representative samples conforming to PO
specifications from the manufacturer/Govt. approved
laboratory/NRL nominated agency must be furnished alongwith
supplies.
In case of 3rd Party Inspection, the Inspection Reports must
accompany all despatch documents as well as supplies.
10. Guarantee
Vendor shall guarantee NRL against any and all defects in
design, workmanship of material and performance for a period of
12 months from the date of commissioning/installation or 24
months from the date of last despatch, whichever expires first.
Should any defects develop during the guarantee period, it
should be remedied promptly free of cost by the vendor and all
expenses for transportation of goods necessitated for such
repairs or replacement shall be borne by the vendor. The
guarantee period for such repaired/replaced goods shall again be
12 months from the date of commissioning/installation.
Contd…3
Page…3
11. Insurance Charges
Transit insurance shall be in NRL's scope only when specifically
agreed upon. In such cases, vendor shall intimate despatch
details and value of goods in advance per fax for transit
insurance coverage.
12. Bank Charges
Unless otherwise specified, in case of payment through bank,
respective bank charges shall be to respective account.
13. Offer Validity
The vendor's offer shall be valid for acceptance for a period of
90 days from the final due date of the enquiry.
14. Taxes & Duties
In case of applicability of Excise Duty (ED), relevant ED paid
challan-cum-invoice must accompany supplies. For claiming Sales
Tax, particulars of Sales Tax registration certificate shall be
furnished alongwith invoices.
Statutory variation in taxes & duties within the contractual
delivery period shall be borne by NRL.
However, in case of delay on a/c of vendor, any new or
additional taxes & duties imposed after the contractual delivery
date shall be borne by the vendor.
NRL's CST Regd. No. : 18329903946 PAN No. : AAA CN 6984B
Excise Regd. No. : AAACN6984BXM001;
NRL#s VAT Regn No under Assam VAT : 18190032390
NRLs Service Tax Registration No : AAACN6984BST001
15. Delivery Period & Delayed Delivery
The delivery period quoted/agreed shall be strictly followed.
Failing supplies in time, NRL reserves the right to cancel the
order and take alternative procurement action solely at the risk
and cost of the vendor.
In case of delay in execution of the order, NRL may at its
option, recover from the vendor price reduction of 0.5% of the
value of delayed goods per week of delay or part thereof subject
to a maximum of 5% of the total order value of goods.
Contd…4
Page…4
16. Repeat Order
Repeat Order shall be acceptable to the vendor within 6 months
from the date of the Basic Order at the same prices, terms &
conditions as that in the Basic Order.
17. Part Order
Part Order shall be acceptable to the vendor. However, the
quantity mentioned in the enquiry documents for each item shall
be ordered on one vendor. All applicable lumpsum charges, if
any, shall be pro-rata on value basis.
18. Changes in Terms & Conditions
NRL reserves the right to make changes at any time in quantities
of items ordered or in specification and drawings. If such
changes cause an increase or decrease in the amount due or in
the delivery period, an equitable adjustment shall be made. Any
claim for adjustment under this provision must be assessed
within 10 days from the date when the changes are ordered.
19. Right of Rejection
NRL reserves the unfettered right to reject any or all offers
without assigning any reasons thereof.
20. Arbitration
Any dispute whatsoever in any way arising out of or relating to
a Purchase Order shall be referred to arbitration of the Chief
Executive of Numaligarh Refinery Limited or, to the sole
arbitration of some person nominated by him. There shall be no
objection if the arbitrator so appointed happens to be an
employee of NRL. The award of the arbitrator shall be final,
conclusive and binding on all parties.
21. Jurisdiction
Any dispute relating to the purchase of goods between NRL and
vendor shall be subject to the jurisdiction of a Court of Law
situated in the State of Assam.
22. Acceptance of Order
In the event of order being placed, the vendor shall acknowledge
receipt and acceptance in toto to the Purchase Order by signing
and returning the duplicate copy within 10 days from the date of
the order, failing which, the Purchase Order shall be deemed to
have been accepted by the vendor in toto.
Contd…5
Page…5
23. Distribution of Documents
Invoices and other original despatch documents in case of direct
payment and advance copies of despatch documents in case of
thro' Bank payments, shall be sent to the Finance, Commercial &
Materials Deptt. of NRL individually.
24. Conflict among other Terms and Conditions
In case of conflict between these General Terms & Conditions and
any other special or typed conditions agreed to for a particular
Purchase Order, the latter shall prevail to the extent
applicable.
25. Non Assignment
The Purchase Order shall not be assigned by the vendor to any
other party without prior written permission from NRL.
26. Control Regulations
Vendor shall arrange for supply and despatch in strict
conformity with the control regulations applicable and after
obtaining permits, if any, under the regulations in force from
time to time.
27. Govt. Policy
The existing policy of the Government of India with regard to
Purchase Preference to Public Sector Enterprises shall be
applicable.
Comm Questionnaires Page 1 of 2
Annexure - 9
Commercial Questionnaire
RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL - MUMBAI REFINERY, BPCL - KOCHI REFINERY AND NRL – NUMALIGARH REFINERY
REF: CRFQ No. 1000249379, E-Tender No.10171
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 120 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 shall be made within 30 days from the date of receipt and acceptance of materials at Site against submission of Performance Bank Guarantee (PBG) for 10% of basic order value. 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: For detailed clause refer General Purchase Conditions (GPC).
