+ All Categories
Home > Documents > 2010 - Bharat Petroleum

2010 - Bharat Petroleum

Date post: 20-Feb-2022
Category:
Upload: others
View: 5 times
Download: 0 times
Share this document with a friend
48
2010 ISSUED BY:- BHARAT PETROLEUM CORPORATION LIMITED, AMM LUCKNOW (UP-EAST), DY. MANAGER CONSTRUCTION GROUP, BHARAT PETROLEUM CORPORATION LIMITED, 94, M.G. MARG, LUCKNOW - 226001, UTTAR PRADESH. REQUEST FOR QUOTATION CRFQ -1000129934 ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)
Transcript
Page 1: 2010 - Bharat Petroleum

2010

ISSUED BY:-

BHARAT PETROLEUM CORPORATION LIMITED,

AMM LUCKNOW (UP-EAST),

DY. MANAGER CONSTRUCTION GROUP,

BHARAT PETROLEUM CORPORATION LIMITED,

94, M.G. MARG, LUCKNOW - 226001,

UTTAR PRADESH.

REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT

FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN

UTTAR PRADESH (EAST)

Page 2: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 1 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

ISSUED BY:-BHARAT PETROLEUM CORPORATION LIMITED, AMM LUCKNOW OFFICE, DY. MANAGER CONSTRUCTION GROUP, 94, M.G. MARG, LUCKNOW, UTTAR PRADESH. PIN 226001

TABLE OF CONTENTS

1) Annexure I Preamble

2) Annexure II Instructions to Tenderers

3) Annexure III Terms & Conditions

4) Annexure IV Pre-Qualification Criteria

5) Declarations

a) Annexure V Declaration I

b) Annexure VI Declaration II

c) Annexure VII Declaration III

6) Annexure VIII Integrity Pact

7) Annexure IX Instructions to tenderers on uploading supporting documents

8) Annexure X Check list for evaluation.

9) Annexure XI DSC Application forms.

10) Annexure XII BPCL STANDARD NOTICE INVITING TENDER.

11) ANNEXURE XIII PRICE BID DOCUMENT WITH COMPLETE TECHNICAL SPECIFICATIONS.

12) ANNEXURE XIV CUT OUT LABEL SLIPS

TENDER CALENDAR

Activity Start Date/Time End Date/Time

TenderRelease 18-11-2010 10:00 18-10-2010 11:00

Bid Preparation and Submission 18-10-2010 11:15 30-11-2010 15:00

Unpriced Bid Opening 30-11-2010 15:30 30-11-2010 17:00

Unpriced Bid Evaluation 30-11-2010 16:30 10-12-2010 17:00

Priced Bid Opening 30-11-2010 16:45 10-12-2010 17:00

Priced Bid Evaluation 30-11-2010 17:00 10-12-2010 17:00

Page 3: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 2 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

Annexure I - Preamble

1. Quotations are invited from all vendors registered with BPCL, with keenness to work in Uttar

Pradesh (East). Please quote your best rates. 2. Vendors who have been enlisted for Pre Fab Canopy Fabrication jobs with BPCL and have the

required work experience of canopy fabrication with BPCL, are also invited to quote for this tender. Such vendors who are enlisted, but not duly registered with BPCL, will have to deposit Earnest Money (EMD) of an amount of Rupees One Lakh only, to participate in this tender.

3. Vendors who have been “Black listed” or have currently been put on “Holiday List”, by virtue of unsatisfactory performance, by any office of BPCL, are not eligible to quote for this tender. Quotations received from such vendors, shall be rejected.

4. SERVICE TAX shall be payable extra as per prevalent norms.

5. The tender document has been created vide BPCL SAP Collective RFQ no. 1000129934 To

ensure equal opportunity for all & to demonstrate transparency in our systems, this document has been uploaded on the BPCL website http://www.bharatpetroleum.in , and is accessible from the tenders section, under the category AMM LUCKNOW. Request for the document, or any clarifications can also be made by e-mail addressed to [email protected] .

6. The tender document has also been uploaded on the BPCL E-Procurement web site http://bpcl.eproc.in. Interested tenderers have to obtain digital signing certificate from any suitable certifying agency, or use the Digital Signing Certificate Application forms enclosed with this tender document and apply for the same as prescribed in the pertinent annexure.

7. Using the digital signing certificate, vendors have to download the entire document and thoroughly go through the same. All documents required for the Pre-qualification Bid, have to be uploaded on the appropriate place in the E-Procurement web site. After uploading the Prequalification Bid documents & the digitally signing the declarations, tenderers have to place their price bids as well on the E-Procurement portal & encrypt the same with their digital signatures.

8. All the bids shall be evaluated from the inputs made by the tenderers on the E-Procurement portal. Hard copies of the bids need not be submitted to this office.

9. However, the pre-qualification bid documents, declarations, financial health statements, Signed

Integrity Pact Documents and all other supporting documents that form part of the Pre-Qualification, shall be accepted in Hard Copy form as well. These documents shall be submitted to this office on the address mentioned on the cover page, so as to reach before the date & time of tender opening. The entire submission comprising of declarations, supporting documents pertaining to Annexures V, VI, VII, VIII, should be put in separate envelopes and sealed and labeled using the cut out slips provided. On each envelope, space has been provided for tenderers to fill in their details and also the number of sheets submitted inside each envelope. All sheets submitted should be numbered serially. The four envelopes as described above should then be put inside a bigger main envelope and the sealed envelope should be labeled using the cut out provided a provided in Annexure XIV.

10. The tender document shall also be available at this office in the form of a CD, and can be obtained

on request on any working day, during normal working hours. Hard copies of the document shall not be distributed by this office. To further publicise this tender, this office shall spread the communication to all registered vendors, through Construction Group Engineers in BPCL Retail North.

11. To witness the tender opening, we request all tenderers to be present in this office, at the address

as mentioned above. It is understood that the tenderers have thoroughly gone through the entire

Page 4: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 3 of 28 (This Section to be enclosed with PQ Bid)

information placed in the tender enquiry & are committed to abide by the same. The tender opening shall also be available on the E-Procurement portal.

12. This is a 2 Bid Tender. The 2 Bids comprise of the:- a. Pre-Qualification Bid (PQ) b. Price Bid.

13. Only after examining the PQ & finding it in order, the price Bid shall be opened/ considered for

evaluation.

14. The Annexure XI pertains to E-Tendering process. This is for information of tenderers & to prepare them for this E-tendering process, hosted through BPCL’s E-Procurement portals. All bids uploaded by the tenderers on the E-Procurement web site shall be considered for evaluation.

15. You are invited to submit your offer in a two-part bid for supply of Pre Fab Canopies as per BPCL

specifications, to be erected at various retail outlet locations, in the state of Uttar Pradesh (East) and on the terms and conditions contained in this tender document.

16. Tenderers shall also have to essentially sign an Integrity Pact (IP) for participating in this tender, as per the following procedure:

a. Tenderer shall be required to download the Performa Integrity Pact (IP), print it, duly sign and stamp all the pages, (including signature of two witnesses). It should be signed by the same signatory who is authorized to sign the bid documents. Tenderer's failure to submit the IP duly signed along with the bid documents shall result in the bid not being considered for further evaluation. After physically signing the document, the same shall have to be scanned & uploaded on the E-Procurement portal.

b. If the tenderer has been disqualified from the tender process prior to the award of the contract in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Tenderer Price reduction amount by forfeiting the EMD/Performance Guarantee as per provisions of the Integrity Pact.

c. If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled to terminate the contract according to the provisions of the Integrity pact, BPCL shall be entitled to demand and recover from contractor, Price reduction amount by forfeiting the Performance Guarantee amount as per provisions of the Integrity Pact.

d. Tenderers may raise disputes/complaints, if any, with the nominated Independent External Monitor.

e. The name, address and contact numbers of the nominated Independent External Monitor is as follows:

Mr.Uppiliappan Sundararajan, Flat no.3A-1302, Whispering Palms, Lokhandwala Complex, Akurli Road, Kandivali (east), Mumbai – 400 101 Contact no.022-29650600 Mobile: 9820503000

17. Please visit the website http://www.bharatpetroleum.in for only downloading the tender document. Also for downloading the tender document & for participating in the tender and submitting your bid, please visit the web site http://bpcl.eproc.in .

18. Bids/instruments submitted after the due date and time of closing of tender or not in the prescribed format is liable to be rejected. BPCL does not take any responsibility for any delay in submission of bid due to connectivity problem or non-availability of site and/ or other documents to be submitted in physical form due to postal delay. No claims on this account shall be entertained.

19. For clarifications, if any, please feel free to contact the undersigned on any working day between

10:00 am to 4:00 pm from 20.10.2010 to 1.11.2010. SATISH M PAIKARA, DY. MANAGER CONSTRUCTION -NOIDA, BHARAT PETROLEUM CORPORATION LIMITED,

94, M.G.MARG, LUCKNOW, UTTAR PRADESH- 226001.

[email protected]

Page 5: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 4 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

Annexure II - Instructions to Tenderers 1. Competitive offers are invited from all parties registered/ enlisted with BPCL for Fabrication, supply &

erection of Pre Fab Structural Steel Canopies at Various Retail Outlets in Uttar Pradesh (East). Uttar Pradesh (East) comprises of Revenue Districts of Lucknow, Kanpur Nagar, Kanpur Dehat, Unnao, Hardoi, Sitapur, Jalaun, Jhansi, Lalitpur, Hamirpur, Mahoba, Banda, Fatehpur, Rae Bareily, Sultanpur, Pratapgarh, Kaushambi, Chitrakoot, Allahabad, Jaunpur, Sant Ravidas Nagar, Varanasi, Chandauli, Mirzapur, Sonebhadra, Gorakhpur, Deoria, Ballia, Mau, Ghazipur, Azamgarh, Ambedkarnagar, Faizabad, Barabanki, Gonda, Bahraich, Shrawasti, Balrampur, Siddarth Nagar, Basti, Sant Kabir Nagar, Maharajganj and Kushinagar. Detailed technical specifications, quantities etc. have been provided in this tender document.

2. Vendors having prior work experience of having satisfactorily completed fabrication, supply & erection of at least ten numbers Pre Fab Canopies, or a minimum of 1500 square metre area of Prefab Canopies, are eligible to apply. Eligible vendors shall be required to submit pertinent documents to support their eligibility, in the format as described in the PQ Bid section. If such supporting documents are not submitted in the manner as prescribed in the PQ Bid, the bid shall be rejected.

3. The tender is for a period of Twelve months from the date of placement of contracts. This is basically a rate contract and quantities are not guaranteed. However, annual requirement as per best estimate is given in the Price Bid Section.

4. Based on the documents submitted by the bidders, shortlisting will be done of those who qualify the PQ Bid.

Price bids shall be opened & considered for evaluation, for only those bidders who qualify the PQ Bids. A comparison of all such Price Bids shall be done to identify the L1 & the L2 bidders. Job shall be awarded to the L1 & L2 bidders in the ratio of 80:20.

5. Tenderers are requested to carefully study all the documents/ annexures, and understand the terms & conditions, specifications, etc., before quoting their rates. In case of doubt, written/ e-mail clarifications should be obtained, but this shall not be a justification for late submission of the bid or request for extension of due date. Offers should strictly be in accordance with the tender terms & conditions and our specifications.

6. All the supporting documents submitted by the tenderers should be legible, signed, stamped and attested by

the authorized signatory as specified below in clause 7. 7. The authorized signatory shall be :-

a) Proprietor in case of proprietary concern. b) Authorised partners in case of partnership firm. c) Director, in case of a limited Company, duly authorized by its board of directors to sign.

8. If for any reason, the proprietor or the authorised partner or director as the case may be are unable to sign

the document, the said document should be signed by the constituted attorney having full authority to sign the tender document and copy of such authority letter as also the power of attorney, duly signed in the presence of a Notary public should be submitted along with the bid.

9. Bids submitted after the due date and time and those not in the format or not in conformity with the

prescribed terms and conditions or specifications shall be summarily rejected and no further correspondence/ enquiries shall be entertained on the issue. No responsibility shall be taken by the Corporation for bids not submitted in time and/or the instruments received late due to postal delay and no claims on this account shall be entertained.

