0% found this document useful (0 votes)
167 views24 pages

BPCL Mumbai Refinery Environmental Monitoring Tender

Uploaded by

Ravinder Mittal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
167 views24 pages

BPCL Mumbai Refinery Environmental Monitoring Tender

Uploaded by

Ravinder Mittal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

To, REQUEST FOR QUOTATION

M/s. BPCL ESTIMATE Collective RFQ Number/ Purchase Group


MUMBAI . India - 400038. 1000416066 / N12-CIVIL/MISC SERVICE
Ph:,Fax:. Contact person/Telephone
Vendor Code:300648
Fax :
Email:
Our ref.:
RFQ No/Date: 6001777698 / 05.03.2024 Quotation Due Date/Time:26.03.2024

Material/Services required at:


M/s. BHARAT PETROLEUM CORPN. LTD
MUMBAI REFINERY
MAHUL,
MUMBAI - 400074
_______________________________________________________________________
India
SUBJECT : ROUTINE ENVIRONMENT MONITORING AT BPCL MUMBAI REFINERY.

You are invited to quote online on GeM (Government e-Marketplace) open tender
"On-Two-Bid Basis" for the subject work as per the enclosed Tender Documents.

Your quoted rates shall be inclusive of all applicable taxes and duties or as
decided by GeM.

GST:-

Any statutory variation in GST (CGST+SGST / UTGST) / IGST or introduction of


any new statutory 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 statutory
taxes and duties introduced during the period beyond the contractual
completion date shall be borne by the contractor, whereas any decrease passed
on to the owner.

GST (CGST+SGST / UTGST) / IGST, if applicable shall be paid after verifying


GST (CGST+SGST / UTGST) / IGST Registration no. Invoicing shall be done for
the subject job as per approved statutory format for invoice (i.e. invoice
should clearly specify billing address of Bidder / Address of service receiver
/ GST registration nos. of Bidder and service receiver / applicable SAC no. /
GST rate applicable / Invoice no. / Invoice date / etc.

Process for release of GST amount shall be as given below:-

1) GST amount shall be released only upon reflection of corresponding invoice


details in the BPCL GSTR-2B report as made available on the GST portal on or
after 14th of the succeeding month.

2) For invoices received and processed during any month, if the details of
invoices are not appearing in the BPCL GSTR-2B then GST amount shall be
Page 1 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

with-held till such time the same is reflected in BPCL GSTR-2B.

3) In case invoices details are already appearing in the GSTR-2B at the time
of processing the payments then for such cases the GST amount shall not be
with-held and 100% payment including GST shall be released.

VALIDITY:-
Your quotation shall be valid for period of 120 Days from the Quotation due
date.

DEVIATION:-
You are requested to have all your queries clarified before bidding. Any
deviation, if found after bid opening shall not be acceptable and bid may be
rejected without getting any further clarification.

NEFT PAYMENT:-
Payments to contractors etc. shall be made by National Electronic Fund
Transfer (NEFT) only.
________________________________________________________________

Pre Bid Meeting:-

Pre bid Meeting for discussion on tender shall be on date 15/03/2024 between
11.00 am. to 12.00 am. and venue as mentioned below.

Bidders to ensure submission of their tender queries for clarification during


Pre Bid Meeting before 10:00 hrs one day before the date of pre bid meeting on
email id - sureshrathod@[Link] or ajayspagare@[Link] /
tushardeshpande@[Link].
You are requested to inform the name of the person attending the meeting well
in advance so that the welcome slip for entry of the person inside Admin
Building is prepared in time.

Venue for Pre Bid Meeting:-


BPCL REFINERY, CPO CONFERENCE ROOM,
2nd FLOOR, SOUTH BLOCK, ADMIN BLDG.,
MAHUL, MUMBAI 400 074.
________________________________________________________________

Other Special Conditions of Contract:-

1. The jobs under this tender is of 'pure services' and non-divisible in


nature. MSE purchase preference shall be applicable for this tender as per
policy of GoI.

For this pure service contracts, all bidders quoting as MSE will be required
to submit CA certificate along with MSE registration certificate / document
(Not applicable in case of NSIC) to avail the benefits under Public
Procurement Policy as per MSMED Act 2006 / Public Procurement Policy order
2012. The CA certificate should be dated after the date of floating of tender
Page 2 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

and shall be specific to the tender for which the bid is being submitted.
Format of the CA certificate is attached for reference.

In case CA certificate is not submitted, bidder shall not be considered as MSE


and benefits under Public Procurement Policy as per MSMED Act 2006 / Public
Procurement Policy order 2012 shall not be extended to them.

Please note MSE declaration as shown and regulated by GeM portal shall only be
considered for EMD exemption / preference. BPCL will proceed as per the status
shown on GeM portal for contractor for EMD exemption / preference.

Without registering their profile as MSE in GeM and submitting the copy of MSE
certificate and CA certificate along with bid documents will not be considered
as MSE and no purchase preference shall be extended

2. BPCL Mumbai Refinery is an ISO:50001:2018 certified Refinery and is focused


on energy efficiency. In line with the same, all Bidders providing services
for BPCL Mumbai Refinery should preferably deploy energy efficient equipment's
such as energy efficient welding machines, LED temporary lighting and
temporary window AC of BEE 4-star rating and above for execution of the work.