Accepted / Not accepted refer deviation sheet
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 contract period of 1ST year. For 2nd year contract period prices shall be revised in +/- based on percentage variation clause as mentioned in Special Purchase Conditions (SPC) and prices shall remain firm and fixed till complete execution of the contract period of 2nd year.
Confirmed / Not confirmed refer deviation sheet
10 The quoted base rate shall include all expenses towards all testing charges, PMI testing etc. TPI charges shall be indicated separately as detailed indicated in SPC.
Noted & Confirmed
11 Arbitration Clause: Confirm acceptance of Arbitration Clause as indicated in Instructions To Bidders (ITB).
Accepted / Not accepted refer deviation sheet
12
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
13 Confirm that integrity pact is duly signed & submitted without any deviations.
Confirmed & Accepted
14
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.
15 Confirm that Prices quoted are on FOT Dispatch point basis. Confirmed
16 Material is required at BPCL warehouse/site on door delivery basis.
Accepted / Not accepted refer deviation sheet
17 Specify Despatch Point for indigenous bidders to Supply Materials.
Material shall be despatched from :____________________ State:____________________
18 Confirm BPCL holiday listing Policy for vendors. Referred web link given below: https://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf
Confirmed & Accepted
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.
Accepted / Not accepted refer deviation sheet
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. (For MR only)
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 :
• Self-attested 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 / affidavit in their Organization/ Company Letter Head, 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 :
Annexure – 10
RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL - MUMBAI
REFINERY, BPCL - KOCHI REFINERY AND NRL – NUMALIGARH REFINERY
REF: CRFQ No. 1000249379, E-Tender No.10171
APPLICABLE CHARGES, TAXES, DUTIES, FREIGHT ETC.
Bidders are requested to fill these data in our
e-Procurement portal.
ANNEXURE-11
DEVIATION FORM (TECHNICAL) SUB : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES
FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY.
REF : CRFQ No. 1000249379, E-Tender No.10171 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 :
ANNEXURE-12
DEVIATION FORM (COMMERCIAL) SUB : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES
FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY.
REF : CRFQ No. 1000249379, E-Tender No.10171 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 :
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 1 of 11
Annexure-14
(BASIC DETAILS)
Buyer Name
Bharat Petroleum Corporation Ltd. (CPO Refineries) Mumbai.
Service Provider Details
M/s. Phone No. : Fax No. : Company Website: 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.
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 2 of 11
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.
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 3 of 11
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
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 4 of 11
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
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 5 of 11
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.
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 6 of 11
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.
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 7 of 11
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
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 8 of 11
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 –
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 9 of 11
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:
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 10 of 11
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]
BUSINESS RULES FOR ON LINE REVERSE AUCTION
Page 11 of 11
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUB : RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL
PIPES FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY
AND NRL-NUMALIGARH REFINERY.
REF. : CRFQ No. 1000249379, E-Tender No.10171
ACCEPTANCE OF BUSINESS RULES FOR ON LINE REVERSE
AUCTION
We, M/s. __________________________________________________ having office at
______________ read BUSINESS RULES FOR ON LINE REVERSE AUCTION and
confirm our acceptance to all the terms and conditions as mentioned herein in the
document except for deviations mentioned in the deviation form.
Deviations : YES / NO
(Bidder to tick)
If yes, same is mentioned in Annexure-8 i.e. TECHNICAL DEVIATION FORM and
Annexure-9 i.e. COMMERCIAL DEVIATION FORM.
Date : Signature of Authorised Signatory
with Name & designation and Co. Seal.
Name & full address of the Firm :
M/s. _______________________
Annexure – 15
RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL -
MUMBAI REFINERY, BPCL - KOCHI REFINERY and NRL-NUMALIGARH REFINERY
REF :- CRFQ No. 1000249379, E-Tender No.10171
• LIST OF ITEMS WITH DETAIL DESCRIPTION &
SPECIFICATION OF THE ITEMS.
• BPCL AES-STANDARD SPECIFICATIONS.
This Annexure is only for detail descriptions &
specifications of the items. Bidders are requested not to
fill any prices, taxes, duties, freight etc. in this Annexure.
Notes:
• Bidders to quote based on latest revision no. based
on BPCL AES Standard only.
_______________________________________________________________________ Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________00010 74.30.03.005.7 160.000 m
PIPE CS A106GRB SMLS IBR S80 6NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Manufacturing-process SEAMLESS
End-preparation PLAIN
Inspection-certif IBR CERTIFICATION
Schedule-number 80
Size-mm 6
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR_______________________________________________________________________00020 74.30.05.019.5 9,200.000 m
PIPE CS A106GRB SMLS IBR S80 15NB 30.04.2018
PIPE CS A106GRB SMLS IBR S80 15NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 15
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00030 74.30.03.020.5 384.000 m
PIPE CS A106GRB SMLS H2 S160 15NB 30.04.2018
PIPE CS A106GRB SMLS H2 S160 15NB
Mat CARBON STEEL
To,
BPCL ESTIMATE
MUMBAI . India - 400038.
Ph : , Fax : .
Vendor Code:300648
Quotation Due Date:22.02.2016
For Bharat Petroleum Corporation Ltd.