10. The rates quoted should not have any quantity restrictions. Incomplete offers or offers received with

deviations / subjective or counter conditions/ quantity restrictions are liable to be rejected and no further correspondence / enquiries on this issue by the tenderer shall be entertained.

11. Unsolicited / conditional discounts if offered by any party will not be considered and offers of parties offering such unsolicited discounts are liable to be rejected.

12. The offer submitted by the tenderer shall be valid for acceptance for a period of 180 days from the date of

closing of the tender. In case of successful tenderers, the finalised rate shall remain valid till conclusion of the contract in all respects.

Page 6: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 5 of 28 (This Section to be enclosed with PQ Bid)

13. ACCEPTANCE OF THE OFFER BY THE CORPORATION: Based on the offers received, BPCL will place orders on one or more tenderers whose offer is considered acceptable to BPCL. Any terms and conditions attached/ printed overleaf by the Tenderer in his offer will not be binding on BPCL. Tenders with counter or subjective conditions are liable to be rejected.

a. Evaluation of the PQ Bid: - All parties shall be evaluated on the PQ Bid criteria. Based on information provided by the tenderer & submission of supporting documents, the PQ Bid shall be evaluated.

b. Evaluation of the Price Bid i. Price bid of only those tenderers shall be opened whose PQ bid is found to be acceptable. ii. The evaluation of the price bid, in the first instance, will be based on the Net Delivered Price

(NDP) calculated cumulatively for each item of the Price Bid Bill of Quantities. Ranking of vendors, if required for the purpose of negotiations, will be based on the original quotation.

iii. BPCL reserves the right to negotiate with tenderers and counter offer a rate if required. Tenderers may have to attend the concerned office of the Corporation for negotiations/ clarifications if required at their own cost, in respect of their quotations without any commitment from the Corporation.

iv. In the event it becomes necessary for BPCL to procure Pre Fab canopies at different rates, then BPCL reserves the right to make order allocation in such a way so as to enable BPCL to get the maximum advantage.

v. Track record or any other parameter considered relevant by BPCL may also form a criterion for order placement.

vi. In the event that same rate is quoted by 2 or more tenderers, and even if they are acceptable to BPCL, BPCL is not bound to either accept all such offers or to equally distribute the requirement for Pre Fab Canopies amongst the tenderers who have quoted the same rate.

vii. Notwithstanding the above, BPCL is not bound to accept the lowest offer and reserve the right to reject any and / or every tender without assigning any reason whatsoever and /or place order on one or more tenderers and /or carry out negotiations with any tenderer in the manner considered appropriate by BPCL.

viii. BPCL also reserves the right to reject any un-workable offer. Purchase preference would be given to Public Sector Enterprises as per directives of the Government of India.

ix. In the event the tenderer who has offered the best rates, fails to perform the fabrication, supply & erection of the Pre Fab Canopies, in the manner as stipulated in the contract, BPCL may place orders with the next best tenderers, if considered necessary.

14. The successful tenderer/s shall be required to submit physical hard copies of the entire tender document

and all the supporting documents submitted online on the portal, signed and stamped on all pages, at the time of award of the job.

15. It shall be understood that every endeavour has been made to avoid errors which can materially affect the basis of the tender and the successful Tenderer shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

16. Courts in the city of Delhi alone shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this tender either before or after or during finalisation of the tender.

17. List of abbreviations used : a. The terms “BPC”, “BPCL”, The Corporation and the Company in the appropriate context means

Bharat Petroleum Corporation Limited, the Company registered under Companies Act 1956 and includes its successors and assignees.

b. The term “PESO” in the appropriate context means Petroleum, Explosive and Safety Organisation. c. The term “BIS” in the appropriate context means Bureau Of Indian Standards. d. The term “OITC” in the appropriate context means Oil Industry Technical Committee. e. The term “OMC” in the appropriate context means PSU Oil Marketing Companies viz. M/s Indian Oil

Corpn. Ltd, M/s Bharat Petroleum Corpn. Ltd. f. The term “UT” in the appropriate context means Union Territory g. The term “PSU” / “PSU Oil Company” in the appropriate context means Public Sector Undertaking

Oil Marketing Companies h. The term “PSE” in the appropriate context means Central Public Sector Enterprise i. The term “LoI” in the appropriate context means Letter of Intent j. The term “PO” in the appropriate context means Purchase Order k. The term “PR” in the appropriate context means Price Reduction l. The term “NDP” in the appropriate context means Net Delivered Price m. The term “VAT” in the appropriate context means Value Added Tax n. The term “ITC” in the appropriate context means Input Tax Credit o. The term “PQ” in the appropriate context means Pre-Qualification.

Page 7: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 6 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

Annexure III - Terms & conditions

1) Prefab Structural Steel Canopies, Design, fabrication, supply & erecting a) The successful tenderers on whom Contract/ Purchase Order is placed shall duly design, fabricate,

supply & erect the Prefab Canopies, as per technical specifications described in detail in the price bid BOQ, at various BPCL retail outlets in Uttar Pradesh (East), as per the rate and delivery schedule specified in the Contract/ Purchase Order placed by the Corporation on the successful tenderer/s.

b) The Successful tenderer/s shall provide stability certificate for the design, as well as for the erected structure, duly endorsed & certified by a qualified Structural Engineer, or from any of the Indian Institute of Technology (IIT). The structural Engineer should either be a member of the Institute of Engineers or should compulsorily be a Post Graduate in Structural Engineering. The Proof of qualification of the Structural engineer has also to be submitted along with this certificate.

c) Successful tenderer should ensure that the Pre fab canopies meant for BPCL retail outlets strictly comply with the specifications and/or any written instructions given by BPCL.

d) This is basically a rate contract and quantities are not guaranteed. However, BPCL reserves the right to increase the contract quantity up to 20% of the original contract quantity and the successful tenderer shall be bound to accept such increase in contract quantity. Any increase over and above 20% of original contract quantity shall be done only after obtaining written confirmation from the successful tenderer.

2) SUPPLY AND PERFORMANCE GUARANTEE

a) The successful tenderer shall enter into an agreement to execute the job related to the Prefab canopies, and deposit with BPCL, Supply and Performance Guarantee of `. 5.0 lakh (Rupees five lakh), by way of Crossed A/c Payee Demand Draft drawn on Nationalized Bank or Scheduled Bank in favour of M/s. Bharat Petroleum Corporation Ltd. payable at Lucknow. No interest is payable by BPCL on the amount for ‘Supply and Performance Guarantee’ so collected.

b) Submission of the Supply and Performance Guarantee amount by the successful tenderer to BPCL implies complete acceptance of all terms and conditions of the contract.

c) ‘Supply and Performance Guarantee’ shall be refunded only after the expiry of the defects & liability period of all the canopies supplied by the successful tenderer. BPCL shall be entitled to deduct from this amount any loss or damage which BPCL may be put to by reason of any act or defects, or any other liabilities or default recoverable by BPCL from the successful tenderer and to call upon the successful tenderer to maintain the amount at the original level by making further deposits.

3) SET OFF Any sum of money due and payable to the successful tenderer (including the Supply and

Performance Guarantee returnable to him), may be appropriated by BPCL against any claim arising against the successful tenderer.

4) PRICE a) Price payable for each canopy job shall remain same as per the Contract/ Purchase order awarded to

the successful tenderer, for the entire period of the contract. b) This price shall be inclusive of all taxes, levies, etc. Service Tax shall be payable extra as per prevalent

norms. No additional, destination Octroi (if any) etc. will be reimbursed. c) The successful tenderer shall indemnify BPCL against any claims that may be raised by statutory

authorities due to failure of the successful tenderer to comply with any of statutory obligations with respect to payment of duties, taxes, octroi etc. BPCL also reserves the right to recover any payments that may have to be made on account of discrepancies as above from the Supply and Performance Guarantee or outstanding payments on hand.

5) PAYMENT

a) The following documents should be submitted along with the invoice: i) Detailed Design drawing, indicating all design parameters & compliance to technical specifications. ii) Stability certificate as described in Clause 1b above. iii) Manufacturer’s certificate in respect of the specifications of roofing material, false ceiling material, Z-

Purlin coating. iv) Declaration by the successful tenderer, as per format enclosed with the Price Bid documents,

certifying compliance to all technical parameters. b) Payment term shall be 15th day which implies that payment shall be released by BPCL on ‘best-effort’

basis, on 1st working day after 15th day, from the date of receipt of invoice in duplicate, along with all

enclosures as mentioned above. The payment shall be done through electronic fund transfer (NEFT).

Page 8: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 7 of 28 (This Section to be enclosed with PQ Bid)

c) However, in case the successful tenderer delivers a canopy that is fully/ partially not accepted by the site in charge, then payment for such canopy that is not accepted by the site in charge, shall be passed only after the defect/s are cleared to the satisfaction of the site in charge.

6) QUALITY CONTROL / SUSPENSION

a) The successful tenderer is required to strictly adhere to the quality/ inspection & testing procedures stipulated in the tender document.

b) Without prejudice to the other provisions of the Contract, BPCL reserves the right to order suspension of production and supplies of the Prefab canopy by the successful tenderer in case any lapse in quality is detected by the site in charge or by any officers/ representatives of BPCL, or if any lapse is reported by any statutory authority or, malpractice detected by any authority etc. at any time during the currency of the Agreement.

c) Such suspension orders will be intimated in writing by fax and/ or Registered Post by the Corporation to successful tenderer. On receipt of suspension order successful tenderer shall carry out detailed root-cause analysis of the quality problem.

d) Corrective and preventive actions to be taken for a particular type of failure should be identified and implemented by the successful tenderer. The successful tenderer shall submit an action-taken report, to BPCL. BPCL shall revoke the suspension based on the adequacy of this action-taken report.

e) The successful tenderer will be required to complete all actions necessary to obtain clearance from Corporation for resumption of production and despatch at the earliest but not later than 30 days from the date of suspension.

f) If request for the clearance from Corporation is not applied for within the said period of 30 days, the Corporation shall have the rights solely at its discretion to cancel the remaining order quantity, without prejudice to any other right as may be available to the Corporation both under law and the contract terms contained in this agreement for the recovery of the damages.

g) Despite the order of suspension, if the successful tenderer produces and/or despatches any consignment, the Corporation shall be entitled to refuse taking delivery of such consignments and the successful tenderer shall not be entitled to claim any damage or compensation for any loss that may occur to him, from BPCL on account of refusal to accept such consignment. In such cases BPCL shall take necessary action which may be deemed fit against the successful tenderer including withdrawal/ termination of the agreement.

h) Whenever the successful tenderer is under suspension, the call off/ allocation for the suspended party may be pruned to the extent of undelivered quantity against that call off/ allocation at the sole discretion of BPCL. Extra cost, if any, borne by BPCL while procuring (from other supplier/s) and/ or placing such shortfall quantity to the short-supplied location, as outlined above, shall be recovered from the defaulting vendor as per clause 10 below.

i) Extra cost, if any, borne by BPCL while procuring (from other suppliers) and/or placing such pruned quantity, as outlined above, to the designated plant shall be recovered from the defaulting vendor as per “Risk Purchase” clause 10 below.

7) DELIVERY SCHEDULE / REVISION BEFORE EXPIRY OF DELIVERY SCHEDULE

a) Based on the actual requirements, BPC will be placing the call-offs (also called PO or allocations) from time to time. The successful tenderer shall be bound to accept call-offs up to 120% of the contract quantity. In case BPCL requires additional supplies (over and above the said 120% pro-rata level) during any period, then it can place call-offs for such additional quantities after getting a written confirmation from the successful tenderer.

b) The successful Tenderer shall supply the Prefab Canopy strictly in accordance with the delivery schedule mentioned in the call-offs/PO/ allocation. The successful Tenderer shall note that the date of completion of all jobs related to fabrication, supply & erection of the Pre fab canopy at any site i.e. the Location of the Corporation as advised by the Corporation shall be considered as the date of completion of the supply as per the Order. In short the actual delivery shall mean the date of completion of the whole job in all respect at the location.

c) In the event of the successful Tenderer anticipating difficulty to meet the delivery schedule for reasons not attributable to him, the successful tenderer should submit a written request for extension, in case he desires the extension, explaining the reasons for the delay. It will be the Corporation’s sole discretion to accept or reject the request. The Corporation will evaluate the request of the successful Tenderer and in case the Corporation is satisfied, the Corporation may grant a suitable time extension and advise the revised delivery schedule. The decision of the Corporation in this regard will be final and binding on the successful Tenderer.

d) Payments shall be made at the rate on which call offs/ PO/ allocations have been issued. This shall also apply to cases where time extension for delivery has been granted by BPCL.

