tender document · 2015. 7. 31. · iem name : shri brahm dutt address :1/8 safdarjung enclave, new...

18
Domain : bpcleproc.in Parent department: BPCL Tender Document Department : CPO (M) - Procurement Group 3 Department officer : Sonia Srinivas System ID : 3183 Tender Reference No. : CRFQ1000236087 Tender Title : GLOBAL TENDER FOR QUALIFICATION OF VENDORS FOR SUPPLY OF approx. 10000 MT of HR steel plates conforming to IS 2062 Gr B & 9000 MT of CR Coils IS 513 Tender Date : 30/07/2015 Tender Description : GLOBAL TENDER (CRFQ1000236087, E-TENDER NO. 3183) FOR QUALIFICATION OF VENDORS BASED ON BID QUALIFICATION Criteria & TECHNO-COMMERCIAL BID FOR SUPPLY OF approx. 10000 MT of Mild Steel plates conforming to IS 2062 E250 Quality B0/BR/C OR ASTM A36 & 9000 MT CR Coils conforming to IS 513 OR EQUIVALENT GRADE REQUIRED AT VARIOUS BPCL SITES ALL OVER INDIA. IN CASE OF ANY CLARIFICATION PERTAINING TO tender, THE TENDERER MAY CONTACT THE FOLLOWING PERSONNEL OF M/S BPCL : PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL : [email protected] PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL : [email protected] For Complaints Only IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:[email protected] Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Pre qualification (PQ) + Technical bid Bid validity period (in days) : 120 Type of contract : Goods Project duration / delivery or completion period (in days) : - Form of Contract : Supply

Upload: others

Post on 30-Mar-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Domain : bpcleproc.in

Parent department: BPCL

Tender Document

Department : CPO (M) - Procurement Group 3

Department officer : Sonia Srinivas

System ID : 3183 Tender Reference No. : CRFQ1000236087

Tender Title :

GLOBAL TENDER FOR QUALIFICATION OF VENDORS FOR SUPPLY OF approx. 10000 MT of HR steel plates conforming to IS 2062 Gr B & 9000 MT of CR Coils IS 513

Tender Date : 30/07/2015

Tender Description :

GLOBAL TENDER (CRFQ1000236087, E-TENDER NO. 3183) FOR QUALIFICATION OF VENDORS BASED ON BID QUALIFICATION Criteria & TECHNO-COMMERCIAL BID FOR SUPPLY OF approx. 10000 MT of Mild Steel plates conforming to IS 2062 E250 Quality B0/BR/C OR ASTM A36 & 9000 MT CR Coils conforming to IS 513 OR EQUIVALENT GRADE REQUIRED AT VARIOUS BPCL SITES ALL OVER INDIA. IN CASE OF ANY CLARIFICATION PERTAINING TO tender, THE TENDERER MAY CONTACT THE FOLLOWING PERSONNEL OF M/S BPCL : PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL : [email protected] PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL : [email protected] For Complaints Only IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:[email protected]

Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Pre qualification (PQ) + Technical bid

Bid validity period (in days) : 120 Type of contract : Goods

Project duration / delivery or completion period (in days)

: - Form of Contract : Supply

Page 2: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Bid submission configuration

Bid evaluation : Item wise Bidding access : Open/Press

Base currency : INR Bidding type : Global

Bidding currencies : INR,EURO,USD

Key configuration

Bidding variant : Buy Mode of pre-bid meeting : Offline

Pre Bid Meeting Venue :

CENTRAL PROCUREMENT ORGANIZATION(MKTG), BPCL, A INSTALLATION, SEWREE FORT RD, SEWREE(E), MUMBAI 400 015, INDIA PHONE 022 24176408/24176418 PHONE 022 24176408/24176418

Dates configuration

Document downloading start date

: 31/07/2015 17:00:00

Document downloading end date

: 27/08/2015 15:00:00

Bid submission start date : 31/07/2015 17:01:00

Bid submission end date : 27/08/2015 15:00:00

Pre-bid meeting start date : 11/08/2015 11:00:00

Pre-bid meeting end date : 11/08/2015 14:00:00

Bid opening date : 27/08/2015 15:01:00

Document / EMD / Security fee detail

Tender fees : Not Applicable EMD : Not Applicable

Bidding forms

Pre qualification (PQ)

ANNEXURE A1 : PRE-QUALIFICATION CRITERIA (BQC)

Page 3: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

ANNEXURE A1 : PRE-QUALIFICATION CRITERIA

PRE-QUALIFICATION CRITERIA

S.No Pre-Qualification Requirement Bidders Response

1 CRITERIA 1 1)The bidder shall be an established manufacturer of M.S. Steel Plates/ CR coils. Foreign bidder may apply for short listing either directly or through their accredited Indian agent / representative. In case Indian agents are quoting on behalf of the foreign manufacturers, all documents are to be submitted pertaining to the foreign manufacturer only along with relevant authorizations from foreign manufacturers. However, the order shall be placed on the foreign manufacturer directly (if successful). No consortium bidding is allowed. Documents required : Indian Bidders to submit BIS certificate or central excise registration certificate for manufacture, along with copy of excise invoice of M.S. Steel Plates/ CR coils. Foreign bidders to submit ASTM certificate or certificate from the chamber of commerce of the country of origin establishing that the bidder is a manufacturer of M.S. Steel Plates/ CR coils.

