bharat petroleum corporation limited lpg … · lpg bottling plant, ahmedabad ... notice inviting...
TRANSCRIPT
Page 1 of 45
Signature & Rubber stamp of Tenderer
BHARAT PETROLEUM CORPORATION LIMITED
LPG BOTTLING PLANT, AHMEDABAD
NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR
Dist-KHEDA – 387411.
NOTICE INVITING e-TENDER FOR DESIGN,SUPPLY, INSTALLATION AND COMMISSIONING OF PRESSURE TESTING AND PAINTING FACILITIES FOR LPG CYLINDER AT AHMEDABAD LPG PLANT (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED BID TENDER NO. HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014
Tender Name: e- tender for design, supply, installation and commissioning
of pressure testing & painting facilities for LPG cylinders at
AHMEDABAD LPG plant (Two Bid system- Unpriced Bid
(Techno commercial) and Price Bid
Last Date for Submission
of Tender:
08.08.2014 at 15:00 Hrs. both for Techno commercial and
Priced Bid.
Tender Opening on: 08.08.2014 at 15:30 Hrs for Techno commercial bid
Delivery Period : The project has to be completed and commissioned within 90 days (3 Months) from the date of receipt LOI /PO or advise from BPCL.
Earnest Money Deposit (EMD) ` 1, 00,000/- (Rupees One Lakh Only)
Page 2 of 45
Signature & Rubber stamp of Tenderer
NOTICE INVITING e-TENDER FOR DESIGN,SUPPLY, INSTALLATION AND COMMISSIONING OF PRESSURE TESTING AND PAINTING FACILITIES FOR LPG CYLINDER AT AHMEDABAD LPG PLANT (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED BID
1. Eligible tenderers are invited to submit their offer in a two-part bid for subject tender.
2. Please visit the website https://bpcl.eproc.in for participating in the tender and submit your
bid online. For viewing / downloading the tender document, please visit our website
http://www.bharatpetroleum.in/tender/tender.asp
3. The Bid consist of the following documents to be submitted on-line.
a. Credential / Technical Bid (Un-priced)
b. Price Bid.
4. Additionally, it is mandatory for the tenderers to submit the following documents in Physical
form to Territory Manager (LPG), in a sealed envelope at the address given below:
TERRITORY MANAGER (LPG)
BHARAT PETROLEUM CORPORATION LIMITED
LPG BOTTLING PLANT
NATIONAL HIGHWAY 8, VILLAGE HARIYALA,
TAL - MATAR
Dist-KHEDA (GUJARAT) – 387411.
Telephone – 02694 – 222180 / 222404 / 224576
Page 3 of 45
Signature & Rubber stamp of Tenderer
INDEX
Details Annexure
Introduction & General Terms & Conditions of tender
Annexure-I
Condition of Tender Annexure II
Scope of Work Annexure III
Special Terms and Condition of Tender Annexure IV
Technical details
Annexure V
BID Form Annexure VI
Commitment Letter for support from principal manufacturer
Annexure VII
Declaration Annexure VIII
Information regarding the Tenderer Annexure IX
Tenderers credentials , Bio-Data and business standing Annexure X
Tenderers Bank details Annexure XI
Bank Guarantee format Annexure XII
5. The submission of online bid as well as submission of above physical documents (offline) shall
be up to 15:00 Hrs. on 08.08.2014.
6. Bids submitted after the due date and time of closing of tender (i.e. after 15:00 hrs. on
08.08.2014) and / or not submitted in the prescribed format shall be rejected. BPCL does not
take any responsibility for any delay in submission of online bid due to connectivity problem or
non-availability of site and/or other documents to be submitted in physical form due to postal
delay etc. No claims on this account shall be entertained.
7. The schedule of Price Bid opening will be advised separately to the tenderer’s who qualify in
the credential / technical bid.
8. Price Bid (to be submitted online) shall be opened only for those tenderer’s whose credential
bid / technical bid is found acceptable as defined in tender document.
Page 4 of 45
Signature & Rubber stamp of Tenderer
9. The online portion of the tender shall have to be submitted through the e-procurement system
on https://bpcl.eproc.in.
10. The tender document with detailed terms and conditions is also available on our Website
http://www.bharatpetroleum.in/tender/tender.asp but the submission of tender is allowed
only through the e-procurement system on https://bpcl.eproc.in.
11. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid
Digital Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying
Authorities operation under the Root Certifying Authority of India (RCIA) Controller of
Certifying Authorities (CCA). The cost of obtaining such Digital Signature Certificate shall be
borne by the tenderer. In case any tenderer so desires, he may contact our e-procurement
service provider M/s.C1 India Pvt Ltd., Mumbai on the contact nos. 022-66865600/66865610/
66865633 or on mailto:[email protected] for obtaining their Digital Signature
Certificate.
12. Directions for submitting online offers, electronically, against e-procurement tenders directly
through internet:
a. Tenderers are advised to log on to the website (http://bpcl.eproc.in) and arrange to
register themselves at the earliest.
b. The system time (IST) that will be displayed on e-procurement (e-bid) web page shall be
the time considered for determining the expiry of due date and time of the tender and no
other time shall be taken into cognizance.
c. Tenderers are advised in their own interest to ensure that their bids are submitted in e-
Procurement system well before the closing date and time of bid. If the tenderer intends to
change /revise the bid already entered, he may do so any number of times till the due date
and time of submission deadline. However, no bid can be modified after the deadline for
submission of bids.
d. Tenderers submitting / uploading the on-line tender documents thru’ digitally signed
certificates shall be construed as their complete agreement with the terms & conditions
and that they have fully understood the tender documents.
e. Bids / Offers shall not be permitted in e-procurement (e-bid) system after the due date
/time of tender. Hence, no bid can be submitted after the due date and time of submission
has elapsed.
Page 5 of 45
Signature & Rubber stamp of Tenderer
f. Tenderers shall submit price bids only through e-bidding and no physical documents with
respect to price bids should be submitted. In case tenderer submits such physical
documents for price bids, the same shall not be considered.
13. In case of any clarification pertaining to e-procurement (e-bidding) process, the vendor may
contact M/s. C1 India Pvt Ltd., Mumbai, and Helpdesk at contact nos. 022-
66865600/66865610/ 66865633.
14. Corrigendum/amendment, if any, shall be notified on the site https://bpcl.eproc.in. In case any
corrigendum/amendment is issued after the submission of the bid, then such tenderer’s, who
have submitted their bids, shall be intimated about the corrigendum/amendment by a system-
generated email. It shall be assumed that the information contained therein has been taken
into account by the tenderer. They have the choice of making changes in their bid before the
due date and time.
Thanking you,
Yours faithfully,
For BHARAT PETROLEUM. CORPN. LTD.
S. DHANAPAL
TERRITORY MANAGER (LPG), AHMEDABAD
Page 6 of 45
Signature & Rubber stamp of Tenderer
INTRODUCTION Annex-I
NOTICE INVITING e-TENDER FOR DESIGN,SUPPLY, INSTALLATION AND COMMISSIONING OF PRESSURE TESTING AND PAINTING FACILITIES FOR LPG CYLINDER AT AHMEDABAD LPG PLANT (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED BID
TENDER NO. HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014
E-bid is invited for design, supply, and installation and commissioning of pressure testing &
painting facilities for LPG cylinders at AHMEDABAD LPG plant (Two Bid system- Unpriced Bid
(Techno commercial) and Price Bid
1.0 COMPANY INTRODUCTION
1. Bharat Petroleum Corporation Limited (BPCL) is engaged in the business of refining and
marketing of petroleum products. This e- tender for design, supply, installation &
commissioning of pressure testing & painting facilities for LPG cylinder to meet the
statutory norms.
2. BPCL invites the eligible Tenderers to participate in this e-tender.
2.0 TENDER NO. HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014
BHARAT PETROLEUM CORPORATION LIMITED (BPCL) a public sector enterprise invites Bids
through e-tender under Two-Bid System for design, supply, installation and commissioning
of pressure testing & painting facilities for LPG cylinders at AHMEDABAD LPG plant. The job
shall be completed and commissioned within a period of 3 months from the date of LOI.
2.1 TENDER DOCUMENTS:
i. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid
Digital Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying
Authorities operation under the Root Certifying Authority of India (RCIA) Controller of
Certifying Authorities (CCA). The cost of obtaining such Digital Certificate shall be borne by
the tenderer. In case any tenderer so desires, he may contact our eprocurement service
provider M/s.C1 India Pvt Ltd., Mumbai on the Helpdesk at +91-22-66865600) for obtaining
their Digital Signature Certificate.
ii. The tenderer’s having valid Digital Certificate and Login ID can download the tender from
the website (https://bpcl.eproc.in). The downloaded documents once read carefully have
to be uploaded by the tenderer under their Login ID duly certified with Digital Certificate, in
token of acceptance of all tender terms and conditions there-in.