Page 9: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 8 of 28 (This Section to be enclosed with PQ Bid)

8) FAILURE AGAINST DELIVERY SCHEDULE AND PRUNING & REALLOCATION FOR QUANTITIES UNDELIVERED: a) BPC shall review the supply position after completion of the Delivery Schedule. If the successful

Tenderer fails to adhere to the said Delivery Schedule as per para 7 (a), 7(b) above or Revised Delivery Schedule which may be given as per 7(c) above, the following provisions shall apply:- i) BPC may prune and reallocate the quantities short supplied by the Successful Tenderers who could

not meet the schedule given. ii) Alternatively BPC may consider accepting late delivery of consignment already dispatched by

the Successful Tenderer before the scheduled date of delivery, based on request by such Successful Tenderer who could not meet the schedule given.

b) Payment in such cases shall be done as per clause 7(d) above. c) In the event of some of the Successful Tenderers failing to complete the supply even after grant of time

extension, BPCL shall have the discretion to prune all such undelivered quantities and reallocate to other suppliers as decided by BPC.

d) Extra cost, if any, borne by BPCL while procuring (from other suppliers) and/or placing such shortfall quantity, as outlined as above, shall be recovered from the defaulting vendor as per clause 10 below.

e) The limitation on order quantity will not be applicable for the reallocation of pruned quantities. f) BPCs’ decision in regard to Pruning & Reallocation on case to case basis and the methodology followed

shall be final.

9) PRICE REDUCTION CLAUSE FOR FAILURE TO SUPPLY AS PER SCHEDULE a) In the event of full or partial failure to supply as per slated/ revised Delivery Schedule given under (7)

above, Price Reduction @ 5% of the NDP shall be levied on the entire undelivered/ late delivered quantity.

b) Successful tenderer shall not be entitled to claim waiver from PR because of the Pruning & Re-allocation of the short supplied quantities as described in (8) above.

10) RISK PURCHASE

a) In case the Successful tenderer fails to supply the material as per the delivery schedule/revised delivery schedule due to any reason whatsoever, including suspension, BPCL reserves the right to procure similar material at the Successful tenderer’s risk, cost and responsibility from other sources or even from the same tenderer (on successful tenderer’s request and at BPCL’s sole discretion). The successful tenderer shall have to bear the differential cost between what would have been payable to him/ her and the cost actually paid by BPCL for such procurement and/or placement of such shortfall quantity.

b) In case the party is under suspension at the start of the month, no orders will be released. However, proportionate order quantity due from the party, as described in clause 6 as above, shall be procured from other parties under risk purchase.

c) Such penalty shall be levied over and above the PR recoverable from the party on account of such non-delivery of such material. However if the successful tenderer informs BPCL about his/ her inability to supply the material within 7 days of placing of call-off/PO then no PR for non-supply shall be levied. However, successful tenderer shall still be liable to pay the differential risk purchase amount mentioned above.

d) If due to any breach committed by the Supplier, the order is terminated, the Supplier will be liable to make good the loss or damage suffered by the BPCL in line with clause (a) above.

11) RECOVERY OF OUTSTANDING AMOUNTS

a) It is also agreed and understood that for the purpose of calculating the damages recoverable, it will be assumed that the contract continued to remain valid even after expiry of the contract period and BPCL can recover such amounts from the pending bills of/ Supply and Performance Guarantee amount deposited by the Successful Tenderer.

12) FORCE MAJEURE The Contract is subject to standard FORCE MAJEURE conditions set out hereunder:

a) If at any time during the continuance of the contract, the performance in whole or in part or any obligation of either party under the contract shall be prevented or delayed for a continuous period of more than seven days by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lockouts, any order or decree of any Government or Governmental Authority or rationing, whether imposed by law, decree, regulation or voluntary co-operation of BPCL at the insistence or request of the MOP & NG or person purporting to act thereof (hereinafter referred to as EVENTS) then, provided notice of happening of any such event(s) with supporting proof required thereof, is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reasons of such event, be entitled to terminate the contract nor shall either party have any claim for damage against the other in respect of such non-performance or

Page 10: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 9 of 28 (This Section to be enclosed with PQ Bid)

delay in performance, and the deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist.

b) In the event of any shortfall in the delivery due to occurrence of a force majeure event for a continuous period of 30 (thirty) days or more, Corporation may solely at their discretion reduce the total contracted quantity, to the extent of the quantities which were required to be supplied during the existence of the force majeure conditions on a prorata basis, and the successful tenderer shall not be entitled to claim any damages from the Corporation on account thereof. Nor the Corporation shall be entitled to claim damages from the successful tenderer on account of non-delivery of such Valves pruned from the total contracted quantity.

13) RAW MATERIAL

a) The successful tenderer is exclusively responsible for procurement of all raw materials conforming to applicable specifications and quality to meet the delivery schedule. Results of tests carried out by the successful tenderer on any of the bought-out items, have to be submitted to this office.

b) In respect of the components which are required for the manufacture of Prefab Canopies, the successful tenderer shall from time to time during the currency of this Contract inform BPCL, the list of such items including the names and addresses of the suppliers of such items and the measures taken for ascertaining the quality assurance of such items.

c) BPCL reserves the right to specify the name of reputed/reliable/ established vendors from whom raw materials and components shall be procured. In such case, successful tenderer shall procure such raw materials and components from BPCL approved parties only.

14) INSPECTION a) As per requirement, the successful tenderer shall submit Test Certificates, from recognised test labs. The

Corporation reserves the right without prejudice to its rights under any of the provisions contained in the Agreement to inspect the Pre fab canopies during fabrication/ erection/ inspection gauges/ test set-ups at the successful tenderer's works for which purpose all required facilities shall be provided by the successful tenderer at his costs. Corporation shall carry out inspection from time to time to monitor compliance of quality assurance.

15) TERMINATION Notwithstanding anything contained in the Contract, BPCL shall have the right to terminate the Contract upon or at any time of the happening of any of the following events:- a) If the successful tenderer shall commit a breach of any of the terms and conditions of the contract and

fails to remedy such breach within 15 (fifteen) days of the receipt of the written notice from the Corporation in regard thereto.

b) On the death or bankruptcy of the successful tenderer if he be an individual. c) On the dissolution of the firm if the successful tenderer happens to be the Partnership firm. d) Liquidation, whether voluntary or otherwise, or the passing of an effective resolution for winding up of the

business of the successful tenderer if it be a company. e) On selling of the facilities or assets to any other individual or company. f) If any attachment is levied or continues to be levied for a period of fifteen days or more upon the effects

of the successful tenderer or of any individual or partner of the successful tenderer’s firm. g) If it is established that the successful tenderer has been indulging in malpractice, unauthorised

manufacturing, or on such other grounds that is considered by the Corporation to be in contravention to the contractual obligation.

h) The Corporation’s right to so terminate the contract shall be without prejudice to any other right and remedy available against the successful tenderer including the right for recovery of damages if any from the successful tenderer, and in the event of the Corporation so terminating the contract, the Corporation shall not be liable to pay any compensation or damages in consequence of such termination to the successful tenderer.

i) Successful tenderer is supposed to have a good track record and clear credential in the past. If it is found indulging in any unauthorised activities at any time, even in the past, then the Corporation shall have the liberty to take appropriate action as deemed fit including rejection, termination immediately on receipt of such information.

16) ASSIGNMENT/SUB-CONTRACTING The successful tenderer shall not sublet the contract or assign any part of the order to any person/firm/company without prior written consent from the Corporation. 17) ACQUIESCENCE OR WAIVER Any acquiescence or waiver by the Corporation of any delay, breach or default committed by the successful tenderer shall neither deemed to be or considered as estoppel against the Corporation nor prevent the Corporation from exercising any of its rights under any of the provisions of this Agreement.

Page 11: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 10 of 28 (This Section to be enclosed with PQ Bid)

18) ARBITRATION a) Any dispute or difference of any nature whatsoever any claim, cross claim, counter-claim or set-off or

regarding any right, liability, act, omission or account of any of the parties hereto arising out of or in relation to this agreement other than those in respect of which, the decision of any person is, by the purchase order or Agreement, expressed to be final and binding, shall be referred to the sole arbitration of the Director (Marketing) of the Corporation who may either himself act as the arbitrator or nominate some other Officer of the Corporation, irrespective of his relationship with the corporation, to act as the Arbitrator. The successful tenderer will not be entitled to raise any objection to any such arbitrator on the ground that the arbitrator is an officer of the Corporation.

b) In the event of the Arbitrator to whom the matter is originally referred to being transferred, he shall be entitled to continue with the Arbitration proceedings notwithstanding his transfer, unless the Director (Marketing) at the time of such transfer or at any time thereafter, designate another person to act as Arbitrator in his place in accordance with the terms of this agreement.

c) In the event of the Arbitrator to whom the matter is originally referred, vacating his office or being unable to act for any reason, the Director (Marketing) at the time of vacation of office or inability or refusal to act, shall designate another person to act as arbitrator in accordance with the terms of this agreement.

d) The Arbitrator newly appointed by the Director (Marketing) under clause (b) or under clause (c) above shall be entitled to proceed with the reference from the point at which it was left by his predecessor.

e) It is an express term of this contract that no person other than the Director (Marketing) or a person nominated by such Director (Marketing) of the Corporation as aforesaid shall act as Arbitrator hereunder.

f) The award of the Arbitrator so appointed shall be final, conclusive and binding on all parties to the agreement subject to the provisions of the Arbitration and Conciliation Act , 1996 or any statutory modification or re-enactment thereof and the rules made thereunder for the time being in force shall apply to the Arbitration proceedings under this clause.

g) The award shall be made in writing and published by the Arbitrator as required under the law. h) The arbitrator shall have power to order and direct either of the parties to abide by, observe and perform

all such directions as the arbitrator may think fit having regard to the matters in difference i.e. dispute before him. The arbitrator shall have all summary powers and may take such evidence oral and /or documentary as the arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all powers under the Arbitration and Conciliation Act, 1996 or any subsequent amendment thereof, including admission of any affidavit as evidence concerning the matter in difference i.e. dispute before him.

i) The party against whom the arbitration proceedings have been initiated , that is to say, the respondent in the proceeding, shall be entitled to prefer a cross–claim, counter-claim or set-off before the arbitrator in respect of any matter in issue arising out of or in relation to the agreement without seeking a formal reference for arbitration to the Director ( Marketing) for such counter-claim, cross-claim, or set-off and the arbitrator shall be entitled to consider and deal with the same as if the matters arising therefrom have been referred to him originally and deemed to form part of the reference made by the Director (Marketing).

j) The arbitrator shall be at liberty to appoint, if necessary, any accountant or engineer or other technical person to assist him and to act on the opinion taken from such person.

k) The arbitrator shall have power to make one or more awards whether interim or otherwise in respect of the dispute and difference and in particular will be entitled to make separate awards in respect of claims or cross -claims of the parties. The arbitrator shall be entitled to direct anyone of the parties to pay the costs of the other party in such manner and to such extent as the Arbitrator may in his discretion determine and shall also be entitled to require one or both the parties to deposit funds in such proportion to meet the Arbitrator’s expenses whenever called upon to do so.

25. JURISDICTION The parties hereby agree that the courts in the city of Delhi alone shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this Agreement and any award or awards made by the sole arbitrator hereunder shall be filed in the concerned courts in the aforesaid city only. 26. VALIDITY OF THE CONTRACT The total requirement shown in this tender enquiry is for the period of Twelve months from the date of signing the agreement with BPCL. In case of any dispute in the interpretation of the terms and conditions of the tender, the decision of the Corporation in this matter shall be final and binding.