2 CRITERIA 2 The bidders should be able to supply the following grades of steel : For CR Coils i)IS 513, Grade O, Killed /DIN EN 10130/ BS 1449 /equivalent grade of Steel in Cold Rolled Coils For Steel plates ii)IS 2062 GR. E250 quality B0/BR/C /ASTM A 36/ equivalent grade of steel plates Documents required: Bidders to submit Copy of purchase order/s for 10% of the tendered out quantity(for CR coils, it will be for 950 MT & for HR plates it will be 1000MT) of the respective grades for supplies made within the last 3 years (from bid due date).

3 CRITERIA 3 The minimum current annual capacity of steel production of the bidder should be as under :- 1. To Bid for -Only CR Coils- 0.5 Million MTPA (for Indian Bidder) and 2.5 Million MTPA (for Foreign Bidder) 2. To Bid for -Only Steel Plates- 1.0 Million MTPA(for Indian Bidder) and5 Million MTPA (for Foreign Bidder) 3. To Bid for- Both CR Coils & Steel Plates - 1.0 Million MTPA (for Indian Bidder) and 5.0 Million MTPA (for Foreign Bidder) Documents required (any of the following) : a.Listing in the latest Annual Report published by Ministry of Steel of Govt. of India. b.Certified document from any government department/agency c.Certification from Chamber of Commerce. d.Certification from any of our approved Third Party Inspection Agency (TPIA). [List of our approved TPIA are: LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIA PVT. LTD./BV]

4 CRITERIA 4 a) The vendor should have achieved a minimum average Annual financial turnover as per Audited financial statements (including Balance Sheet and Profit & Loss account), during the last available three consecutive accounting years as under :

Page 4: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

1. To Bid for -Only CR Coils- Rs. 13.43 Cr.(for Indian Bidder) and USD 2.10 Million(for Foreign Bidder) 2. To Bid for -Only Steel Plates- Rs. 13.87 Cr. (for Indian Bidder) and USD 2.17 Million (for Foreign Bidder) 3. To Bid for- Both CR Coils & Steel Plates - Rs. 27.3 Cr. (for Indian Bidder) and USD 4.27 Million (for Foreign Bidder) b)The vendor s net worth should be positive as per the latest available Balance Sheet and Profit & Loss account as the case may be. The net worth is defined as TOTAL ASSETS MINUS TOTAL LIABILITIES. Documents required: Available Audited Balance Sheets & Profit & Loss account of the vendor for the last three consecutive accounting years (English language only). For Item No. 4.0 (financial capacity) certificate from a Practicing Chartered Accountant is also acceptable

5 IN ADDITION ABOVE 5 PRE-QUALIFICATION CRITERIA , THE FOLLOWING POINTS TO BE NOTED/ COMFIRMED AS APPLICABLE. This tender is for our yearly requirement. The prequalification of the Vendors and the techno-commercial terms shall be finalized once in a year and price bids shall taken against firm requirement for every three months period for HR plates & every two months for CR coils.

6 BIDDER TO CONFIRM WHEITHER MANUFACTURER/ INDIAN AGENT OF FOREIGN BIDDER

7 BIDDER TO PROVIDE WORKS ADDRESS/ADDRESSES & CONTACT DETAILS

8 WHETHER AUTHORIZATION LETTER UPLOADED BY INDIAN AGENT OF FOREIGN BIDDER. PLCONFIRM IF APPLICABLE

9 Please confirm if documents required as per above Pre-qualification cirteria-1 uploaded.

10 Please confirm if documents required as per above Pre-qualification cirteria-2 uploaded.

11 Please confirm if documents required as per above Pre-qualification cirteria-3 uploaded.

12 Please confirm if documents required as per above Pre-qualification cirteria-4 uploaded.

Pre qualification (PQ)

ANNEXURE A2- Integrity Pact - Format

ANNEXURE A2 - Integrity Pact - Format - Download

Page 5: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Integrity Pact - Format - Download

Document Description Bidder Response

Integrity Pact - Format - Download Integrity_Pact.pdf

Integrity Pact document to be downloaded and printed copy is to be signed, stamped and witnessed and

then to be scanned and uploaded during Bid Submission.)

Pre qualification (PQ)

ANNEXURE A2a- Declaration- Format

ANNEXURE A2a- Declaration- Format - Download

ANNEXURE A2a- Declaration- Format Download

Document Description Bidder Response

ANNEXURE A2a- Declaration- Format Download Declaration- Format.pdf

Declaration document to be downloaded and printed copy is to be filled signed, stamped and then to be

scanned and uploaded during Bid Submission.

