bharat petroleum corporation limited · dgfasli / dgms. for flameproof led lighting fittings...
TRANSCRIPT
Page 1 of 3
BHARAT PETROLEUM CORPORATION LIMITED MUMBAI REFINERY, MAHUL
MUMBAI – 400 074, INDIA
Central Procurement Organisation (Refineries)
SUBJECT: SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL - MUMBAI
REFINERY, BPCL - KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
REF. : CRFQ No. 1000284767, e-Tender No. 27034
DUE ON
08.08.2017 at 11:00 Hrs. (IST)
Page 2 of 3
1.0 INTRODUCTION :
Bharat Petroleum Corporation Limited (BPCL) – Central Procurement Organization
(Refineries) invites quotations for the “Supply of Flameproof LED Lighting Fittings for
BPCL-Mumbai Refinery (MR), BPCL-Kochi Refinery (KR) and NRL-Numaligarh Refinery
Ltd” through e-tendering platform under 3 (Three) Bid system (i.e. Part 1 -
Pre-Qualification Criteria, Part 2 - Techno-commercial/Un priced Bid & Part 3 -
Price Bid) for a period of one year. Tender can be downloaded from any of the followin g
websites :
• e-Procurement portal : 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
For participation in the tender, please fill up the tender online on the e-tender system available
on https://bpcleproc.in.
2.0 INDEX :
The complete set of tender documents consist of the followings:
Part
No.
Annexure No. Description Documents signed and
stamped on all pages to
be uploaded
Part-1
1 PRE-QUALIFICATION (PQ) CRITERIA Scan copy of Full
Document
2 SPECIFICATION FOR FLAMEPROOF LED LIGHTING
FITTINGs.
Scan copy of Full
Document
3 PROFORMA FOR DECLARATION REGARDING HOLIDAY
LISTING
Scan copy of Full
Document
4 INTEGRITY PACT AGREEMENT FORMAT - BPCL & NRL Scan copy of Full
Document
5 PROFORMA FOR BANK GUARANTEE FOR EARNEST
MONEY DEPOSIT (EMD)
Scan copy of Full
Document
6
UN-PRICED BID
(To be selected ” QUOTED” OR “NOT-QUOTED” in e-
procurement portal)
Scan copy of Full
Document
Bidder to note that the above Annexures 1 to 5 duly filled in/duly signed and stamped
along with supporting documents shall be uploaded a nd Annexures 6 shall be filled in
e-procurement portal in Part-1 (Pre-Qualification Criteria) section.
Part-2
7 SPECIAL PURCHASE CONDITIONS (SPC) Scan copy of Last Page
8 INSTRUCTIONS TO BIDDERS (ITB) Scan copy of Full
Document
9 GENERAL PURCHASE CONDITIONS (GPC) - BPCL & NRL Scan copy of Full
Document
10 COMMERCIAL QUESTIONNAIRE Scan copy of Full
Document
11 APPLICABLE CHARGES, TAXES, DUTIES, FREIGHT ETC.
(To be filled in e-procurement portal)
Scan copy of Full
Document
12 TECHNICAL DEVIATION FORM Scan copy of Full
Document
13 COMMENCIAL DEVIATION FORM Scan copy of Full
Document
14 ADDRESSES OF TPI AGENCY - M/s PDIL OFFICES Scan copy of Full
Document
Page 3 of 3
15 ANTI PROFITERING DECLARATION Scan copy of Full
Document
16 BPCL SUPPLIER/ VENDOR ADVISORY ON
ENVIRONMENTAL CRITERIA
Scan copy of Full
Document
17 GST DETAILS Scan copy of Full
Document
Bidder to note that the above Annexures duly filled in/duly signed and stamped along with
supporting documents shall be uploaded in Part-2 (T echno-commercial / Unpriced) section.
No prices shall be indicated in any of the above do cuments. Annexure-11 shall be filled in
e-procurement portal.
Part-3 18 PRICED BID FORMAT To be filled in e-
procurement portal
Bidder to note that the prices shall be filled only in the e -procurement portal in Part-3
(Price Bid) section.
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:
E-Procurement Technologies Limited,
Bidders Help Desk No. : +91 - (79) - 40270573
E-Mail: [email protected]
Mr. Ajay Nandangi
E-Mail: [email protected]
Contact: +91 8433615195
3.3 FOR OTHER CLARIFICATIONS:
For any commercial clarifications regarding this RFQ, please contact:
Shri Joji J Melel, Procurement Manager-CPO(R), BPCL – Mumbai Refinery, Mahul,
Mumbai-400074.
Tel no. 022-25533133,
e-mail: [email protected]
Shri B.K.Basu, Procurement Leader-CPO(R), BPCL – Mumbai Refinery, Mahul,
Mumbai-400074.
Tel no.: 022-25533129,
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.
Page 1 of 4
Annexure-1
PRE-QUALIFICATION CRITERIA
SUB : SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL - MUMBAI REFINERY, BPCL -
KOCHI REFINERY and NRL-NUMALIGARH REFINERY
REF : CRFQ NO. 1000284767, E-tender no. 27034
Vendor Name : M/s. __________________________________ Location : ________________ Vendor Offer Ref. No.: _________________________________ Offer Date : ______________ Contact Person Name : ________________________ Mobile 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. CRITERIA REQUIREMENT
RESPONSE
BY THE
BIDDER
1 TECHNICAL
1.1 The bidder should be a manufacturer
of Flameproof LED Lighting Fittings
under his own trademark and should
have capability of supplying these
lighting fittings as per tender
specification.
Bidder to submit documentary
proof indicating that they
manufacture and supply the
said Lighting Fittings as per
tender specification enclosed.
1.2 Bidder should have successfully
executed Purchase Order/s for supply
of Flameproof Lighting Fittings /
Flameproof LED Lighting Fittings to Oil
refineries / Petrochemical complex /
Mines in last 3 (Three) years.
To submit executed Purchase
Order/s of their supplies of at
least 5100 Nos. (25% of Total
estimated quantity) of
Flameproof Lighting Fittings /
Flameproof LED Lighting
Fittings in one year (12 months’
period) during preceding
3 years to be counted prior to
bid due date.
1.3 Bidder should have facility to
manufacture Flameproof LED Lighting
Fittings at least 25% of total RFQ
quantity per quarter of the year.
Bidder has to give undertaking
about the same including
submitting catalogs /
brochures / list of machineries
and manufacturing facilities.
1.4 Bidder shall have all the required
certificates from CIMFR / PESO / CCE /
DGFASLI / DGMS for Flameproof LED
Lighting Fittings suitable for Area
Classification Zone-1, Gas Group IIA/IIB,
IIC and complying with the
Copy of all relevant
Certificates as mentioned shall
be submitted by the bidder.
Page 2 of 4
requirement of IEC 60079-1 & 0 and
Temperature Class T6 as indicated in
the specification in RFQ at the time of
bidding.
1.5 Bidder should supply total quantity of
new Flameproof LED Lighting Fittings in
4 (four) lots each of 25% quantity in
every 3 months spanning 12 months
period from the date of placement of
Purchase Order.
Bidder shall give undertaking
about the same.
1.6 Bidder should buy-back the existing
125W HPMV/250W HPMV/ 160W MLL
Flameproof Well glass / 250W HPMV
Flameproof Floodlight fittings of gas
group IIA/B or IIC type as is where is
basis and take out the same from the
refinery premises. However, the
removal and handing over of existing
Flameproof Lighting Fittings from Plant
areas is in BPCL’s scope.
a) Bidder shall give
undertaking regarding buy-
back of existing Flameproof
Lighting Fittings.
. B) Bidder shall give
undertaking that they will take
out the bought-back lighting
fittings from refineries premises
on quarterly basis.
2 FINANCIAL
2.1 Average annual turnover of the bidder
as per the audited books of account
for the last three financial years, up to
2016-17.
Not less than Rs.240 Lakhs.
2.2 Net worth of the bidder as per the
audited books of account for the latest
financial year.
Should be positive
Note to Bidders:
- Bidder should ensure submission of complete information / documents in the first instance
itself. Qualification may be completed based on the details so furnished without seeking any
subsequent additional information.
- Bidder shall submit all relevant documents of their proven track records and satisfactory
performance by giving detailed reference (email address/ contact details) of end user(s).
Owner shall have the right to obtain feedback directly from any or all end user(s) about
performance of the bidder.
- Bidder shall not be on the Holiday List of BPCL/MOPNG/Any Other Oil PSEs and shall submit
the declaration for the same.
- Bidder shall note that the Bid evaluation will be done on overall lowest quote basis taking into
consideration all the items and after adjusting the price to be quoted by the bidder for
buying-back the existing HPMV/MLL Flameproof Lighting Fittings and taking out the same from
BPCL refineries premises.
Other documents to be submitted by the Bidders:
- Bidder shall provide all relevant documents towards proof of Purchase Orders / Contracts
execution as specified in the technical criteria at Clause 3 (1) and its remarks thereof as well
as their manufacturing capabilities along with ISO certification.
Page 3 of 4
- Bidder shall submit at least one client job completion certificate stating satisfactory
performance of the work order executed of basic value (without taxes and duties) as per
requirement in technical criteria clause 3 (1). The job order value shall be the supply value.
- Bidder shall provide Purchase Order copies as well as proof of supplies of Flameproof Lighting
Fittings / Flameproof LED Lighting Fittings as specified in technical criteria Clause 3(1.2).
- Company profile indicating organization structure of bidding entity.
- Catalogue / Brochures and documentary proof towards bidder’s manufacturing and testing
facilities.
- Audited Profit & Loss Account, Balance Sheets/Statement of Assets & Liabilities etc. for the
immediately preceding three financial years. Further, for bidders who have not finalized their
books of account for the financial year 2016-17, evaluation of these criteria would be done
for the latest financial year(s) for which books of account has been finalized.
- Declaration of Holiday Listing.
Signature : ___________________________
Name : ______________________________
Official Seal : _________________________
Page 4 of 4
Annexure-1A
SUB : SUPPLY OF FLAME PROOF LED LIGHTING FITTINGS FOR BPCL - MUMBAI REFINERY, BPCL -
KOCHI REFINERY and NRL-NUMALIGARH REFINERY.
REF : CRFQ NO. 1000284767, E-tender no. 27034
Details of Proof of meeting the Pre-Qualification Criteria Sr. No. 1.2. 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 :
REF : CRFQ NO. 1000284767, E-tender no. 27034
Annexure-2
BPCL Specification for Flameproof LED Lighting Fittings 1.0 SCOPE This specification covers the requirements of design, manufacture, testing, inspection, packing and supply of flameproof LED lighting fittings and accessories suitable for installation in locations handling flammable liquids and gases. 2.0 CODES AND STANDARDS 2.1 The equipment shall comply with the requirements of latest revision of the following standards:
Sl No. Standard Specification
1 IS 16101 : 2012 General Lighting - LEDs and LED modules – Terms and Definitions
2 IS 16102(Part 1) : 2012 Self- Ballasted LED Lamps for General Lighting Services Part 1 Safety Requirements
3 IS 16102(Part 2) : 2012 Self-Ballasted LED Lamps for General Lighting Services Part 2 Performance Requirements
4 IS 16103(Part 1) : 2012 Led Modules for General Lighting Part 1Safety Requirements
5 IS 16103(Part 2) : 2012 Led Modules for General Lighting Part 2 Performance Requirements
6 IS 15885(Part2/Sec13): 2012
Safety of Lamp Control Gear Part 2 Particular Requirements Section 13 d.c. or a.c. Supplied Electronic Control gear for Led Modules
7 IS 16105 : 2012 Method of Measurement of Lumen Maintenance of Solid State Light (LED) Sources
8 IS 16106 : 2012 Method of Electrical and Photometric Measurements of Solid-State Lighting (LED) Products
9 IS 16107Part 1):2012 Luminaries Performance Part 1 General Requirements
10 IS 16107-1:2012 Luminaries Performance Part 2 Particular Requirements Section 1 LED Luminaire
11 IS 16108 : 2012 Photo biological Safety of Lamps and Lamp Systems
12 IS 5 Colours for ready mixed paints and enamels
13 IS 2148 Flameproof Enclosures for Electrical apparatus
14 IS/IEC 60079-0 Electrical apparatus for Explosive Gas atmospheres (General Requirements)
15 IS/IEC 60079-1 Electrical apparatus for Explosive Gas atmospheres (Equipment protection by flameproof protection “d”))
16 IS/IEC 60529 Degree of protection provided by enclosures (IP code)
17 IS-6381 Electrical apparatus for explosive gas atmospheres Increased safety "e".
18 IS/IEC 60079-7 Electrical apparatus for explosive gas atmospheres (Equipment Protection by Increased Safety "e')
19 IS/IEC 60079-15 Electrical apparatus for explosive gas atmospheres Construction, test & marking of type of protection "n"
REF : CRFQ NO. 1000284767, E-tender no. 27034
Materials meeting with the requirements of other authoritative standards, which ensure equal or better quality than the standards mentioned above, shall also be considered. In such case the salient points of difference along with advantages between the standards adopted and the specified standards shall be clearly brought out in a schedule. For values not available in relevant IS, values indicated in the Tender specification shall be valid. In case of discrepancies between values of IS and tender specifications, the better will prevail. 2.2 In case of imported equipment, standards of the country of origin shall be applicable if these
standards are equivalent or more stringent than the applicable Indian standards. 2.3 The equipment shall also confirm to the provisions of CEA Regulations and statutory
regulations currently in force in the country. 2.4 In case Indian standards are not available for any equipment, standards issued by
IEC/BS/VDE/IEEE/NEMA or equivalent agency shall be applicable. 2.5 In case of any conflict between requirements specified in various applicable documents for
the project, the most stringent one shall prevail. However, Owner's decision in this regard will be final and binding.
3.0 GENERAL REQUIREMENTS
3.1 The offered equipment shall be brand new with state of art technology and proven field track
record. No prototype equipment shall be offered. 3.2 Vendor shall ensure availability of spare parts and maintenance support services for the
offered equipment for at least 10 years from the date of supply. 4.0 SITE CONDITIONS
The equipment shall be suitable for installation and satisfactory operation in classified hazardous locations in tropical, humid and corrosive atmosphere as prevalent in refineries, petrochemical and fertilizer plants. Site conditions shall be as per Annexure-I. 5.0 POWER SUPPLY
All AC lighting fixtures shall be suitable for 110 - 275 V, SPN, 50Hz +/- 3% power supply. 6.0 CERTIFICATION
The equipment shall have test certificates issued by recognised independent test house (CIMFR/ERTL/Baseefa/LCIE/UL/FM or equivalent). All indigenous equipment shall conform to Indian standards and shall be certified by Indian testing agencies. All equipment (indigenous & imported) shall also have valid statutory approvals as applicable for the specified location. All indigenous flameproof equipment shall have valid BIS license and marking as required by statutory authorities.
REF : CRFQ NO. 1000284767, E-tender no. 27034
7 TECHNICAL REQUIREMENTS FOR LED LIGHTING FITTING 7.1 Type and nos. of flameproof LED light fitting shall be as per Annexure-II or the quantities
given in the requisition. 7.2 All lighting fittings shall be suitable for area classification Zone 1, IIA/IIB/IIC. Flameproof LED
lighting fixtures shall comply with the requirement of IEC 60079-1 & 0 and Temperature class T6.
7.3 All lighting fittings shall be well glass type or flood light type.
7.4 All well glass fittings / flood light fittings shall be provided with either galvanized steel or epoxy powder coated mild steel protective wire cage using minimum 5mm welded steel construction and having mesh dimension not exceeding 50mm x 70mm.
7.5 All well glass fitting / flood light fittings shall be provided with Toughened Glass. Toughened Glass used for lighting fixture shall be clear and suitable for use under conditions involving exceptional risk of mechanical damage. Toughned glass shall be tested as per IS
7.6 All accessories like nuts, bolts, washers etc. shall be made of stainless steel SS-304. All lighting fixtures shall be supplied with fixture mounting nuts and bolts of stainless steel SS-304. However, Clamps/brackets mounting bolts & nuts are excluded from vendor’s scope.
7.7 Proper care shall be taken so that for fixing bolts bi-metallic corrosion should not take place. Suitable method has to be applied.
7.8 The enclosures of the lighting fixtures shall be of cast light metal alloy (LM-6).
7.9 All equipment shall be suitable for use in outdoor open locations and shall have minimum IP-65 degree of protection.
7.10 The enclosures shall be provided with gaskets made of non-inflammable and self-extinguishing material.
7.11 All metal surfaces shall undergo manufacturer's standard cleaning/ painting cycle. After preparation of under surface, the equipment shall be painted with two coats of epoxy based final paint with colour shade as below:
a) Flame proof (Gas group IIA/IIB) and AC supply: Dark admiralty grey shade 632 of IS 5
/ RAL 7035 b) Flame proof (Gas group llC) and AC Supply: Light yellow shade 355 of IS-5 c) Emergency light fittings (Gas group IIA/IIB or IIC) and AC supply : 4 inch Red shade
(538 of IS5) circular band above Grey or Yellow shade. All unpainted steel parts shall be suitably treated to prevent rust formation. If these parts are moving elements then they shall be greased.
7.12 A warming inscription "Isolate power supply elsewhere before opening" shall be provided on each enclosure. The warning inscription shall be embossed on the enclosure or a separate plate with above inscription shall be fixed to the enclosure with screws. The warning plate shall be of nickel plated brass or stainless steel.
REF : CRFQ NO. 1000284767, E-tender no. 27034
7.13 Lighting fixture shall be suitable for mounting on bracket and on goose neck pole,
7.14 The top of all well glass lighting fixtures shall be identically drilled threaded to facilitate installation on pole column or ceiling.
7.15 An independent earth terminal with lug shall be provided inside the enclosure for terminating the third (earth) core of the cable and shall have facility for looping to terminal strip.
7.16 A nameplate shall be provided to indicate the details of testing agency (CIMFR or equivalent), test certificate no. with date, statutory approval no. with date and agency (PESO/ CCE/DGFASLI/DGMS), BIS license number and date, applicable gas group etc. The nameplates shall be engraved type and permanently fixed on the equipment. In case the standard details given above are embossed on the enclosures, the same need not be repeated on the nameplate.
7.17 The fixing parts of the enclosure, which are to be opened for replacement of LED, shall be so fastened that they can be unfastened only with special tools.
7.18 The lighting fixtures shall be provided with 2 nos. threaded entries size ¾ inch ET, 1 no, double compression nickel plated brass cable glands and 1 no. nickel plated brass plug for sealing the unused entry. Cable gland shall be provided with PVC shroud and shall be suitable as per area classification of lighting fitting (IIA/IIB or IIC). Glands and Stoppers shall be supplied and fixed on individual lighting fittings.
7.19 The lighting fixtures shall be provided with 8 nos. of terminals. More than 2 wires per terminal shall not be permitted. If required, additional terminal with shorting link may be used. The terminals for external cable termination shall be suitable for 2.5 sq.mm. Solid/stranded copper conductor.
spaSpare spaSpare
All connection (LED’s, cable loop-in/loop out, driver, heat shrink etc.) shall be internal part of LED fixture. Separate junction box attached with lighting fitting is not acceptable.
7.20 All internal wiring shall suitable for 660V grade; FRLS insulated copper conductor wires,
color coded for phase, neutral and earth.
7.21 The lighting fixtures with chip-on-board or discrete type LED lamps are acceptable.
7.22 All lighting fixtures shall be supplied complete with associated LED lamp and driver.
7.23 Power factor of Flameproof LED type lighting fittings shall be >= 0.95.
7.24 The LED color temperature shall be 6000-6500K. The CRI (color rendering index) shall be >=80.
7.25 The THD shall be less than 20%.
REF : CRFQ NO. 1000284767, E-tender no. 27034
7.26 The quality of light output shall be uniform without any dark spots.
7.27 Fixture life time (L70) shall be > 50000 hrs. at ambient temp of 40 deg C. The LED’s used in the lighting fixtures should be tested for the service life as per IES-LM-80. Type test certificates shall be furnished in compliance to same.
7.28 Lux level from the lighting fixture shall not be less than 90 Lumens/W with anti-glare diffuser and shall be certified from any government recognized agencies U/L etc. The LED light fixtures should be tested for luminous lux level as per IES-LM-79. Type test certificates shall be furnished in compliance to same.
7.29 Overvoltage protection, short-circuit protection as per IS: 15885, Part-2/Sec-13 shall be
provided.
7.30 Constant current type LED Driver, suitable for surge protection upto 2 kV surges shall be provided and shall comply with the requirement of IEC 61347-2-13
7.31 Following minimum quantity of drivers shall be supplied as a mandatory spares
45W LED FTG IIA/IIB OR IIC 100 Nos.
105W LED FTG IIA/IIB OR IIC 50 Nos.
If the drivers for Gas group IIA/B and IIC fittings are not same, following minimum quantity of drivers shall be supplied as mandatory spares.
45W LED FTG IIA/IIB 80 Nos.
45W LED FTG IIC 20 Nos.
105W LED FTG IIA/IIB 40 Nos.
105W LED FTG IIC 10 Nos.
The above mentioned mandatory spares shall be free supply as part of Purchase order.
7.32 The flood lighting fixtures shall be supplied with adjustable mounting arrangement both in
horizontal and vertical plane. 8.0 INSPECTION, TESTING AND ACCEPTANCE
8.1 During fabrication, the equipment shall be subjected to inspection by owner or by an agency
authorized by the owner, as per mutually agreed test plan. Vendor should submit standard test plan of lighting fixture. Manufacturer shall furnish all necessary information concerning the supply to Owners / inspector. All routine/ acceptance tests shall be carried out at manufacturer's works under his care and expense.
8.2 Type test certificates from CIMFR or equivalent test house, applicable PESO/
CCE/DGFASLI/DGMS approval certificates, BIS license and original drawings referred in type test certificates shall be submitted during offer, the same shall be shown to the inspection agency on demand during inspection. Also vendor shall submit above certificate with supply of material. The certificates and BIS license must be valid at the time of dispatch.
8.3 Test certificates of bought out components shall be shown to the inspection agency on
demand during inspection.
REF : CRFQ NO. 1000284767, E-tender no. 27034
9.0 PACKING AND DESPATCH
Proper care shall be taken so that during transportation LED lighting fittings and its glass should not damage. The crates/ cases shall have skid bottom for handling. Special notations such as ‘Fragile', 'This side up', 'Center of gravity’, "Weight," ‘Owner's particulars', 'PO nos.' etc., shall be clearly marked on the packages together with other details as per purchase order. The LED lighting fittings may be stored outdoors for long periods before installation. The packing shall be completely suitable for outdoor storage, in areas with heavy rains/ high ambient temperature.
SPECIAL MANDATORY INSTRUCTIONS TO VENDOR
1 LED lamps and Drivers shall be provided with minimum 5 years warranty period from the
date of delivery of the same. 2 During the warranty period if any light fitting became defective; the replacement of defective
fixture shall be done within one month from the date of information by BPCL site-in-charge. 3 The Equipment shall be strictly in conformity with stipulations given in the certificates &
certified drawings of testing agency. 4 Along with offer vendor shall submit following documents:
4.1 Detailed drawings and catalogue of the fitting mentioning life in total burning hours, lumen output per watt etc.
4.2 Details of the LEDs used in the fitting, 4.3 Valid certificates and approval from CIMFR and CCOE as per IS & with offered LED
lamp. 4.4 BIS license (For indigenous flameproof equipments, where insisted by statutory
authorities) 5 The originals of the following documents shall be shown to the owner /inspector at the time
of inspection: 5.1 Certificate of CIMFR or any other recognized testing agency. 5.2 Certified drawings of testing agency (CIMFR or equivalent). 5.3 Applicable statutory Approvals (CCOE) 5.4 BIS license (For flameproof indigenous equipments, where insisted by statutory
authorities). 6 Total lighting fixture demand may vary +/- 20% of given quantity. 7 The unit rates quoted against items remains valid for repeat order for a period of one year
from the date of placement of LOI. DELIVERY SCHEDULE
1 First lot of 25% of order quantity shall be delivered within 12 weeks from the date of PO;
subsequently balance lighting fixture shall be supplied in 3 lots. 25% of order quantity shall be supplied in each lot per quarter (3 months).
BUY BACK CONDITIONS:
1 Vendor should buy-back the existing lighting fixture (as is where is basis) per piece basis
and take out the same every quarter (03 months). The removal of the existing lighting fitting
REF : CRFQ NO. 1000284767, E-tender no. 27034
from site is in BPCL’s scope. The price of buy back per fitting offered by the vendor will be part of commercial evaluation of the total offer.