Page 12: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 11 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

Annexure IV - PRE QUALIFICATION BID CRITERIA – MANDATORY SUBMISSION

Vendors keen to participate in this tender have to declare pertinent facts & submit the pertinent supporting documents, to be able to qualify the Pre- Qualification Bid & get their Price Bid to be considered for evaluation. These declarations & documents pertain to the following aspects of the tenderer’s firm:-

1. Statutory registrations. 2. Financial Health & Market Standing 3. Past work Experience.

Please note that all the documents mentioned below are sacrosanct. If any of the documents submitted by the vendor, as below lack in any manner, the vendor shall be disqualified & the Price Bid shall not be opened, for evaluation. A detailed checklist has been provided with this document, in Annexure X, to enable vendors to clearly understand the process of screening the PQ Bids. We request you to make full use of the same. Please ensure that the documents related to the PQ bid are placed in only the envelope with the appropriate label. 1. Statutory Registrations: The Undertaking & Declaration of Facts from the Vendor, as per Declaration I,

ANNEXURE V, has to be duly filled up, signed, stamped & attached with the Prequalification Bid. a. Vendor to submit an Undertaking that declares the following 2 points:-

i. That the vendor is ready & willing to carry out jobs in both the states of Uttar Pradesh and Uttarakhand.

ii. That the vendor is capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI.

It is understood that all tenderers submitting their bids for this tender, agree on the two points above. b. Registration with BPCL as a vendor: - This tender is invited from all Vendor registered/ enlisted with

BPCL. Hence kindly submit a copy of the registration letter. This letter should clearly specify the Financial Limit of Registration. For some vendors, this document is already available in this office. Notwithstanding the above, Submission of the registration letter with this tender is mandatory for all vendors.

c. PF Registration: - This is a mandatory requirement for all Tenderers. Hence kindly submit a copy of Valid PF Registration & provide details of the same as required.

d. Service Tax Registration: - This is a mandatory requirement for all Vendors. Hence kindly submit a copy of valid Service Tax registration & provide details of the same as required in ANNEXURE V.

e. VAT Registration for carrying out jobs in States of Uttar Pradesh, and for carrying out Jobs in States of Uttar Pradesh.

i. Kindly submit a copy of Valid VAT Registration that entitles the firm for carrying out jobs in the States of Uttar Pradesh and Uttarakhand & provide details of the same as required in ANNEXURE V.

OR ii. If this registration is not available readily, kindly submit an Undertaking, confirming that in case

job is awarded, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI.

f. Satisfactory Performance Track Record: - Vendors who are currently “Black listed” or have currently been put on “Holiday List”, by virtue of unsatisfactory performance, by any office of BPCL, are not eligible to quote for this tender. Quotations received from any such vendors, shall be rejected.

g. Earnest Money Deposit: Tenderers who are enlisted with BPCL for Canopy ARC, but not registered with BPCL will have to deposit Earnest Money Deposit of Rupees One Lakh, to enable their bids to be considered for evaluation.

2. Financial Health & Market Standing: Vendor registration process in BPCL, entails a thorough examination of the Financial Health of the party. After examining the financial health of the party, the financial limit of the registration is arrived at. This is reviewed periodically, to ensure that parties registered for a certain financial limit at a certain instance of time, continue to enjoy the same/ or better financial health. Hence to ascertain the financial health of the participants, this clause has been introduced. However, for parties whose financial health has been examined in the recent past, this exercise would just be a repetition. Hence for parties who submit a BPCL registration letter which is less than three years old, (ie. BPCL Registration letters issued after 19

th October 2007) this clause is not necessarily binding. For Such tenderers, this clause shall not be

criteria for disqualification. Under this head, the tenderers are required to declare the following aspects related to their firm, as per the format of Annexure VI:- a. Constitution: Tenderers to declare the constitution of the firm, and enclose the pertinent supporting

document, as asked for in the declaration form in Annexure VI.

Page 13: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 12 of 28 (This Section to be enclosed with PQ Bid)

b. Past Turnover: Tenderers to declare past turnover of the firm for the last three financial years. Kindly support the declaration with audited Balance Sheets for the last three financial years, duly signed & stamped on all pages, by the authorized signatory. Submission of these documents is a vital criterion hence if it is not fulfilled; the Pre-Qualification bid shall be rejected.

c. Profit & Loss Statement: Tenderers to declare Profit & Loss statement of the firm for the last three financial years. Kindly support the declaration with audited Profit & Loss statement for the last three financial years, duly signed & stamped on all pages, by the authorized signatory. Submission of these documents is a vital criterion hence if it is not fulfilled; the Pre-Qualification bid shall be rejected.

d. Ratios: Tenderers to declare financial health of the firm in terms of pertinent ratios. These have been explained in detail in the Declaration II. Submission of these documents is a vital criterion hence if it is not fulfilled; the Pre-Qualification bid shall be rejected.

3. Past Work Experience: Vendor must have prior experience of having fabricated and installed at least 10 nos. or 1500 sq.m. of Prefab canopies, whichever is lower, at BPCL Retail Outlets or for other oil marketing companies. Proof of such experience has to be submitted in the prescribed format. Failure to do so shall get the PQ Bid rejected.

The format for the undertakings as mentioned in points above has been enclosed as ANNEXURE V, VI & VII of this document. Please use this format for the declarations. Please ensure that the declaration form is duly stamped & signed by authorized signatory of the firm. Please enclose copies of all the relevant documents, as prescribed in the declaration forms, to support the declarations. Please be absolutely sure about the correctness of the facts being declared by you. Please fill in all the details as asked in the Declaration form. An illustration for filling up this declaration is enclosed with this document. At the bottom of the declaration space is provided for putting the Vendor’s stamp & signature. Please do the needful. Incomplete declarations shall reflect on the vendor’s lack of sincerity, this shall hamper the vendor’s chances for being considered for evaluation. For helping the tenderers, with filling up the declarations, each declaration has been supported with an illustration. Tenderers are requested in their own interest to thoroughly study the illustrations & use the same while filling in their details. Each of these declarations has been dated as the date of the opening of the Bid. A detailed check list for evaluating the PQ Bid is also enclosed for reference. BPCL Tender opening committee shall strictly be guided by this checklist, for evaluation of the bids. The Price Bid section shall strictly not be opened at all for evaluation, if the PQ Bid documents are found lacking, as per the check list.

4. Please note that the pre-qualification bid documents, declarations, financial health statements, Signed Integrity Pact Documents and all other supporting documents that form part of the Pre-Qualification, shall be accepted in Hard Copy form as well. These documents shall be submitted to this office on the address mentioned on the cover page, so as to reach before the date & time of tender opening. The entire submission comprising of declarations, supporting documents pertaining to Annexures V, VI, VII, VIII, should be put in separate envelopes and sealed and labeled using the cut out slips provided. On each envelope, space has been provided for tenderers to fill in their details and also the number of sheets submitted inside each envelope. All sheets submitted should be numbered serially. The four envelopes as described above should then be put inside a bigger main envelope and the sealed envelope should be labeled using the cut out provided in Annexure XIV.

Page 14: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 13 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934 Annexure V – Declaration I

To Date: - 30th November 2010

Dy. Mgr. Construction (Lucknow) Bharat Petroleum Corporation Ltd. 94, M.G. Marg, Lucknow – 226001

Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East). Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:-

1) Email ID (The email ID shall be valid for the full tender period and the information shared/ advise issued/ other mails sent to this ID shall be treated as official communication from either sides) :* ___________________________________________________

2) We declare that we are ready & willing to carry out jobs in Uttar Pradesh (East).

3) We declare that we are capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI/ Purchase Order. We have the capability to execute the Canopy ARC Contract.

4)

We are registered vendors of BPCL. Yes/No (please tick as applicable) (a) Date of Registration letter (b) BPCL office from where the registration letter is issued (c) Registration letter issued by (d) Copy of Registration letter enclosed Yes/No (please tick as applicable) (e) Financial Limit of Registration as per letter enclosed `

5)

We have a valid PF Registration. Yes/No (please tick as applicable) (a) PF Registration Document Number (b) PF Registration Document date (c) PF Registration document Issued by (d) Copy of PF Registration Document enclosed Yes/No (please tick as applicable)

6)

We have a valid SERVICE TAX Registration. Yes/No (please tick as applicable) (a) SERVICE TAX Registration Document Number (b) SERVICE TAX Registration Document date (c) SERVICE TAX Registration document Issued by (d) Copy of SERVICE TAX Registration Document enclosed Yes/No (please tick as applicable)

7)

OPTION I UTTAR PRADESH

Yes/No (please tick as applicable) We do not have a valid VAT Registration for carrying out jobs in the states of Uttar Pradesh. However, this is to confirm that in case job is awarded to us, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI. If we default on this, BPCL office can, at its discretion, invoke clauses 24 & 25 of the General Conditions of Tender.

Yes/No (please tick as applicable)

OR

OPTION II UTTAR PRADESH

I/We have a valid VAT Registration. Yes/No (please tick as applicable)

(a) VAT Registration Document Number (b) VAT Registration Document date (c) VAT Registration document Issued by (d) Copy of VAT Registration Document enclosed

8) I/We declare that we have had a satisfactory track record of performance. We have not been blacklisted by any BPCL Office, nor are we currently on the holiday list of any BPCL Office. Yes/No (please tick as applicable)

9) I/We have in the past, fabricated & installed a minimum of 10 Canopies/ 1500 square metres of Pre Fab Canopy for BPCL Retail Outlets/ Other Marketing Companies. We have enclosed Documents in support of our Pre Qualifying Experience, as per Annexure VII, Declaration III.

Yes/No (please tick as applicable)

10) I/We have thoroughly gone through the Integrity Pact document & we have signed & stamped on all Pages of the document. The same is enclosed along with our submission.

11) I/WE declare that all the above statements have been made true to facts. If any of the statements is found in variance with facts at any later date, we fully understand that BPCL Office can take disciplinary action as it deems fit. We shall produce the entire original documents for verification if & when, so demanded by your office.

12)

I/We declare that we have been enlisted with BPCL as ARC vendors for canopy fabrication. We have the desired work experience for canopy fabrication with BPCL. To participate in this tender, we have submitted Earnest Money deposit in the form of Demand Draft in favour of Bharat Petroleum Corporation Limited, with the following details

Demand Draft No. Dated Drawn on Bank Amount Rupees One Lakh only

Note A: (Between Points 7, OPTION I & OPTION II above, please strike out whichever is not applicable. This means that if VAT registration is already available, then details of the same have to be provided in the declaration & copy of the VAT registration is to be enclosed & OPTION I has to be struck out. Or if VAT Registration is not available, please strike out OPTION II. If point 7 OPTION II is left blank, it will be construed that the vendor has opted for commitment mentioned in OPTION I.) Note B: To help the tenderers fill out the declaration form appropriately, we have compiled an illustration. Please note that all pertinent details are filled in by the tenderers exactly as per the illustration. Note C: To further help the tenderers, with the Pre-Qualification, a check list has also been enclosed. BPCL Tender opening committee shall use this check list to evaluate the bids. The check list clearly indicates the critical parameters on which the bids shall be accepted or rejected. Tenderers are therefore requested to refer the illustrations & the check lists to ensure eligibility. Note D: The illustrations & checklists have been provided to give complete clarity & eliminate any ambiguity regarding the parameters of evaluation. Evaluations shall strictly follow the check lists provided in this document. Note E: Point12) above is specifically for tenderers not registered with BPCL. Registered parties who submit valid registration letters may please ignore this.

Page 15: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 14 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934 Annexure V – Declaration I (Illustration)

To, Date: - 30th November 2010

Dy. Mgr. Construction (Lucknow) Bharat Petroleum Corporation Ltd. 94, M.G.Marg, Lucknow – 226001. Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East). Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:-

1) Email ID (The email ID should be valid for the full tender period and the information shared/ advise issued/ other mails sent to this ID shall be treated as official communication from either sides) :* [email protected]

2) We declare that we are ready & willing to carry out jobs in Uttar Pradesh (East).