Pre qualification (PQ)

Acceptance Of Annexures

Acceptance Of Annexures

Acceptance Of Annexures

Sr No

Document Name

File Name

I / We have read, understood and accepted the following Annexure of the Tender Document. (To read the Document please click the corresponding Download link)

1 Instructions to bidders

ITB.pdf

Technical bid ANNEXURE A3-SPECIFICATION OF MILD STEEL PLATES

Page 6: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

CONFORMING TO IS 2062 /ASTM A36

ANNEXURE A3-SPECIFICATION OF MILD STEEL PLATES CONFORMING TO IS 2062 /ASTM A36

SPECIFICATION OF MILD STEEL PLATES CONFORMING TO IS 2062 E250 QUALITY BO/BR/C OR ASTM A 36

BPCL SPECIFICATIONS Bidders Response

MILD STEEL PLATES CONFORMING TO IS 2062 Grade E250 Quality B0/BR/C or ASTMA36THICKNESS(IN MM): 5-38WIDTH(IN MM): 1250,1500,2000,2500LENGTH: 6.3M/8M IS 2062 Grade E250 Quality B0/BR - For Plate thickness less than 12mm IS 2062 Grade E250 Quality C - For Plate thickness 12mm & above 1.0 SCOPE OF SUPPLY: The scope covers the supply of structural quality weldable steel plates for petroleum product storage tanks and fire water tanks at various sites/locations of BPCL.

2.0 GENERAL DESCRIPTION: This section describes the requirements for technical delivery conditions and scope of inspection for the procurement of steel plates for storage tanks application in accordance with IS standards

3.0 MANUFACTURING PROCESS : The supplier should submit a technical manufacturing plan to accomplish the required quality of steel plates as specified in the standard in the technical bid of the tender, the plan should cover the following: 3.1 Manufacturing Standard. 3.2 Grade of steel plate material to be manufactured.

4.0 STANDARDS : 4.1 For steel plate material conforming to IS 2062 Grade E250 Quality B0/BR/C, the following codes & standards should be complied.

4.1.1 Structural Quality Steel Plates shall conform to Latest Edition of IS 2062 Grade E250 Quality B0/BR/C Specifications.

4.1.2 The Marking shall be as per the Latest Edition of IS 2062 Grade E250 Quality B0/BR/C. Each product shall carry a tag or be marked with the Manufacturers Name or Make mark. Designation of steel shall also be similarly marked on the product tag along with manufacturers name or trade mark.

4.1.3 The Dimensional tolerance of the steel plates shall confirm to Latest Edition of IS 1852 Specifications. However, for width a tolerance of upto -0 / +20 mm is acceptable. This tolerance in width should be uniform throughout the length of the plate.

4.1.4 The Charpy Impact test requirements (for 12mm thk. & above) for the steel plates shall confirm to Latest Edition of IS 1757 Specifications.

4.1.5 The Bend test requirements for the steel plates shall confirm to Latest Edition of IS 1599 Specifications.

Page 7: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

4.1.6 For purposes the clause governing these standards and also other standards mentioned or referred therein should be adhered by the manufacturer for manufacturing and supplying of required steel plates

4.2 For steel plate material conforming to ASTM A 36 grade, the following codes & standards should be complied.

4.2.1 Structural Quality Steel Plates shall conform to Latest Edition of ASTM A6/ A6 M Specifications.

4.2.2 The Marking shall be as per the Latest Edition of ASTM A 6/A6 M. Each product shall carry a tag or be marked with the Manufacturers Name or Make mark. Designation of steel shall also be similarly marked on the product tag along with manufacturers name or trade mark.

4.2.3 The Dimensional tolerance of the steel plates shall confirm to Latest Edition of ASTM A 6/A6 M Specifications. However, for width a tolerance of upto -0 / +20 mm is acceptable. This tolerance in width should be uniform throughout the length of the plate.

4.2.4 The Charpy Impact test (for 12 mm and above ) requirements for the steel plates shall confirm to Latest Edition of ASTM A 370 -97a Specifications

4.2.5 The Bend test requirements for the steel plates shall confirm to Latest Edition of ASTM A 370 -97a Specifications

4.2.6 For purposes the clause governing these standards and also other standards mentioned or referred therein should be adhered by the manufacturer for manufacturing and supplying of required steel plates.

5.0 GENERAL REQUIREMENTS 5.1 Tolerances on other dimensions of plates shall be as per IS: 1852 [latest edition]. No negative tolerance in thickness is acceptable

5.2 Final rolling shall be lengthwise. Both Trimmed & Un-Trimmed plates are acceptable, however, the tolerance in width shall be upto -0/+20mm & uniform throughout the length of the plate. Other tolerances shall be as per IS-1852 [latest edition].

5.3 The payment & despatch shall be made on Actual Weight basis. The weight shall be taken at the vendor own stockyard/plant/ premises & BPCL reserves the right to witness the same. Thereafter in case the plates are received at BPCL end with different dimensions (other than that invoiced & weighed at vendors end), the same shall not be accepted. Payment & despatch based on Theoretical Weight basis is also acceptable. However in case the plates are received at BPCL end with different dimensions (other than that invoiced at vendor end), the same shall not be accepted. In this case the density of steel shall be taken as 7850 Kg./cubic meter. IMPORTANT NOTE : The supplies made by the vendor should not be lower than the call-off quantity placed in MT. The vendor can supply higher than the call-off quantity to the extent of one extra plate so that the call-off quantity by weight is fullfilled. In case the number of plates are specified, then the supplies are to match the number of plates.

