Page 1 of 3
BHARAT PETROLEUM CORPORATION LIMITED MUMBAI REFINERY, MAHUL
MUMBAI – 400 074, INDIA
Central Procurement Organisation (Refineries)
SUBJECT: SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR
ELLIPSOMETRIC (ETR) FOR QUALITY ASSURANCE LAB IN BPCL - MUMBAI
REFINERY
REF. : CRFQ No. 1000287065, e-Tender No. 28368
DUE ON
03.10.2017 at 11:00 Hrs. (IST)
PRE-BID MEETING ON 12.09.2017 AT 10.00 HRS (IST)
AT
CPO (REFINERIES), MUMBAI REFINERY,
MAHUL, MUMBAI-4000074, INDIA.
PHONE: +91-22-25533133/25533129
Page 2 of 3
1.0 INTRODUCTION :
Bharat Petroleum Corporation Limited (BPCL) – Central Procurement Organization
(Refineries) invites quotations for the “Supply of JFTOT with interferometric Tube
Rating (ITR) or Ellipsometric (ETR) for Quality Assurance Lab in BPCL-Mumbai Refinery”
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).
Tender can be downloaded from any of the following 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 JFTOT WITH INTERFEROMETRIC
TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR)
Scan copy of Full
Document
3 PROFORMA FOR DECLARATION REGARDING
HOLIDAY LISTING
Scan copy of Full
Document
4 INTEGRITY PACT AGREEMENT FORMAT 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)
To be filled in
e-procurement portal
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 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
12 TECHNICAL DEVIATION FORM Scan copy of Full
Document
13 COMMENCIAL DEVIATION FORM Scan copy of Full
Document
14 FORMAT FOR BIDDER’S INFORMATION Scan copy of Full
Document
15 ANTI PROFITERING DECLARATION Scan copy of Full
Document
Page 3 of 3
16 BPCL SUPPLIER/ VENDOR ADVISORY ON
ENVIRONMENTAL CRITERIA
Scan copy of Full
Document
17 GST DETAILS Scan copy of Full
Document
18 POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL 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 19 PRICE 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, followin gs 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.: +91-22-25533133,
e-mail: [email protected]
Shri B.K.Basu, Procurement Leader-CPO(R), BPCL – Mumbai Refinery, Mahul,
Mumbai-400074.
Tel no.: +91-22-25533129,
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 5
Annexure-1
PRE-QUALIFICATION CRITERIA
SUB : SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR)
FOR QUALITY ASSURANCE LABORATORY IN BPCL MUMBAI REFINERY
REF : CRFQ NO. 1000287065, E-tender no. 28368
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. PQ CRITERIA REQUIREMENT
RESPONSE
BY THE
BIDDER
1.0 TECHNICAL
1.1
a) Bidder shall be either Original
Equipment Manufacturer (OEM) /
OEM’s Indian Subsidiary or OEM’s
Authorized Indian Representative of
JFTOT with interferometric Tube Rating
(ITR) or Ellipsometric (ETR) - a Quality
Assurance Laboratory Instrument.
b) Authorized Indian Representative of
the Instrument JFTOT with
interferometric Tube Rating (ITR) or
Ellipsometric (ETR) shall submit a
certificate from OEM / OEM along with
Indian Subsidiary as applicable
regarding corporate undertaking to be
jointly and severally responsible for
proper and timely execution of the
contract and discharge of liabilities of
its Indian Representative.
a) Bidder to submit
documentary proof
b) Bidder to submit
documentary proof
1.2
Foreign bidder must have authorized
Indian representative. Indian
representative must have established
service set-up with sufficient qualified
permanent manpower and be
capable of providing regular
maintenance service for JFTOT with
Bidder to submit documentary
proof which includes name
and complete details of
Authorized Indian Agent /
Dealer.
Page 2 of 5
interferometric Tube Rating (ITR) or
Ellipsometric (ETR).
1.3
Bidder must have successfully
executed at least one Purchase Order
for supply, installation & commissioning
of JFTOT with interferometric Tube
Rating (ITR) or Ellipsometric (ETR) in
India / Abroad in last 3 years in
Petroleum Refinery Laboratories / R&D
Centres.
Bidder to submit all relevant
documents i.e. copies of
Purchase Order/s describing
the Make, Model No., Order
quantity of the instrument
quoted by them, proof of
supply of the instrument during
preceding 3 years to be
counted prior to bid due date.
1.4
. The Laboratory Instrument i.e. JFTOT
with interferometric Tube Rating (ITR) or
Ellipsometric (ETR) supplied as
specified in Clause-1.3 above should
have completed a minimum of 6
months of satisfactory operation.
Bidder to submit Performance
Certificate of the Instrument as
documentary proof.
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 INR 29.5 Lakhs
(USD 45951 / EURO 39022)
2.2 Net worth of the bidder as per the
audited books of account for the latest
financial year.
Should be positive
The ‘Note to Bidders’ and the ‘Documents to be submitted by the Bidders’ for Pre-qualification are
mentioned below:
1) Note to Bidders:
i) Bidder shall meet the Technical Criteria Clause 1.1 to 1.4 for the same instrument with
Model No., Make which they are going to quote against the tender.
ii) 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.
iii) Bidder shall submit satisfactory performance certificate of the relevant Lab Instrument
supplied by them by giving detailed reference (e-mail address / contact details) of end
user(s). Owner (BPCL) shall have the right to obtain feedback directly from any or all end
user(s) about performance of the Laboratory Instruments supplied by the Bidder at their
location/s.
iv) Submission of authentic documents is the prime responsibility of the bidder. Wherever BPCL
has concern or apprehension regarding the authenticity /correctness of any document, BPCL
reserves the right of getting the documents cross verified from the document issuing authority.
In case of non-submission of the required documents or ambiguity or incomplete documents,
BPCL reserves the right to reject the bidder's tender without assigning any reason.
v) Bidder shall not be on the Holiday List of BPCL/MOP&NG/Any Other Oil PSEs and shall submit
the declaration for the same.
vi) Bidder shall note that the Bid evaluation will be on the basis of lowest total landed cost (L1) of
JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR).
Page 3 of 5
vii) Exchange rate of foreign currency conversion to Indian Rupees shall be considered as per TT
selling rate published by the State Bank of India on the previous working day of opening of the
Pre-Qualification Bid for the PQ criteria evaluation.
2) Other documents to be submitted by the Bidders:
- All relevant documents i.e. copies of Purchase Order/s describing the Make, Model No., Order
quantity of the instrument/s quoted by them, proof of supply of those instrument & satisfactory
performance as specified in PQ Technical Criteria Clause 1.3 & Clause 1.4.
- 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 ending 31.03.2017. Further, for bidders who have
not finalized their books of account for the financial year 2016-17, evaluation of these criteria
would be done based on immediately preceding three financial years ending on 31.03.2016.
- Declaration of “Holiday Listing” and “Integrity Pact”.
- In case, a foreign bidder submits any of the Pre-Qualification support documents in any
language other than English, then it will be the responsibility of such foreign vendor to also
provide the English translation copy of the same duly certified, stamped and signed by their
Local Chamber of Commerce / Notary of their country.
Signature : ___________________________
Name : ______________________________
Official Seal : _________________________
Page 4 of 5
Annexure-1A
SUB : SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR)
FOR QUALITY ASSURANCE LABORATORY IN BPCL - MUMBAI REFINERY
REF : CRFQ NO. 1000287065, E-tender no. 28368
Details of Proof of meeting the Pre-Qualification Criteria Sr. No. 1.3. 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 :
Page 5 of 5
Annexure-2
Specifications for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 1 of 4
Jet Fuel Thermal Oxidation Tester (JFTOT) as per ASTM D-3241/IP 323(Latest version), ISO 6259along with Multi wavelength Ellipsometric Heater tube scanner and confirming to the following Details and technical specifications: The main Instrument should be a standalone unit and should be equipped with the following Features:
1. Instrument should be equipped with Quick connect sample and waste heads that
minimize jet fuel vapor exposure to the user and environment
2. Instrument should have sample filtration system separate from instrument to avoid spillage on instrument and closed sample aeration system minimize exposure to vapors
3. Instrument should have mechanism to prevent Air draft effect on test section. Test should not start until the section doors are is closed.
4. Instrument should have Radio frequency identification device for Intelligent Heater Tubes (IHTs)
5. Instrument should have automatic heater section to detect electrically shorted to the test section before test. Automated breakpoint sequence to determine fuel breakpoint temperature.
6. Instrument should be equipped with Real-time sample flow sensor to monitor and display of real flow rate during test. Calibrated flow meter should measure actual flow and calculate volume of fuel used during test
7. Instrument shouldable to prevent spillageduring test and disassembly of heater tube section. This should also prevent dripping of fuel from bulkhead fittings between tests.
8. Instrument should be provided with tool-less fasteners for all routinely assembled test components. In addition tool-less connections should be possible for line connections, the bus-bar clamps and pre-filter housings.
9. Instrument should be capable of Auto-prime sample pump – to push fuel to the pump to ensure priming of pump without operator assistance.
10. Instrument should be equipped with vertically mounted high capacity air dryer that quick-connects. This should be installed in the instrument for easy access.
Annexure-2
Specifications for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 2 of 4
11. Instrument should be supplied with Color touch screen with non-Windows based computer system to save much needed bench space for keyboard and mouse and should be easy to update via USB drive.
12. Instrument should be capable of connecting to data system through software for easy access and unlimited data storage.And Connectivity to LIMS.
13. Instrument should be capable of carrying out automatic test runs, to reduce the time spend by operator for the monitoring of the test.
14. Instrument should ensure fuel is purged with air, the sample test section is washed with sample and the test is initiated and the run to be completed without any operator intervention.
15. Instrument should have been provided with menu driven programming for complete step-by-step guidance for standard or customized test programs.
16. Instrument should have been equipped with an accurate HPLC pump for better flow accuracy and ease of operation.
17. The Unit should also haveFacility to measure humidity & shut off unit in case of RH greater than 20%.
18. Built-in safety system that can stop the flow of test fuel in the event of any leak or tubing break.
19. Critical Operating characteristics of apparatus to be as per ASTM D 3241-06 Table # 2
20. Instrument should be supplied with all other accessories for trouble free operation.
21. To ensure traceable, accurate, and secure jet fuel thermal oxidation testing, Heater tube should electronically store all the important data from JFTOT instruments directly onto the heater tube.
22. Data can be transferred from the JFTOT instruments either directly or via computer interface, or can be entered directly through a MS Windows-based application.
Annexure-2
Specifications for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 3 of 4
Technical specs:
Minimum required features of the analyzer are listed below: 1. Sample Capacity: Min 600 ml or more. 2. Fuel Pre- treatment. 3. Fuel System Pressure : 500 psig ± 10% 4. Fuel Flow rate : 3.0 ml/ Min ± 10 % 5. Test duration : 150 ± 2 Min 6. Differential Pressure: 0-300 mmHg. 7. Test Temperature: 100-380 degree C. 8. Provision for aeration at 1.5 L/min air flow rate as per method.
Heater Tubes:
1. The JFTOT Instrument should be supplied with high quality heater tubes which are capable of storing all result data’s electronically for better traceability and security for jet fuel testing.
2. The heater tube should have been equipped with a RF Identification device to permanently store the result data’s to enable to keep the tube and the results data together for facilitating traceability and ensuring accuracy.
Heater Tube specification:
1. Tube length : 161.925 +/- 0.254 mm. 2. Out Side diameters – Centre section : 3.175 +/- 0.051mm. 3. Inside Dia : 1.651 +/- 0.051mm 4. Surface finish : nm 50 +/-20 5. Standards : ISO 15693 RF protocol.