2. The offer of buy back should be as per details given below.
• 125W HPMV/160W MLL FLP well glass light fitting IIA/B or IIC type
• 250W HPMV FLP well glass light fitting IIA/B or IIC type
• 250 HPMV FLP flood light fitting IIA/B or IIC type
3 While delivering 2nd, 3rd and 4th lot of lighting fittings, old lighting fittings of equivalent quantity as per earlier lots shall be taken back.
4 Last lot of old buy back fitting shall be taken back within 60 days from the delivery of 4th lot material.
PAYMENT TERMS
1 100% lot wise payment will be made within 30 days from the date of delivery.
2 Vendor has to submit PBG for 10% of the amount valid till warranty period of 5 years against
which above payment will be made.
REF : CRFQ NO. 1000284767, E-tender no. 27034
ANNEXURE-I : SITE CONDITIONS
1. Site : Bharat Petroleum Corp.Ltd.,Refinery Mahul ,
MUMBAI-400074
2. Altitude : Less than 1000 M : above M.S.L.
3. Design Ambient Temperature : 40 0 C
4.
Maximum / Minimum ambient
temperature
: 45 / 10 0 C
5. Maximum relative humidity : 100 %
6. Place of installation : Between Transformer yard and switch house
7. Climate condition : Hot and humid in summer, cold and dry in
winter and highly corrosive (presence of H2S),
saline, sulphurous and dusty.
REF : CRFQ NO. 1000284767, E-tender no. 27034
ANNEXURE-II : TYPE AND Nos. OF FLAMEPROOF LED LIGHT FITTING
Sr. no.
Type of fittings Gas Group Watts Quantity
1 Well glass IIA/IIB 45W 13000
2 Well glass IIC 45W 3400
3 Emergency Well glass IIA/IIB 45W 1850
4 Emergency Well glass IIC 45W 450
5 Well glass IIA/IIB 105W 900
6 Well glass IIC 105W 200
7 Flood light IIA/IIB 105W 525
8 Flood light IIC 105W 145
Annexure - 3 (The Declaration should be produced on Vendor’s Letter Head selecting content for
proprietary/partnership/company as applicable and last para.)
PROFORMA OF DECLARATION OF HOLIDAY LISTING
REF : CRFQ NO. 1000284767, E-tender no. 27034
---------------------------------------------------------------------------------------------------------------------------
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/MOP&NG/any other Oil PSEs, except as indicated
below:
(Here give 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/MOP&NG/any other Oil PSEs, except as indicated below:
(Here give 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/MOP&NG/any other Oil PSEs, except as
indicated below:
(Here give 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 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 5
Annexure -4
IINNTTEEGGRRIITTYY PPAACCTT
Between
BBhhaarraatt PPeettrroolleeuumm CCoorrppoorraattiioonn LLiimmiitteedd ((BBPPCCLL)) hheerreeiinnaafftteerr rreeffeerrrreedd ttoo aass ""TThhee PPrriinncciippaall"",,
AAnndd
…………………………………………………………………………………………….. hereinafter r eferred to as "The Bidder/
Contractor/ Supplier".
PPrreeaammbbllee
The Principal intends to award, under laid down org anization procedures, contract/s for Tender for
“Supply of Flameproof LED Lighting Fittings for BPCL-Mumbai Refinery, BPCL-Kochi Refinery
and NRL- Numaligarh Refinery” (CRFQ-1000284767, e-Tender No. 27034). 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 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/ 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 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.
(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.
Page 3 of 5
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including th e lack of any hearing before the decision
to resort to such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.
(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the damage
caused by him and has installed a suitable 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 approach or with any other Public Sector
Enterprise in India that could justify his exclusio n from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/ Subcontractors
(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal before
contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors/ Suppliers and Subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.
Page 4 of 5
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 credi ble 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 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
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.
Page 5 of 5
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 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.
Joji J Melel ……………………………
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-5
(This PBG should be produced on non-judicial paper of appropriate value along with PQ Bid.)
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
To
Bharat Petroleum Corporation Ltd.
(CPO) Refineries
Mumbai Refinery, Mahul
MUMBAI 400074
Dear Sirs,
M/s. ______________________________________ have taken tender for the supply of __________________
for Bharat Petroleum Corporation Ltd.The tender Conditions of Contract provide that the Bidder shall pay a sum
of Rs. ______ (Rupees_____________________________________________________________________)
as earnest money / initial / full security deposit in the form therein mentioned. The form of payment of earnest
money / security deposit includes guarantee executed by Schedule ‘A’ Bank, undertaking full responsibility to
indemnify Bharat Petroleum Corporation Ltd. in case of default.
The said______________________________________ have approached us and at their request and in
consideration of the premises we__________________________________________________________
______________having our office at have agreed to give such guarantee as hereinafter mentioned.
1. We___________________________________________________________________ hereby undertake
and agree with you that if default shall be made by M/s. _____________________________________ in
performing any of the terms and conditions of the tender or in payment of any money payable to Bharat
Petroleum Corporation Ltd. We shall on demand pay to you in such matter as to you may direct the said
amount of Rupees_______________________________only or such portion thereof not exceeding the
said sum as you may from time to time require.
2. You will have the full liberty without reference to us and without effecting this guarantee postpones for any
time or from time to time the exercise of any of the powers and rights conferred on you under the contract
with the said_____________and to enforce or to for bear from endorsing any power of rights or by reason
of time being given to the said which under law relating to the sureties would but for provision have the
effect of releasing us.
3. Your right to recover the said sum of Rs.__________________(Rupees__________________
____________________) from us in manner aforesaid will not be affected or suspended by reason of the
fact that any dispute or disputes have been raised by the said M/s.__________________
_________________and/or that any dispute or disputes are pending before any officer, tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of the said______________
____________________but shall in all respects and for all purposes be binding operative units payment of
all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to Rupees__________________________________ Our
guarantees shall remain in force until_____________________________________________ unless a suit
or action to enforce a claim under_________________________________________ Guarantee is filed
against us within six months from _____________________________(which is date of expiry of
guarantee) all our rights under the said guarantee shall be forfeited and shall be relieved and discharged
from all liabilities thereunder.
6. We have power to issue this guarantee in your favour under Memorandum and Articles of Association and
the undersigned has full power to do under the Power of Attorney dated __________________granted to
him by the Bank.
Yours faithfully
___________________________________________ Bank by its Constituted Attorney Signature of a person
duly authorised to sign on behalf of the bank.
Sr. No. MESCType of Flameproof LED
Lighting Fittings
Area
ClassificationGas Group Watts Unit
BPCL-MR
QTY
BPCL-KR
QTYNRL QTY Total Qty.
Unit Price
in Figures
(Rs.)
Unit Price in Words
(Rs.)HSN NO.
69.99.99.882.8 Well glass Zone -1 IIA/IIB 45W LED
69.99.99.943.8 Well glass Zone -1 IIC 45W LED
69.99.99.882.8 Emergency Well glass Zone -1 IIA/IIB 45W LED
69.99.99.943.8 Emergency Well glass Zone -1 IIC 45W LED
LED BASED WELL GLASS LTG FITTING; 230V; 45W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIA/IIB WITH SS WIRE MESH COVERING THE TOUGHNED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE.
LOCATION: REFINERY
Emergency light fittings (Gas group IIA/IIB) : 4 inch Red shade (538 of IS5) circular band
above Grey or Yellow shade.
The detailed specification is as per attached 'BPCL specification for Flameproof LED
lighting fittings.'
1850 QUOTED / NOT QUOTED
LED BASED WELL GLASS LTG FITTING; 230V; 45W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIC WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE.
LOCATION: REFINERY
The detailed specification is as per attached 'BPCL specification for Flameproof LED
lighting fittings.'
EA 1250 500 100
2 EA 3000 300 100 3400 QUOTED / NOT QUOTED
3
Annexure- 6
UN - PRICED BID
SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-
NUMALIGARH REFINERY
REF : CRFQ No. :1000284767 (E-Tender no. 27034)
LED BASED WELL GLASS LTG FITTING; 230V; 45W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIA/IIB WITH SS WIRE MESH COVERING THE TOUGHNED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE.
LOCATION: REFINERY
The detailed specification is as per attached 'BPCL specification for Flameproof LED
lighting fittings.'
1 EA 11250 1500 250 13000 QUOTED / NOT QUOTED
Supply of Flameproof LED Lighting Fittings to BPCL Refineries:
Page 1 of 3
Sr. No. MESCType of Flameproof LED
Lighting Fittings
Area
ClassificationGas Group Watts Unit
BPCL-MR
QTY
BPCL-KR
QTYNRL QTY Total Qty.
Unit Price
in Figures
(Rs.)
Unit Price in Words
(Rs.)HSN NO.
69.98.99.962.8 Well glass Zone -1 IIA/IIB 105W LED
69.98.99.961.8 Well glass Zone -1 IIC 105W LED
69.98.99.964.8 Flood light Zone -1 IIA/IIB 105W LED
69.98.99.963.8 Flood light Zone -1 IIC 105W LED
LED BASED WELL GLASS LTG FITTING 230V; 105W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIC WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE. LOCATION:
REFINERY The
detailed specification is as per attached 'BPCL specification for Flameproof LED lighting
fittings.'
EA 100 50 50
5 EA 750 100
4 EA 300 100
LED BASED WELL GLASS LTG FITTING; 230V; 45W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIC WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE.
LOCATION: REFINERY
Emergency light fittings (Gas group IIC) : 4 inch Red shade (538 of IS5) circular band
above Grey or Yellow shade.
The detailed specification is as per attached 'BPCL specification for Flameproof LED
lighting fittings.'
50 900 QUOTED / NOT QUOTED
LED BASED WELL GLASS LTG FITTING 230V; 105W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIA/IIB WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS
WITH APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE. LOCATION:
REFINERY. The detailed
specification is as per attached 'BPCL specification for Flameproof LED lighting fittings.'
50 450 QUOTED / NOT QUOTED
200 QUOTED / NOT QUOTED6
LED BASED FLOOD LIGHT LTG FITTING 230V; 105W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIA/IIB WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS
WITH APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE. LOCATION:
REFINERY. The
detailed specification is as per attached 'BPCL specification for Flameproof LED lighting
fittings.'
7 EA 350 100 75 525 QUOTED / NOT QUOTED
Page 2 of 3
Sr. No. MESCType of Flameproof LED
Lighting Fittings
Area
ClassificationGas Group Watts Unit
BPCL-MR
QTY
BPCL-KR
QTYNRL QTY Total Qty.
Unit Price
in Figures
(Rs.)
Unit Price in Words
(Rs.)HSN NO.
Sr. No. MESCType of Flameproof
Lighting Fittings
Area
ClassificationGas Group Watts Unit
BPCL-MR
QTY
BPCL-KR
QTYNRL QTY Total Qty.
Unit Price
in Figures
(Rs.)
Unit Price in Words
(Rs.)HSN NO.
1Flameproof
lighting fitting
Well glass /
Emergency Well glassZone -1 IIA/IIB/IIC
125W
HPMV/160W
MLL
EA 15800 2400 500 18700
2Flameproof
lighting fittingWell glass Zone -1 IIA/IIB/IIC 250W HPMV EA 850 150 100 1100
3Flameproof
lighting fittingFlood light Zone -1 IIA/IIB/IIC 250W HPMV EA 450 130 90 670
100 30 15 145 QUOTED / NOT QUOTED
QUOTED / NOT QUOTED
Buy-Back of Existing Flameproof Lighting Fittings from BPCL Refineries:
QUOTED / NOT QUOTED
QUOTED / NOT QUOTED
LED BASED FLOOD LIGHT LTG FITTING 230V; 105W; FLP/WP; IP65; SUITABLE FOR USE IN
GAS GROUP IIC WITH SS WIRE MESH COVERING THE TOUGHNED DIFFUSED GLASS WITH
APPROVALS AND TEST CERTIFICATES FROM CIMFR AND CCOE. LOCATION:
REFINERY. The
detailed specification is as per attached 'BPCL specification for Flameproof LED lighting
fittings.'
8 EA
Note: Unit price to be quoted shall be inclusive of Packing and Forwaring charges and exlusive of taxes, duties and freight charges for each type of flameproof LED Lighing Fittings (Sr. No. 1 to 8).
Page 3 of 3
SPECIAL PURCHASE CONDITIONS Page 1 of 13
Annexure-7
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUPPLY OF FLAME PROOF LED LIGHTING FITTINGS FOR BPCL-MUMBAI REFINERY, BPCL-
KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
SPECIAL PURCHASE CONDITIONS
REF : CRFQ NO. 1000284767, E-tender No. 27034
1.0 INTRODUCTION
1.1 e-Bids in 3 (three) parts are invited for the tender for “SUPPLY OF FLAMEPROOF LED LIGHTING
FITTINGS 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 (PQ) Criteria,
Part 2 - Un-priced Techno-commercial 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 bidders whose offers are found acceptable in Part-1 shall
be considered for Part-2 opening and if those bids found acceptable in Part-2 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 finalise the tender, based on the ‘Price Bids’ submitted by
the qualified Bidders. The Bidders should submit th eir best prices in the ‘Priced bid’.
1.4 To participate on tenders hosted by BPCL on e-procurement site, bidders are
required to have a digital certificate and do “Enrollment” (Register on site) by
creating one User Id on the above site. All prospective bidders are requested to
enroll onto BPCL e-tendering platform https://bpcleproc.in/ maintained by
M/s E Procurement Technologies Limited, BPCL authorised Service Provider for
e-tendering.
2.0 SPECIAL TERMS AND CONDITIONS
2.1 The bidder should be a manufacturer of Flameproof LED Lighting Fittings under his own
trademark and should have capability of supplying these lighting fittings as per tender
specification.
SPECIAL PURCHASE CONDITIONS Page 2 of 13
2.2 Please note that, the tender enquiry is for entering into a contract for a period of
12 months from the date of award of Contract.
2.3 The quantities shown is purely an estimated quantit ies. The actual off-take will depend upon
our requirement from time to time during the period of rate contract which may be more or
less than the quantity specified.
2.4 Purchase Orders will be placed for the quantities actually required by BPCL from
time to time, on the basis of contracted rates by P&CS departments at Mumbai,
Kochi and Numaligarh Refineries, linking to the rate contracts. It is needless to say,
this contract is without any firm commitment on quantities/ values.
2.5 The 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.
2.6 BPCL reserves the right to extend the contract period by 6 months and / or place orders for
an additional quantities / values of up to 20% keeping the rates of individual items
unchanged.
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 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 discontinue calling for supplies and terminate the rate
contract by giving 30 days’ notice in advance without giving any reason for
termination.
2.10 For all types of Flameproof LED Lighting Fittings t o be supplied by the vendor, the
LED Lamps and Drivers shall be provided with minimum 5 years warranty period
from the date of delivery.
2.11 During the warranty period if any Flameproof LED Lighting Fitting supplied becomes
defective, the replacement of defective fixture shall be done by the vendor, free of
cost to BPCL, within one month from the date of intimation by BPCL.
2.12 The unit rates quoted against items should remain valid for repeat order for a period
of one year from the date of placement of contract.
2.13 Vendor should supply total quantity of new Flameproof LED Lighting Fittings in
4 (four) lots each of 25% quantity in every 3 months spanning 12 months period
from the date of placement of Purchase Order.
2.14 Vendor shall buy-back the existing lighting fixture (as is where is basis) quoting per
piece basis and take out the same every quarter (3 months). The removal of the
SPECIAL PURCHASE CONDITIONS Page 3 of 13
existing lighting fittings is in BPCL’s scope. The price of buy-back quoted by the
bidder will be part of evaluation of the entire bid
2.15 While delivering 2nd , 3rd and 4th lot of new Flameproof LED Lighting Fittings, the
bought-back existing old lighting fittings of equivalent quantity as per earlier lots
shall be taken out of the refinery by the vendor.
2.16 Last lot of bought-back lighting fittings shall be taken out of the refinery within 60
days from the delivery of 4th lot of materials.
2.17 Items to be delivered by the vendors should be properly packed and sent, to avoid any
damage to the consignment. Supplied Fittings should be properly protected to avoid any
transit damage.
3.0 DEFINITIONS AND INTERPRETATIONS
3.1 Where any portion of the GPC is repugnant to or at variance with any provisions of
the SPC then, unless a different intention appears, the provisions of the SPC shall be
deemed to govern the provisions of the GPC and SPC provisions shall prevail to the
extent of such repugnancy, or variations exist.
3.2 In RFQ Documents unless otherwise stated specifically, the singular shall include the
plural and vice versa wherever the context so requires.
3.3 Notwithstanding the sub-division of the RFQ Documents into separate sections and
volumes every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Agreement
so far as it may be practicable to do so.
3.4 All headings, subtitles and marginal notes to the clauses of the GPC, SPC or to the
Specifications or to any other part of RFQ Document are solely for the purpose of
giving a concise indication and not a summary of the contents thereof, and they shall
never be deemed to be part thereof or be used in the interpretation or construction
thereof.
3.5 The terms fully capitalized and/or initial capitali zed shall be interchangeable and
shall have the meaning as assigned to fully capitalized term or initial capitalised
term.
3.6 In BIDDING documents, at all such places where obligations are confined to
Purchaser alone, such provision to read as ‘Purchaser’s obligation to the extent the
context so means/ requires.
4.0 SUPPLIER’S SCOPE
4.1 Supplier’s scope shall include but not be limited t o -
(a) Manufacturing of Items as per tender technical specifications;
(b) Preparation of Quality Assurance / Quality control programme and execution of
the same;
SPECIAL PURCHASE CONDITIONS Page 4 of 13
(c) Testing;
(d) Packing;
(e) Loading on truck/ trailer and transportation up to purchaser’s sites
5.0 DURATION OF CONTRACT
5.1 One year from the date of issue of Contract.
5.2 Offers of bidders not accepting One year contract period shall not be considered for
evaluation.
BPCL reserves the right to extend the contract period by 6 months and / or place orders for
an additional quantities / values of up to 20% keeping the rates of individual items
unchanged.
6.0 OFFER VALIDITY
6.1 The offer should be valid for a period of 120 days from the final bid due
date/extended due date for acceptance of contract and for 12 months thereof for
acceptance of purchase orders.
Non acceptance of offer up to validity period and 1 year contract are liable for
rejection.
7.0 APPLICABLE CHARGES & GST
7.1 Bidders are requested to quote their Packing and Forwarding charges in basic rate
and applicable freight and applicable GST rates separately.
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 taxes will be on vendor's
account.
7.3 The quoted basic rate shall include all expenses towards all testing charges, PMI
testing etc. and excludes Third Party Inspection (TPI) charges.
8.0 ANTI PROFITEERING CLAUSE:
8.1 If any new tax is introduced on sale of goods/services by VENDOR to OWNER in lieu of one
or more of the then existing taxes or as a new tax altogether and the rate and impact of the
new taxes is less than the rate and impact of existing tax or taxes which it replaces, VENDOR
shall pass on to OWNER the benefit thereof by of commensurate reduction in the amount
payable by the OWNER to VENDOR. If on the other hand, the rate of the new taxes is in
excess than the rate of the new taxes it replaces, the OWNER on satisfactory proof shall
reimburse the VENDOR the additional tax paid by the VENDOR as the result of the
imposition of the new taxes provided they are within the contractual completion date.
SPECIAL PURCHASE CONDITIONS Page 5 of 13
Explanation: For the purpose of above clause, impact means and includes the
addition/reduction of taxes suffered on inputs, input services & capital goods. Further,
impact of stranded taxes like CST on Interstate purchases, entry tax/octroi, etc (if applicable)
also needs to be considered.
The vendor shall take steps viz uploading invoice in GSTR 1 , payment of the tax liability on
the said invoices and filing of Returns etc. and comply with all the requirements of
applicable laws including GST laws for the time being in force to enable the OWNER to avail
tax credit/s including input tax credit. Any loss or non-availability of input tax credit by the
OWNER due to non-compliance of applicable tax laws including but not limited to GST laws
in force or otherwise, on the part of VENDOR, an amount equivalent to any tax liability
accruing to the OWNER and/or to the extent of any loss accrued to the OWNER due to the
non-availability of input tax credit or any liabili ty accrued to the OWNER shall either stand
cancelled or deducted from the payment due to the VENDOR or shall be reimbursed by the
VENDOR as the case may be till such default is either rectified or made good by the VENDOR
and the OWNER is satisfied that it is in a position to claim valid input tax credit within the
time-lines as per applicable laws.
Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the
OWNER at any point of time on account of non-compliance of applicable tax laws or rules or
regulations thereof or otherwise due to default on the part of VENDOR shall be borne by the
VENDOR. An amount equivalent to such cost, liability, dues, penalty, fees, interest as the
case may be, shall be reimbursed by the VENDOR within 30 days. Any GST as may be
applicable on such recovery of amount shall also be borne by VENDOR and same shall be
collected by the OWNER.
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 by the bidders will
make their bids liable for rejection.
9.2 The basic price (i.e., Ex works price) of each item/ material code shall be the same
for all the locations. However, taxes and duties and freight charges may vary
depending on the supply location.
10.0 PAYMENT
10.1 PAYMENT TERMS
100% lot wise payment will be made within 30 days from the date of delivery to respective
sites.
Vendor has to submit PBG for 10% of the amount valid till warranty period of 5 years plus six
months claim period and technical documents against which above payment will be made.
10.2 GENERAL
10.2.1 All payments shall be released within 30 days of receipt of invoice and all requisite
documents, i.e. Material Test Certificates, TPI release notes, packing slips etc.
SPECIAL PURCHASE CONDITIONS Page 6 of 13
10.2.2 Performance Guarantee bond for 10% of order value by way of Bank Guarantee in the
prescribed format from any Scheduled Indian Bank as per General Purchase Conditions
(GPC) and as per format of PBG provided shall be provided.
10.2.3 The PBG should be valid for a period of 66 months (60 months + 6 months claim lodging
period) shall be furnished.
10.2.4 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.
10.2.5 BPCL has tied up with SBI for implementation of SFMS (Structured Financial Messaging
Service) Bank Guarantee Process and the salient features are as given below: Vendors have
to issue of SFMS Bank Guarantee for faster payments.
1) Vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given
below) to their Bank at the time of application for Bank Guarantee in favor of BPCL
2) Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL Bank
confirming the Bank Guarantee as genuine
3) BPCL’s Bank (SBI) shall in turn send the said SFMS message to BPCL’s dedicated email
ID basis which BPEC shall consider the said Bank Guarantee as verified by Bank
4) Once the above process is completed, BPEC Team shall proceed with the release of
payment to vendors which is due against the said Bank Guarantee.
Name of Bank: State Bank of India
Branch: CAG Branch, Mumbai
Account No: 11083980831
IFSC Code: SBIN0009995
11.0 DELIVERY SCHEDULE / COMPLETION PERIOD
11.1 Delivery: Bidder should supply total quantity of new Flameproof LED Lighting Fittings
in 4 (four) lots each of 25% quantity in every 3 months spanning 12 months period
from the date of placement of Purchase Order.
Delivery of the materials shall be made on FOT Site basis at each of BPCL –Mumbai
Refinery, BPCL-Kochi Refinery & NRL-Numaligarh Refinery.
Delivery is the essence of contract. BPCL reserve the right to accept or reject offers
with delivery period not in line with BPCL requirement.
11.2 The receipt of the supplies against the call offs / Purchase Order at each location shall be
considered as Delivery date for calculation of Price reduction for delay.
11.3 These schedules are for normal consignments. However, supplier shall arrange to
supply emergency requirements, if any, as per our request on priority.
11.4 Supplier’s prices should be door delivery basis. The ordered items are to be delivered to the
Refinery Warehouses at BPCL (Mahul, Mumbai, Maharashtra), BPCL (Ambalamugal, Kochi,
Kerala) and NRL (Golaghat, Assam) respectively.
11.5 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.
SPECIAL PURCHASE CONDITIONS Page 7 of 13
11.6 Bidder shall quote firm freight charges in percentage of basic price up to destination by road
on freight pre-paid door delivery basis.
Bidder 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.
11.7 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.
11.8 Supply of part quantities will be acceptable only at the discretion of BPCL. In all other cases
vendor shall supply the entire quantity as per purchase order at a time.
12.0 PRICE REDUCTION SCHEDULE
12.1 Applicable as per attached GPC.
13.0 DESPATCH INSTRUCTIONS
13.1 Following dispatch documents are required to be submitted by the Supplier
immediately after shipment is made.
• Commercial Invoice
• LR / Challan
• Packing List
• Test Certificates
• Inspection Release Note by Third Party Inspection Agency
14.0 INSURANCE
14.1 Transit risk insurance shall be covered by BPCL and same shall not be included in the
quoted price by the bidders.