5.4 Charpy test is mandatory at minus 20 deg C and the value is to be 27 Joules for steel plates of thickness 12 mm and above

Page 8: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

5.5 The steel plate material should be fully killed and fine grain steels.

5.6 The steel plates shall be supplied without painting/coating.

5.7 Nevertheless the following chemical and mechanical properties are mandatory to ensure the properties to meet the requirement

6.0 SUPPLIMENTARY REQUIREMENTS 6.1.1 Heat analysis and product analysis shall be carried out for each heat as per the specifications of IS 2062 Grade E250 Quality B0/BR/C [latest edition] and limiting values are as per the limits specified.

6.1.2 Mechanical properties shall meet the requirements as per IS 2062 Grade E250 Quality B0/BR/C [latest edition].

6.1.3 The products shall be sound and free from defects that preclude their intended use.

6.1.4 CERTIFIED DOCS. :- The supplier shall furnish 2 copies of the following certificates/documents inclusive of all tests required as per specifications duly certified by the Inspecting Authority whenever applicable before shipment of plates. The actual values obtained shall be recorded in the test certificates/documents. Material certificates shall conform to EN 10204: 2004 (E) Type 3.2. 6.1.4.1 Chemical Analysis 6.1.4.2 Mechanical Test 6.1.4.3 Date of manufacture (final rolling)

6.2 For steel plate material conforming to ASTM A 36 grade, it should meet the supplementary requirements stated in clause 6.1 complying to their testing standard as specified in ASTM.

7.0 Marking of Products The finished steel plates shall be marked as per IS 2062 Grade E250 Quality B0/BR/C [latest edition] specifications and then supplied to purchaser. Each plate to be marked with unique identification number as per following example; 1 – 5 – 4 of 1030 – PO Number where 1 – Number 5 - Thickness of plate 4 - No. of plate 1030 – Total qty of plates

8.0 INSPECTION AUTHORITY 8.1 Unless otherwise stated in the call-off/purchase Order, no third party inspection is required. Material test certificate duly certified by Mill quality assurance/Quality Control department is acceptable.

8.2 BPCL however reserves the right to inspect the steel plates by registered third party inspection agency of BPCL [LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIA PVT. LTD/BV.] upto any extent as per IS 2062 Grade E250 Quality B0/BR/C[latest edition] and in such cases, all test certificates / documents shall be duly certified by the third party. IF TPI is required, it has to be arranged by Vendor.

9.0 ACCEPTANCE

Page 9: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

BPCL reserves the right to accept or reject the material based on the aforementioned inspection data if it does not meet specification.

Technical bid

ANNEXURE A4-SPECIFICATION OF COLD ROLLED COILS

CONFORMING TO IS 513

ANNEXURE A4-SPECIFICATION OF COLD ROLLED COILS CONFORMING TO IS 513

A)CR COILS FOR KOCHI REFINERY

BPCL SPECIFICATIONS Bidders Response

A1. Requirement is as follows : 1. CR Coil for Bitumen Drum fabrication, IS 513-2008 Grade CR1/CR 2, Semi Killed, Oiled, 0.63 MM thick, 896 MM width for Body. 2. CR Coil for Bitumen Drum fabrication, IS 513-2008 Grade CR1/CR 2, Semi Killed, Oiled, 0.63 MM thick, 560 MM (or 560 x 2 = 1,120 MM) width for End

A2. The CR Coil shall be conforming to Bureau of IndianStandards(BIS), IS 513-2008 Grade CR1/CR 2. However, in the caseof foreign manufacturers, they can quote for equivalent grades andfull details shall be submitted along with Techno-Commercial Bid.

A3. Tolerance in thickness shall be + 0 & -0.03mm. Other tolerance shallbe as per IS 513-CR1/CR2: 2008

A4. Weight of the individual coils shall not exceed 9 Tons.

A5. Metallic packing shall be provided

A6. Manufacturing date, Invoice/Packing List Number, Gross weight, Net weight, etc. shall be clearly marked on each coil.

A7. Only net weight (excluding the weight of the packing) is consideredfor invoicing and payment. Freight charges will also be calculated only on the net weight. [THE INVOICE FOR CR COIL SHALL BE CLEARLY INDICATD WITH GROSS WEIGHT AND NET WEIGHT. IF GROSS WEIGHT AND NET WEIGHTS ARE NOT INDICATED SEPERATELY, INVOICE NET WEIGHT WILL BE ON THE BASIS OF ACTUAL GROSS WEIGHT DEDUCTED BY 1% (ONE PER CENT) PER COIL.]

A8. Indigenous bidders shall provide manufacturers test certificate along with individual supply. Foreign bidders shall provide third party inspection certificate in addition to manufacturers certificate, along with each consignment.

