table of contents - eiltenders.eil.co.in/newtenders/userdata/doc_repository/a307/rfq/a307... ·...

301
Click on the Document Title to go to that section of the document Table of Contents Document Number Rev. Document Title Page Number A307-0IY-PA-MR- 5885-5117-RFQ 0 A307-RFQ Covering Letter 5117 3 LTRAUTH 0 Letter of Authority for attending bid opening 10 A307_Proforma for Pre-Bid Queries 0 Proforma for Pre-Bid Queries 11 Annexure- I _e- tendering Instructions_04.08.02 0 Annexure-I e tendering instructions 12 INSTRUCTIONS_FO R_+DSC_For_Foreig nBidders+%281%29 0 Insstruction for DSC 15 A307-ATCIND-5117 0 ATC Indian Bidders 26 A307-ATCFORIN- 5117 0 ATC Foreign Bidders 34 3.0 A307_SIB_Rev.6_14 .02.2014 0 SIB 41 GPCIND 0 GPC Indigenous 61 GPCIMPORT 0 GPC Import 69 A307-T&C- Supervision.ind.impo rt 0 T & C for supervision of erecetion testing and commissioning 77 SPLPKGRQMNT.FO RGN 0 Special Packaging Requirement 79 Tax Residency Certificatee with Form 10B 0 Tax Residency Certificate 80 A307-PS-5117 0 Price Schedule 82 A307-0IY-PA-MR- 5885 A CENTRI-HORIZ PUMPS SPP 96 A307-0IY-16-45-LL- 5885 A LIST OF ATTACHMENTS 101 A307-0IY-16-45- TCL-5885 A TECHNICAL COMPLAINCE SHEET 105 A307-0IY-16-45-SI- 5885 A SPECIAL INSTRUCTION TO BIDDERS 106 A307-0IY-16-45-BF- 5885 A LIST OF DEVIATIONS 109 A307-0IY-16-45-SU- 5885 A SITE N UTILITY DATA 111 A307-0IY-16-45-UD- 5885 A UTILITY DATA 119 A307-IY-16-45-OD- 5885 A LUBRICANT SCHEDULE 123 A307-0IY-16-45-SL- 5885 A LIST OF SPARE PARTS 125 A307-0IY-16-45-QS- 5885 A 2 YEAR SPARE LIST 128 A307-0IY-16-45-0D- SA85 A SAP FORMAT 130 A307-0IY-16-45-SP- 5885 A JOB SPECIFICATION 165 A307-0IY-16-45-DS- Y330 A DATASHEET 179 A307-0IY-16-45-VR- 5885 A MISCELLANEOUS 181 A307-IY-16-45-ER- 5885 A MISCELLANEOUS 185 7-44-0321 0 Standard for Orientation of Seal Pot & Auxiliary Connections of Centrifugal Pumps 189 Page 1 of 301

Upload: vuongcong

Post on 09-Apr-2018

227 views

Category:

Documents


4 download

TRANSCRIPT

  • Click on the Document Title to go to that section of the document

    Table of ContentsDocument Number Rev. Document Title Page

    NumberA307-0IY-PA-MR-5885-5117-RFQ

    0 A307-RFQ Covering Letter 5117 3

    LTRAUTH 0 Letter of Authority for attending bid opening 10A307_Proforma forPre-Bid Queries

    0 Proforma for Pre-Bid Queries 11

    Annexure- I _e-tenderingInstructions_04.08.02

    0 Annexure-I e tendering instructions 12

    INSTRUCTIONS_FOR_+DSC_For_ForeignBidders+%281%29

    0 Insstruction for DSC 15

    A307-ATCIND-5117 0 ATC Indian Bidders 26A307-ATCFORIN-5117

    0 ATC Foreign Bidders 34

    3.0A307_SIB_Rev.6_14.02.2014

    0 SIB 41

    GPCIND 0 GPC Indigenous 61GPCIMPORT 0 GPC Import 69A307-T&C-Supervision.ind.import

    0 T & C for supervision of erecetion testing and commissioning 77

    SPLPKGRQMNT.FORGN

    0 Special Packaging Requirement 79

    Tax ResidencyCertificatee withForm 10B

    0 Tax Residency Certificate 80

    A307-PS-5117 0 Price Schedule 82A307-0IY-PA-MR-5885

    A CENTRI-HORIZ PUMPS SPP 96

    A307-0IY-16-45-LL-5885

    A LIST OF ATTACHMENTS 101

    A307-0IY-16-45-TCL-5885

    A TECHNICAL COMPLAINCE SHEET 105

    A307-0IY-16-45-SI-5885

    A SPECIAL INSTRUCTION TO BIDDERS 106

    A307-0IY-16-45-BF-5885

    A LIST OF DEVIATIONS 109

    A307-0IY-16-45-SU-5885

    A SITE N UTILITY DATA 111

    A307-0IY-16-45-UD-5885

    A UTILITY DATA 119

    A307-IY-16-45-OD-5885

    A LUBRICANT SCHEDULE 123

    A307-0IY-16-45-SL-5885

    A LIST OF SPARE PARTS 125

    A307-0IY-16-45-QS-5885

    A 2 YEAR SPARE LIST 128

    A307-0IY-16-45-0D-SA85

    A SAP FORMAT 130

    A307-0IY-16-45-SP-5885

    A JOB SPECIFICATION 165

    A307-0IY-16-45-DS-Y330

    A DATASHEET 179

    A307-0IY-16-45-VR-5885

    A MISCELLANEOUS 181

    A307-IY-16-45-ER-5885

    A MISCELLANEOUS 185

    7-44-0321 0 Standard for Orientation of Seal Pot & Auxiliary Connections ofCentrifugal Pumps

    189

    Page 1 of 301

  • Table of ContentsDocument Number Rev. Document Title Page

    Number6-41-0005 3 Standard specification for centrifugal pumps (special purpose

    process services).190

    A307-0IY-16-50-LL-5885

    A CHECKLIST 216

    A307-0IY-16-50-SP-5885

    A JOB SPECIFICATION 217

    A307-000-16-50-DS-0501

    B M.V. MOTOR 221

    A307-0IY-16-50-VR-5885

    A VENDOR DATA REQUIREMENTS 222

    Vendor list electrical5885

    A Vendor list 225

    6-51-0032 5 Specification for medium voltage induction motors. 2266-81-1032 4 ITP for MV motors 241A307-0IY-16-51-SP-1023

    A JOB SPECIFICATIONS & SCOPE OF WORKINSTRUMENTATION FOR CENTRIFUGAL PUMPS (SPP)

    247

    A307-0IY-16-51-VDR-1023

    A VENDOR DATA REQUIREMENTS- INSTRUMENTATION 257

    vendor listinstrumentation 5885

    A MISCELLANEOUS 259

    A307-0IY-16-51-SL-1023

    A MANDATORY SPARE PARTS 263

    A307-0IY-16-51-ID-1023

    0 TYPICAL BLANK DATASHEETS 264

    A307-0IC-16-51-IS-01

    1 JOB STANDARDS 271

    7-52-0002 3 Instrument connections on piping. 2757-52-0481 4 Level gauge on vessel. 2787-52-0483 2 Level gauge on standpipe. 2797-52-0463 4 Displacer level instrument side-side connection. 2806-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 2816-78-0003 0 Specification for Documentation Requirement from Suppliers 290

    Page 2 of 301

  • , Regional Office, Chennai , - Delivering Excellence through People

    , -9, , , - 603 103 EI Bhawan, Plot F-9 SIPCOT IT Park, Siruseri, Chennai - 603 103

    ./Phone Nos.044-27469401/27469402 CIN L74899DL1965GOI004352

    :..,1, , -110066

    REGD OFFICE : EI BHAWAN, 1, Bhikaiji Cama Place, New Delhi-110 066 /Phone : 011-26762121,/Fax : 26192693

    REQUEST FOR QUOTATION (RFQ)

    RFQ* No.: PM/A307-IY-PA-MR-5885/5117 Date: 01.12.2014

    To, M/s_______________________

    Client: BHARAT PETROLEUM CORPORATION. LTD., Project: INTEGRATED REFINERY EXPANSION

    PROJECT AT KOCHI REFINERY MR No.: A307-IY-PA-MR-5885 Rev. A Item: PUMP-CENTRIFUGAL, HORIZONTAL (SPECIAL PURPOSE PROCESS) Due Date & Time: Up to 1200 Hrs. (IST) on 30.12.2014

    Pre-Bid Meeting At 1000 Hours (IST) on 11.12.2014 (at EIL- RO, Chennai) Last date for submission of Pre-Bid Queries : 09.12.2014 UNPRICED BID OPENING: At 1400 Hours (IST) on 30.12.2014 (at Engineers India

    Limited, EI Bhawan, Plot F-9 SIPCOT IT Park, Siruseri, Chennai - 603 103, India) (In case the bid due date happens to fall on Holiday, the next working day shall be deemed to be due date)

    PRICED BID OPENING: TIME & VENUE SHALL BE INTIMATED LATER

    Gentlemen, Bids are requested on behalf of our Client M/s Bharat Petroleum Corporation Limited on e-procurement system for the subject item in total compliance to technical specifications, scope, terms & conditions of enquiry documents / attachments

    1 Bidder should submit their bids strictly as per the requirements outlined hereunder and as specified in the Material Requisition.