3) We declare that we are capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI/ Purchase Order. We have the capability to execute the Canopy ARC Contract.

4)

We are registered vendors of BPCL. √Yes/No (please tick as applicable) (f) Date of Registration letter Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx (g) BPCL office from where the registration letter is issued Xyz territory officeXyz territory officeXyz territory officeXyz territory office

(h) Registration letter issued by Xyz TM RetailXyz TM RetailXyz TM RetailXyz TM Retail (i) Copy of Registration letter enclosed √Yes/No (please tick as applicable) (j) Financial Limit of Registration as per letter enclosed ` abc Lakhsabc Lakhsabc Lakhsabc Lakhs `

5)

We have a valid PF Registration. √Yes/No (please tick as applicable) (e) PF Registration Document Number 123abc123abc123abc123abc (f) PF Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx

(g) PF Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz (h) Copy of PF Registration Document enclosed √Yes/No (please tick as applicable)

6)

We have a valid SERVICE TAX Registration. √Yes/No (please tick as applicable) (e) SERVICE TAX Registration Document Number 123abc123abc123abc123abc (f) SERVICE TAX Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx (g) SERVICE TAX Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz

(h) Copy of SERVICE TAX Registration Document enclosed √Yes/No (please tick as applicable)

7)

OPTION I UTTAR PRADESH We do not have a valid VAT Registration for carrying out jobs in the states of Uttar Pradesh. However, this is to confirm that in case job is awarded to us, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI. If we default on this, BPCL office can, at its discretion, invoke clauses 24 & 25 of the General Conditions of Tender.

Yes (please tick as applicable)

OR

OPTION II UTTAR PRADESH I/We have a valid VAT Registration. Yes/No (please tick as applicable)

(e) VAT Registration Document Number 123abc123abc123abc123abc (f) VAT Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx

(g) VAT Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz (h) Copy of VAT Registration Document enclosed √Yes/No (please tick as applicable)

8) I/We declare that we have had a satisfactory track record of performance. We have not been blacklisted by any BPCL Office, nor are we currently on the holiday list of any BPCL Office. Yes/No (please tick as applicable)

9) I/We have in the past, fabricated & installed a minimum of 10 Canopies/ 1500 square metres of Pre Fab Canopy for BPCL Retail Outlets/ Other Marketing Companies. We have enclosed Documents in support of our Pre Qualifying Experience, as per Annexure VII, Declaration III.

√Yes/No (please tick as applicable)

10) I/We have thoroughly gone through the Integrity Pact document & we have signed & stamped on all Pages of the document. The same is enclosed along with our submission.

11) I/WE declare that all the above statements have been made true to facts. If any of the statements is found in variance with facts at any later date, we fully understand that BPCL Office can take disciplinary action as it deems fit. We shall produce the entire original documents for verification if & when, so demanded by your office.

12)

I/We declare that we have been enlisted with BPCL as ARC vendors for canopy fabrication. We have the desired work experience for canopy fabrication with BPCL. To participate in this tender, we have submitted Earnest Money deposit in the form of Demand Draft in favour of Bharat Petroleum Corporation Limited, with the following details

Demand Draft No. Dated Drawn on Bank Amount

Rupees One Lakh only

Note A: (Between Points 7, OPTION I & OPTION II above, please strike out whichever is not applicable. This means that if VAT registration is already available, then details of the same have to be provided in the declaration & copy of the VAT registration is to be enclosed & OPTION I has to be struck out. Or if VAT Registration is not available, please strike out OPTION II. If point 7 OPTION II is left blank, it will be construed that the vendor has opted for commitment mentioned in OPTION I.) Note B: To help the tenderers fill out the declaration form appropriately, we have compiled an illustration. Please note that all pertinent details are filled in by the tenderers exactly as per the illustration. Note C: To further help the tenderers, with the Pre-Qualification, a check list has also been enclosed. BPCL Tender opening committee shall use this check list to evaluate the bids. The check list clearly indicates the critical parameters on which the bids shall be accepted or rejected. Tenderers are therefore requested to refer the illustrations & the check lists to ensure eligibility. Note D: The illustrations & checklists have been provided to give complete clarity & eliminate any ambiguity regarding the parameters of evaluation. Evaluations shall strictly follow the check lists provided in this document. Note E: Point12) above is specifically for tenderers not registered with BPCL. Registered parties who submit valid registration letters may please ignore this.

Illustration – For strict Compliance by tenderers please.

Page 16: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 15 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

Annexure VI – Declaration II

Date: - 30th November 2010 To, Dy. Mgr. Construction (Lucknow) Bharat Petroleum Corporation Ltd. 94, M.G.Marg, Noida, UP – 201301.

Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East). Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:--

1. Constitution: To declare the constitution of the firm, we have appropriately ticked on the type of organisation. Accordingly, we have ticked on the appropriate supporting document. We have enclosed the corresponding supporting document, properly signed, and stamped by the authorised signatory, on all the pages.

Type of organization Required Enclosure Enclosed

Sole Proprietorship Registration Certificate issued by Registrar of firms/ Companies

Partnership Partnership deed

Private Ltd. Prospectus, Memorandum of Association, Articles of Association

Public Sector/Public Ltd. Prospectus, Memorandum of Association, Articles of Association

2. Past Turnover: To declare the turnover of our firm, we give below the figures financial year wise in Rupees Lakhs. To support the declaration, we have enclosed the Audited & duly endorsed copies of the balance sheets & self-attested copies of IT returns for the past three financial years. Each sheet has also been signed & stamped by the authorised signatory of our firm. We understand that to qualify in the PQ Bid, on a/c of past turnover, submission of these documents is a vital criterion, hence if it is not fulfilled; the Pre-Qualification bid shall be rejected.

Financial Year Turnover in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 *Audited Balance sheet ’07-08

Ending March 31st

2009 *Audited Balance sheet ’08-09

Ending March 31st

2010 *Audited Balance sheet ’09-10

Financial Year Turnover in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 *IT Returns ’07-08

Ending March 31st

2009 * IT Returns ’08-09

Ending March 31st

2010 * IT Returns ’09-10

Page 17: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 16 of 28 (This Section to be enclosed with PQ Bid)

3.Profit & Loss Statement: To declare the Profit & Loss Position of our firm, we give below the figures financial year wise in Rupees Lakhs. To support the declaration, we have enclosed the Audited & self-attested copies of the Profit & Loss Statement for the past three financial years. Each sheet has also been signed & stamped by the authorised signatory of our firm. We understand that to qualify in the PQ Bid, on a/c of Profit & Loss statement, submission of this document is mandatory.

Financial Year Profit/Loss(+/-) in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 *Audited Profit & Loss Statement ’07-08

Ending March 31st

2009 *Audited Profit & Loss Statement ’08-09

Ending March 31st

2010 *Audited Profit & Loss Statement ’09-10

4. Ratios: To declare & to establish the financial health of our firm, we give below the pertinent ratios, as worked out from the Audited Balance sheets submitted as above. We understand the significance of these ratios.

a. Current Ratio : This ratio indicates Solvency, and is computed as follows : Currents Assets/Current Liabilities, Current Assets = Stocks + Debtors + Cash and Bank Balances + Loans and Advances, Current Liabilities = Payables + Provisions, The desirable value of current ratio is at least 2.

b. Quick Ratio : This ratio indicates Liquidity, and is computed as follows : Quick Assets/ Current Liabilities

Quick Assets = Current Assets – Stocks, The required value of Quick Ratio is at least 1.

c. Debt to Equity Ratio: This ratio shows the proportion of Loan Funds to Owners Contribution, and is

computed as follows : Long Term Borrowings/Net Worth, Long Term Borrowings = Debentures + Term Loans from Banks + Other Long Term Finances, Net Worth = Equity Capital or Partners Capital Account + Reserves + Credit Balance in P&L Account. The desirable value of Debit to Equity is upto 2.

We declare that all the above ratios have been worked out by a qualified Chartered Accountant, using the Audited balance sheets as submitted above. We fully understand that, to qualify the PQ Bid, submission of these details is mandatory. The detailed working sheets used to derive these ratios, have been duly self-attested & enclosed here with along with our submission. We understand that to qualify the PQ Bid criteria, submission of these ratios is essential.

Financial Year Current Ratio Quick Ratio Debt to Equity Ratio Working sheets

Ending March 31st

2008

Ending March 31st

2009

Ending March 31st

2010

Page 18: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 17 of 28 (This Section to be enclosed with PQ Bid)

REQUEST FOR QUOTATION CRFQ -1000129934

Annexure VI – Declaration II (Illustration)

Date: - 30th November 2010 To, Dy. Mgr. Construction (Lucknow) Bharat Petroleum Corporation Ltd. 94, M.G.Marg, Lucknow – 226001. Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East). Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:--

1. Constitution: To declare the constitution of the firm, we have appropriately ticked on the type of organisation. Accordingly, we have ticked on the appropriate supporting document. We have enclosed the corresponding supporting document, properly signed, and stamped by the authorised signatory, on all the pages.

Type of organization Required Enclosure Enclosed

√ Sole Proprietorship Registration Certificate issued by Registrar of firms/ Companies

Partnership Partnership deed

Private Ltd. Prospectus, Memorandum of Association, Articles of Association

Public Sector/Public Ltd. Prospectus, Memorandum of Association, Articles of Association

2. Past Turnover: To declare the turnover of our firm, we give below the figures financial year wise in Rupees Lakhs. To support the declaration, we have enclosed the Audited & copies of the balance sheets & self-attested copies of the IT Returns for the past three financial years. Each sheet has also been signed & stamped by the authorised signatory of our firm. We understand that to qualify in the PQ Bid, on a/c of past turnover, submission of these documents is a vital criterion, hence if it is not fulfilled; the Pre-Qualification bid shall be rejected.

Financial Year Turnover in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs *Audited Balance sheet ’07-08 √

Ending March 31st

2009 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs *Audited Balance sheet ’08-09 √

Ending March 31st

2010 ` ` ` ` xyz lakhsxyz lakhsxyz lakhsxyz lakhs *Audited Balance sheet ’09-10 √

Financial Year Turnover in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs *IT Returns ’07-08 √

Ending March 31st

2009 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs *IT Returns ’08-09 √

Ending March 31st

2010 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs *IT Returns ’09-10 √

Illustration – For strict Compliance by tenderers please.

Page 19: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 18 of 28 (This Section to be enclosed with PQ Bid)

3.Profit & Loss Statement: To declare the Profit & Loss Position of our firm, we give below the figures financial year wise in Rupees Lakhs. To support the declaration, we have enclosed the Audited & self-attested copies of the Profit & Loss Statement for the past three financial years. Each sheet has also been signed & stamped by the authorised signatory of our firm. We understand that to qualify in the PQ Bid, on a/c of Profit & Loss statement, submission of this document is mandatory.

Financial Year Profit/Loss(+/-) in `̀̀̀ Lakhs Required Enclosure Enclosed

Ending March 31st

2008 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs ProfitProfitProfitProfit *Audited Profit & Loss Statement ’07-08 √

Ending March 31st

2009 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs ProfitProfitProfitProfit *Audited Profit & Loss Statement ’08-09 √

Ending March 31st

2010 ` xyz lakhs` xyz lakhs` xyz lakhs` xyz lakhs ProfitProfitProfitProfit *Audited Profit & Loss Statement ’09-10 √

4.Ratios: To declare & to establish the financial health of our firm, we give below the pertinent ratios, as worked out from the Audited Balance sheets submitted as above. We understand the significance of these ratios. a. Current Ratio : This ratio indicates Solvency, and is computed as follows :

Currents Assets/Current Liabilities, Current Assets = Stocks + Debtors + Cash and Bank Balances + Loans and Advances, Current Liabilities = Payables + Provisions, The desirable value of current ratio is at least 2.

b. Quick Ratio : This ratio indicates Liquidity, and is computed as follows : Quick Assets/Current Liabilities

Quick Assets = Current Assets – Stocks, The required value of Quick Ratio is at least 1. Ratio of less than 1 is not acceptable.

c. Debt to Equity Ratio: This ratio shows the proportion of Loan Funds to Owners Contribution, and is

computed as follows : Long Term Borrowings/Net Worth, Long Term Borrowings = Debentures + Term Loans from Banks + Other Long Term Finances, Net Worth = Equity Capital or Partners Capital Account + Reserves + Credit Balance in P&L Account. The desirable value of Debit to Equity is upto 2.