COILS TO BE SUPPLIED TO OUR FABRICATORS WORKS AT KOCHI/CHENNAI/ANY OTHER LOCATION & SAME WILL BE SPECIFIED WHILE TAKING PRICE BIDS

Page 10: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Technical bid

ANNEXURE - A5 : TENDER TERMS AND CONDITIONS FOR INDIAN

VENDORS

ANNEXURE - A5 : TENDER TERMS AND CONDITIONS FOR INDIAN VENDORS

DEVIATIONS FOR ANNEXURE A5

ANNEXURE - A5 Clause No

ANNEXURE - A5 - Tender Requirement

ANNEXURE - A5 - Vendors Offer

ANNEXURE - A5 - Justification

TECHNO-COMMERCIAL TERMS AND CONDITIONS

BPCL REQUIREMENT Bidder's Response

TECHNO COMMERCIAL TERMS AND CONDITIONS : 1.Please note that this tender is to finalise the technical and commercial conditions(other than price) which shall remain valid for placement of orders till 31.10.2016. The Call off shall be placed by our kochi/Mumbai refineries/ Engineering and Project office at Noida etc. Further the Materials are required to be supplied to our various project sites/contractor works(if applicable) on Door delivery basis. BPCL reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reason. BPCL is not bound to accept the lowest rate for any tender and reserves the right to accept one or more tenders in part. BPCL also reserves the right to allow public enterprises (Central/State) Price / purchase / contract / service preference as admissible under the existing Government Policy. The decision of the Corporation in this connection will be final. BPCL reserves the right to vary the quantities in the tender. Please note that the evaluation and award for this tender is on item-wise lowest quote basis. 2.Please submit only the techno-commercial bid . PRICE BID SHALL BE SUBMITTED AT A LATER STAGE. i) Techno-commercial bid : You are advised to furnish all the technical and commercial details as PER the Annexures - ii) Priced bid : To BE SUBMITTED AT A LATER STAGE. 3Vendor to quote on Ex-works basis, separately indicating Basic Price in Rs. per unit, Excise duty, Sales Tax., Freight etc during Priced bid submission stage. 4.Price bid shall be sought from the vendors for firm requirement with a provision of additional 20%(to meet the exigency requirement) every three months for steel plates & every TWO months for CR coils. The price for the firm quantity shall remain firm till the completion of the order. The price for additional 20% shall be remain valid for three months from the date of finalization of contract. No escalation will be entertained on any ground except on the ground of statutory levies applicable on the tendered items. 5.OTHER STATUTORY LEVIES : All other statutory levies introduced by the statutory authorities during the contract period shall be payable extra by BPCL. However, any increase/decrease in statutory levies on the date of delivery during the scheduled delivery period on finished materials will be on BPCL account.

Page 11: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

If the material is not supplied within the delivery period, then any increase in the statutory levies shall be to Vendor Account. 6.Unloading & stacking will be arranged by consignee. However, advance information regarding expected date of delivery to Site In-charge must be given well in time for making unloading arrangements under advice to BPCL. 7.Transit Insurance will be arranged by the bidder. 8.BPCL reserves the right to inspect the material at the Works of the vendor through third Party Inspection Agency. Our registered Third party Inspection Agencies are LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIA PVT. LTD/BV. If Third Party Inspection (TPI) is required, it has to be arranged by vendor. 9.PAYMENT : Our payment terms are 100% on the 30th day from the receipt and acceptance of materials at site. Please consider this condition in your quotation, as other payment terms may not be acceptable to BPCL. 10.All documents listed below should be submitted to the originator of the call-off alongwith the invoice for release of payment; a) Invoice b) Challan c) Lorry Receipt/GR d) Inspection Release Note(if any) along with Test Certificates e) Original Money Receipt for Octroi Charges f) Guarantee Certificate g) Excise Gate Pass and other relevant documents One set of these documents shall be sent by vendor to Consignee also along with the material. Please note that in the absence of above documents , the material will not be accepted at site. 11.VALIDITY : Please note that once the quotation is accepted and contract finalized with the successful tenderer, the rates shall be firm for all the call offs placed during the validity period. The calls off will be placed within one month of contract placement. 12. SPECIAL RIGHTS : We reserve the right to : i) Reject your offer without assigning any reasons thereof. ii) Allow the Public Enterprises price preference facilities as admissible under the existing policy. iii) Not to accept the lowest rate quoted by the tenderer. iv) Cancel the tender or split the tendered quantities. v) Order part quantities on vendor 13.The delivery period quoted must be realistic & specific. Please quote the delivery period on F.O.R door delivery basis. The inability of successful tenderers to execute orders in accordance with the agreed delivery schedule will entitle BPCL, at its options, to : i) Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent (1/2%) of the basic value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total basic order value of undelivered portion. The LR date shall be taken as the date for calculation of L.D. ii) Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk & cost of the vendor, without prejudice to its right under (i) above in respect of goods delivered. 14.RISK PURCHASE CLAUSE: We reserve the right to curtail or cancel the order either in full or part thereof if you fail to comply with delivery schedule and other terms & conditions of the order. BPCL also reserves the right to procure same or similar materials/equipment through other sources at vendor's entire risk, cost and consequences. 15.GUARANTEE/WARRANTY : Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 24 months from the date of despatch or 18 months from the date of commissioning, whichever is earlier. 16.TEST & PERFORMANCE CERTIFICATES : You shall furnish Material test and Performance Certificates for the materials alongwith the challans and invoice. 17.Only the following shall be considered as "Force Majeure" if they intervene before the contractual delivery date and impede performance : Acts of God, Wars,