    2. Bidders can download the complete enquiry document from the web address http:tenders.eil.co.in or http://eprocure.gov.in/eprocure/app

    3. The bidders are required to submit soft copies of their bids electronically on the CPP Portal only (URL: https://eprocure.gov.in/eprocure/app) using valid Digital Signature Certificates, on or before the bid submission date and time. Bidders are required to register themselves at https://eprocure.gov.in/eprocure/app). Bidders to refer attached E-TENDERING METHODOLOGY (ANNEXURE-I) for detailed instructions on registration and online bid submission.

    Page 1 of 7

    Page 3 of 301

  • 4 Special Notes for e-tendering: a. NIC Portal mandates that the bidders are to be registered on the portal. The enquiry

    is being issued through EIL Tender Portal (http://tenders.eil.co.in) and Bidders can download the complete RFQ documents from the EIL Tender Portal only. And bidders shall submit their bids through NIC Portal (https://eprocure.gov.in/eprocure/app) only

    . b. All those vendors who have still not registered on the NIC Portal are required to

    register on the same (immediately after issue of enquiry on EIL Tender portal but not later than ten days before the bid due date) for facilitating uploading of their bids on the NIC Portal failing which it will not be possible for them to upload their bids. Pursuant to registration, the vendors are required to inform regarding NIC registration details.

    c. Only NIC registered vendors can upload their bids on the NIC portal. Therefore, all those bidders who have not complied with the above registration requirements will not be eligible to bid. NIC registered bidders will be able to upload their bids from about one week before the bid due date up to Bid Due Date. However, an EIL enlisted vendor for the subject Limited RFQ who completes their NIC Registration (including Digital Signature Certificate Registration) on NIC Portal atleast 2 (two) working days prior to the Final Bid Due Date shall be allowed to upload their bids through a Corrigendum issued by EIL in the NIC Portal, provided such request from the concerned Vendor is received in EIL through E-mail by concerned Dealing Officer/RFQ Issuing Authority atleast 2 (two) working days prior to Bid Due Date. Request for extension in due date of submission of bids due to non registration or delayed registration in NIC portal shall not be entertained.

    d. The bid has to be necessarily submitted on the NIC Portal only. Inability of the bidders to upload their bids on account of not completing the registration with NIC portal as mentioned above will not be a reason for seeking BDD extension.

    e. Enlisted vendors of EIL who have completed the registration on NIC shall only be allowed to submit the bids through NIC Portal. Therefore, it is in the interest of the bidders that they register on the NIC Portal at the earliest.

    f. The vendor registration on NIC Portal is a very user friendly process. However, in case of any doubt, the vendor may contact the 24 X 7 CPP Portal helpdesk at Contact No. 1800 233 7315 or Mr. Amrit Chaswal at Ph. No. +91-7532022483 and E-mail:[email protected]

    5 Bidders are required to quote their price details forming part of evaluation strictly in the EIL price schedule format for Indian Bidders/ Foreign bidders (as applicable) only.

    6 Bidders in their own interest are requested to register on CPP Portal and upload/submit their bid well in time. Bidder will be responsible for any delay due to other issues.

    7 Bidders are required to upload the complete bid comprising of Part-I: - Unpriced Bid along with all supporting documents & Part-II: - Priced Bid on the CPP Portal (https://eprocure.gov.in/eprocure/app) only. - Refer E-Tendering Methodology (ANNEXURE-I) enclosed with RFQ documents.

    8 Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. The bid summary has to be printed and kept as an acknowledgment of the submission of bid. This acknowledgment may be used as an entry pass for attending the un-priced bid opening, if bidders so desire.

    Page 2 of 7

    Page 4 of 301

  • 9 Bidder to ensure that they are able to download the bid documents / price schedule on e-tendering website atleast two days before Bid Due Date (BDD).

    10 Only e-Bids uploaded in the e-tendering portal (https://eprocure.gov.in/eprocure/app) shall be acceptable. Physical bids and Bids/ Offer through Email or fax/ Telex/Telegraphic or Bids received in open condition or Bids in any other mode shall not be accepted.

    11 Technical specification should be strictly as per the Material Requisition attached. It may be noted that the Bid shall be evaluated as received and technical queries may not be issued.

    12 Commercial requirements are specified in the Special Instructions to Bidders, General Purchase Conditions, Agreed Terms & Conditions (ATC) questionnaire and all other RFQ documents. The pre-filled Agreed Terms & Conditions Questionnaire should be returned duly signed and stamped along with copy of your un-priced bid.

    13 The order, if placed, will be issued by our above-mentioned client. 14 If not bidding, please submit regret letter within the due date & time, with reasons(s) of

    not participating in the RFQ. In case there is no response, names of such bidder may not be considered for issuance of future enquiries.

    15 Direct bids only, without the intermediary of an Indian Agent will be considered from Foreign Bidder.

    16 Delivery / Completion Period:-16.1 For Indian Bidders: within 07 (Seven) Months from the date of issue of Fax of

    Acceptance (FOA) on FOT-Despatch Point Basis. The date of LR/GR shall be considered as the date of delivery.

    16.2 For Foreign Bidders: within 06 (Six) Months from the date of issue of Fax of Acceptance (FOA) on FOB International Sea Port of Exit Basis. Date of clean Bill of Lading shall be considered as the date of delivery.

    17 Payment Terms :-

    For Indian Bidders:- The payment to Indian bidders shall be made in accordance with Clause No. 1.5, 1.6 & 1.7 Under Section A of Special Instruction to Bidders (SIB).

    For Foreign Bidders:- The payment to foreign bidders shall be made in accordance with Clause No. 2.1 & 2.5 Under Section A of Special Instruction to Bidders (SIB).

    18 The offer should be valid for 4 (Four) months from final bid due date/extended due date.19 The bidder shall bear all costs associated with the preparation and submission of its bid,

    and the Purchaser/Consultant shall in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process.

    20 Canvassing in any form by the Bidder or by any other agency on their behalf may lead to disqualification of their bid.

    21 The e-bids received online shall be opened at EIL office on due date and time as specified above. Bidder can view online the name of the other bidders who have submitted their e-bids after opening is performed by EIL

    Page 3 of 7

    Page 5 of 301

  • 22 All technically and commercially acceptable bidders will be advised of venue, date and time of priced bid opening. Bids shall be opened online, hence bidders may review opening status at their offices/ places. Interested bidder may sent their representatives (duly authorised by a competent person and having the Letter of Authority as per proforma enclosed), of such technically and commercially acceptable bidders. Time and Date of opening of Price Bids shall be notified to the qualified and acceptable bidders at a later date.

    23 As Purchaser intends to contract directly with suppliers of the goods for which bids are invited, the bids should be prepared by the suppliers and submitted directly. Purchaser reserves the right to reject offers made by intermediaries

    24 Addendum / corrigendum to the RFQ documents if issued must be signed and submitted along with the bid.

    25 Bidders to note that price changes against Technical / commercial clarifications, in line with terms & conditions of enquiry documents are not allowed. In case any bidder gives revised prices / price implications against such clarifications, their bid shall be liable for rejection.

    26 EIL reserves the right to use in-house information for assessment of bidders capability for consideration of bid.

    27 In case any bidder is found to be involved in cartel formation, his bid will not be considered for evaluation/ placement of order. Such bidder will also be debarred from bidding in future.

    28 The bidder who is providing the technology from the company which is recently acquired / taken over by them or purchasing the technology by other companies, shall be provide proper documentary evidence. In the absence of the same their offer shall be liable for rejection.