Page 7 of 45
Signature & Rubber stamp of Tenderer
iii. Tenderer shall pay ` 2500/- (Rs Two Thousand Five Hundred Only) as Tender Fee by DD
(Non refundable) drawn on any scheduled Bank payable at AHMEDABAD in favor of M/s
BHARAT PETROLEUM CORPORATION LTD. This should be submitted in a separate envelope
along with the Techno commercial bid documents to be submitted in physical form as per
the list mentioned under Para 5.2 below.
iv. The tender documents can also be downloaded from BPCL website,
http://bharatpetroleum.com/tender/tender.asp but the submission of tender is allowed
only through the e-procurement system on https://bpcl.eproc.in.
2.2 RATE SCHEDULE / ESTIMATED QUANTITY:
i. The Rates in the Price-Bid is to be quoted only “on-line” & no physical document should
be submitted.
ii. The Schedule of quantity of design, supply, installation and commissioning of pressure
testing & painting facilities for LPG cylinders at AHMEDABAD LPG plant and the estimated
quantity are given in the Schedule-A enclosed. The schedule, however, gives only indicative
quantity and may undergo a change depending upon business requirement. Payment will
be made for the actual job executed.
2.3 EARNEST MONEY DEPOSIT (EMD):
Tenderer shall pay ` 1,00,000/- (Rs One lac Only) as EMD per tender by DD drawn on any
scheduled Bank payable at AHMEDABAD in favor of BHARAT PETROLEUM CORPORATION
LTD. This should be submitted in a separate envelope along with the Documents to be
submitted in physical form as per the list mentioned under Para 5.2 below. Bids received
without EMD shall be rejected.
2.4 SUBMISSION OF TENDER:
1. The tenderer should download the tender document from e-procurement system on
https://bpcl.eproc.in and after carefully reading the same should be uploaded under
his/her login ID, as token of acceptance of all terms & conditions therein.
2. The Bid consisting of the following documents to be submitted online @
https://bpcl.eproc.in
Page 8 of 45
Signature & Rubber stamp of Tenderer
a. Credential / Technical Bid (Un-priced)
The techno commercial bid must contain – Authorised signatory certificate from the appropriate authority.
Bid form as per Annexure II should be duly filled in, signed and complete in all respects. Commitment letter for service support from the principal manufacturer as per Annexure III. The Technical information of the products being offered along with brochure etc. Any other terms and conditions from bidder (Please, note that the terms may or may not
be acceptable to Purchaser). Last three years audited balance sheet / CA certified turnover copy. Copy of successfully single executed order for supply of minimum 1 No of System. If bidder is authorised dealer for contracted item than submit a dealer certificate. Certificates of company Registration as per Govt. Rules. Original tender documents with all pages should be signed. Provide Service Tax Registration Certificate if Bidder is coming under service Tax Act. If
Bidder is not covered under Service Tax Act as per Government rule then declaration from CA is required.
VAT/CST Certificate copy of bidder. Copy of PAN Certificate.
b. Price Bid: The Price-Bid is to be quoted only “on-line” & no physical document should be
submitted.
3. Additionally, it is also mandatory for the tenderer to submit the documents in Physical
form as mentioned under Para 5.2 below, to the Territory Manager AHMEDABAD LPG at
the address given above.
4. The closing date & time for submission of online bids as well as submission of
documents in physical form is 15:00 Hrs. on 08.08.2014.
2.5 MINIMUM QUALIFICATION CRITERIA:
1. Bidder should have executed single contract for design, supply, and installation of minimum 1 Facilities to Oil companies. Submit supporting documents with material delivery proof in Tech-commercial bid.
2. Documents should submit as above 2.4 a (Credential / Technical Bid (Un-priced)
2.6 SIGNING OF AGREEMENT:
Successful tenderer will have to sign an Agreement as per the draft attached as Annexure-
1, along with the tender document. The job completion period of agreement with
Page 9 of 45
Signature & Rubber stamp of Tenderer
successful tenderer would be 3 months from the date of awarding the contract subject to
the right of BPCL to terminate it prematurely as per clause 16 of the Agreement.
2.7 TENDER OPENING:
a. The due date and time of opening of tender documents (techno commercial documents
submitted in e-bidding & documents submitted in physical form) is 08.08.2014 at 15:00 hrs.
at the following address:
TERRITORY MANAGER (LPG),
BHARAT PETROLEUM CORPORATION LIMITED,
LPG BOTTLING PLANT, NATIONAL HIGHWAY 8,
VILLAGE HARIYALA, TAL- MATAR. Dist-KHEDA – 387411.
b. On-line credential / technical bids of only those tenderer’s shall be opened who have
submitted physical documents as mentioned in Para 5.2 below. If any tenderer fails to
submits the physical documents and / or submits incomplete documents, their on-line bids
shall not be opened and the bid shall be considered as rejected.
c. Tenders received late for whatever reasons / without Tender Fee, EMD / submitted at the
wrong address / in open or stapled condition / incomplete in any other respect will not be
considered.
d. Tenderer or his authorised representative (duly authorised in writing by the Tenderer) may
witness the opening of tender on the scheduled date and time.
e. The tenderer can also witness the tender opening through e-procurement (e-bid) system
on https://bpcl.eproc.in.
IMPORTANT:
I. It is mandatory that, before closure of the tender at 15:00 Hrs on 08.08.2014, the tenderer
should submit the documents in physical form as specified under Para 5.2 below.
II. Tenderers shall submit Price Bids only through e-bidding and no physical Price Bids
documents shall be submitted.
2.8 OPENING OF PRICE BID:
I. Price Bid (to be submitted online) shall be opened only for those Tenderers whose
credential bid / technical bid is found acceptable as defined in tender document.
II. The Tenderers meeting minimum qualification criteria will only be considered for opening
of price bids after evaluation of Technical bids of all participating and valid tenders. After
Page 10 of 45
Signature & Rubber stamp of Tenderer
scrutiny of the technical bids, the eligible Tenderers shall be notified regarding date & time
for the opening of price bids.
III. The price bid will be opened only through the e-procurement system on
https://bpcl.eproc.in.
IV. The price bids will remain valid for 90 days from the date of opening of the Price Bid unless
extended by mutual consent in writing. The Corporation reserves the right to accept or reject
any or all the tenders in part or in totality, or to negotiate with any or all the tenderers, or to
withdraw/ cancel/ modify this tender without assigning any reason whatsoever.
3.0 SCOPE OF WORK: Design, supply, and installation and commissioning of pressure testing and
painting facilities at AHMEDABAD LPG Plant.
3.1 NAME OF WORK; LOCATION & PERIOD OF CONTRACT:
I. The tenders are invited for design, supply, and installation and commissioning of pressure
testing and painting facilities at AHMEDABAD LPG Plant. The period of contract shall be for
a period of 3 months from the date of awarding the contract (Issue of LOI).
3.2 PARTICIPATION:
1. Tenderers are requested to view / download the tender document from the website www.bharatpetroleum.in/tender/tender.asp and go through the same carefully. Tenderers are requested to carefully study all the tender documents and understand tender conditions, specifications etc. before quoting the rates. In case of any doubt written clarification should be obtained but this shall not be a justification for late submission of the tender or request for extension of tender opening date. Tenders should strictly be in accordance with our specification and terms and conditions. The eligible tenderer’s meeting the criteria should only participate.
2. If it is found that the tenderer has applied although he/she was not eligible as per conditions laid down in minimum qualification criteria of this tender or has claimed benefit of reservation on the basis of wrong documents or has given false affidavit/ information including quoting wrong PAN number or has suppressed any material fact about capacity / job execution etc. whether at the time of application or at the time of execution of agreement, the tender/ allotment will be rejected / cancelled summarily without issuing any show cause notice for the same. In case of such cancellation, entire amount deposited against EMD/ security deposit amount shall be forfeited.
Page 11 of 45
Signature & Rubber stamp of Tenderer
4.0 TENDER GUIDELINES; TERMS & CONDITIONS:
4.1 General:
I. Relatives (as per list enclosed) of officer/s responsible for award and execution of this
contract in BPCL are not permitted to quote against this tender. The tenderer shall be
obliged to report the name/s of person/s who are relatives of any officers of the BPCL &
any of its subsidiary Companies i.e. NRL, BPCL, BPC-KR etc., IOC or HPC or any officer in the
State or Central Government, and who are working with the tenderer in their employment
or are subsequently employed by them.
II. Any violation of this condition even if detected subsequent to the award of contract, would
amount to breach of contract on tenderer’s part entitling BPCL to all rights and remedies
available thereof including termination of contract.
III. All rates quoted should be both in words and figures. In case of any difference between the
two, the rates quoted in words shall be considered as final and authentic. Also the rates
should be quoted in the same units as mentioned in the tender schedule.
IV. In case it is observed that all the tenderer’s or a group of tenderer’s have quoted in cartel,
BPCL reserves the right to reject some or all the bids of the tenderer’s who have quoted in
cartel, without assigning any other reasons for the same.
V. Rates quoted would be valid and binding on the tenderer for 90 days from the opening
date of Price Bid unless extended by mutual consent in writing. During the validity period,
tenderer will not be allowed either to withdraw or revise his offer on his own. Breach of
this provision will entail forfeiture of the Earnest Money Deposit. Once the tender is
accepted and work awarded, the rates will be valid for the entire contractual period.
VI. BPCL reserves the right, at their sole discretion, and without assigning any reason
whatsoever, to:
a. Negotiate with any or all tenderer.
b. Distribute the work among Tenderers.
c. Reject any or all tenders either in full or in part.
d. Assign the offered and accepted tender to any of the Vendors and engage his services at
any time without giving any notice whatsoever to the vendors already appointed against
this Tender.
e. Withdraw or cancel this tender in full or in part at any time during the Tender Process.
Page 12 of 45
Signature & Rubber stamp of Tenderer
VII. The tenderer should study all the operations/ local conditions.
Tenderers would be presumed to have acquainted themselves with the working conditions
existing at the location, before submission of the tender.
VIII. Tenders not meeting the tender terms & conditions or incomplete in any respect or with
any additions/ deletions or modifications are liable to be summarily rejected without any
further communication to the Tenderers and decision of BPCL in this respect will be final
and binding.
IX. The estimated quantity to be delivered given in tender document is indicative and is
subject to change. BPCL reserves the right to increase/ decrease the qty, if required, during
the tender period. Payment will be made as per actual job executed at site.
X. Tenderer should submit all the details and enclosures as has been asked for in the tender
form. In case any of the information is not applicable to the tenderer, "Not applicable" may
be written against such item. Not submitting any information/ enclosure sought for shall be
a ground for rejection of tender.
XI. Tenderer/his authorised representative may witness the opening of tender on the
Scheduled date and time.
XII. The relevant all valid documents such as registration certificates, PAN Number, VAT TIN
certificate, service tax certificate, income tax return for last three years, details of
equipments with necessary certificates, drawings etc. and should meet all statutory
requirements.
4.2 EVALUATION / RANKING OF THE TENDERERS:
1. This Limited Tender is floated in two bid system i.e. technical bid & price bid. Initially, the
technical bids will be opened on scheduled date and will be evaluated on the following
minimum qualification criteria’s besides meeting other tender guidelines:
a. Price bids of only technically qualified tenderers, based on technical evaluation, will be
opened on a notified date which will be communicated only to technically qualified
tenderer.
b. BPCL reserves the right to reject the tender application of a tenderer, based on BPCL’s
experience with them on their past performance.
c. The purchaser will examine the bids to determine whether:
They are complete.
They are free from computational errors.
Page 13 of 45
Signature & Rubber stamp of Tenderer
Required sureties have been furnished.
The documents have been properly signed.
d. Arithmetic errors will be rectified on the following basis:
If there is a discrepancy between the unit price and the total price, which is obtained by multiplying the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless it is a lower figure. If the supplier does not accept the correction of errors, its bid will be rejected. If there is a discrepancy between words and figures, the rates expressed in words will prevail.
e. Purchaser may waive off any minor infirmity or non-conformity or irregularity in a bid
which does not constitute a material deviation, provided such a waiving does not prejudice
or affect the relative ranking of any bidder.
f. The comparison shall be of FOR destination price of the goods offered inclusive of all
duties, taxes and expenses.
g. Ranking of the tenderer’s i.e. L-1, L-2 etc. will be done based on the rates quoted. In Case,
for a particular ranking, BPCL’s decision on allocation of contract shall be final and binding
on all the Bidders.
h. BPCL reserves the right at its sole discretion to reject unworkable/ unviable rates quoted by
tenderers. Such tenderer’s will be treated as disqualified and will be rejected. The decision
of BPCL in this regard will be final and binding.
i. Tenderer with minimum financial outgo to BPCL will be ranked L-1. Tenderer with the next
lowest financial outgo will be ranked L-2 and so on. The list will include all the technically
qualified tenderers in the ranking based on the rates quoted by the respective tenderer.
4.3 EARNEST MONEY DEPOSIT (EMD):
1. Tenders should submit an EMD of ` 1, 00,000/- (Rs. One Lakh only ) by Demand Draft
drawn on any Scheduled Bank in favour of “M/s Bharat Petroleum Corporation Limited”,
payable at AHMEDABAD in a separate envelope marked “ EMD- Tender No.
HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014 “ along with the physical
documents as stated in Para 5.2 below. Tender documents received without EMD shall be
rejected.
Page 14 of 45
Signature & Rubber stamp of Tenderer
2. Cheques or request for adjustment against any previously deposited EMD/ pending dues /
bills / security deposits for other contracts etc. will not be accepted as EMD, and any
tender with such stipulation will be treated as without EMD and shall be rejected.
3. No interest shall be payable on EMD.
4. EMD is liable to be forfeited, if the tenderer modifies/ withdraws the offer and / or refuses
to accept the LOI/ Work Order after acceptance of BPCL’s offer within the prescribed
validity of the tender, or if the tenderer does not furnish the required security deposit, or if
the tenderer is unable to position to start the design, supply, installation and
commissioning facilities for pressure testing at AHMEDABAD LPG Plant as per the schedule
after the issuance of Letter of Intent/award of contract.
5. Exemptions from EMD:
Public Sector Enterprises are exempted from payment of EMD. (The proof that tenderer is
a PSE must be submitted) and enlisted vendors with BPCL (The proof of BPCL letter must be
submitted as per the registration class).
6. EMD for unsuccessful tenderers shall be refunded only after finalization of the tender.
4.4 NEGOTIATIONS:
1. The Corporation reserves the right to negotiate with any or all the tenderers. In such an
event, BPCL shall invite the tenderers for negotiations solely at tenderer’s cost.
2. Only the proprietor of the firm or the legally authorized representative of the firm will be
allowed to attend such negotiations, at their own cost, as commitments made and/ or
clarifications given during the negotiations will be binding on the tenderer/s. He/ She
should carry the necessary authorization to attend such negotiations and to hand over an
authenticated copy of the same to BPCL’s representative/s participating in negotiations.
3. Originals of the documents submitted as copies and the documentation to substantiate
statements made in the tender document are to be produced for verification by the BPCL
during negotiations or at any other time at the discretion of BPCL.
4.5 SECURITY DEPOSIT (SD):
1. Successful tenderer’s will be required to furnish SD within 7 (Seven) days of issuance of
LOI/ Work Order at the following rates:
2. The security deposit shall be 5% of quoted value or maximum of 1, 00,000/- (Rs. One Lac
only) paid in the form of Demand Draft drawn on any Scheduled Bank in favour of Bharat
Petroleum Corporation Ltd. Or in the form of Bank Guarantee of Nationalized / scheduled
Page 15 of 45
Signature & Rubber stamp of Tenderer
bank strictly in the specified Proforma, valid for a period of 12 (Twelve) months beyond
the tenure of contract.
3. Adjustment of EMD towards SD is permissible for the portion of SD payable by DD.
4. Interest is not payable on SD.
5. Any loss/ claim and/ or damage arising out of the performance of the contract would be
adjustable against the SD. Any loss/ claims/ damages higher than SD will be recovered from
payments under this contract or deposits made by or payments under any other contract
with BPCL.
6. The security deposit will be retained till the successful completion of the work. In the case
of security deposit in the form of a Bank Guarantee, the same shall be kept valid by the
tenderer at his cost till the completion of the work under contract and shall be extended
from time to time. No interest will be payable on security deposit.
7. Successful tenderer will be entrusted with design, supply, and installation and
commissioning of pressure testing & painting facilities for LPG cylinders at AHMEDABAD
LPG plant work only after signing of Agreement and payment of Security Deposit amount.
4.6 DELIVERY PERIOD:
The delivery period shall be 3 Months from the date of receipt LOI / PO or as advised from
BPCL.
4.7 EXECUTION OF AGREEMENT:
1. Successful tenderer will be required, before undertaking the contract, to execute the
Agreement, within 7 (Seven) days of the date of issue of the LOI given by BPCL.
2. Tenderers are advised to carefully scrutinize the specimen set of Agreements and Forms
attached with tender documents / downloaded from our website before submitting their
tender.
3. When the person signing the tender is not the authorized signatory, necessary original
Power of Attorney authorizing the signatory to act on behalf of the proprietor/ firm should
be produced before signing the agreement, and notarized copy of the power of Attorney of
the person authorising should be submitted for the record of BPCL.
4. Failure to execute the agreement and/ or furnish required Security Deposit within 7 (seven)
days of issue of LOI may render the tenderer liable for forfeiture of Earnest Money Deposit
and termination of contract without prejudice to the rights of BPCL to recover the damages
under Law.