Page 12: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Revolutions and Official Strikes. 18.If you offer a lower rate to any other oil company during the pendency of order, if placed on you, the same price will automatically apply to BPCL. 19.The tenderer will note the destination of the material as indicated in individual call-off. Appropriate charges towards demurrage or other expenses incurred owing to any negligence, delay or default will be recovered from the successful tenderer. 20.The tenderer shall warrant that the use by BPCL of materials specified by the tenderer will not subject BPCL to charges of infringement of any patent and further agree to hold BPCL harmless and indemnified against any and all costs, charges & expenses therefrom. 21.GENERAL : a) Tenderer should ensure that they submit their offer before the due date & time of tender.. b) Your tender may not be considered, if we are unable to evaluate your offer for want of any information. C) Whereever Vendors have entered into a rate contract with D.G.S&D, they will indicate the same in their tenders and will also certify that their rate quoted shall be as as applicable to D.G. S & D d) Your quotation should be for materials strictly in accordance with specifications mentioned in the tender. e) It shall be assumed that packing cases if applicable. are not chargeable and non-refundable unless otherwise stated. 22.IN CASE OF ANY OF THE ABOVE TENDER TERMS and CONDITIONS i.e. SR.1 TO 22 ARE NOT ACCEPTABLE TO VENDOR, KINDLY MENTION THE DEVIATIONS ONLY IN THE FOLLOWING FORMAT (TECHNICAL and COMMERCIAL) WITH REASONS and JUSTIFICATIONS. DEVIATIONS STATED ELSEWHERE WILL NOT BE ACCEPTED BY US. IN CASE THE DEVIATION SHEETS ARE SUBMITTED BLANK THEN ALL THE TERMS and CONDITIONS WILL BE DEEMED AS ACCEPTED BY YOU.

Technical bid

ANNEXURE - A6 : TENDER TERMS AND CONDITIONS FOR

FOREIGN VENDORS

ANNEXURE - A6 : TENDER TERMS AND CONDITIONS FOR FOREIGN VENDORS

DEVIATIONS FOR ANNEXURE A6

ANNEXURE - A6 Clause No

ANNEXURE - A6 - Tender Requirement

ANNEXURE - A6 - Vendors Offer

ANNEXURE - A6 - Justification

TECHNO-COMMERCIAL TERMS AND CONDITIONS

BPCL REQUIREMENT Bidder's Response

TECHNO-COMMERCIAL TERMS AND CONDITIONS 1) Please note that this tender is to finalise the technical and commercial conditions(other than price) which shall remain valid for placement of order till 31.10.2016. The Call off shall be placed by our kochi/Mumbai refineries/ Engineering and Project office at Noida etc. Further the Materials are required to be supplied to our various project sites/contractor

Page 13: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

works(if applicable) on Door delivery basis. BPCL reserves the right to vary the quantities in the tender. Please note that the evaluation and award for this tender is on item-wise lowest quote basis. 2) The quotation shall be as per latest INCO terms. Please confirm the Item Number / Description and Part Number / BTN Classification. 3) The Vendor shall submit the offer in US DOLLARS AS WELL AS IN YOUR CURRENCY at the time of seeking price bids. 4) Please submit only the techno-commercial bid. Price bid shall be submitted at a later stage. Price bid shall be sought from the vendors for firm requirement with a provision of additional 20%(to meet the exigency requirement) every three months for steel plates & every month for CR coils . The price for the firm quantity shall remain firm till the completion of the order. The price for additional 20% shall be remain valid for three months from the date of finalization of contract. No escalation will be entertained on any ground except on the ground of statutory levies applicable on the tendered items. 5) Please note that the Ex-works price, P & F charges, FOB charges,sea freight and other price details are to be submitted at a later stage. 6) BPCL reserves the right to inspect the material before despatch, if required. Our registered Third party Inspection Agencies are LRIS/ DNV/ IRS/ EIL /TUV/ UL INDIA PVT. LTD./BV. If TPI required, it has to be arranged by vendor. 7) The Indian Agency commission (if any ) shall be payable in Indian rupees only. Indian Agents should be registered with Directorate General of Supplies and Disposals, Government of India and indicate their register number in your quotation. Agency commission will be payable only after registration with DGS&D, New Delhi. 8) Please note that the Taxes and duties payable in India shall be paid directly by BPCL. Necessary loading shall be done for the same during evaluation to arrive at the landed cost. 9) Please indicate the Country of Origin and Port of loading. 10) Please indicate your best delivery schedule for any quantity from the date of placement of call off for any location anywhere in India. 11) Insurance will be arranged by us. (Despatch details to be informed immediately by telex / fax and the non negotiable documents to be sent by courier for arranging insurance. 12) Please note that once the quotation is accepted and contract finalized with the successful tenderer, the rates shall be firm for all the call -offs placed during the validity period.The call-offs will be placed within one month of contract placement. 13) Your quotation should be for materials strictly in accordance with the specifications mentioned in the tender. 14) We reserve the right to accept or reject the tender of any party in part or full without assigning any reason whatsoever. The lowest tender may not necessarily be accepted. We reserve the option of accepting your offer in part or full. 15) In case of placement of order in Foreign currency We reserve the option to place order on FOB BASIS. Material to be shipped on Freight to Pay basis. Freight charges will be paid at actuals at the port of destination in Indian currency. In the event of placement of order on FOB basis, shipping arrangements shall be made by chartering wing Ministry of Surface Transport, New Delhi through their respective forwarding agents . However, the name of agent shall be confirmed to you while placing our order. Supplier shall furnish to the respective agents the full details of consignmentssuch as outside dimension, weights (both gross and net) no. of packages,technical description and drawings, name of supplier, port of loading, etc. 6 weeks notice shall be given by the supplier to enable the concerned agency to arrange shipping space. 16) Inspection/ Test Certificate, conformity Certificate and Country of Origin certificate are to be submitted with Invoice during supply. 17) 100 % against irrevocable Letter of Credit within 30 days of receipt and acceptance of material at site. Payment will be made within 30 days from the date of receipt and acceptance of material at our site against Letter of Credit. Letter of Credit will be opened in your favour through our banker.