3. The executed quantities of the SOR items may vary +/- any percentage. In
case of change in L-1 status based on concluded executed quantities, the L1
bidder shall offer necessary discount to BPCL to ensure its L1 status.

4. Bidders / Service provider hereby agrees to ensure that the contract labour
engaged by him / her for carrying out his / her contractual obligations will
be upto 60 years of age. In case of any deviation the Management reserves the
right to take suitable action against the Bidder / Service provider.

5. The Bidder shall be obliged to pay the wages through 'electronic payment
mode' in the personal bank account of his/her workmen deployed at the site of
BPCL, Mumbai Refinery sites. The wages shall be paid by electronic payment
mode within 7 days of the end of previous month.

6. It shall be the responsibility of the Bidder to provide documentary and/or


any other proof in terms of Payment of Wages and/or any other remittances to
workmen through bank account, to the Corporation i.e. BPCL. It shall be
obligatory on the Bidder to submit the aforesaid documents etc. as a condition
precedent for payment of bill / invoice raised as per the agreed terms.

7. The Bidder, being the employer in the relation to persons engaged/employed


by him for providing the services, shall alone be responsible and liable to
pay wages/salaries to such persons employed by him from time to time which in
any case will not be less than the minimum wage as fixed or prescribed for the
scheduled employment of "Construction or Maintenance of roads or Runways or in
Building Operations.

The Bidder shall be obliged to pay the wages by electronic payment mode to the
personal bank account of the contract labour within 7 days of the end of
Page 3 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

previous month.

8. Hydra/Crane shall not be used for shifting material, equipment, exchanger


bundles, pipelines, etc. inside refinery from one location to another
location. It can be used only for loading & unloading purpose. This is to be
followed strictly for reinforcing safety practices in the refinery. The
existing Hydra Cranes can be substituted with suitable/equivalent
hydraulically operated cranes that are equipped with rear mounted boom and out
rigger supports. Some of the models having these features are mentioned below
for your easy reference:

a. Escort Construction Eqpt. Ltd. (ECEL): TRX Series - K10, F15, TRX 1651, TRX
2319, MAC 1214.

b. Action Construction Eqpt. Ltd. (ACE): FX 120, FX 150, 15XWE, 15XWF, Rhino
110 FC.

9. BID REJECTION CRITERIA FOR TENDER:-

The following provisions of the bidding document must be adhered to without


deviation, failing which the bid shall be considered to be non-responsive and
shall be rejected.
a) Bid Validity
b) Time schedule
c) Security Deposit / Performance Bank Guarantee
d) Scope of Work / Scope of Supply
e) Price Reduction Schedule / Liquidated Damages for delay.
f) Payment Terms
g) Deviation to terms & conditions of RFQ / and its Addendum / Corrigendum if
any
h) Presumptions etc. in Price Bid and "terms & conditions of tender".
i) Defects Liability Period
j) Schedule of Rates / Prices
k) Any type of price information in Technical Bid/ un-priced bid.
l) Bidder does not quote for any service item in price bid
m) Bidder quotes "zero" for any service item in price bid
n) EMD (required)
o) Integrity Pact (Required)
p) Non submission of undertaking by bidder towards submission of TPIA verified
documents
q) Non submission of PPPMII undertaking
r) Non submission of Certificate for Land Border Declaration

10. For engagement of Workers to carry out Jobs awarded under PO or Contract
the Bidder is solely responsible for prior understanding of the Process of
issuing Entry Passes and vehicle passes. Bidder has to apply online in the
Bidder Management System (CMS) for all passes for his contract staff.

Following Mandatory Documents are required for the issue of access card:-

Page 4 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

" Aadhar Card.


" All contract staff has to undergo Safety training which will be imparted by
our safety dept. Free of cost
" Police verification Certificate.
" Medical fitness certificate carried out by the certified surgeon
" Enrolment under ESIC/WC policy as applicable
" PF enrolment is must. Form 11 is not accepted
" Personal Bank account details are required for transfer of salary
" Passport size photograph is to be uploaded in the CMS

Below mention is list of documents required for Vehicle pass entry (RFID*) as
follows:-

" Copy of awarded BPCL PO (Front Page)


" RC Book of Vehicle.
" One Time Road Tax payment Documents.
" Valid Insurance copy.
" Valid PUC Certificate.
" 'T" Permit (Taxi Permit)
" Permanent driving License of Driver.
" Safety training Certificate.
" A letter from User Department to issue IDL.

*RFID Of Contract vehicle will be issued by concern user Department.

The Bidder shall be solely responsible and liable for losses arising out of
delay and / or non-execution of the Job due to inability to produce mandatory
documents required for issuance of Entry Passes to his Workers.