Page 16 of 45
Signature & Rubber stamp of Tenderer
5. All terms & conditions stipulated in the Notice Inviting Tender, Guidelines for Tenderers,
Tender Terms & Conditions, Declarations, Agreement and other documents furnished with
the Tender and related correspondence shall form part of the contract.
4.8 DUPLICATION OF CLAUSE:
Whenever there is duplication of clause either in the terms and conditions or in the
Agreement, the clause, which is beneficial to BPCL, will be considered applicable at the time of
any dispute.
5.0 GUIDELINES FOR TENDERERS
5.1 GENERAL:
1. This tender is for design, supply, and installation and commissioning of pressure testing &
painting facilities for LPG cylinders at AHMEDABAD LPG plant.
2. Tenderers shall log on to the e-procurement website https://bpcl.eproc.in and register
themselves.
3. The tenderer should download the tender document from e-procurement system on
https://bpcl.eproc.in and after carefully reading the same should be uploaded under his
/her login ID, as token of acceptance of all terms & conditions therein.
4. The system 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.
5. For any further clarification, please contact Territory Manager/Territory Coordinator (LPG),
AHMEDABAD at the plant address on page 1 or the contact persons and contact numbers
given below:
MR. PIYUSH J GUJRATHI, T.C AHMEDABAD LPG: – 9409382805
MR. ASHISH KHANDELWAL, EXECUTIVE (LPG OPS):- 8980440901
6. This tender is in 2- bid system, comprising of Technical Bid and Price Bid.
7. The tender should be strictly in line with the terms and conditions. Any tender not
conforming to the terms and conditions prescribed in the tender documents shall be
summarily rejected.
Page 17 of 45
Signature & Rubber stamp of Tenderer
8. Counter terms and conditions from the tenderer shall not be accepted. Bids with such
counter terms & condition shall be rejected.
9. All documents submitted in physical form should be initialled on each page and signed
with seal on the last page. Also, all corrections should be initialled. Overwriting on any
tender document shall not be accepted
10. Tender terms and conditions mentioned in the tender should be carefully studied. The online
submission of tender by the tenderer under their Login ID is considered as a token of acceptance of
the terms and conditions therein. Tenderer should retain a copy of tender document submitted
online for his/her reference / record purpose.
5.2 TECHNICAL BID:
5.2 Submission of Technical Bid: Details of documents to be submitted on-line and in physical form are as
under:
Sr.No. Particulars Submission Online Only
Submission of Physical Document Only
1 Tender Document along with Annexure I to V under tenderer Login ID through e-procurement system on https://bpcl.eproc.in
2 Particulars of Tenderer as per attachment-IX
3 Tenderer’s Covering Letter as per attachment-3
4 Statement of credentials- BID FORM annexure-VI
5 Commitment letter for support from principal Manufacturer- annexure-VII
6 Declaration as per format in annexure-VIII
7 Details of related to any employee of the Corporation as per annexure-IX
8 Information regarding the tenderer annexure-X
9 Tenderers credentials Bio-data & business standing annexure-XI
10 Attested acknowledged copy of the latest Income Tax Return filed and PAN Card
11 Attested copy of previous 3 years (immediate) audited annual report.
Page 18 of 45
Signature & Rubber stamp of Tenderer
12 Attested copies of Trading license or Firm’s Registration Certificate.
13 Attested copies of Partnership deed or Certificate of Incorporation.
14 Tender Fee DD of `. 2500/- as per tender Para 2.1 point no. 3
15 EMD DD of `. 1, 00,000/- as per tender Para 4.3 point No.1
Page 19 of 45
Signature & Rubber stamp of Tenderer
TECHNICAL BID
BHARAT PETROLEUM CORPORATION LIMITED TENDER NO. HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014 TENDER FOR DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF PRESSURE TESTING AND PAINTING FACILITIES FOR LPG CYLINDERS AT AHMEDABAD LPG PLANT To be submitted at the following address in sealed cover marked “Tender for design, supply, installation and commissioning of pressure testing & painting facilities for LPG cylinders at AHMEDABAD LPG plant”. THE TERRITORY MANAGER (LPG) BHARAT PETROLEUM CORPN LTD LPG BOTTLING PLANT, NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR. Dist-KHEDA (GUJARAT) – 387411 Please affix your rubber stamp and sign on each page and return to us along with all enclosures CLOSING DUE DATE / TIME: 08.08.2014 UPTO 15.00 Hours TECHNICAL BID OPENING DUE DATE / TIME: 08.08.2014 AT 15.30 Hours
Page 20 of 45
Signature & Rubber stamp of Tenderer
Annex- II
CONDITIONS OF TENDER
1. Offers are invited by e-Tender in two bid system – Technical Bid and Price Bid for design, supply, installation and commissioning of pressure testing & painting facilities for LPG cylinders at AHMEDABAD LPG plant located at NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL – MATAR, Dist-KHEDA (GUJARAT) – 387411.
2. This tender should be submitted in two parts namely - Technical Bid & Price Bid.
a. TECHNICAL BID – Annexure I to Annexure XII with various drawings of equipments to be
supplied b. PRICE BID – ( e-Tender only)
3. Tenderer should duly fill in all the required information asked for in the annexures and only
authorized signatory should sign on all the pages including drawings and affix the company’s seal on all the other pages from Annexure I to Annexure XII including all the equipments drawings.
4. In case at a later stage, if on cross checking, inspection etc., if it is found out that the
information furnished by the tenderer is different / wrong / not matching with the information furnished in the Technical Bid / Annexures then the EMD submitted by the tender will be forfeited & the tenderer may be debarred for applying in the tender in future.
5. The Technical Bid (Annexure I to Annexure XII – with all the drawings) should be put in a
separate cover with marked as Tender fee (Tender fee is non refundable). The cover should be marked “TECHNICAL BID”.
6. The Price Bid should be put in e-Tender. Please quote your lowest rate item wise in the
“Schedule of Rates” in the e- Price bid.
7. The cover containing the Technical Bid should be put in a separate cover and sent to the office address as indicated in this tender.
8. The Price Bid of those bidders whose bids are technically acceptable will be opened through e-Tender process only. A separate intimation will be sent to all the bidders who are found technically acceptable advising date/time/place of opening of the Price Bid.
9. The rates quoted should be firm and inclusive of all taxes, duties, etc. as explained in clauses 21, 22,23 & 24 of the Special Terms and Conditions of Tender (Annexure IV) of the enclosed Technical Bid. Revision in the rates of whatever nature will not be allowed during the tenure of the contract.
Page 21 of 45
Signature & Rubber stamp of Tenderer
10. Supply and installation of Pressure testing facilities job is to be carried out as per present prevailing IS codes and PESO guidelines with necessary drawings, certification of FLP equipment as per our Conditions of Tender, Special Terms and Conditions of tender, Scope of Work etc., as detailed in the tender.
11. The contract completion period will be 3 months from the date of LOI / awarding the
contract. 12. In case the tenderer is not willing to do the participation in e-tendering of design, supply,
installation and commissioning of pressure testing and painting facilities at AHMEDABAD LPG Bottling Plant, then the tenderer should mention the same on his Letter Head and enclose the same in the Technical Bid. In the E-Tender the tenderer should mention, that he is not interested to do the job and should sign against the cancellation.
13. The Corporation reserves the right to increase or decrease the tendered quantity or revised
specifications, drawing, and designs of any or every item at any stage of work. The successful tenderer’s claim for compensation or damages on account of these shall not be entertained. Such deviations, if necessary, will be adjusted at the rates contained in the agreement by issuing variation order(s). In case it becomes necessary for the Company to temporarily suspend or postpone the work, partly or fully, due to unforeseen circumstances, the Corporation shall not be liable for payment of any compensation on account of resultant delays.
14. AN EMD (earnest money deposit) should be in the form of Demand Draft in favor of “BHARAT PETROLEUM CORPN. LTD.,” payable at AHMEDABAD for ` 1,00,000/- (Rs. One Lakh only) is to be submitted along with the Technical Bid. The Demand Draft should be drawn on a Nationalized Bank / Scheduled Banks (other than Cooperative Banks) only. Quotations received without EMD or with less EMD will not be considered.
15. Please ensure that your name or any other identification mark does not appear on the envelope, as otherwise your Tender is liable to be disqualified.
16. We request you to go through all Tender documents carefully before submitting your quotations. Any clarifications regarding the work can be sought from our Territory Office on any working day during normal working hours
17. The company reserves the right to accept / ignore any quotation in part or full before the award of job, or withdraw this tender altogether, at any stage, without assigning any reason.
18. The technical bid along-with Earnest Money Deposit (EMD) of `. 1, 00,000/- as explained above together with all the tender documents being attached to e-tendering should be download & same should be upload by with signing on each page by an authorized signatory with official seal to reach office of the undersigned at the following address upto 15.00 hrs of 08.08.2014 . Quotations received after due date and time of tender will not be accepted.
a. The authorized signatory shall be: b. Proprietor in case of proprietary concern. c. All the partners in case of partnership firm.