REQUEST FOR QUOTATION Collective RFQ Number / Date
1000249379 / 27.01.2016
Contact person/Telephone
Ref CPO Proc GR 2
Fax :
RFQ No / Date : 6000906337 / 21.01.2016
Page 1 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Inspection-certif H2
Schedule-number 160
Size-mm 15
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00040 74.30.05.020.5 740.000 m
PIPE CS A106GRB SMLS IBR S160 15NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 15
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00050 74.30.05.021.5 220.000 m
PIPE CS A106GRB SMLS S160 15NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Schedule-number 160
Size-mm 15_______________________________________________________________________00060 74.30.05.016.7 250 Foot
PIPE CS A106GRB SMLS XXS 15NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 2 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Manufacturing-process SEAMLESS
Schedule-number XXS
Size-mm 15
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR_______________________________________________________________________00070 74.06.35.028.5 124.000 m
PIPE CS API5LGRB SMLS TPI S80 20NB 30.04.2018
Pipe, Metallic
Mat CARBON STEEL
Mat-spec API 5L GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3500 REV.1
Inspection-certif THIRD PARTY INSPECTION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 20_______________________________________________________________________00080 74.30.05.028.5 10,400.000 m
PIPE CS A106GRB SMLS IBR S80 20NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 20_______________________________________________________________________00090 74.06.35.031.5 1,044.000 m
PIPE CS API5LGRB SMLS TPI S160 20NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 3 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mat-spec API 5L GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3500 REV.1
Inspection-certif THIRD PARTY INSPECTION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 20
C=0.22 % MAX_______________________________________________________________________00100 74.30.03.030.5 308.000 m
PIPE CS A106GRB SMLS H2 S160 20NB 30.04.2018
PIPE CS A106GRB SMLS H2 S160 20NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Inspection-certif H2
Schedule-number 160
Size-mm 20
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00110 74.30.05.030.5 1,150.000 m
PIPE CS A106GRB SMLS IBR S160 20NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 20
RANDOM LENGTH :5 TO 7 METERS
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 4 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00120 74.30.05.031.5 248.000 m
PIPE CS A106GRB SMLS S160 20NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Schedule-number 160
Size-mm 20_______________________________________________________________________00130 74.30.05.036.7 900 Foot
PIPE CS A106GRB SMLS S40 25NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Schedule-number 40
Size-mm 25
SINGLE RANDOM LENGTH PIPE SHALL HAVE MINIMUM LENGTH 5 MTR_______________________________________________________________________00140 74.30.05.037.5 1,640.000 m
PIPE CS A106GRB SMLS S80 25NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3500 REV.1
Schedule-number 80
Schedule-number XS
Size-mm 25_______________________________________________________________________00150 74.30.05.038.5 9,400.000 m
PIPE CS A106GRB SMLS IBR S80 25NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 5 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 25
BPCL BOM :1742 OF SEPT 99'_______________________________________________________________________00160 74.30.05.040.5 320.000 m
PIPE CS A106GRB SMLS IBR S160 25NB 30.04.2018
PIPE CS A106GRB SMLS IBR S160 25NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 25
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00170 74.30.05.041.5 338.000 m
PIPE CS A106GRB SMLS S160 25NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN END
Add-reqrmts BPCL/R/AES-3504 REV.2
Schedule-number 160
Size-mm 25_______________________________________________________________________00180 74.30.03.038.5 708.000 m
PIPE CS A106GRB SMLS H2 XS 25NB 30.04.2018
PIPE CS A106GRB SMLS H2 XS 25NB
Mat CARBON STEEL
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 6 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number XS
Size-mm 25
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00190 74.30.05.043.5 188.000 m
PIPE CS A106GRB SMLS XXS 25NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Schedule-number XXS
Size-mm 25_______________________________________________________________________00200 74.30.05.051.5 120.000 m
PIPE CS A106GRB SMLS IBR S80 32MMNB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 32 MM NB
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00210 74.30.05.055.5 604.000 m
PIPE CS A106GRB SMLS S40 40NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 7 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 40_______________________________________________________________________00220 74.30.05.057.5 700.000 m
PIPE CS A106GRB SMLS S80 40NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3500 REV.1
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 40_______________________________________________________________________00230 74.30.05.058.5 7,100.000 m
PIPE CS A106GRB SMLS IBR S80 40NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 40
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET:74.10.31.XXX.X_______________________________________________________________________
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 8 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________00240 74.30.05.060.5 444.000 m
PIPE CS A106GRB SMLS IBR S160 40NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 40
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00250 74.30.05.062.5 120.000 m
PIPE CS A106GRB SMLS S160 40NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3504 REV.2
Schedule-number 160
Size-mm 40_______________________________________________________________________00260 74.30.05.070.5 7,600.000 m
PIPE CS A106GRB SMLS IBR S40 50NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 9 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mass-kg-m1 --
Schedule-number 40
Size-mm 50_______________________________________________________________________00270 74.30.05.071.5 9,800.000 m
PIPE CS A106GRB SMLS IBR S80 50NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 50
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00280 74.30.05.072.5 7,660.000 m
PIPE CS A106GRB SMLS S80 50NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
Add-reqrmts BPCL/R/AES-3500 REV.1