15.0 THIRD PARTY INSPECTION
15.1 All material are subject to inspection by BPCL nominated Third Party Inspection agency (TPI).
Current BPCL TPI agency is M/s. PDIL. TPI charges shall be borne by BPCL. Bidder shall note
the distance between bidder’s place of Inspection/manufacturing facilities w.r.t. PDIL office/
Regional office. List of TPI offices/Regional offices is enclosed for your ready reference.
Vendor shall indicate approximate distance between of bidder’s place of Inspection/
manufacturing facilities w.r.t. PDIL office/ Regional office over here and fees with reference
to the above distance in Format of Applicable charges and GST. Same shall be considered for
price evaluation.
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 warranted for its design, good workmanship, size, capacity and
operation and satisfactory performance for a minimum period of 60 months from
SPECIAL PURCHASE CONDITIONS Page 8 of 13
the date of commissioning or 66 months from the date of dispatch whichever is
earlier.
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 Bidders are requested to quote/fill the rate against each item in our e- procurement portal.
Bidders to fill applicable charges and GST at BPCL-Mumbai Refinery, BPCL-Kochi Refinery
and NRL-Numailgarh Refinery in the e- procurement portal only.
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 “QUOTED” or “NON QUOTED” and HSN No. of
each item.
b. Signed, stamped and scanned copies of supporting documents for meeting technical
specifications,
c. Signed, stamped and scanned copies of applicable charges and GST for the tender.
d. Signed, stamped and scanned copy of Acceptance sheet available at the end of Special
Purchase Conditions (SPC) and Business Rules Document for reverse auction,
e. Signed, stamped and scanned copy of all pages of General Purchase Conditions (GPC),
f. Duly filled, signed (all pages and 3 signatures on last page), stamped and scanned copy
of all pages of Integrity Pact document, Proforma for Declaration regarding Holiday
Listing, Commercial Questionnaire and Advisory on environmental criteria,
g. 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:
Unit price in the price bid format in the e-procurement portal in Part-3 section i.e. Price bid
section.
19.4 Offer submitted by Telex/ Telegraph/ Fax/ e-Mail or Hard copy in sealed covers shall not be
accepted.
19.5 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.
SPECIAL PURCHASE CONDITIONS Page 9 of 13
19.6 BPCL shall not be responsible for any delay in uploading of offer by the bidder in e-
Procurement portal.
19.7 Bidders to quote based on specifications.
20.0 EVALUATION CRITERIA
20.1 Evaluation will be on Lowest Quote basis (Net effective cost) to BPCL. 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. MSE registered vendors should be manufacturer of the
Flameproof LED Lighting Fittings. Bidders have to submit the MSE Entrepreneur
Memorandum (EM-II) certificate for their manufacturing of Flameproof LED Lighting Fittings.
20.2 Offers with precondition on minimum contract value/call off value or non-acceptability of
part order are not acceptable and their offer stand commercially rejected.
21.0 TENDER OPENING
21.1 The deadline for bid submission is 11:00 Hrs on the 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 (PQ) Bid submitted online for the subject tender will be
opened on e-tendering platform on tender due date and time. Part-2 i.e. Technical
bids of only qualified bidders in PQ Bid will be op ened on e-tendering platform. Part-
3 i.e. priced Bid (if reverse auction not done) submitted online for the subject tender
will be opened on e-tendering platform of qualified bidders only 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 BPCL CPO-
Refineries office. In case bidder wish to participate in person, they can inform us
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 an EMD of Rs.2.5 Lakh for this tender in
PQ bid. For further details refer “Instructions To Bidders (ITB)”.
23.0 POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:
23.1 The guidelines for holiday listing shall be applica ble as per web link given below:
https://bharatpetroleum.in/pdf/holidaylistingpolicy final.pdf
23.2 Bidders are required to confirm that the Holiday Listing Policy of BPCL is read and
understood by them.
23.3 Bidders serving holiday listing order issued (as on bid opening date) by BPCL, MOP&NG or
any other Oil PSEs would not get qualified in this tender.
SPECIAL PURCHASE CONDITIONS Page 10 of 13
23.4 A declaration to be submitted by bidder indicating that they are not on holiday list by BPCL /
MOP&NG or any other Oil PSEs as on due date of bid submission anywhere in the country.
Offers not accompanied with such declaration shall make the bidders liable for rejection.
Any wrong declaration in this context shall make the bidders liable for action under the
Holiday Listing procedure."
24.0 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. Insufficient validity period.
c. Advance payment
d. Non submission of EMD as applicable
e. Non submission of Holiday Listing declaration
f. Non submission of Integrity Pact
g. Any other rejection point specified elsewhere in the RFQ Documents.
25.0 INTEGRITY PACT (IP):
25.1 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.
25.2 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.
25.3 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.
25.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitor (IEM). The IEM's name, address & contact number is given below:
Shri. Brahm Dutt
Address : A-1/8 Safdarjung Enclave, New Delhi - 110 029.
E-mail : [email protected]
Mobile No. : +91 9871920282
26.0 ARBITRATION CLAUSE:
GPC Arbitration clause is revised as below:
SPECIAL PURCHASE CONDITIONS Page 11 of 13
26.1 Option “1”.
“Law, Arbitration and Jurisdiction:
A. Negotiation and Conciliation:
The Parties shall endeavor to settle any dispute, difference, claim, counter-claim,
question or controversy between the Parties arising out of, in connection with or in
relation to this Agreement (“Dispute”) amicably between themselves, through
negotiation.
B. Reference to Arbitrator:
I. Any Dispute which the Parties are unable to resolve pursuant to Clause (A) within
thirty (30) days of the written notification by one Party to the other of the existence
of a Dispute shall be finally determined by arbitration in accordance with the
provisions of the Indian Arbitration and Conciliation Act, 1996 or any statutory
modification or re-enactment thereof.
II. All arbitration proceedings shall be conducted in English language. For the purpose
of such arbitration, both parties shall in good fai th explore the possibility of
agreement on a Sole Arbitrator and in case of failure of such mutual agreement on
Sole Arbitrator, each party shall appoint one arbitrator and both appointed
arbitrator shall appoint third arbitrator. The Arbitral tribunal shall decide any such
dispute or claim strictly in accordance with the governing law specified below. The
arbitration shall be conducted in accordance with the provisions of Indian
Arbitration and Conciliation Act, 1996.
III. The venue of arbitration shall be Mumbai, India. The Award may include an award of
costs. Each Party shall bear their respective expenses in relation to the arbitration
and the eventual liability for the costs shall be in terms of the arbitral award.
IV. Notwithstanding of arbitration in respect of such dispute, the parties shall continue
to perform their respective obligations under this Agreement without prejudice to
the final determination/ Award in respect of such dispute.
C. Decision/ Award:
Any decision or Award of the Arbitrator appointed pursuant to this clause shall be final
and binding upon the parties.
D. Governing Laws/ Jurisdiction:
This Agreement shall be governed by and construed in accordance with Laws of India.
Each of the Parties hereto irrevocably submits to the sole and exclusive jurisdiction of the
Courts at Mumbai, India.”
In case 1st Option is not acceptable then:
26.2 Option “2”.
Any dispute arising out of or in connection with this contract, including any question
regarding its existence, validity or termination, shall be referred to and finally resolved by
arbitration under LCIA India Arbitration Rules, which Rules are deed to be incorporated by
reference into this clause.
The number of arbitrator shall be three.
The seat or arbitration shall be Mumbai, India.
The language to be used in the arbitration shall be English.
The governing law of the contract shall be the substantive law of India.
In case Option “1 & 2” are not acceptable then:
26.3 Option “3”.
SPECIAL PURCHASE CONDITIONS Page 12 of 13
Any dispute arising out of or in connection with this contract, including any question
regarding is existence, validity or termination, shall be referred to and finally resolved by
arbitration in Singapore in accordance with the Arbitration Rules of Singapore International
Arbitration Centre (“SIAC Rules”) for the time being in force, which rules are dimed to be
incorporated by reference in this clause.
The Tribunal shall consist of one arbitrator. The language of the arbitration shall be English.
This contract is governed by the Laws of India.
27.0 GENERAL POINTS:
27.1 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.
27.2 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 BPCL regarding the same being final and conclusive.
27.3 Any effort by bidder or bidder’s agents, consultant or representative, howsoever described,
to influence the owner in any way concerning scrutiny/ consideration/ evaluation/
comparison of the bid or decision concerning award of contract shall entail rejection of the
bid.
27.4 Offers and all correspondence must be in English language only.
27.5 The material shall be packed in accordance with the rule in weatherproof, shipment worthy
eco-friendly packing, labeled and indicating clearly the description of item, hazardous nature
if any and precautions/care to be taken.
27.6 Any effort by bidder or bidder’s agents, consultant or representative, howsoever described,
to influence the Owner (BPCL) in any way concerning scrutiny / consideration / evaluation /
comparison of the bid or decision concerning award of contract shall entail rejection of the
bid.
27.7 Cutting / Correction: All entries in the tender must be written in permanent ink or
typewritten and there should not be any erasing or overwriting or corrections. Any
unavoidable mistake should be neatly cut and re-written without over-writing and use of
correcting fluid. All corrections should be duly signed by the Bidder.
The commercial terms offered by the bidder should be firm, clear and specific as the tenders
shall normally be finalized without seeking further clarification
SPECIAL PURCHASE CONDITIONS Page 13 of 13
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUBJECT : SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL - MUMBAI
REFINERY, BPCL - KOCHI REFINERY AND NRL – NUMALIGARH REFINERY.
REF : CRFQ NO. 1000284767, E-tender No. 27034
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-12 i.e. TECHNICAL DEVIATION FORM and
Annexure-13 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 - 8
M/s BHARAT PETROLEUM CORPORATION LTD,
MAHUL MUMBAI
INSTRUCTIONS TO BIDDERS (ITB)
SUPPLY OF FLAME PROOF LED LIGHTING FITTINGS FOR BPCL-MUMBAI REFINERY,
BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
REF : CRFQ NO. 1000284767, E-tender No. 27034
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. The 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 process 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, inability 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
Contact : 022-25533128, +91-8433615195
E-Mail: ajay.nandangi@ eptl.in
Satya narayan Behera
e-Procurement Technologies Limited
Mobile no. - +91 90040 14223
Email ID - satyanarayan@ eptl.in
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 liable 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 Engineer-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
• e-Procurement Portal : https://bpcleproc.in
• BPCL Web : https://www.bharatpetroleum.in/tender/view-tenders.aspx → Select
Department → CPO (Refineries)
• Central Public Procurement Portal : https://eprocure.gov.in/cppp
Important: All updates, amendments, corrigenda, due date extensions etc. (if any), will
be posted on the above websites. There will not be any publication of the same
through newspapers or any other media.
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. Joji J Melel, Procurement Manager -CPO (R) / Mr. B.K. Basu, Procurement Leader
-CPO (R) Bharat Petroleum Corp. Ltd., Admin Building, Mahul, Mumbai -400 074. Tel.
No.: 022-25533133 / 022-25533129.
Instruction to Bidders Page 6 of 21
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.
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.
Instruction to Bidders Page 7 of 21
7.4. Original DD / Banker’s Cheque / BG as the case may be, towards EMD, shall be sent
separately to Chief Procurement Officer-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.
7.5. For unsuccessful bidders, EMD may be returned after the completion of PQ bid evaluation/
Technical evaluation / Price bid evaluation as applicable. 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 with 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 Ltd. 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.
Instruction to Bidders Page 8 of 21
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.
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 shorter 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. 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.
8.5. Supply price shall be exclusive of all taxes and duties which will be applicable on the
finished goods.
8.6. Item wise Transportation Charges up to respective site exclusive of Taxes. 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
8.7. Site work Prices, if applicable, as per RFQ Documents, shall be exclusive of Taxes 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.
8.8. Foreign Bidders shall submit their prices on FOB –International Port of Exit basis. FOB
Prices quoted shall be inclusive of all applicable taxes, packing & forwarding etc.
applicable upto FOB – International Port of Exit.
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 any 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 stamped.
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 filled 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 uploading 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, by any written communication or through e-portal to all prospective
bidders, extend the deadline for the submission of e-bids in which case all rights and
obligations of BPCL and bidders, 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 submission of Bid, in e-tender
platform, prior to the due date and time of Bid submission.
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 interval between the deadline for
submission of bids and the expiration of the period of bid validity specified by the
bidder. Withdrawal of a bid during this interval shall result in the forfeiture of
bidder’s EMD and/ or holiday listing of such bidder s.
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 upto the tender due date and time. The
Pre-qualification bids (in case of 3 part bids) and Technical bids (in case of 2 part
bids) will be opened online through e-procurement website https://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-Commercial Bid) of those bidder(s),
whose offers for "Pre-qualification Bid" are found to be acceptable, will only be
opened under advance intimation to them. Such Qualified Bidders can view/ witness
the "Un-priced Bid" opening through the e-portal.
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 Tendering 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 non 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. 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. 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.