We declare that all the above ratios have been worked out by a qualified Chartered Accountant, using the Audited balance sheets as submitted above. We fully understand that, to qualify the PQ Bid, submission of these details is mandatory.. The detailed working sheets used to derive these ratios, have been duly self-attested & enclosed here with along with our submission. We understand that to qualify the PQ Bid criteria, submission of these ratios is essential.

Financial Year Current Ratio Quick Ratio Debt to Equity Ratio Working sheets

Ending March 31st

2008 L D A √

Ending March 31st

2009 M C B √

Ending March 31st

2010 N A C √

Illustration – For strict Compliance by tenderers please.

Page 20: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 19 of 28 (This Section to be enclosed with PQ Bid)

ANNEXURE VII, Declaration III

(To be attached with the documents of the Prequalification Bid)

Date: -2nd

November 2010

To, Dy. Mgr. Construction (Lucknow) Bharat Petroleum Corporation Ltd. 94, M.G.Marg, Lucknow – 226001. Subject: - Declaration of Facts in respect of prior experience & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East).

Dear Sir,

Reference CRFQ No.:- 1000129934, Annual rate contract for prefab canopies at BPCL retail outlets in Uttar Pradesh (East). We are interested in participating in the subject tender. We, the undersigned, confirm that we have fabricated & installed minimum 10 canopies/ 1500 sq.m canopies for BPCL or other oil marketing companies. Hence we consider our firm as qualifying the minimum requirement pertaining to prior experience & expertise in fabricating, supplying & fixing Pre Fab Canopies at Retail Outlets. The details of canopies / work orders are as follows. Documentary proof to support each of the items mentioned below have been enclosed.

S.No. Oil Co. Office Location Canopy No. Canopy

Area

Supporting

Document

1

2

3

4

5

6

7

8

9

10

For,

Name, Signature & Stamp of Vendor.

Page 21: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 20 of 28 (This Section to be enclosed with PQ Bid)

ANNEXURE VIII

(To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

INTEGRITY PACT

Between Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal",

And

………………………...……………………..hereinafter referred to as "The

Bidder/Contractor/Supplier"

Preamble The Principal intends to award, under laid down organization procedures, contract/s for Annual Rate Contract for Prefab Canopies at Retail Outlets in the Uttar Pradesh (East), CRFQ Reference 1000129934.The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. b) The Principal will, during the tender process, treat all Bidders with equity and reason. The Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution

c) The Principal will exclude from the process all known prejudiced persons. (2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. Section 2 - Commitments of the Bidder / Contractor/Supplier (1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract. b) The Bidder / Contractor/Supplier will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices,

Page 22: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 21 of 28 (This Section to be enclosed with PQ Bid)

specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process. c) The Bidder / Contractor/Supplier will not commit any offence under the relevant Anti-Corruption Laws of India; further the Bidder / Contractor/Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d) The Bidder / Contractor/Supplier will, when presenting his bid, disclose any and all payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. (2) The Bidder / Contractor/Supplier will not instigate third persons to commit offences outlined above or be an accessory to such offences. Section 3 - Disqualification from tender process and exclusion from future contracts If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. (1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is also entitled to exclude the Bidder / Contractor/Supplier from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years. (2) A transgression is considered to have occurred if the Principal after due consideration of the available evidences, concludes that no reasonable doubt is possible. (3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. (4) If the Bidder / Contractor/Supplier can prove that he has restored / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely. Section 4 - Compensation for Damages (1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security. (2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/Supplier liquidated damages equivalent to Security Deposit / Performance Bank Guarantee. (3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder / Contractor/Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder / Contractor/Supplier shall compensate the Principal only to the extent of the damage in the amount proved. Section 5 - Previous Transgression (1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/ Subcontractors

Page 23: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 22 of 28 (This Section to be enclosed with PQ Bid)

(1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors/Suppliers and Subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions. Section 7 – Punitive Action against violating Bidders / Contractors / Suppliers/ Subcontractors If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office. Section 8 - Independent External Monitors (1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal. (3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with confidentially. (4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/Contractor/Supplier. The parties offer to the Monitor the option to participate in such meetings. (5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder/Contractor/Supplier to present its case before making its recommendations to the Principal. (6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations. (7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. (8) The word 'Monitor' would include both singular and plural. Section 9 - Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal. Section 10 - Other provisions

Page 24: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 23 of 28 (This Section to be enclosed with PQ Bid)

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact. (2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. (3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this agreement must be signed by all partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

For the Principal

For the Bidder/Contractor/ Supplier

Place

Witness 1 : ………………………………………. (Signature/Name/Address)

Date

Witness 2 : ………………………………………. (Signature/Name/Address)

Page 25: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 24 of 28 (This Section to be enclosed with PQ Bid)

ANNEXURE IX

Instructions to tenderers on uploading the supporting documents & declarations in support of the Pre Qualifications bid criteria

Declaration of Facts and statutory compliance 1) 1 Annexure V declaration I – Please print this sheet from the downloaded tender manuscript. Fill in all the required details

as asked for in this sheet. Please use the illustration sheet to understand the requirements for this declaration. While filling up this sheet please refer to the Tender Opening committee checklist to be sure that all details have been filled in correctly and as per requirements. After this please sign & stamp the declaration sheet. Scan the document & upload it on the E-Procurement portal. While filling in the details in the Declaration sheet, reference is made to several statutory registration documents. Please self-attest each of these supporting documents, scan the same & upload each one appropriately as below on the E-Procurement portal.

2) BPCL Registration Letter 3) Service Tax registration document 4) PF Registration Document 5) VAT Registration Document State I 6) VAT Registration Document State II 7) VAT Registration Document State III 8) VAT Registration Document State IV Other Supportive Documents, if any 1 Supportive Document Declaration of Financial Health 1) Annexure VI declaration II – Please print this sheet from the downloaded tender manuscript. Fill in all the required details

as asked for in this sheet. Please use the illustration sheet to understand the requirements for this declaration. While filling up this sheet please refer to the Tender Opening committee checklist to be sure that all details have been filled in correctly and as per requirements. After this please sign & stamp the declaration sheet. Scan the document & upload it on the E-Procurement portal. While filling in the details in the Declaration sheet, reference is made to several finance related documents. Please self-attest each of these supporting documents, scan the same & upload each one appropriately as below on the E-Procurement portal.

2) Documents related to the Constitution of the firm 3) Balance sheet 07-08 (period ending 31

st march 2008)

4) Balance sheet 08-09 (period ending 31st march 2009)

5) Balance sheet 09-10 (period ending 31st march 2010)

6) IT Returns 07-08 (period ending 31st march 2008) 7) IT Returns 08-09 (period ending 31st march 2009) 8) IT Returns 09-10 (period ending 31st march 2010) 9) Profit and Loss statement 07-08 (period ending 31st march 2008) 10) Profit and Loss statement (period ending 31

st march 2009)

11) Profit and Loss statement (period ending 31st march 2010)

12) Sheet on the working of ratios Other Supportive Documents, if any 1 Supportive Document

Declaration of Past Work Experience 1) Annexure VII Declaration III – Please print this sheet from the downloaded tender manuscript. Fill in all the required

details as asked for in this sheet. Please use the illustration sheet to understand the requirements for this declaration. While filling up this sheet please refer to the Tender Opening committee checklist to be sure that all details have been filled in correctly and as per requirements. After this please sign & stamp the declaration sheet. Scan the document & upload it on the E-Procurement portal. While filling in the details in the Declaration sheet, reference is made to several finance related documents. Please self-attest each of these supporting documents, scan the same & upload each one appropriately as below on the E-Procurement portal.

2) Work Order I 3) Work Order II 4) Work Order III 5) Work Order IV 6) Work Order V 7) Work Order VI 8) Work Order VII 9) Work Order VIII 10) Work Order IX 11) Work Order X Other Supportive Documents, if any 1 Supportive Document Integrity Pact Please print the sheets pertaining to the Integrity Pact from the downloaded tender manuscript. Please sign & stamp on all the pages as token of acceptance. Scan the document & upload it on the E-Procurement portal.

Page 26: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 25 of 28 (This Section to be enclosed with PQ Bid)

ANNEXURE X

This sheet is strictly for use by BPCL Tender Opening Committee. Vendors requested not to write anything on this. Vendors may check their PQ Bid submission & tally the same with this check list. Note for the Evaluation Committee: - If a tick is put on any of the shaded fields of the checklist, disqualify the vendor on the Pre-Qualification Bid. ** If the BPCL Registration letter submitted by the tenderer is of date 19

th October 2007, or of any later date, then the submissions related to

Declaration II shall not be disqualifying criteria. ** If the tenderer is not a registered vendor, EMD submission will be a qualifying criterion. For registered parties, EMD is not required.

CHECK LIST FOR EVALUATING THE PRE QUALIFICATION BID

BPCL EVALUATION COMMITTEE REMARKS

REMARKS

DECLARATION I 1) Declaration of Willingness to work in the Uttar Pradesh (East) Yes No

2) Declaration of capability to mobilise resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI/ Purchase Order.

Yes No

3)

TENDERER’ registration with BPCL. Yes No

a) Legible, self-attested Copy of Registration letter enclosed Yes No b) Financial Limit as per Registration letter enclosed. Validity for this tender. ` Yes No

4) TENDERER’s PF Registration. Yes No

a) Legible, self-attested Copy of PF Registration Document enclosed Yes No

5) TENDERER’s SERVICE TAX Registration. Yes No

a) Legible, self-attested Copy of SERVICE TAX Registration Document enclosed Yes No

6)

I Vendor commits to apply for VAT Registration within 25 days of award of Job/ LOI. (refer Note A on ANNEXURE V)

Yes No

OR

II Vendor’s valid VAT Registration. Yes No

a) Copy of VAT Registration Document enclosed Yes No

7) TENDERER has declared that he has had a satisfactory track record of performance. Declaration by TENDERER that the firm has not been blacklisted or put on holiday list by any office of BPCL.

Yes No

8) If the tenderer is not a registered party, has the party submitted EMD? Yes No

DECLARATION II**

9) TENDERER has declared constitution of the firm Yes No

a) TENDERER has submitted legible, self-attested copy of supporting document Yes No

10) TENDERER has declared past turnover for last three financial years of the firm Yes No a) TENDERER has submitted legible, self-attested copy of Balance sheets for last 3 years Yes No

b) TENDERER has submitted legible, self-attested copy of IT Retaurns for last 3 years

11) TENDERER has declared Profit & Loss statement for last three financial years of the firm Yes No

a) TENDERER has submitted legible, self-attested copy of supporting document Yes No

12) TENDERER has declared pertinent ratios for last three financial years of the firm Yes No

a) TENDERER has submitted legible, self-attested copy of supporting document Yes No DECLARATION III

13) Declaration by TENDERER that the firm has prior experience of executing the minimum prescribed work related to Canopy Fabrication.

Yes No

14) TENDERER has duly filled up the Annexure VII, clearly indicating all the past Canopy jobs done by the firm.

Yes No

15) Documents in support of the past experience related Pre Fab canopies have been submitted by the TENDERER. These have been found in order.

Yes No

FINAL ANALYSIS PQ BID PQ Qualified Disqualified Signatures of The Tender Opening Committee, along with date & time

Page 27: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 26 of 28 (This Section to be enclosed with PQ Bid)

Annexure XI – E TENDERING DSC FORM

Introduction to BPCL e-procurement system - https://bpcl.eproc.in

Bharat Petroleum Corporation Limited is introducing online submission of bids through its e-procurement portal on https://bpcl.eproc.in. This is a major leap towards demonstrating transparency of our working & also towards extending equal opportunity to vendors for getting award of jobs. This is also an expectation of the Government of India, from all PSU Companies. Hence in the near future, we shall completely shift over to inviting quotations for our projects through the E-Tendering route. In this scheme of things, we shall host our tenders on the BPCL E Procurement website. Vendors will have to quote their bids on the Web itself. We have enclosed procedure & application form for Digital Signing Certificate (DSC Form) with this tender document. A brief on the same has been compiled for the benefit of vendors as below. We request you to kindly go through the contents of this note. We request you to submit the DSC Application form along with your Bids. This however is not a mandatory requirement for evaluation of this Tender & will not affect your bids for this tender in any manner. We however request you in your own interest, that due attention be paid to this note, since future tender enquiries shall compulsorily require you to place your bids on our portals, which can only be done if you have your DSC in place. A separate label has been provided with this document, to enable you to place your DSC Applications in a separate envelope for submission to us.