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 50_______________________________________________________________________00290 74.30.03.071.5 824.000 m
PIPE CS A106GRB SMLS H2 XS 50NB 30.04.2018
PIPE CS A106GRB SMLS H2 XS 50NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 10 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________End-preparation BEVELLED
Inspection-certif H2
Schedule-number XS
Size-mm 50
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00300 74.30.03.072.5 1,496.000 m
PIPE CS A106GRB SMLS NACE XS 50NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement NACE MR-01-75
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif NACE
Schedule-number XS
Size-mm 50_______________________________________________________________________00310 74.06.35.075.7 500 Foot
PIPE CS API5LGRB BLK SMLS S160 50NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec API 5L GRADE B
Coating BLACK
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 160
Size-mm 50
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR
_______________________________________________________________________00320 74.30.05.073.5 340.000 m
PIPE CS A106GRB SMLS IBR S160 50NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 11 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mass-kg-m1 --
Schedule-number 160
Size-mm 50
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00330 74.30.05.075.5 48.000 m
PIPE CS A106GRB SMLS XS 50NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Caps-code --
Mass-kg-m1 --
Schedule-number XS
Size-mm 50_______________________________________________________________________00340 74.30.05.114.5 84.000 m
PIPE CS A106GRB SMLS IBR XS 50NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number XS
Size-mm 50_______________________________________________________________________00350 74.30.05.081.5 100.000 m
PIPE CS A106GRB SMLS IBR S40 65NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 12 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 65_______________________________________________________________________00360 74.30.05.082.7 24.000 m
PIPE CS A106GRB SMLS S40 65NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 40
Size-mm 65
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR_______________________________________________________________________00370 74.30.05.083.5 108.000 m
PIPE CS A106GRB SMLS IBR S80 65NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 65
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATOIN SHEET :74.10.31.XXX.X_______________________________________________________________________00380 74.30.05.103.5 4,460.000 m
PIPE CS A106GRB SMLS S40 80NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 13 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 80_______________________________________________________________________00390 74.30.05.104.5 10,680.000 m
PIPE CS A106GRB SMLS IBR S40 80NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 80_______________________________________________________________________00400 74.30.03.103.5 272.000 m
PIPE CS A106GRB SMLS H2 STD 80NB 30.04.2018
PIPE CS A106GRB SMLS H2 STD 80NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number STD
Size-mm 80
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 14 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________00410 74.30.05.111.5 68.000 m
PIPE CS A106GRB SMLS IBR STD 80NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number STD
Size-mm 80_______________________________________________________________________00420 74.30.05.112.5 160.000 m
PIPE CS A106GRB SMLS STD 80NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Caps-code --
Mass-kg-m1 --
Schedule-number STD
Size-mm 80_______________________________________________________________________00430 74.30.05.109.5 2,024.000 m
PIPE CS A106GRB SMLS IBR S80 80NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 15 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Schedule-number 80
Size-mm 80
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00440 74.30.05.110.5 664.000 m
PIPE CS A106GRB SMLS S80 80NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 80_______________________________________________________________________00450 74.30.03.113.5 208.000 m
PIPE CS A106GRB SMLS H2 S160 80NB 30.04.2018
PIPE CS A106GRB SMLS H2 S160 80NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number 160
Size-mm 80
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00460 74.30.05.113.5 140.000 m
PIPE CS A106GRB SMLS IBR S160 80NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 16 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 160
Size-mm 80
RANDOM LENGTH : 5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00470 74.30.05.116.5 120.000 m
PIPE CS A106GRB SMLS S160 80NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 160
Size-mm 80_______________________________________________________________________00480 74.30.05.147.5 4,768.000 m
PIPE CS A106GRB SMLS TPI S40/STD 100NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Inspection-certif THIRD PARTY INSPECTION
Schedule-number 40/STD
Size-mm 100_______________________________________________________________________00490 74.30.05.150.5 9,820.000 m
PIPE CS A106GRB SMLS IBR S40 100NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 40
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 17 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Size-mm 100_______________________________________________________________________
00500 74.30.05.157.5 1,136.000 m
PIPE CS A106GRB SMLS IBR S80 100NB 30.04.2018
PIPE CS A106GRB SMLS IBR S80 100NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 100
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00510 74.30.05.160.7 800 Foot
PIPE CS A106GRB BLK SMLS S80 100NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec API 5L GRADE B
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 80
Size-mm 100
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR_______________________________________________________________________00520 74.30.05.159.5 84.000 m
PIPE CS A106GRB SMLS S120 100NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 120
Size-mm 100_______________________________________________________________________
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 18 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________00530 74.30.03.149.5 272.000 m
PIPE CS A106GRB SMLS H2 STD 100NB 30.04.2018
PIPE CS A106GRB SMLS H2 STD 100NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number STD
Size-mm 100
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00540 74.30.03.150.5 1,024.000 m