11. For getting entry inside BPCL Mumbai Refinery it is mandatory for each
contract person to have Access Card issued by Employees Relation department as
mentioned above. This access card is issued on chargeable basis and charges is
nonrefundable. Recovery of this charges shall be done through debit entry from
respective Bidder account by BPCL. This charge needs to be considered while
submitting bid. BPCL will not make any payment for this in any form and needs
to be bear by bidder itself.

" There would be payment of Rs 400/- + GST (Per card, Non-Refundable) for all
categories of access card.
" After the expiry of the PO new cards would have to be made, same card
cannot be used for a different PO.
" Penalty of Rs 600/- +GST Per card would be levied for reissue of card in
case of damage/loss.

12. Clauses for Land Border with India:-

I. Any Bidder from a county which shares a land border with India will be
eligible to bid in for this tender (any procurement whether of goods
,services) only if the bidder is registered with the competent authority.
Further ,any bidder (including bidder from India) having specified transfer of
Page 5 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

technology (ToT) arrangement with an entity from a country which shares a land
border with India, shall also require to be registered with the same competent
authority (For Competent Authority hereafter mentioned anywhere in para
related to Land Border clause shall be as per Department of Expenditure O.M.
No. 7/10/2021-PPD(1) dated 23rd February, 2023).

II. #Bidder# (including the term #tenderer#, #consultant#, or #services


provider' in certain contexts) means any person or firm or company, including
any member of a consortium or joint venture (that is an association of several
persons, or firm or companies), every artificial juridical person not falling
in any of the descriptions of bidders stated hereinbefore, including any
agency branch or office controlled by such person, participating in a
procurement process.

III. #Bidder (or entity) from a country which shares a land border with India#
for the purpose of this tender means:-

(a) An entity incorporated, established or registered in such a country; or


(b) A subsidiary of an entity incorporated, established or registered in such
a country; or
(c) An entity substantially controlled through entities incorporated,
established or registered in such a country; or
(d) An entity whose beneficial owner is situated in such a country; or
(e) An Indian (or other) agent of such an entity; or
(f) A natural person who is a citizen of such a country; or
(g) A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above.

IV. The beneficial owner for the purpose of (iii) above will be as under:-

1. In case of a company or Limited Liability Partnership, the beneficial owner


is the natural person(s), who, whether acting alone or together, or through
one or more juridical person, has a controlling ownership interest or who
exercises control through other means.

Explanation -
a. #Controlling ownership interest# means ownership of or entitlement to more
than twenty-five percent of shares or capital or profits of the company;
b. #Control# shall include the right to appoint majority of the directors or
to control the management or policy decisions including by virtue of their
shareholding or management rights or shareholders agreements or voting
agreements;

2. In case of a partnership firm, the beneficial owner is the natural


person(s) who, whether acting alone or together, or through one or more
juridical person, has ownership of entitlement to more than fifteen percent of
capital or profits of the partnership;

3. In case of an unincorporated association or body of individuals , the


beneficial owner is the natural person(s), who, whether acting alone or
Page 6 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

together, or through one or more juridical person, has ownership of or


entitlement to more than fifteen percent of the property or capital or profits
of such association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the
beneficial owner is the relevant natural person who holds the position of
senior managing official;

5. In case of a trust, the identification of beneficial owner(s) shall include


identification of the author of the trust, the trustee, the beneficiaries with
fifteen percent or more interest in the trust and any other natural person
exercising ultimate effective control over the trust through a chain of
control or ownership.

V. An agent is a person employed to do any act for another, or to represent


another in dealings with third person.

VI. The successful bidder shall not be allowed to sub-contract works to any
contractor from a country which shares a land border with India unless such
contractor is registered with the Competent Authority.

VII. The registration shall be valid at the time of submission of bid and at
the time of acceptance of bid.

VIII. If the bidder was validly registered at the time of acceptance /


placement of order, registration shall not be a relevant consideration during
contract execution.

13. PPP-MII:-

Ministry of Petroleum & Natural Gas vide Notification No. FP-


20013/2/2017-FP-PNG-Part(4) (E-41432) dated 26.04.2022 has notified that
Public Procurement (Preference to Make in India), Order 2017 (PPP- MII) issued
by DPIIT and as amended from time to time shall be applicable to all the
Public Sector Undertakings and their wholly owned subsidiaries under MoP&NG
with certain modifications.

Public Procurement (Preference to Make in India) (PPP-MII) (wherever PP-LC is


mentioned below in this documents or anywhere in tender to be read as PPP-MII)
shall be applicable for this tender as per DPIIT letter no.P-45021/2/2017-PP
(BE-II) dated 16.09.2020. Any subsequent revision or new guidelines if
applicable, shall be taken into consideration while extending the purchase
preference.

As per para 3.0 (b) of letter referred in para 2 above, Non-Local supplier
shall not be eligible to bid for this tender. Also purchase preference shall
be extended to eligible Class-I Local supplier only. Class II/III local
supplier shall not get any purchase preference.

For this tender mandatory minimum LC requirement is 25% and margin of purchase
Page 7 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

preference shall be 20% and tender is non divisible in nature.

MSE purchase preference shall be applicable.

