TENDE
TENDE
Dear Sir/Madam,
NAME OF JOB: TENDER FOR PROCUREMENT OF BITUMEN BARRELS (165 LITRE CAPACITY),
REQUIRED FOR FILLING BITUMEN AT KHALAPUR – MUMBAI, FOR A PERIOD OF THREE YEARS
You are invited to submit your offer as E-bids in two-part (Techno- Commercial and Price
Bid) for the above work on the terms and conditions contained in this tender document.
1. BPCL intends to procure Bitumen Barrels (165 Litre Capacity), required for filling
Bitumen at Khalapur – Mumbai, for a period of Three Years
3. Pre-Bid Meeting for the tender will be held on 14.03.2024 commencing at 11:00 Hrs
IST over a Video conference / calling. Parties desiring to attend the pre-bid meeting
through Video Conference / calling are requested to send a prior intimation to the
undersigned on email id [email protected].
5. TECHNICAL BID
a. Bidders have to submit all documents as per details covered in the Annexures of
this document.
b. BPCL team may visit vendor’s manufacturing plant to authenticate the technical
parameters covered under Bid Qualification Criteria or nominate an agency for the
same.
c. Successful bidders who qualify the Bid Qualification Criteria will only be considered
for further technical and commercial evaluation as per tender terms and
conditions.
d. Bids submitted by a bidder shall be rejected in case BPCL observes any deviation
from the declaration given by the bidder or if the requisite documents are not
submitted as per bid qualification criteria.
6. PRICE BID
a. The price bids shall be opened only for those bidders who meet bid qualification
criteria (BQC) and found technically qualified.
7. Your online bid should be submitted on or before the due date of this tender. “GeM
E-tender System” will automatically close on the due date and time and bidders will
not be able to submit their bids after the closing time. Bids not in the prescribed format
are liable to be rejected. BPCL does not take any responsibility for any delay in
submission of online bids due to connectivity problem or non-availability of site and/or
other documents/instruments to be submitted in physical form due to postal delay.
No claims on this account shall be entertained.
sd/-
Mr. Kamlesh Choudary
Procurement Leader - CPO (Mktg.)
Annexure I
1. Bidder shall upload all the documents as per the requirement of “BID QUALIFICATION CRITERIA”
and submit the documents which should be verified against the original documents by TPIA which
are accredited for verification of documents under NABCB accredited bodies as per requirement
of ISO/IEC 17020 as Type A in QCIs NABCB website as on due date of bid submission. QCI website
(https://nabcb.qci.org.in/inspection-body/)
a. TPIA verified with original Copy of GST Registration Certificate.
b. TPIA verified with original Copy of PAN Card.
c. TPIA verified with original Copies of audited Balance Sheet and P & L A/c for the last three
years.
d. TPIA verified with original Copies of Invoices during any continuous 12 months period in
the last 3 years ending on the due date of the tender with the corresponding Purchase
orders of supply of MS Barrels meeting technical specification in this tender.
e. Bidder should upload a TPIA "verified with original" copy of valid MSE certificate as per
latest MSE notifications and guidelines along with TPIA "verified with original" certificate
from Chartered accountant certifying bidder as Micro/Small enterprise confirming
eligibility for benefits of Public Procurement Policy.
2. Evaluation Criteria:
a. The tender will be evaluated based on lowest landed cost basis inclusive of taxes.
b. The order shall be distributed among two bidders L1 & L2 in the ratio of 80:20.
c. Rank wise If L-2 bidder does not match with L-1 price, then next lowest bidder (rank w
ise L3 bidder) will be offered for matching L-1 price for 20% quantity and so on.
d. In case, if only 1 technically and commercially acceptable bids are received, BPCL shall
have the discretion to offer full (100%) or part of balance quantity to qualified bidder
or to float separate tender. Decision of BPCL shall be final and binding.
e. Allocation of 80:20 shall be subject to Purchase preference under MII if applicable.
3. Payment Terms: Payment shall be made on the 30th Day from the date of receipt and acceptance
of material at site. Payments would be released by the BPEC, Kharghar.
5. Delivery Terms: F.O.R., Door Delivery Basis. Goods should be delivered, securely packed and in
good order and condition, at the place of delivery. Transportation, Loading and Stacking, Transit
insurance of the material shall be arranged by the vendor at his cost. Vendor shall also directly
pay the applicable Tax (if any) on Transportation of goods / materials to BPCL Locations, to the
respective authorities. Delivery Charges will be firm for entire contract period.
6. Delivery Period: 7 Days – Seven Days from the date of issue of Call-off / Purchase Order (PO).
Bidder shall accept delivery schedule as per tender terms and conditions.
7. Bidder shall declare and upload that they are not on Holiday List by MOP&NG as on due date of
the tender. Holiday Listing declaration to be submitted by bidder in the format given in the
Annexure B duly signed by the authorized signatory on company letter head.