PIPE CS A106GRB SMLS NACE STD 100NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service-requirement NACE MR-01-75
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif NACE
Schedule-number STD
Size-mm 100_______________________________________________________________________00550 74.30.03.152.5 184.000 m
PIPE CS A106GRB SMLS H2 XS 100NB 30.04.2018
PIPE CS A106GRB SMLS H2 XS 100NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number XS
Size-mm 100
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00560 74.30.05.200.7 80 Foot
PIPE CS A106GRB SMLS S40 125NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 19 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
Schedule-number 40
Size-mm 125
LENGTHS OF 6 MTR_______________________________________________________________________00570 74.06.35.211.5 4,960.000 m
PIPE CS A106 GRB SMLS TPI S40 150NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A 106 GRADE B
Service --
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Inspection-certif THIRD PARTY INSPECTION
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 150
_______________________________________________________________________00580 74.30.03.211.5 172.000 m
PIPE CS A106GRB SMLS H2 S40 150NB 30.04.2018
PIPE CS A106GRB SMLS H2 S40 150NB
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif H2
Schedule-number 40
Schedule-number STD
Size-mm 150
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________00590 74.30.05.212.5 8,060.000 m
PIPE CS A106GRB SMLS IBR S40 150NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service --
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 20 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 40
Size-mm 150_______________________________________________________________________00600 74.30.05.017.5 5,860 Piece
PIPE CS A106GRB SMLS S80 15NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation PLAIN
Add-reqrmts BPCL/R/AES-3500 REV.1
Schedule-number 80
Size-mm 15_______________________________________________________________________00610 74.30.05.219.5 684.000 m
PIPE CS A106GRB SMLS IBR S80 150NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Schedule-number XS
Size-mm 150
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00620 74.30.05.220.5 610.000 m
PIPE CS A106GRB SMLS S80 150NB 30.04.2018
PIPE METALLIC
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 21 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3500 REV.1
Schedule-number 80
Size-mm 150_______________________________________________________________________00630 74.30.04.204.5 24.000 m
PIPE CS A106GRB SMLS IBR XS 150NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif IBR CERTIFICATION
Schedule-number XS
Size-mm 150_______________________________________________________________________00640 74.30.05.240.5 1,520.000 m
PIPE CS A106GRB SMLS S20 200NB 30.04.2018
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 20
Size-mm 200_______________________________________________________________________00650 74.30.05.244.7 1,000 Foot
PIPE CS A106GRB BLK SMLS S40 200NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Schedule-number 40
Size-mm 200
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR
_______________________________________________________________________
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 22 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________00660 74.06.35.257.7 24 Foot
PIPE CS API5LGRB BLK SMLS S80 200NB 30.04.2018
Pipe,Metallic
Mat CARBON STEEL
Mat-spec API 5L GRADE B
Mat-spec ASTM A106 GRADE B
Service --
Coating --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Inspection-certif --
Schedule-number 80
Size-mm 200
SINGLE RANDOM LENGTH PIPE SHALL HAVE
MINIMUM LENGTH 5 MTR_______________________________________________________________________00670 74.30.05.255.5 1,600.000 m
PIPE CS A106GRB SMLS IBR S80 200NB 30.04.2018
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service STEAM/PROCESS LINES/HEATERS
Service-requirement --
Coating-spec --
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
End-preparation BEVELLED
Add-reqrmts BPCL/R/AES-3504 REV.2
Inspection-certif IBR CERTIFICATION
Caps-code --
Mass-kg-m1 --
Schedule-number 80
Size-mm 200
RANDOM LENGTH :5 TO 7 METERS
SPECIFICATION SHEET :74.10.31.XXX.X_______________________________________________________________________00680 74.30.03.062.5 48.000 m
PIPE CS A106GRB SMLS H2 XXS 40NB 30.04.2018
PIPE CS A106GRB SMLS H2 XXS 40NB
PIPE METALLIC
Mat CARBON STEEL
Mat-spec ASTM A106 GRADE B
Service HYDROGEN
Dimensional-spec ASME B36.10
Manufacturing-process SEAMLESS
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 23 of 25
Item Material RFQ Qty Unit Unit Price
Description Delivery date Value
Amount in Words_______________________________________________________________________End-preparation PLAIN
Inspection-certif H2
Schedule-number XXS
Size-mm 40
LATEST REVISION AS ON 07.04.2012 : AES 3703 REV 0_______________________________________________________________________
RFQ Number :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 24 of 25
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 :6000906337 Date : 21.01.2016To: BPCL ESTIMATE MUMBAI - 400038 India
For Bharat Petroleum Corporation Ltd.Page 25 of 25
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3500 REV. 1 1 OF 3
SPECIFICATION FOR SEAMLESS CARBON STEEL LINE PIPE
1.0 SCOPE
This specification covers requirements for seamless carbon steel pipes for use in
Refinery for non-corrosive hydrocarbon and general services such as Raw water, Plant
air, LP Steam (pressure – 3.5 kg/cm2 ) for temperatures upto 3500 C. The following
sizes are considered in this specification -
Nominal bore (mm) Wall thickness (Sch.)
15 to 40 Sch 80
50 to 150 Sch 40
200 to 500 Sch 30
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 or ASTM A 106
Grade B.
3.0 SERVICE TEMPERATURE LIMITS
Seamless 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
1 VMP PBP 12.08.98 Complete Revision
0 - NBRC Oct 85 Original
REV PREPARED BY APPROVED BY DATE REMARKS
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3500 REV. 1 2 OF 3
4.0 SPECIFIC REQUIREMENTS
Over and above the 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 % - 0.90 (max) Yield (min) kg/mm2 - 24.6
P % - 0.035 (max) Elongation % min - 30
(gauge length 50mm)
S % - 0.035 (max)
4.2 Pipes are to be -
i) Supplied in seamless category, in a hot finished condition.
ii) Supplied in length 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 - upto 50 mm NB - plain ends
above 50 mm NB - bevelled ends (angle 30 + 5 0 )
iv) Each pipe shall be marked / stenciled along with its length as per ASTM
A-530 / A-106.