Page 22 of 45
Signature & Rubber stamp of Tenderer
d. Director, in case of a limited Company, duly authorized by its board of Directors to sign.
19. If for any reason, the proprietor or all the partners or director as the case may be are
unable to sign the document, the said document should be signed by the constituted attorney having full authority to sign the tender document and copy of such authority letter as also the power of attorney, in original, duly signed in the presence of a Notary public should be submitted with the tender.
20. The tenders should upload signed document & hard copy should be reach the following address before due date and time of the closing date of the tender mentioned herein before. Tenders/Quotations received after due date and time of tender will not be accepted.
THE TERRITORY MANAGER (LPG) BHARAT PETROLEUM CORPORATION LIMITED LPG BOTTLING PLANT, NATIONAL HIGHWAY 8, VILLAGE HARIYALA, TAL - MATAR Dist-KHEDA – 387411
Page 23 of 45
Signature & Rubber stamp of Tenderer
SCOPE OF WORK Annex- III
The scope of work necessarily, but not exclusively includes the following activities:-
a. Bharat Petroleum Corporation Ltd. LPG Bottling Plant AHMEDABAD Inviting Two part BID from experienced Bidder’s having experience in design, supply, installation & Commissioning of Pressure testing of cylinders facilities with painting unit . Bidder scope of work for supply of material is defined in Annexure I.
b. The scope of work is defined in the Special Conditions of Contract and specifications. The Contractor shall provide all necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and maintenance of the work till completion unless otherwise mentioned in these tender documents. All materials that go with the work shall be approved by Engineer-in-Charge prior to procurement and use.
c. The bidder will be required to design, supply, installation and commissioning of pressure testing &
painting facilities for LPG cylinders at AHMEDABAD LPG Bottling Plant.
d. The bidder shall provide spares and necessary support to Bharat Petroleum Corporation Ltd. LPG Bottling Plant AHMEDABAD on technical issues for all equipment. The support terms should be clearly mentioned in the bid.
e. The bidders are expected to accept all technical/commercial terms & conditions mentioned in the bid document. Any deviations in the terms and conditions should be clearly mentioned. Bharat Petroleum Corporation Ltd. LPG Bottling Plant AHMEDABAD however, reserves the right to reject any or all of the offers with deviation.
f. All the items should be delivered within 3 Months time from the date of placement of order.
g. Bidder will deliver all the materials at Bharat Petroleum Corporation Ltd. LPG Bottling Plant AHMEDABAD.
h. PAYMENT TERMS: A. 60% payment will be made within 15 days of receipt of material at AHMEDABAD LPG Plant B. 30% will be made after satisfactory completion / testing / commissioning of facilities as per the specifications. C. 10% will be retained towards retention amount. The said retention money will be retained for a period of one year and paid to the Contractor after adjusting any dues of the Corporation against the Contractor under the workmanship/materials provided to the Contractor and /or against any other claims for any reason whatsoever under the Agreement which may arise within the said period of the one year. The retention period of one year will commence from the date of completion of the job (as reckoned by BPCL) . However retention money can be refunded against submission of Bank Guarantee valid for one year with a claim period of further 6 months. BG shall be obtained from any nationalized bank / Scheduled bank in the format provided by BPCL.
Page 24 of 45
Signature & Rubber stamp of Tenderer
i. Bidder will provide 1 year warranty support and arrange to repair /replace the defective within 48 hours of placing a call. The successful bidder shall undertake quarterly visit for maintenance / preventive maintenance in addition to attending breakdown calls if any. This shall be part of the warranty and no extra charges shall be paid.
Page 25 of 45
Signature & Rubber stamp of Tenderer
Annex- IV
SPECIAL TERMS & CONDITIONS:
TENDER NO: HRYL:LPG:ENGG:TEND:2014-15 / 02 Dated – 24.07.2014
SUB: DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF PRESSURE TESTING AND PAINTING FACILITIES FOR LPG CYLINDER AT AHMEDABAD LPG PLANT (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED BID) Note: Bidders must read these conditions carefully and comply strictly while submitting their bids. 1. The rates should be firm and no revision will be allowed. Rates quoted should be inclusive of all taxes,
freight, supply and installation at the AHMEDABAD LPG plant and any other levies as applicable i.e. FOR at AHMEDABAD LPG PLANT. No other rate/amount except those quoted in the schedule will be paid.
2. You are invited to submit your offer (ONLY THE REQUIRED DOCUMENTS) in a sealed envelope by
post/courier or hand delivery to be posted in the tender box before closing date /time indicated on the following address. The tenderer should not specify his/her name on the sealed envelope.
3. BPCL reserves the right to accept/ignore any quotation in part or full or withdraw this tender enquiry
altogether without/assigning any reason.
4. We request you to carefully go through all Tender documents before submitting your quotation. The tenderer who wishes to make a site visit, prior to quoting/intense seeking any clarification regarding the supply of material/installation can contact our office during normal working hours (Monday to Saturday between 9:00 am to 5:30 p.m.). Contact Nos. ASHISH KHANDELWAL – 08980440901 , PIYUSH J GUJARATHI – 09409382805
5. The quotation along with all enclosed tender conditions & schedule of quantities and specifications,
duly signed on each page by an authorized signatory should reach our office at the address given below on or before 1500 hrs. on 08.08.2014.
6. Corrections, if any, should be attested by full signature of tenderer. Over writing should be avoided. 7. The Company reserves the right to reject any one of the offer without assigning any reasons. 8. The tenderer should sign and seal on each page of the General Conditions of Tender and special
conditions of Tender and return one copy along with the tender. 9. If the tenderer is not willing to quote for the tender; please inform us by way of regret through e-
bidding/Post/Courier. Address: TERRITORY MANAGER(LPG)
BHARAT PETROLEUM CORPN LTD LPG BOTTLING PLANT, VILLAGE HARIYALA, TAL – MATAR, Dist-KHEDA (GUJARAT) – 387411.
Page 26 of 45
Signature & Rubber stamp of Tenderer
10. The tenderer is advised not to address the tender in the name of any of the BPCL’s officers nor write their names etc. on the envelope containing bids. Deviation of this condition shall attract rejection of tender summarily.
11. All data relevant to past experience in dealing with similar jobs shall add weightage while evaluating the tenders technically’
12. Any deviations from General or Special Conditions of tender should be attached as a separate sheet indicating clearly all the points of deviation.
13. Time being essence of contract strict adherence to delivery schedule mentioned in PO/LOI should be maintained and work to be executed in location.
14. If there is any contradiction on various terms and conditions at various places in tender documents, the stipulation of special terms and conditions will prevail and supercede others.
15. Vender should submit all relevant documents of all FLP Switches, Glands and Push button stations etc. Flame proof Certificates duly approved by CMRI.
16. The successful bidder has to provide complete solution for a Pressure Testing Unit with a capacity of minimum 125 Cylinder per hour at Bharat Petroleum LPG Bottling Plant, Ahmedabad.
17. THE BIDDER IS EXPECTED TO EXAMINE ALL INSTRUCTIONS, forms, terms, and specifications in the bidding documents. Failure to furnish all information required in the bidding documents or submitting a Bid not substantially responsive to the bidding documents in any respect may result in the rejection of the Bid.
18. THE BIDDER SHALL BEAR ALL THE COSTS associated with the preparation and submission of its bid, and purchaser in no case will be responsible or liable for these costs, regardless of conduct or outcome of bidding process.
19. PROFESSIONAL EXCELLENCE AND ETHICS. Tendering Authority requires that all Bidders participating in this Bid adhere to the highest ethical standards, both during the selection process and throughout the execution of the contract.
20. FAILURE OF THE SUCCESSFUL BIDDER to comply with all the requirements shall constitute sufficient grounds for the annulment of the award, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.
Page 27 of 45
Signature & Rubber stamp of Tenderer
21. AMENDMENT/CANCELLATION. The Tendering Authority reserves the right to cancel this Tender at any time without any obligation to the Bidders. The Tendering Authority at any time, prior to the deadline for submission of Proposals, may amend the Tender by issuing an addendum in writing or by standard electronic means. The addendum will be binding on all the Bidders. Bidders shall acknowledge receipt of all amendments. To give Bidders reasonable time in which to take an amendment into account in their Proposals, the Tendering Authority may, if the amendment is substantial, extend the deadline for the submission of Proposals.
22. THE TENDERING AUTHORITY RESERVES THE RIGHT TO ACCEPT ANY BID not necessarily the lowest, reject any bid without assigning any reasons and place the order on all or some items specified in the proposal.
23. CONDITIONAL BIDS: If a bidder imposes conditions, which is in addition to or in conflict with the conditions mentioned herein, his bid is liable to summary rejection. In any case none of such conditions will be deemed to have been accepted unless specifically mentioned in the letter of acceptance of bid issued by the Tendering Authority.