Verification of local content:

a) The Class-I local supplier/Class-II local supplier at the time of tender,


bidding or solicitation shall be required to indicate percentage of local
content and provides self -certification that the item offered meets the local
content requirement for Class-I local supplier/Class-II local supplier, as the
case may be. They shall also give details of the location(s) at which local
value addition is made as per the formats given in the tender.

b) False declarations will be in breach of the Code of Integrity under Rule


175(1)(i)(h) of GFR for which a bidder or its successors can be debarred for
up to two years along with such other actions as may be permissible under law.

A supplier who has been debarred by any procuring entity for violation of this
Order shall not be eligible for preference under this Order for procurement by
any other procuring entity for the duration of the debarment. The debarment
for such other procuring entities shall take effect prospectively from the
date on which it comes to the notice of other procurement entities, in the
manner prescribed under Clause 9h. of the Order.

14. General Conditions of contract (GCC) of Bharat Petroleum Corporation


Limited as attached with this tender shall be applicable for this tender.

BASIS OF EVALUATION:- Grand total wise in line with GeM.

Tender shall be evaluated on OVERALL L1 Price (L1 Price shall be calculated


equal to Total basic quoted price plus GST applicable on the total basic
quoted) quoted on GeM portal (Not BOQ submitted). It is also mentioned that in
case of any mismatch between quoted price inclusive of GST on GeM portal and
Bill of quantity (BOQ) break up submitted, quoted price on GeM shall prevail
and will be treated as final price for further evaluation. Bidders are advised
to take proper care while submitting price bid on GeM portal and ensure that
final price mention on GeM portal is inclusive of GST and is sum of all SOR
item prices. No upward variation of prices will be allowed in any SOR item
within BOQ break up submitted in case of any mismatch.

15. "Un-Priced Bid", i.e. Techno-Commercial Bid, shall be complete with all
technical and commercial details (other than price) duly filled, signed and
stamped essentially containing the following documents shall be
submitted/uploaded:-

i) Declaration form as per the format.

ii) Acceptance, Compliance, Deviations and Exceptions -


Bidders are requested to have all their queries clarified before bidding.
Bidders are required to confirm and accept all the terms and conditions of the
Page 8 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

RFQ. However, if they still have deviations from our RFQ and the attachments
(GCC, SCC, specifications, scope of work, special instructions to bidders,
etc.), they can indicate deviations in the Form provided along with
Instruction to Bidders giving reference to clause no.

iii) Duly signed and stamped RFQ / Tender document, Special conditions of
contract, scope of work etc. shall be uploaded as a token of acceptance.

iv) Any other supporting documents / information in support of the Un-priced


Bid & BQC qualification.

v) Form for GCC acknowledgement

vi) Integrity pact sign & stamped with witness signatures, if applicable.

vii) Holiday listing declaration on company letterhead

viii) Undertaking from Contractor regarding Contract Labour Engagement - Age


Limit

ix) Undertaking by bidder towards submission of TPIA verified documents on


company letterhead.

x) Land border declaration as per format

xi) PP-MII LC content declaration

16. All vehicles shall have Yellow registration boards as applicable for
commercial vehicles specified by state RTO, from time to time.

FIRM PRICES:-
The Contract Price shall remain firm and fixed till the completion of Work in
all respects.

Arbitration:-
The Seat of arbitration shall be at Mumbai.
________________________________________________________________

EARNEST MONEY DEPOSIT (EMD):-

1. The interest-free Earnest Money Deposit (EMD) of Rs. 1,00,000/- (Rupees one
lakhs Only) to be submitted by way of crossed account payee Demand Draft drawn
on any nationalized / scheduled bank in favour of "BHARAT PETROLEUM
CORPORATION LTD" payable at Mumbai. The EMD shall be generally arranged prior
to the Bid Submission Due Date & time as mentioned in the etender or
corrigendum thereof.

The following categories of bidders are however exempted from depositing EMD:-

a) Units registered with National Small Scale Industrial Corporation Limited


Page 9 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

(NSIC).

b) Units falling under Micro & Small Enterprises (MSEs) category and
registered with authorities specified under Public Procurement Policy for MSEs
and as defined under the MSMED Act 2006. Vendor shall submit the UDYAM
registration certificate with CA confirmation letter along with their offer.

The above are subject to the fulfilling of under mentioned conditions:-

i. Units should be registered with National Small Scale Industrial Corporation


Limited (NSIC).

ii. Bidder shall have to submit copy of Udyam Registration Certificate along
with CA certificate ( In format provided with tender document). In case CA
certificate is not submitted, bidder shall not be considered as MSE.

iii. The Unit should be registered for the services tendered.

iv. The monetary limit, if any, indicated in the registration certificate


should cover value of services ordered.

v. Registration Certificate is valid for a period at least up to validity of


the offer.

vi. Self-attested copy of valid relevant registration certificate should be


submitted in support.

vii. Registration with DGS&D will not entitle a Tenderer to claim above
exemption.

viii. Units registered with National Small Scale Industrial Corporation


Limited (NSIC) or MSE subject to:

Such bidders must upload appropriate proof at location specified for the same
in the etender, to show that they are eligible for the exemption from EMD
(application for registration as NSIC / MSE or for renewal will not be
acceptable), failing which such bid will be treated as bid received without
EMD and liable to be rejected.

c) Government organization & Public Sector Undertaking of the Central /


State Government

d) Start up recognised by DPIIT holding valid Startup Recognition Certificate

e) Any other case as mentioned in GeM GTC/ Bid Document.