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.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3500 REV. 1 3 OF 3
BPCL Inspector/ Inspecting Agency will carry out inspection of the pipes in
accordance with the requirements indicated in specification ‘ASTM-A-530’,
requirements for seamless carbon steel tubular products for high temperature service,
and will make out a report with specific reference to the following -
a) Chemical composition (results to be noted from corresponding mills certificate)
b) Physical testing (flattening & mechanical)
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 ASTM-A-530.
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 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.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3504 REV 2 1 OF 3
SPECIFICATION FOR SEAMLESS CARBON STEEL PIPES FOR HIGH
TEMPERATURE SERVICE.
1. SCOPE
This specification covers seamless carbon steel line pipes for use in high temperature
service in refinery. The pipe shall correspond to ASTM A-106 Gr. B and meet
requirements of this specification.
2. MATERIAL DESCRIPTION
Item : Seamless carbon steel pipe
Material : ASTM A-106 Gr. B (C - 0.22% Max.)
Application : High temperature service
Service : Steam/Process lines/Fired heaters.
3. REQUIREMENTS
Manufacture : Killed steel and hot finished
Length : Single random length of 5 to 7 Mtrs. as
specified in purchase order.
Length tolerance + 10 mm and - 00 mm
Pipe ends : Upto 50 mm NB - Square cut ends
Above 50 mm NB-30 deg. + 5 Deg.
- 0 Deg.
bevelled with 1.6 mm + 0.8 mm root face.
4. CHEMICAL PROPERTIES
The pipes to this specification shall meet the chemical composition requirements of
ASTM A-106 Gr. B with carbon content limited to maximum of 0.22%.
Carbon : 0.22 % (Max. )
Manganese : 0.29 % - 1.06 %
Phosphorous : 0.035 % (Max. )
Sulphur : 0.035 % (Max. )
Silicon : 0.10 % (Min. )
2 VMP PBP 11.11.98 Re-numbering of spec. / change in format
1 VMP TSC 27.3.97 Clauses in Additional Requirements revised.
0 --- ---- ---- -----
REV PREPARED
BY
APPROVED
BY
DATE REMARKS
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3504 REV 2 2 OF 3
5. HEAT TREATMENT
Unless otherwise specified pipes NPS 2 and over shall be furnished hot finished.
Hot finished pipes need not be heat treated. Cold drawn Pipes shall be heat treated
after the final cold draw pass at a temperature of 650 C or higher.
6. MECHANICAL PROPERTIES
The pipes to this specification shall meet the Tensile, Bending, Flattening, and
Hydrostatic test requirements of ASTM A-106 Gr B.
The Tensile requirements specified above shall be determined on one length of Pipe
from each lot of 400 lengths or fraction thereof of each size under NPS 6 and from
each lot of 200 lengths or fraction thereof of each size NPS 6 and over.
For pipe NPS 2 and under, the Bend test specified shall be made on one pipe from
each lot of 400 lengths or fractions thereof of each size. The bend test as required,
shall be made on one end of 5% of the pipe from each lot. For small lots atleast one
pipe shall be tested.
The Flattening test specified shall be made on one length of pipe from each lot of 400
lengths or fraction thereof of each size over NPS 2, upto but not including NPS 6,
and from each lot of 200 lengths or fraction thereof, of each size NPS 6 and over.
Each length of pipe shall be subjected to the Hydrostatic Test.
7. SPECIFIC REQUIREMENTS
a) The Carbon content shall not exceed 0.22 %.
b) NDT in lieu of hydrostatic test is not acceptable.
8. ADDITIONAL REQUIREMENTS
a) Each pipe shall be marked/stenciled along its length as per A-530/A-106.
b) PVC end caps shall be provided on both ends of pipes.
c) 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
Rust preventive conforming to IS 1153 or IS 1154, such as BPCL make
TCPF 54/ HPCL make Rustop 173/ Nanadan Petro make DW-60 or
equivalent.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3504 REV 2 3 OF 3
d) Surface imperfections that penetrate more than 10% of the nominal wall
thickness or encroach on the minimum wall thickness shall not be acceptable.
e) Pipes shall be despatched in wooden crates. Care should be taken while packing
the same.
9. MANUFACTURERS TEST CERTIFICATE
Manufacturer with each order of pipes shall submit a test certificate confirming that
the pipes supplied meet the requirements of this specification in all respects, together
with the inspection report made by BPCL inspector/inspecting agency as specified in
Purchase Order. The test certificate shall clearly furnish the following information :
a) Certificate number and date.
b) Product description and dimensions.
c) Heat number/lot number.
d) Chemical and physical test results including Tensile Test, Flattening test and
Bend test results.
e) Hydrostatic test records of each pipe.
f) Identification marking as per ASTM A-106.
10. INSPECTION AT VENDORS WORKS
The Manufacturer shall arrange for stagewise Inspection and Testing strictly as per
ASTM 106 and specific requirements mentioned above through BPCL approved
third party Inspection agency, unless stated otherwise in the purchase order.
11. IBR REQUIREMENTS
For pipes requiring approval under Indian Boiler Regulation, manufacturer shall
arrange to obtain necessary certificates in Form III A of Indian Boiler Regulations
duly accepted and submit the same along with the pipes.