24. PERIOD OF VALIDITY. Bids shall remain valid for 90 days after last date for bid submission prescribed by the purchaser which may be extended with mutual consent. A bid valid for a shorter period may be rejected by the purchaser as non-responsive.
25. LATE BIDS. Any bid received by the Tendering Authority after the deadline for submission of bids will be
rejected and will not to be considered.
26. DELIVERY SCHEDULE The items shall be supplied at the destination site, Installed and commissioned as mentioned under scope of work within 3 months time from the date of LOI / PO.
27. ACCEPTANCE TESTING The equipment will be tested by the Purchaser under BPCL application environment. The equipment will be qualified technically once it passes all the tests as per the procedure, as specified in annexure VII with satisfactory performance. In case of disqualification the same will be technically rejected and will not be considered for price bid evaluation.
28. PROPRIETARY RIGHTS The supplier shall indemnify the Purchase against all third party claims of infringement of patent, copy right, trademark, license or industrial design rights, software piracy arising from use of goods or any part thereof in the Purchaser's country.
29. TERMINATION FOR DEFAULT
The purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the supplier, terminate this contract in whole or in part.
a. If the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract, or any extension thereof granted by the purchaser.
Page 28 of 45
Signature & Rubber stamp of Tenderer
b. If the supplier fails to perform any other obligation (s) under the contract; or c. If the supplier, in either of the above circumstances does not rectify / remedy its failure within
a period of 30 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser. In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms and in such manner as it deems appropriate; goods similar to those undelivered and the supplier shall be liable to the purchaser for any excess costs for such similar goods and services.
30. TERMINATION FOR INSOLVENCY
The purchaser may at any time cancel the order by giving written notice to the supplier, if the supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.
31. TERMINATION FOR CONVENIENCE
The purchaser, may by written notice sent to the supplier, terminate the contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the purchaser's convenience and the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.
The purchaser at the purchaser's discretion may purchase the Goods that are complete and
ready for shipment within fifteen days after the supplier's receipt of notice of termination on the contract terms and prices. For the remaining goods, the purchaser may elect:- a. to have any portion completed and delivered at the contract terms and prices; and/ or b. to cancel the remainder and pay to the Supplier and agreed amount for partially completed
goods and for materials and parts previously procured by Supplier.
32. RESOLUTION OF DISPUTES The purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract. If, after thirty days from the commencement of such informal negotiations the purchaser and the supplier have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution as per Arbitration and Conciliation Act, 1996.
33. APPLICABLE LAW The contract shall be interpreted in accordance with the laws of India, irrespective of the place of delivery, the place of performance or place of payment under the contract. The contract shall deemed to have been made at the place in India from where the contract has been issued. i.e AHMEDABAD .
34. NOTICES Any notice given by one party to the other pursuant to this contract shall be sent in writing or by telegram or telex/able and confirmed in writing to Territory Manager, (LPG), BPCL LPG Plant Kheda – 387411 (AHMEDABAD) A notice shall be effective when delivered or on the notice's effective date whichever is later.
Page 29 of 45
Signature & Rubber stamp of Tenderer
35. DEFENCE OF SUITS
If any action in court is brought against the Purchaser/ Consignee for failure or neglect on the part of the contractor to perform any acts, matters, covenants or things under the contract or for the damage or injury caused by the alleged omission of neglect on the part of the contractor, his agents, representatives or sub-contractors, workmen supplier or employees, the contractor in all such cases shall indemnify and keep the purchaser harmless from all costs, damages, expenses or decrees arising out of such action.
36. PROGRESS REPORT
During the various stages of the work in pursuance of the contract, the supplier shall at his own cost submit daily progress report or as may be required by the Purchaser.
37. INSPECTION & TESTS
The purchasee or its representative shall have the right to inspect and / or to test the goods to confirm their conformity to the contract. The special conditions of contract and / or the technical specifications shall specify what inspections and tests the purchaser requires and where they are to be conducted. All the equipment and components will be tested/ inspected and certified by purchaser or its Authorised representative. The inspection and test will be conducted on the premises of the supplier or its sub contractor or at point of delivery. The inspection shall be arranged and borne by the supplier at no extra cost to the purchaser. Should any inspected or tested goods fail to confirm to the specification the purchaser may reject them and the supplier shall either replace the rejected goods or make all alterations necessary to meet specification requirements free of cost to the purchase. The purchaser right to inspect, test and where necessary, reject the goods after the goods arrival at destination shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the purchases or its representatives prior to the goods, dispatch Ex-factory/ warehouse.
38. WARRANTY :
The tenderer should guarantee the performance of Pressure testing and painting facilities for workmanship for 1 (one year) from the date of commissioning of the system. During the warranty period the successful bidder shall arrange to repair /replace the defective within 48 hours of placing a call. The successful bidder shall also undertake quarterly visit for maintenance / preventive maintenance in addition to attending breakdown calls if any. This shall be part of the warranty and no extra charges shall be paid.
39. LIQUIDATEDDAMAGES:
If the successful tenderer does not complete the work in the stipulated time, the Company reserves the right to recover liquidated damages at 0.5% of the total contract value for every week of delay or part there of subject to a maximum of 5% of the total contract value until the work is satisfactorily completed and handed over. This is in addition to clause no.29 mentioned above.
Page 30 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE- V TECHNICAL DETAILS OF PRESSURE TESTING FACILITIES
BPCL proposes to have design, supply, installation and commissioning of pressure testing & painting
facilities for LPG cylinders at AHMEDABAD LPG plant. The purpose of these facilities is inhouse testing of
DPT cylinder. The design parameters shall be as under:
Technical Specification for Hydotesting and Painting unit
S.No Item BPCL-Specifications Vendor -Specification
1 2 x 10 head Hydrotesting testing unit suitable for 14.2 kg/ 19 kg cylinders: Machine should be fully automatic.
Type
Tilting type with control panel to control closing/opening of water/air valves (ROV's) as per sequence of operation with the provision of Auto cut off at Preset hydro test pressure of 25.35 kg/cm2. It is suitable for 25.35 kg/cm2 complete in all respect including all accessories, equipment etc. The unit consists basically of a frame and tilting cradle made out of IS: 2062 material. A pneumatic system is provided to operate the pressure-testing unit. The Unit facilitates testing of 14.2 Kg & 19 Kg size cylinders in batches. The unit consists of Low pressure & High pressure pumps. This equipment must also have the facility to fill the cylinders with water and simultaneously release LPG vapour from Cylinder. The in- built degassing system should collect LPG vapour from cylinders and transfer to closed water tank and provision to release this collected vapour from this tank to approximately 100 Mtr. distance and shall be suitably laid/supported. The pipe to be used from hydro testing unit to water tanks to be of 2” ERW MS and from this collecting tank to de-gassing point with a pipe size ½’ dia of ERW MS Pipe. The necessary ball valves, flanges, etc to be supplied as per the requirement. Any other specifications to be followed as per the advice of concerned officer.
Hydro testing pressure pump with high
Page 31 of 45
Signature & Rubber stamp of Tenderer
pressure of up to 30 Kg/sq cm FLP make to be supplied.
Cycle Time for 10 head
Up to 6 minutes excluding Cylinder handling time.
No of unit. 2 X 10 head hydro testing bench
Pneumatics Like Cylinder, Valves, timers etc.
Festo/Numax or as approved by BPCL
Valves CS Ball valves of 300# with Hard Seat. Audco/ Precision/Virgo make as approved by BPCL.
ROV/Rotary actuator
Rotex/Elomatic or as approved by BPCL
Hoses Superseal/markwell or as approved by BPCL suitable for 70 kg/cm2 WP.
Pressure Gauges 100mm/150 mm Dial size as per requirement. Glycerin filled H-Guru/MASS/WIKA make with SS internal fittings
Cage Pipe (SUITABLE FOR 14.2/19 KG CYLS)
50 mm NB tubular structure, MS-ERW-C class
Main Frame ISMC 150 X 75
Rack & Pinion MS duly hardened
Adopter MS
Piping for water Seamless Sch 40, 50 mm dia upto rack and 25 mm dia within the rake.
Flanges & Fittings 300#
Swivel Joint 25 mm size SS swivel joint with flange end of 300#
Sight Glass Astha make
Water storage tank
One no common tank of size 2 MX 1.2 M X 1.0 M (H) MS tank, made of 3MM thick plate with suitable stiffeners and with baffle arrangements (total 3 chambers) & strainer with hinged cover in two parts.
Water Inlet Line
Water inlet line shall be provided with 3 way valve (CS, 300#, hard seat Flow chem. /fisher Xomox make or as approved by Bpcl) or two nos ball valves with auto operation combination through pneumatic circuit.
Low pressure Pump
Qty One common pump for both the racks.