8. Bidder shall ensure that any certificate/ reports issued / attested by a practicing-chartered
accountant in India and submitted in the bid shall mandatorily include the UDIN number.
Certificate / reports issued / attested without UDIN number of practicing chartered accountant in
India shall not be considered for evaluation.
9. Successful Bidders shall submit the hard copies of “TPIA verified with original” documents to BPCL
prior to issuance of LOA.
10. Policy on Holiday Listing: The guidelines and procedures for Holiday Listing are available
separately in BPCL website and shall be applicable in the context of all tenders floated and
consequently all orders/ contracts / purchase orders. It can be accessed using the following link:
https: // bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf.
11. Relaxation on Past Performance for MSE bidder’s 15% relaxation shall be given on past
performance criteria for MSE Bidders. “Registration on "UDYAM Registration Portal” shall only be
accepted as a valid document from MSE Bidders.”
12. In terms and conditions of GeM GTC, Clause 26 regarding Restrictions on procurement from a
bidder of a country which shares a land border with India, any bidder from a country which shares
a land border with India will be eligible to bid in this tender only if the bidder is registered with
the Competent Authority. While participating in bid, bidder has to undertake compliance of this
and any false declaration and non-compliance of this would be a ground for immediate
termination of the contract and further legal action in accordance with the laws.
13. Integrity Pact: Integrity Pact as attached is to be filled, signed on all pages by authorized signatory
with witness name address and signature and to be uploaded on GeM portal along with bid
documents.
14. Material to be Supplied : Vendor on whom Contract / Purchase Order is placed shall duly supply
165 Litre Bitumen Barrels to the Corporation as per the type, rate, quantity & call off schedule
within the delivery period in line with the technical specifications given this document.
15. The shortages observed during receipt shall be on supplier’s account and BPCL’s decision in this
respect shall be final and binding on the supplier. The acknowledgement of receipt of quantity as
determined by the receiving location shall be full and final and payment would be made
accordingly.
16. Raw Material: Vendor shall be responsible for procurement of all the Raw Materials (RM) as per
specifications, necessary for manufacture of 210 liters MS Barrel to suit the delivery schedule
committed to BPCL. Any delay in delivery schedule due to delay in procurement of RM, will not
be condoned. The RM details are indicated in “Technical Specifications” attached with tender.
Vendor will have to furnish proof of purchase of Raw Material as and when sought for by BPCL.
17. Supplier must also ensure that adequate stock of raw materials is available to meet BPCL’s
requirement as per call up placed by the plants. For this purpose, vendor shall have adequate
storage space to store Raw Material for at least 15 days.
18. Material required under this contract is a packaging material and is directly related to BPCL’s
Production. Any delay in supply of the material will lead to Time-Loss, Production-Loss &/or Other
Consequential Losses to BPCL.
Annexure II
SPECIAL PURCHASE CONDITIONS
1) MATERIAL TO BE SUPPLIED
a) Vendor on whom Contract/ Purchase Order is placed shall duly supply 165 Litre Bitumen
Barrels to the Corporation as per the type, finalized rate, quantity & delivery schedule
specified therein and technical specifications given in the tender.
b) Bitumen Barrels is in the list of items reserved for purchase from Micro and Small Enterprises
as per Public Procurement Policy - 2012 for MSE and allocation is subject to MSE guidelines
and clarifications.
c) Value Contract shall be placed on successful bidders and the quantities for various line items
given in the tender are indicative figures only and it is not binding on BPCL in any way, the
upliftment will be need based only as per actual requirement. Actual requirement shall be
placed on the vendor from time to time through Purchase Orders after the award of contract
and vendors shall supply the materials against the firm Call off POs only.
d) BPCL shall prune and reallocate the allocated quantities against shortfall / failure in supplies
by any vendor, amongst the other vendors / suppliers and bpcl reserves right to invoke risk
purchase as per GPC clause no 21
e) BPCL does not guarantee any minimum volume of business. BPCL reserved the right to
reallocate the contract value among the ARCs as per the demand and plant requirement to
the extent possible within validity of ARCs.
2) Evaluation Criteria:
a. The tender will be evaluated based on lowest landed cost basis inclusive of taxes.
b. The order shall be distributed among two bidders L1 & L2 in the ratio of 80:20.
c. Rank wise If L-2 bidder does not match with L-1 price, then next lowest bidder (rank w
ise L3 bidder) will be offered for matching L-1 price for 20% quantity and so on.
d. In case, if only 1 technically and commercially acceptable bids are received, BPCL shall
have the discretion to offer full (100%) or part of balance quantity to qualified bidder
or to float separate tender. Decision of BPCL shall be final and binding.
e. Allocation of 80:20 shall be subject to Purchase preference under MII if applicable.
a) Vendor shall provide Performance Bank Guarantee for an amount of Rs. 27 Lakhs or 5% of the
Basic Order Value whichever is lower, for a duration of 42 months from the date of LOI /
Contract with a claim period of additional six months as per clause no. 14 of General Purchase
Conditions, within 15 days of placement of Letter of Intent/ Contract.