Page 14: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Indicate your Bank address for opening Letter of Credit. If the order value is below USD 1000.00 the payment will be 100% sight draft against documents through Banl. We will not establish any L/C for such amounts. However, direct documents will be acceptable. Foreign banker charges will be to the account of beneficiary only. 18) Any dispute or difference between the vendor on the one and the owner on the other, or any kind whatsoever at any time or time arising out of the or in connection with or incidental to the Purchase Order including any dispute or difference regarding the interpretation of the terms and conditions or any clause thereof shall be referred to arbitration under the Rules of International Chamber of Commerce in Paris. The venue of such arbitration shall be in India. The Indian Law shall apply. 19) The contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer fault plus one week (to take care of transit time for receipt of L/C) plus the delivery schedule till mechanical completion of job as indicated by the vendors. In case of the shipment/supply taking place on Cash against documents or any other terms of payment the contractual delivery shall be taken from the date of purchase order plus 1 week (to take care of transit time for receipt of order) plus delivery period. Further the date of B/L or House Airway bill will be considered to find out the delay with respect to contractual delivery date. In case of F.O.B. shipment, if the vessel is not available then the intimation by vendors regarding readiness of the goods for the shipment shall be considered for calculating the delay in any. So vendor shall inform the readiness of materials for shipment on F.O.B. basis / FCA basis. For any delay in delivery of equipment/ materials beyond the delivery date the delivery date the same shall be accepted at price reduced by a sum equivalent @ 0.5% per week or part thereof on the value of non delivered portion of material subject to maximum of 5% of total order value of undelivered portion. 20) The tenderer shall warrant that the use by BPCL of materials specified by the tenderer will not subject BPCL to charges of infringement of any patent and further agree to hold BPCL harmless and indemnified against any and all costs. Charges and expenses resulting thereform 21) Only the following shall be considered as Force Majeure if they intervene before the contractual delivery date and impede performance : Acts of God, Wars, Revolutions and Official strikes. 22) Materials should be guaranteed against manufacturing defects, Workmanship and design for a period of 24 months from date of shipment. 23) If you offer a lower rate to any other Oil company in India, during the pendency of order, if placed on you, the same price will automatically apply to us. 24) Please submit your offer by due date & time of tender as stated in the tender documents. 25) We at our sole discretion reserve the option of placing the order for Part quantity . 26). SPECIAL RIGHTS : We reserve the right to : i) Reject your offer without assigning any reasons thereof. ii) Allow the Public Enterprises purchase preference facilities if applicable. iii) Not to accept the lowest quoted by the tenderer. iv) Cancel the tender or split the tendered quantities. v) Order part quantities on vendor on item wise basis. 27) IN CASE OF ANY OF THE ABOVE TENDER TERMS and CONDITIONS i.e. SR.1 TO 26 ARE NOT ACCEPTABLE TO VENDOR, KINDLY MENTION THE DEVIATIONS ONLY IN THE FOLLOWING FORMAT (TECHNICAL and COMMERCIAL) WITH REASONS and JUSTIFICATIONS. DEVIATIONS STATED ELSEWHERE WILL NOT BE ACCEPTED BY US. IN CASE THE DEVIATION SHEETS ARE SUBMITTED BLANK THEN ALL THE TERMS and CONDITIONS WILL BE DEEMED AS ACCEPTED BY YOU.

Page 15: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Technical bid

ANNEXURE A8a : UNPRICED BID FORMAT FOR INDIAN BIDDER

FOR HR STEEL PLATES

ANNEXURE A8a :UNPRICED BID FORMAT FOR INDIAN BIDDER FOR HR STEEL PLATES

Unpriced bid format for Indian Bidder for HR Steel Plates

BPCL REQUIREMENT BIDDERS RESPONSE

1.ALL RATES ARE TO BE IN RS. PER UNIT(MT) BASIS

2.FREIGHT AND TPI SHOULD BE INCLUSIVE OF TAXES AND DUTIES IF ANY AND SAME SHALL NOT CHANGE DURING THE CONTRACTUAL PERIOD

3. DELIVERY :

4. CST WITHOUT FORM C (IN PERCENT) CST WITH FORM C (IN PERCENT) VAT (IN PERCENT)

5.PLEASE MENTION PLACE FROM WHERE MATERIALS WILL BE DESPATCHED(PL GIVE YOUR WORKS/FACTORY ADDRESS)