Make Kirloskar/KSB or as approved by BPCL
Page 32 of 45
Signature & Rubber stamp of Tenderer
Flow 450 LPM with 30 m Head
Casing & Impeller Cast Iron-Grade 20 IS210
Shaft EN-9 or SS
Motor Bharat Bijlee/Crompton Greaves/ KEC or as approved by BPCL
RPM 1500
Operation Manual closing with preset timer arrangement (max 2.0 min), NRV to be provided as per requirement. ROV of discharge line will close first then ROV of inlet line will close to build up the suitable pressure in the cylinders.
High Pressure Pump
QTY 2 Nos, One each for individual Rack.
Make Kirloskar/KSB or as approved by BPCL
Type Reciprocating Pneumatic Type
No. of Cylinder One, maximum 25 mm bore size
Design /Test Pressure
Design Pressure:- 30.0 kg/cm2, Test Pressure:- 35 kg/cm2
Body Material Cast steel
Operation
Step by step pressure built up with auto cut at set pressure of 25.35 kg/cm2 and full back up safety by providing pressure release valve (set pr 28 kg/cm2) SRV of size 25 mm. SRV make Tyco Sanmar/marshal or as approved by BPCL. Total 2 no SRV's shall be required.
Emergency Shut Off Switch
One emergency shut off switch shall be provided to close all the operations pneumatically.
Type of Painting booth
Water curtain type
painting gun
3 nos (Including one spare Gun) HVLP type, Bellows/Graco/Hard Davis make or as approved by BPCL.
Water curtain Collector
Water screen shall be made of 1.6 MM SS sheet. Water tank will be fabricated with 3mm MS sheet with suitable stiffeners.
Duct
Blower intake duct shall be upto water level of paint booth and exhaust duct shall be extended to a water tank kept at the ground floor. Size of this water tank shall be 450mm x 450 mm x 450 mm, made of 3 mm thick MS Sheet.
Motor for blower
2.2KW FLP, 3 phase, 415 V, Crompton/Bharat Bijlee/Kirloskar Make,
Page 33 of 45
Signature & Rubber stamp of Tenderer
FLP ON/OFF switch
Water pump 2 nos pump (including one stand by), 1 HP monoblock, single phase
Paint thickness measuring instrument
Dial type 0-100 micron, with least count less than 5 micron- 1 no. Intrinsically safe.
Pressure feed container
25 Lts capacity-2 nos and 2 nos 9 Lts capacity tanks (3 mm MS plate) for thinner. All containers should be designed for 10 kg/sq.cm working pressure.
Accessories for painting unit
Suitable good quality paint & Air hoses non collapsible type which can withstand vacuum also. Party to provide one set of hoses as spare.
Air Dryer Supply & installation of Air dryer with 3.7 Kw FLP motor & Closed container.
3 Pneumatic test bench 6 cylinder
Water bath cum air filling and testing arrangement suitable for 14.2/ 19.0 kg cylinders.
Single position air filling, immersion in water and testing arrangement shall be provided. 6 Gun air filling arrangement shall be provided. All the cylinders shall be dipped in the tank with the help of suitable pneumatic cylinders in the same position. After testing, cylinders shall be lifted to original position. Air shall be taken to another air vessel for reusing the same for water draining of cylinders. Air filling Auto cut off at 12.0 kg/cm2. All pneumatics shall be Festo/Numax make or as approved by BPCL. It includes 1 No. tank made up of 3 mm MS Sheet suitable for accommodation for 6 No. of LPG Cylinders, 1 No. of cage suitable for 6 no. LPG Cylinder, 6 No. of air filling gun with hose pipe, 6 No. of pneumatic control for air filling gun. 4 No. of pneumatic cylinder for cage up & down to stop the floating of cylinder inside the water, 1 common header, 1 pressure gauge & 1 air regulator, etc. complete
Water Tank Supply & Water Tank for degassing & dewatering and filling of cylinders of Capacity 1000 liters with necessary nozzles
Page 34 of 45
Signature & Rubber stamp of Tenderer
& water level indicator (2000 MM X 1200 MM X 1000 MM (H) size made of 3 mm thick MS plate with suitable stiffeners).
Cage Pipe (SUITABLE FOR 14.2/19 KG CYLS)
Suitable structure for 6 cylinders at a time.
4 Air compressor
Minimum 50 to 65 CFM reciprocating/rotary compressor of repute make like IR/Atlas copco or as approved by BPCL, suitable for pneumatic testing of cyls at 12 kg/cm2. Discharge pressure (unload pr) should be 20.0 kg/cm2 and load pressure should be 15.0 kg/cm2. This compressor should be suitable to meet the complete air requirement of all the equipments like Hydotesting unit, pneumatic testing and painting unit etc. Compressor shall be provided with suitable skid mounted panel with various safety tripping like low lube oil, High discharge pressure, high discharge temp, Safety relief valve with suitable testing arrangement of these tripping. The motor and panel should be of FLP type having certification from CMRI.
Air receiver
1000 lit capacity, Designed as per ASME Section VIII Division-1 with all necessary nozzle, connections & all safety valves, SRVs with relevant test certificates.
5 Spare Air receiver
One no. 1000 Lts capacity air receiver for reusing air released from pneumatic tested cylinders. This air shall be used for draining of water from cylinders. Designed as per ASME Section VIII Division-1 with all necessary nozzle, connections & all safety valves, SRVs with relevant test certificates.
6 Providing & Fixing Hook / Roller Chain conveyor (Overhead Conveyor) for cylinder movement.
Technical Specifications: Providing & fixing Hook/ Roller Chain Conveyor for cylinder Movement with following specifications:- CHAIN TYPE of 4 Wheel Biplanar Chain CONVEYOR LENGTH as required. CHAIN PITCH 12'' (304.8mm.) HANGING PITCH 24'' (609.6mm.);LOAD WHEELS 47mm. O/D X 14mm. Thick.; GUIDE WHEEL 47mm. O/D X 14mm. Thick.; LOAD LINKS
Page 35 of 45
Signature & Rubber stamp of Tenderer
32mm. X 4mm. EN - 8;GUIDE LINKS 32mm. X 4mm. EN - 8;CRUCIFORM 8 BG Cold Formed And work hardened;EXCLE 12.7mm. Dia case hardened. TRACK Angle Track 5mm Thick with 4mm Thick track bracket at every 625mm. BENDS All Horizontal Bends Minimum Radius 1200mm. & Vertical Bend Minimum Radius 1200mm. GEARBOX Double Reduction Warm Gearbox oil cooled(Make Premium Greaves or Shanti);OVERLOAD SAFETY -Shear Pin Arrangement; CONVEYOR SPEED - Variable as per Requirement; TENSION UNIT is of Screw type, with hangers as desired. SUPPORTING STEEL The Conveyor can be supported from ground with vertical steel structure of required load bearing capacity, Fabricated out of standard rolled section available and the entire track and structure to be coated with 2 coats anti rust epoxy primer and 2 coats of epoxy paint of approved make/ color.
7 Drive Unit for Overhead Conveyor
The driving unit is of Corner Sprocket Type 3 hp 1440 RPM suitable for A.C. 3 phase with any of the following make Crompton, ABB, BBL or as approved by BPCL.
8 Chimney & Pipeline for degassing and cold flare of cylinders 30 mtr away from any facility.
Pipe size – 1 “ Chimney size – 4” dia * 5 meter height with hood.
9 Electronic check scale :Electronic Check Scale Technical Specifications: Make : Essae Terraco or equivalent. Type- Flameproof, approved by CMRI. Load Capacity – 100 kg Least Count – 10 grams Design /Model : Approved by Weights and Measures Department.
Page 36 of 45
Signature & Rubber stamp of Tenderer
10 Torque wrenches, tools, and gauges etc., Punching and Company Label /Stenciling Arrangement. Lamp with magnetic rod with flameproof adapter suitable to convert 230 volt to 9volt.
General Terms & Conditions:-
1 All electrical fittings/motors shall be FLP-WP IP 55. Local FLP-WP IP 55 start/stop push button shall be provided for all the electrical motors/equipments. Air compressor panel shall be FLP.
2 All structure including painting booth, water tanks, and air receiver shall be painted with two coat of epoxy primer and two coat of epoxy paint. Surface shall be cleaned with sand blasting.
3 Party shall be required to prepare drawing for all the equipments/pipe line work & shall obtain BPCL approval before commencement of job.
4 All the test certificate including material test certificate shall be co-related.
5 Final acceptance shall be at BPCL plants after final commissioning and testing of the equipments/system.
6 Work Scope shall include supply, fabrication of complete associated water/air pipeline work for the equipments, including foundation, grouting work etc complete.