    29 Bidders are requested to quote as per their capability as registered in EIL, as on the date of issue of RFQ.

    30 PRE-BID MEETING 30.1 Bidders authorized representative(s), shall attend the Pre-Bid meeting on the prescribed

    day at the given venue. During the Pre-Bid meeting, all the technical and commercial issues shall be discussed and concluded to ensure that the bid received subsequent to Pre-Bid meeting shall be without any deviations to terms and conditions. Hence, bidders shall treat the Pre-Bid meeting as utmost important and depute competent & senior person capable of taking on the spot decision to sort out all the technical and commercial issues. However, in case any bidder do not attend the Pre- Bid meeting, it shall be understood that the bidder has a clear understanding of the scope & terms & conditions of the bidding document and does not have any comments/ deviations to the requirements of the bidding document

    30.2 Bidder may contact the following person at site for site visit purpose, if any: Mr. V. John Paul, Resident Construction Manager (RCM),Engineers India Limited, BPCL-Kochi Refinery, Ambalamugal, Kochi, Kerala (India), Phone No.: 0484-2720313; Fax No.: 0484-2720800, E-mail: [email protected]

    30.3 In order to ensure fruitful discussions during pre bid meeting, the bidder is requested to submit any Queries/clarification/information pertaining to Bidding document in writing delivered by hand or by fax/ email as per format enclosed in the Bidding Document so as to reach two days prior to Pre-bid meeting. These queries shall be replied during pre-bid meeting. The editable soft copies of the queries shall also be e-mailed to enable EIL to prepare replies to the queries against each query in the same format expeditiously.

    30.4 The bidders are required to participate in the Pre-Bid meeting with the following essential documents, so that the same can reviewed & discussed during the meeting to avoid any techno-commercial clarifications/ discussions post bid a) Latest annual report including Profit & loss account b) Details of work experience meeting the BQC (if applicable) c) Technical details, documents, design, filled datasheets as per MR. d) Any other relevant document/ details.

    Page 4 of 7

    Page 6 of 301

  • 30.5 Record notes of meeting, including the questions raised and the responses given will be furnished as expeditiously as possible to all the bidders and shall also be uploaded on the website. After pre-bid meeting, no further queries will be entertained from the bidders

    30.6 Any modification of the Bidding Document, which may become necessary as a result of the pre-bid discussion, shall be intimated to all bidders through the issue of an Addendum/Amendment.

    30.7 Based on the pre-bid discussions, a no-deviation form/techno-commercial compliance shall be signed and submitted by the bidders as part of their offer. After pre-bid meeting, no deviation shall be accepted and if any deviation is found in the bid of such bidder, their offer shall be liable to be rejected without raising any technical/ commercial queries.

    30.8 Non-attendance of the pre-bid meeting will not be a cause for disqualification of bidder. 31 Technical/ Commercial queries shall not be issued once the bid have been opened.

    However, wherever CQ/ TQ are unavoidable, the same shall be raised only once and the cut-off date given for CQ/ TQ replies shall be adhered to. Offers shall be evaluated based on the information available upto cut-off date for CQ/ TQ replies.

    32 Extension in bid due date shall not generally be granted.

    33 Owner reserves its right to allow Public Sector Enterprises (Central/State), Micro & Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC)/ Scheduled Tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Bidder to submit documentary evidence for the same duly certified by Statutory Auditor of the bidder or a practicing Charted Account (not being an employee or a Director or not having any interest in the Bidders company / firm) where audited accounts are not mandatory as per law.). In this regard, item wise quantity may be splitted and the quoted price shall remain valid. If the bidder does not provide the appropriate document or any evidence to substantiate the above, then, it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy, 2012.

    34 The Net Worth of the bidder should be positive as per the immediate preceding year's audited financial results. If the bidder is not meeting the above criteria their bid shall not be evaluated further. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year including Profit & Loss Account. Bidders are required to submit the complete audited financial report for the preceding financial year including audit report, balance sheet, profit and loss statements along with all relevant annexures & schedules required to access the positive net worth of the bidder in that financial year. Failure to submit the same may render your bid liable for rejection.

    35 Bidders are requested to submit following Networth details in their Login of EILs Tender Portal before downloading the Enquiry :

    a) From Financial Month/ Year _____________ to Month/ Year _________________

    b) Net worth (Positive/ Negative) ________________

    c) Upload Audited Financial Statements (Browse/ Attach) : _______________________

    Page 5 of 7Page 7 of 301

  • 36 Integrity Pact : Not applicable.

    37 RFQ Document Fee/EMD/Bid Security : Not applicable.

    38 Purchaser reserve the right to make any changes in the terms and conditions of purchase and to reject any or all the bids.

    39 Category of MR: i) Please note that this is a Category-I MR whereby no technical offers are invited and

    no correspondence shall be entered into or entertained after bid submission. ii) No technical details of any nature shall be included in the offer and if the offer

    contains any technical deviations or clarifications or stipulates any technical specifications, the offer shall be liable for rejection.

    iii) The submission of prices by vendor shall be construed to mean that the vendor has confirmed compliance with all technical specifications of the correspondence item.

    40 Contact Persons for this RFQ are:

    a) Mr P.Murugesan, Asst. General Manager (C&P) Phone No. 0091-44-27469428 & e-mail : [email protected]

    b) Mr Hari Krishna Botchu, Sr. Engineer (C&P) Phone No. 0091-44-27469401/9402 exten : 2221 & e-mail : [email protected]

    * Please specify RFQ Ref. No. in all Correspondence. THIS IS NOT AN ORDER Enclosures: As per List Attached.

    Page 6 of 7

    Very truly yours For & on behalf of Bharat Petroleum Corporation Limited

    (P.MURUGESAN) Asst. General Manager (Contracts & Purchase)

    Engineers India Limited

    Page 8 of 301

  • LIST OF ENCLOSURES DOCUMENT

    A) Request For Quotation (RFQ)

    B) Proforma of Letter of Authority for Attending Un-priced / Priced Bid Opening

    C) Proforma for Bidders Query (Pre-Bid)

    D) Provisions for Micro And Small Enterprises under PPP, 2012

    E) Special Notes

    F) Commercial Section:

    i) Annexure-I (e-tendering methodology)

    ii) Procedure for obtaining Digital Signature by Foreign Vendors

    iii) Annexure-II (Net Worth Criteria)

    iv) Agreed Terms & Conditions (ATC) (For Indian Bidders)

    v) Agreed Terms & Conditions (ATC) (For Foreign Bidders)

    vi) Special Instructions to Bidder (SIB)

    vii) General Purchase Conditions (Indigenous)

    viii) General Purchase Conditions (Imported)

    ix) Integrity Pact

    x) Terms and Conditions for Site Work

    xi) Standard Specification for Health, Safety & Environment Management at Construction Sites and Procedure for safe operation with Hydracrane for IREP, BPCL-Kochi.

    xii) Terms & conditions for supervision of erection, testing and commissioning for Indigenous bidders

    xiii) Terms & conditions for supervision of erection, testing and commissioning for Foreign bidders

    xiv) Special Packaging Requirements (for Foreign Bidders)

    xv) Tax Residency Certificate (TRC) format

    xvi) Price Schedule

    G) Technical Section:

    i) Material Requisition (MR) No.: A307-IY-PA-MR-5885 Rev. A along with its attachments

    Page 7 of 7

    Page 9 of 301

  • Proforma of Letter of Authority for Attending Unpriced / Priced Bid Opening No. Date: The Asst. General Manager (C&P) Engineers India Ltd., EI Bhawan, Plot F-9 SIPCOT IT Park, Siruseri, Chennai - 603 103 Phone: 044-27469428/27469401/2 Attn: Mr. P. Murugesan, Asst. General Manager (C&P) Dear Sir, We hereby authorise following representative(s) to attend the Unpriced / Priced Bid Opening against your RFQ No. for (Item Name)

    1. Name & Designation . Signature

    2. Name & Designation . Signature

    We confirm that we shall be bound by all and whatsoever our representative(s) shall commit. Yours Faithfully, Signature_____________________ Name & Designation____________ For & on behalf of______________ Note: This letter of Authority should be on the letterhead of the bidder and should be signed by a person competent and having the Power of Attorney to bind the bidder.

    Page 10 of 301

  • BIDDERS QUERIES(PRE-BID)

    Item : _______________________________________ RFQ No. : _______________________________________

    SL. NO.

    RFQ DOCUMENT SUBJECT BIDDER'S QUERY REPLY PART/

    VOL. PAGE NO. CLAUSE NO.

    NOTE: 1. Bidders Queries (Pre-bid) may be sent by e-mail to [email protected]

    This form is not to be submitted along with the bid. SIGNATURE OF BIDDER : ____________________________

    NAME OF BIDDER : ____________________________

    COMPANY SEAL : ____________________________

    Pag

    e 11 of 301

  • Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved Dated -02-July-2014

    Annexure 1 E-TENDERING METHODOLOGY

    Instructions for Online Bid Submission: The bidders are required to submit soft copies of their bids electronically on the CPP Portal (URL: http://eprocure.gov.in) only, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal.

    More detailed information useful for submitting online bids on the CPP Portal may be obtained at:

    http://eprocure.gov.in/eprocure/app .

    REGISTRATION

    1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal (URL: http://eprocure.gov.in/eprocure/app) by clicking on the link Click here to Enroll on the CPP Portal is free of charge.

    2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts.

    3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process and submit in EIL tender portal for updation of records (http://tenders.eil.co.in) . These details would be used for any communication from the CPP Portal.

    4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile.

    5) Foreign Bidders have to refer DSC details for foreign Bidders for Digital signature Certificates requirements which comes under Download Tab at http://eprocure.gov.in/eprocure/app and the remaining part is same as above and below.

    6) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse.

    7) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

    SEARCHING FOR TENDER DOCUMENTS

    1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal.

    2) Once the bidders have selected the tenders they are interested in, the same can be moved to the respective My Tenders folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document.

    Page 12 of 301

  • Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved Dated -02-July-2014

    3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

    PREPARATION OF BIDS

    1) Bidder should take into account any corrigendum published on the tender document before submitting their bids.

    2) Please go through the tender advertisement and the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents - including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid.

    3) To avoid Network congestion, Bidder is recommended to upload file size of up to Maximum 35 MB per part. However, in case file size exceeds 35 MB, bidder may compress the files by scanning with 75 dpi setting as per s.no 4 below and can use additional 25 MB space (My Documents) provided to the bidder as per s.no 5 below.

    4) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 75 dpi with black and white option. However, Price Schedule / SOR shall be strictly in RAR format without altering any contents of the formats uploaded by EIL in their Bidding Document.

    5) To avoid the time and effort required in uploading the same set of standard documents which are required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use My Documents area available to them to upload such documents. These documents may be directly submitted from the My Documents area while submitting a bid, and need not be uploaded again and again. This will lead to a reduction in the time required for bid submission process.

    SUBMISSION OF BIDS

    1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues.

    2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document.

    3) Bidder has to select the payment option as offline to pay the tender fee / EMD as applicable and enter details of the instrument.

    4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the Tender Processing Section, with in 7 calendar days of the date of Unpriced bid opening. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected.

    5) A Price Bid format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the

    Page 13 of 301

  • Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL All rights reserved Dated -02-July-2014

    Price Bid file, open it and complete the cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Bid file is found to be modified by the bidder, the bid will be rejected.

    6) The server time (which is displayed on the bidders dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

    7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.

    8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

    9) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details.

    10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

    RETENDER

    Please note that if Tender has been retendered, than it is mandatory for the bidder to submit their offer again on CPP Portal.

    WITHDRAWAL OF BID

    It may please be noted that bidders now have an additional feature of withdrawing their bids before due date and time. After submitting the bid on the CPP Portal, if the bidder wishes to withdraw his bid, he can do so. However, if the bidder withdraws his bid, he will be exempted from further participation in the tender and wont be able to submit his bid again for that particular tender.

    ASSISTANCE TO BIDDERS

    1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender.

    2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24 x 7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800-3070-2232 and Mobile Nos +91-7878007972, +91-7878007973.

    Page 14 of 301

  • Government eProcurement System

    D S C f o r F o r e i g n N a t i o n a l s Version 1.0

    Procedure for obtaining Digital Signature by Foreign Vendors

    This document gives the procedure to be followed by bidders who are resident of countries other

    than India for participating in Online Tendering Activity.

    As per the IT ACT 2000, all bidders who participate in the online bidding process in this site

    should possess a valid Digital Signature issued by any of the Digital Signature Certificate (DSC)

    vendors approved by CCA, India (https://cca.gov.in). The following document gives the procedure

    that is generally followed by various vendors.

    Generally, the documents that are required to be submitted by Foreign Nationals are as follows:

    1. Identity Proof (ID Proof) of the person in whose name DSC has to be issued (E.g. Passport copy)

    2. Bank account statement in country of residence, duly attested by Indian Embassy / High Commission / Consulate / Apostille in the country where the applicant is currently

    located. (At least 6 months of Bank transactions) with the proof indicating the account is

    owned by the Individual.

    3. Copy of the Trade license attested by any one of the authorities as specified in Point 2 above.

    4. As the Individual is representing the company, an Authorization on companys letter head as given in the form

    5. Copy of the Authorization letter or invitation letter from department for the participation in the tender by any one of the tender inviting authority.

    As of now, it is learnt that GNFC, TCS, eMudhra issue DSCs with the above procedure. The

    copy of the nCodes, TCS and eMudhra Format is enclosed as Annexure; the Copies of other

    vendors will be made available on receipt of information from these vendors.

    Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to

    procure DSCs from the Indian CA authorized vendors for information purpose only as shared by

    the respective CA's.

    Please find below the details of various vendors and procedure for obtaining DSC:

    GNFC

    Tata Consultancy Services

    eMudhra

    Page 15 of 301

    https://cca.gov.in/

  • Page 16 of 301

  • Page 17 of 301

  • Page 18 of 301

  • Page 19 of 301

  • Page 20 of 301

  • Page 21 of 301

  • Page 22 of 301

  • Page 23 of 301

  • Page 24 of 301

  • Page 25 of 301

  • A307_ATC (I) Page 1 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    BHARAT PETROLEUM CORPORATION LTD IREP-Kochi Refinery

    (Job No. A307) AGREED TERMS & CONDITIONS (ATC)

    (FOR INDIAN BIDDERS) Supplier Name: M/s ______________________________________________________________

    RFQ No.: __________________________________________________________________

    Suppliers Offer Ref No. & Date: ______________________________________________________

    Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

    Contact Person: ___________________________ e-mail _________________________________

    1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

    2. DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE CLAUSES

    DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED.

    3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL.

    4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN QUESTIONNAIRE WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIERS BID.

    5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING

    COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF ANY.

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    1. Price Basis:

    i) Quoted supply prices are on FOT - Despatch Point basis inclusive of Packing & Forwarding.

    Confirmed

    ii) Specify Despatch Point for Supplies

    ..

    iii) Freight Charges: a) Confirm transportation charges inclusive of

    Service Tax and Ed Cess, upto project site, has been quoted separately by you in Price Schedule.

    Indicated in Price Schedule

    b) No Variation on any account (including Statutory Variation) on Service Tax on Transportation Charges shall be paid by the owner. Confirm compliance.

    Confirmed

    iv) Insurance: a) For Supply Only

    Transit/Marine Insurance of Equipment/Item has been taken care by the Owner & charges of the same have not been included in the quoted prices.

    Applicable / Not Applicable

    Confirmed

    Page 26 of 301

  • A307_ATC (I) Page 2 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    b) For Supply + Site WorkComprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

    Applicable / Not Applicable

    Confirmed

    2. Excise Duty applicable extra on Finished Goods: a) Specify Excise Tariff Sub-Heading No.

    b) Present Rate of Excise Duty & Edu. Cess payable

    extra on finished goods (including Spares)

    ..% c) Any variations in Excise Duty & Edu. Cess at the

    time of supplies for any reasons including variation due to Turnover shall be borne by the Seller. Only Statutory Variations within the Contractual Delivery / completion period shall be borne by Purchaser.

    Confirmed

    d) If Excise Duty & Edu. Cess is Nil or not applicable at present due to any reason, the same shall be borne by Seller if it becomes applicable later.

    Confirmed

    e) Confirm Excise Duty & Edu. Cess will not be applicable on transportation charges. Confirmed

    f) If Excise Duty & Edu. Cess is Nil or not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance.

    Confirmed

    g) Non Cenvatable Excise Duty, if any is included in quoted prices & no variation on any account (including statutory variation) shall be paid by Owner.

    Confirmed

    h) Only Statutory Variations, if any, in the present rate of Excise Duty, upto the Contractual Delivery Date / Completion Period shall be to Owners account subject to documentary evidence to be furnished by Seller.

    Confirmed

    3. Sales Tax applicable extra on finished goods: a) Central Sales Tax against Concessional Form C

    payable extra on finished goods (including spares) is applicable & the present rate (in %age) is indicated

    Applicable / Not Applicable

    %

    b) Kerala VAT payable extra on finished goods (including spares) without concessional form is applicable & the present rate (in %age) is indicated

    Applicable / Not Applicable

    .% c) If CST / Kerala VAT is Nil or not applicable at

    present due to any reason, the same shall be borne by Supplier if it becomes applicable later.

    Confirmed

    d) Confirm CST/ Kerala VAT will not be applicable on transportation charges. Confirmed

    e) If CST / Kerala VAT is Nil or not applicable on transportation charges presently, and if it becomes applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Supplier. Confirm acceptance.

    Confirmed

    f) Only Statutory Variations, if any, in the present rate of CST / Kerala VAT, upto the Contractual Delivery Date / Completion Period shall be to Owners

    Confirmed

    Page 27 of 301

  • A307_ATC (I) Page 3 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    account subject to documentary evidence to be furnished by Seller.

    4. Octroi / Entry Tax:

    Octroi / Entry Tax, if applicable on finished goods (including spares) shall be borne and paid directly by Owner. Confirm that Octroi / Entry Tax has not been included in the quoted prices.

    Confirmed

    5. Any new or additional taxes/ duties and any increase in the existing Cenvatable taxes/duties imposed after contractual completion period shall be to Suppliers account whereas any corresponding decrease in the existing Cenvatable taxes/ duties shall be passed on to the Owner.

    Confirmed

    6. Spares Parts:

    a) Confirm item wise unit price (FOT Despatch Point) of following spare parts as required in Material Requisition (MR) have been quoted/included indicating itemised quantity.

    Confirmed

    i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR)

    ii) Commissioning spares as specified in MR are included in the quoted Price.

    Confirmed (if Applicable as per MR)

    iii) Special Tools & Tackles as specified in the MR are included in the quoted prices.

    Confirmed (if Applicable as per MR)

    iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

    Confirmed (if Applicable as per MR)

    b) i) Recommended Spares for Two Years Operation & Maintenance

    Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Unpriced Bid.

    Confirmed (if Applicable as per MR)

    ii) Firm Freight charges upto Site for the Recommended O & M Spares as per Sl. No. (i) above, is indicated (in %age)

    Indicated in Price Schedule

    7. Site Work:

    For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

    a) Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

    Confirmed

    b) Percentage of Service Tax & Edu. Cess as applicable extra on Site Work.

    Indicated in Price Schedule c) Supplier shall submit the Assessment/ Liability

    Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate

    Confirmed

    Page 28 of 301

  • A307_ATC (I) Page 4 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner.

    d) Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

    Confirmed

    e) Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

    Confirmed

    8. Supervision / Training Charges: a) Charges for Supervision / Training, if in the scope of

    the Bidder as per MR have been indicated by bidder separately in the Price Schedule.

    Confirmed, Quoted in Price Schedule

    b) Percentage of Service Tax & Edu. Cess as applicable extra on Supervision / Training. Service Tax on supervision / Training charges quoted shall be considered for comparison/evaluation as detailed in Special Instructions to Bidders (SIB)

    Quoted in Price Schedule

    c) Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents.

    Confirmed

    d) Where erection/ testing/ commissioning supervision, commissioning assistance is required as per RFQ Documents / Material requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

    Noted & Confirmed

    e) Bidders shall also provide additional BG of an amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with last 10% supply payment and shall be initially valid up to six months which shall be extended based on the request by Owner.

    Noted & Confirmed

    9. Confirm documentation charges as per MR are included in quoted prices.

    Confirmed

    10. Price Reduction for delay in completion / delivery:

    a) Confirm acceptance of price reduction schedule for delay in deliveries / completion as specified in GPC & Special Instructions to Bidders (SIB) enclosed in RFQ Document. Liquidated damages or penalty are not acceptable.

    Confirmed

    b) In case of delay, vendor will reduce the invoice amount by applicable reduction.

    Confirmed

    Page 29 of 301

  • A307_ATC (I) Page 5 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    11. Delivery / Completion Period: Please confirm delivery / completion period as specified in the RFQ Covering Letter

    Confirmed

    12. Payment Terms: Confirm acceptance of Terms and Mode of Payment as per respective clause(s) given in SIB and RFQ covering letter.

    Confirmed

    12.1 In case, quantity tolerance is specified in the Material Requisition(MR) then, payment shall be released for the actual quantity supplied and accepted as per MR specifications. Confirm compliance.

    Confirmed

    13. Part Order:

    a) Confirm acceptance of Part Order clause as per GPC (Indigenous).

    Confirmed.

    b) The quantities against a particular item will not be split. Any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.

    Confirmed

    14. Repeat Order: Confirm Acceptance of Repeat Order clause as per RFQ Covering Letter / SIB / GPC.

    Confirmed

    15. Performance Bank Guarantee:a) In the event of award of order, submission of

    Performance Bank Guarantee for 10% of total order value valid till full guarantee period plus 3 (Three) months.

    Confirmed

    b) The Performance Bank Guarantee shall be strictly as per enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

    Confirmed

    16. Guarantee / Warranty: Confirm acceptance to Guarantee / Warranty clause as mentioned in the GPC/SIB.

    Confirmed

    17. Firmness of prices: Confirm quoted prices shall remain firm and fixed tillcomplete execution of order. Price Variation shall not be considered on any account.

    Confirmed

    18. Testing and Inspection charges:

    a) Goods supplied are subject to stage wise and final inspection as specified in MR by EIL and no extra charges shall be payable by Owner towards the same. Travel, Living and Personnel expenses of EILs Representative shall be borne by Owner.

    Confirmed

    b) Quoted prices are:

    i) Inclusive of all testing and inspection charges (if applicable) as per MR.

    Confirmed

    ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition.

    Confirmed

    Page 30 of 301

  • A307_ATC (I) Page 6 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    iii) Inclusive of all statutory certification charges PESO/CCOE, etc. (if applicable) as required in the Material Requisition

    Confirmed

    c) Is your shop approved by IBR/CCE authority, if yes, indicate validity.

    i) IBR Validity Upto :__________________

    ii) CCE Validity Upto: __________________

    iii) It is the responsibility of supplier to get the entire imported materials and the built in imported contents inspected by TPIA (i.e. M/s.Certification Engineers International Ltd. (CEIL)/M/s.Lloyds Register of Industrial Services (LRIS)/ M/s.Det Norske Veritas(DNV)/ M/s.Bureau Veritas (BV) / M/s.TUV) in the country of origin and the quoted prices are inclusive of charges towards the same.

    Confirmed

    19. Import Content:

    If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following :

    (Applicable / Not Applicable) (Please tick whichever is applicable)

    a) Confirm that quoted prices are based on Merit rate of Customs duty, CVD, Educational Cess and SAD as applicable.

    Confirmed

    b) Indicate rate of Import Duties considered and included in the quoted prices.

    Refer Annexure to Price Schedule

    c) Indicate brief description / specification with itemised CIF value and country of origin of imported material.

    Refer Annexure to Price Schedule

    d) Indicate classification with tariff no. under which Vendor intends to import.

    Refer Annexure to Price Schedule

    e) Confirm prices shall be firm on account of variation in foreign exchange rate.

    Confirmed

    f) Owner shall not provide any import licence. Noted

    g) Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess. In case material is shipped directly to Port/Project Site, quoted prices are excluding CENVAT benefit.

    Confirmed

    h) In case material is directly dispatched from port, CVD amount shall be reimbursed subject to submission of bill of entry documents along with CVD invoice.

    Confirmed

    i) Any upward variation due to change in Customs Duty classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner.

    Confirmed

    j) Statutory variations, if any, in the rate of Import Duties upto 2/3rd contractual delivery period shall be to Owners account.

    Confirmed

    Page 31 of 301

  • A307_ATC (I) Page 7 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    k) Any increase in price due to increase in the rate of Import Duties, due to any reasons, whatsoever, beyond the 2/3 rd contractual delivery period, shall be to vendor's account. However, any decrease in Import Duties rate at the time of actual clearance of imported materials shall be passed on to Owner.

    Confirmed

    l) The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon.

    Confirmed

    m) Variation in price due to Customs duty rate will be dealt separately after receipt of material at site, against documentary evidence.

    Confirmed

    20.

    Validity of Bid: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

    Confirmed

    21. Compliance to RFQ documents: a) Confirm your offer is in total compliance with RFQ

    Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any.

    Confirmed

    b) Confirm your offer is in total compliance with RFQdocumentation containing commercial terms and conditions as per the following documents, without any deviation:

    Confirmed

    i) Request for Quotation (RFQ) Confirmed ii) Special Instructions to Bidders (SIB) Confirmed iii) General Purchase Conditions (GPC) Confirmed iv) Terms & Conditions of Site work / GCC / HSE Confirmed(if applicable) v) Integrity Pact Confirmed vi) Terms & Conditions for Supervision services Confirmed vii) Commercial / Technical Amendments, if any Confirmed

    22. Whether any of the Directors of Bidder is a relative of any Director of Owner/EIL or the Bidder is a firm in which any Director of Owner/EIL or his relative is a Partner or the Bidder is a private company in which any director of Owner/EIL is a member or Director.

    Confirmed No relation

    23. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily mean cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

    Not Banned

    24. Please confirm your offer contains the following:

    24.1 UNPRICED OFFER- without any Deviations Confirmed

    24.2 PRICED OFFER Duly filled Price Schedule with relevant annexures

    Confirmed

    25. Please confirm that you have quoted strictly for items based on your registration/approval with EIL as on date of issue of RFQ.

    Confirmed

    Page 32 of 301

  • A307_ATC (I) Page 8 of 8

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    26. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

    Confirmed

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

    Confirmed

    28. Confirm that Net worth of the Bidders company is positive as per the immediate preceding years audited financial results & Immediate preceding years audited annual financial results has been submitted along with unpriced bid.

    Confirmed & Submitted

    29. Confirm acceptance to Technical Specifications/Notes, etc., as per Material Requisition (MR) without any deviation, failing which offer shall be liable for rejection as the Material Requisition being a category-I.

    Confirmed

    Page 33 of 301

  • A307_ATC (F) Page 1 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    M/s BHARAT PETROLEUM CORPORATION LIMITED IREP-Kochi Refinery

    (Job No. A307) AGREED TERMS & CONDITIONS (ATC)

    (FOR FOREIGN BIDDERS)

    Supplier Name: M/s ______________________________________________________________

    RFQ No.: __________________________________________________________________

    Suppliers Offer Ref No. & Date: ______________________________________________________

    Tel. No. ___________________Mob. No. ______________________ Fax No. ________________

    Contact Person: ___________________________ E-mail _________________________________

    1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE CLAUSES

    DULY CONFIRMED/ PRECISELY REPLIED TO BY THE SUPPLIER, SHALL BE ENCLOSED. 3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF AND

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

    4. FAILURE ON PART OF THE SUPPLIER IN SUBMITTING THIS DULY FILLED-IN

    QUESTIONNAIRE WITH UN-PRICED BID AND / OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF SUPPLIERS BID.

    5. YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH RFQ DOCUMENTS CONTAINING

    COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF SUPPLY/SERVICES/SITE WORK, AS APPLICABLE INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/ COMMERCIAL CORRIGENDUM, IF ANY.

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    1 a) Confirm that the offer contains firm prices on F.O.B. International Seaport of Exit Basis

    Confirmed

    b) Indicate International Seaport of Exit

    c) Indicate the HSN Code of the Items

    d) Details of any Free Trade Agreement (FTA) / Comprehensive Economic Partnership Agreement (CEPA) / Treaty between Bidders country Govt. & Indian Government for availing custom duty exemption / concession. If bidder will not specifically mention the same, it is to be considered that there is no specific Agreement / Treaty between Govt. of Bidders & Purchasers Country.

    e) Confirm transportation charges inclusive of Service Tax and Ed Cess, upto project site, has been quoted separately by you in Price Schedule. Indicated in Price Schedule

    f) In case you have not indicated the ocean freight charges separately in the price schedule please quote the same in terms of Percentage of the quoted FOB Price.

    .%

    g) In case ocean freight charges are repeated anywhere in the bid/Price Schedule/ATC, then

    Confirmed

    Page 34 of 301

  • A307_ATC (F) Page 2 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    higher shall be considered for evaluation & lower for ordering. (In case of CFR)

    2. Insurance: a) For Supply Only

    Price quoted must exclude Marine insurance charges from FOB International Port of Exit, as same shall be arranged by the Owner. However all marine insurance charges for inland transit upto FOB International Port of Exit must be included by you in your prices.

    Applicable / Not Applicable

    Confirmed

    b) For Supply + Site Work Comprehensive Insurance (Transit/Marine-cum-storage-cum-erection till handing over of equipment) has been taken care by the Seller & charges of the same have been included in the quoted prices.

    Applicable / Not Applicable

    Confirmed

    3. Owner reserves the option to place order either on FOB or CFR basis. Confirmed

    4. Delivery / Completion Period: a) Delivery / Completion period shall be as

    mentioned in the RFQ covering letter. Confirmed

    b) Confirm delivery period shall be reckoned from the date of Fax of Acceptance. Confirmed

    c) Confirm date of clean Bill of Lading shall be considered as date of delivery. (In case order is placed on FOB port of Exit basis or on CFR basis).

    Confirmed

    5. Taxes & Duties: a) All taxes, duties and levies of any kind payable

    upto FOB International Port of Exit shall be borne by Bidder.

    Confirmed

    b) Export permit/licence if required shall be vendors responsibility & any expenditure towards same will be borne by Bidder.

    Confirmed

    6. Supervision / Training Charges: a) Charges for Supervision / Training, if in the scope

    of the Bidder as per MR have been indicated by bidder separately in the Price Schedule.

    Confirmed, Quoted in Price Schedule

    b) Per-diem rate for supervision has been quoted in accordance with the Terms & Conditions for Supervision enclosed with the RFQ Documents.

    Confirmed

    c) It is mandatory for the foreign supplier / contractor / consultant to indicate Permanent Account Number (PAN) as per the Indian Income Tax requirements, failing which the Supplier / Contractor / Consultant shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act / Rules and the same shall be deducted from the payment made to Supplier / Contractor / Consultant .

    ____________

    d) Where erection/testing/commissioning supervision, commissioning assistance is required as per RFQ Documents / Material Requisition, penalty for non mobilization/delay in mobilization as per order shall be applicable. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

    Noted & Confirmed

    e) Bidders shall also provide additional BG of an Noted & Confirmed

    Page 35 of 301

  • A307_ATC (F) Page 3 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    amount equal to the per diem charges for the number of days considered for evaluation, over and above 10% PBG to cover compensation for delay in mobilizing the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with dispatch documents which shall be initially valid up to six months which shall be extended based on the request by BPCL.

    7. Site Work: For Site Work, if in the scope of the Bidder as per MR, please confirm the following:

    a) Confirm that quoted site work prices are exclusive of Service Tax & Edu. Cess but inclusive of VAT on Works Contract and all other applicable taxes & duties.

    Confirmed

    b) Percentage of Service Tax & Edu. Cess as applicable extra on Site Work.

    ..%

    c) Supplier shall submit the Assessment/ Liability Certificate from Sales Tax authorities indicating the VAT on Works Contract payable for enabling Owner to deduct the same from Supplier Invoices & make payment to the tax authorities. TDS Certificate towards VAT on Works Contract shall be provided by Owner. Statutory variation on VAT on Works Contract shall not be payable by Owner.

    Confirmed

    d) Statutory Variation on Service Tax & Edu. Cess on Site work shall be paid by the Owner against documentary evidence within Contractual completion period.

    Confirmed

    e) Confirm that Entry Tax / Octroi applicable on Construction Machinery/Equipment brought by the supplier to site to execute / complete the site work shall be borne by the Supplier and same is included in the quoted prices. No variation (including statutory) on such entry tax shall be paid by the Owner.

    Confirmed

    8. Validity: Confirm Bid validity as stipulated in RFQ covering letter from the final due date of bid submission.

    Confirmed

    9. Manufacturers Name and Address, Phone No., Fax No., email ID, etc.,

    10. Inspection Charges:

    a) Goods supplied are subject to stage wise and final inspection as specified in MR by TPI agency i.e. Certification Engineers International Ltd. (CEIL)/Lloyds Register of Industrial Services (LRIS) / Det Norske Veritas(DNV)/ Bureau Veritas (BV)/M/s.TUV in the country of origin and charges of the same shall be included in quoted price and it is suppliers responsibility to arrange

    Confirmed.

    Page 36 of 301

  • A307_ATC (F) Page 4 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    for the same.

    b) Quoted prices are:

    i) Inclusive of all testing and inspection charges (if applicable) as per MR.

    Confirmed

    ii) Inclusive of all IBR/IGC/NACE charges (if applicable) as required in the Material Requisition.

    Confirmed

    iii) Inclusive of all statutory certification charges PESO/CCOE, etc. (if applicable) as required in the Material Requisition.

    Confirmed

    11. Country of Origin: Country of origin from where the goods have been offered.

    12. Currency of Quote: Furnish the currency of quote. Change in currency once quoted will not be allowed. Bidder shall quote either in USD / Euro / INR only. Bids submitted in any other currency shall be liable for rejection.

    13. Spares Parts: a) Confirm item wise unit price (FOB Port of Exit

    basis) of following spare parts as required in Material Requisition (MR) have been quoted/included indicating itemised quantity.

    Confirmed

    i) Mandatory Spares are quoted as per MR. Confirmed (if Applicable as per MR) ii) Commissioning spares as specified in MR

    are included in the quoted Price. Confirmed (if Applicable as per MR)

    iii) Special Tools & Tackles as specified in the MR are included in the quoted prices. Confirmed (if Applicable as per MR)

    iv) Confirm spares wherever required have been included in the quoted price and list of spares is also furnished.

    Confirmed (if Applicable as per MR)

    b) Recommended Spares for Two Years Operation & Maintenance, as specified in MR have been quoted separately with Price validity of One (1) year from Contractual Delivery Date for Main Items/Equipment & List of such spares has been furnished in the Un-priced Bid. Also item wise Ocean freight charges up to port of entry, Kochi (India) for the spares has been quoted.

    Confirmed (if Applicable as per MR)

    14. Confirm documentation charges as per MR are inclusive in your quoted prices. Confirmed

    15. Confirm customer references list for the item/model quoted by you, is given in offer.

    Confirmed

    16. Indicate shipping weight (net and gross) and volume of the consignment.

    ---------------------------

    17. Performance Bank Guarantee:

    a) Confirm goods to be supplied by you shall be guaranteed for performance as per the General Purchase Conditions (Imports) & Special Instructions to Bidders (SIB) and the Bank Guarantee towards Performance of 15% of Order Value shall be valid till full guarantee period plus 3

    Confirmed

    Page 37 of 301

  • A307_ATC (F) Page 5 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    (Three) Months.

    b) i) The Performance Bank Guarantee shall be strictly as per proforma enclosed with the GPC document and shall be from any Indian Scheduled Bank or any reputed International Bank and shall be submitted within 15 days from date of FOA.

    Confirmed

    ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crore or USD 22 Millions and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

    Confirmed

    18. Guarantee / Warranty Confirm acceptance to Guarantee / Warranty clause as mentioned in the General Purchase Conditions & Special Instructions to Bidders.

    Confirmed

    19. Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account.

    Confirmed

    20. Part Order: a) Confirm acceptance of Part Order clause as per

    GPC (Imports). Confirmed

    b) The Quantities against a particular item will not be split. However, in case of part order confirm all lumpsum charges quoted extra if any viz. Documentation, testing, packing, crating, handling, FOB, IBR etc., can be considered prorate on value basis.

    Confirmed

    21. Repeat Order: Confirm Acceptance to Repeat Order as per RFQ Covering Letter/SIB/GPC/Material Requisition.

    Confirmed

    22. Price Reduction on delay in delivery/completion: a) Confirm acceptance of price reduction schedule

    for delay in deliveries/completion of work/services specified in General Purchase Conditions (GPC) enclosed with the RFQ Document. Liquidated damages or penalty are not acceptable.

    Confirmed

    b) In case of delay, vendor will reduce the invoice amount by applicable reduction. Confirmed

    23. Payment Terms: Confirm acceptance of payment terms as per Payment Terms and Mode of Payment specified in Special Instructions to Bidders and RFQ covering letter.

    Confirmed

    24. a) Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 15% performance bank guarantee valid till expiry of Material/Equipment Guarantee period as per General Purchase Conditions and Special

    Confirmed

    Page 38 of 301

  • A307_ATC (F) Page 6 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    Instructions to Bidders plus 3 (Three) months claim period.

    b) Letter of Credit shall be opened through a Govt. of India Nationalised/ Scheduled Bank and hence need not be confirmed.

    OR Confirmed L/C not required

    c) However, if you still insist for confirmed L/C, confirmation charges shall be borne by you. Please confirm.

    Noted & Confirmed

    25. All Bank charges and stamp duties payable outside India in connection with payments to be made under Purchase Order for the item, if placed, shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

    Confirmed

    26. Please indicate name and address of your Bankers for L/C opening, telephone/E-mail address.

    27. a) Confirm your offer is in total compliance with RFQ Document containing technical specifications including General / Technical notes, scope of supply/services/site work (as applicable) including documentation as per Material Requisition (MR) and subsequent amendment and corrigendum, if any, without any deviation.

    Confirmed

    b) Confirm your offer is in total compliance with RFQ documents containing commercial terms and conditions as per the following documents, without any deviation:

    Confirmed

    i) Request for Quotation (RFQ) Confirmed ii) Special Instructions to Bidders(SIB) Confirmed iii) General Purchase Conditions (GPC) Confirmed iv) Terms & Conditions for Supervision Confirmed (if Applicable as per MR) v) Terms & Conditions for Site work, GCC &

    HSE Confirmed (if Site Work is Applicable

    as per MR) vi) Integrity Pact Confirmed vii) Commercial / Technical Amendments, if any Confirmed

    28. Direct offer without the intermediary of an Indian Agent will only be considered. Noted & Confirmed.

    29. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

    Not Banned

    30. Please confirm your offer contains the following:

    30.1 Unpriced offer- without any deviations Confirmed 30.2 Priced Offer

    Price Schedule with relevant annexures Confirmed

    Page 39 of 301

  • A307_ATC (F) Page 7 of 7

    SUPPLIERS SIGNATURE WITH STAMP/SEAL

    SL. NO. DESCRIPTION SUPPLIERS CONFIRMATION

    31. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by consultant / Owner.

    Confirmed

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

    Confirmed

    33. Confirm that Net worth of the Bidders company is positive as per the immediate preceding years audited financial results & Immediate preceding years audited annual financial results has been submitted along with unpriced bid.

    Confirmed & Submitted

    34. Bidder to confirm compliance to Annexure-A attached with Special Instructions to Bidder (SIB) for Indian Source items (if applicable)

    Confirmed.

    35. Confirm acceptance to Technical Specifications/Notes, etc., as per Material Requisition (MR) without any deviation, failing which offer shall be liable for rejection as the Material Requisition being a category-I.

    Confirmed

    VENDORS NAME: SIGNATURE & SEAL:

    Page 40 of 301

  • BPCL-KR Job: A307

    A307_SIB Rev.6 dt. 14.04.2014 Page 1 of 20

    INTEGRATED REFINERY EXPANSION PROJECT

    OF M/s BHARAT PETROLEUM CORPORATION LTD,

    KOCHI REFINERY, KOCHI, KERALA

    SPECIAL INSTRUCTION TO BIDDER (SIB)

    Page 41 of 301

  • BPCL-KR Job: A307

    A307_SIB Rev.6 dt. 14.04.2014 Page 2 of 20

    INDEX

    SECTION A (TERMS OF PAYMENT) 1.0 Payment Terms For Indian Bidders 2.0 Payment Terms For Foreign Bidders 3.0 Ocean Freight

    SECTION B: EVALUATION CRITERIA FOR COMPARISION OF BIDS 4.0 Where only Indian Bids are under comparison 5.0 Where only Foreign Bids are under comparison 6.0 Where Indian as well as Foreign Bids are under comparison 7.0 General Notes 8.0 Special Notes on Taxes/Duties and CENVAT benefits 9.0 Price Reduction Schedule Towards Delay In Delivery 10.0 Guarantee / Warranty Period SECTION-C: (COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS) 11.0 Basis of Loading 12.0 Payment Terms 13.0 Performance Bank Guarantee (PBG) 14.0 Delayed Deliveries 15.0 Price Variation 16.0 Freight charges 17.0 Indian taxes/ duties 18.0 Utilities 19.0 Delivery/Completion Period 20.0 Foreign Exchange Rate Variation/Custom Duty Variation For Indian Bidders (On

    Built-In Import Content) 21.0 VAT on Works Contracts/ Service Tax/ Splitting Of Orders 22.0 Entry Tax 23.0 Rejection Criteria 24.0 Suo-Moto Changes In Prices 25.0 Price Implication Not Permitted 26.0 Integrity Pact SECTION-D: SPECIAL CONDITIONS. 27.0 Delivery Schedule/ Completion Period 28.0 Despatch Instructions for Indigenous Supplies 29.0 Additional Taxes & Duties (Applicable For Indian Bidder) 30.0 Recovery Of Custom Duty, Excise Duty And Sales Tax 31.0 Governing Law 32.0 Purchasers Rights And Remedies 33.0 Deduction At Source 34.0 Statutory Approval 35.0 Lien 36.0 Limitation Of Liability SECTION-E: GENERAL INSTRUCTIONS 37.0 General 38.0 Fraudulent Practices 39.0 One Bid Per Bidder 40.0 Language Of Bid 41.0 Earnest Money Deposit: 42.0 Modification And Withdrawal Of Bids 43.0 Examination Of Bids And Determination Of Responsiveness 44.0 Owners Right To Accept Any Bid And To Reject Any Bid 45.0 Notification Of Award 46.0 Waiver Or Transfer Of The Agreement 47.0 T&C For Foreign Suppliers (To Whom RFQ Issued) Operated Through Their Indian

    Office / Subsidiaries 48.0 Tax Residency Certificate (TRC) Format For Foreign Bidder 49.0 Requirement of Employment Visa For Foreign Nationals

    SECTION-F: ADDITIONAL CLAUSES TO GPC 50.0 Settlement of dispute between CPSEs or CPSEs & Government Departments

    Annexure-A ( Terms & Conditions For Indian Sourced Components / Services By Foreign Bidder)

    Page 42 of 301

  • BPCL-KR Job: A307

    A307_SIB Rev.6 dt. 14.04.2014 Page 3 of 20

    SPECIAL INSTRUCTIONS TO BIDDERS

    BHARAT PETROLEUM CORPORATION LIMITED, KOCHI REFINERY

    INTEGRATED REFINERY EXPANSION PROJECT

    SECTION-A: TERMS OF PAYMENT

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

    1.0 PAYMENT TERMS FOR INDIAN BIDDERS:

    1.1 Where the Material Requisition is only for supply of materials and there is no Supplier Data Requirement specified in MR e.g. Bulk Piping Items, etc.

    1.1.1 100% Payment within 30 days after receipt and acceptance of materials at site and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till the full guarantee period plus Three months claim period.

    1.2 Where the Material Requisition calls for Supplier Drawings/Technical Documentation.

    1.2.1 90% Payment within 30 days of receipt and acceptance of materials at Site and on submission of dispatch documents.

    1.2.2 10% Payment after receipt of final technical documentation as per PR against EILs certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

    1.3 Where Supply of materials and Erection or Site Work are in the scope of Supplier and Package Items.

    1.3.1 Supply

    1.3.1.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

    1.3.1.2 15% Payment after receipt of identified raw materials at Suppliers Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

    1.3.1.3 60% Payment after receipt of equipment/materials at BPCLs Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

    1.3.1.4 10% payment after completion of Site Work and submission of final Technical documents as specified in the Purchase Requisition against EILs Certification and submission of Performance Bank Guarantee for 10% of Total Order Value (Supply plus Site Work), valid till full guarantee period plus three months claim period.

    In case of delay in start of the site work beyond 6 months, the above 10% Payment shall be released against submission of Bank Guarantee of equivalent amount valid initially for 1 year and subject to extension upto completion of the site work. However, in the event of delay in the site work, the Supplier is not relieved of his responsibility to carry out the same.

    1.3.1.5 10% payment within 30 days of handing over the successfully commissioned equipment. Wherever commissioning is not in the Suppliers scope, the payment will be released after completion of Site Work as per PR and handing over of equipment.

    1.3.2 Erection/ Site work

    1.3.2.1 90% Payment against monthly running bills (based on agreed Billing Schedule), duly certified by EIL.

    1.3.2.2 10% Payment within 30 days after final handing over of equipment package to BPCL at site.

    1.4 Fabricated Items (Vessels, Columns, Heat Exchangers, etc.)

    1.4.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

    Page 43 of 301

  • BPCL-KR Job: A307

    A307_SIB Rev.6 dt. 14.04.2014 Page 4 of 20

    1.4.2 15% after receipt of identified raw materials at Suppliers Works and against certification by EIL and submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

    1.4.3 60% Payment through NEFT against receipt of materials at BPCLs Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

    1.4.4 10% Payment after receipt of final documents as required in Purchase Requisition against EILs certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus Three months claim period.

    1.4.5 Balance 10% Payment within 30 days of receipt of equipment at Site.

    1.5 Other Items (Pumps, Compressors, Switchgears, etc.)

    1.5.1 5% Payment on approval of all drawings atleast in CODE-2 by EIL against submission of Bank Guarantee of equivalent amount valid till complete execution of Order plus Three months claim period.

    1.5.2 75% Payment against receipt of materials at BPCLs Site. Billing Schedule to be furnished by the Supplier in case pro-rata payments are required.

    1.5.3 10% Payment after receipt of final documents as required in Purchase Requisition against EILs certification and on submission of Performance Bank Guarantee for 10% of Total Order Value, valid till full guarantee period plus three months claim period

    1.5.4 Balance 10% Payment against Commissioning/Demonstration of Performance Guarantee (if applicable) or 6 months from receipt of material at Site (against Bank Guarantee of equivalent amount valid for 1 year), whichever is earlier. However, in the event of delay in conducting the Performance Guarantee Run, the Supplier is not relieved of his responsibility to carry out the same. No additional payment shall be made for visit of Supplier to Site for demonstrating the performance, if the same is included in the scope of Supplier.

    For items where supervision during erection, testing and commissioning is not required, the last 10% Payment shall be released within 30 days of receipt of material at Site.

    1.6 Payment for PGTR / Per Diem Charges for Supervision of Erection, Testing &

    Commissioning

    1.6.1 100% Payment of Invoice Amount shall be paid on completion of supervision services / PGTR against submission of Invoice along with Time Sheet duly certified by EIL/BPCL Site-In-Charge. Payment shall be made after deducting Income Tax at applicable rate. Service Tax, if any, shall be paid on submission of Service Tax Invoice.

    1.6.2 Where erection/commissioning supervision, commissioning assistance is required from the vendor, penalty for non mobilization/delay in mobilization as per order shall also be specified in the specifications. The penalty shall generally be 1.5 times the per diem rate for each day of delay of reporting to site and shall be in addition to price reduction for delayed delivery.

    1.6.3 Wherever supervision is in the scope of MR, bidders shall provide additional BG of an amount equal

    to the per diem charges for the number of days considered for evaluation over and above 10% PBG to cover compensation for delay in mobilising the erection/ commissioning personnel. This BG will be released to the bidder upon the erection/ commissioning personnel reporting at site. This BG shall be furnished along with payment milestone for submission of final documentation as per PR and shall be valid up to six months which shall be extended based on the request by BPCL. (In case where commissioning, Performance Guarantee Test, etc. are required and the 10% is under hold, this condition shall not be applicable).

    1.7 Transportation charges

    1.7.1 100% Payment within 4 weeks after receipt of materials at site.

    1.8 General

    1.8.1 Excise Duty, Service Tax & VAT on Supplies shall be released only on receipt of Cenvatable/ Vatable copy of corresponding Invoice enabling availing of Input Credit by BPCL.

    1.8.2 No initial advance payment along with Order shall be made by the Owner against Supplies as well as Services (i.e. Transportation, Erection, Site Work, etc.). If a Supplier insists on the same, their Offer shall be rejected.

    1.8.3 Bank Guarantee(s) shall be issued through Scheduled Commercial Bank in India/ Indian Branch of Foreign Bank, directly to BPCL as per the Pro-forma enclosed with RFQ documents and Supplier shall also enclose copy of the same along with Invoice.

    Page 44 of 301

  • BPCL-KR Job: A307

    A307_SIB Rev.6 dt. 14.04.2014 Page 5 of 20

    1.8.4 All payments shall be released either through Electronic Clearing System (ECS) / Electronic Fund Transfer (EFT)/ Real Time Gross Settlement (RTGS) or through internet, within 30 days of receipt of Invoice and all requisite documents, complete in all respects.

    1.8.5 Billing schedule shall be submitted to EIL & BPCL by the Supplier for approval within 30 days from the date of Purchase Order wherever specified therein. No payment against pro-rata dispatch shall be made without approval of Billing Schedule.

    1.8.6 Major Raw Material: Shall be as specified below:

    i. Columns and Vessels: Plates and Forgings

    ii. Heat Exchangers: Plates, Forgings and Tubes

    iii. Pumps/Compressors: Castings and Drivers

    iv. Any other item(s) as may be defined in MR/PR.

    2.0 PAYMENT TERMS FOR FOREIGN BIDDERS:

    2.1 Where the Material Requisition is only for Supply of materials

    2.1.1 100% of FOB Order Value shall be paid through an Irrevocable Letter of Credit against submission of Shipping Documents. The Letter of Credit shall be established only on receipt of acceptance of Fax of Acceptance/Purchase Order along with submission of Bank Guarantee of 15% of Order Value (10% towards Performance Bank Guarantee valid till full Guarantee period plus Three months claim period & separate 5% Bank Guarantee towards Price Reduction Schedule due to delay in delivery valid till contractual delivery date (CDD) + Five and half Months).

    For PGTR cases only

    In case of PGTR 90% supply amount shall be released through Letter of Credit and last 10% supply amount shall be released against successful demonstration of Performance Guarantee Test Run & submission of Invoices duly certified by Site-In-charge or 6 months from receipt of material at site (against BG of equivalent amount valid for 1 year), whichever is earlier. However in