6.EXCISE DUTY IN PERCENT

PL MENTION THE PERSON'S NAME /PHONE NO./E-MAIL ID FROM WHOM CLARIFICATIONS CAN BE SOUGHT

Technical bid

ANNEXURE A8b : UNPRICED BID FORMAT FOR INDIAN BIDDER

FOR CR COILS

ANNEXURE A8b :UNPRICED BID FORMAT FOR INDIAN BIDDER FOR CR COILS

Unpriced bid format for Indian Bidder for CR COILS

BPCL REQUIREMENT BIDDERS RESPONSE

1.ALL RATES ARE TO BE IN RS. PER UNIT(MT) BASIS

2.FREIGHT AND TPI SHOULD BE INCLUSIVE OF TAXES AND DUTIES IF ANY AND SAME

Page 16: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

SHALL NOT CHANGE DURING THE CONTRACTUAL PERIOD

3. DELIVERY :

4. CST WITHOUT FORM C (IN PERCENT) CST WITH FORM C (IN PERCENT) VAT (IN PERCENT)

5.PLEASE MENTION PLACE FROM WHERE MATERIALS WILL BE DESPATCHED(PL GIVE YOUR WORKS/FACTORY ADDRESS)

6.EXCISEN DUTY IN PERCENT

PL MENTION THE PERSON'S NAME /PHONE NO./E-MAIL ID FROM WHOM CLARIFICATIONS CAN BE SOUGHT

Technical bid

ANNEXURE 9a : UNPRICED BID FORMAT FOR FOREIGN BIDDER

FOR HR STEEL PLATES

ANNEXURE 9a : UNPRICED BID FORMAT FOR FOREIGN BIDDER FOR HR STEEL PLATES

UNPRICE BID FORMAT FOR FOREIGN BIDDERS FOR HR STEEL PLATES

BPCL REQUIREMENT BIDDERS RESPONSE

1.Best Delivery Period :

2.Country of Origin

3.Load Port

4.PL MENTION THE PERSON'S NAME /PHONE NO./E-MAIL ID FROM WHOM CLARIFICATIONS CAN BE SOUGHT

5.Prices to be quoted in USD or EURO only. Pl indicate the currency.

Charges for Third Party Inspection shall be quoted in case same is required to be carried outAll the customs duties and taxes as applicable to be paid in India shall be paid by BPCL directly and the same shall be added to the CFR Price to arrive at the landed cost of the equipment. Commercial loading with respect to Payment Terms & Custom duties will be done for the foreign vendors as follows:

Page 17: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

A) Financing charges based on PLR ( 14.45 percent per annum) for approx. Two and half months on FOB Value and Ocean Freight charges i.e.(14.45/12)X2.5 B) Financing charges based on PLR ( 14.45 percent per annum) for approx. one and half months on port / landing charges / LC charges/ Custom duties, i.e. (14.45/12)X1.5 c) Estimated inland freight charges will also be loaded to arrive at landed price at sites.

Technical bid

ANNEXURE 9b : UNPRICED BID FORMAT FOR FOREIGN BIDDER

FOR CR COILS

ANNEXURE 9b : UNPRICED BID FORMAT FOR FOREIGN BIDDER FOR CR COILS

UNPRICE BID FORMAT FOR FOREIGN BIDDERS FOR CR COILS

BPCL REQUIREMENT BIDDERS RESPONSE

1.Best Delivery Period :

2.Country of Origin

3.Load Port

4.PL MENTION THE PERSON'S NAME /PHONE NO./E-MAIL ID FROM WHOM CLARIFICATIONS CAN BE SOUGHT

5.Prices to be quoted in USD or EURO only. Pl indicate the currency.

Charges for Third Party Inspection shall be quoted in case same is required to be carried outAll the customs duties and taxes as applicable to be paid in India shall be paid by BPCL directly and the same shall be added to the CFR Price to arrive at the landed cost of the equipment. Commercial loading with respect to Payment Terms & Custom duties will be done for the foreign vendors as follows: A) Financing charges based on PLR ( 14.45 percent per annum) for approx. Two and half months on FOB Value and Ocean Freight charges i.e.(14.45/12)X2.5 B) Financing charges based on PLR ( 14.45 percent per annum) for approx. one and half months on port / landing charges / LC charges/ Custom duties, i.e. (14.45/12)X1.5 c) Estimated inland freight charges will also be loaded to arrive at landed price at sites.

Technical bid

Acceptance Of Annexures

Page 18: Tender Document · 2015. 7. 31. · IEM Name : Shri Brahm Dutt Address :1/8 Safdarjung Enclave, New Delhi - 110 029. Mob. 09871920282 E-mail:dutt.brahm@gmail.com Envelope Bidding

Acceptance Of Annexures

Acceptance Of Annexures

Sr No

Document Name

File Name I / We have read, understood and accepted the following Annexure of the Tender Document. (To read the Document please click the corresponding Download link)

1 General Purchase Conditions

gpc.pdf

2 Holiday listing guidelines

holidaylisting guidelines.pdf

Prebid committee published

Start date 11/08/2015 11:00:00 End date 11/08/2015 14:00:00

Mode of pre bid Offline Published date 30/07/2015 17:20:37

Published by Sonia Srinivas (CPO (M) - Procurement Group 3)

Remarks approved

Prebid committee and login status

Sr. No.

Members Joined meeting

Date and time

1 Sonia Srinivas (CPO (M) - Procurement Group 3) No -