7 The entire PT testing / painting facilities will be installed in licenced hazardous area approved by PESO. Accordingly all equipments, accessories etc supplied should be suitable for operating in Hazardous area and necessary certificates shall be produced by the bidder
8 Work Completion period 3 months from the date of LOI.
Page 37 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE- VI BID FORM
To,
Territory Manager (LPG) M/s Bharat Petroleum Corporation Limited LPG Bottling Plant, National Highway - 8, Village Hariyala, Takuka - Matar, District Kheda - 387411 Sir, Having examined the bidding documents, we undersigned, offer to supply and deliver (description of goods and services) in conformity with the said bidding documents as per the prices given in the price schedule. We undertake, if our bid is accepted, to complete the job in all respects /commissioning within 3 months from the date of LOI / PO. We agree to abide by this bid for a period of 90 days from the date fixed for bid opening in instructions to bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof, shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. Dated _____ day of________ 2014 Seal & Signature of the Bidder
Page 38 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE-VII
COMMITMENT LETTER FOR SUPPORT FROM PRINCIPAL MANUFACTURER Date................................... To, Territory Manager(LPG) M/s Bharat Petroleum Corporation Limited LPG Bottling Plant, National Highway - 8, Village Hariyala, Takuka - Matar, District Kheda - 387411 Dear Sir, Ref.: Tender No. I / We ........................................................................ hereby commit & confirm the following:
a. The duration of the service support including periodical quarterly visit and breakdown visit will be for a period of one year warranty from the date of commissioning of facility.
b. The service support will be provided onsite and will not be charged extra. c. The service support will be comprehensive hence no extra charges are to be paid for
any Hardware failure. Signature.............. Name.................... Designation...................
Page 39 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE-VIII DECLARATION
Date................................... To, Territory Manager(LPG) M/s Bharat Petroleum Corporation Limited LPG Bottling Plant, National Highway - 8, Village Hariyala, Takuka - Matar, District Kheda - 387411 Dear Sir, Ref. : Tender No. I / We .................................................................................................................. hereby confirm that our firm has not been banned or blacklisted by any government organization/Financial institution/Court /Public sector Unit /Central Government. Signature of Bidder........... Place: Name.................... Date: Designation................... Seal
Page 40 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE-IX DECLARATION 'A'
We have carefully studied the tender and submit our offer after having fully understood the same. We hereby agree to abide by and fulfill all the Terms and Conditions incorporated in the Agreement which should be deemed to form a part of this tender. Date : Place : Signature of Tenderer with Seal
DECLARATION 'B'
We declare that we do not have any employee who is related to any employee of the Corporation We have the following employees working with us who are near relative of the Corporation. Name of the Employee Name and Designation of the Officer of the Corporation 1.____________________________________________________________________ 2.____________________________________________________________________ 3.____________________________________________________________________ 4.____________________________________________________________________ Date : Place :
Page 41 of 45
Signature & Rubber stamp of Tenderer
Annexure X
INFORMATION REGARDING THE TENDERER
1. Name of the firm : 2. Whether Public Ltd./Private Ltd./Proprietorship : Or Partnership Firm
3. Registered Office address with Pin Code :
4. E-mail address of Registered Office :
5. Phone No./Fax No. of the Registered Office : 6. PAN Number of the Company / Partnership : Firm /Proprietorship Firm
7. Name & Designation of the Holder of : Power of Attorney on behalf of Company /
Proprietorship firm or Partnership firm
8. Name of the partners with their profit sharing : Ratio
9. Address of Holder of Power of Attorney : With telephone No. /Fax No./E-mail ID
10. Address of the Factory where job : To be carried out with Pin Code number
11. Telephone. No. / Fax Number & E-mail ID : Of the factory premises
12. Name and Tel. No. of the Plant-in-Charge : With Tel. No. /Fax No. & E-mail ID
13. Mumbai Office Address, if any, with Tel. No./ : Fax No. / E-mail ID
Page 42 of 45
Signature & Rubber stamp of Tenderer
Annexure XI
TENDERER’S CREDENTIALS, BIO-DATA AND BUSINESS STANDING
1 Name of the Applicant (Authorised Signatory)
2 Nationality
3 Office Address of the Authorised signatory with Tel. Nos.,
Mobile No. Fax, E-mail ID
4 Registered office address of the firm with Telephone No.,
Fax, E-Mail ID etc.
Enclose copy of Memorandum of Association with all
amendments endorsed by Registrar of Companies
5 Residential Address of Authorised Signatory with
Telephone No., Fax, E-Mail ID etc.
6 Whether the firm is a private or public limited concern, or
Hindu Undivided family, Proprietor/ Individual or a
registered partnership firm?
7 Year of establishment
8 Registration No. if any.
9 PAN Number of the firm/Proprietor - MUST ENCLOSE COPY OF LAST INCOME TAX RETURN FILED.
10 Name of person holding Power of Attorney
11 Office/Residential address of holder of Power of Attorney
12 Nationality of Person holding Power of Attorney
13 Liabilities of Person holding Power of Attorney
14 Name of Partners /Directors
15 Full addresses of the partners/Directors
16 Liabilities of the partners/Directors
(Registered copy of partnership deed or Memorandum of
Page 43 of 45
Signature & Rubber stamp of Tenderer
Association to be enclosed)
17 Name of Banker and full address with details of Account
No., Type of Account, and Bank MICR Code. Enclose Xerox
copy of cheque.
18 Whether applicant has qualified persons with technical and
process background to deal with above job concerning
safety & security of LPG Plant
(List of persons, along-with their qualifications and
experience shall be enclosed)
19 Details of jobs executed during last 3 years with
supporting.
20 Any other relevant information, the entrepreneur may
wish to furnish.
We have read the tender documents and understood the same in full and declare that we will
abide by the same.
We also enclose the tender document duly signed in token of our acceptance.
SIGNATURE:
DATE:
NAME OF THE APPLICANT (Authorized Signatory)
Page 44 of 45
Signature & Rubber stamp of Tenderer
Annexure XII BANK DATA DETAILS
National Electronic Fund Transfer (NEFT) Mandate Form (Mandate for receiving payments through NEFT from Bharat Petroleum Corporation Ltd)
1) Vendor Name
2) Vendor Code
3) Permanent Account Number (PAN)
4) Particulars of Bank Account
a) Name of the Bank
b) Name of the Branch
c) Branch Code
d) Address
e) City Name
f) Telephone No
g) NEFT IFSC Code - Mandatory
h) 9 digit MICR code appearing on the cheque book
i) Type of Account (10/11/13)
j) Account No.
5) Vendor’s e-mail id
6) Date of effect
(Please enclose a photocopy of the cancelled cheque to enable us to verify the details mentioned above) We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect information, we would not hold the company responsible.
Signature of the Vendor
Bank Certificate
We certify that ___________________________________________ has Account No _____________________ with us and we confirm that the details given above are correct as per our records. Date: Place: ________________________ Authorised Official of Bank
Page 45 of 45
Signature & Rubber stamp of Tenderer
ANNEXURE-XIII BANK GUARANTEE TO BE SUBMITTED ON NON-JUDICIAL STAMP PAPER OF Rs.100/-
GUARANTEE BOND FOR EARNEST MONEY DEPOSIT
In consideration of the Bharat Petroleum Corporation Limited having its registered office at "Bharat
Bhavan" 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai 400 001 (hereinafter called "the Corporation")
having agreed to exempt M/s. _____________________________________ hereinafter called “the said
contractor(s) having registered office at
____________________________________________________________ from payment of Earnest
Money/Security Deposit against Tender No. ___________________ dated __________ issued by
Corporation on production of a Bank Guarantee for Rs. __________/- (Rupees ________________________
only).
We, _________(name of bank) ____________ do hereby undertake to indemnity and keep indemnified the
Corporation to the extent of Rs. _____________/- against any loss of damage caused to or suffered by the
Corporation by reason of any breach by the said Contractor(s) of any of the terms and conditions contained
in the Tender Notice /documents /agreements /contract.
We, ________ (name of bank) ___________ further agree that the guarantee herein contained shall
remain in full force and effect during the period upto award of the contract, commencement of job and/or
period of contract.
We, ________ (name of bank) ___________ further agree with the Corporation shall be the sole judge of
and as to whether the said contractor has committed any breach or breaches of any of the terms and
conditions of the tender or the contract and the extent of loss, damage, costs, charges and expenses caused
to or suffered by or that may be caused to or suffered by the Corporation of account hereof to the extent of
the Security Deposing required to be deposited by the contractor in respect of the said tender or the
contract and the decision of the Corporation that the said Contractor has committed such breach or
breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or
suffered by or that may be caused to or suffered by the Corporation from time to time shall be final and
binding on us.
Notwithstanding anything contained herewith in forgoing, our liability under this Guarantee is restricted to
Rs._________/-. The Guarantee shall remain in force till ______________ unless a claim under this
Guarantee is made within six months from the date herein before mentioned the Corporation shall have no
rights under these presents.
We, ________ (name of bank) ___________ lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of the Corporation in writing.
Dated ____________ day of ___________ 2014
For ____________________________
(Indicate the name of bank)