Multi-WavelenthEllipsometric Jet Fuel Thermal Oxidation Heater Tube Scanner
1. Multi Wavelength Ellipsometric JFTOT Heater tube scanner to provide pass/fail
results with a full 2D and 3D thickness map defining maximum deposit thickness and volume to suit ASTM D3241 application with the following specifications:
2. Instrument should be fully automatic, stand alone and should be capable of
operating with minimum or no training with one button operation.
3. Instrument should be capable of measuring Normal JFTOT Heater tubes and Intelligent JFTOT Heater tubes.Also heater tubs run on any other JFTOT
4. Principle of Analysis : As per the method
5. Standard Test Method : To follow ASTM D3241. 6. Measurement range :
Deposit Thickness : 0 to 500nm. Deposit Volume : 0 to 0.5 mm3.
Annexure-2
Specifications for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 4 of 4
7. Stated Precision :
Repeatability :< 2nm. Reproducibility :> 4nm.
8. Instrument should be capable of measuring the tube in less than 10 minutes.
9. Light source: LED.
10. Estimated Light source Life: More than 30,000 Hrs.
11. Number pf measuring points: 1200.
12. Results: Instrument should be capable of providing seamless integration of
JFTOT and tube scanner data in to a unified report.
13. Numerical heater tube scan
a. Objective pass/fail results
b. Quantifiable HT deposit thickness and volume
c. Unified test report with results from JFTOT & Tube scanner.
d. Data integration using Intelligent Heater Tubes.
14. Results should incorporate the following:
a. Heater Tube Number
b. Sample ID
c. Pass/Fail Result
d. Deposit Thickness
e. Deposit Volume
f. 2D & 3D Color Map
15. The scanner should be capable of storing the results in the Intelligent Heater
Tube.
16. Instrument Validation: Automatic Validation using five Atomic Layer Deposition
Tubes.
17. Internal memory : Up to 2000 Results.
18. Pass word protection to be incorporated.
19. Calibration / Validation Log : Custom validation range selection.
20. Connectivity / out put : 3 x USB, 1x Ethernet LAN, Network Printer Connectivity
should be available, power 230V - 50 Hz .
General Terms & Conditions for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 1 of 3
Vendor to fill-up and submit the following general terms & condition signed and stamped, along with the offer.
GENERAL TERMS & CONDITIONS
Sr. No
Description Vendor compliance (YES/NO)
1 Spare parts and consumables: Vendor to quote rates (individually) for
complete spare parts for each equipment and consumables for two years
of trouble free operation and maintenance.
N.B: Apart from the vendor submitted list, if any material is required during
these period same shall be supplied by vendor without any time & cost
implication to BPCL.
2 Software & Documentation: Vendor to submit three hard copies of
original (in English language) instruction, operation and maintenance
manuals and one soft copy (CD) along with the supply. Back-up Software
CDs shall be supplied along with equipment.
Apart from the above, following minimum documents (hard copies) to be supplied along-with Equipment -
• Operation / Service Manual
• Detailed list of all spare parts
• Details of the preventive maintenance
3 Inspection/Internal Test report: The Instrument shall undergo factory testing and OEM shall be fully responsible for completing all the in-house testing and calibration of the Instrument for the functional requirement as per tender specification. Vendor to submit the OEM internal test report including calibration report and factory setting parameter report before dispatch of the material for BPCL approval.
4 Performance test and guarantee: Vendor shall guarantee the equipment
supplied for satisfactory performance for a period of 12 months from the
date of successful commissioning to the satisfaction of BPCL in-charge.
Any deficiency observed during this period shall be set right by the vendor
at free of cost.
Vendor shall be responsible for the quality, proper design, workmanship
and operation of all equipment, accessories supplied for a period of 12
months from the date of taking over by the owner at site.
General Terms & Conditions for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 2 of 3
It is to be noted that during the defect liability / warranty period, vendor will
take complete responsibility for any defect observed in the equipment
including replacement of equipment / component at no extra cost.
5 Training: Vendor to impart operational and service training on the
instrument to BPCL personnel (8 persons) for 3 days or till to BPCL’s
satisfaction at BPCL site, Mumbai.
6 Annual Maintenance Contract (AMC): Vendor to submit year-wise offer
for Annual maintenance contract with their standard terms and conditions
including no. of visits for at least 2 years after warranty period. There shall
be 4 visits in one year for preventive maintenance and any number of
visits for emergency breakdown of equipments.
7 Performance track record (PTR): Vendor should confirm that the quoted
model is the latest one & shall have at least six months performance track
record for similar application. The documentary evidence and user list in
India for the offered equipment shall be submitted for evaluation along
with the offer. The technical offer will not be evaluated in absence of this
information.
8 Installation & Commissioning: Installation & commission of the
instrument at BPCL Quality laboratory shall be under vendor's scope. It is
vendor's responsibility to demonstrate the performance of the equipment
to the fullest satisfaction of BPCL engineers and as per the relevant
standards.
9 Service backup: Vendor shall have proper service support for offered
system in India and to provide after sale service with experience and
trained engineers. Vendor to furnish in their offer the service agency’s
brief performance history, years of handling experience of similar
equipment, Postal Address, Telex and Fax numbers and contact persons
name etc. in India / preferably in Mumbai.
10 Delivery: Preferably within ten weeks of placement of purchase
order/LOI. Vendor to indicate the same.
11 Logistic Support Letter: Vendor to provide the logistic support letter of
Ten years for the offered Instrument as per enclosed format (Annexure-A)
12 Supply: It is vendor's responsibility to supply all the required
accessories/tools to successfully commission and make the equipment
General Terms & Conditions for Jet Fuel Thermal Oxidation Tester (JFTOT) Apparatus
Page 3 of 3
fully functional to its intended use and the same to be included in the
basic price of the main instrument.
13 Quotation: Vendor’s quotation of the complete equipment/ Instrument
shall comprise the prices of all the necessary accessories/tools.
Each of the mandatory / consumable spares shall have complete model
no / part no with unit price.
Year wise AMC rate to be quoted i.e AMC for 1st year & AMC for 2nd year.
14 Space, Environment & power requirement etc pre installation requirement
of the instrument to be indicated in the quotation. M/S BPCL shall provide
stabilized (through 10KV stabilizer) 230VAC power supply at a single
point (Any further power distribution required, shall be under vendor’s
scope).
15 PC requirement: Vendor to indicate the PC requirement if any along with
the offer. If PC is required, vendor to indicate the minimum hardware configuration with operation software requirement in the offer. It will be vendor’s responsibility to install & configure the necessary software (except OS, Office & Anti-virus) for proper functioning of the instrument. Vendor to note that, vendor offered software shall be latest version only.
16 Hardware & software capabilities of the instrument to be indicated in the
quotation.
17 Vendor to conform that quoted equipment shall abide to the latest
international safety norms (necessary certificate to be provided).
18 Comply/deviation statement: Vendor to submit the compliance / deviation
statement of technical specification in the following format, along with
technical bid. The offers will not be evaluated without this statement.
Sr. No. Item BPCL Requirement Vendor's Offer Deviation Remark
Annexure -A
CERTIFICATE FOR LOGISTICS SUPPORT FOR JET FUEL THERMAL
OXIDATION TESTER (JFTOT) APPARATUS
(To be signed by Principal’s corporate level signatory on company’s letterhead)
I, on behalf of M/s______________________________ confirm that the
___________ for _______________________ measurement quoted by
M/s_______________________________ for M/s BPCL-MR against Tender No.
__________________ shall continue to be supported by us for a period of minimum
Ten years. The quoted system shall not be withdrawn from Indian market as a matter
of our corporate policy.
I further confirm that in case of placement of order by BPCL-MR on us, we shall
continue to support BPCL-MR in providing back-up engineering, maintenance support
and spare part support for a period of Ten years from the date of placement of order.
SIGNATURE WITH SEAL
AUTHOURIZED, SENIOR
MANAGEMENT LEVEL
SIGNATORY
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. 1000287065, E-tender no. 28368
---------------------------------------------------------------------------------------------------------------------------
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 JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR) for Quality
Assurance Laboratory in BPCL-Mumbai Refinery” (CRFQ-1000287065, e-Tender No. 28368). The
Principal values full compliance with all relevant laws and regulations, and the principles of economi c
use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s an d
Supplier/s.
In order to achieve these goals, the Principal cooperates with the renowned international Non-
Governmental Organisation "Transparency International" (TI). Following TI's national and international
experience, the Principal will appoint an Independent External Monitor who will monitor the tender
process and the execution of the contract for compliance with the principles mentioned above.
Section 1 - Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal, personally or through family members, will in
connection with the tender, or the execution of the contract, demand, take a promise
for or accept, for himself/ herself or third person, any material or immaterial benefit
which he/she is not legally entitled to.
b) The Principal will, during the tender process, treat all Bidders with equity and reason.
The Principal will, in particular, before and durin g the tender process, provide to all
Bidders the same information and will not provide t o any Bidder confidential/
additional information through which the Bidder cou ld obtain an advantage in relation
to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive
suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate
disciplinary actions.
Page 2 of 5
Section 2 - Commitments of the Bidder/ Contractor/ Supplier
((11)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr ccoommmmiittss iittsseellff ttoo ttaakkee aallll mmeeaassuurreess nneecceessssaarryy ttoo pprreevveenntt
ccoorrrruuppttiioonn.. HHee ccoommmmiittss hhiimmsseellff ttoo oobbsseerrvvee tthhee ffoolllloowwiinngg pprriinncciipplleess dduurriinngg hhiiss ppaarrttiicciippaattiioonn iinn tthhee
tteennddeerr pprroocceessss aanndd dduurriinngg tthhee ccoonnttrraacctt eexxeeccuuttiioonn..
aa)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr wwiillll nnoott,, ddiirreeccttllyy oorr tthhrroouugghh aannyy ootthheerr ppeerrssoonn oorr ffiirrmm,, ooffffeerr,,
pprroommiissee oorr ggiivvee ttoo aannyy ooff tthhee PPrriinncciippaall''ss eemmppllooyyeeeess iinnvvoollvveedd iinn tthhee tteennddeerr pprroocceessss oorr tthhee
eexxeeccuuttiioonn ooff tthhee ccoonnttrraacctt oorr ttoo aannyy tthhiirrdd ppeerrssoonn,, aannyy mmaatteerriiaall oorr iimmmmaatteerriiaall bbeenneeffiitt wwhhiicchh hhee//sshhee
iiss nnoott lleeggaallllyy eennttiittlleedd ttoo,, iinn oorrddeerr ttoo oobbttaaiinn iinn eexxcchhaannggee,, aannyy aaddvvaannttaaggee ooff aannyy kkiinndd wwhhaattssooeevveerr
dduurriinngg tthhee tteennddeerr pprroocceessss oorr dduurriinngg tthhee eexxeeccuuttiioonn ooff tthhee ccoonnttrraacctt..
b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission or
non-submission of bids or any other actions to rest rict competitiveness or to
introduce cartelisation in the bidding process.
c) The Bidder/ Contractor/ Supplier will not commi t any offence under the relevant Anti-
Corruption Laws of India; further the Bidder/ Contr actor/ Supplier will not use
improperly, for purposes of competition or personal gain, or pass on to others, any
information or document provided by the Principal a s part of the business
relationship, regarding plans, technical proposals and business details, including
information contained or transmitted electronically .
d) The Bidder/ Contractor/ Supplier will, when pre senting his bid, disclose any and all
payments he has made, is committed to, or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.
(2) The Bidder/ Contractor/ Supplier will not insti gate third persons to commit offences outlined
above or be an accessory to such offences.
Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts
IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa vviioollaattiioonn ooff SSeeccttiioonn 22 oorr
iinn aannyy ootthheerr ffoorrmm ssuucchh aass ttoo ppuutt hhiiss rreelliiaabbiilliittyy oorr ccrreeddiibbiilliittyy aass BBiiddddeerr iinnttoo qquueessttiioonn,, tthhee PPrriinncciippaall iiss
eennttiittlleedd ttoo ddiissqquuaalliiffyy tthhee BBiiddddeerr ffrroomm tthhee tteennddeerr pprroocceessss oorr ttoo tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy
ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn..
(1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation of
Section 2 such as to put his reliability or credibi lity into question, the Principal is also entitled
to exclude the Bidder/ Contractor/ Supplier from future contract award processes. The
imposition and duration of the exclusion will be de termined by the severity of the
transgression. The severity will be determined by the circumstances of the case, in particular
the number of transgressions, the position of the transgressors within the company hierarchy
of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of
6 months and maximum of 3 years.
Page 3 of 5
(2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidences, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including th e lack of any hearing before the decision
to resort to such exclusion is taken. This undertak ing is given freely and after obtaining
independent legal advice.
(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the damage
caused by him and has installed a suitable corrupti on prevention system, the Principal may
revoke the exclusion prematurely.
Section 4 - Compensation for Damages
(1) If the Principal has disqualified the Bidder fr om the tender process prior to the award
according to Section 3, the Principal is entitled t o demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitl ed
to terminate the contract according to Section 3, the Principal shall be entitled to demand and
recover from the Contractor/ Supplier liquidated damages equivalent to Security Deposit/
Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder/ Contractor/ S upplier can prove and establish that the
exclusion of the Bidder from the tender process or the termination of the contract after the
contract award has caused no damage or less damage than the amount of the liquidated
damages, the Bidder/ Contractor/ Supplier shall compensate the Principal only to the extent
of the damage in the amount proved.
Section 5 - Previous Transgression
(1) The Bidder declares that no previous transgression occurred in the last 3 years with any other
Company in any country conforming to the TI approac h or with any other Public Sector
Enterprise in India that could justify his exclusio n from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/ Subcontractors
(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal before
contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors/ Suppliers and Subcontractors.
(3) The Principal will disqualify from the tender p rocess 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 unde r this agreement.
(2) The Monitor is not subject to instructions by t he representatives of the parties and performs
his functions neutrally and independently. He repor ts to the Chairperson of the Board of the
Principal.
(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the Bidder/
Contractor/ Supplier. The Bidder/ Contractor/ Suppl ier will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to this
project documentation. The same is applicable to Su bcontractors. The Monitor is under
contractual obligation to treat the information and documents of the Bidder/ Contractor/
Supplier/ Subcontractor with confidentially.
(4) The Principal will provide to the Monitor suffi cient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Principal and the Bidder/ Contractor/ Supplier. The parties offer to the
Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal
the violation, or to take other relevant action. The Monitor can in this regard submit non-
binding recommendation. Beyond this, the Monitor ha s no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action. However, the
Independent External Monitor shall give an opportun ity to the Bidder/ Contractor/ Supplier to
present its case before making its recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and,
should the occasion arise, submit proposals for cor recting problematic situations.
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
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)
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 INR/USD/EURO______ (__________________________________________________) 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 INR/USD/EURO (_______________________________) 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 INR/USD/EURO.__________________(__________________
____________________) 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 INR/USD/EURO
(__________________________________) Our guarantees shall remain in force
until_____________________________________________ unless a suit or action to enforce a claim
under_________________________________________ Guar antee 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.
1
Official Seal : _________________
Sr.
No.Description of Item Qty UOM
Basic
Price/Unit
Total Basic
Price
Currency:
1.0 Supply, Inspection & Testing of JFTOT with
interferometric Tube Rating (ITR) or Ellipsometric
(ETR) including accessories/ Commissioning
spares & tools as per Tender Specification.
1 No. Quoted/Not
Quoted
Quoted/Not
Quoted
2.0 Installation, Commissioning and Training Services
of the Instrument at BPCL Quality Assurance
Laboratory in Mumbai Refinery as per Tender
Specification
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
3.0 Charges for Annual Maintenance Contract for the
1st year after guarrantee period is over as per the
Scope of the Tender
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
4.0 Charges for Annual Maintenance Contract for the
2nd year after guarrantee period is over as per the
Scope of the Tender
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
5.0 Spares for two years' trouble free Operation &
Maintenance ofJFTOT with interferometric Tube
Rating (ITR) or Ellipsometric (ETR):
5.1 Quoted/Not
Quoted
Quoted/Not
Quoted
5.2 Quoted/Not
Quoted
Quoted/Not
Quoted
5.3 Quoted/Not
Quoted
Quoted/Not
Quoted
5.4 Quoted/Not
Quoted
Quoted/Not
Quoted
5.5 Quoted/Not
Quoted
Quoted/Not
Quoted
5.6 Quoted/Not
Quoted
Quoted/Not
Quoted
5.7 Quoted/Not
Quoted
Quoted/Not
Quoted
5.8 Quoted/Not
Quoted
Quoted/Not
Quoted
5.9 Quoted/Not
Quoted
Quoted/Not
Quoted
ANNEXURE-06A
E-Tender system No: 28368
M/s __________________(Bidder)
Signature : ___________________
BHARAT PETROLEUM CORPORATION LIMITED
Offer No. ____________________(Bidder’s Ref.)
Enquiry /CRFQ No. :1000287065
Name : _______________________
Indian Rupees
PRICED BID FORMAT (INDIAN BIDDER)VENDOR TO FILL UP THIS FORMAT WITH PQ BID MENTIONING "QUOTED" OR "NOT QUOTED" AS
THE CASE MAY BE. NO PRICES SHALL BE MENTIONED.
Fax No. ___________ ___________
Tel. No. : ________ _____________
Page 1
2
Sr.
No.Description of Item Qty UOM
Basic
Price/Unit
Total Basic
Price
PRICED BID FORMAT (INDIAN BIDDER)VENDOR TO FILL UP THIS FORMAT WITH PQ BID MENTIONING "QUOTED" OR "NOT QUOTED" AS
THE CASE MAY BE. NO PRICES SHALL BE MENTIONED.
5.10 Quoted/Not
Quoted
Quoted/Not
Quoted
SIGNATURE AND SEAL OF THE BIDDER
Note:Vendor shall indicate the name of Spares for two years' trouble free Operation & Maintenance quoted with complete
model no. / part no., quantity and Unit of measurement in the space provided under item 5.0.
Page 2
Official Seal : _________________
Sr.
No.Description of Item Qty UOM
FCA
Price/Unit
Total FCA
Price
Currency:
1.0 Supply, Inspection & Testing of JFTOT with
interferometric Tube Rating (ITR) or Ellipsometric
(ETR) including accessories/ Commissioning
spares & tools as per Tender Specification.
1 No. Quoted/Not
Quoted
Quoted/Not
Quoted
2.0 Installation, Commissioning and Training Services
of the Instrument at BPCL Quality Assurance
Laboratory in Mumbai Refinery as per Tender
Specification
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
3.0 Charges for Annual Maintenance Contract for the
1st year after guarrantee period is over as per the
Scope of the Tender
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
4.0 Charges for Annual Maintenance Contract for the
2nd year after guarrantee period is over as per the
Scope of the Tender
1 LS Quoted/Not
Quoted
Quoted/Not
Quoted
5.0 Spares for two years' trouble free Operation &
Maintenance ofJFTOT with interferometric Tube
Rating (ITR) or Ellipsometric (ETR) :
5.1 Quoted/Not
Quoted
Quoted/Not
Quoted
5.2 Quoted/Not
Quoted
Quoted/Not
Quoted
5.3 Quoted/Not
Quoted
Quoted/Not
Quoted
5.4 Quoted/Not
Quoted
Quoted/Not
Quoted
5.5 Quoted/Not
Quoted
Quoted/Not
Quoted
5.6 Quoted/Not
Quoted
Quoted/Not
Quoted
5.7 Quoted/Not
Quoted
Quoted/Not
Quoted
5.8 Quoted/Not
Quoted
Quoted/Not
Quoted
5.9 Quoted/Not
Quoted
Quoted/Not
Quoted
5.10 Quoted/Not
Quoted
Quoted/Not
Quoted
ANNEXURE-06B
E-Tender Sys No: 28368
M/s __________________(Bidder)
Signature : ___________________
BHARAT PETROLEUM CORPORATION LIMITED
Name : _______________________
Enquiry /CRFQ No. :1000287065
Offer No. ____________________(Bidder’s Ref.)
PRICED BID FORMAT (NON-INDIAN BIDDER)VENDOR TO FILL UP THIS FORMAT WITH PQ BID MENTIONING "QUOTED" OR "NOT QUOTED" AS
THE CASE MAY BE. NO PRICES SHALL BE MENTIONED.
Tel. No. : ________ _____________
USD / EURO
Fax No. ___________ ___________
Page 1
Sr.
No.Description of Item Qty UOM
FCA
Price/Unit
Total FCA
Price
PRICED BID FORMAT (NON-INDIAN BIDDER)VENDOR TO FILL UP THIS FORMAT WITH PQ BID MENTIONING "QUOTED" OR "NOT QUOTED" AS
THE CASE MAY BE. NO PRICES SHALL BE MENTIONED.
USD / EURO
SIGNATURE AND SEAL OF THE BIDDER
Note:
Vendor shall indicate the name of Spares for two years' trouble free Operation & Maintenance quoted with complete
model no / part no,quantity and Unit of measurement in the space provided under item 5.0.
Page 2
SPECIAL PURCHASE CONDITIONS Page 1 of 15
Annexure-7
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR)
FOR QUALITY ASSURANCE LABORATORY IN BPCL-MUMBAI REFINERY
SPECIAL PURCHASE CONDITIONS
REF : CRFQ NO. 1000287065, E-tender No. 28368
1.0 INTRODUCTION
1.1 e-Bids in 3 (three) parts are invited for the tender for “SUPPLY OF JFTOT WITH
INTERFEROMETRIC TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR) FOR QUALITY ASSURANCE
LABORATORY IN BPCL-MUMBAI 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 finalize the tender, based on the ‘Price Bids’ submitted by
the qualified Bidders. The Bidders should submit th eir best prices in the ‘Price 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 authorized Service Provider for
e-tendering.
2.0 SPECIAL TERMS AND CONDITIONS
SPECIAL PURCHASE CONDITIONS Page 2 of 15
2.1 The bidder should be a manufacturer of JFTOT WITH INTERFEROMETRIC TUBE RATING
(ITR) OR ELLIPSOMETRIC (ETR) and should have capability of supplying the same as per
tender specification.
2.2 The Instrument, found defective due to poor workmanship/ not meeting the
specification will be rejected and shall be replaced free of cost by the vendor.
2.3 Rates quoted shall remain firm till the execution of the contract period and no claims
for price escalation shall be entertained.
2.4 Items to be delivered by the vendors should be properly packed and sent, to avoid
any damage to the consignment. Supplied Instrument 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 Documen ts into separate sections and
volumes every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Agreement
so far as it may be practicable to do so.
3.4 All headings, subtitles and marginal notes to the c lauses of the GPC, SPC or to the
Specifications or to any other part of RFQ Document are solely for the purpose of
giving a concise indication and not a summary of th e contents thereof, and they shall
never be deemed to be part thereof or be used in the interpretation or construction
thereof.
3.5 The terms fully capitalized and/or initial capitali zed shall be interchangeable and
shall have the meaning as assigned to fully capital ized term or initial capitalised
term.
3.6 In BIDDING documents, at all such places where obligations are confined to
Purchaser alone, such provision to read as ‘Purchaser’s obligation to the extent the
context so means/ requires.