All taxes will be paid on receipt of valid documents for availing CENVAT/Input tax
credit.
21.2. If the bidder in his quotation specifies that Taxes are not applicable due to any
reason, the same shall be borne by the bidder, if it becomes applicable any time
during the pendency of the contract.
21.3. Bidder has to quote freight charges including Taxes since Cenvat /Input Tax credit on
such taxes paid by the bidder may not be available to BPCL. In case bidder wish to
quote Taxes separately and they can pass on the Cenvat/Input Tax credit on taxes
paid can quote 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:
• Deduction would be to the extent of Cenvat credit on taxes available to the refinery.
• Bidder to confirm that Invoice in which freight is claimed will show this tax
amount separately and also will mention the tax registration number under which
this tax is paid to the Govt.;
Instruction to Bidders Page 14 of 21
• While releasing payment after award of the purchase order, the tax amount as
mentioned above would be paid only if invoice showing the said amount and tax
registration number is made available by the bidder.
If bidder fails to give proper documents to avail Cenvat /Input tax credit, Taxes 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 availing 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.
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:
Instruction to Bidders Page 15 of 21
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.
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
Instruction to Bidders Page 16 of 21
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 landed cost at Site including third party
inspection charges (if applicable) by 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 to cost loaded as applicable. However, if
a vendor states that the Taxes are 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 landed cost at Site including third party
inspection charges (if applicable) by third party inspection agency as nominated by
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:
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) Port handling charges @ 2% of FOB value
e) Inland freight charges from Mumbai port(India) to project site(s) @2% of
landed cost, i.e., sl.no.(a )to (d)
f) Octroi charges as per prevailing rate, clearing charges etc.
g) In case of pipes, where the supplier has not indicated stowage charges, 0.6%
shall be loaded to the FOB price
h) Any other Taxes as applicable.
27. THIRD PARTY INSPECTION :
27.1. For all indigenous suppliers, BPCL will nominate authorised Third party Inspection
(TPI) agency. TPI charges for the same shall be paid directly to TPI agency by BPCL.
Instruction to Bidders Page 17 of 21
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 shall 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).
30. INTEGRITY PACT (IP):
30.1. Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorised to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid no t being considered for further
evaluation.
Instruction to Bidders Page 18 of 21
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,
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
Instruction to Bidders Page 19 of 21
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 Director (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.
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).
Instruction to Bidders Page 20 of 21
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 concerning 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 FLAMEPROOF LED LIGHTING FITTINGS FOR
BPCL - MUMBAI REFINERY, BPCL - KOCHI REFINERY AND NRL – NUMALIGARH
REFINERY.
REF : CRFQ NO. 1000284767, E-tender No. 27034
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-12 i.e. TECHNICAL DEVIATION FORM and
Annexure-13 i.e. COMMERCIAL DEVIATION FORM.
Date : Signature of Authorised Signatory
with Name & designation and Co. Seal.
Name & full address of the Firm :
M/s. _______________________
�������������
�
���������� ���������������������
������ �����������������
����� ������������������ ����� ���� ����� ������������� ������������ �
�������������������� �����������������
��!"#$%
�
��� �� � � ����
��� ����������������������� ���
��� � ���������������������������������������
��� ������������� �
� � �� ���
�!� ��"�������� ���
�#� ������ ���
�$� �� �� ����
�%� � ������������� �� ���
�&� ����������'��(����� ����� ��� ��
��� ���� ���� �������������
��� ��)�����������
��� ���������'�������)��
��� ���������������*������������
� � ���* ���+����* ����
�!� �� (��)�
�#� ����� ����������* ���
�$� ����� �� ���������
�%� (�� �)����������
�&� �� (��)����������� �������� �����������
��� � �*�����������������
��� ���������������������
��� ��� ���� ����������
��� ����� �)������, �-�
� � ����(��)������������
�!� ���� ��� �� �)��������� ���� ������� ���
�#� ��������+���)��� ���
�$�� � �� � �)��������
�%�� ����� ��������������� ����
�&�� ������ ��.�����(����������������������������������
���� ���/�� (���
��� ����+������������ ���
���� ���������������������������
���� ��������� ���
� �� ��� �0������ � (������������'����������� �������� � ���
�!� ��� ��������
�#� ��(��� �������
�$� ����������
�%� ���� ��������������� � ����
�&� ��� ����
��
�
�
�
SECTION 8
�������������
�
�
�
�
�
�
�
���������� ���������������������
������ �����������������
� #$&!"!�!'"�(
�
�1����22�345���678�994�59�:9�;�45�<1�9��<�8=9��5;�>�5;4<4�59��5;�45�<1��7:8>1�9���8;�8�
91�22�1�?��<1��=��545��45;4>�<�;����459<���>1����<1�9�@�
�
�� ')"$*(��35�8�=��59��1�8�<���<8�2�:=���87�8�<4�5��4=4<�;�,����?�85=�5<���� 5;4��
�5<�87849�-.� �� ��=7�5A� 45>�87�8�<�;� 45� 5;4�� 1�?45�� 4<9� 8��49<�8�;� ���4>�� �<� �1�8�<�
�1�?�5.���+�!��:884=B1�A����;.���22�8;��9<�<�.��:=B�4���&&&�$��5;�91�22�45>2:;��4<9�
9:>>�99�89��5;��994�59�,1�8���<�8�>�22�;�������9���91�8<���8=-�
�
�� +$"#'*(�(�5;�8�=��59�<1��7�89�5.��48=��8�<1����=7�5A�'���87�8�<4�5�<��31�=�<149�
��C:�9<���8�C:�<�<4�5�,��D-'7:8>1�9���8;�8�49�499:�;��5;�91�22�45>2:;��4<9�9:>>�99�89��5;�
�994�59�
�
�� !"�$��'*(� ��89�5'���5>A� ;�7:<�;� BA� ����� ��8� >�88A45�� �:<� 4597�><4�5.�
>1�>E45�'<�9<45�����4<�=9��8;�8�;��5;���8�>�8<4�A45��<1���4<�=9�>�5��8=45��<��<1��7:8>1�9��
�8;�8�97�>4�4>�<4�59�
�
�� �''#�,-.�$*!.��(�=��59��5A����<1���8<4>2�9.�=�<�84�29.�=�>145�8A.��C:47=�5<9.�
9:7724�9.� ;8�345�.�;�<���5;��<1�8�78�7�8<A� �5;��22�9�8?4>�9� 45>2:;45��B:<�5�<� 24=4<�;� <��
;�94�5.�;�24?�8A.�459<�22�<4�5.�4597�><4�5.�<�9<45���5;�>�==4994�545��97�>4�4�;��8�8�C:48�;�
<��>�=72�<��<1���8;�8�
�
� �!�$,�'�.�!'"(�=��59��5A��4<��31�8��������������������������� ���
���;�948�9�<��8�>�4?��=�<�84�29��5A�31�8��45� 5;4���9�=�5<4�5�;�45���D�
�
�! /*.�$ �'"�*.��0� =��59� <1�� ��8��=�5<� ��8� 9:772A� ��� ���;9'� =�<�84�29� B�<3��5�
�35�8��5;�(�5;�8.���8����46�;�7�84�;����<4=��,4��<422�?�24;4<A������<����5<8�><.�34<1�5��
>�==4<=�5<����>�5<8�><:�2�C:�5<4<A-��5�=:<:�22A���8��;�<�8=9��5;�>�5;4<4�59��1���><:�2�
9:772A�������;9'�=�<�84�29�91�22�<�E��72�>���52A��5�499:�����9�7�8�<��7:8>1�9���8;�89����8�
8�C:48�;�C:�5<4<A��9��5;�31�5�8�C:48�;�BA��35�8�
�
�# /&!*- *'�1*$-$"�0� =��59� <1�� ��8��=�5<� B�<3��5� <1�� 7�8<4�9� ��8� =:<:�22A�
��8��;�<�8=9��5;�>�5;4<4�59�34<1�>�==4<=�5<����D:�5<4<A��8;�8�;�
�
�
�
� *$&$*$"�$&'*#'�1-$"�.�!'"(
�
��� �1�� 5:=B�8� �5;� ;�<�� �����22�><4?����C:�9<� ��8�D:�<�<4�5� ,���D-�=:9<� �77��8� �5� �22�
>�88�97�5;�5>��B���8���45�24F�<4�5�������<����5<8�><�'��:8>1�9���8;�8�
�����2�������
�
�
��� ��<�8��45�24F�<4�5�������5<8�><�'��:8>1�9���8;�8@��1��5:=B�8��5;�;�<�������<����5<8�><�'�
�:8>1�9���8;�8�=:9<��77��8��5��22�>�88�97�5;�5>�.�;8�345�9.�45?�4>�9.�;497�<>1��;?4>�9.�
,45>2:;45��9147745��;�>:=�5<9�4���7724>�B2�-�7�>E45��249<��5;��5��5A�;�>:=�5<9��8�7�7�89�
>�55�><�;�34<1�<149��8;�8�
�
��� 5�<1��>�9�����4=7�8<9.�<1��8�2�?�5<�7�8<4>:2�89����<1��4=7�8<��4>�5>��91�22�B��;:2A�45;4>�<�;�
45�<1��45?�4>���5;�9147745��;�>:=�5<9��9�3�22��9��5�<1��7�>E���9��8�>�594�5=�5<9�
�
2 *!�3�'&')"$*�'.��$�'**$4$���$"#$*(
��1��84�1<�<���>>�7<�<1��<�5;�8�3422�8�9<�34<1�<1���35�8��
�
� �."�1.�$(
�
�1���4;��5;��22�9:77�8<45��;�>:=�5<�<4�5��5;��22�>�88�97�5;�5>��31�<9��?�8��6>1�5��;�
BA�(�5;�8��5;��35�8.�91�22�B��45��5�2491�2�5�:�����52A�
5 ����(
�
�52�99��<1�8349����8��;�<��<1��<�8=9����<1����D.�784>��91�22�B��@�
�
�48=��5;�5���9>�2�<4�5�3422�B���5<�8<�45�;��5��5A��8�:5;.��6>�7<��5�<1���8�:5;����
9<�<:<�8A�2�?4�9��7724>�B2���5�<1��<�5;�8�;�4<�=9�
6 �.%$�."##1�!$�(
�
�22�?�5;�89�91�22�1�?��(���'����'���'��8?4>��<�6��8��49<8�<4�5�45�<1��>�5>�85�;��<�<��
�5;�?�5;�8�91�22�C:�<��<1�48�� ��5:=B�8�45�<1��C:�<�<4�5�
�
6 � $%�!�$#1�7(
�
!���� �6>49��;:<A��6<8���9��7724>�B2���<�<1��<4=�����;�24?�8A�34<145�9>1�;:2�;�;�24?�8A�7�84�;�
3422�B��7�A�B2��BA���������459<�;�>:=�5<�8A��?4;�5>��(�5;�8� 91�22�=�5<4�5� 45� <1�48�
����8.�<1��7�8>�5<��������6>49��;:<A��7724>�B2���<�78�9�5<��5A�:73�8;�?�84�<4�5�45��6>49��
;:<A�8�<�9.�B�A�5;�<1��>�5<8�><:�2�;�24?�8A�7�84�;.�91�22�B��<��?�5;�8G9��>>�:5<�
�
!���� 5�>�9���6>49��:<A�49�5�<��7724>�B2���<�78�9�5<�@��6>49��;:<A�;:��<��>1�5���45�<:85��?�8�49�
5�<�7�A�B2�� ���7724>�B2��45��:<:8�.�<1��9�=��3422�B��B�85��BA�?�5;�8�
�
!���� �35�8�91�22�<�E�����(����8�;4<��5�<1��=�<�84�2�9:7724�;���8�B�<1��6>49��;:<A��5;�>�99�
>�=7�5�5<� �5;� �>>�8;45�2A� �6>49�� ;:<A� '� ��99� 91�:2;� B�� C:�<�;� 9�7�8�<�2A� 31�8�?�8�
�7724>�B2��
�
(�5;�8� 91�22� �9E� <1�� <8�597�8<�8���� <1�����;9� <��1�5;��?�8� <1��>�7A� �����6>49�� 45?�4>��
,<8�597�8<�8G9�>�7A-��<�<1��<4=�����;�24?�8A�������;9��<��35�8G9�94<��
�
�
�
�
�������������
�
6 � �.�$��.%,+.�,���(
�
!���� ��2�9���6��9��7724>�B2���<�<1��<4=�����;�24?�8A�34<145�9>1�;:2�;�;�24?�8A�7�84�;�3422�B��
7�A�B2��BA������(�5;�8�91�22��4?��;�<�429����2�>�2�9�2�9�<�6��5;'�8�8�>�5<8�2�9�2�9�<�6�
>:88�5<2A��7724>�B2��45�<1�48�����8��1��8�<�9��7724>�B2����8�H����34<1�:<���8=��I.�H����
34<1���8=��J��5;�H(��I�91�22�B��>2��82A�45;4>�<�;�
�
!���� 57:<�(����8�;4<�=�A�B��>2�4=�;�BA�����.�31�8�?�8��7724>�B2��(�5;�8�91�22�9:B=4<�
<1����"�45?�4>��
�
6 2 ���8�����9(���
�22� ?�5;�89� 91�22� 1�?�� 9�8?4>�� <�6� � 8��49<8�<4�5�31�8�?�8� �7724>�B2�� � �����=�A� �29��
>2�4=����(����8�;4<��5�9�8?4>��<�6��1��?�5;�8�91�:2;�C:�<��9�8?4>��<�6�9�7�8�<�2A.�4��
�7724>�B2��(�5;�8�91�22�9:B=4<� <1����"�45?�4>��(�5;�8�49�8�C:48�;�<���:85491�9�84�22A�
5:=B�8�;��5;�94�5�;�45?�4>��'�B422�'�>1�22�5�>�5<�4545��<1����22�345��;�<�429@�
�
��� ����������������� ��� ������������������ ������ ���
��� ������������������������� � ������������� ���
��� ��� �� ������� � ��� �������������������������� ������ ����
��� ��� ���������������
�
6 � &*$!�3�."#'��*'!(
�
!���� �8�4�1<@��48=��8�4�1<�>1�8��9�<��B��C:�<�;��9�45;4>�<�;�45�<1����5;�8�;�>:=�5<9��8�4�1<�
91�22�B��7�A�B2����<�8�8�>�47<����<1����<�84�2,9-��<�<1��94<�.�:52�99��<1�8349��97�>4�4�;�
�
!���� �><8�4��5;��5<8A�<�6�9.�4���5A.��91�22�B��45?�4>�;�9�7�8�<�2A��5;�91�22�B��8�/4=B:89�;�BA�
����� �<� �><:�29� ��<�8� 8�>�47<� ��� <1����<�84�2,9-� �<� <1�� �4<�� ���459<� <1�� 9:B=4994�5� ���
�84�45�2�;�>:=�5<�8A��?4;�5>����8�78�������7�A=�5<����<1��8�2�<�;��><8�4��5;��5<8A�<�6�9.�
�9�<1��>�9��=�A�B����
�
6 5 "$)��.�1�'*7�$+!$�(
�
�22� 5�3� 9<�<:<�8A� 2�?4�9� 2�?4�B2���5� 9�2����� �45491�;����;9� <���35�8� .� 4�� �7724>�B2�� �8��
7�A�B2�� �6<8�� BA� ����� ���459<� ;�>:=�5<�8A� 78���.� 34<145� <1�� >�5<8�><:�2� ;�24?�8A�
7�84�;��
6 6 +������������9��,#�����
�
�5A�45>8��9�';�>8��9��45��22�<1���B�?��=�5<4�5�;�9<�<:<�8A�2�?4�9��5�<1��;�<�����;�24?�8A�
;:845�� <1�� 9>1�;:2�;�;�24?�8A� 7�84�;� �5� �45491�;�=�<�84�29�3422� B�� �5�����K9� �>>�:5<�
�5A� :73�8;� ?�84�<4�5� 45� 9<�<:<�8A� 2�?4�9� ��<�8� >�5<8�><:�2� ;�24?�8A� ;�<�� 91�22� B�� <��
?�5;�8G9��>>�:5<�
�
: !"�$��!'"(
�
#��� ��<�84�29� 91�22� B�� 4597�><�;� BA� ����� �778�?�;� <148;� 7�8<A� 4597�><4�5� ���5>A� 4��
�7724>�B2�� B���8�� ;497�<>1� ��� =�<�84�29� ��3�?�8.� �88�5�45�� �5;� 78�?4;45�� 4597�><4�5�
�����5�������
�
��>424<4�9� 49� �5<48�2A� ?�5;�8G9� 8�97�594B424<A� �5;� 45� 5�� 3�A� 91�22� ����><� <1�� ;�24?�8A�
9>1�;:2��
�
#��� �>�7����� 597�><4�5�91�22�B���9�7�8���D��:8�8��49<�8�;�<148;�7�8<A�4597�><4�5����5>4�9�
�8�� ���'�� ���' ��'�('�� �'� �'����� �8�L�><9'� �'�� ��'� ����
��' �� ����9��=�5;�;�<4=��<��<4=��:52�99��<1�8349��97�>4�4�;�45�<1���7�>4�2��:8>1�9��
��5;4<4�59�
��
#��� �52�99��<1�8349��97�>4�4�;.�<1��4597�><4�5�91�22�B��>�884�;��:<��9�7�8�<1��8�2�?�5<��
9<�5;�8;9'9>�7�����4597�><4�5�78�?4;�;��2�5�34<1�<1����5;�8��5C:48A'�:8>1�9���8;�8��
�
#��� �����=�A.��<�4<9��35��67�59�.�1�?��4<9�8�78�9�5<�<4?�,9-�34<5�99��5A�<�9<��8�4597�><4�5�
5��8;�8� <���5�B2������G9� 8�78�9�5<�<4?�,9-� <��34<5�99� <1�� <�9<9'4597�><4�59������3422�
�;?49��<1��(�5;�8�45��;?�5>��31�<1�8�4<�45<�5;9�<��1�?��4<9�8�78�9�5<�<4?�,9-�B��78�9�5<��<�
�5A����<1��4597�><4�59�
�
# �� �?�5� 4�� <1�� 4597�><4�5� �5;� <�9<9� �8�� �:22A� >�884�;��:<.� <1��(�5;�8� 91�22� 5�<�B���B9�2?�;�
�8�=� 4<9� 8�97�594B424<4�9� <�� �59:8�� <1�<� <1����<�84�2,9-.� 8�3�=�<�84�29.� >�=7�5�5<9� �5;�
�<1�8�457:<9��8��9:7724�;�9<84><2A�<��>�5��8=��5;�>�=72A�34<1��22�<1��8�C:48�=�5<9����<1��
��5<8�><� �<� �22� 9<���9.� 31�<1�8� ;:845�� =�5:��><:8�� �5;� ��B84>�<4�5.� �8� �<� <1�� <4=�� ���
�24?�8A��9��5��884?�2��<�94<���5;���<�8�4<9��8�><4�5��8�9<�8<�:7��8�>�59:=7<4�5.��5;�;:845��
<1��;���><� 24�B424<A�7�84�;��1�� 4597�><4�59��5;� <�9<9��8��=�8�2A� 45<�5;�;� <��784=�/��>4��
9�<49�A� ����� <1�<� <1�� ��<�84�2,9-� �5;� <1�� 7�8<9� �5;� >�=7�5�5<9� >�=72A� 34<1� <1��
8�C:48�=�5<9� ��� <1�� ��5<8�><� �1�� (�5;�8G9� 8�97�594B424<A� 91�22� �29�� 5�<� B�� �5A349��
8�;:>�;� �8� ;49>1�8��;� B�>�:9��������8�����G9� 8�78�9�5<�<4?�,9-��8� 597�><�8,9-� 91�22�
1�?�� �6�=45�;.� >�==�5<�;� �5� <1�� (�5;�8G9� ;8�345�9� �8� 97�>4�4>�<4�59� �8� 91�22� 1�?��
34<5�99�;� <1�� <�9<9� �8� 8�C:48�;� �5A� >1�=4>�2� �8� 71A94>�2� �8� �<1�8� <�9<9� �8� 91�22� 1�?��
9<�=7�;��8��778�?�;��8�>�8<4�4�;��5A���<�84�2,9-�
�
#!�� �2<1�:�1�=�<�84�2��778�?�;�BA�<1�� 597�><�8,9-.�4���5�<�9<45���5;�4597�><4�5���<�8�8�>�47<�
���<1����<�84�2,9-��<�<1��2�>�<4�5.��5A���<�84�2,9-��8����:5;�5�<�<��B��45�9<84><�>�5��8=4<A�
34<1�<1��>�5<8�><:�2�8�C:48�=�5<9��8�97�>4�4>�<4�59.������91�22�1�?��<1��84�1<�<��8�L�><�
<1��9�=���5;�1�2;�<1��(�5;�8�24�B2����8�5�5/7�8��8=�5>�����<1����5<8�><�
�
; �3!!"�(
; � �$.�3!-$"�(
� �22� 9147=�5<� ��� =�<�84�29� 91�22� B�� =�;�� BA� �489<� >2�99� ;48�><� ?�99�29.� <18�:�1� <1��
>1�8<�845��345�.��4549<8A�����:8��>���8�597�8<��9�7�8�78�>�;:8��;�<�42�;�1�8�:5;�8��1��
��8�4�5� �:7724�8� 91�22� �88�5��� 34<1�(�99�29� �35�89� �8� ��83�8;45�� ���5<9� ��8� 78�7�8�
9<�8�������<1���5<48����8���45<�5;�;���8�<1��78�L�><�45���97�>4�4>�=�55�8�9���9�<����>424�<��
�5;�<���?�4;��5A��?�8�>�884�����<�<1��7�8<����;49>1�8����22�9147=�5<�91�22�B��:5;�8�;�>E�
:52�99�>�884�����5�;�>E�49�:5�?�4;�B2��
�
������ �1��B4229����2�;45��91�:2;�B��=�;���:<�45���?�:8����M�1�8�<���<8�2�:=���87�8�<4�5��<;�
�8��8;�8K�
�22� >�2:=59� 45� <1�� B�;A� ��� <1�� �422� ��� ��;45�� 5�=�2A� =�8E9� �5;� 5�9.� =�<�84�2�
;�9>847<4�5.�3�4�1<�7�8<4>:2�89��<>.�91�:2;�B��:54��8=��5;��>>:8�<���5;�9:>1�9<�<�=�5<9�
91�:2;�B��:54��8=�45��22�<1��9147745��;�>:=�5<9���1���8�4�1<�7�8<4>:2�89�91�:2;�=�5<4�5�
�����6�������
�
<1��B�949�����8�4�1<�<�55���.�1��?A�24�<�>1�8��9.�4���5A.�9:8>1�8��.�;49>�:5<��<>�>2��82A��5;�
9�7�8�<�2A��1��5�<�<�<�2��8�4�1<�7�A�B2��91�22�B��91�35��<�<1���B�<<�=�
�
������ �3!!"�#'�1-$"��(
�
� �22� ;�>:=�5<9� ?4F� �422� ��� ��;45�.� 45?�4>�9.� 7�>E45�� 249<.� �8�4�1<� =�=�9.� >�:5<8A� ���
�84�45� >�8<4�4>�<�9.� <�9<� >�8<4�4>�<�.� ;8�345�9� �5;� >�<�2��:�9� � 91�:2;� B�� 45� �5�2491�
2�5�:����
�
� 5��;;4<4�5����<1��B422����2�;45��314>1�91�:2;�B���B<�45�;�45�<18���9<�=7�;��84�45�2�72:9�
�9� =�5A� >�74�9� �9� 8�C:48�;.� 45?�4>�9.� 7�>E45�� 249<.� �8�4�1<� =�=�9.,4�� <1�� �8�4�1<�
7�8<4>:2�89� �8�� 5�<� 91�35� � 45� <1�� B4229� ��� 2�;45�-.� >�:5<8A� ��� �84�45� � >�8<4�4>�<�.� <�9<� '�
>�=7�94<4�5�>�8<4�4>�<�.�91�22�B��=�;���:<����459<���>1�9147=�5<�45��9�=�5A�5:=B�8����
>�74�9��9�91�35�B�2�3�
������
� �1�� �B422���� 2�;45�.� 45?�4>���5;�7�>E45�� 249<�97�>4�4>�22A�91�22�91�3�:54��8=2A� <1��=�8E�
�5;�5:=B�89.�>�5<�5<9�>�9��349�.�>�:5<8A�����84�45.�>�594�5��9�5�=�.�7�8<����;�9<45�<4�5�
�5;��22� �<1�8�7�8<4>:2�89� �9� 45;4>�<�;� � :5;�8� >2�:9���� ��1�� 45?�4>�� 91�22� 91�3� <1��:54<�
8�<�9��5;�5�<�<�<�2�����784>�9�� <�=9�7�>E�;�9�7�8�<�2A�91�:2;��29��B��45?�4>�;��5;�<1��
?�2:�� 91�35� �>>�8;45�2A� � ��>E45�� 249<� =:9<� 91�3� �7�8<� �8�=� �<1�8� 7�8<4>:2�89� �><:�2�
>�5<�5<9� 45� ��>1� >�9�.� 5�<� �5;� �8�99�3�4�1<9� �5;� ;4=�594�59.� �5;� <1�� <�<�2� 5:=B�8� ���
7�>E���9� �22� ;�>:=�5<9� 91�:2;� B�� ;:2A� 94�5�;� BA� <1�� (�5;�8K9� � �:<1�849�;�
8�78�9�5<�<4?�9��
�
� 5�<1��>�9�����������8;�89.��147745���88�5��=�5<9�91�22�B��=�;��BA�<1���1�8<�845���45��
� ��� <1���4549<8A� ��� �:8��>�� �8�597�8<.� ��3� �214� <18�:�1� <1�48� 8�97�><4?�� ��83�8;45��
���5<9���1��5�=�9��5;��;;8�99�9������83�8;45�����5<9�91�22�B���9�7�8��7�>4�2��:8>1�9��
��5;4<4�59��:7724�8�91�22��:85491�<��<1��8�97�><4?�����5<9�<1���:22�;�<�429����>�594�5=�5<9�
9:>1� �9� �:<94;�� ;4=�594�5.� 3�4�1<9� ,B�<1� �8�99� �5;� 5�<-� ��� ��� 7�>E���9.� <�>154>�2�
;�9>847<4�5��5;�;8�345�9.�5�=�����9:7724�8.�7�8<9����2��;45�.��<>�!�3��E9�5�<4>��91�22�B��
�4?�5�BA�<1��9:7724�8�<���5�B2��<1��>�5>�85�;����5>A�<���88�5���9147745��97�>��
�
� �1��B422����2�;45��91�22�45;4>�<��<1����22�345��@�
� �
� �1477�8�@� ��?�8=�5<���� 5;4��
� �
� ��594�5���@��1�8�<���<8�2�:=���87�8�<4�5��<;�
� �
� 5�>�9�����9:7724�9��8�=����.��67�8<��4>�5>�9.�4���5A�8�C:48�;��8�=�<1���=�84>�5�
�:<1�84<4�9�91�22�B���B<�45�;�BA�<1������:7724�89�� ��5��;�B���9949<�5>����8��B<�4545��
9:>1��67�8<�24>�5>�9�3�:2;�B���?�42�B2���8�=� 5;4���:772A��4994�5��<���9145�<�5�
�
; � .!*�3!-$"�(
� 5� >�9�� ��� �489147=�5<.� <1�� =�<�84�29� 91�22� B�� 91477�;� <18�:�1� �8�4�1<� >�59�24;�<�8�
,�778�?�;� BA� :9-� � �1�� �483�A� B422� 91�22� B�� =�;�� �:<� 45� ��?�:8� ��� �������
������������������� ����������
�
������
� ������ �� �������� �� �������������@�
���������
�����:�������
�
����� ��8�4�5��:7724�8�91�22��B<�45�<1��9147745��;�>:=�5<9�45�9�?�5��>�=72�<��9�<9�45>2:;45��
<18��� �84�45�2� 9<�=7�;� >�74�9� ��� <1�� �422� ��� ��;45�� �9� C:4>E2A� �9� 7�994B2�� ��<�8� <1��
9147=�5<� 49�=�;�.� �5;� �48=�42� �9� 91�35� B�2�3� 9�� <1�<� <1�A� �8�� 8�>�4?�;� �<� 2��9<� <18���
3��E9�B���8��<1��(�99�29��884?�2���8�4�5��:7724�8��91�22�B���:22A�8�97�594B2���8��5A�;�2�A�
�5;� '� �8� ;�=:88���� 45� � >2��8�5>�� ��� <1�� >�594�5=�5<� �<� <1�� 7�8<� ;:�� <�� ;�2�A� 45��
<8�59=4<<�2����<1��9147745��;�>:=�5<9�
�
������� ��45�<�8=9����2�<<�8��8��<1�8349�.�<1��>�=72�<���84�45�2�9�<����;�>:=�5<9��8��8�C:48�;�<��
B��9�5<�<�������<18�:�1���5E�<1��;49<84B:<4�5�45;4>�<�;�B�2�3�3422�>�5�45��<��>�74�9����
� ;�>:=�5<9��52A�=45:9��84�45�29�
� � � �
��������� �>:=�5<9���������������������������,�:=B�4-�
�
��������� �422������;45������������������� � ��,45>2:;45�����84�45�2-�
��������� 5?�4>���� � � ��
��������� ��>E45���49<� � � ��
��������� �8�4�1<���=������������������� � ��
��������� ��:5<8A�����84�45���8<4�4>�<�������� ��
��������� �148;�7�8<A�4597�><4�5�>�8<4�4>�<����
� 8�345�����������������������������������������
��������� ��<�2��:���������������������������������������
��������� 5?�4>������148;���8<A�� ���� ��
��������� ��8�4597�><4�5�>1�8��9�31�5�?�8��7724>�B2��
�
< !"#!.".�$"��'--!��!'" (
�
� �5A�����8� <18�:�1� 5;4�5����5<9�3422�B��>�594;�8�;��52A���<�8��:<1�84F�<4�5�=�5<4�545��
<1�=��9� 5;4�5����5<9.�49�8�>�4?�;��8�=�(�5;�8�� 5;4�5����5<9�>�==4994�5�4���7724>�B2��
3422� B�� 7�A�B2�� �52A� 45� 5;4�5� >:88�5>A� � 5;4�5� ���5<9� 91�:2;� B�� 8��49<�8�;� 34<1�
48�><�8�<�� ��5�8�2� ��� �:7724�9� �5;� 497�9�29.� ��?�85=�5<� ��� 5;4�� �5;� ���5>A�
>�==4994�5�3422�B��7�A�B2���52A���<�8�8��49<8�<4�5�34<1���+.���3��214�
�
�= '*#$*.).*#,$+.�1.�!'"�*!�$*!.(
�
�52�99� �<1�8349�� 97�>4�4�;.��8;�8� �3�8;� >84<�84��3422� B�� �5� � 2�3�9<� C:�<�� 2�5;�;� 784>��
B�949���5;�;�784>��3422�B�� 9:==�<4�5������94>��84>�.���>E45��+���83�8;45���1�8��9.�
�6>49�� :<A.� ��2�9� ��6.� �8�4�1<.� 597�><4�5.� �><8�4.� �:7�8?494�5� ��� 59<�22�<4�5� +�
��==4994�545���5;��<1�8�<�6�9�+�2�?4�9.�2��;45���<>.�4���5A.�8�;:>�;�BA�>�5?�<'?�<�>8�;4<�
�9��7724>�B2��
�
�� �'"&!*-.�!'"'&'*#$*(
�
�1��?�5;�8�91�22��>E5�32�;���<1��8�>�47<����<1��7:8>1�9���8;�8�34<145��&�;�A9����=�4245���
<1��9�=���1��?�5;�8�91�22�94�5.�9<�=7�<1���>E5�32�;��=�5<�>�7A����<1��7:8>1�9���8;�8�
�5;�8�<:85�<1��9�=��<���������
�
�� .7-$"��$*-�(
�
����� �52�99� �<1�8349�� 97�>4�4�;.� �&&N�7�A=�5<� 91�22� B��=�;��34<145� �&� ;�A9� �8�=�;�<�� ���
8�>�47<� �5;� �>>�7<�5>�� ��� =�<�84�29� �<� �4<�� ���459<� 9:B=4994�5� ��� ����8=�5>�� ��5E�
�:�8�5<���,���-���8��&N����B�94>��8;�8�?�2:��4������49��7724>�B2����8�<1��<�5;�8�
�����;�������
�
�
����� 5� <1�� >�9�� ��� 4=7�8<9.� 7�A=�5<� 3422� B�� =�;�� �5� 9:B=4994�5� ��� �84�45�2� ;�>:=�5<9�
;48�><2A�<���35�8�,��2��8�714>��8�59��8/��-���8�<18�:�1���5E�,��91����459<�;�>:=�5<9/
��-��8�<18�:�1�488�?�>�B2����<<�8�����8�;4<��
�
�
����� �52�99��<1�8349��=�5<4�5�;.�<1��97�>4�4�;�;�>:=�5<9��,�22�;�>:=�5<9�249<�;�B�2�3�,�5���
�84�45�2��5;�<3��>�74�9--�91�:2;�B��9:B=4<<�;�<���84�45�<�8�������,<1��5�=���5;�>�5<�><�
;�<�429� ��� 31�=� �8�� �4?�5� 45� ��-� �5;� 7�A=�5<9� ��8� ;�97�<>1�9� 3422� B�� =�;�� BA� <1��
�84�45�<�8�����:8>1�9���8;�8�@�
�
�-�� 5?�4>��
B-�� �6>49��45?�4>��
>-� �1����88A���>�47<����<1��>�594�5=�5<�
;-�� ��>E45��249<���8�<1��>�594�5=�5<�
�-�� �148;� ��8<A� 597�><�8G9� ��8<4�4>�<�� >�?�845�� <1�� 45?�4>�;� ��<�84�2,9-'� ��2��9���
��<�.�31�8�?�8��7724>�B2��
�-��� ��5:��><:8�89���9<'��=7�94<4�5���8<4�4>�<�.�31�8�?�8��7724>�B2��
�-�� 8�345�,9-'��<�2��:�,9-�>�?�845��<1����<�84�2,9-�.�31�8�?�8��7724>�B2��
1-�� �:�8�5<��'��88�5<A���8<4�4>�<�,9-.�31�8�?�8��7724>�B2��
�4-�� �84�45�2���>�47<���8��><8�4'�<1�8�9<�<:<�8A�2�?4�9��9��7724>�B2��
�L-�� ��8��8=�5>����5E��:�8�5<����9��7724>�B2��
�
�2 �1.*."�$$,).**."�7�(�
����� ��<�84�29�91�22�B���:�8�5<��;����459<�=�5:��><:845��;���><9.�=�<�84�29.�3�8E=�59147��5;�
;�94�5���8���7�84�;�������=�5<19��8�=�<1��;�<�����>�==4994�545���8��$�=�5<19��8�=�<1��
;�<�����;497�<>1�314>1�?�8�49���824�8���88�5<A���8�8�72�>�=�5<�����=�<�84�2�'��>>�99�84�9�
91�:2;�B��78�?4;�;��8������>1�8��9��<��:8�78�=49�9��1���B�?���:�8�5<��'3�88�5<A��3422�
B��34<1�:<�78�L:;4>��<��<1��>�8<4�4>�<�����4597�><4�5��8�=�<�84�2�8�>�47<�5�<��499:�;�BA�:9�
45�8�97�><����<1��=�<�84�29�
�
����� �22�<1��=�<�84�29�45>2:;45��>�=7�5�5<9��5;�9:B�>�5<8�><�;�4<�=9�91�:2;�B���:�8�5<��;�BA�
<1��?�5;�8�34<145�<1��3�88�5<A�7�84�;�=�5<4�5�;��B�?�� 5�<1���?�5<�����5A�;���><�45�<1��
=�<�84�2.� <1�� ?�5;�8�3422� 8�72�>�� '� 8�7�48� <1��=�<�84�2� �<�����G9� >�5>�85�;� 2�>�<4�5� �<�
?�5;�8G9�849E��5;�>�9<��5�;:��5�<4>��
�
����� 5�>�9�.�?�5;�8�;��9�5�<�8�72�>��'�8�7�48�<1��=�<�84�2��5�;:��5�<4>�.�8�L�><�;�=�<�84�2�3422�
B�� 9�5<� <�� <1�� ?�5;�8� �5� H�8�4�1<� <�� 7�AI� B�949� ��8� �8��� 8�72�>�=�5<� � ��<�84�2� ��<�8�
8�><4�4>�<4�5� ��� ;���><9� 91�22� B�� ;497�<>1�;� BA� <1�� ?�5;�8� �5� H�8�4�1<� ��4;I� B�949�
�2<�85�<4?�2A.� ����� 8�9�8?�9� <1�� 84�1<� <�� 1�?�� <1��=�<�84�2� 8�7�48�;� '� 8�72�>�;� �<� <1��
2�>�<4�59�>�5>�85�;.��<�<1��?�5;�8G9�849E.�>�9<��5;�8�97�594B424<A�
�
����� �1�� (�5;�8� 91�22� 78�?4;�� 94=42�8� 3�88�5<��� �5� <1�� 7�8<9.� >�=7�5�5<9.� �4<<45�9.�
�>>�99�84�9��<>�9��8�7�48�;��5;�'��8�8�72�>�;�
�
�� $*&'*-."�$�.">�1.*."�$$(
�
����� (�5;�8�3422�1�?��<��78�?4;����8��8=�5>����5E��:�8�5<�����8��&N����<1��B�94>�?�2:�����
7:8>1�9�� �8;�8� :52�99� �<1�8349�� 97�>4�4�;� �149� B�5E� �:�8�5<��� 91�22� B�� ?�24;� ,91�22�
8�=�45� 45� ��8>�-� ��8� �:�8�5<��� 7�84�;� ,�9�=�5<4�5�;� 45� <1�� �:�8�5<��� >2�:9�-.� 34<1� �5�
�����<�������
�
45?�>�<4�5� 7�84�;� ��� 946� =�5<19� <1�8���<�8� 5� <1�� >�9�� ��� 5;4��5�:9� ?�5;�89.� <1��
��8��8=�5>����5E��:�8�5<���91�22�B���4?�5��5���5�5/L:;4>4�2�9<�=7�7�7�8�����778�784�<��
?�2:��,>:88�5<2A��9��&&-�������8=�<�49��9�7�8��55�6:8�� ��
�
5�>�9�.�����49�5�<�78�?4;�;�BA�<1��(�5;�8.��&N����<1��B�94>�?�2:��91�22�B��8�<�45�;�45�
24�:�������.�<422�<1���6748A�����:�8�5<����5;�>2�4=�7�84�;�
�
5�<1��>�9�����4=7�8<9.�<1���:7724�8�91�22��:85491�<1����8��8=�5>����5E��:�8�5<���,�9�7�8�
�55�6:8�� -�<18�:�1�<1����22�345��@�
�
�-� �8�5>1�9���� 5;4�5�9>1�;:2�;�B�5E9��7�8�<45��45�<1�48���:5<8A�
B-� ��8�4�5�B�5E��7�8�<45��45�<1�48���:5<8A�314>1�49�>�:5<�8��:�8�5<��;�BA�B8�5>1�9����
5;4�5�9>1�;:2�;�B�5E9��7�8�<45��45�<1�48���:5<8A' 5;4��
>-� 5;4�5�B8�5>1�9������8�4�5�B�5E9�
;-� ��8�4�5�B�5E��7�8�<45��45�<1�48���:5<8A�>�:5<�8��:�8�5<��;�BA�<1�48�� 5;4�5�B8�5>1��
�
��3�?�8.� 45� 8�97�><� ��� >-� �5;� ;-� �B�?�.� <1�� 5;4�5�B8�5>1� ��� ��8�4�5� B�5E9� 91�:2;� B��
8�>��54F�;��9�9>1�;:2�;�B�5E��BA���9�8?����5E���� 5;4��
�
����� ��(�5;�8�3�5<9�<��9:B=4<�<1�������<���5<8�><�2�?�2� <���?�4;�=:2<472��5:=B�8��������
,4������499:�;����459<��?�8A�7:8>1�9�'>�22������8;�8-� <1�5�<1��?�24;4<A��������3422�B��
>�2>:2�<�;��9�=�5<4�5�;�B�2�3�@�
�
������(�24;4<A� ��� ���� O� ��<�� ��5<8�><� 99:�� �<�� ,�<�8<� �<�� ��� � ��<�� ��5<8�><-� P� ��<��
��5<8�><���84�;�,?�24;4<A������<����5<8�><-�P���5<8�><:�2��24?�8A���84�;����=�<�84�2�P�
��5<8�><:�2��:�8�5<���7�84�;�P�!�=�5<1�,��8�45?�>�<4�5�'��2�4=-����
�
�5 .�>!"�?-.*>!"�(
�5 � .�>!"�(
� ���� ��>E45��91�22�34<19<�5;�<1��1�F�8;9�5�8=�22A��5>�:5<�8�;�34<1�<1��=��59����<8�597�8<��
��8�<1�����;9���� <149�7:8>1�9���8;�8� 45>2:;45�� 2��;45���5;�:52��;45���7�8�<4�5�B�<1�BA�
>8�5���5;�BA�7:9145�������
�
� 5� <1�� >�9�� ��� 4=7�8<9.� �22� �C:47=�5<9� '� =�<�84�29� 91�22� B�� 9:4<�B2A� 7�>E�;� 45�3��<1�8�
78���.� 9��3�8<1A� 7�>E45�� ��8� �>��5� <8�597�8<� :5;�8� <8�74>�2� >�5;4<4�59� �5;� ��8� 8�42� �8�
8��;� �8� �<1�8� �778�784�<�� <8�597�8<� 45� 5;4�� ��1��7�>E45�� 91�22� B�� 9<8�5�� �5;����4>4�5<�
�5�:�1�<���59:8��9����78�9�8?�5>��:7<��<1���45�2�7�45<����;�9<45�<4�5�
�
� ��3'��24;�3��;�7�>E��45��=�<�84�2����4=7�8<�;�4<�=9�1�9�<��B���778�784�<�2A�<8��<�;�+�
=�8E�;��9�7�8� 5<�85�<4�5�2��<�5;�8;�����1A<�9�54<�8A����9:8�9�, ���/� J-���8�=�<�84�2�
�84�45�<45�� �8�=� <1�� >�5<8�><45�� >�:5<84�9� <�� <1�� 5<�85�<4�5�2� �2�5<� �8�<�><4�5�
��5?�5<4�5� �8� <1�� =�=B�89� ��� ���;� +� ��84>:2<:8�� �8��54F�<4�5���<�84�2� �8�=� 5�5/
>�5<8�><45��7�8<4�9�3�:2;�1�?�� <��B�� �>>�=7�54�;�BA� ��71A<�9�54<�8A� >�8<4�4>�<����� <1��
<8��<=�5<� �5;�89�;� �1�� �:9<�=� ���4>�8� �<� 5;4�5� ��8<� 91�22� 5�<� 8�2��9�� <1�� =�<�84�2�
34<1�:<��778�784�<��>�=724�5>�����<1���B�?��78�?494�59�3���&����&&��
�
� ���� �1�� 7�>E45�� 97�>4�4>�<4�5� 45>�87�8�<�;� 1�8�45� �8�� 9:772�=�5<�8A� <�� <1�� 45<�85�2� �5;�
�6<�85�2�7�>E45��=�<1�;9��5;�9<�5;�8;9��9�7�8�>:88�5<���5�8�2�8:2�9�����������;���84���
������=�������
�
��8</ ��22� 7�>E��45�� 91�22� B�� ;�5�� 45� 9:>1���=�55�8� �9� <�� 8�;:>�� ?�2:=�� �9�=:>1� �9�
7�994B2��
�
� ���� �8��42���8<4>2�9�91�:2;�B��7�>E�;�34<1�97�>4�2�7�>E45��=�<�84�29�;�7�5;45���5�<1��<A7�����
��<�84�29� �5;� <1�� 7�>E45�� 91�22� B��8� <1�� 3�8;9� J������ � ��� ����� ������
���� ��.� ��K�� ����� �� �� ��� ��� �� �� ��� ���.J� <�� B�� 45;4>�<�;� BA�
�88�3�
�
� ���� �1�=4>�29�45�7�3;�8���8=.�>�<�2A9<.�8��8�><�84�9��5;�24E��=�<�84�29��<>�91�22�B��7�>E�;�45�
;8:=9.�>�59��5;�<459��52A���3�?�8.���<�2A9<�=�A�B��9:7724�;�45��:=B��B��9�
�
� � �� �1�� 1�F�8;�:9� =�<�84�29� 91�22� B�� 7�>E�;� 45� �>>�8;�5>�� 34<1� <1�� �7724>�B2�� 8:2�9.�
8��:2�<4�59� �5;� <�84��� ��� �22� >��54F�5<� ��?�85=�5<� �:<1�84<4�9� �5;� �<1�8� ��?�8545��
B�;4�9� <�91�22�B��<1��8�97�594B424<A����<1��9�22�8����1�F�8;�:9�=�<�84�29�<��;�94�5�<��<1��
=�<�84�2��9�1�F�8;�:9��5;�<��4;�5<4�A���>1�=�<�84�2�BA�4<9�78�7�8�>�==�;4<A�5�=���5;�4<9�
1�F�8;�:9�=�<�84�2�>2�99�>�;��
�
� �!�� �22�7�>E����8�C:4845��1�5;245��BA�>8�5��91�:2;�1�?��9:��4>4�5<�97�>���<��778�784�<��72�>��
<�� 7:<� 9245�� ��� 9:4<�B2�� ;4�� ,9<8�5�<1-� 8�5'�<��2� �5�2�� 91�:2;� B�� 78�?4;�;� �<� <1�� 72�>��
31�8��9245��=�8E45���8��=�;��<���?�4;�;�=����<��7�>E���'��C:47=�5<�3142��24�<45��
�
� �#�� <�=� 91477�;� 45� B:5;2�9� =:9<� B�� 9�>:8�2A� <4�;� 34<1� 9<��2� 348�� �8� 9<8�7745�� �<��2�
8�45��8>45��8�;9.�B�89.�747�9.�9<8:><:8�2�=�=B�89��<>�91�22�B��B:5;2�;�45�:54��8=�2�5�<19�
�5;�<1��3�4�1<�91�22�B��34<145�<1��B8��E45��9<8�5�<1����<1��9�>:845��348���8�9<8�7745��
�
� 5� <1�� >�9�� ��� 4=7�8<9.� ��8� B:5;2�9� <1�� 9147745��=�8E9� 91�22� B�� �=B�99�;� �5�=�<�2� �8�
94=42�8�<����5;�348�;�9�>:8�2A��5���>1��5;�
�
� �$�� �22� ;�24>�<�� 9:8��>�� �5� �C:47=�5<'=�<�84�29� 91�:2;� B�� >�8��:22A� 78�<�><�;� �5;� 7845<�;�
34<1�78�<�><4?��7�45<'>�=7�:5;��5;�38�77�;�<��78�?�5<�8:9<45���5;�;�=�����
�
� �%�� �22� =�>1�54>�2� �5;� �2�><84>�2� �C:47=�5<� �5;� �<1�8� 1��?A� �8<4>2�9� 91�22� B�� 9�>:8�2A�
��9<�5�;� <�� <1�� >�9�� B�<<�=� �5;� 91�22� B�� B2�>E�;� �5;� B8�>�;� <�� �?�4;� �5A�
;4972�>�=�5<'914�<45��;:845��<8�594<�
�
� ��&���<<�>1=�5<9��5;�97�8��7�8<9�����C:47=�5<��5;��22�9=�22�74�>�9�91�22�B��7�>E�;�9�7�8�<�2A�
45�3��;�5�>�9�9�34<1��;�C:�<��78�<�><4�5�4594;��<1��>�9���5;�31�8�?�8�7�994B2��91�:2;�
B�� 9�5<� �2�5�� 34<1� <1�� =�45� �C:47=�5<� ��>1� 4<�=� 91�22� B�� 9:4<�B2A� <����;� 34<1�
4;�5<4�4>�<4�5����=�45��C:47=�5<.�4<�=�;�5�=45�<4�5��5;�8���8�5>��5:=B�8����8�97�><4?��
�99�=B2A�;8�345����>1�4<�=����9<��2�9<8:><:8���5;��:85�>�9�91�22�B��4;�5<4�4�;�34<1�<3��
�8�><4�5� =�8E45�9� 34<1� =454=:=� 2�<<�845�� 1�4�1<� ��� � ==� �:>1� =�8E45�9� 3422� B��
��22�3�;�BA�<1��>�22�><4�5�5:=B�89�45�45;�24B2��45E'7�45<���>�7A����<1��7�>E45��249<�91�22�
�>>�=7�5A�<1��=�<�84�29�45���>1�7�>E����
�
� ������22� 78�<8:94�59� 91�22� B�� 9:4<�B2A� 78�<�><�;� BA� 78�?4;45�� �� >�?�8� >�=784945�� ��� <4�1<2A�
B�2<�;�3��;�5�;49>��5�<1���2�5��9��22�5�FF2�9.�1�2�9��5;��7�545�9��5;��29���22�;�24>�<��
9:8��>�9�91�22�B��>�8��:22A�78�<�><�;����459<�;�=�����5;�B�;�3��<1�8��22�=�5:��><:8�;�
9:8��>�9�91�22�B��7�45<�;�34<1�8:9<�78����7�45<�
�
� 5� <1�� >�9�� ��� 4=7�8<9.� ��8� B:2E� :54��8=� =�<�84�2� 31�5� 7�>E�;� 45� 9�?�8�2� >�9�9.�
78��8�994?��9�84�2�5:=B�89�91�22�B��45;4>�<�;��5���>1�>�9���
��������������
�
�
� ������1�8�?�8� 8�C:48�;.� �C:47=�5<'=�<�84�29� 459<8:=�5<9� 91�22� B�� �5?�2�7�;� 45� 7�2A<1�5��
B��9�>�5<�4545��9424>���2��8�94=42�8�;�1A;8�<45��>�=7�:5;�
�
� ������47�9�91�22�B��7�>E�;��9�:5;�8@�
�
���7<�� &==����45�3��;�5�>�9�9'>8�<�9�
�
B��B�?�� &==�����5;�:7<���&&==����45�B:5;2�9��5;�91�:2;�B��9<8�77�;��<�=454=:=�
<18���72�>�9�
�
>��B�?���&&==����45�2��9��
�
� ���� �47�9� �5;� <:B�9� ��� 9<�452�99� 9<��2.� >�77�8� �<>� 91�22� B�� 7�>E�;� 45� 3��;�5� >�9�9�
488�97�><4?�����<1�48�94F�9�
�
� �� ���47�9�34<1�<18��;�;��8��2�5��;��5;9�91�22�B��78�<�><�;�34<1�9:4<�B2��>�79�>�?�89.�B���8��
� 7�>E45��
�
5� <1�� >�9�� ��� 4=7�8<9.� �22� 747�9� �5;� 91��<9� 91�22� B�� =�8E�;� 34<1� 9<8479� B��845��
78��8�994?��5��
�
� ��!���<�42�;� 7�>E45�� 249<� 45�3�<�878���� �5?�2�7�� 91�22� B�� 459�8<�;� 45� <1�� 7�>E���� <���<1�8�
34<1��C:47=�5<'=�<�84�29��5��>�7A����<1��;�<�42�;�7�>E45��249<�91�22�B����9<�5�;��:<94;��
���<1��7�>E����45�3�<�878�����5?�2�7���5;�>�?�8�;�BA�=�<�2�>�?�8�
�
� ��#���1�� 9:7724�8� 91�22� B�� 1�2;� 24�B2�� ��8� �22�;�=���9� �8� B8��E���9� <�� <1�� ���;9� ;:�� <�� <1��
;���><4?���8�459:��4>4�5<�7�>E45���9�3�22��9���8�>�88�94�5�;:��<��459:��4>4�5<�78�<�><4�5�
�
� ��$����>E���;��C:47=�5<��8�=�<�84�29�91�345��;�=����;���><9��8�91�8<���9�8�9:2<45���8�=�
4=78�7�8�7�>E��45��=�<�84�29��8�7�>E45��78�>�;:8�9��8�1�?45��>�5>��2�;�;�=���9��8�
91�8<���9.��<�<1��<4=�����:57�>E45��91�22�B��<��<1��9:7724�8G9��>>�:5<�
�
�22�7�>E���9�314>1�8�C:48��97�>4�2�1�5;245���5;� <8�597�8<�91�:2;�1�?�� <1�48���5<8�9����
�8�?4<A� �5;� <1�� 7�45<9� �<� 314>1� <1�A� =�A� B�� 92:5�� �8� �8477�;� >2��82A� 45;4>�<�;� �5;�
=�8E�;� H������ ��� ���� ��� ���� ������ � ��� ����I� B�<1� 45�
�5�2491'�45;4���5�:���9�
�
� 5�<1��>�9�����4=7�8<9.���;49<45><�>�2�:8�972�91�45�9�A�8�;�B2�>E��8�:5;���>1�7�>E����>8�<��
'�B:5;2��91�22�B���4?�5���8�4;�5<4�4>�<4�5��� ��%��2�5��34<1�<1��7�>E�;�=�<�84�2.�9:7724�8�91�:2;��<<�>1�=�<�84�2�249<.�=�5:�29'459<8:><4�59�
�5;��29��<1�� 597�><4�5�>�8<4�4>�<�'8�2��9��5�<�.�31�8�?�8��7724>�B2���
�
�5 � -.*>!"�(
�
�1����22�345��;�<�429�<��B��384<<�5��5�<1��94;����>�����7�>E45�@�
�
�-� �:8>1�9���8;�8��:=B�8�
B-� (�5;�8���=��
��������������
�
>-� ��<>1�5��34<1���5:��><:845��;�<��
;-� �8�>�;:8��,45�B84��-���8�1�5;245��
�-� �<�����;497�<>1��<>�
�
�
�5 2 !������������(
�
�5� <18��� 94;�9� ��� <1�� 7�>E���9.� <1�� ��22�345��=�8E9� 91�22� �77��8.� >2��82A� ?494B2�.�34<1�
45;�24B2��7�45<��5;��5�(�5;�8K9�>�8���5;��67�59�9�
�
�
�
�
�
�
�
�������������������������������������������� ���� � ���
�������������������,�4<1�;�<�42�;��;;8�99��9��4?�5�45��7�>4�2��:8>1�9����5;4<4�59-�
� � � � � �
� �8�=���@�
�
� �������@���1�8�<���<8�2�:=���875�<;��
��������������
� ,�4<1�;�<�42�;��;;8�99��9��4?�5�45��7�>4�2��:8>1�9����5;4<4�59-�
�
� �8;�8�5���������������������������������?�5��
� <�=���@�
� �C:47=�5<���=�5>2�<:8��@�
� ��<�3�4�1<���@�������������������������*�9�
� �8�99�3�4�1<�@������������������������*�9�
� ��9�������������������������������������������������<�2�>�9�9�@�
� 4=�594�59���@�
� =7�8<��4>�5>�����
�
� �����@�
��8E45��91�22�B��B�2;�/�=454=:=�2�<<�8�1�4�1<� �>=����8��?�8A��8;�8��5;��?�8A�
9147=�5<.�7�>E���9�=:9<�B��=�8E�;�34<1�9�84�2�78��8�994?��5:=B�845����
�
� ��7�1��?A�>�5<�45�89�91�22�B��9��=�8E�;��4<1�8���7����?A��8�����?A��5;9�
�
�1�5� 7�>E45��=�<�84�2� 49� >2��5� �5;� 24�1<� >�2�:8�;.��� ;�8E� B2�>E� 9<�5>42� 7�45<� 91�22� B��
�>>�7<�B2�� � ��3�?�8.� 31�8�� 7�>E��45�� =�<�84�2� 49� 9�42�;� �8� ;�8E.� �� >��<� ��� �2�<� F45>�
314<��7�45<�91�22�B���7724�;��5;��22�3�;�<��;8A�B���8���772A45��<1��97�>4�4>�=�8E45�9�
�
5�>�9�����2�8����C:47=�5<9�24E��?�99�29.�1��<��6>1�5��89.��<>�<1���5?�2�7��>�5<�4545��<1��
;�>:=�5<9� 91�22� B�� ��9<�5�;� 4594;�� �� 91�22� >�55�><4�5.� 34<1� �5� 4;�5<4�A45�� �88�3� 94�5�
J;�>:=�5<9J�:945��45;�24B2��7�45<�
�
�
�
�
������2�������
�
�6 #$�!+$*7@�
�
�!�������52�99��<1�8349��=�5<4�5�;.�(�5;�8�49�8�C:�9<�;�<��C:�<��<1�48�B�9<�;�24?�8A�9>1�;:2���
��������������8�=�<1��;�<�����8�>�47<������:8>1�9���8;�8��
�
�!��� �4=�� B�45�� <1�� �99�5>�� ��� <149� >�5<8�><.� <1�� ;�24?�8A�=�5<4�5�;� 45� <1�� 7:8>1�9�� �8;�8�
91�22� B�� 9<84><2A� �;1�8�;� <�� �5;� 5�� ?�84�<4�5� 91�22� B�� 7�8=4<<�;� �6>�7<� 34<1� 784�8�
�:<1�84F�<4�5�45�384<45���8�=�<1���35�8����;9�91�:2;�B��;�24?�8�;.�9�>:8�2A�7�>E�;��5;�
45����;��8;�8��5;�>�5;4<4�5.��<�<1��72�>�����;�24?�8A��5;�34<145�<1��<4=��97�>4�4�;�45�<1��
7:8>1�9���8;�8���8�<1�48�;�24?�8A�
�
�!�� �1��>�5<8�><:�2�;�24?�8A�7�84�;�49�45>2:94?������22�<1��2��;�<4=����8��5�45��845��'�
78�>:8�=�5<� ��� 8�3� =�<�84�2.� <1�� =�5:��><:845�.� 4597�><4�5� '� <�9<45�.� 7�>E45�.�
<8�597�8<�<4�5��8��5A��<1�8��><4?4<A�31�<9��?�8�8�C:48�;�<��B���>>�=72491�;���8�����><45��
<1��;�24?�8A��<�<1��8�C:48�;�;�24?�8A�7�45<�
�
�!��� �52�99��<1�8349��97�>4�4�;.���<�84�2,9-�91�22�5�<�B��;�97�<>1�;�34<1�:<�784�8�4597�><4�5�
�5;'�8� <�9<45�� �5;� ��2��9�� �8;�8'��<�84�2,9-� �>>�7<�5>�� ��8<4�4>�<�� 499:�;� BA� <1��
597�><�8,9-��
�
�! �� �����91�22�1�?��<1��84�1<�<���;?49���5A�>1�5���45�;�97�<>1�7�45<��8�;�9<45�<4�5�45�8�97�><�
��� �5A� ��<�84�2,9-� �5A� �6<8�� �67�5;4<:8�� 45>:88�;� BA� <1�� (�5;�8� �5� <149� �>>�:5<�
9:77�8<�;� BA� 9�<49��><�8A� ;�>:=�5<�8A� �?4;�5>�.�3422� B�� 8�4=B:89�;� <�� <1��(�5;�8� BA�
�����
�
�: 1"�'.#!"�."#��.�>!"�(
�52��;45�� �5;� 9<�>E45�� 3422� B�� �88�5��;� BA� ����� �1�� (�5;�8� 91�22� 9�5;� �����
45��8=�<4�5����<1��78�7�9�;�>�594�5=�5<�3�22�45��;?�5>��BA�<�2��8�='��6'�/=�42'>�:84�8�
<���5�B2�������<��<�E��5�>�99�8A��><4�5�
�
�; �*."�!�!"�1*."�$(
�
�52�99��<1�8349��=�5<4�5�;.�
�
�$��� �8�594<� 59:8�5>��91�22�B��>�?�8�;�BA���������459<�4<9��������>E������24>A�
�
�$�� 5�<1�>�9�����4=7�8<9.�459:8�5>�����459<��22�=�845���5;�<8�594<�849E�91�22�B��>�?�8�;�:5;�8�
<1�� �35�8K9� =�845�� � 7�24>A� � ��3�?�8.� <1�� (�5;�8� 91�22� �59:8�� <1�<� 45� ����><45��
9147=�5<9�>2��8�B422����2�;45���8���B<�45�;��5;�<1��>�884�8K9�8�97�594B424<A�49��:22A�8�<�45�;�
�5� <1�� ��884�89� 9�� <1�<� <1�� >�594�5��K9� 45<�8�9<9� �8�� �:22A� 9�>:8�;� �5;� �8�� 45� 5�� 3�A�
L��7�8;4F�;�
�
�$��� �1��(�5;�8�91�22�9�5;������45��8=�<4�5����<1��78�7�9�;�>�594�5=�5<�3�22�45��;?�5>��
BA� <�2��8�='��6'�/=�42'>�:84�8� <�� �5�B2�� ����� <�� <�E�� 5�>�99�8A� �><4�5� ��8� <1�� <8�594<�
459:8�5>�� ��� <1�� >�594�5=�5<� �5A� ��42:8�� BA� <1�� (�5;�8� <�� ;�� 9�� 91�22� 72�>�� <1��
>�594�5=�5<��<�<1��(�5;�8G9�849E�
�
�$������ 5�<1��>�9�����4=7�8<9.��9�9��5��9��5A�9147=�5<��49�=�;�.�<1����8�4�5���:7724�8�91�22�9�5;�
�;?�5>�� 45��8=�<4�5� BA� 3�A� ��� ��2�6�=�99���� <�� �1�8�<� ��<8�2�:=���87�8�<4�5� �<;.�
,34<1�;�<�42�;��;;8�99��9��4?�5�45��7�>4�2��:8>1�9����5;4<4�59-��4?45��7�8<4>:2�89����<1��
��������������
�
9147=�5<9.�?�99�29�5�=�.�7�8<����9147=�5<.�B422����2�;45��5:=B�8��5;�;�<�.�<�<�2������5;�
�8�4�1<��?�2:��
�
�< +.�!#!�7'&'&&$*(
�
�1��8�<�9�C:�<�;����459<�<149�<�5;�8�91�22�B��?�24;���8���7�84�;�����%&��A9��8�=�<1��;�<��
����7�545�����<1��<�5;�8�:52�99��<1�8349��97�>4�4�;�45�<1���7�>4�2��:8>1�9����5;4<4�59�
�
�= #$�!+$*7#.�$�."#*!�$*$#1��!'"��3$#1�$(
�
�&��� �1��<4=���5;�;�<������24?�8A������<�84�2,9-��9�9<47:2�<�;�45�<1����5<8�><�91�22�B���;1�8�;�
<���5�<1��>2��8�:5;�89<�5;45��<1�<�<1���84>�,9-����<1����<�84�2,9-�1�9'1�?��B��5��46�;�34<1�
8���8�5>��<��<1��9�4;��24?�8A�;�<�,9-�
�
�&��� ���5A�;�2�A�49��5<4>47�<�;�BA�<1��(�5;�8�45�<1��;�24?�8A����<1����<�84�2,9-��8��5A����<1�=�
B�A�5;� <1�� 9<47:2�<�;� ;�<�,9-� ����24?�8A.� <1��(�5;�8� 91�22� ��8<134<1� 45��8=������ 45�
384<45�����9:>1��5<4>47�<�;�;�2�A��5;����<1��9<�79�B�45��<�E�5�BA�<1��(�5;�8�<��8�=�?���8�
8�;:>��<1���5<4>47�<�;�;�2�A.��5;�91�22�78�=7<2A�E��7������45��8=�;�����22�9:B9�C:�5<�
;�?�2�7=�5<9�
�
�&��� �1�� ;�24?�8A� 7�84�;� C:�<�;� =:9<� B�� 8��249<4>� +� 97�>4�4>� �1�� 45�B424<A� ��� 9:>>�99�:2�
(�5;�89� <�� �6�>:<���8;�89� 45� �>>�8;�5>��34<1� <1�� ��8��;�;�24?�8A� 9>1�;:2��3422� �5<4<2��
����.��<�4<9��7<4�59.�<��@���
�
�&�����>>�7<�;�2�A�;�;�24?�8A��<�784>�9�8�;:>�;�BA���9:=��C:4?�2�5<�<��1�2��7�8>�5<�,& N-����
<1��B�94>�?�2:������5A����;9�5�<�;�24?�8�;���8��?�8A�3��E����;�2�A��8�7�8<�<1�8���.�24=4<�;�
<����=�64=:=���� N����<1��<�<�2�B�94>��8;�8�?�2:�����;�<��3422�B��>�594;�8�;��9�;�24?�8A�
>�=72�<4�5�;�<����8�>�2>:2�<4�5����784>��8�;:><4�5�45�<1��>�9������6�3�8E9�>�5<8�><��<��
��� 8�>�47<� ���=�<�84�29� �<� �35�89� 78�=49�9� 91�22� B�� >�594;�8�;� ��8� >�2>:2�<4�5� ��� 784>��
8�;:><4�5���8�����;�9<45�<4�5�>�5<8�><�
�
5�<1��>�9�����4=7�8<9.�<1��>�5<8�><:�2�;�24?�8A�;�<��91�22�B��>�594;�8�;��8�=�<1��;�<�����
��<<�8�����8�;4<� ,�'�-��8�<1��;�<������'���=�5;=�5<�B�>�:9������:A�8G9� ��:2<�72:9��5��
3��E� ,<�� <�E�� >�8�� ��� <8�594<� <4=�� ��8� 8�>�47<� ��� �'>-� 72:9� <1�� ;�24?�8A� 9>1�;:2�� �9�
45;4>�<�;�BA�<1��?�5;�89�
5� >�9�� ��� <1�� 9147=�5<� <�E45�� 72�>�� �5� H��91� ���459<� ;�>:=�5<9I.� <1�� >�5<8�><:�2�
;�24?�8A� 91�22� B�� <�E�5� �8�=� <1��;�<�����7:8>1�9���8;�8�72:9��5��3��E� ,<�� <�E�� >�8�����
<8�594<�<4=����8�8�>�47<�����8;�8-�72:9�;�24?�8A�7�84�;�
�:8<1�8�<1��;�<������'���8���:9���483�A�B422�91�22�B��>�594;�8�;�<���45;��:<�<1��;�2�A�34<1�
8�97�><� <�� >�5<8�><:�2� ;�24?�8A� ;�<�� � 5� >�9�� ��� ���� 9147=�5<9� 4�� <1�� ?�99�2� 49� 5�<�
�?�42�B2�� <1�5� <1�� 45<4=�<4�5� BA� ?�5;�89� 8���8;45�� 8��;45�99� ��� <1�� ���;9� ��8� <1��
9147=�5<�91�22�B��>�594;�8�;���8�>�2>:2�<45��<1��;�2�A�4���5A����?�5;�8�91�22�45��8=�<1��
8��;45�99����=�<�84�2���8�9147=�5<��5�����,�8����5����8;-B�949�'�����,�8����5���884�8-�
B�949�
�
�&������5>�2�<1���8;�8�45�7�8<��8��:22��5;�7:8>1�9��9:>1�>�5>�22�;�C:�5<4<4�9��8�=��29�31�8���5�
�>>�:5<� �<� <1�� 849E� �5;� >�9<� ��� <1�� ?�5;�8.� 34<1�:<� 78�L:;4>�� <�� 4<9� 84�1<� :5;�8� �&���
�B�?��45�8�97�><�������;9�;�24?�8�;�
�
������5�������
�
�� *!�>1*�3.�$��.1�$(
�
�����8�9�8?�9�<1��84�1<�<��>:8<�42��8�>�5>�2�<1���8;�8��4<1�8�45��:22��8�7�8<�<1�8����4��<1��
?�5;�8� ��429� <�� >�=72A�34<1� <1��;�24?�8A� 9>1�;:2�� �5;��<1�8� <�8=9�+�>�5;4<4�59���� <1��
�8;�8�������29��8�9�8?�9� <1�� 84�1<� <��78�>:8�� <1��9�=���8� 94=42�8�=�<�84�29'�C:47=�5<�
<18�:�1��<1�8�9�:8>�9��<�?�5;�8K9��5<48��849E.�>�9<��5;�>�59�C:�5>�9��:8<1�8.�<1��?�5;�8�
��8��9� <1�<� 45� >�9�� ��� 78�>:8�=�5<� BA� <1�� �35�8� �8�=� �<1�8� 9�:8>�9� <1�� ;4���8�5<4�2�
�=�:5<�7�4;�BA� <1���35�8� 91�22�B���5��>>�:5<���� <1��?�5;�8� <���<1�8�34<1��5A� 45<�8�9<�
�5;��<1�8�>�9<9��>>8:�;�<1�8��5���8�9:>1�78�>:8�=�5<�
�
�� &'*�$-.4$1*$��.1�$(
@.A#���������@���1��<�8=�H&����-�B����I�=��59��5A��?�5<��8�>48>:=9<�5>���8�
>�=B45�<4�5� ��� �?�5<9� �8� >48>:=9<�5>�9� <1�<� ����><9� <1�� 7�8��8=�5>�� BA� <1��
?�5;�8� ��� 4<9� �B24��<4�59� 7:89:�5<� <�� <1�� <�8=9� ��� <149���8��=�5<� ,45>2:;45�� BA�
78�?�5<45�.�145;�845���8�;�2�A45��9:>1�7�8��8=�5>�-.�B:<��52A�4���5;�<��<1���6<�5<�
<1�<�9:>1��?�5<9��5;�>48>:=9<�5>�9��8��5�<�34<145�<1��?�5;�8G9�8��9�5�B2��>�5<8�2�
�5;�3�8��5�<�8��9�5�B2A���8�9���B2���5;�<1������><9����314>1�<1��?�5;�8�>�:2;�5�<�
1�?��78�?�5<�;��8��?�8>�=��BA��><45���9������9�5�B2���5;��8:;�5<�7�89�5��8.�BA�
<1���6�8>49�����8��9�5�B2��9E422��5;�>�8�����8>����L�:8���?�5<9��5;�>48>:=9<�5>�9�
91�22� 45� �5A� �?�5<� 45>2:;�� <1�� ��22�345�� �?�5<9� �5;� >48>:=9<�5>�9� <�� <1�� �6<�5<�
<1�A��8�<1�48�>�59�C:�5>�9�9�<49�A�<1��8�C:48�=�5<9�9�<���8<1��B�?��45�<149��2�:9�@�
,4-� <1������><�����5A��2�=�5<��8��<1�8��><������;.�45>2:;45���5A�9<�8=.�
�2��;.�;8�:�1<.�24�1<545�.���8<1C:�E�.�<4;�2�3�?�.�<9:5�=4.�>A>2�5��
�8��<1�8�5�<:8�2�;49�9<�8Q�
,44-� �48�.��>>4;�5<.�2�99��8�B8��E���������>424<4�9��8��C:47=�5<.�9<8:><:8�2�
>�22�79���8��672�94�5Q�
,444-� �74;�=4>.�72��:���8�C:�8�5<45�Q�
,4?-� �48�>8�91.�914738�>E.��8�<8�45�38�>EQ�
,?-� �><9����3�8� ,31�<1�8�;�>2�8�;��8�:5;�>2�8�;-.� 9�B�<���.� <�88�849=�
�8��><����7:B24>��5�=A�,45>2:;45��<1���><9�����5A�45;�7�5;�5<�:54<�
�8� 45;4?4;:�2��5����;� 45��><4?4<4�9� 45� �:8<1�8�5>�������78��8�==��
��� 488��:2�8� 3�8��8�-.� �><9� ��� B�224��8�5>�� ��� ��8�4�5� �5�=4�9�
,31�<1�8� ;�>2�8�;� �8� :5;�>2�8�;-.� B2�>E�;�9.� �=B�8���9.� >4?42�
;49<:8B�5>�.� 8�?�2:<4�5.� 8�B�224�5� �8� 459:88�><4�5.� �6�8>49�� ���
=424<�8A��8�:9:87�;�7�3�8.��8��5A��<<�=7<��<�:9:87�<4�5����7�3�8Q�
,?4-� 8�;4��><4?��>�5<�=45�<4�5��8�4�54F45��8�;4�<4�5Q�
@�A"��������*��������(
� � ,�4�-� �1��(�5;�8�91�22��9�9��5��9�8��9�5�B2A�78�><4>�B2����<�8�<1��;�<���
� � � ���>�==�5>�=�5<����<1���?�5<������8>����L�:8�.�B:<�45��5A��?�5<��
� � � 5��2�<�8�<1�5�<3��,#-�;�A9���<�8�9:>1�>�==�5>�=�5<�;�<�.�5�<4�A��
������6�������
�
� � � <1�������45�384<45�����9:>1��?�5<������8>����L�:8���5;�78�?4;���
� � � <1����22�345��45��8=�<4�5@�
�
�,�-� 8��9�5�B2A� �:22�7�8<4>:2�89���� <1�� �?�5<��8�>48>:=9<�5>�����
��8>����L�:8���5;�<1���6<�5<�<��314>1��5A��B24��<4�5�3422�
B��78�?�5<�;��8�;�2�A�;Q�
,B-� 9:>1�;�<�����>�==�5>�=�5<��5;��5��9<4=�<�����<1��7�84�;�
���<4=��8�C:48�;�<���5�B2��<1��?�5;�8�<��8�9:=���:22�
7�8��8=�5>�����4<9��B24��<4�59Q��5;�
,>-� �22�8�2�?�5<�45��8=�<4�5�8�2�<45��<��<1����8>����L�:8���5;�
�:22�;�<�429����<1��=��9:8�9�<1��?�5;�8�49�<�E45��<��
�?�8>�=���8�>48>:=?�5<�9:>1���8>����L�:8���
� ����������,44-����1��(�5;�8�91�22.�<18�:�1�:<�<1��7�84�;�;:845��314>1�4<�49�78�?�5<�;��
� � �������8�=�� 7�8��8=45�.��8�;�2�A�;�45�<1��7�8��8=�5>����.�4<9��������������
� �������������������B24��<4�59�:5;�8�<149�� ��8��=�5<.�:7�5�8�C:�9<.��4?���8�78�>:8���
� � �������>>�99�<���6�=45��<1��9>�5�����<1��� ��8>����L�:8��45>2:;45��9:>1�
� � ������45��8=�<4�5.���>424<4�9��5;�94<�9��9�<1���<1�8���8<A�=�A� �������������������
� ������������������8��9�5�B2A�8�C:�9<�45�>�55�><4�5�34<1�9:>1��?�5<���>>�99�<���5A��
� ��������������������>424<4�9��8�� 94<�9�91�22�B���<�<1��849E��5;�>�9<����<1����8<A�� �����������
� ������������������8�C:�9<45��9:>1�45��8=�<4�5��5;���>>�99�
@�A-���������*��������� ���(
,4-� �1�� (�5;�8� 91�22� :9�� �22� 8��9�5�B2�� �5;��?�:89.� �><45�� �9� ��
���9�5�B2�� �5;� �8:;�5<� ��89�5.� <�� >48>:=?�5<� �8� �?�8>�=�� �5A�
�?�5<� �8� >48>:=9<�5>�� ��� ��8>�� ��L�:8�� �9� �67�;4<4�:92A� �9�
7�994B2�.��5;�8�24���:5;�8�<149��2�:9��91�22�>��9��<��B���?�42�B2��<��
<1�� (�5;�8� >2�4=45�� ��8>�� ��L�:8�� 4�� 4<� ��429� <�� :9�� 9:>1�
8��9�5�B2���5;��?�:89�;:845���8���22�345���5A�9:>1��?�5<������8>��
��L�:8��
,44-� �1�� (�5;�8� 91�22� 1�?�� <1�� B:8;�5� ��� 78�?45�� <1�<� <1��
>48>:=9<�5>�9�>�59<4<:<��?�24;��8�:5;9������8>����L�:8��:5;�8�<149�
�2�:9�� �5;� <1�<� 4<� 1�9� �6�8>49�;� 8��9�5�B2�� ;424��5>�� ����8<9� <��
8�=�;A�<1��>�:9������5A��22���;���8>����L�:8��
,444-� �1�� (�5;�8� 91�22� 5�<4�A� ����� 31�5� <1�� ��8>�� ��L�:8�� 1�9�
<�8=45�<�;� �8� �B�<�;� <�� �5� �6<�5<� 314>1� 7�8=4<9� 8�9:=7<4�5� ���
7�8��8=�5>�� <�� �>>:8� �5;� 91�22� 8�9:=�� 7�8��8=�5>�� �9�
�67�;4<4�:92A��9�7�994B2����<�8�9:>1�<�8=45�<4�5��8��B�<�=�5<���
@#A� �����C������ �� &���� -�B���� � � �8�?4;�;� <1�<� <1�� (�5;�8� 1�9�
>�=724�;� �5;� >�5<45:�9� <�� >�=72A� 34<1� <1�� �B24��<4�59� ��� <149�
�2�:9���5;�9:BL�><�<��<1���:8<1�8�78�?494�59@�
,4-� <1�� �B24��<4�59� ��� <1�� ��8<4�9� :5;�8� <149���8��=�5<� <�� <1�� �6<�5<�
������:�������
�
7�8��8=�5>��<1�8����49�78�?�5<�;��8�4=7�;�;�BA�<1���?�5<������8>��
��L�:8��91�22�B��9:97�5;�;��5;�<1����8<4�9�91�22�5�<�B��24�B2����8�
<1��5�5/7�8��8=�5>��<1�8������8�<1��;:8�<4�5����<1��7�84�;������8>��
��L�:8�Q��5;�
,44-� <1�� <4=�� 7�84�;,9-� ��8� <1�� 7�8��8=�5>�� ��� <1�� �B24��<4�59� ��� <1��
��8<4�9�:5;�8� <149���8��=�5<� <�� <1���6<�5<�7�8��8=�5>�� <1�8���� 49�
78�?�5<�;� �8� 4=7�;�;� BA� <1�� �?�5<� ��� ��8>�� ��L�:8�� 91�22� B��
�6<�5;�;���8� <1��;:8�<4�5���� <1��8�2�?�5<�7�84�;������8>����L�:8��
�6>�7<��9�78�?4;�;�1�8�45�
@$A&����-�B����$8����$9�������6=#���
,4-� �� �5��?�5<��8�9�84�9�����?�5<9� ,�2�5���8� 45�>�=B45�<4�5-������8>��
��L�:8�� �>>:8.� �5;� >�5<45:�� ��8� �� 7�84�;� 45� �6>�99� ��� !&�
>�59�>:<4?��;�A9.�<1�5������91�22�1�?��<1��84�1<�<��<�8=45�<��<149�
��8��=�5<.� 31�8�:7�5� <1�� ��8<4�9� 91�22� =��<� <�� =4<4��<�� <1��
4=7�;4=�5<9�>�:9�;�BA�<1����8>����L�:8���?�5<�
�
�2 .*�!�*.�!'"��.1�$(
�
���� � �5A� ;497:<�� �8� ;4���8�5>�� ��� �5A� 5�<:8�� 31�<9��?�8.� �5A� >2�4=.� >8�99/>2�4=.�
� >�:5<�8/>2�4=��8�9�<�������������'(�5;�8����459<��=4994�5��8��5��>>�:5<�����5A�
� ���<1��7�8<4�9�1�8�<���84945���:<�����8�45�8�2�<4�5�<��<149���5<8�><�91�22�B��8���88�;�
� <�� <1����2���8B4<8�<4�5����48�><�8,��8E�<45�-� '�48�><�8� ,��-� '�48�><�8� ,�-����
� ������9�<1��>�9��=�A�B���8�<��9�=�����4>�8���������31��=�A�B��5�=45�<�;�BA��
� <1�=�����
����� 5�<1���?�5<�<1���8B4<8�<�8�B�45��:5�B2���8�8��:945��<���><���8��5A�8��9�5�31�<9��?�8.�<1��
9�4;� 48�><�89� ��� ����� 91�22� ;�94�5�<�� �5�<1�8� 7�89�5� <�� �><� �9� �5� �8B4<8�<�8� 45�
�>>�8;�5>�� 34<1� <1�� <�8=9� ��� <1�� 9�4;� ��5<8�><'��8��=�5<� �1�� �8B4<8�<�8� 5�32A�
�77�45<�;�91�22�B���5<4<2�;�<��78�>��;�34<1�<1��8���8�5>���8�=�<1��7�45<��<�314>1�4<�3�9�
2��<�BA�149�78�;�>�99�8�
�
����� <�49�E5�35�<��<1��7�8<4�9�1�8�45�<1�<�<1���8B4<8�<�8��77�45<�;�1�8�:5;�8�49��5��=72�A������
<1����87�8�<4�5��5;�=�A�B���1�8��1�2;�8����<1����87�8�<4�5�
�
����� �1���3�8;����<1���8B4<8�<�8�9���77�45<�;�91�22�B���45�2.�>�5>2:94?���5;�B45;45���5��22�<1��
7�8<4�9� <�� <1�� >�5<8�><� �5;� <1�� 2�3� �7724>�B2�� <�� �8B4<8�<4�5� 78�>��;45�9� 3422� B�� <1��
�8B4<8�<4�5��5;���5>424�<4�5��><.��%%!��8��5A��<1�8��5�><=�5<�45�8�72�>�=�5<�<1�8����
�
�� �� �1��2�5�:�������<1��78�>��;45�9�3422�B��45��5�2491��5;�<1��72�>�����78�>��;45�9�3422�B��
�:=B�4�
�
��!�� �1�� 7�8<4�9� 1�8�BA� ��8��� <1�<� <1�� ��:8<9� 45� <1�� >4<A� ��� �:=B�4� �2�5�� 91�22� 1�?��
L:849;4><4�5� <�� �5<�8<�45� �5A� �7724>�<4�5� �8� �<1�8� 78�>��;45�9� 45� 8�97�><� ��� �5A<145��
�84945�� :5;�8� <149� ��8��=�5<� �5;� �5A� �3�8;� �8� �3�8;9�=�;�� BA� <1�� ��2���8B4<8�<�8�
������;�������
�
1�8�:5;�8�91�22�B���42�;.�4��8�C:48�;.�45�<1��>�5>�85�;���:8<9�45�<1���4<A�����:=B�4��2�5���
,2���2-�
�
�
�
�� !"�$�*!�7.��@!A�@�
�
(�5;�89��8��8�C:�9<�;�<��94�5�+�8�<:85��:8�78�/94�5�;� ��;�>:=�5<�.�4���7724>�B2���149�
;�>:=�5<�49��99�5<4�2�+�B45;45��(�5;�8K9���42:8��<��8�<:85�<1�� ��;�>:=�5<�;:2A�94�5�;�
�2�5�� 34<1� �4;� �>:=�5<� =�A� 8�9:2<� 45� <1�� B4;� 5�<� B�45�� >�594;�8�;� ��8� �:8<1�8�
�?�2:�<4�5�
�
�
�5 *$�'+$*7'&�1-�#1$(
�
�1�5�?�8.� �5A� >2�4=� ���459<� ?�5;�8� ��8� 7�A=�5<� ��� �� 9:=� ���=�5�A� �849�9� �:<� ��� �8�
:5;�8�<1��>�5<8�><.� <1���35�8�91�22�B���5<4<2�;�<��8�>�?�8�9:>1�9:=9��8�=��5A�9:=�<1�5�
;:���8�31�5��<��5A� <4=�� <1�8���<�8�=�A�B�>�=��;:���8�=�<1��?�5;�8�:5;�8�<149��8��5A�
�<1�8� >�5<8�><� 34<1� <1�� �35�8� �5;� 91�:2;� <149� 9:=� B�� 5�<� 9:��4>4�5<� <�� >�?�8� <1��
8�>�?�8�B2�� �=�:5<� ��� >2�4=,9-.� <1�� ?�5;�8� 91�22� 7�A� <��������5� ;�=�5;� <1��B�2�5>��
8�=�4545��;:��
�
�6 �'"&!#$"�!.�!�7'&�$�3"!�.�!"&'*-.�!'"(
�
8�345�.� 97�>4�4>�<4�59� �5;� ;�<�429� 91�22� B�� <1�� 78�7�8<A� ��� <1�� ����� �5;� 91�22� B��
8�<:85�;� BA� <1�� (�5;�8� �5� ;�=�5;� �1�� (�5;�8� 91�22� 5�<� =�E�� :9�� ��� ;8�345�� �5;�
97�>4�4>�<4�59���8��5A�7:87�9���<��5A�<4=��9�?���5;��6>�7<���8�<1��7:87�9������������1��
(�5;�8� 91�22� 5�<� ;49>2�9�� <1�� <�>154>�2� 45��8=�<4�5� �:85491�;� <�� �8� �8��54F�;� BA� <1��
(�5;�8�:5;�8��8�BA�?48<:������8��9���8�9:2<����<1��4=72�=�5<�<4�5����<1���:8>1�9���8;�8�<��
�5A�7�89�5.� �48=��8�B�;A��8�>�87�8�<���:<1�84<A��5;�91�22�=�E���22��5;��?�89�<���59:8��
<1�<� <1�� <�>154>�2� 45��8=�<4�5� 49� E�7<� ���� ��� ��� �1�� <�>154>�2� 45��8=�<4�5�
4=7�8<�;� �5;� 9:7724�;� <�� <1�� ?�5;�8� BA� ����� 91�22� �<� �22� <4=�� 8�=�45� <1�� �B9�2:<��
78�7�8<A� ��� � ����� =7�8<45�� ��� �5A� >�5�4;�5<4�2� 45��8=�<4�5� BA� <1�� (�5;�8� 3422� B��
B8��>1����>�5<8�><�
�
�: .�$"��?*'7.��!$�(
�
�1��?�5;�8�91�22��:22A�45;�=54�A���������5;�:9�89����=�<�84�29�97�>4�4�;�1�8�45'9:7724�;�
�<� �22� <4=�9.� ���459<� �5A� �><4�5.� >2�4=� �8� ;�=�5;.�>�9<9� �5;� �67�59�9.� �84945�� �8�=� �8�
45>:88�;�BA�8��9�59�����5A�45�845��=�5<��8��22���;�45�845��=�5<�����5A�7�<�5<.�8��49<�8�;�
;�94�5.� <8�;�=�8E� �8� 5�=�.� >�7A� 84�1<� �8� �5A� �<1�8�78�<�><�;� 84�1<9� 45� 8�97�><� ��� �5A�
=�<�84�29� 9:7724�;� �8� �5A� �88�5��=�5<.� 9A9<�=� �8� =�<1�;� ��� :945�.� �4645�� �8�3�8E45��
:9�;�BA� <1��?�5;�8� 5� <1�� �?�5<�����5A�>2�4=��8�;�=�5;�B�45��=�;���8��><4�5� 9�:�1<�
���459<� ����� 45� 8�97�><� ��� �5A� ��� <1�� ���8�9�4;� =�<<�8.� <1�� ?�5;�8� 91�22� B�� 5�<4�4�;�
<1�8���� 4==�;4�<�2A��5;� <1��?�5;�8� 91�22� �<�149'4<9��35��67�59��34<1� ,4��5�>�99�8A-� <1��
�9949<�5>����������,31�9���22� �67�59��91�22�B�� 8�4=B:89�;�BA� <1��?�5;�8-�>�5;:><��22�
5���<4�<4�59���8�<1��9�<<2�=�5<����<1��9�=���5;'�8�24<4��<4�5�314>1�=�A��849��<1�8����
�
�; �!.�!�!�7��.1�$(
�
������<�������
�
5�>�9��31�8��4<�49�5�>�99�8A���8��=72�A��9��8�8�78�9�5<�<4?�9����<1��(�5;�8�<�����:7�5�
<1��78�=49�9�����35�8.�?�5;�8���8��9�<���99:=��<1��8�97�594B424<A���8�<1��78�7�8�>�5;:><�
��� 9:>1� �=72�A��9'8�78�9�5<�<4?�9� 3142�� �5� 9�4;� 78�=49�9� �5;� <�� >�=72A� 34<1� �22�
�7724>�B2����8E=�5K9���=7�59�<4�5���3��5;��<1�8��7724>�B2����?�85=�5<����:2�<4�59�
�5;� �8;45�5>�9� �5;� �22� 72�5<� 8:2�9� �5;� 8��:2�<4�59� 7�8<4>:2�82A� 45� 8���8;� <�� 9���<A�
78�>�:<4�59��5;��48��1�F�8;9� �� <149��8;�8�8�C:48�9�?�5;�8�<���:85491�2�B�:8��<�94<�.�9:>1�
?�5;�8K9�3�8E=�5��8��=72�A��9�91�22�:5;�8�5��>48>:=9<�5>�9�B��;��=�;�<��B��45��35�8K9�
�=72�A=�5<� �5;� ?�5;�8� 91�22� 1�2;� 14=9�2�� 8�97�594B2�� ��8� �5A� >2�4=� �8� >2�4=9�314>1�
<1�A��8�<1�48�1�489.�;�7�5;�5<��8�7�89�5�2�8�78�9�5<�<4?�9.�=�A�1�?���8�=�E�.���8�;�=���9�
�8�>�=7�59�<4�5���8��5A<145��;�5���8�>�==4<<�;�<��B��;�5�.� � 45� <1��>�:89�����>�88A45��
�:<� <1�� 3�8E� >�?�8�;� BA� <1�� 7:8>1�9�� �8;�8.� 31�<1�8� �84945�� �<� �35�8K9� 78�=49�9� �8�
�29�31�8���5;���8��9�<��45;�=54�A�<1���35�8����459<��5A�9:>1�>2�4=9.�4��=�;�����459<�<1��
�35�8��5;��22�>�9<9����78�>��;45�9.�9:4<��8��><4�59�314>1��35�8�=�A�45>:8��8�9:9<�45�45�
8�97�><����<1��9�=��
�
�< �'-�!."�$'&*$�1�.�!'"�(
�
(�5;�8�3�88�5<9�<1�<��22����;9'��<�84�29�>�?�8�;�BA�<149��8;�8�1�?��B��5�78�;:>�;.�9�2;.�
;497�<>1�;.� ;�24?�8�;� �5;� �:85491�;� 45� 9<84><� >�=724�5>�� 34<1� �22� �7724>�B2�� 2�39.�
8��:2�<4�59.� 2�B�:8� ��8��=�5<.� 3�8E45�� >�5;4<4�5� �5;� <�>154>�2� >�;�9� �5;� 9<�<:<�8A�
8�C:48�=�5<9��9��7724>�B2���8�=�<4=��<��<4=���1��?�5;�8�91�22��59:8��>�=724�5>��34<1�
<1���B�?���5;�91�22�45;�=54�A��35�8����459<��5A��><4�59.�;�=���9.�>�9<9��5;��67�59�9����
�5A���42:8��<��>�=72A��9����8�9�4;�
�
2= *$4$��!'"D*$-'+.�'&*$4$��$#�''#�."#*$�.�$-$"�(
�
5�>�9�� <1�� <�9<45���5;� 4597�><4�5��<��5A�9<����BA�4597�><�89� 8�?��2� <1�<� <1���C:47=�5<.�
=�<�84�29��5;�3�8E=�59147�;��5�<�>�=72A�34<1�97�>4�4>�<4�5��5;�8�C:48�=�5<9.�<1��9�=��
91�22�B��8�=�?�;�BA�<1��?�5;�8��<�149'4<9��35��67�59���5;�849E.�34<145�<1��<4=���22�3�;�
BA� <1���35�8��1���35�8� 91�22� B�� �<� 24B�8<A� <��;497�9������ 9:>1� 8�L�><�;����;9� 45� 9:>1�
=�55�8��9�1��=�A�<145E��778�784�<�� 5�<1���?�5<�<1��?�5;�8���429�<��8�=�?��<1��8�L�><�;�
���;9�34<145�<1��7�84�;��9����8�9�4;.��22��67�59�9�45>:88�;�BA�<1���35�8���8�9:>1�;497�9�2�
91�22�B��<��<1���>>�:5<����<1��?�5;�8��1���8�4�1<�7�4;�BA�<1���35�8.�4���5A.��5�<1��453�8;�
L�:85�A����<1��8�L�><�;�=�<�84�29�91�22�B��8�4=B:89�;�BA�<1��?�5;�8�<��<1���35�8�B���8��
<1��8�L�><�;�=�<�84�29��8��8�=�?�;�BA�<1��?�5;�8��1��?�5;�8�3422�1�?��<��78�>��;�34<1�
<1�� 8�72�>�=�5<� ��� <1�� �C:47=�5<� �8� 7�8<� ��� �C:47=�5<� 34<1�:<� >2�4=45�� �5A� �6<8��
7�A=�5<�4��9��8�C:48�;�BA�<1���35�8��1��<4=��<�E�5���8�8�72�>�=�5<�45�9:>1��?�5<�3422�
5�<�B���;;�;�<��<1��>�5<8�><:�2�;�24?�8A�7�84�;�
�
2� "'"E).!+$*(
�
��42:8�� ��� <1���35�8� <�� 45949<� :7�5��5A� ��� <1�� <�8=9� �8� >�5;4<4�59� 45>�87�8�<�;� 45� <1��
�:8>1�9���8;�8��8���42:8���8�;�2�A�<���6�8>49���5A�84�1<9��8�8�=�;4�9�1�8�45.��8�BA�2�3��8�
��42:8��<��78�7�82A�5�<4�A�(�5;�8�45�<1���?�5<����B8��>1.��8�<1���>>�7<�5>������8�7�A=�5<�
����5A����;9�1�8�:5;�8��8��778�?�2����;�94�5�91�22�5�<�8�2��9��<1��(�5;�8��5;�91�22�5�<�
B�� ;��=�;� �� 3�4?�8� ��� �5A� 84�1<� ��� <1�� �35�8� <�� 45949<� :7�5� <1�� 9<84><� 7�8��8=�5>��
<1�8�����8�����5A����4<9��8�<1�48�84�1<9��8�8�=�;4�9��9�<���5A�9:>1����;9�8���8;2�99����31�5�
9:>1����;9��8��91477�;.�8�>�4?�;��8��>>�7<�;�5�8�91�22��5A�7:87�8<�;��8�2�=�;4�4>�<4�5��8�
8�?494�5� ��� <1�� �8;�8� BA� ����� �><� �9� 3�4?�8� ��� <1�� <�8=9� 1�8���� �5A� 3�4?�8� <�� B��
����><4?�� =:9<� B�� 45� 384<45�� �5A� 2�5�� 45>4;�5<� ��� 3�4?�8� ��� � �5A� >�5;4<4�5� ��� <149�
������=�������
�
��8��=�5<�BA������91�22�5�<�B��>�594;�8�;��9���>�5<45:�:9�3�4?�8��8�3�4?�8���8��<1�8�
>�5;4<4�5�BA������
�
2� "$)?1"1�$#-.�$*!.�(
�
�22�<1��=�<�84�2�9:7724�;�BA�<1��?�5;�8�91�22�B��B8�5;�;�5�3.�:5:9�;��5;����8�>�5<�
=�5:��><:8��
�
22 1*�3.�$*$&$*$"�$��.1�$(
�35�8� 8�9�8?�9� 4<9� 84�1<� <�� �22�3� �:B24>� ��><�8� �5<�87849�9� ,��5<8�2'�<�<�-.� � 7:8>1�9��
78���8�5>�� �9� �;=4994B2�'�7724>�B2�� �8�=� <4=�� <�� <4=�� :5;�8� <1�� �649<45����?<� 7�24>A�
�:8>1�9�� 78���8�5>�� <�� �� ���� 91�22� B�� ;�>4;�;� B�9�;� �5� <1�� 784>�� C:�<�;� BA� ���� �9�
>�=7�8�;�<�����(�5;�8��<�<1��<4=������?�2:�<4�5����<1��784>��B4;�
�
�35�8� 8�9�8?�9� 4<9� 84�1<� <���22�3��4>8���5;� ��=�22��5<�87849�9� ,���9-��5;����9�
�35�;� BA� �>1�;:2�;� ��9<�� ,��-� �8� <1�� �>1�;:2�;� <84B�� ,��-� �5<8�78�5�:89.��7:8>1�9��78���8�5>���9��;=4994B2�'�7724>�B2���8�=�<4=��<��<4=��:5;�8�<1���649<45����?<�
7�24>A��:8>1�9��78���8�5>��<���������5;��������35�;�BA���'����5<8�78�5�:89�
91�22�B��;�>4;�;�B�9�;��5�<1��784>��C:�<�;�BA�<1��9�4;����9��9�>�=7�8�;�<�����(�5;�8�
�<�<1��<4=������?�2:�<4�5����<1��784>��B4;��
�
�
2� �."�$��.�!'"(
�
����� �����8�9�8?�9�<1��84�1<�<��>�5>�2�<1��>�5<8�><'7:8>1�9���8;�8��8��5A�7�8<�<1�8�����<18�:�1�
��384<<�5�5�<4>��<��<1��?�5;�8�4��
�
����� �1��?�5;�8���429�<��>�=72A�34<1�<1��<�8=9����<149�7:8>1�9���8;�8'>�5<8�><�
�
�������1��?�5;�8�B�>�=�9�B�5E8:7<��8����9�45<��24C:4;�<4�5�
�
�������1��?�5;�8���429�<��;�24?�8�<1�����;9��5�<4=���5;'�8�8�72�>��<1��8�L�><�;����;9�78�=7<2A�
�
�������1��?�5;�8�=�E�9�����5�8�2��994�5=�5<���8�<1��B�5��4<����>8�;4<�89�
�
��� ����8�>�4?�8�49��77�45<�;���8��5A����<1��78�7�8<A��35�;�BA�<1��?�5;�8�
�
����� �7�5�8�>�47<����<1��9�4;�>�5>�22�<4�5�5�<4>�.�<1��?�5;�8�91�22�;49>�5<45:���22�3�8E��5�<1��
7:8>1�9���8;�8�=�<<�89�>�55�><�;�34<1�4<������45�<1�<��?�5<�3422�B���5<4<2�;�<��78�>:8��
<1��8�C:48�=�5<�45�<1���7�5�=�8E�<��5;�8�>�?�8��6>�99�7�A=�5<��?�8�<1��?�5;�8K9���8��;�
784>��4���5A.��8�=�<1��?�5;�8��5;��29��8�9�8?45��<��4<9�2��<1��84�1<�<����8��4<�<1��9�>:84<A�
;�7�94<�4���5A.�=�;��BA�<1��?�5;�8����459<�<1��>�5<8�><��1��?�5;�8�49��3�8��<1�<�<1��9�4;�
���;9��8��8�C:48�;� �BA��������8� <1��:2<4=�<��7:87�9�����=�<�84�29�78�;:><4�5��5;� <1�<�
5�5/;�24?�8A�=�A�>�:9��2�99���78�;:><4�5��5;�>�59�C:�5<2A�2�99����78��4<�<��<1������� 5�
<149/�?�5<�����������6�8>4945��<1���7<4�5�<��>2�4=�;�=���9���8�5�5�;�24?�8A��<1�8�<1�5�
BA�3�A����;4���8�5>��B�<3��5� <1��=�8E�<�784>���5;� <1��>�5<8�><�784>�.� <1��?�5;�8� 91�22�
7�A�<�������.���48�>�=7�59�<4�5�<��B����8��;�:7�5�B�<3��5��������5;�<1��?�5;�8��1��
��������������
�
78�?494�5� ��� <149� >2�:9�� 91�22� 5�<� 78�L:;4>�� <1�� 84�1<� ��� � ����� �8�=� 45?�E45�� <1��
78�?494�59����784>��8�;:><4�5�>2�:9��=�5<4�5�;�45��&����9����8�9�4;���
�
�
25 ."�!F�'-$�!�!+$.�*$$-$"��,.�1�$'&#'-!"."�'�!�!'"(
�
�1����=7�<4<4�5��><.��&&���9��=�5;�;�BA�<1����=7�<4<4�5�,�=�5;=�5<-��><.��&&#�,<1��
�><-.�78�14B4<9��5<4/�>�=7�<4<4?��2�39��5;��4=9��<���9<�845��>�=7�<4<4�5��5;��<�78�<�><45��
5;4�5�=�8E�<9����459<��5<4/�>�=7�<4<4?��78�><4>�9�BA��5<�87849�9��1���><�78�14B4<9��5<4/�
>�=7�<4<4?�� ��8��=�5<9.� �B:9�� ��� ;�=45�5<� 7�94<4�5� BA� �5<�87849�9.� �5;� 8��:2�<�9�
>�=B45�<4�59�,>�5949<45������>C:494<4�5.��>C:4845�����>�5<8�2��5;��+�-�31�8�?�8� 9:>1�
��8��=�5<9.��B:9���8�>�=B45�<4�5�>�:9�9.��8�49�24E�2A�<��>�:9�.��778�>4�B2���;?�89������><�
�5�>�=7�<4<4�5�45�=�8E�<9�45� 5;4�������8�9�8?�9�<1��84�1<�<���778��>1�<1����=7�<4<4�5�
��==4994�5��9<�B2491�;�:5;�8�<1���><������824�=�5<��5;��42��45��8=�<4�5�8�2�<45��<���5<4/
>�=7�<4<4?����8��=�5<9��5;��B:9�����;�=45�5<�7�94<4�5� �� 9:>1��� 94<:�<4�5��849�9.� <1�5�
(�5;�89��8��B�:5;�BA� <1��;�>494�5���� <1����=7�<4<4?����==4994�5��5;��29��9:BL�><� <��
7�5�2<A��5;��<1�8�78�?494�59����<1����=7�<4<4�5��><�
�
26 .��!�"-$"�
�
� �1��(�5;�8�>�5�'�;��9�5�<�1�?���5A�84�1<�<���994�5�149�84�1<9��5;��B24��<4�59�:5;�8�<1�9���
� ��5�8�2�7:8>1�9��>�5;4<4�59�34<1�:<�<1��784�8�384<<�5��778�?�2���������
�
2: �'+$*"!"��.)
�
� �1�9����5�8�2��:8>1�9����5;4<4�59�91�22�B����?�85�;�BA�<1����39���� 5;4��
2; .-$"#-$"�
� �
� �5A��=�5;=�5<�<��<1�9����5�8�2��:8>1�9����5;4<4�59�>�5�B��=�;���52A�45�384<45���5;�
� 34<1�<1��=:<:�2�>�59�5<����<1��7�8<4�9�<��<1�9��>�5;4<4�59�
�
2< �$�!.�1*�3.�$�'"#!�!'"�
�
� 5� >�9�� ��� �� >�5�24><� B�<3��5� <1�� >2�:9�9.� <�8=9� �5;� >�5;4<4�59� ��� ��5�8�2� �:8>1�9��
� ��5;4<4�59��5;��7�>4�2��:8>1�9��>�5;4<4�5.�<1��>2�:9�9.�<�8=9��5;�>�5;4<4�59�����7�>4�2�
� �:8>1�9����5;4<4�5�3422�1�?���5��?�884;45������><��?�8���5�8�2��:8>1�9����5;4<4�59��5;�
� <1��9�=��91�22�B���7724>�B2��
�
�
�
�
�
�
�
�
�
�
�
�
�
��������������
�
�= "'�!�$�
�
��5A�5�<4>�9�<��B���4?�5�1�8�:5;�8�BA�����8<A�<��<1���<1�8�91�22�B��45��5�2491��5;�
;�24?�8�;�BA�1�5;��8�9�5<�BA�>�:84�8��8���>94=42��<��<1���<1�8���8<A��<�<1���;;8�99�
�8� ��>94=42�� 5:=B�8� 9<�<�;� B�2�3� �8� 9:>1� �<1�8� �;;8�99� �8� 5:=B�8� �9� =�A� B��
5�<4�4�;�BA�<1��8�2�?�5<���8<A��8�=�<4=��<��<4=�@�
�
�����
RRRRRRRRRRRRRRRRRRRRRRR�RRRRRRRRRRRRRRRRRRRRRRR�
RRRRRRRRRRRRRRRRRRRRRRR�
�
�
(�5;�8�
RRRRRRRRRRRRRRRRRRRRRRR�
RRRRRRRRRRRRRRRRRRRRRRR�
RRRRRRRRRRRRRRRRRRRRRRR�
�
��������?������� �����������������G��������������������� ��������?
������������������������8� ��
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
������2�������
�
�
�
�
�
�
�
�
�
�
�
�
�55�6:8��� �
�
���������������*�����������
,�5���5/L:;4>4�2�7�7�8���8��778�784�<��?�2:�-�
�
��.�
�1�8�<���<8�2�:=���87�8�<4�5��4=4<�;�
/////////////////////////////////�
////////////////////////////////�
�
��8��48.�
�
5�>�594;�8�<4�5����<1���1�8�<���<8�2�:=���87�8�<4�5��4=4<�;.�,1�8�45��<�8�>�22�;�S<1����=7�5AG�
314>1� �678�994�5� 91�22� 45>2:;�� 4<9� 9:>>�99�89� �5;� �994�59-� 1�?45�� �3�8;�;� <�� �'9� ,��=�-�
TTT� ,��59<4<:<4�5-TTTT� ,�;;8�99-� TTT,1�8�45��<�8� 8���88�;� <�� �9� H�1�� ?�5;�8I�
314>1� �678�994�5� 91�22� 31�8�?�8� <1�� 9:BL�><� �8� >�5<�6<� 9�� 7�8=4<9� 45>2:;�� 4<9� 9:>>�99�89� �5;�
�994�59-� �� 9:772A� >�5<8�><� 45� <�8=9� 45<�8�24�.� ��� <1����=7�5AG9��:8>1�9�� �8;�8���TT� ;�<�;�
TTT� �5;� <1�� ��5�8�2� �5;� �7�>4�2� �:8>1�9�� ��5;4<4�59� ��� <1�� ��=7�5A� �5;� :7�5� <1��
>�5;4<4�5����?�5;�8G9��:8549145��9�>:84<A���8�<1��7�8��8=�5>�����<1��?�5;�8G9��B24��<4�59��5;'�8�
;49>1�8������<1��?�5;�8G9�24�B424<A�:5;�8��5;�'��8�45�>�55�><4�5�34<1�<1��9�4;�9:772A�>�5<8�><�:7<��
��9:=�����9,45��4�:8�9-TTTT�9,45�3�8;9-TTTTTTTTTT�52A��=�:5<45��<���&N�
,<�5�7�8>�5<-���<1��<�<�2�>�5<8�><�?�2:��
�
��.� ,��=�-TTTT,>�59<4<:<4�5-� TTTTT,1�8�45��<�8� >�22�;� H<1�� ��5EI� 314>1�
�678�994�5� 91�22� 45>2:;�� 4<9� 9:>>�99�89� �5;��994�59-�1�8�BA� L�45<2A� �5;� 9�?�8�22A� :5;�8<�E�� �5;�
�:�8�5<���<��7�A�<��<1����=7�5A�45�/////,�:88�5>A-���8<134<1��5�;�=�5;�45�384<45���5;�34<1�:<�
78�<�9<��8�;�=:8�����5A��5;��22�=�5�A9��5A�349��7�A�B2��BA�<1��(�5;�8�<��<1����=7�5A�:5;�8�45�
8�97�><�����8�45�>�55�><4�5�34<1�<1��9�4;�9:772A�>�5<8�><�45>2:94?������22�<1����=7�5AG9�2�99�9��5;�
�67�59�9��5;��<1�8�=�5�A9��5A349��7�A�B2��45�8�97�><�<��<1���B�?���9�97�>4�4�;�45��5A�5�<4>�����
;�=�5;�=�;��BA� <1����=7�5A� <�� <1����5E�34<1�8���8�5>�� <�� <149��:�8�5<���:7<���5����8���<��
24=4<�����9,45��4�:8�9-TTTT�9,45�3�8;9-TTTTTTTTT�52A�
�
���<1����5E�1�8�BA���8��9�34<1�<1����=7�5A�<1�<�
�
4� �149��:�8�5<��':5;�8<�E45�� 91�22� B�� �� >�5<45:45�� �:�8�5<��� �5;� 91�22� 8�=�45� ?�24;�
�5;� 488�?�>�B2�� ��8� �22� >2�4=9� ��� <1����=7�5A� �5;� 24�B424<4�9� ��� <1�� ?�5;�8� �84945��
:7<���5;�:5<42�=4;54�1<����TTTTTTTTTTTTT�
�
�149�;�<��91�22�B��!�=�5<19��8�=�<1��2�9<�;�<������:�8�5<���7�84�;�
�
��������������
�
44� �149� �:�8�5<��� '� �5;�8<�E45�� 91�22� B�� 45� �;;4<4�5� <�� �5A� �<1�8� �:�8�5<��� �8� 9�>:84<A� ���
31�<9��?�8�<1�<�<1����=7�5A�=�A�5�3��8��<��5A�<4=���<1�8349��1�?��45�8�2�<4�5�<��<1��?�5;�8G9�
�B24��<4�5'24�B424<4�9� :5;�8� �5;� '�8� >�55�><4�5�34<1� <1�� 9�4;� 9:772A� >�5<8�><.� �5;� <1����=7�5A�
91�22�1�?�� �:22� �:<1�84<A� <�� <�E�� 8�>�:89�� <���8� 8�45��8>�� <149�9�>:84<A� 45�78���8�5>�� <�� <1���<1�8�
9�>:84<A,4�9-� �<� 4<9� 9�2�� ;49>8�<4�5.� �5;� 5�� ��42:8�� �5� <1�� 7�8<� ��� <1�� ��=7�5A� 45� �5��8>45�� �8�
8�C:4845���5��8>�=�5<�����5A��<1�8�9�>:84<A�91�22�1�?�� <1������><���� 8�2��945�� <1����5E��8�=�4<9�
24�B424<A�1�8�:5;�8�
�
�
44� �1����=7�5A�91�22�B���<�24�B424<A�34<1�:<�8���8�5>��<��<1����5E��5;�34<1�:<�����><45��
<1�� �:22� 24�B424<A� ��� <1����5E� 1�8�:5;�8� <�� <�E�� �5A� �<1�8� 9�>:84<A� 45� 8�97�><� ��� <1��
?�5;�8G9� �B24��<4�59� �5;� '�8� 24�B424<4�9� :5;�8� �8� 45� >�55�><4�5�34<1� <1�� 9�4;� 9:772A�
>�5<8�><��5;�<��?�8A�<1��<�8=9�?49���?49�<1��?�5;�8����<1��9�4;�9:772A�>�5<8�><��8�<��
�8�5<�<4=���5;�'��8�45;:2��5>��<��<1��?�5;�8��8�<��8�;:>���8�<��45>8��9���8��<1�8349��
?�8A�<1��784>�9����<1��<�<�2�>�5<8�><�?�2:���8�<��8�2��9���8�<����8B��8��8�=��5��8>�=�5<�
�22��8��5A����<1���B24��<4�59����<1��?�5;�8�:5;�8�<1��9�4;�9:772A�>�5<8�><��5;�'��8�<1��
8�=�;4�9����<1����=7�5A�:5;�8��5A��<1�8�9�>:84<A,4�9-�5�3��8�1�8���<�8�1�2;�BA�<1��
��=7�5A� �5;� 5�� 9:>1� ;��245�,9-.� ?�84�<4�5,9-.� 8�;:><4�5,9-.� 45>8��9�,9-� �8� <1��
45;:2��5>�,9-��8��88�5��=�5<,9-�34<1�<1��?�5;�8��8�8�2��9���8���8B��8�5>��31�<9��?�8�
91�22� 1�?�� <1�� ����><� ��� 8�2��945�� <1�� ��5E� �8�=� 4<9� �:22� 24�B424<A� <�� <1�� ��=7�5A�
1�8�:5;�8��8����78�L:;4>45��84�1<9����<1����=7�5A����459<�<1����5E�
�
4?� �149� �:�8�5<��� '�5;�8<�E45�� 91�22� 5�<� B�� ;�<�8=45�;� BA� <1�� 24C:4;�<4�5� �8� 345;45�� :7�
�8;499�2:<4�5��8�>1�5������>�59<4<:<4�5��8�459�2?�5>A����<1��?�5;�8�B:<�91�22�45��22�8�97�><9��5;���8�
�22�7:87�9�9�B��B45;45���5;��7�8�<4?��:5<42� 7�A=�5<���� �22�=�5�A9�7�A�B2�� <�� <1����=7�5A� 45�
<�8=9�1�8����
�
?��1����5E�1�8�BA�3�4?�9��22�84�1<9��<��5A�<4=��45>�5949<�5<�34<1�<1��<�8=9����<1���:�8�5<���'�
�5;�8<�E45�� �5;� <1�� �B24��<4�59� ��� <1�� ��5E� 45� <�8=9� 1�8���� 91�22� 5�<� B�� �5A349�� ����><�;� �8�
9:97�5;�;�BA�8��9�5�����5A�;497:<���8�;497:<�9�1�?45��B��5�8�49�;�BA�<1��?�5;�8�,31�<1�8��8�5�<�
7�5;45��B���8���5A��8B4<8�<�8.����4>�8.��84B:5�2��8���:8<-��8��5A�;�54�2����24�B424<A�BA�<1��?�5;�8�
�8� �5A� �<1�8� �8;�8� ��� >�==:54>�<4�5� 31�<9��?�8� BA� <1�� ?�5;�8� 9<�7745�� �8� 78�?�5<45�� �8�
7:87�8<45��<��9<�7��8�78�?�5<��5A�7�A=�5<�BA�<1����5E�<��<1����=7�5A�45�<�8=9�1�8����
�
?4��1���=�:5<� 9<�<�;� 45��5A�5�<4>�����;�=�5;��;;8�99�;�BA� <1����=7�5A� <�� <1���:�8�5<�8��9�
24�B2�� <��B��7�4;� <�� <1����=7�5A�BA� <1��?�5;�8��8��9� 9:���8�;��8� 45>:88�;�BA� <1����=7�5A��5�
�>>�:5<�����5A�2�99�9��8�;�=���9����>�9<9.�>1�8��9��5;��8��67�59�9�91�22��9�B�<3��5�<1����5E��5;�
<1����=7�5A�B�� >�5>2:94?�� ��� <1�� �=�:5<� 9�� 24�B2�� <�� B�� 7�4;� <�� <1����=7�5A��8� 9:���8�;��8�
45>:88�;�BA�<1����=7�5A.��9�<1��>�9��=�A�B���5;�7�A�B2��BA�<1���:�8�5<�8�<����=7�5A�45�<�8=9�
1�8����
�
�
)�:89���4<1�:22A.�
,�4�5�<:8�-�
�����+��� ���� ���
���������������*�
�����@�
NUMALIGARH REFINERY LIMITED
General Purchase Conditions (Indigenous)
Definition :
1. ‘NRL’ means ‘Numaligarh Refinery Limited.’