2. This EMD clause shall not be applicable to the contractors registered with
Bharat Petroleum Corporation Limited only in case of limited tenders / single
tenders.

Page 10 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

3. Registration with DGS&D will not entitle the Bidder to claim exemption from
payment of EMD.

4. "Earnest Money Deposit" (EMD), wherever applicable, shall be paid


separately by Demand Draft (DD) / Banker's Cheque drawn in favour of Bharat
Petroleum Corporation Limited and payable at Mumbai, or bank guarantee.

5. The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp


paper of appropriate value and in the prescribed Performa given in the Tender
Document.

6. Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by


Reserve Bank of India as per the pro-forma. The BG shall remain valid for a
period of six months from the due date of opening the tender.

7. Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be
sent separately at the following address :

CPO-Refineries ,

C/o Tushar Deshpande, Proc. Manager (CPO-R)


Administration Building, South Block, 2nd Floor,
Mumbai Refinery,
Bharat Petroleum Corp Ltd,
Mahul, Chembur,
Mumbai - 400 074.

Copy the DD/ Banker's cheque/ BG as the case may be, along with proof of
dispatch to be uploaded at location specified for the same in the e-tender.
Bids without EMD are liable to be rejected.

8. EMD of other unsuccessful bidders shall be released after issuance of


FOA/LOA/contract Order against this tender. However, in case of successful
bidder the EMD shall be released on receipt of performance bank guarantee.

9. Forfeiture of EMD - A tenderer who has submitted their bid shall not be
permitted to alter/ amend or withdraw the bid, not withstanding that the
bid(s) has/ have not yet been opened/ finalised. A tenderer who purports to
alter/ modify / withdraw their offer after submission, within the validity of
the offer shall be liable to have their offer rejected and their EMD
forfeited/en-cashed.

10. The Earnest Money deposited by successful tenderer shall be forfeited if


the successful tenderer fails to honour the offer terms prior to ordering and
Contractual terms after issuance of FOA/LOA/contract Order.

11. Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate)
in the e-tender and physically not received within 7 days after Bid Submission
Due Date (as indicated in the e-tender or corrigendum thereof) are liable to
be rejected.
Page 11 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

12. EMD can be also submitted through electronic fund transfer to the Account
of BPCL .Bank details shall be as follows :

Name of the Beneficiary as per Bank Record : BHARAT PETROLEUM CORPN LTD.
NAME OF THE BANK STANDARD CHARTERED BANK
NAME OF THE BRANCH M.G. ROAD
ADDRESS OF THE BANK 90, M G ROAD, FORT, MUMBAI - 400 001
NEFT IFSC CODE SCBL0036001
9 DIGIT MICR CODE 400036002
TYPE OF AC/C11 (CURRENT)
ACCOUNT NO. 22205020115
________________________________________________________________

INTEGRITY PACT:-

Proforma of Integrity Pact (IP) shall be uploaded by the Bidder/s along with
the unpriced bid documents after the same has been duly signed (or digitally
signed in case of e-tender) by the same signatory who is authorised to sign
the bid documents. All the pages of the Integrity Pact shall be duly signed.
Bidder's failure to upload the IP duly signed (Digitally) along with bid
documents may result in the bid not being considered for further evaluation.

a) For any queries / clarifications on tender technical specifications /


commercial points and other terms and conditions of the tender please contact
as under:

Mr. TUSHAR DESHPANDE


Procurement Manger (CPO) MR
Tel No. 022-2552-42 61
Email: tushardeshpande@[Link]

OR

Mr. Rajesh B K
Procurement Leader (PG-5), MR
Contact No : +91-22 25533298
Email Id : rajeshbk@[Link]

Office Address:-

Admin. Bldg. South block, 2nd Floor,


BPCL Refinery, Mahul, Mumbai-400 074.
Board No. : 022 -25533888

b) Only in case of any complaints not resolved regarding the Tender / Tender
Conditions, please contact following Independent External Monitors (IEM) :

1. Shri Dr. Atanu Purkayastha, IAS (Retired),


D-5, Sector-27, Noida,
Page 12 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Uttar Pradesh - 201301.


Mobile : 9899772227,
Email : dratanu2011@[Link]

2. Shri Jagadip Narayan Singh,


C-54, Bharatendu Harischandra Marg,
Anand Vihar, New Delhi - 110092.
Mobile : 9978405930,
Email : jagadipsingh@[Link]

3. Shri. Ganesh Vishwakarma (Ex - Director, SAIL)


Flat No. 1801, Pavillion Height - 4,
Jaypee Greens, Wish Town,
Sector - 128, Noida,
Gautam Buddha Nagar (U P),
PIN- 201304.
Mobile no : 9821399005,
Email : ganesh_viswhwakarma@[Link]
________________________________________________________________

Attachments:-

1) General Conditions of Contract.