4.0 SUPPLIER’S SCOPE
4.1 Supplier’s scope shall include but not be limited t o -
SPECIAL PURCHASE CONDITIONS Page 3 of 15
a) Supply of Items as per tender technical specifications;
b) Preparation of Quality Assurance / Quality control program and execution of
same;
c) Testing;
d) Packing;
e) Installation;
f) Commissioning;
g) Training;
h) Spares for 2 years’ trouble free Operation & Maintenance;
i) AMC for 2 year after guarantee period;
j) Delivery of the material to BPCL site on door delivery basis by Indian Bidders.
However in the case of Non-Indian Bidders, the delivery of the material shall
be up to FCA International Airport Exit basis
5.0 OFFER VALIDITY
5.1 The offer should be valid for a period of 120 days from the final bid due
date/extended due date for award of contract.
6.0 APPLICABLE CHARGES & GST
6.1 Bidders are requested to quote their Packing and Forwarding charges in basic rate
and applicable freight and applicable GST rates separately.
6.2 All statutory Indian levies, if applicable is payab le 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.
6.3 The quoted basic rate shall also include all expens es towards all testing charges of
the Instrument at vender’s works.
7.0 ANTI PROFITEERING CLAUSE:
7.1 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.
Explanation: For the purpose of above clause, impact means and includes the
addition/reduction of taxes suffered on inputs, inp ut 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 co mply with all the requirements of
SPECIAL PURCHASE CONDITIONS Page 4 of 15
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-compli ance 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, liabilit y, 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.
8.0 FIRM PRICES
8.1 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.
9.0 PAYMENT
9.1 PAYMENT TERMS
100% payment will be made within 30 days from the date of delivery to Mumbai Refinery
and on submission of PBG for 10% of the order value valid till guarantee period plus six
months claim period and on submission of technical documents.
9.2 GENERAL
9.2.1 All payments shall be released within 30 days of receipt of invoice and all requisite
documents, i.e. Material Test Certificates, packing slips etc.
9.2.2 Performance Guarantee for 10% of order value by way of Bank Guarantee from any
Scheduled Indian Bank as per format provided in General Purchase Conditions (GPC).
9.2.3 The PBG should be valid for a period of 24 months f rom the date of supply or 18 months
from the date of commissioning (Guarantee period of 12 months from the date of
commissioning + 6 months claim lodging period) whic hever is earlier. The PBG should be
sent to BPCL directly by Vendor’s Banker.
9.2.4 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.
9.2.5 BPCL has tied up with SBI for implementation of SFM S (Structured Financial Messaging
Service) Bank Guarantee Process and the salient features are as given below: Vendors have
to issue SFMS Bank Guarantee for faster payments.
SPECIAL PURCHASE CONDITIONS Page 5 of 15
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, India
Account No: 11083980831
IFSC Code: SBIN0009995
10.0 DELIVERY SCHEDULE / COMPLETION PERIOD
10.1 Delivery: By Indian Bidders -
Vendor should supply the Instrument within 10 weeks of placement of LOA. Delivery
of the materials shall be made on FOT Site basis at BPCL - Mumbai Refinery. The
ordered items are to be delivered to the Refinery Warehouse at Mahul, Mumbai,
Maharashtra, India (Pin – 400074). The receipt of the supplies against the Call offs /
Purchase Order at location shall be considered as Delivery date for calculation of
Price reduction for delay.
Delivery: By Non-Indian Bidders -
In case of order on FCA Basis, the FCA delivery period for all supplies shall not be
later than 10 weeks from the date of LOA. In case the order is converted to CFR
basis, delivery period for supplies at Mumbai airport for all supplies shall not be later
than 12 weeks from the date of LOA. The receipt of the supplies at Mumbai airport
shall be considered as Delivery date for calculation of Price reduction for delay.
BPCL reserve the right to accept or reject offers with delivery period not in line with
BPCL requirement.
10.2 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.
10.3 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 may be
commercially rejected.
10.4 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.
SPECIAL PURCHASE CONDITIONS Page 6 of 15
11.0 PRICE REDUCTION SCHEDULE
11.1 Applicable as per attached GPC.
12.0 DESPATCH INSTRUCTIONS
12.1 Following dispatch documents are required to be submitted by the Supplier
immediately after shipment is made.
• Commercial Invoice
• LR / Challan/Airway Bill
• Packing List
• Quality Certificate
• Test Certificates
• Conformity Certificate
• Country of Origin certificate.
13.0 INSURANCE
13.1 Transit risk insurance shall be covered by BPCL (except insurance up to FCA port of
Exit for Non- Indian Bidders, and same shall be covered by them) and same shall not
be included in the quoted price by the bidders.
14.0 GENERAL PURCHASE CONDITIONS (GPC)
14.1 Attached General Purchase Conditions (GPC) shall be applicable for this contract.
15.0 GUARANTEE/ WARRANTY
15.1 Vendor shall guarantee the equipment supplied for satisfactory performance for a
period of 12 months from the date of successful commissioning to the satisfaction of
BPCL in-charge. Any deficiency observed during this period shall be set right by the
vendor at free of cost to BPCL.
15.2 Vendor shall be responsible for the quality, proper design, workmanship and
operation of all equipment, accessories/tools suppl ied for a period of 12 months
from the date of taking over by the owner at site.
16.0 QUALITY ASSURANCE / QUALITY CONTROL
16.1 The Supplier shall establish document and maintain an effective Quality Assurance
system outlined in recognized codes.
16.2 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.
16.3 No amendment in the specification will be entertained after placement of the
contract.
SPECIAL PURCHASE CONDITIONS Page 7 of 15
17.0 SUBMISSION OF OFFER
17.1 Bidders are requested to quote/fill the rate against each item in BPCL e- procurement portal.
Bidders to fill applicable charges and GST at BPCL-Mumbai Refinery in the e-procurement
portal only.
17.2 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 “NOT QUOTED” and HSN No. of
each item.
b. Signed, stamped and scanned copies of supporting do cuments 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).
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.
17.3 Following documents are to be filled online in the e-tender portal:
a) UN-PRICED BID (To be selected ” QUOTED” OR “NOT-QUOTED” in e-procurement portal)
b) APPLICABLE CHARGES, TAXES, DUTIES, FREIGHT ETC
c) PRICE BID FORMAT
17.4 Offer submitted by Telex/ Telegraph/ Fax/ e-Mail or Hard copy shall not be accepted.
17.5 BPCL shall not be responsible for any delay in uplo ading of offer by the bidder in
e-Procurement portal.
17.6 Bidders are to quote based on Specifications.
18.0 EVALUATION CRITERIA
18.1 Bidder shall note that the Bid evaluation will be on the basis of lowest total landed
cost (L1) of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR) to BPCL.
However, individual tendered quantity for the item shall be split only as per MSE policy. MSE
registered vendors should be manufacturer of the Instrument. Bidders have to submit the
MSE Entrepreneur Memorandum (EM-II) certificate for their manufacturing of the
Instrument.
18.2 Offers with precondition on minimum contract value/call off value are not acceptable and
their offer stand commercially rejected.
19.0 TENDER OPENING
SPECIAL PURCHASE CONDITIONS Page 8 of 15
19.1 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.
19.2 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.
20.0 EARNEST MONEY DEPOSIT (EMD) :
20.1 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.10000/ USD 160/ EURO 140
for this tender in PQ bid. For further details refer “Instructions To Bidders (ITB)”.
21.0 POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:
21.1 The guidelines for holiday listing shall be applica ble as per web link given below:
https://bharatpetroleum.in/pdf/holidaylistingpolicy final.pdf
21.2 Bidders are required to confirm that the Holiday Listing Policy of BPCL is read and
understood by them.
21.3 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.
21.4 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."
22.0 BID REJECTION CRITERIA:
22.1 The bidders shall adhere to the following provision s of the Bidding Document without taking
any deviations, failing which the Bid shall be cons idered to be non-responsive and are liable
to be rejected.
a. Defects liability period/ Guarantee Period
b. Advance payment
c. Non submission of EMD as applicable
d. Non submission of Holiday Listing declaration
e. Non submission of Integrity Pact
f. Any other rejection point specified elsewhere in the Request For Quotation (RFQ)
Documents
SPECIAL PURCHASE CONDITIONS Page 9 of 15
23.0 INTEGRITY PACT (IP):
23.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failu re to upload the IP duly signed
along with bid documents shall result in the bid no t being considered for further
evaluation.
23.2 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.
23.3 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.
23.4 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
24.0 ARBITRATION CLAUSE:
GPC Arbitration clause is revised as below:
24.1 Option “1”.
“Law, Arbitration and Jurisdiction:
A. Negotiation and Conciliation:
The Parties shall endeavour 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 Conciliati on Act, 1996 or any statutory
modification or re-enactment thereof.
II. All arbitration proceedings shall be conducted in E nglish 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
SPECIAL PURCHASE CONDITIONS Page 10 of 15
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 d ispute, 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:
24.2 Option “2”.
Any dispute arising out of or in connection with th is 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:
24.3 Option “3”.
Any dispute arising out of or in connection with th is 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 deed to be
incorporated by reference in this clause.
The Tribunal shall consist of one arbitrator. The l anguage of the arbitration shall be English.
This contract is governed by the Laws of India.
25.0 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT (PP-LC)
"MOP&NG has notified the purchase preference (linked with local content) for the procurement of
goods and services under Oil & Gas Projects in India. Under this Policy, the bidders are allowed to
avail the purchase preference linked with attaining the stipulated Local content.
Project owner reserves the right to allow Manufacturers or Suppliers or Service providers, purchase
preference as admissible under the prevailing policy, subject to their complying with the
requirements/conditions defined herein and submitting documents required to support the same.
SPECIAL PURCHASE CONDITIONS Page 11 of 15
In order to avail the Purchase preference under this policy, bidder shall achieve minimum Local
Content (LC) of 20% (2017-18), 22% (2018-20) and 25% (2020-22) (in line with Table - 2 of policy).
The Policy shall be implemented in the following manner.
a. In case the lowest (L1) bidder meets the stipulated LC criteria, the order shall be awarded to
such bidder.
b. In case none of the bidders meets the stipulated LC criteria, the order shall be awarded to the
Lowest bidder.
c. In case the lowest bidder does not meet the stipulated LC criteria, the bidders shall be ranked in
the ascending order of evaluated prices and next bidder meeting minimum stipulated LC and
with his evaluated price within a price band of (+) 10% of lowest bidder's evaluated price, shall
be given opportunity to supply 50% of the requirement by matching the lowest bidder's
evaluated price. However, if 50% quantity works out to a fraction of quantity, the bidder shall be
considered for next higher quantity. In case the quantity cannot be split, the order shall be
placed with the entire quantity.
d. In case there are more than one bidder within the price band of (+) 10% of lowest bidder's
evaluated price, they shall be ranked in ascending order of their evaluated prices. The
opportunity of matching the price shall be accorded starting from the lowest bidder out of these
bidders and in case of his refusal, to the next bidder, and so on.
e. In case none of the bidders who meet the stipulated LC criteria agree to match the lowest price,
the natural lowest bidder will be awarded the job.
f. The option in case of MSE bidders qualifying under both Policies, namely, Purchase Preference
under the Public Procurement Policy - 2012 (PPP - 2012) from MSE bidders and Purchase
Preference Linked with Local Content (PP-LC 2017) shall be exercised as under :
i. The MSE bidder can avail only one out of the two ap plicable purchase preference policies,
i.e. PP-LC 2017 or PPP-2012 and therefore, bidder will be required to furnish the option
under which he desires to avail purchase preference. This option must be declared within
the offer and in case bidder fails to do so althoug h he is eligible for both the Policies, his
offer would be evaluated considering PPP-2012 as 'the default chosen option.