12. MATERIAL ACCEPTANCE
The material alongwith relevant third party Inspection report/ Test certificates on
receipt at BPCL Warehouse shall be subjected to Inspection and Testing by BPCL
Materials Inspector to confirm that the same meets the requirements of this
specification, the purchase order and applicable standards.
Note : This specification supersedes earlier specification no. 74.10.31.XXX.X Rev 1
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 1 OF 6
HYDROGEN SERVICE SPECIAL REQUIREMENTS
This requirement is addition to the requirements specified in the pipe, fitting, flanges & valve
specification.
1) CARBON STEEL:
� Only seamless pipes to be used.
� All carbon steel pipes, fittings and flanges having wall thickness 9.53 mm and
above shall be normalized.
� Cold drawn pipes and fittings shall be normalized after final cold draw pass for all
thickness.
� Fittings made from forgings shall have carbon-0.35% max. and silicon- 0.35%
max.
� The normalizing heat treatment shall be a separate heating operation and not a part
of the hot forming operation.
� All pipes and fittings and flanges having wall thickness 19mm and above shall be
PWHT.
� For all the pipes , flanges and fittings with thickness over 25mm Charpy-V notch
impact testing shall be carried out in accordance with paragraph UG-84 of ASME
section VIII Div.1 for weld metal and base metal from the thickest item per heat of
material and per heat treating batch. Impact test specimen shall be in complete
heat treated condition and in accordance with ASTM A370. Impact energies at 0
Deg C shall average greater than 27J (20 ft-lb) per set of 3 specimen, with a
minimum of 19J (15ft-lb).
� If welding is used in manufacture, impact test of heat affected zone (HAZ) and
weld metal shall be carried out.
� All pipes and fittings and flanges, hardness of weld and HAZ shall be limited to
200BHN (MAX.)
� All the girth welded joints (longitudinal and circumferential) shall be 100%
radiographed in accordance with UW-51 if ASME section VIII Div-1 and
ASMEsection V.
0 AG PJMR 24.06.10 Original
REV PREPARED BY APPROVED BY DATE REMARKS
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 2 OF 6
� In case of welding, Radiography shall be performed after post weld heat
treatment.
2) ALLOY STEEL:
� Only seamless pipes to be used.
� All the alloy steel pipes, forgings and fittings and flanges shall be normalized
and tempered.
� The normalizing and tempering shall be a separate heating operation and not a
part of the hot forming operation.
� The max. room temp. tensile strength shall be 100,000 psi.
� All the pipes and fittings and flanges shall be PWHT irrespective of type or
thickness of weld.
� For all the pipes , flanges and fittings with thickness over 25mm Charpy-V
notch impact testing shall be carried out in accordance with paragraph UG-84
of ASME section VIII Div.1 for weld metal and base metal from the thickest
item per heat of material and per heat treating batch. Impact test specimen
shall be in complete heat treated condition and in accordance with ASTM
A370. Impact energies at 0 Deg C shall average greater than 27J (20 ft-lb) per
set of 3 specimen, with a minimum of 19J (15ft-lb).
� If welding is used in manufacture, impact test of heat affected zone (HAZ) and
weld metal shall be carried out.
� For pipes and fittings and flanges, hardness of weld and HAZ shall be limited
tp 225 BHN (MAX.)
� All the girth welded joints (longitudinal and circumferential) shall be 100%
radiographed in accordance with UW-51 if ASME section VIII Div-1 and
ASMEsection V.
� In case of welding, Radiography shall be performed after post weld heat
treatment.
3) STAINLESS STEEL:
� Welded pipe and fittings are acceptable but should be solution annealed.
� For all the austenitic stainless steels, the weld deposit shall be checked for
ferrite content.
� A ferrite no. not less than 3% and not more than 10% is required to avoid
sigma phase embrittlement during heat treatment.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 3 OF 6
� FN shall be determined by ferritescope prior to post weld heat treatment.
� All the girth welded joints (longitudinal and circumferential) shall be 100%
radiographed in accordance with UW-51 if ASME section VIII Div-1 and
ASMEsection V.
� In case of welding, Radiography shall be performed after post weld heat
treatment.
VALVES:
HYDROGEN SERVICE REQUIREMENTS:
1) Carbon steel: � All Carbon steel valves body and bonnet shall be normalized.
� The brinell hardness of heat treated casting shall not exceed 200 BHN.
� Bend test and magnetic particle inspection of the entire surface of body and
bonnet casting shall be in accordance with ASTM A217. Supplementary
requirement S3 and S4 evaluation of magnetic particle, inspection shall be in
accordance with MSS-SP-53 except that no linear discontinuities shall be
allowed.
� Repair of the defective casting shall be outlined in writing to the purchaser
before repairs. Repair method to be approved prior to welding.
� Casting shall be preheated to a minimum of 400deg F prior to welding
� Dye penetrant test of welds shall be in accordance with ASTM B165
procedure B2. interpretation as per appendix-8 of ASME section VIII div.1
� Charpy V- notch impact testing is to be done for valve material (average 20ft-
lb for set of 3(min. value 15 ft-lb) at 30deg F.
� 100% valve casting shall undergo radiographic examination.
� All cast valve flanges and bodies with flange rating of class 900 or greater
shall be examined in accordance with paragraphs 7.2 through 7.5 of appendix
7 of ASME SEC-VIII DIV.1 regardless of casting quality factor.