2) General Terms and Conditions.
3) Special Safety Conditions.
4) Financial Deterrent for violation of Safety norms by Contractors.
5) Memorandum of Agreement.
6) Energy Policy
7) QEHSS Policy
8) Policy for Holiday Listing of Vendors in BPCL
9) Instruction for Vendor registration / Financial Limit Enhancement
10) Scope of work
11) Bill of Quantity (BOQ)
12) Declaration Regarding Holiday Listing Status
13) Tender Declaration form
14) Technical deviation form
15) Commercial deviation form
16) GCC acknowledgement form
17) Payment terms
18) Format for MSE Certification by CA
19) Bidder qualification criteria (BQC) with TPI annexures
20) IMS Policy
21) Undertaking from Contractor regarding Contract Labour Engagement - Age
Limit
22) Proforma of BG for EMD
23) Undertaking from bidder & TPIA regarding verification of documents
24) Undertaking by bidder towards submission of TPIA verified documents.
25) Integrity pact
26) Certificate for Land Border Declaration
27) Format for PPPMII undertaking - LC content
Page 13 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

________________________________________________________________

In case of any technical clarification, please contact BPCL


Engineer-in-charge.

Mr. Suresh Rathod


SR. MANAGER (ENVIRONMENT), MR
Tel No. 022-2553-3188, Mobile No. 8879970048
Email: sureshrathod@[Link]

Mr. Ajay Pagare


MANAGER (ENVIRONMENT), MR
Tel No. 022-2553-3179, Mobile No. 8806244144
Email: ajayspagare@[Link]

In case of any commercial clarification, please contact.

Mr. TUSHAR DESHPANDE


Procurement Manger (CPO) MR
Tel No. 022-2552-4261
Email: tushardeshpande@[Link]
________________________________________________________________

BPCL reserves the right to cancel the tender without assigning any reasons.
________________________________________________________________

SCHEDULE OF RATES (SOR) AND SCOPE OF WORK FOR THIS TENDER IS AS FOLLOWS:

For more details refer the scope of work attachment.


_______________________________________________________________________
Item Material Qty Unit Unit Basic Rate
_______________________________________________________________________
Description Delivery date (in Figures)
_______________________________________________________________________
00010 Routine Env sampling & monitoring 30.04.2026
The item 00010 covers the following services:
10 9016655 300 EA
CERTIFN AMBIENT AIR QUALITY (each)

CERTIFICATION
Ambient air quality on 24 hrs basis for parametres
SO2,NO2,CO,PM10,PM2.5,Ammonia.
Ambient air quality on 8 hrs basis for parameters
Pb,HC
Other parameters
Bz(grab),Ozone,benzo(o)Pyrene,Arsenic,Nickel

Expected Frequency thrice a month for AMS-1 or once a month for AMS2 & 3 or as
requested by BPCL [Link] of HC

Page 14 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Item Material Qty Unit Unit Basic Rate


_______________________________________________________________________
Description Delivery date (in Figures)
_________________________________________________________________
_________________________________________________________________

Service Item 10: Unit basic rate in words ________________________________

_______________________________________________________________________
20 9009486 50 EA
CERTIFN AMBIENT AIR QUALITY (each)

CERTIFICATION
_________________________________________________________________
AMBIENT AIR QUALITY MONITORING

Service Item 20: Unit basic rate in words ________________________________

_______________________________________________________________________
30 9009484 400 EA
CERTIFN HEATER STACK MONITORING (each)

CERTIFICATION
HEATER
_________________________________________________________________
STACK MONITORING

Service Item 30: Unit basic rate in words ________________________________

_______________________________________________________________________
40 9016658 60 EA
CERTIFN SRU EMISSION MONITOR (each)

CERTIFICATION
Sampling of stack flue gases of SRU & monitoring for parameters hydrogen
sulfide,Carbon Monoxide,oxides of nitrogen, SO2 Ex Furnaces/Boilers.
Expected frequency for SRU stack is once in a month or as directed by BPCL in
charge.
_________________________________________________________________

Service Item 40: Unit basic rate in words ________________________________

_______________________________________________________________________
50 9016555 30 EA
CERTIFN DOMESTIC TR EFFLUENT (each)

Page 15 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Item Material Qty Unit Unit Basic Rate


_______________________________________________________________________
Description Delivery date (in Figures)

CERTIFICATION
Sampling and Analysis of Domestic Treated Effluent for parameters as specified
in scope of work.
_________________________________________________________________

Service Item 50: Unit basic rate in words ________________________________

_______________________________________________________________________
60 9009485 210 EA
CERTIFN EFFLUENT SAMPLE (each)

CERTIFICATION
_________________________________________________________________
EFFLUENT SAMPLE TESTING

Service Item 60: Unit basic rate in words ________________________________

_______________________________________________________________________
70 9016656 300 EA
CERTIFN E&E EXTRA SAMPLING (each)

CERTIFICATION
Extra sampling based on the requirements of BPCL. Samples such as soil ,
water, waste,silt, air etc may be required to be tested for pollution
parameters.
_________________________________________________________________