In case a MSE bidder opts for preference under PPP-2012, he shall not be eligible to claim
benefit under PP-LC 2017 (irrespective of the fact whether he furnishes the detail of LC in his
offer and this LC meets the stipulated LC criteria).
ii. In case a MSE bidder opts for purchase preference based on PP-LC 2017, he shall not be
entitled to claim benefit of purchase preference benefit as applicable for MSE bidders under
PPP-2012. However, the exemptions from furnishing Bidding Document fee and Bid security
shall continue to be available to such a bidder.
g. In view of the above, the bidder's quoted prices against various items of enquiry shall remain
valid even in case of splitting of quantities of th e items, except in case of items where the
quantity cannot be split since these are to be awarded in a Lot or as a package or Group.
h. While evaluating the bids, for price matching opportunities and distribution of quantities among
bidders, the order of precedence shall be as under :
• MSE bidder (PPP-2012)
• PP-LC complied bidder (PP - LC)
Examples of Purchase Preference
Non divisible item
LI bidder is non MSE, non PP-LC bidder
L2 bidder is PPC-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If L3 bidder matches the LI price,
order shall be placed on him, otherwise option for matching the LI price shall be given to L2
bidder (PP-LC)
SPECIAL PURCHASE CONDITIONS Page 12 of 15
Divisible Item
LI bidder is non MSE, non PP-LC bidder
L2 bidder is PP-LC (within 10%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the LI price. If bidder matches the LI price, order
shall be placed on him for the quantity specified i n the bidding document. For the balance
quantity (i.e. 50% of tendered quantity/value) option for matching the LI price shall be given to
L2 bidder (PP-LC) Balance quantity shall be awarded to natural lowest bidder.
For further clarification, in case an item has quantity 4 nos. then 1 no. can be given to MSE
bidder, 2 to PP-LC bidder and left out 01 no. to natural LI bidder.
i. In case lowest bidder is a MSE bidder, the entire work shall be awarded to him without
resorting to purchase preference to bidders complying with Local Content.
j. In case lowest bidder is a PP-LC bidder purchase preference shall be resorted to MSE bidder as
per provisions specified in the enquiry document w.r.t. PPP-2012 only.
k. Certification of Local Content
Manufacturers of goods and/or providers of service, seeking Purchase Preference under the policy,
shall be obliged to certify the LC of goods, services or EPC contracts as under:
At bidding stage
Bidder shall furnish the percentage of the local content, taking into account the factors and criteria
listed out in the policy. These details shall be re quired only at aggregate level like supply value,
transport value and other heads given in the price schedule.
The bidder claiming the PP-LC benefit shall be required to furnish an undertaking on
bidder's letterhead confirming his meeting the Local Content and this undertaking shall be
certified as under :
• Where the total quoted value is less than INR 5 Crore
The LC content shall be self-assessed and certified by the authorized signatory of the
bidder signing the bid.
• Where the total quoted value is INR 5 Crore or above
i) The Proprietor and an independent Chartered Accountant, not being an employee of the firm,
in case of a proprietorship firm.
ii) Any one of the partners and an independent Chartered Accountant, not being an employee of
the firm in case of a partnership firm.
iii) Statutory auditors in case of a company. However, where statutory auditors are not
mandatory as per laws of the country where bidder is registered, an independent chartered
accountant, not being an Employee of the bidder's organization.
Note:
1. Sample formats for calculation of LC are enclosed as Appendix I, II & III (Use relevant
appendix for calculation of the local content - by bidder.)
2. LC of goods shall be computed on the basis of the c ost of domestic components in
goods, compared to the whole cost of product. The whole cost of product shall be
constituted of the cost spent for the production of goods, covering: direct component
(material) cost; direct manpower cost; factory overhead cost and shall exclude profit,
company overhead cost and taxes for the delivery of goods.
3. However, LC of service shall be calculated on the basis of the ratio of service cost of
domestic component in service to the total cost of service. The total cost of service shall
be constituted of the cost spent for rendering of service, covering: a) cost of component
(material) which is used ; b) manpower and consultant cost; cost of working
SPECIAL PURCHASE CONDITIONS Page 13 of 15
equipment/facility; c) general service cost, excluding profit, company overhead cost,
taxes and duties.
The onus of submission of appropriately certified documents lies with the bidder and the purchaser
shall not have any liability to verify the contents and will not be responsible for the same.
However, in case the procuring company has any reason to doubt the authenticity of the Local
Content, it reserves the right to obtain the complete back up calculations before award of work
failing which the bid shall be rejected.
After award of contract:
• Where the estimated value is less than INR 5 Crore:
The LC certificate shall be submitted along with each invoice duly self-certified by the
authorized signatory of the bidder
• Estimated value is INR 5 Crore or above:
Supplier shall provide the necessary local content documentation to the statutory auditor,
who shall review and determine that local content requirements have been met, and issue a
local content certificate to that effect on behalf of procuring company, stating the percentage
of local content in the goods or service measured.
However, procuring company shall also have the authority to audit as well as witness
production processes to certify the achievement of the requisite local content and/or to
obtain the complete back up calculation before award of work failing which the bid shall be
rejected and appropriate action may be initiated against the bidder.
Failure of bidder in complying with the local content post award:
In case a bidder, who has specified in his bid that the bid meets the minimum Local Content
specified in the enquiry document, fails to achieve the same, the following actions shall be taken by
the procuring company:
a. Pre-determined penalty @ 10% of total contract value
b. Banning business with the supplier/contractor for a period of one year.
To ensure the recovery of above pre-determined penalty, payment against dispatch/shipping
document shall be modified to the extent that the 10% payment out of this milestone payment shall
be released after completion of this milestone as well as submission of certification towards
achievement of Local Content as per provision of enquiry document. Alternatively, this payment can
be released against submission of additional bank g uarantee valid till completion schedule, plus 3
months or as required by purchasing company.
Purchase Preference in case where Negotiation is also required:
In case purchase preference is applicable, but negotiation is to be conducted with L1 bidder,
negotiation shall be carried out. MSE and/or LC com plied bidder shall be offered to match the
negotiated prices (even if, post negotiation, they are higher by more than 10% as compared to L1
bidder provided they were within 10% of L1 bidder as per original quoted prices) and left out
quantity, if any, as per provisions of enquiry document shall be awarded to that bidder.
26.0 GENERAL POINTS:
26.1 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
SPECIAL PURCHASE CONDITIONS Page 14 of 15
Enterprises, as admissible under the existing policies of Government of India and to JVs/
Subsidiaries as per BPCL guidelines.
26.2 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.
26.3 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.
26.4 Offers and all correspondence must be in English language only.
26.5 The material shall be packed in accordance with the rule in weatherproof, shipment/air
worthy eco-friendly packing, labeled and indicating clearly the description of item,
hazardous nature if any and precautions/care to be taken.
26.6 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 si gned 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 15 of 15
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries)
SUBJECT : SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR
ELLIPSOMETRIC (ETR) FOR QUALITY ASSURANCE LABORATORY IN BPCL -
MUMBAI REFINERY.
REF : CRFQ NO. 1000287065, E-tender No. 28368
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 JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR ELLIPSOMETRIC (ETR)
FOR QUALITY ASSURANCE LABORATORY IN BPCL-MUMBAI REFINERY
REF : CRFQ NO. 1000287065, E-tender No. 28368
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 Enginee r-in-charge for getting
information required for visiting the site locations well in advance. Bidders to obtain
all the information required for executing the contract from site. No request will be
entertained on this count even if bidders choose not to visit. No claim what so ever
may be shall be entertained on this ground.
5. BIDDING DOCUMENT, CLARIFICATION AND AMENDMENT
5.1. CONTENTS OF BIDDING DOCUMENT
5.1.1. The Bidding Document has been hosted on
• 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, notwithstanding 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 MSEs (DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of
Handicrafts and Handloom/Udyog Adhar or any other body specified by
Ministry of MSME.)
b) The Unit should be registered for the item tendered.
c) The monetary limit, if any, indicated in the registration certificate should cover
value of items ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted
in support.
f) Registration with DGS&D will not entitle a Tenderer to claim above exemption.
Units registered with National Small Industries Corporation (NSIC) or MSE subject to:
Such bidders must upload appropriate proof along wi th their "Bid", to show that
they are eligible for the exemption from EMD (application for registration as NSIC /
MSE or for renewal will not be acceptable), failing which such bid will be treated as
bid received without EMD and liable to be rejected.
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 sho rter period being non-responsive.
8.3. The bidder shall quote the price for item in the Price Schedule after careful analysis
of cost involved for the performance of complete work considering all parts of the
RFQ Documents. In case, any activity though specifically not covered but is required
to complete the work as per scope of work, scope of supply, specifications,
standards, drawings, GPC, SPC or any other part of RFQ Document, the prices quoted
shall deemed to be inclusive of cost incurred for such activity.
8.4. 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
13. CONFIDENTIALITY OF BID DOCUMENT
13.1. The bidder shall not disclose any information conta ined in the bid document or
otherwise supplied in connection with this bid to a ny third party, except for the
purpose of preparing its bid and shall require any such third party to treat such
information as confidential.
13.2. After the opening of bids, information relating to the examination, clarification,
evaluation and comparison of bids and recommendations concerning to award of
contract shall not be disclosed to Bidders.
Instruction to Bidders Page 10 of 21
14. SIGNING OF BID
14.1. The Bid must contain the name, designation, residence and place of business of the
person or persons submitting the Bid, and must be signed and sealed by the Bidder
with his usual signature. The names of all persons signing should also be typed or
printed below their signature.
14.2. Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid.
14.3. The Bidder’s name stated in the Bid shall be the EXACT LEGAL NAME OF FIRM /
COMPANY / CORPORATION, etc. as registered or incorporated.
15. SUBMISSION OF BIDS
15.1. Bids should be submitted through e-tendering portal in 3 part bid system (i.e., "Pre-
Qualification Bid”, “Technical Bid" & "Priced Bid") OR in 2 part bid system, (i.e.,
“Prequalification and Techno-commercial bid” & "Priced Bid" as described in SPC, in
complete accordance with tender documents and its attachments.
15.2. Bidders are to note that in case of 2 part bid system tenders, all the documents
mentioned against “Pre-Qualification Bid” and “Technical Bid” as indicated above
shall be submitted along with “Technical Bid”.
15.3. "Pre-Qualification Bid” shall be complete with all the required documents uploaded
as given below.
a. All required documents as per PQ criteria
b. Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid NSIC
Certificate) or Registration/ Exemption Certificate (if any).
c. Performa of Holiday List to be submitted properly filled.
d. Contact details of Vendor duly filled, signed and 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 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 Quali fied Bidders can view/ witness
the "Un-priced Bid" opening through the e-portal.
18.4. Price Bids:- The date and time of opening Price Bids shall be intimated separately to
the techno-commercially acceptable bidders and the price bids shall be opened
through e-portal. Such Techno-Commercially accepted bidders can view/ witness the
"Price Bids" opening through the e-portal.
19. CONTACTING THE OWNER/ OWNER REPRESENTATIVE
19.1. From the time of the bid opening to the time of the award, if any bidder wishes to
contact the Owner for any matter relating to the bid, it should done in writing.
19.2. Canvassing in any form by the Bidder or by any other Agency on behalf of the Bidder
after submission of the Bid may disqualify the said Bid. Any effort by a bidder to
influence BPCL in any manner in respect of bid evaluation in decisions concerning
award of contract will result in the rejection of that bid.
20. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
20.1. BPCL will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether the documents have been properly
signed, and whether the bids are generally in order.