To participate on tenders hosted by BPCL on eprocurement site, Vendors are required to have a digital

certificate and do “Enrollment” (Register on site) by creating one User Id on the above site.

To know about the System requirements to work on this portal please download the “New User Instruction

Manual" that is available on Home Page of this portal. Complete Registration process is described in this help

manual.

After creating “User Id” please ask your concerned BPCL officer to approve the same. After approval vendors

can participate in online tenders.

To get the Digital Signing Certificate you have to complete the registration form attached herewith, and please

furnish the necessary documents in hard copy.

The Documents and the required amount of DD as defined below may be submitted to this office, along with

this tender bid, in a separate envelope appropriately labelled or you may directly reach it to:

C1 India Pvt. Ltd.

Pradeep Malik C1 India Pvt Ltd.

C-104, Sector-2, Noida,

U.P.-201301, India

Tel: +91-120-4746800

Fax: +91-120-4746810

Mobile: 09958007061

(NOTE: Please mention the BPCL Division Name also on the envelope for which you are participating). Digital Certificate Registration Form details are as below: This form contains 4 sheets divided in two parts: Form A- (Sheet 1) and Form B- (Sheet 2) details as below: Form A: Sheet 1: Fill Applicant’s Details on the 1st sheet from Point No. 1 to 7. Form B: Sheet 2: Fill Organization details. Sheet 3: Authorization letter, required on your company letterhead. Sheet 4: List of documents required along with the registration form. ------------------------------------------------------------- Kindly note the following is the break up for issuing Digital Certificate and USB Token: A) Price for issuing New Digital Certificate Cost of Digital Certificate : Rs. 1750

Page 28: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 27 of 28 (This Section to be enclosed with PQ Bid)

Service Tax @ 10.30% : Rs. 180.25 ----------------------------- ---------------- Price : Rs 1931 -------------------------- ---------------- B) Price for Renewal of Digital Certificate Cost of Digital Certificate : Rs 1750 Service Tax @ 12.30% : Rs 180.25 -------------------------- --------------- Price : Rs 1931 -------------------------- --------------- C) Price for issuing USB Token Cost of USB Token : Rs 1690 VAT@ 4% : Rs 68 -------------------------- ----------- Price : Rs 1758 -------------------------- ----------- Digital Certificate Application fee for vendors with USB Token is Rs. 3706/- including tax. Payment is accepted through DD only. Please make DD in favour of "C1 India Pvt Ltd", Payable at Delhi. Documents Required: (A) Certified True Copy (From Company Secretary / A director / Partner of the organization) of any one:

o Certificate of Incorporation or o Memorandum and Article of Association or o Registered Partnership Deed or o Valid business license document

(B) Certified True Copy of any one:

o Annual Report or o Income Tax Return or o Statement of Income or o Letter from the Bank giving bank details of the organization

(C) These documents are mandatory:

� Authorization Letter in favour of the certificate applicant from the applicant organization (as per the format attached herewith)

� Latest photograph of the applicant � Copy of Applicant’s photo Id proof (Any one of PAN, Voter Id, Driving License)

Page 29: 2010 - Bharat Petroleum

Vendor SAP Code_________Sign & Seal of Vendor_________________Page 28 of 28 (This Section to be enclosed with PQ Bid)

GUIDELINES FOR BPCL EPROCUREMENT SYSTEM Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-procurement system on https://bpcl.eproc.in. How to submit On-line Bids / Offers electronically against E-Procurement tenders? Vendors / Bidders are advised to read the Instructions for participating in the electronic tenders directly through internet (Bid Submission Manuals are available on the above mentioned eprocurement site) Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement system. No bid can be submitted after the last date and time of submission has reached. (However if bidder intends to change the bid already entered may change / revise the same on or before the last date and time of submission deadline). The system time (IST) that will be displayed on e-Procurement web page shall be the time and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid. No bid can be modified after the dead line for submission of bids. What is a Digital Signature? This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital Certificates, Documents which are signed digitally are legally valid documents as per the Indian IT Act (2000). Why is a Digital Signature required? In order to bid for BPCL e-tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally signing the bid / documents with the above allotted Digital Signatures. Submission of Documents Note: Vendor is required to save / store their bid documents for each item into their computers before submitting their bid into e-tender. Bidders shall make their own arrangement for e-bidding. The Price Bid and Un-priced Technical Bids have to be submitted online only. However, documents which necessarily have to be submitted in originals like EMD and any other documents mentioned in the tender documents have to be submitted offline. BPCL shall not be responsible in any way for failure on the part of the bidder to follow the instructions. Further BPCL in any case will not be responsible for inability of the bidder in participating in the event due to ignorance, failure in Internet connectivity or any other reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission. Submission and Opening of Bids Bid along with all the copies of documents should be submitted in e-form only through BPCL e-Procurement system. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same.

Page 30: 2010 - Bharat Petroleum

DY MANAGER CONST.(RETAIL), LUCKNOW

BHARAT PETROLEUM CORPORATION LIMITED,

94, MG MARG, LUCKNOW - 226001

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

COLLECTIVE RFQ NO. 1000129934

LIMITED TENDER ENQUIRY.

ALL VENDORS REGISTERED WITH BPCL, FOR FINANCIAL LIMIT OF ` ` ` ` FIFTY LAKHS & ABOVE, WITH PRIOR EXPERIENCE OF

PROVIDING PRE FAB CANOPY AT BPCL RETAIL OUTLETS OR AT RETAIL OUTLETS OF OTHER OIL MARKETING COMPANIES.

:- 30th NOV’ 2010, 1500 Hrs.

18/11/2010

0522-2235487

LKO.TENDER.18

ANNEXURE XII

ONLINE BIDS ONLY

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 31: 2010 - Bharat Petroleum

COLLECTIVE RFQ NO. 1000129934

30TH NOV’ 2010, 1500 Hrs.

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL OUTLETS IN UTTAR

PRADESH (EAST)

ARC SHALL BE VALID FOR 1 YEAR FROM DATE OF SIGNING AGREEMENT

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 32: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL

OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 33: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL

OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 34: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL

OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 35: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL

RETAIL OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 36: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL

OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 37: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL

RETAIL OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 38: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL

OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Page 39: 2010 - Bharat Petroleum

CRFQ No.:- 1000129934, ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT BPCL RETAIL OUTLETS

IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR

ADDENDUM TO GENERAL CONDITIONS OF TENDER Following changes / additions have been made to General Conditions of Tender. Tenderer to note the changes / additions made in GCT and these shall be read in conjunction with the General Conditions of Tender. A.CHANGES IN THE GENERAL CONDITIONS OF TENDER (GCT)

Following clauses have been modified which supersedes the earlier text of the respective clauses of the GCT. CLAUSE NO. 9: RATES Party shall note that quoted rates should be inclusive of all material, labour, electricity, water, power equipment, tools / tackles, centering, shoring, lifts, leads, scaffolding, excise / customs / octroi duties, sales tax, works contract tax, trade tax, turnover tax & cess etc. levied by State / Central authorities. All materials are to be supplied by the tenderer unless otherwise stated. CLAUSE NO. 38: FINAL BILLS / RETENTION MONEY On completion of the work to the satisfaction of BPCL and after clearing the debris, tools, tackles, materials etc. from the site, the contractor shall submit his final bill based on the jointly recorded measurement of actual work done. Payment of final bill will be made after adjusting interim payments, recoveries if any, and retention amount deducted and retained. Payments for each of the Running Bill of the contractor shall be limited to 90% of the value of work certified. At the end of the contracted work, 10%-retained value as above will be converted to Retention Money for a period of 6 months. No interest will be paid on money retained by the Company. Retention money shall be paid to the contractor after 6 months from the date of final bill payment after adjustment any dues/claims of the Corporation against the contractor for any reason whatsoever as per the agreement, which may arise within the defect liability period of 6 months. Retention money is deductible for all jobs of a value exceeding Rs.1,00,000.00 each at 10% of the value of the gross bill amount, less TDS and WCT – with the introduction of Extended Withholding Tax (EWT) functionality in SAP. On specific request of the contractor, BPCL may agree to release Retention Money of running/final bill against Performance Bank Guarantee (in approved format) valid till 6 months from the date of completion of job plus a lodgment period of 3 months, provided such request is received in writing at the time of responding to the Tender Enquiry and PBG is submitted along with duly acknowledged agreement. NO mid-course release of Retention Money shall be entertained till end of defect liability period. Any defects noticed during the inspection and earlier shall be made good by the successful tenderer at his cost to the satisfaction of the Company’s engineer. In the event of the successful tenderer failing to make good the defects, the company shall have the right to get the defects rectified by any other agency at the cost of successful tenderer, and for this purpose deduct such sums from the retention money.

Page 40: 2010 - Bharat Petroleum

CRFQ_NO_1000129934 : ANNUAL RATE CONTRACT FOR PREFAB

CANOPIES AT BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR

ANNEXURE XIII

PRICED BID

( To be filled in the e-procurement site )

https://bpcl.eproc.in

Page 41: 2010 - Bharat Petroleum

_______________________________________________________________________Item Material RFQ Qty Unit Unit Price

Description Delivery date Value

Amount in Words_______________________________________________________________________00010 ARC PREFAB CANOPY UP(EAST) 31.12.2011_______________________________________________________________________ The item 00010 covers the following services:

10 9008205 6,000 SQM

S/F/E-STEEL PRE-FAB CANOPY WITH ROOFING (SQUARE METERS)

SUPPLY , FABRICATION AND ERECTION OF STEEL PRE-FAB CANOPY WITH ROOFING AS PER

TENDER SPECIFICATIONS_______________________________________________________________________FABRICATING SUPPLYING FIXING & ERECTING PREFAB CANOPY IN UTTAR PRADESH (EAST):

1. CANOPY STRUCTURE Design, fabrication and installation of pre-engineered /

pre-fabricated steel canopies SINGLE / DOUBLE COLUMN with maximum OVERHANG 4.5

mtrs as per the following specifications :

The canopy steel structures to be designed considering roof live load of 50

Kg. per sq.m in addition to the dead weight of the steel, roof sheeting &

false ceiling weight. Also additional 300 kg point load to be considered at

all canopy corner locations & weight of fascia @ 20 kg./m also to be

considered for designing.

The Blind Facia to be made out of 14 Gauge MS Sheet.(about 2.00mm)

The canopy should be designed to withstand the wind speed of 150 Km/hour or as

per IS 875, whichever is higher.

The design should be safe against bending, twisting, deflection, over turning

etc. as per IS 800.

The canopy column should be rectangular box section of 400 mm x 200 mm x 6 mm.

Alternatively, the column can be built using ICMC rectangular columns of 400

mm x 200 mm x 6 mm.

All steel structure should conform to IS 2062. Only branded steel like TISCO,

SAIL, ESSAR, Lloyd to be used.

The depth of the roof canopy structure will be 800 mm size all around.

The canopy beam structure steel to comprise of built up plate I sections/ hot

To,

BPCL ESTIMATE

94, M.G.MARG

LUCKNOW . India - 226001.

Ph : , Fax : .

Vendor Code:300648

Quotation Due Date:30.11.2010

For Bharat Petroleum Corporation Ltd.