Service Item 70: Unit basic rate in words ________________________________

_______________________________________________________________________
80 9016559 16 EA
CERTIFN OIL CATCHER TEST (each)

CERTIFICATION
Sampling and analysis of oil catcher streams for parameters as per scope of
work.
_________________________________________________________________

Page 16 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Item Material Qty Unit Unit Basic Rate


_______________________________________________________________________
Description Delivery date (in Figures)

Service Item 80: Unit basic rate in words ________________________________

_______________________________________________________________________
90 9016561 210 EA
CERTIFN SEA COOLING WATER (each)

CERTIFICATION
Sampling and analysis of sea cooling water for parameters as per scope of
work.
_________________________________________________________________

Service Item 90: Unit basic rate in words ________________________________

_______________________________________________________________________
100 9016558 100 EA
CERTIFN NALLAH (each)

CERTIFICATION
Sampling and testing of effluent streams from various nallahs in BPCL MR for
parameters as per scope of work.
_________________________________________________________________

Service Item 100: Unit basic rate in words ________________________________

_______________________________________________________________________
110 9016657 1,500 EA
CERTIFN NOISE MONITORING (each)

CERTIFICATION
To carry out Noise monitoring inside refinery premises with noise meter
provided by the vendor.
_________________________________________________________________

Service Item 110: Unit basic rate in words ________________________________

_______________________________________________________________________
120 9000530 8 EA
PER PMT Soil Investigation (each)

Page 17 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Item Material Qty Unit Unit Basic Rate


_______________________________________________________________________
Description Delivery date (in Figures)

Soil Investigation. Conducting field soil investigation using Standard


Penetration test. The test shall be carried out upto an N value of 50 or
refusal strata whichever occurs earlier. The cost includes sinking borehole
and collecting sample at regular [Link] cost of transportation of
equipments to site and back shall be extra. Payment shall be made per
borehole. Conducting Grain size analysis, Atterberg limits, Natural
density-moisture content, Triaxial test, consolidation test on clayey soil,
free swell index test on soil sample at laboratory. Rate includes submission
of detailed report. Payment shall be made per borehole.
_________________________________________________________________

Service Item 120: Unit basic rate in words ________________________________

_______________________________________________________________________
130 9016556 400,000 EA
CERTIFN FUGITIVE EMISSION (each)

CERTIFICATION
To carry out fugitive emission monitoring as per Leak Detection and Repair
program using GMI gas surveyour provided by BPCL.
_________________________________________________________________

Service Item 130: Unit basic rate in words ________________________________

_______________________________________________________________________
140 9030478 4 EA
GROUND WATER MONITOR (each)

Sampling and Analysis of Ground Water as per scope of work


_________________________________________________________________

Service Item 140: Unit basic rate in words ________________________________

Page 18 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

Item Material Qty Unit Unit Basic Rate


_______________________________________________________________________
Description Delivery date (in Figures)

_______________________________________________________________________

State GST % : ________ % Central GST % : ________ % Integrated GST % : ________ %

Union Ter. GST % : ________ % GST Comp. Cess % : ________ %

HSN Code / SAC Code : ______________

Billing State : ______________

_______________________________________________________________________
Grand Total (inclusive of all taxes, duties/charges etc)
In figure:
In Words :

_______________________________________________________________________

Page 19 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

_______________________________________________________________________
TERMS & CONDITIONS

[Link] types
Note:- Bidders are advised to quoted Lumpsum price for each line item of this
tender based on data of quantity, unit of measure (UOM) and service
description given in BOQ (Bill of quanity) document as per GeM decided
philosophy applicable for this tender. During processing of payment this
Lumpsum quoted price or awarded rate whichever applicable case may be, shall
be break into such a fashion that total final awarded price for that item
shall be equal to multiplication of quanity and proportionate rate. This shall
be as per attached excel sheet.

E.g. Suppose BOQ of one item is as follows.

Short Text Quantity UOM


Hiring of items 12 MON

One of the bidder want to charge Rs.50,000/- per month inclusive of GST for
this services, then in this case they will have to quote/fill price in GeM
portal for this item as (Rs.50,000/- X 12 = Rs.6,00,000/-).

If by mistake bidder quote/fill price as Rs.50,000/- then price for providing


hiring of items for entire 12 months shall be taken as Rs.50,000/- only as per
GeM methodology. In this case bidder shall be paid @ (Rs.50000/12) Rs.4,166.67
per month only.

Hence proper caution to be taken while filling rate on portal. Once technical
bid received no ratification/ correction shall be possible and if job awarded,
bidder will have to provide services at their quoted Lump sum price for that
item. If not honored, then action as deemed fit shall be taken by BPCL.

Above note are subject to revision of GEM policy, in that case new revision
shall supersede this note and evaluation shall be done as per that latest
revised guidelines only. Bidders are advised to submit bid (Price bid) as per
latest methodology introduced on GeM portal.

Page 20 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

[Link] of delivery
VALIDITY OF CONTRACT:-

The duration for the work is TWO years from the date of commencement of work.
However, the same can be extended for further ONE year if required by the
Company without any price escalation.

LD CLAUSE:-

Based on last PO, In case of delay, 0.5% / week of delay or part thereof up to
a max. 5% of the total contract value shall be recovered.

PENALTY CLAUSE:-

1) In case the results for any particular month is not received within 01 week
of the succeeding month and if the Engineer In-charge finds it inappropriate
based on the reasons given by the Contractor for the delay, then a deduction
of 1% of the billed amount per week of delay will be imposed subject to a
maximum of 5%.

2) In the event of no monitoring work is carried out in any given month after
intimation by Engineer In-charge due to any reason by the contractor and if
the Engineer In-charge finds it inappropriate based on the reasons given by
the Contractor, then a penalty of 2% of the charges for the analysis as
intimated by Engineer In-charge to be carried out in that month will be
deducted from the next bill.

Page 21 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

[Link] of payment
TERMS OF PAYMENT:-

Payment will be made on the basis of actual executed quantity and after due
certification from engineer in-charge.

SECURITY DEPOSIT TOWARDS PERFORMANCE / RETENTION MONEY:-

In lieu of security deposit towards performance / retention money, Bidder


shall submit bank guarantee (PBG) of equivalent amount of retention money (5%
of contract value) before submission of 1st RA bill, valid for defects
liability period of 12 months with further claim period of three months.

Bidders shall submit the SD/PBG within 15 days from the date of notification
of award.

In case the successful Bidder is not furnishing the performance security


deposit as referred above on award of the job, the same shall be deducted from
each running account bills at the rate of 5% of bill value till overall
security deposit of 5% as mentioned above is collected.

The security deposit will be retained till the successful completion of the
work and thereafter till the expiry of the defect liability period (refer
clause-74), if applicable. This retention money/Bank guarantee held shall be
released after the expiry of the defect liability period provided that any
defects appearing during that period are corrected by the Bidder and subject
to Clause 18.2 of GCC.

The Bank guarantee if submitted shall be from any Indian scheduled bank or an
international bank of repute having a branch in India or a corresponding
banking relationship with an Indian scheduled bank. The security deposit /
retention money shall be in Indian Rupee in the case of domestic bidders and
in US Dollars/EUROS in the case of foreign bidders.

Process for submitting Bank Guarantee / PBG under SFMS (Structured Financial
Messaging System) mode as follows:

Vendor shall insist their bank for issuance of SFMS Bank Guarantee for faster
payments. Vendor shall provide BPCL's Bank Account No. & IFSC Code (Details
given below) to their Bank as beneficiary at the time of application for Bank
Guarantee in favour of BPCL. Issuing Bank shall issue the Bank Guarantee &
send SFMS message to BPCL's Bank confirming the authenticity of Bank Guarantee
who in turn shall send the confirmation to BPCL. Vendor should ensure the
following for issue of E-bank guarantee.

a) The issuing bank is on SFMS platform.

b) SFMS Message type used is 760 COV and SFMS Delivery report / Message copy
Page 22 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

is sent along with original BG.

c) For BG amendment, message type 767COV is to be used.

d) SFMS contains following details:


i. Beneficiary's bank name : ICICI Bank
ii. IFSC Code : ICIC0000393
iii. BPCL's Customer ID : BPCL583493800

e) BG Issuing bank should send the BG issuance advice through SFMS to BPCL's
designated banker: ICICI Bank, Backbay Branch, Mumbai (IFSC: ICIC0000393)

f) BG Issuance advice should mention applicable Unique Identifier Code (UIC)


in row / field number 7037of SFMS Delivery Report.
a. BPCL Location : Kharghar, Navi Mumbai
b. Head Office : Ballard Estate
c. UIC : BPCL583493800

g) The original BG should be submitted along with print out of SFMS Delivery
report from the BG Issuing Bank Branch.

h) SFMS BG will help in faster verification of BGs and prompt release of


payment to vendors.

_______________________________________________________________________
Important Notice
_______________________________________________________________________
[Link] Description
001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,


GST, Charges, Transport, Packing & forwarding,
etc. as applicable.

003 In case you are unable to quote, kindly send the quotation with a
regret for our records. Non-receipt of a regret will adversely
affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and


signature.

005 Your quotation must be strictly in enclosed envelope


indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code
Collective RFQ Number & RFQ Number.

LIST OF ENCLOSURES

Page 23 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.
To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

-------Tear off Portion to be pasted on the envelope containing offer------------


_______________________________________________________________________
Collective RFQ No. : 1000416066

Our Reference: Due Date : 26.03.2024


RFQ No. : 6001777698
Subject:

To,
BHARAT PETROLEUM CORPORATION LTD-MUMBAI REFINERY
P & CS DEPT .SOUTH BLOCK, 2ND FLOOR,
MAHUL, CHEMBUR,
MUMBAI
400074

_______________________________________________________________________
Purchase Group : N12-CIVIL/MISC SERVICE

Page 24 of 24 Vendor Sign & Stamp For Bharat Petroleum Corporation Ltd.

You might also like