20.2. Prior to the detailed evaluation, BPCL will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the RFQ Documents.
For the purposes of this determination, a responsive bid is one that conforms to all
the terms, conditions and specifications of the RFQ Documents without deviations,
objections, conditionality or reservations.
Instruction to Bidders Page 13 of 21
20.3. As part of examination, evaluation and comparison of Bids, the Owner may at his
discretion, ask Bidders individually for clarificat ion or call them for discussion of their
Bid.
20.4. For Techno-Commercial clarifications, bidders shall normally be given a cut off date
for furnishing clarifications. Clarifications received after the specified cut off date are
liable not to be considered for evaluation. Technical Query (TQ)/Commercial Query
(CQ) shall be issued to bidders through E-Mail/E Te ndering platform. Reply of TQ/CQ
shall also be received through E-Mail/E-Tendering platform.
20.5. Bidder shall not be allowed to submit any Price Implication or Revised Price after
submission of Bid, unless there is change in the st ipulations 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 State Bank of India i.e. SBI TT Selling rate of foreign exchange published
on previous working 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.
Instruction to Bidders Page 17 of 21
27. AWARD OF CONTRACT :
27.1. 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.
27.2. 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.
28. Purchase Preference to MSE’s:
28.1. 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.
28.2. 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).
29. INTEGRITY PACT (IP):
29.1. 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.
29.2. 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.
29.3. 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
Instruction to Bidders Page 18 of 21
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.
29.4. 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
30. POLICY FOR HOLIDAY LISTING OF VENDORS IN BPCL:
30.1. The guidelines for holiday listing shall be applica ble as per web link given below: https://bharatpetroleum.in/pdf/holidaylistingpolicy final.pdf
31. SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR UNDERTAKINGS
IN A PURCHASE OR SERVICE CONTRACT :
31.1. 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
conclusively. The Parties to the dispute will share equally the cost of arbitration as
intimated by the Arbitrator.
32. ARBITRATION CLAUSE:
GPC Arbitration clause is revised as below:
32.1. 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
Instruction to Bidders Page 19 of 21
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.
32.2. 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.
32.3. 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.
32.4. 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.
32.5. 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).
32.6. 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.
32.7. 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.
Instruction to Bidders Page 20 of 21
32.8. 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.
32.9. 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.
33. GENERAL POINTS:
33.1. 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.
33.2. Offers and all correspondence must be in English language only.
33.3. 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.
33.4. 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 : SUPPLY OF JFTOT WITH INTERFEROMETRIC TUBE RATING (ITR) OR
ELLIPSOMETRIC (ETR) FOR QUALITY ASSURANCE LABORATORY IN BPCL -
MUMBAI REFINERY
REF : CRFQ NO. 1000287065, E-tender No. 28368
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������ � (������������'����������� �������� � ���
�!� ��� ��������
�#� ��(��� �������
�$� ����������
�%� ���� ��������������� � ����
�&� ��� ����
��
�
�
�
ANNEXURE 9
�������������
�
�
�
�
�
�
�
���������� ���������������������
������ �����������������
� #$&!"!�!'"�(
�
�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�-�
�����+��� ���� ���
���������������*�
�����@�
ANNEXURE-10A
BHARAT PETROLEUM CORPORATION LIMITED
E-Tender System No:28368
Enquiry /CRFQ No. :1000287065 M/s___________(Bidder) Offer No. ____________________(Bidder’s Ref.) Signature : ____________________
Tel. No. : _________________________ Name : ______________________
Fax No. ___________________________ Official Seal : ___________________
COMMERCIAL CONDITIONS (INDIAN BIDDERS)
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
1.0 Indicate Despatch point TO SPECIFY
1.2 Confirm that the Prices shall be FIRM till complete execution of the order and shall not be subject to variation on any account.
TO NOTE AND CONFIRM
1.3 TAXES & DUTIES
1.3.1 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 tenure of the contract.
TO NOTE AND CONFIRM
1.3.2 Indicate the HSN Code of the offered Item/s
TO SPECIFY
1.3.3 Statutory variation in Taxes and Duties during contractual delivery period shall be to BPCL account. Any increase in the rate of Taxes and Duties beyond CDD shall be to vendor’s account. Confirm acceptance
TO NOTE AND CONFIRM
1.3.4 Prices quoted shall exclude transit insurance charges as the same shall be arranged by BPCL.
TO NOTE AND CONFIRM
1.4 TRANSPORTATION
1.4.1 The scope of the vendor includes transportation of all the supplied items to BPCL-Mumbai Refinery. Vendor to confirm acceptance.
TO NOTE AND CONFIRM
1.5 DELIVERY PERIOD
1.5.1 All the supplies as per the tender shall be delivered at site within 10 weeks from the date of LOA. The reciept of the equipment at site shall be considered as Delivery date for calculation of Price reduction for delay.
TO NOTE AND CONFIRM
1.5.2 Inspection certificate: Internal Test Certificate, Quality assurance certificate, Conformity certificate and Country of Origin Certificate for the equipment are to be submitted with Invoice during supply.
TO NOTE AND CONFIRM
1.5.3 Owner reserves the right for rejecting the offer/offers not meeing the above delivery period.
TO NOTE AND CONFIRM
1.5.4 In case vendor is ready to provide the items earlier than the above desired period, vendor to indicate the earliest delivery period
TO INDICATE
1.6 VALIDITY
1.6.1 Confirm quoted prices are valid for acceptance up to 120 days from the final due date / extended due date of RFQ.
TO NOTE AND CONFIRM
1.6.2 On account of exigencies, if the bidder is requested to extend the validity of their offer, the same should be extended without any deviation and without any change in price. Otherwise, in such an event, the offer is liable to be rejected.
TO NOTE AND CONFIRM
1.6.3 BPCL reserves the right to order the 2 years' mandatory/ consumable spares within a period of 24 months from the date of Purchase Order for original equipment. Hence, vendor to confirm that the validity of the mandatory/ consumable spares' prices shall be for a minimum period of 24 months from the date of ordering of the Instrument.
TO NOTE AND CONFIRM
1.7 PERFORMANCE BANK
GUARANTEE
1.7.1 Confirm that the vendor will furnish Performance Bank Guarantee for 10% of supply order value in the prescribed format from any Scheduled Indian Bank as per clause 14 of General Purchase Conditions (GPC) and as per format of PBG attached. (Annexure-9)
TO NOTE AND CONFIRM
1.7.2 The PBG should be valid for a period of 24 months from the date of supply or 18 months from the date of commissioning (Guarantee period of 12 months from the date of commissioning + 6 months claim lodging period) whichever is earlier. The PBG should be sent to BPCL directly by Vendor's Banker.
TO NOTE AND CONFIRM
1.7.3 In case submission of PBG is not accepted by the vendor, their offer will be liable for rejection.
TO NOTE AND CONFIRM
1.8 PART ORDER/ REPEAT ORDER
1.8.1 Part order shall be accepted by the vendor without any stipulation of minimum order value/ quantity. (However individual quantities will not be split).
TO NOTE AND CONFIRM
1.8.2 In case of part order, all lumpsum charges quoted extra, if any, viz. Documentation, testing,packing, other charges etc., can be considered on prorata value basis. Confirm compliance.
TO NOTE AND CONFIRM
1.8.3 Repeat Order : Vendor to confirm acceptance of repeat order within 12 months from the date of basic Purchase Order (PO).
TO NOTE AND CONFIRM
1.9 PRICE REDUCTION SCHEDULE
1.9.1 Acceptance to price reduction for delay in delivery beyond contractually agreed schedule @ ½% of undelivered order value per week of delay or part thereof, subject to a ceiling of 5% of total order value as per Clause No. 20 of BPCL’s GPC.
TO NOTE AND CONFIRM
1.9.2 In case this point is not accepted by the vendor, loading shall be done as per Clause 1.12.1.
TO NOTE AND CONFIRM
1.10 PAYMENT TERMS
1.10.1 For Supply: 100% payment against Receipt of Material at BPCL Site within 30 days through NEFT/RTGS and on submission of 10% Performance Bank guarantee (PBG) as specified and on submission of technical documents.
TO NOTE AND CONFIRM
1.10.2 For Installation, Commissioning & Training: 100% after successful completion of the Installation, Commissioning and Training based on certification from the Engineer-In-Charge.
TO NOTE AND CONFIRM
1.10.3 For Annual Maintenece Contract (AMC), Quarterly payment based on certification from the Enginner-In-Charge.
TO NOTE AND CONFIRM
1.10.4 Bank charges shall be to respective Accounts
TO NOTE AND CONFIRM
1.10.5 TAX DEDUCTION AT SOURCE (TDS): Tax deduction at source (TDS) at the applicable rates will be deducted from the running bills. Necessary certificates in this regard will be issued from BPCL.
TO NOTE AND CONFIRM
1.11 EVALUATION CRITERIA
Price evaluation will be done on overall landed cost basis including cost of Instrument,Operation and Maintenence spares for 2 years, charges for Installation, Commissiong & Training and AMC for 2 years as per the Price bid format. The landed cost will be calculated considering all duties and taxes, Freight, Octroi/Entry Tax (if any), GST, any other charges etc., and loading on commercial deviations (if any).
TO NOTE AND CONFIRM
1.12 LOADING CRITERIA FOR COMMERCIAL DEVIATION
1.12.1 Price Reduction for Delayed Deliveries (Considering GPC clause) of 0.5% per week of delay upto max 5% of total order value): In case the vendor does not accept the delayed delivery clause or take exceptions to the % rate mentioned in GPC, loading shall be done to the extent of maximum of 5% on the total order value or the differential % not agreed by the supplier.
TO NOTE AND CONFIRM
1.13 GENERAL
1.13.1 Confirm acceptance of BPCL’s `General Purchase Conditions’ & Special Purchase Conditions.
TO NOTE AND CONFIRM
1.13.2 Indicate relationship with any of BPCL Directors.
TO SPECIFY
1.13.3 Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or Oil PSEs. If you have been banned, then this fact must be clearly stated.
TO NOTE AND CONFIRM
1.13.4 You are requested to furnish the following information for e-payment: a) Name of the vendor/contractor partyb) Account No. of the partyc) Bank & Branch Name where the above account is maintainedd) Type of account (current/saving/cash credit A/c)e) Branch code of the above bank branchf) The 9 digit MICR code of the above branch (which is printed in the cheques issued by the Branch available with the A/c holder).
TO SPECIFY
1.13.5 If the items are covered under DGS&D rate contract, confirm that a copy of rate contract is enclosed with your offer.
TO NOTE AND CONFIRM
1.13.6 If you are registered under NSIC / MSE (Micro and Small Enterprises), please provide the certificate towards the same.
TO NOTE AND CONFIRM AND PROVIDE SUPPORTING DOCUMENTS
1.13.7 Confirm whether you are registered under NSIC / MSE (Micro and Small Enterprises).
TO CONFIRM
1.13.8 Bidders, claiming purchase preference as MSE, need to submit the following documents: a. Notarized copy of all the pages of the EM-II certificate issued by the appropriate authorities mentioned in the Public procurement policy of MSEs-2012. b. Vendors’ declaration on a duly notarized Rs.100 stamp paper stating that, in the event of award of contract, all the ordered supplies shall be made from the unit for which MSE certificate has been submitted.
TO CONFIRM SUBMISSION
SIGNATURE AND SEAL
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
1.0 Confirm that you have quoted firm prices on
FCA International Port of Exit in the price bid.
TO CONFIRM
1.1 All FCA Charges/ Inland tranportation to FCA
Port of despatch shall be inclusive in the
above price.