2. ‘Vendor’ means a Person or Firm or Company, to whom the order is addressed, for supply of goods and/or
services.
3. 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.
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.
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.
Page 1 of 2
Page 2 of 2
[ NUMALIGARH REFINERY LIMITED
General Purchase Conditions (Indigenous) ]
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. : GAU(C )/C-2705. PAN No. : AAA CN 6984B
Excise Regd. No. : 1/CH-27/GLT(060202)/94; ECC : 060204001P; Excise Range :
Golaghat – 1 (Assam); Division : Jorhat (Assam); Collectorate : Shillong
(Meghalaya).
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.
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.
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 - 10
Commercial Questionnaire
SUB : Supply of Flameproof LED Lighting Fitting for BPCL-Mumbai Refinery, BPCL-Kochi
Refinery and NRL- Numaligarh Refinery
REF. : CRFQ No. 1000284767, e-Tender No. 27034
Vendor Name: M/s. _______________________________________________________________
Vendor’s Offer Ref. No. : _________________________________________ Date : ____________
Contact Person: _____________________________ E-Mail _____________________________
Mobile No. ____________________________________ Tel. No._____________________________
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. BIDDER’S 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 Technical Specifications as per Tender. Confirmed / Not Confirmed refer deviation sheet
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
Delivery Period: Bidder should supply total quantity of new Flameproof LED Lighting Fittings in 4 (four) lots each of 25% quantity in every 3 months spanning 12 months period from the date of placement of Purchase Order. Delivery of the materials shall be made on FOT Site basis at each of BPCL –Mumbai Refinery, BPCL-Kochi Refinery & NRL-Numaligarh Refinery. For detailed refer Special Purchase Conditions (SPC)
Accepted / Not accepted refer deviation sheet
5
90% payment within 30 days of receipt and acceptance of materials at site upon satisfactory completion of order. Balance 10% payment after receipt of final technical documentation and on submission of Performance Bank Guarantee for 10% of order value, valid till full guarantee period plus six months claim period. For detailed refer Special Purchase Conditions (SPC).
Accepted / Not accepted refer deviation sheet
6 Prices have been furnished as per “Format For Submitting Price”.
Furnished / Not furnished refer deviation sheet
7 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
8 Firmness of prices: Quoted prices shall remain firm and fixed till complete execution of the order.
Confirmed / Not confirmed refer deviation sheet
9 Confirm that the prices quoted are without any price variation clause.
Confirmed / Not confirmed refer deviation sheet
10 The quoted basic rate shall include all expenses towards all testing charges, PMI testing etc. TPI charges shall be extra and same will be paid by BPCL to TPI agency.
Noted & Confirmed
11 Arbitration Clause: Confirm acceptance of Arbitration Clause as indicated in Special Purchase Conditions (SPC).
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.
YES / NO
15 Material is required at BPCL warehouse/site on door delivery basis.
Accepted / Not accepted refer deviation sheet
16 Specify Despatch Point for Supply of Materials.
Material shall be despatched
from :____________________
State:____________________
17
Please confirm you have submitted declaration regarding holiday listing format given in the tender. In case you have been banned or delisted by any Government or Quasi Government agencies or PSUs this should be clearly stated in the declaration. If this declaration is not furnished, the bid shall be rejected as non-responsive.
Confirmed & Accepted
18 Confirm BPCL holiday listing Policy for vendors. Referred web link given below: https://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf
Noted and confirmed
19 Transit risk insurance shall be covered by BPCL and the same has not been included in the quoted prices.
Noted and confirmed
20
Please confirm, whether your company is Micro and Small Enterprises (MSEs) YES / NO OR MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs. YES / NO
If YES, Category Registered : MICRO or SMALL (Pl tick mark) If YES Pl 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
(Signature of Vendor with Company seal) Name of the Authorised Signatory : Designation : Date :
M/s ____________________________________________(Name of Company)
Offer No. _______________________________________(Bidder’s Ref.)
Contact Person's Name & Mobile No. : ____________________________
E-mail ID : ___________________________
S No Commercial conditions description
Applicable for
Supply at BPCL-
Mumbai Refinery
Applicable for
Supply at BPCL-
Kochi Refinery
Applicable for
Supply at NRL -
Numaligarh
Refinery
1,1 SGST in (% of Basic price)
1,2 CGST in (% of Basic price)
1.3 UTGST in (% of Basic price)
1.4 IGST in (% of Basic price)
1.5 Freight charges in %, if applicable.
1.6
Third Party Inspection: Bidder to quote distance in
KM between PDIL office and testing location.
Applicable TPI charges plus GST will be paid by
BPCL to PDIL.
1,7 Invoicing Location provided in Price Bid
1,8 HSN / SAC Codes provided in Price Bid
SIGNATURE WITH SEAL:_______________________
VENDOR NAME : _______________________
ANNEXURE -11
BHARAT PETROLEUM CORPORATION LIMITED
(CPO-R)
APPLICABLE CHARGES AND GST
SUB : SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL - MUMBAI REFINERY, BPCL - KOCHI REFINERY AND NRL-NUMALIGARH
REFINERY.
REF. : CRFQ No. 1000284767, e-Tender No. 27034
Notes :
1) Vendor shall only indicate the current applicable Goods and Service Tax (GST) for all the items in tender in percentage
and TPI in KM. If any of the taxes are not applicable for the tender, vendor shall indicate NIL against the same in relevant
space provided.
2) If vendor has multiple Invoicing / Billing location (State), please indicate with items Sr. Nos.
I hereby confirm that above commercial conditions shall supersede the clauses if any repeated anywhere in quotation.
Page 1 of 1
ANNEXURE - 12
DEVIATION FORM (TECHNICAL)
SUB : Supply of Flameproof LED Lighting Fittings for BPCL-Mumbai Refinery,
BPCL-Kochi Refinery and NRL-Numaligarh Refinery
REF. : CRFQ No. 1000284767, e-Tender No. 27034 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 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 - 13
DEVIATION FORM (COMMERCIAL)
SUB : Supply of Flameproof LED Lighting Fittings for BPCL-Mumbai Refinery,
BPCL-Kochi Refinery and NRL-Numaligarh Refinery
REF. : CRFQ No. 1000284767, e-Tender No. 27034 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 :
Annexure-14
Annexure 15
ANTI PROFITEERING DECLARATION
To whomsoever it may concern
I, Mr. __________, proprietor of M/s XYZ (similar salutations for other authorized signatories) hereby
solemnly and sincerely declare, that I have abided with all the laws and rules, as applicable on me/my
firm/my company from time to time, in my dealing with M/s Bharat Petroleum Corporation Limited
(‘BPCL’), including but not limited to Section 171 of the Central Goods and Services Tax Act, 2017.
In furtherance and compliance of the said section, I declare, that I have made commensurate reduction
in the prices of the goods and/or services as provided by me/my firm/my company to BPCL on account of
any input tax credits availed by me/my firm/my company as a registered taxable person or the reduction
in the price on account of any reduction in the tax rate, as applicable, from time to time.
I declare that the foregoing is true and correct and the same is a legal obligation and failure to fulfill it
could result in penalties under state law.
Name-
Company Seal-
Signature-
Date-
Annexure 16
Annexure – 17
SUBJECT: Supply of Flameproof LED Lighting Fittings for BPCL-Mumbai Refinery,
BPCL-Kochi Refinery and NRL-Numaligarh Refinery
REF. : CRFQ No. 1000284767, e-Tender No. 27034
GST DETAILS
• Letter to Vendors
• Guidelines for filling the template
• Template for updation of GST details
• Sample pre-filled template
Annexure – 18
SUB : SUPPLY OF FLAME PROOF LED LIGHTING FITTINGS FOR BPCL-MUMBAI REFINERY,
BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY
REF : CRFQ NO. 1000284767, E-tender No. 27034
PRICE BID
Bidders has to fill Unit Price in INR (including packing & forwarding charges
and excluding taxes, duties and freight charges) only in BPCL
e-Procurement Portal.
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
������������������� ����
�������������������
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
SECTION 11SECTION 11
�
��� ��������������
���������������� �����������������������������������
��� �������� ������������������� ����!����������������"�����#������$� �� ����
�������� �%� ������ �������� �� �������� ��� &������'(��
������������������� ����!����������������)������#������$� ������ *���� ����
������ �� )��� �*���� ��* ���� ��� �� �+���� �*���� ��* ��� � �� ,���� +�����(��
�������* � -./ � �� %�*� �������� ���������� ��� ��� � ��� ��+��� � ��0� ����+��
������� ��� ��� ���������� ��� �� ��� � �%� ������� �������� �� ���� ��**���� � ����� �
����������(��
�
��� � ������� �������1� �� ������� �������$� ������ *���� ���� ���������� %��������
2����������%�"��#������������������������*������)��������3�42(��5���� �������
��������������)��������������������* �������������$(�
�
��� ��* ������ �������1� � ���* ������ �������$� ������ *���� ���� ������� � ���� ��
��* ������ ��� ��6��%�����������%���"�������%�)������������������������� � ��
����������������������������1�
5��� ��* ������ �������� %��� � �� ������*���� 2� ���*���� ����� �� ������� ����
-������#����� ���������������)������7������������������".���8�����������������
�����*���)�������+���������������������*����2� ���*��� �)������)�����������+����%�
��������4�������
�
�+�� ��� ������1� � ���� ������$� *����� "������ �������*� ��� ������� #��(� ���� ���
7��������� 9%%��� ��� "������ "��+��0� � :3;� ���*)���� 7��� � "������� 8����� �
4*)�0:<<<<=(�
�
�+�� ���� �� �������1� ����� �� �������$� *����� ���� �%%���� � �+�� � ����+��� ���
������� �������������������� ����������%�+�������* �� ������%�����������������
�� ��������� ������� ��� �� ��������� �������(� ���� �� �������$� ����� ������� ����
�*����� %��� *��� ����������� ����� *��� *������ ��� ����* �� ��� *������ ��� �����
%����������������)���%��*���)���)�������������)��������+����(�
�
�+�� /�������� �������1� �/�������� �������$� *����� ���� ������ ���� ���� ��� �*�����
��**�����)�� �� ������� ���������� ����+��������)����� ������)��*��� ����������
�)*����� %����� ���*����� ����� ��� %����� �%��*����� ��� �������*���� �%� %����� ��� ���
����+�� �� ������ ��� �%������ �� ��������� ������� ��� ����� �������� �%� ����������
�������
�
�+�� �����+�� �������� 1� ������+�� �������$� �*������ )������ � ���� ��� ��� �%���� )��
�)*�����$� � *����� �� ����*�� ��� �������*���� �������� ��� ����)���� )�� ����� ���
���%�������0��* ���+�� ��+�������� ����� �+�� ����8* �������%� ����)���%����%� %����
����� �����* �����(��
�
�+�� �����+���������1�������+�� ������$�*�����* �����������*��������������������
* ��� ��� ���*� �������� ��� �������� � ���� ������� ��� ��� �� ����� ��� �%������ ����
* �� ����� ������� �%� ��� ������ � �)�������� �%� ���� �+��������� ��� ������ �%� ��
�����*���� ������(�
�
���� 9%%���0�0������1���9%%����>�0��������9���$�����8������0�0��������8���$�������
*�������� ���������������������������%����������)����%��%�"��#�%����������������%�
�������6���� ��������*�����%����������������� ���*���(�
�
���� 4�� �������1�4�� �������*������������� ��������� �/��������������� ������+��
����������������+�� ������������%�����������
�
���� 4�0������� 1��4�0������$�*�����������������*�����)�� ���������� �*�6��� ��
��)���%���������%���-������#�������� �����������������
�
���� ?����� 2� ���*���1� �?����� 2� ���*���$� *����� ���� 2� ���*���� �*����� ��������
���� ���� ����� �%� �+�������� ���� -������ #����� �������� ��� ������ ���������� ���
������� � *������� � ������ ���� )������ ���� ���� �%� �������� ���� ���*�
"��#� ���� ������� ��� )��� )������ �������� ���� ������ )�� ���� ��� ������ /������
2� ���*���(�
�
���� !������ 2�0���*���� ��**����1� � �!������ 2�0���*���� ��**����$� ����+���� ��� ����
�����*������ ���*��������������������������������� ������������������*�����
����+�����������*������**�������� ���273���%����������������".�8����(�
�
@(� ��������������� �!�"�������#�1��
��� ������� *��� )�� ������ �� -������ #��� %��� ���� ���� ��� *���� �%� ���� %��������
���*�������1�
$�������%���#��&"'������%��&����(���������!�� ��#��)��%��%�����*�������1�
�(� �������������*�� ����������
)(� �����)*�����%�6� �%��������%���������*�����������%������
�(� -��� �)������� *�������� �� ��� �%� *�������� � ���� )�� "��#� ��� ���� ����
���������������������A����� ������%%�*�������������*�����������������������
��� ����������� *������ ����)��"��#(�
�(� �-��� ���)�������� +������� ���� ���*+������ ���� ��+����� �%� ��)��� ������
���������� �� ���� � ��%���� ���*� � ��+���*������ ���*�� ��� ������ ���������
�����*����(�
�(� ����� ���)�������� ������� �� ����������� ���� �������� �%� ��%���+�� ���6�� ���
� ����%���%���+��*��������
%(� �-��������������� ��+����������"��#�%�� ���)��(�
�(� �-�����**�����)�������%������������������)��������������������(�
�(� ����� ��%��*������%�����������������������+����������������
(� �-��������������� ���� %����%� ������ �� ������� �%� ������ ����������� ����������������
�%����������*���������)��"��#(�
,(� �B�����������+��������)�� �������%����)���*�������#=�)����(�
6(� �-��� ������ ��� � ���6��� ��� ��+���� ���%������� �� �� ������� �%��*����� �%�
"��#������������� ��������������� �������������%�"��#(�
�
$�$� %�� �� �)��#��!!������ �#��+�!�� &���� ���,�� �������� ����� �!�"� �����#�������
�#��&"��
�(� �%� � �� ��**������� �� ����+��� %��*� ���� ��*������+�� 4������ �%� ����
��� ��������(�(�49�3?������)����������%��*������������������� ���������
)(� �%� ���� ������� ��� ��� ���� )���*�� � )��6� �� � 97� � �� )���� �����+��� 97� ����
�����+��� ��� )������� �97� � %� ���������� %��������� � ��� ��������� ����
)�����������������������������-�
�(� ��������������� ����������������������%�������������� ����� �������� ����
�%���������� ������ �*�6�����������)������������������������������������������
�%���������������%�������������� �������*��������)���)����������)������+������
�%��������� �������8��������4�����(�
.�� +����������� �!�"�������#��
�
�(?�� 7�������%���������������� ������ �%�
��������������
=� �������� ��*�� �������� �������� �� %������� ����� ���
������� ��������
=C�������
@� �)*�����%�6� �%��������%���������*�����������%������
�
D�������
D� ���� �)�������*�������� �� � ����%�*�������� � ����
)�� "��#� ��� ���� ���� �������� ��� ���� ������������
�� ������%%�*�������������*��������������������������
����������� *������ ����)��"��#�
=C�������
:� -��� ���)�������� +������� ���� ���*+������ ����
��+����� �%� ��)��� ������ ���������� �� ����� � ��%����
���*� � ��+���*������ ���*�� ��� ������ ���������
�����*�����
D�������
C� ���� ���)�������� ������� �� ����������� ���� ��������
�%���%���+�����6������ ����%���%���+��*��������
D�������
;� ����������������"��#�� ��+�������%�� ���)��� =������
E� ������**�����)�������%������������������)������������
���������
D�������
F� ����� ��%��*����� �%� ���� ������� �� ���� ��� ��+�����
����������
=������
G� ���������������� � ���� %����%������� �� ��������%������� ��
��������� �� �������� ������ �%���� ���� ��*�� �� ����� )��
"��#�
=������
=<� B�����������+���������)�� �������%����)���*�������
#=�)�����
=������
==� ���� ������ ���� � ���6��� ��� ��+���� ���%������� ��
�� ������� �%��*����� �%� "��#� ��� ���� ����� �����
���������� �������������%�"��#�
=C�������
=@� �%����������������������)���*���)��6� �� �97����)����
�����+��� 97� ���� �����+��� ��� )�� ����� � 97� � %�
���������� %��� ������ � ��� ��������� ���� )����
��������������������������
D�������
=D� 5�������������%��������������� ������ �������� ����
�%����������� ������ ��*�6�����������)����������������
�������������
D�������
����
D(=� ���������������-������#������� �� �����)����������+���%��*�������*������+��
4����� �����������������%��*����������)����* ������������������)��������(��
5���?�����2� ���*������������������*���������������������������+��)���� ������
����-������#������)���"��#��)������������4�����'����+���
�
/�� ���0�����������**�� -�
:(=� ���������������+�������������������%� ������* ����������������������+������
� �����%�%�������� �����������������������%�������* ���������������������
*��**��%�=C������%��*�����������%����� ���%���*������%�������������(�
:(@� ���� � ���� %���� �%���� �� ��� �%� ���� �)�+�� ����� ������ ���� )�� ���������� )�� ����
� ����������������
:(D� 9������ ���%������ ����%��*����������� ������ �������������� �%������������� �
*��������%�����**������%��*�������* ���������������
:(:� �%���� ���� �� �%� ���� ��**����� � %��*� ���� ��* ������ ������� � ���� � �������
�������� �%�������������� �*���������+������� �������%��� �������������� ����
������ ���������������
:(C� �%���� ���*���� ���� %����� �%� ���� ����� ���� ���*����� �+���)��� ��� ������� ����
���������������)*�������%������ ������������� ������ ���������������*���
����� �� ������������)������������ ���������������*���������1�
��� . ����� ���� ������� �%���* ������ ��������������������� ���� +������� ��������
������%�-������#��������97�
)�� ����������������%�������* �������������(�
�
:(;� ?�� � ���� �� ��*����� �� ����� ��� ������� �� ������ �� -������ #��� )�� "��# �
)��������4�����'����+���
�
1�� ����&������ �!�"�������#�
C(=(�?�������� ��)�� �� �������������)������������������������������ �������� ���� &������'�
��*��� �����������-���������(�
C(@(��%����&������'��� ���������-������������������������1�
��� �%����&������'��� ����� �-������#����%���� �����%� ������������)���� �������)��
)�%����� ������%������0 �����)� ������0 ������)���%�����&������'�����������)��
� ����� ���� "��842� � %� �)*����� )�� ���� &������'� ������ )�� �������� (� �%� ���
&������'� �� ����� �-������#��� �%�����0 �����)��� �����)��)�%���� ����)��
� ���� ����� ����)���%�����&������'�����������)��� ���������"��842��)*�����
)������&������'�������)����������(��
)�� �%� ��� &������'� �� �� ��� -������ #��� �%���� � ����� �%� ���� )�� )�� )�%����
%���A������%����������� ������%%����%�����&������'�������)���������������������)��
%������ �+������� ���� ���� � � "��842� %� ���� �)*����� )�� ���� &������'� ������ )��
������� � 5��� &������'� ���� ���� )�� ���������� %��� ���� �%� ������ �+��� %� ����
&������'���������������#=�(���������������������������������)���������������#=��
��� �%� ��������� ���� ���� &������'� ���������� �� �� � ������ � �������� ������ �����
��������� ���� �������� )���� �������� )�%���� ������� �%� ������� ������� � � ���*�����
������%���-������#�����%��*�)����������������������%%���������������� �)������
��������� �� �� ������ ���*���� ���� ������ ���� ��*�� �� ���*������ �� ���*�� �%� ����
�������� � ��������� ���*������ ���� �*���� ��� )������ ���� ���� ��+�� �+��
�����������(�
����������������������
