TENDER - Limited - Tankage 193dd0
TENDER - Limited - Tankage 193dd0
TENDER - Limited - Tankage 193dd0
CPO REFINERIES
TENDER FOR
CRFQ 1000297946
1.0 This is a limited E-tender and only the bidder(s), who have been issued this e-
tender, can submit their bid through e-platform.
Electronic digitally signed & sealed (encrypted) E-Bids are invited in 2 part bid
system for the tender for Spade In to Spade Out Contract for Mechanical Jobs
on StorageTanks in complete accordance with tender documents and its
attachments.
1.1 All prospective bidders are requested enroll onto our e-tendering platform
https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd, our
authorized Service Provider for E-tendering.
1.2 Upon logging in to the e-procurement website, bidders can download the bid
documents and shall thoroughly go through the same. All documents required for
the bid, shall be uploaded on the appropriate place in the E-Procurement web site,
digitally signed. No physical scanned documents need to be uploaded except those
specifically indicated.
1.4 Bidders are advised to read the Instructions for participating in the electronic tenders
directly through internet (Bid Submission Manuals are available on the above
mentioned e-procurement site) and get conversant with the process of online
submission of the tenders well in time so as to submit tenders by the due date.
1.5 E-Bidding instructions are also attached along with the tender document for
reference and guidance.
This contract is for Spade in to Spade out contract for Mechanical jobs on Storage
tanks.
Bidder has to execute the entire M&I activties from spade in to spade out including
tank cleaning, mechanical jobs & civil work. The scope includes 5 nos. of tanks
having Black Oil, Bitumen, LOBS & White Oil services. Any other tank may be
handed over by BPCL other than the specified tanks for M&I jobs based on
operational requirement, however the financial limit of the contract shall remain
CRFQ 1000297946 E-Tender System ID : 34325
same. Contractor shall work at minimum 4 nos. Of tanks simultaneously and shall
organize manpower, material and supervisors accordingly.
Your quoted lump sum basic price shall be inclusive of all Indian taxes and duties
except Goods and Services Tax (GST). GST shall be quoted separately and shall be
applicable extra on the quoted lump sum basic price.
8.3 "Priced Bid" shall be submitted online. Bidders shall input their prices online
in the template created in the E Tendering portal.
8.4 Bids complete in all respects should be uploaded in BPCL e-tendering portal
on or before the due date & time. Each page of all documents, submitted by
the bidder, shall be duly signed & stamped, and then scanned and uploaded
in the portal. The offer shall be submitted in the Portal under the digital
signature of the bidder.
8.5 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed
covers, shall not be accepted.
8.6 BPCL shall not be responsible for any delay in uploading of offer.
The deadline for bid submission is 11:00 Hrs on the due date mentioned. The bids
can be submitted in the e-procurement website upto the tender due date and time.
The Un-priced Technical bids will be opened online through e-procurement website
https://bpcleproc.in, on the same day at 11.30 Hrs.
Please note that tender against tender enquiry is invited through e-tendering mode.
In case of any clarification regarding the tender, following are the contact persons:-
(OR)
Shri. Kiran Bania, Asst. Manager Maint (Planning), BPCL – Mumbai Refinery,
Mahul, Mumbai.
Tel No. 022 – 25524153. E mail: baniakiran@bharatpetroleum.in
Shri. Deepak Chandramore, DGM Maint (Planning), BPCL – Mumbai Refinery,
Mahul, Mumbai.
Tel No. 022 – 25533153. E mail:chandramoredp@bharatpetroleum.in
11.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.
11.2 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.
11.3 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
CRFQ 1000297946 E-Tender System ID : 34325
11.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The
IEM's name, address & contact number is given below:
12.1. 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/price
preference to eligible Enterprises, as admissible under the existing policies of
Government of India and to JVs/ Subsidiaries as per BPCL guidelines.
12.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation
and submission of Bid, all activities in connection with bidding. BPCL will in no
case be responsible or liable for these costs regardless of the conduct or outcome of
the bidding process. Each Bidder accept and agrees, as a condition of submitting its
Bid that it waives any and all claims against BPCL, its Co-ventures and their
affiliates, for remuneration or restitution relating to its costs and expenses in.
BPCL may, for any reason either at their own initiative or in response to the
clarification requested by prospective bidders, issue amendment in the form of
addendum during the bidding period or subsequent to receiving the bids. Any
addendum thus issued shall become part of bidding document and Bidder shall
submit `Original' addendum duly signed and stamped in token of his acceptance. If
addendum is issued during the bidding period, Bidder shall consider the impact in
his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow
the instructions issued along with addendum with regard to submission of impact on
quoted price/ revised price, if any.
12.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: 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
12.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and
documents relating to the bid, exchanged by the Bidder and BPCL, shall be written
in the English language. All information in the “Bid” shall be in English language.
Information in any other language shall be accompanied with its translation in
English. Failure to comply with this condition shall disqualify a “BID”. In the event
of any contradictions between meanings as derived from various languages of the
“BID”, the meaning as derived from English language copy of the “BID” shall
govern.
12.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any
information contained in the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of preparing its bid and shall
require any such third party to treat such information as confidential.
12.10 SIGNING OF BID: 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.
Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT
LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or
incorporated.
The bid shall be signed by the bidder or a person or persons duly authorized to sign
on behalf of the bidder. Such authorization shall be indicated by written power of
attorney accompanying the bid.
12.11 VENDOR HOLIDAY LISTING : Vendors serving holiday listing order issued by
BPCL, MOP&NG or any other Oil PSEs would not get qualified in the tenders
floated in BPCL till the holiday listing order is revoked by the concerned authority
and the proof of such revocation is submitted to the tendering department.
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.
Income 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.
12.13 FIRM PRICES : The Contract Price shall remain firm and fixed till the completion
of Work in all respects and no escalation in prices on any account shall be
admissible to the BIDDER / CONTRACTOR.
CRFQ 1000297946 E-Tender System ID : 34325
**************
CRFQ 1000297946 E-Tender System ID : 34325
SECTION-1
NOT APPLICABLE
CRFQ 1000297946 E-Tender System ID : 34325
SECTION 2
1. INTRODUCTION:
2. SCOPE OF WORK:
The process of gas freeing the tank shall be under the scope
of work of the contractor. Necessary equipments like
intrinsically safe exhaust fans, eductors, etc. shall be used
for gas freeing of the tank. Mechanical devices need to be
used to pump out or suck out the oil and hydrocarbon sludge to
a vacuum truck / trucks and the material decanted into an area
within the refinery as shown by BPCL site in-charge. Providing
DG Set or air compressor for pneumatic pumps, if required
would be under scope of the contractor.
C) BITUMEN TANKS -
BY BPCL -
Sea water from the fire mains would be supplied free of cost
for the residual cleaning of the tanks. Raw water from the
respective plants would be supplied free of cost for the
residual cleaning of the tanks.
BY CONTRACTOR -
Mechanical equipments, separate Power pack/DG Set/ Air
Compressors for supply of power and air requirement of
equipments, chemical decontaminants, fire hoses, vacuum
trucks, trucks, gully sucker, compressors, hydro-jetting
machine, manpower, safety equipments including breathing
apparatus, gas freeing equipments and other tools and tackles
required to complete the job to the satisfaction of BPCL site
engineer.
3. SCHEDULE OF WORK:
Sr.
No. Tank No Dia-m /Ht-m Service
Insulation
1. 209 29.26x18.29 WAXY-DISTILLATE
YES
2. 1010 24 x 10.8 SR YES
3. 1017 12.2 x 10 ASPHALT YES
4. 1209 16 x 20 LOBS WAXY 65N YES
5. 1210 19 x 20 LOBS WAXY 500N YES
3.0 TECHNICAL SPECIFICATIONS FOR MECHANICAL JOBS
1.1 FABRICATION
a) General
b) Straightening
c) Plate-edge preparation
When the edges of plates are cut with a torch the resulting
surface shall be uniform and smooth and shall be free from
scale and slag accumulations before welding.
1.2 WELDING
(In cases of repair/replacement)
1.2.1 DESIGN
All welding of tank plate, steel framing, structural
attachments, mountings, nozzle attachments etc. shall be
carried out by qualified welders. Suggested plate edge joints
are as follows :-
a) Vertical joints
Single-vee butt joints may be used for plate thickness of 6 mm
or more, but shall not be used for plate thickness exceeding
13 mm. Double bevel butt joints may be used for plate
thickness over 13mm.
b) Horizontal joints
Single-bevel butt joints may be used for plate thickness upto
13mm. Double bevel butt joints may be used for plate thickness
over 13mm.
e) The wind girders and curb angle joints shall not coincide
with the vertical shell plate welds.
1.3 ERECTION
2.1.1 General
The contractor shall carryout the various tests based on
comprehensive Inspection reports as per API 650/653 IS 803,
drawings, technical specifications. For all the tests either
on the field or at outside laboratories, the execution of work
and supply of material shall be carried out by the contractor
at his own cost. All tests shall be witnessed and certified
by BPCL Inspection. WPS, plan shall be submitted and
certified by BPCL Inspection for prior approval. The
contractor shall inform well in advance about all inspection
stages to Engineer-in-charge.
The contractor shall provide to BPCL Inspection all facilities
along with manpower assistance, lighting, tools and tackles,
special instruments etc. for ensuring that work is carried out
in accordance with the requirements of this specification and
in accordance with the relevant codes.
a) Vertical seams
b) Horizontal seams
The butt welds of steam coil piping, roof drain piping etc.
shall be subject, to spot radiography. The procedure and
inspection shall be as per ANSI 31.3
2.1.7 Testing
Kerosene Chalk test shall be carried out for the tank shell to
bottom plates joints. The joints shall be welded from one side
only and on other side of it wet chalk shall be applied
and after drying, kerosene from other side of joint shall
be sprayed in presence of BPCL Inspection.
When the tank is filled with water for testing, defects in the
shell joints shall be repaired with the water level at
least 300 mm below the repair work level.
2.1.9 Re-testing
After all defects have been repaired, the repaired welds shall
be re-tested by the methods previously described.
In case of fixed roof tanks:
Proper arrangement i.e. planking/scaffolding /lighting etc.
shall be provided by the contractor for the inspection of roof
underside/trusses/rafters.
C SHELL
1 Plate cutting, marking curvature W W RM
checking etc.
2 Shell course alignment and fit up of vertical and
circumferential joints W W
YES
3 Visual and back chipping W W YES
4 Shell dia meter, Circularity, perpendicularity
straight edge & other dim.and verticality. W W YES
5 Shell to annular fit up and welding W W YES
6 Location, size and alignment of nozzles and other
opening along with RF pad W W YES
7 RF pad air test W W YES
8 Chalk-kerosene test for shell
to bottom welding W W YES
9 Radiography interpretation W W YES
10 relieving of all nozzles,
clean out door W RM YES
D FIXED ROOF
1 Vacuum box tests of roof plates w w YES
2 M/ways fitup welding, nozzles W W YES
3 Air test of fixed roof W W YES
H Ladder, staircase
1 Fit-ups W W YES
2 Welding W W RM
I TESTING
1 Mechanical clearance/ inspection
Clearance W W YES
2 Hydro testing W W YES
3 Pad settlement
(In case of major renewals) W W YES
J PAINTING
1. Shot blasting W W YES
2 Manual scrap cleaning W W YES
3 Primer Coat W W
YES
4 Tie coat & Top coat W W YES
c) Salt water for testing of tanks and raw water for testing
of pipelines will be provided at the nearest available point.
Further piping to be done by the contractor.
Sr.
No. Tank No Dia-m /Ht-m Service Insulation
Completion period
In days
LD clause -
In case of delay, 0.5% / week of delay on part thereof upto 5%
of the Specific Tank PO value shall be recovered.
8.0 SCAFFOLDING SPECIFICATIONS
General
Materials of construction
" The boards shall be of size 8ft. by 1ft., 10ft. by 1ft. &
12ft. by 1ft. (Length into breath) and thickness 1.1/2 ft. The
ends of the boards shall be protected against abrasion with
2.1/4in. aluminum strips.
" Where steel boards are used, use still wire rope for
tying the boards. For tying wooden boards, use good-quality
fiber ropes.
" In all the above two cases, railings and toe boards as
specified should be provided to prevent fall.
" The end of the scaffold board shall not extend more than
150 mm or less than 125 mm beyond the transoms auto putlogs.
" If the scaffold is to embrace equipment or pipelines
operating at high temperatures, due care is to be taken to
ensure that boards clear the surface of the equipment or
pipelines by at least 150 mm. However in such cases it is
advisable to use metal boards.
" The ledgers should not extend more than 250 mm beyond the
upright at the ends. It is also safe the use rubber covers at
ends to prevent injury to people moving in the area.
" After erection, the engineer on the job must inspect the
scaffold and if found safe, shall put a "safe to use" board to
allow persons to commence work on the scaffold.
Prefabricated scaffolds
" In the case of prefabricated scaffold systems, the
instructions provided by the manufacturers or suppliers should
be strictly adhered to.
Use of scaffolds
Suspended scaffolds
SCOPE OF WORK
AUTHORIZED
PERSON
SEAL NAME
_____________
DATE
_____________
18. Any damage done to the BPCL property shall be made good by
contractor shall at contractor's cost.
19. The rates applicable shall be as per the line item rates.
20. Contractor shall procure all the material required for the
job only on the basis of actual site conditions or physical
measurements. BPCL will not entertain any claims regarding
surplus or shortfall of material.
29. All cranes, lifting tools and tackles should have Factory
Inspectorate approved certificate & copy of all such
certificates to be submitted to BPCL.
1.03.4.1 By BPCL:
1.03.4.2 By contractor:
This Special Conditions of Contract (SCC) shall be read in conjunction with the General
Terms and Conditions of Contract (GTC), including its amendments, specifications of
work, drawings and any other document forming part of this contract wherever the context
so requires.
BIDDER / CONTRACTOR shall adhere to all the instructions covered under GCC & SCC
including all design standards, as stipulated in the respective sections and should be in a
position to submit the required records as evidence for review of OWNER as and when
required and shall carry out changes based on PMC / OWNER review.
Not withstanding the sub-division of the document into separate sections and volumes
wherever done, every part of each shall be deemed to be supplementary of every other part
and shall be read with and as part of the contract so far as it may be practicable to do so.
Where any portions of the GCC are repugnant to or at variance with any provisions of the
special conditions of contract, then, unless different intentions appear, the provisions of the
special conditions of contract shall be deemed to override the provisions of the GCC shall
to the extent of such repugnancy, or variations prevail.
The materials, design and workmanship shall satisfy the applicable relevant Indian
Standards, the job specifications contained herein and codes referred. Where the job
specifications stipulate requirements in addition to those contained in the standard codes
and specifications, these additional requirements shall also be satisfied. In the absence of
any Standard / Specifications / Codes of practice for detailed specifications covering any
part of the work covered in this bidding document, the instructions / directions of BPCL
will be binding upon the Contractor.
Your quoted rates shall be inclusive of all applicable taxes and duties except Goods
and Services Tax (GST) which shall be quoted separately in the enclosed form
(Form-A). Please note that submission of this form along with Technical / Un-
priced Bid is mandatory.
Your rates shall remain firm till completion of work. The applicability of GST as a
percentage rate of total quoted price shall be clearly mentioned in this form. If the
information is not provided, it will be assumed that GST is included in your quoted
price. No claim for GST will be entertained subsequently. Please note that
registration for GST is mandatory for receipt of GST payments from BPCL. In
absence of valid registration, your offer will remain invalid and will not be
considered for evaluation. In case GST is not applicable, please indicate the same as
"Nil" while submitting this form.
CRFQ 1000297946 E-Tender System ID : 34325
GST, if applicable, shall be paid after verifying GST Registration no. Break up of
Basic cost, GST as applicable shall be provided in all your invoices along with GST
registration no. & SAC code for the services provided.
Any statutory variation in GST or introduction of any new taxes and duties within
the contractual completion period shall be to BPCL account, against submission of
documentary evidence for substantiating the variation by way of relevant
notification. However in case of delay in completion period beyond the contractual
date, for reasons attributable to contractor, any increase in these rates or any new
taxes and duties introduced during the period beyond the contractual completion
date shall be borne by the contractor, whereas any decrease shall be passed on to
BPCL.
Input tax credit towards GST, if available to BPCL, shall be considered for
evaluation.
Evaluation shall be on the basis of landed cost along with applicable taxes and
duties, less Input tax credit. Job will be awarded based on the lowest evaluated cost.
1. Income 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.
***************
CRFQ 1000297946 E-Tender System ID : 34325
SECTION-3
SECTION 4
INTEGRITY PACT
CRFQ 1000297946 E-Tender System ID : 34325
INTEGRITY PACT
Between
……………………………………………………………………………………………..herei
nafter referred to as "The Bidder/ Contractor/ Supplier".
Preamble
The Principal intends to award, under laid down organization procedures, contract/s for
Spade In to Spade Out Contract for Mechanical Jobs on Storage Tanks. The Principal
values full compliance with all relevant laws and regulations, and the principles of economic
use of resources, and of fairness and transparency in its relations with its Bidder/s,
Contractor/s and Supplier/s.
In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International" (TI).
Following TI's national and international experience, the Principal will appoint an
Independent External Monitor who will monitor the tender process and the execution of
the contract for compliance with the principles mentioned above.
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
b) The Principal will, during the tender process, treat all Bidders with equity and
reason. The Principal will, in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/ additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
CRFQ 1000297946 E-Tender System ID : 34325
(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.
(1) The Bidder/ Contractor/ Supplier commits itself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
a) The Bidder/ Contractor/ Supplier will not, directly or through any other person
or firm, offer, promise or give to any of the Principal's employees involved in
the tender process or the execution of the contract or to any third person, any
material or immaterial benefit which he/she is not legally entitled to, in order
to obtain in exchange, any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
c) The Bidder/ Contractor/ Supplier will not commit any offence under the
relevant Anti-Corruption Laws of India; further the Bidder/ Contractor/
Supplier will not use improperly, for purposes of competition or personal gain,
or pass on to others, any information or document provided by the Principal as
part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any
and all payments he has made, is committed to, or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.
(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts
If the Bidder, before contract award, has committed a transgression through a violation
of Section 2 or in any other form such as to put his reliability or credibility as Bidder
into question, the Principal is entitled to disqualify the Bidder from the tender process
or to terminate the contract, if already signed, for such reason.
CRFQ 1000297946 E-Tender System ID : 34325
(1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation
of Section 2 such as to put his reliability or credibility into question, the Principal is
also entitled to exclude the Bidder/ Contractor/ Supplier from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the circumstances of
the case, in particular the number of transgressions, the position of the transgressors
within the company hierarchy of the Bidder and the amount of the damage. The
exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(2) A transgression is considered to have occurred if the Principal after due consideration
of the available evidences, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right
to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given
freely and after obtaining independent legal advice.
(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the exclusion prematurely.
(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the
Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal
is entitled to terminate the contract according to Section 3, the Principal shall be
entitled to demand and recover from the Contractor/ Supplier liquidated damages
equivalent to Security Deposit/ Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur
subject only to condition that if the Bidder/ Contractor/ Supplier can prove and
establish that the exclusion of the Bidder from the tender process or the termination of
the contract after the contract award has caused no damage or less damage than the
amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall compensate
the Principal only to the extent of the damage in the amount proved.
(1) The Bidder declares that no previous transgression occurred in the last 3 years with
any other Company in any country conforming to the TI approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the tender
process.
CRFQ 1000297946 E-Tender System ID : 34325
(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.
(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders, Contractors/ Suppliers and Subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
(1) The Principal has appointed competent and credible Independent External Monitors
for this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of
the Board of the Principal.
(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access
without restriction to all Project documentation of the Principal including that
provided by the Bidder/ Contractor/ Supplier. The Bidder/ Contractor/ Supplier will
also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to this project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with
confidentially.
CRFQ 1000297946 E-Tender System ID : 34325
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
on the contractual relations between the Principal and the Bidder/ Contractor/
Supplier. The parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he
will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The Monitor can in
this regard submit non-binding recommendation. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action. However, the Independent External Monitor shall give an
opportunity to the Bidder/ Contractor/ Supplier to present its case before making its
recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by the
'Principal' and, should the occasion arise, submit proposals for correcting problematic
situations.
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion
of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has
not, within reasonable time, taken visible action to proceed against such offence or
reported it to the Vigilance Office, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
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.
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause
provided in the main tender document/ contract shall not be applicable for any
issue/ dispute arising under Integrity Pact.
CRFQ 1000297946 E-Tender System ID : 34325
(2) Changes and supplements as well as termination notices need to be made in writing.
Side agreements have not been made.
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement to their original intentions.
……………………… ……………………………
For the Principal For the Bidder/ Contractor/
Supplier
SECTION-5
FORM-A
C NAME OF BIDDER :
D SAC Code
_____________
SIGNATURE
NAME & ADDRESS
Note:
1. Filling up and submission of this form is mandatory for Indian Bidders.
2. A copy of GST registration certificate to be provided along with this form, for Indian
Bidders.
Additional Notes:
SECTION 6
FORM B
TABLE – 1
ACCEPTED
Sl.
DOCUMENT WITHOUT ANY WITH
No.
DEVIATIONS DEVIATIONS
1 SCOPE OF WORK
2 GENERAL TERMS AND CONDIITIONS
3 SPECIAL CONDITIONS OF CONTRACT
Note:- Bidders are required to confirm acceptance of all terms and conditions mentioned in
the tender document. Duly filled in, Signed, stamped and scanned copies of Tender, special
Conditions of Contract (SCC)/ Special Purchase conditions, special instructions to bidders,
scope of work, specification, Scalable requirements, Agreed Terms & Conditions , unpriced
part of price schedule are to be uploaded in the web. The format given above in Table 1 is to
be filled for all other documents. Any deviations, taken may be stipulated in the format given
in Table 2 (below).
TABLE – 2
DEVIATIONS
Bid Document
Sl.
Reference Subject Deviation
No.
Page Clause
1
2
3
CRFQ 1000297946 E-Tender System ID : 34325
I/We confirm that I/ we have studied all the Terms and Conditions of the RFQ/ tender
document and confirm our acceptance of the same except for the clauses mentioned above in
this deviation form.
In case our offer is successful, we will submit hard copies of all documents duly signed and
stamped on all pages.
___________________________
SIGNATURE WITH NAME & ADDRESS, SEAL AND DATE.
Note:
1. Filling up and submission of this form is mandatory.
2. If a document is accepted without any deviation, the vendor is required to put a tick
mark in the respective column against the document. If there are deviations, the
vendor is required to put a tick mark in the respective column against the document
and indicate the deviation(s) in the format given for indicating the same.
3. Successful bidder is required to submit hard copies of all documents duly signed and
stamped on all pages.
CRFQ 1000297946 E-Tender System ID : 34325
SECTION-7
E-BIDDING INSTRUCTIONS
CRFQ 1000297946 E-Tender System ID : 34325
Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-
procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for
participating in the electronic tenders directly through internet (Bid Submission Manuals are
available on the above mentioned e-procurement site).
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.
Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids along
with all the copies of documents should be submitted in e-form only through BPCL e-
Procurement system. Before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures issued by an acceptable
Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications
are required to be made to a document after attaching digital signatures, the digital signature
shall again be attached to the modified documents before uploading the same.
Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement
system. However if bidder intends to change the bid already entered may change / revise the
same on or before the last date and time of submission deadline. No bid can be submitted
after the last date and time of submission has reached. The system time (IST) that will be
displayed on e-Procurement web page shall be the time and no other time shall be taken into
cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid. No bid can be modified
after the dead line for submission of bids.
BPCL shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. Further BPCL in any case will not be responsible for inability of the bidder in
participating in the event due to ignorance, failure in Internet connectivity or any other
reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at
a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any
responsibility in case of failure of the bidder to upload the documents within specified time of
tender submission.
Bidders are required to Login with their User ID & Password (along with Digital Certificate)
on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on “Action” button
against required Tender, If the required tender number/ details are not available in the first
displayed page, then they can click on “more” button, for proceeding to next page(s). They
will get “Download files” as well as “Tender Common Forms” on the same page. For
participating in tender and for download Tender Documents, click on “Participate”. In the
CRFQ 1000297946 E-Tender System ID : 34325
same menu, one can upload the scanned, signed stamped documents in “Edit Bid Common
Forms”.
For downloading Java, please click on “Download JRE 6” on login page or more details
about Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.
Bidders are required to save / store their bid documents for each item into their computers
before submitting their bid into e-tender.
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 being faced to:
Email - support@bpcleproc.in
(OR) Contact the following helpdesk numbers: All India +91 79 4027 0573 .
CRFQ 1000297946 E-Tender System ID : 34325
SECTION - 8
ANNEXURE – I
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 given particulars of holiday listing and in absence thereof state “NIL”).
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 given particulars of holiday listing and in absence thereof state “NIL”).
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 given particulars of holiday listing and in absence thereof state “NIL”).
It is understood that if this declaration is found to be false in any particular, Bharat Petroleum
Corporation Limited 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.