TO CONFIRM
1.2 Indicate International Seaport/Airport of Exit TO SPECIFY
1.3 Confirm that the firm Air freight charges
(including all service charges to shipping line,
BAF/CAF etc) has been quoted as
percentage of the FCA price for Air
transportation to Mumbai airport in the
format for Taxes, Duties and Freight
(Annexure-11) and this freight charges shall
remain firm through out the currency of the
contract.
TO NOTE AND CONFIRM
1.4 BPCL reserves the option to place order on
FCA or on CFR basis during the currency of
the contract.Confirm acceptance.
TO NOTE AND CONFIRM
1.5 Service charges to shipping agencies
(including BAF/CAF) shall be borne by the
vendor if order is converted on CFR basis.
TO NOTE AND CONFIRM
1.6 Prices quoted must exclude transit insurance
charges from FCA International Port as the
same shall be arranged by the Purchaser.
However, transit insurance charges for inland
transit up to FCA International Port of exit
must be included by you in your prices.
TO NOTE AND CONFIRM
1.6 TAXES & DUTIES
1.6.1 All taxes, duties and levies of any kind
payable upto FCA International Port of exit
shall be borne by you. Confirm compliance.
TO NOTE AND CONFIRM
1.6.2 Export permit/license if required shall be
Bidder’s responsibility & any expenditure
towards same will be borne by you. Confirm
compliance.
TO NOTE AND CONFIRM
1.7 DELIVERY PERIOD
1.7.1 In case of order on FCA Basis, the FCA
delivery period for all supplies shall not be
later than 10 weeks from the date of LOA.
TO NOTE AND CONFIRM
ANNEXURE-10B
M/s ____________________________(Bidder)
Signature : ___________________________
BHARAT PETROLEUM CORPORATION LIMITED
E-Tender System No:28368
Enquiry/CRFQ No. : 1000287065
Offer No. ____________________(Bidder’s Ref.)
Tel. No. : _________________________
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
Fax No. ___________________________ Official Seal : _________________________
Name : ______________________________
Page 1
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
1.7.2 In case the order is converted to CFR basis,
delivery period for supplies at Mumbai airport
for all supplies shall not be later than 12
weeks from the date of LOA. The reciept of
the supplies at Mumbai airport shall be
considered as Delivery date for calculation of
Price reduction for delay.
TO NOTE AND CONFIRM
1.7.3 Owner reserves the right for rejecting the
offer/offers not meeing the above delivery
period
TO NOTE AND CONFIRM
1.7.4 Furnish Country of origin from where the
goods have been offered.
TO SPECIFY
1.7.5 Certificate for Country of Origin shall
accompany the shipping documents.
TO NOTE AND CONFIRM
1.8 CURRENCY OF QUOTE
1.8.1 Furnish the currency of quote. TO SPECIFY
1.8.2 Change in currency once quoted will not be
allowed. Confirm compliance.
TO NOTE AND CONFIRM
1.9 VALIDITY
1.9.1 Confirm quoted prices are valid for
acceptance up to 120 days from the final due
date / extended due date of RFQ.
TO NOTE AND CONFIRM
1.9.2 On account of exigencies, if the bidder is
requested to extend the validity of their offer,
the same should be extended without any
deviation and without any change in price.
Otherwise, in such an event, the offer is liable
to be rejected.
TO NOTE AND CONFIRM
1.9.3 BPCL reserves the right to order 2 years'
mandatory / consumable spares within a
period of 24 months from the date of
Purchase Order for original equipment.
Hence, vendor to confirm that the validity of
the mandatory / consumable spares' prices
shall be for a minimum period of 24 months
from the date of ordering of the Instrument.
TO NOTE AND CONFIRM
1.10 CONSIGNMENT DETAILS
1.10.1 Indicate Consignment weight (net and gross)
& volume of the consignment.
TO SPECIFY
1.10.2 Vendor to provide Customs Tariff Number
(HSN Number) of the supplies.
TO SPECIFY
1.11 PERFORMANCE BANK GUARANTEE
1.11.1 Confirm that the vendor will furnish
Performance Bank Guarantee for 10% of
supply order value in the prescribed format
from any Scheduled Indian Bank as per
clause 14 of General Purchase Conditions
(GPC) and as per format of PBG attached.
(Annexure-9)
TO NOTE AND CONFIRM
1.11.2 The PBG should be valid for a period of 24
months from the date of supply or 18 months
from the date of commissioning (Guarantee
period of 12 months from the date of
commissioning + 6 months claim lodging
period) whichever is earlier. The PBG should
be sent to BPCL directly by Vendor's Banker.
TO NOTE AND CONFIRM
1.11.3 In case PBG is not accepted by the vendor,
the offer will be liable for rejection.
TO NOTE AND CONFIRM
1.11.4 Confirm quoted prices shall remain firm and
fixed till complete execution of order. Price
Variation shall not be considered on any
account. Confirm compliance.
TO NOTE AND CONFIRM
Page 2
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
1.12 PART ORDER / REPEAT ORDER
1.12.1 Part order shall be accepted by the vendor
without any stipulation of minimum order
value/ quantity. (However individual quantities
will not be split).
TO NOTE AND CONFIRM
1.12.2 In case of part order, confirm all lumpsum
charges quoted extra, if any, viz.
Documentation, Testing, Packing, Crating,
Handling, FCA charges etc., can be
considered on prorata value basis. Confirm
compliance.
TO NOTE AND CONFIRM
1.12.3 Repeat Order : Vendor to confirm acceptance
of repeat order within 12 months from the
date of basic Purchase Order (PO).
TO NOTE AND CONFIRM
1.13 PRICE REDUCTION SCHEDULE
1.13.1 Acceptance to price reduction for delay in
delivery beyond contractually agreed
schedule @ ½% of undelivered order value
per week of delay or part thereof, subject to a
ceiling of 5% of total order value as per
Clause No. 20 of BPCL’s GPC.
TO NOTE AND CONFIRM
1.13.2 In case this point is not accepted by the
vendor, loading shall be done as per Clause
1.16.1
TO NOTE AND CONFIRM
1.14 PAYMENT TERMS
1.14.1 For Supply: 100% of the FCA/CFR value
shall be paid through an irrevocable letter of
Credit or Cash Against Documents. The
Letter of Credit shall be established only on
receipt of acceptance of BPCL’s
LOI/Purchase Order along with submission of
10% Performance Bank Guarantee (PBG) as
specified and on submission of technical
documents.
TO NOTE AND CONFIRM.
VENDORS TO CONFIRM
WHETHER THEY
CONFIRM LC OR CAD.
1.14.2 Please note that in the event of delay in
delivery, payment shall be released after
making price reduction from your bills and
relevant clause in this respect shall be
inserted in L/C.
TO NOTE AND CONFIRM
1.14.3 Bidder to provide the bank details, Swift code
etc. for the above purposes along with the
unpriced part of the bid.
TO SPECIFY
1.14.4 Vendor to confirm that Duties in India is not
included in the price and shall be borne by
BPCL and that overseas taxes & duties are
included in the price.
TO NOTE AND CONFIRM
1.14.5 Confirm all taxes, duties and levies of any
kind payable upto FCA port of Exit shall be
borne by supplier
TO NOTE AND CONFIRM
1.14.6 For Installation, Commissioning & Training
Sevices: 100% through wire transfer after
successful completion of the Installation,
Commissioning and Training based on
certification from the Engineer-In-Charge.
TO NOTE AND CONFIRM
1.14.7 For Annual Maintenece Contract (AMC),
Quarterly payment through wire transfer
based on certification from the Enginner-In-
Charge.
TO NOTE AND CONFIRM
Page 3
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
1.14.8 Applicable GST and with-holding tax under
Indian Income Tax will be to BPCL Account.
This shall be considered in evaluation of the
offer. Income Tax Permanent Account
Number (PAN) and the copy of the PAN Card
shall be submitted by the bidder along with
the un-priced part of the bid
TO NOTE AND CONFIRM
1.14.9 TAXES, DUTIES AND LEVIES IN FOREIGN
COUNTRIES:
The BIDDER / CONTRACTOR shall accept
full and exclusive liability at his own cost for
the payment of any and all taxes, duties,
cesses and levies howsoever designated, as
are payable to any government, local or
statutory authority in any country other than
India as are now in force or as are hereafter
imposed, increased or modified and as are
payable by BIDDER / CONTRACTOR, his
agents, Sub-Contractors and its/ their
respective employees for or in relation to the
performance of this Contract. The BIDDER /
CONTRACTOR shall be deemed to have
been fully informed with respect to all such
liabilities and considered and included the
same in its bid and the Contract Price shall
not be varied in any way on this account.
TO NOTE AND CONFIRM
1.14.10 Bidder to confirm that bank charges at
respective ends shall be respective accounts.
However LC amendmend charges due to
reasons attributable to bidder shall be borne
by the bidder.
TO NOTE AND CONFIRM
1.14.11 In case vendor insists for Confirmed LC,
confirmation charges are to be borne by the
vendor.
TO NOTE AND CONFIRM
1.15 EVALUATION CRITERIA
1.15.1 Quoted prices in foreign currency shall be
considered for evaluation. Exchange rate as
per SBI TT Selling rate on the previous
working day to the date of opening of the
price bid shall be considered for conversion
of the offer to INR for comparison and
evaluation of the quotes.
TO NOTE AND CONFIRM
1,15.2 Price evaluation will be done overall landed
cost basis including cost of Instrument,
Operation and Maintenence spares for 2
years, charges for Installation, Commissiong
& Training and AMC for 2 years as per the
Price bid format The landed cost will be
calculated considering all duties and taxes,
Freight, clearance charges, letter of credit
charges (if applicable),Taxes (if any), GST,
any other charges etc., and loading on
commercial deviations (if any).
TO NOTE AND CONFIRM
Page 4
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
1.16 LOADING CRITERIA FOR COMMERCIAL
DEVIATION1.16.1 Price Reduction for Delayed Deliveries
(Considering GPC clause) of 0.5% per
week of delay upto max 5% of total order
value):
In case the vendor does not accept the
delayed delivery clause or take exceptions to
the % rate mentioned in GPC, loading shall
be done to the extent of maximum of 5% on
the total order value or the differential % not
agreed by the supplier.
TO NOTE AND CONFIRM
1.17 GENERAL
1.17.1 Confirm acceptance of BPCL’s `General
Purchase Conditions’ & Special Purchase
Conditions.
TO NOTE AND CONFIRM
1.19 Indicate relationship with any of BPCL
Directors.
TO SPECIFY
1.20 Please confirm you have not been banned or
delisted by any Government or Quasi
Government agencies or Oil PSEs. If you
have been banned, then this fact must be
clearly stated.
TO NOTE AND CONFIRM
1.22 INDIAN AGENT
1.22.1 Confirm if Indian agent is involved. Please
specify the name and details of the Indian
agent.
TO NOTE,CONFIRM &
SPECIFY
1.22.2 The commission payable to Indian agents, if
any, in Indian Rupees in terms of agreement
(enclosing the copy of the same) shall be
paid as per government guidelines prevailing
for such payments.
TO NOTE AND CONFIRM
1.22.3 The commission to be paid to Indian agents
shall be made in Indian Rupees only based
on the exchange rate prevailing on the day of
price bid opening and would not be subject to
exchange rate variation.
TO NOTE AND CONFIRM
Page 5
SR. NO. INSTRUCTIONS VENDOR'S ACTION RESPONSE
COMMERCIAL CONDITIONS (NON-INDIAN BIDDERS)
1.22.4 The tenderers should also furnish the
following particulars of the Indian
agents/associates/and/or the foreign firms:
1) Name & address of the Indian agent, if
any.