REQUEST FOR QUOTATION Collective RFQ Number / Date

1000129934 / 18.11.2010

Contact person/Telephone

CONST.GRP LUCKNOW

Fax :

RFQ No / Date : 6000447101 / 18.11.2010

Page 1 of 6

Page 42: 2010 - Bharat Petroleum

Item Material RFQ Qty Unit Unit Price

Description Delivery date Value

Amount in Words_______________________________________________________________________rolled I beams / angle truss SHS/RHS tubes as per design and all secondary

purlins should be either cold formed galvanized Z sections with 275 gsm

galvanization total both side & yield strength of min. 345 mpa only.

Alternatively, TATA tube with 275 gsm galvanization on both sides may be used

for purlins on top and bottom. (Top purlin to support Roofing & bottom purlin

to hang false ceiling) The spacing of purlins shall not be more than 1.2m

c/c. The false ceiling runners to be fixed to main structure by cleats with

adjustable holes for level adjustments to be located in the rafters. The above

runners to be inline & level to enable installation of false ceiling.

All the primary / secondary connection bolts shall be grade 8.8. Both the

primary & secondary bolts shall be electro-galvanized of Precision fasteners

(Unbrako), Lakshmi Precision, GKW, TVS make only.

Necessary roof bracing, Wind Girders and other forms of bracing to be

considered for the overall stability of the structure and the transmission of

lateral loads to the column to stabilize the canopy movement as well as

strengthen the cantilever.

Clear Height of the canopy, from the false ceiling bottom to the finished

driveway level, shall be between 4.5 to 6 metres. This shall be specified by

the concerned BPCL Site in charge at the time of issuing the LOI, & this can

vary from site to site. Hence vendors are requested to start fabrication only

after seeking this specific clarification from the Site Incharge.

NB:

(i) While designing the canopy, weight of the canopy should be 35 Kg/Sq.mt.

(minimum). This includes weight of columns with base plates + weight of

trusses + fascia frame+ Z-purlins but excluding the weight of Blind Fascia,

roofing, false ceiling, nuts and bolts.

(ii) In cyclone prone areas, swirling speed should be taken into a/c while

designing the canopy.

2. ROOFINGGI 275 GSM Roofing with trapezoidal profile manufactured by cold

roll forming process using plain GI sheet of 0.63 mm thick (TCT) based with a

yield strength of 240 mpa (min.), conform to IS 277 manufactured by SAIL /

Jindal / Metacraft / M/s.Interarch / M/s.Metacolour / M/s.Nippon Dentro / M/s.

Tiger Steel / M/s. Kirby builders.

Alternate specifications:

Trapezoidal roofing profile manufactured out of 26 SWG bare Aluzinc coil AZ

150 with aluzinc coating of 150 gsm, 55% aluminum, 43.5% zinc, 1.5% silicon

from reputed make such as BHP, Trade Arbed Belgium

RFQ Number :6000447101 Date : 18.11.2010To: BPCL ESTIMATE LUCKNOW - 226001 India

For Bharat Petroleum Corporation Ltd.Page 2 of 6

Page 43: 2010 - Bharat Petroleum

Item Material RFQ Qty Unit Unit Price

Description Delivery date Value

Amount in Words_______________________________________________________________________Supplied by Metacraft / M/s.Interarch / M/s.Metacolour / M/s.Nippon Dentro /

M/s. Tiger Steel / M/s. Kirby builders./ Speco tech.

Fastening, laying & fixing method -

The sheets shall be supplied, preferably, in long transportable lengths upto

11.5 mtrs, to avoid longitudinal laps in the roofing systems. The sheets

shall be fixed to the purlins by GI self-tapping screws of size 6.3 x 25 with

EPDM bonded washer, fixed through the troughs of the profile sheet. All the

side laps should be a double corrugation (one crest & one trough) side lap and

butyl inseal tape to be provided between the top and bottom sheets at the side

lap location and stitched with close end aluminum rivets. Longitudinal laps,

if any, should be minimum 200 mm with one row of inseal tape and one row of

silicon sealant for leak proof performance.

Ridge flashing shall be trapezoidal matching the roof profile and bent to the

ridge angle. All the other flashings to be manufactured out of the same

material and thickness as that of roofing. Wherever the flashings interface

with trapezoidal profile roofing, foam filler blocks of approved make should

be provided in the gaps and sealed with silicon sealant for leak proof

performance. After the installation the roof should be cleared of all the

metal wastes, screws, nails etc.

Necessary profiled filler box blocks should be provided at the higher level of

roof sheeting & also at the valley gutter with silicon sealant in order to

ensure water tightness in the profile gaps.

3. FLASHINGS All external flashing in the roof all around excluding gutters are

to be of the same material and thickness as that of roof sheeting.

4. FALSE CEILING

Providing & fixing false ceiling of model 150F pre-coated Cold rolled steel

sheets confirming to IS 513 having yield strength of 240 mpa manufactured

by M/s.Interarch / M/s.Hunter Dougalas / M/s.Tiger Steel /

M/s.Metacraft/M/s.Kirby builders/ Speco Tech. or any other make approved by

the engineer concerned . (Manufacturer of False Ceiling and carrier should be

same)

Please note that the above Ceiling panels shall be suitably designed of tongue

and groove interlocking arrangement & should be coated with zinc of minimum

thickness of 175 GSM on both sides. The panel should be finished with 15 to 18

micron polyester top coat 10 micron thickness (TCT) should not be less than

0.6 mm. Colour of the panel shall be white matt finish

Ceiling system to be designed to withstand wind velocity of 220 KMPH and

relevant seismic factor to the specific location where the false ceiling is to

be installed or wind load as per IS 875 Part III whichever is higher.

RFQ Number :6000447101 Date : 18.11.2010To: BPCL ESTIMATE LUCKNOW - 226001 India

For Bharat Petroleum Corporation Ltd.Page 3 of 6

Page 44: 2010 - Bharat Petroleum

Item Material RFQ Qty Unit Unit Price

Description Delivery date Value

Amount in Words_______________________________________________________________________

System to be designed as a fixed system in which false ceiling panels are

fixed to the false ceiling runners (already supplied with canopy) by suitably

designed carrier. One end of the carrier is fixed to the false ceiling runners

by bolt of suitable design and other end of the carrier is designed to hold

interlocking ends of the ceiling panels. Incase of carrier the cut outs hold

the panels should be suitably designed taking into consideration the

material/pressure created by air inside the false ceiling.

The flashing, capping and trims shall be manufactured from the same materials

and colour as the ceiling materials. These are to be fixed using aluminum

screws.

Maximum deflection of sheets (panels) is limited to L/325 as per IS 800

deflection criteria. Suitable test certificate to be provided by the vendor in

support of this.

5. PAINTING Painting the steel structure with 2 cost of Red oxide Zinc

chromate primer or yellow primer and with addl. 2 coats of while enamel paint

of approved make on canopy column.

6. GUTTER AND DOWN PIPE Gutter shall be manufactured out of 0.91 mm thick

plain aluminum sheets in lengths of 2.5 - 3 metres minimum. (Longer lengths

preferred). Alternatively GI gutter made out of 1.6 mm thick GI plain sheet

with 120 gsm galvanization can be used. The gutter should have full support at

the bottom. All the gutter joints shall be fixed by bulb type rivets and

silicon sealant shall be applied all over the joint for leak proof

performance. The gutter end caps shall be provided at either ends and duly

sealed with silicon sealant. The openings shall be made in the gutter for

down spot provision with sleeves fixed on the gutter and connecting the down

take pipe. Silicon sealant to be applied all over the joints to ensure water

tightness. The gutter slope shall be in such a say that the water collected

from the roof moves on to the down take pipe smoothly without stagnation of

water at any point of the gutter.

Size & shape of the gutter will be trapezoidal section of min. 400 mm x 300 mm

with min. 200 mm depth for effective drainage of the storm water depending

upon the rainfall to be designed by the supplier and approved by BPCL. For

effective drainage of storm water, the down pipe will be heavy duty PVC drain

pipe of HDPE,6 kg/cm2 rating ISI approved of makes Prince, Surya, Tirupati,

Prakash, Supreme or Brite. (100 - 150 mm depending on design) running inside

columns. Cost of clamps, brackets and accessories etc. to be included in the

cost.

Please note that no structural member to be used as a gutter.

Gutter to be tested with water filled for 48 hours to ensure it is

RFQ Number :6000447101 Date : 18.11.2010To: BPCL ESTIMATE LUCKNOW - 226001 India

For Bharat Petroleum Corporation Ltd.Page 4 of 6

Page 45: 2010 - Bharat Petroleum

Item Material RFQ Qty Unit Unit Price

Description Delivery date Value

Amount in Words_______________________________________________________________________watertight.

7. Fascia

Provision to be made for fixing 800 mm wide ACM fascia to be provided along

with the canopy sides. The material shall be CRC sheets conforming to IS 2062

with a min yield strength of 240 mpa. The fascia channels shall be supplied

duly painted with primer red oxide zinc chromate primer & fixed on to the

structure with countersunk screws. Blind Facia sheets to be provided on all

the 4 sides of the canopy

The canopy supplier would liaise with the site engineer and make arrangement

for cutting of false ceiling for installing electrical fittings / fixture as

directed.

_______________________________________________________________________

RFQ Number :6000447101 Date : 18.11.2010To: BPCL ESTIMATE LUCKNOW - 226001 India

For Bharat Petroleum Corporation Ltd.Page 5 of 6

Page 46: 2010 - Bharat Petroleum

TERMS & CONDITIONS

Important Notice_______________________________________________________________________Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,

Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, 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.

007 Retention Money 10 % shall stand deducted from each and every

running bill submitted in the event of contract is awarded.

LIST OF ENCLOSURES

RFQ Number :6000447101 Date : 18.11.2010To: BPCL ESTIMATE LUCKNOW - 226001 India

For Bharat Petroleum Corporation Ltd.Page 6 of 6

paikarasm
Typewriter
NOTE : Please note that this is an E-Tender and tenderer has to quote on-line on our E-portal https://bpcl.eproc.in Tenderers may please ignore the conditions given at Sr.No. 4&5.
Page 47: 2010 - Bharat Petroleum

ANNEXURE XIV

TEAR THIS LABEL TO PASTE ON THE PRE QUALIFICATION BID – ANNEXURE V, DECLARATION I PRE QUALIFICATION BID – ANNEXURE V, DECLARATION I

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

Total No. of sheets submitted: _____

TEAR THIS LABEL TO PASTE ON THE PRE QUALIFICATION BID – ANNEXURE VI, DECLARATION II Financial Health Statement

PRE QUALIFICATION BID – ANNEXURE VI, DECLARATION II

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

Total No. of sheets submitted: _____

TEAR THIS LABEL TO PASTE ON THE PRE QUALIFICATION BID – ANNEXURE VII, DECLARATION III-PAST WORK EXPERIENCE

PRE QUALIFICATION BID – ANNEXURE VII, DECLARATION III

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

Total No. of sheets submitted: _____

TEAR THIS LABEL TO PASTE ON THE PRE QUALIFICATION BID – ANNEXURE VIII, INTEGRITY PACT

PRE QUALIFICATION BID – ANNEXURE VIII, INTEGRITY PACT

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

Total No. of sheets submitted: _____

Page 48: 2010 - Bharat Petroleum

TEAR THIS LABEL TO PASTE ON THE PRE QUALIFICATION BID – EARNEST MONEY DEPOSIT (ONLY FOR UNREGISTERED VENDORS)

PRE QUALIFICATION BID –EARNEST MONEY DEPOSIT

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

DEMAND DRAFT NO.

DATED

DRAWN ON BANK

TEAR THIS LABEL TO PASTE ON THE MAIN ENVELOPE

REQUEST FOR QUOTATION CRFQ -1000129934

To, BHARAT PETROLEUM CORPORATION LIMITED, Dy. Mgr. Construction (Retail), 94, Mahatma Gandhi Marg, Lucknow – 226001.

FROM: REQUEST FOR QUOTATION CRFQ -1000129934

ANNUAL RATE CONTRACT FOR PREFAB CANOPIES AT

BPCL RETAIL OUTLETS IN UTTAR PRADESH (EAST)

CLOSING DATE/TIME: 30th November 2010, 1500Hrs.

TENDER OPENING: 30th November 2010, 1530Hrs.

Total No. of envelopes inside:


Recommended