� Body, bonnet/cover joints and stuffing box of all valves shall have low
emissions and shall be helium leak tested as per ASME sec.V, subsectionA,
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 4 OF 6
article10 ( detector probe technique), Appendix IV at a minimum of 25% of
the allowable (rated ) cold working pressure. Test duration shall be as follows:
Test duration in minutes
s. no. Nominal size Pressure class
Upto 300 600 800 &900 1500 2500
1 Upto 2” 3 6 9 12 12
2 3” to 6” 6 9 12 15 18
3 8” to 16” 9 9 12 15 18
4 18” to 24” 9 12 15 18 21
The valves shall show no leakage. No leakage is defined as a total leakage rate of less than
.0001ml/s of helium.
2) Alloy steel: � All the alloy steel valves shall be normalized and tempered.
� The brinell hardness of heat treated casting shall not exceed 225
� Bend test and magnetic particle inspection of the entire surface of body and
bonnet casting shall be in accordance with ASTM A217. Supplementary
requirement S3 and S4 evaluation of magnetic particle, inspection shall be in
accordance with MSS-SP-53 except that no linear discontinuities shall be
allowed.
� Repair of the defective casting shall be outlined in writing to the purchaser
before repairs. Repair method to be approved prior to welding.
� Casting shall be preheated to a minimum of 400deg F prior to welding.
� All chromium-moly alloys shall be postweld heat treated after welding is
complete. Stress relieving is essential for welds.
� Dye penetrant test of welds shall be in accordance with ASTM B165
procedure B2. Interpretation as per appendix-8 of ASME section VIII div.1.
� The tensile stress shall be less than 100,000 psi.
� Charpy V- notch impact testing is to be done for valve material (average 20ft-
lb for set of 3(min. value 15 ft-lb) at 30deg F.
� 100% valve casting shall undergo radiographic examination.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 5 OF 6
� All cast valve flanges and bodies with flange rating of class 900 or greater
shall be examined in accordance with paragraphs 7.2 through 7.5 of appendix
7 of ASME SEC-VIII DIV.1 regardless of casting quality factor.
� Only tempered and normalized material shall be used in the following
specifications:
Castings: A217 Gr. WC6, A217 Gr. WC9, A217 Gr. WC5, A217 Gr. C12
Forgings: A182 Gr. F11Cl.2, A182 Gr. F22Cl.3, A182 Gr. F5, A182 Gr. F9
� Body, bonnet/cover joints and stuffing box of all valves shall have low
emissions and shall be helium leak tested as per ASME sec.V, subsectionA,
article10 ( detector probe technique), Appendix IV at a minimum of 25% of
the allowable (rated ) cold working pressure. Test duration shall be as follows:
Test duration in minutes
s. no. Nominal size Pressure class
Upto 300 600 800 &900 1500 2500
1 Upto 2” 3 6 9 12 12
2 3” to 6” 6 9 12 15 18
3 8” to 16” 9 9 12 15 18
4 18” to 24” 9 12 15 18 21
The valves shall show no leakage. No leakage is defined as a total leakage rate of less than
.0001ml/s of helium.
3) Stainless steel:
� Casting and test bar shall be heat treated together.
� Valve casting shall be in solution heat treated and pickled condition.
� Critical body and bonnet casing section typically defined by ASME B16.34
shall be radiographed and shall meet ASTM E446 (upto 2” thk.) category A,B
&C level2, category CB,OC &CD level3.category D,B &F level O. for wall
thickness 2” to 4.5” comparable plates of ASTM E 186 shall be used. ASTM
E94 and ASTM E142 shall be used for recommended practice and controlling
quality of radiography as guide.
� The entire surface of all castings shall be dye penetrant inspected after
pickling.
35601
BHARAT PETROLEUM CORPORATION
LIMITED, MAHUL REFINERY. COMPANY STANDARD
SPECIFICATION NO. PAGE
(ADVISORY ENGINEERING) AE-S-3703 REV.0 6 OF 6
� Repair of the defective casting shall be outlined in writing to the purchaser
before repairs. Repair method to be approved prior to welding.
� Repair welds shall be 100% radiographed and evaluated in accordance with
paragraph 344.5 of ASME B31.1 with minimum casting quality factor of 0.95.
dye penetration test shall be as per ASTM E165 procedure B2, interpretation
as per Appendix-8 ASME-VIII div.1.
� Body, bonnet/cover joints and stuffing box of all valves shall have low
emissions and shall be helium leak tested as per ASME sec.V, subsectionA,
article10 ( detector probe technique), Appendix IV at a minimum of 25% of
the allowable (rated ) cold working pressure. Test duration shall be as follows:
Test duration in minutes
s. no. Nominal size Pressure class
Upto 300 600 800 &900 1500 2500
1 Upto 2” 3 6 9 12 12
2 3” to 6” 6 9 12 15 18
3 8” to 16” 9 9 12 15 18
4 18” to 24” 9 12 15 18 21
The valves shall show no leakage. No leakage is defined as a total leakage rate of less than
.0001ml/s of helium.
References:
� Extracts from the EIL/CHEVRON/UOP documents available in library.
Annexure – 17
RATE CONTRACT FOR SUPPLY OF SEAMLESS CARBON STEEL PIPES FOR BPCL-
MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
REF : CRFQ No. 1000249379, E-Tender No.10171
PRICE BID.
Bidders are requested to fill PRICES in our
e-Procurement Portal.