2) Confirmation that the Indian agent is
registered with the Directorate General of
Supplies & Disposals (DGS&D), New Delhi
(enclosing a copy of their valid registration
certificate).
3) If your Indian agent is not registered with
DGS&D, New Delhi, confirm that they will get
themselves registered with them immediately
and forward a copy of the same.
4) Agency commission payable, if any, shall
be paid in Indian Rupees only after receipt of
material at site subject to furnishing a valid
Registration Certificate from DGS&D, New
Delhi.
5) The precise relationship between the
foreign manufacturer/ principals & their Indian
Agents/Associate,
6) The mutual interests which the
manufacturer/principals and the Indian
agents/associates have in the business of
each other.
7) Any payment which the agent/associate
receives in India or abroad from the
manufacturer/principal whether as a
commission for the contract or as a general
retainer fee.
8) Indian agent’s Income Tax PAN.
TO SPECIFY
SEAL AND SIGNATURE OF BIDDER
Page 6
(Name of the Company)
Signature : ___________________________
Official Seal : _________________________
S No Commercial conditions description
Freight charges for delivery at Mumbai Refinery (as % of
Base Price)
SGST in (% of Basic Price)
CGST in (% of Basic Price)
IGST in (% of Basic Price)
GST in (% of Basic Price)
Invoicing/Billing Location provided in the Price Bid
HSN/SAC Codes provided in the Price Bid
Freight charges for delivery at Mumbai Refinery (as % of
Base Price)
SGST in (% of Basic Price)
CGST in (% of Basic Price)
IGST in (% of Basic Price)
GST in (% of Basic Price)
Invoicing/Billing Location provided in the Price Bid
HSN/SAC Codes provided in the Price Bid
SGST in (% of Basic Price)
CGST in (% of Basic Price)
IGST in (% of Basic Price)
GST in (% of Basic Price)
Invoicing/Billing Location provided in the Price Bid
HSN/SAC Codes provided in the Price Bid
SGST in (% of Basic Price)
CGST in (% of Basic Price)
IGST in (% of Basic Price)
GST in (% of Basic Price)
Invoicing/Billing Location provided in the Price Bid
HSN/SAC Codes provided in the Price Bid
SGST in (% of Basic Price)
CGST in (% of Basic Price)
IGST in (% of Basic Price)
GST in (% of Basic Price)
Invoicing/Billing Location provided in the Price Bid
ANNEXURE-11A
1.0 Supply, Inspection & Testing of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR)
including accessories/ Commissioning spares & tools as per specifications of the tender:
E mail ID:
BHARAT PETROLEUM CORPORATION LIMITED
M/s ____________________________
Offer No. ____________________(Bidder’s Ref.)
Contact Person's Name & Mobile No__________________
(CPO-R)
2.0 Spares for two years' trouble free operation and maintenance for the above:
Applicable to Supply and Services at BPCL-
Mumbai Refinery
REF. : CRFQ No. 1000287065, e-Tender No: 28368
APPLICABLE CHARGES AND GST (INDIAN BIDDERS).
3.0 Charges for Installation, Commissioning and Training Service of the Instrument at BPCL Quality Assurance
Laboratory as per scope of the tender:
4.0 Charges for Annual Maintenance Contract for the 1st year after guarrantee period is over as per scope of the
tender:
5.0 Charges for Annual Maintenance Contract for the 2nd year after guarrantee period is over as per scope of the
tender:
Page 1
S No Commercial conditions description
1.0 Supply, Inspection & Testing of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR)
Applicable to Supply and Services at BPCL-
Mumbai Refinery
HSN/SAC Codes provided in the Price Bid
Notes :
VENDER NAME
SIGNATURE AND SEAL OF THE BIDDER
1) Vendor shall only indicate the current applicable Goods and Service Tax (GST) for all the items in tender in
percentage . If any of the taxes are not applicable for the tender, vendor shall indicate NIL against the same in
relevant space provided.
I hereby confirm that above commercial conditions shall supersede the clauses if any repeated anywhere
3) Tax Ddducted at Source (TDS) as applicable shall be deducted and necessary certificate shall be issued by
BPCL.
2) If vendor has multiple Invoicing / Billing location (State), please indicate with items Sr. Nos.
Page 2
M/s ____________________________(Bidder)
Signature : ___________________________
Name : ______________________________
Official Seal : _________________________
S No Commercial conditions description Vendor's Action Vendor's response
Air Freight Charges (% on FCA price) Vendor to specify
Port handling charges (%)
Custom clearance charges (%)
Inland transportation to site including service tax (%)
Any other charges/Taxes/Customs duties (%)
Air Freight Charges (% on FCA price) Vendor to specify
Port handling charges (%)
Custom clearance charges (%)
Inland transportation to site including service tax (%)
Any other charges/Taxes/Customs duties (%)
GST/ Income tax (%)
GST/ Income tax (%)
GST/ Income tax (%)
Note:
SIGNATURE AND SEAL OF THE BIDDER
Fax No. ___________________________
Vendor shall provide % rates against each item in response column. If any of the conditions are not applicable vendor to specify
Nil/NA
ANNEXURE-11B
BHARAT PETROLEUM CORPORATION LIMITED
Offer No. ____________________(Bidder’s Ref.)
E-Tender system No: 28368
Enquiry /CRFQ No. : 1000287065
Tel. No. : _________________________
Shall be suitably loaded as per Guidelines
Shall be suitably loaded as per Guidelines
FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC (NON INDIAN BIDDERS).
Shall be suitably loaded as per Guidelines
Shall be suitably loaded as per Guidelines
5.0 Charges for Annual Maintenance Contract for the 2nd year after guarrantee period is over as per scope of the tender:
Shall be suitably loaded as per Guidelines
Shall be suitably loaded as per Guidelines
1.0 Supply, Inspection & Testing of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR) including
accessories/ Commissioning spares & tools as per specifications of the tender:
Shall be suitably loaded as per Guidelines
Withholding Tax (for Non Indian vendors) as applicable shall be deducted and necessary certificate shall be issued by
BPCL.
2.0 Spares for two years' trouble free operation and maintenance for the above:
3.0 Charges for Installation, Commissioning and Training Service of the instrument at BPCL Quality Assurance
Laboratory as per scope of the tender:
Shall be suitably loaded as per Guidelines
I hereby confirm that above commercial conditions shall supersede the clauses if any repeated anywhere in
Shall be suitably loaded as per Guidelines
Shall be suitably loaded as per Guidelines
Shall be suitably loaded as per Guidelines
4.0 Charges for Annual Maintenance Contract for the 1st year after guarrantee period is over as per scope of the tender:
Page 1
ANNEXURE - 12
DEVIATION FORM (TECHNICAL)
SUB : Supply of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric
(ETR) for Quality Assurance Laboratory in BPCL-Mumbai Refinery.
REF. : CRFQ No. 1000287065, e-Tender No. 28368 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 JFTOT with interferometric Tube Rating (ITR) or Ellipsometric
(ETR) for Quality Assurance Laboratory in BPCL-Mumbai Refinery
REF. : CRFQ No. 1000287065, e-Tender No. 28368 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
FORMAT FOR BIDDER’S INFORMATION
1 Name of Bidder
2 Address for Communication
3 General contact details viz.
e mail address, telephone no., and fax no.
Type of Organisation:
Government Dept. / Public Sector
Undertaking / Public Limited Company /
Private Limited Company / Partnership /
Proprietorship / Others (Pl. specify)
Location of Registered Office , in the case of
Company
Place and Year of the Incorporation
4 Whether bidder is a manufacturer OR
authorized dealer
5 If manufacturer, please attach certificate of
registration
6 If authorized dealer, please attach
Manufacturer’s Authorization Form (MAF)
7 Bidder Status : Indian or Foreign
8 Indian Income Tax PAN Number:
(Note : In case where Indian Income Tax
Deduction at Source is applicable, non-
availability of PAN Number will entail a higher
deduction)
9 In case of Foreign, whether the bidder is
having any Permanent Establishment in India,
through which business transactions in India
are carried out.
In case of Foreign ,TAX RESIDENCY CERTIFICATE
In case of Foreign, kindly submit Form 10F
duly signed and stamped
10 IN CASE BIDDER IS A MANUFACTURER FOR ITEMS
UNDER REFERENCE:
10.1 Address of Factory:
10.2 GST Registration Number(For Indian bidders)
11 IN CASE BIDDER IS A DEALER / TRADER / SERVICE
PROVIDER FOR ITEMS UNDER REFERENCE:
11.1 Central Excise Registration Number, if any(for
issuing Cenvatable invoice under Cenvat
Credit Rules) (For Indian Bidders)
11.2 Service Tax Registration Number, if any (For
Indian Bidders)
11.3 Sales Tax / VAT / CST Registration Number
(For Indian Bidders)
12 CONTACT PERSON’S DETAILS:
12.1 Name and address of the person who is
authorized to participate in the tender.
12.2 E-mail id
12.3 Telephone No.- Landline
12.4 Mobile Number.
12.5 Fax number
13 Average Annual Turnover of the business
14 Whether the bidder falls under the category
of Micro & Small Enterprises (MSE) as per the
MSME Policy of Govt. of India. If YES,
whether proof for the same enclosed with the
bid?
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 JFTOT with interferometric Tube Rating (ITR) or
Ellipsometric (ETR) for Quality Assurance Laboratory in BPCL-Mumbai
Refinery
REF. : CRFQ No. 1000287065, e-Tender No. 28368
GST DETAILS
• Letter to Vendors
• Guidelines for filling the template
• Template for updation of GST details
• Sample pre-filled template
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
������������������� ����
�������������������
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
SECTION 11SECTION 11Annexure - 18
�
��� ��������������
���������������� �����������������������������������
��� �������� ������������������� ����!����������������"�����#������$� �� ����
�������� �%� ������ �������� �� �������� ��� &������'(��
������������������� ����!����������������)������#������$� ������ *���� ����
������ �� )��� �*���� ��* ���� ��� �� �+���� �*���� ��* ��� � �� ,���� +�����(��
�������* � -./ � �� %�*� �������� ���������� ��� ��� � ��� ��+��� � ��0� ����+��
������� ��� ��� ���������� ��� �� ��� � �%� ������� �������� �� ���� ��**���� � ����� �
����������(��
�
��� � ������� �������1� �� ������� �������$� ������ *���� ���� ���������� %��������
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��� &������'� ���� ���� )�� ���������� %��� ���� �%� ������ �+��� %� ����
&������'���������������#=�(���������������������������������)���������������#=��
��� �%� ��������� ���� ���� &������'� ���������� �� �� � ������ � �������� ������ �����
��������� ���� �������� )���� �������� )�%���� ������� �%� ������� ������� � � ���*�����
������%���-������#�����%��*�)����������������������%%���������������� �)������
��������� �� �� ������ ���*���� ���� ������ ���� ��*�� �� ���*������ �� ���*�� �%� ����
�������� � ��������� ���*������ ���� �*���� ��� )������ ���� ���� ��+�� �+��
�����������(�
����������������������
�
Annexure – 19
SUB : Supply of JFTOT with interferometric Tube Rating (ITR) or Ellipsometric (ETR)
for Quality Assurance Laboratory in BPCL-Mumbai Refinery
REF : CRFQ No. 1000287065, e-Tender No. 28368
PRICE BID
1. Indian Bidder has to fill Unit Price in INR (including packing &
forwarding charges and excluding taxes, duties and freight charges)
only in BPCL e-Procurement Portal.
2. Non-Indian Bidder has to fill FCA Price in USD/EURO (FCA price to be
quoted shall be inclusive of Packing & Forwarding Charges, FCA
Charges, Inland Transportation, Taxes & Duties up to FCA Port Of
Dispatch) only in BPCL e-Procurement Portal.