4) VALIDITY OF RATES:
Rates offered should remain valid for at least 120 days from the due date of the tender.
5) REALLOCATION OF QUANTITY
BPCL shall prune and reallocate the allocated quantities against shortfall / failure in supplies by
any vendor, amongst the other vendors / suppliers and bpcl reserves right to invoke risk purchase
as per GPC clause no 21
a) BPCL shall place a VALUE CONTRACT (VC) valid for three years from the date of Contract/ LOI.
b) The contract period can be extended by another six months at the sole discretion of BPCL, in
case part or full contract quantity is still open at the end of the initial contract period.
7) DELIVERY:
a) BPCL / Respective Indenting Location / Lube Plant shall issue monthly / fortnightly Call-ups in
the form of Firm Requirement through e-mail/ Purchase Order, indicating schedule of
requirement/ staggered dates for requirement of particular quantities of the material/s at a
particular receiving location/s.
b) Call-ups shall be issued considering the actual requirements, which may vary from month to
month. There may be seasonal variations and the call offs would be placed accordingly.
Vendors shall be bound to accept call-offs up to 120% of the prorata quantity (prorata quantity
= total contract quantity/36). In case BPCL requires additional supplies (over and above the
said 120% prorata level) during any period , then it can place call-offs for such additional
quantities after getting a written confirmation from the vendor.
c) The supplier shall have to supply required quantity of Materials against call ups.
d) The Materials are to be supplied to our Locations on F.O.R., Door Delivery Basis. Goods should
be delivered, securely packed and in good order and condition, at the place of delivery.
Transportation of the material shall be arranged by the vendor at his cost. Vendor shall also
directly pay the applicable Tax (if any) on Transportation of goods/ materials to BPCL
Locations, to the respective authorities. Delivery Charges will be firm for entire contract
period.
8) DELIVERY DATES AND PRICE REDUCTION SCHEDULE & RISK PURCHASE CLAUSE: Further to
Clause No. 20 and 21 of GPC
A. DELIVERY DATES AND PRICE REDUCTION SCHEDULE: Further to Clause No. 20 of GPC –
a) BPCL Location/ LOBP may require the material at short notice. Delivery Lead Time for supply
of the material shall not be more than Seven Days from the date of issue of Call-off/ Purchase
Order (PO). Bidder shall quote their best delivery schedule inclusive of transit time in Annexure
VIII - TECHNO-COMMERCIAL INFORMATION.
b) Suppliers shall be advised about the requirements/ delivery schedules or changes thereto, in
advance. Time being the essence of this contract; supplier shall be required to adhere strictly
to the delivery schedule given by BPCL. Suppliers shall intimate dispatch schedule, one day in
advance, to the Receiving Location/ LOBP.
c) The contractual delivery period is inclusive of all the lead time for engineering/ procurement
of raw material, the manufacturing, inspection/ testing, packing, transportation or any other
activity whatsoever required to be accomplished for effecting the delivery at the required
delivery point.
d) No variation in the delivery schedule shall be permitted except with prior authorization in
writing from BPCL. Even if revision in delivery schedule has been permitted by BPCL, PRICE
REDUCTION as per Clause No. 20 of GPC will be applicable in case of delayed delivery.
e) In the event of failure of the successful bidder/ vendor to supply the material within time
(Scheduled Delivery Date as mentioned above), BPCL, at its sole discretion, shall have the
option of invoking RISK PURCHASE Clause at the risk, cost and consequences of the vendor as
per Clause No. 21 of GPC, for the non-delivered portion of the scheduled quantity and such
quantity would be reduced from the PO/ Contract Quantity. Alternatively, BPCL can also
extend the delivery date. PRICE REDUCTION as per Clause No. 20 of GPC will be applicable to
such transactions/ events. BPCL’s decision shall be final and binding in this case.
a) Material required under this contract is a Raw Material/ Consumable and is directly related to
BPCL’s PRODUCTION. Any delay in supply of the material will lead to Time-Loss, Production-
Loss &/or Other Consequential Losses to BPCL.
b) Supply of Defective, Damaged, Leaky or Off-Specification material or supply deviating from
Contract/ Purchase Order Terms & Conditions will be rejected and repeated rejections will
entail cancellation of orders and Risk Purchase from alternative sources at risk and cost of
vendor.
9) TRANSIT INSURANCE:
a) Transit Insurance of the material shall be arranged by the vendor at his cost.
a) Unloading and Stacking of the supplied goods/materials at BPCL Locations shall be arranged
by the vendor at his cost.
DELIVERY ADDRESS
Khalapur Bitumen Depot, Shrinathji Enterprises, Plot No. 18-22, Raigad,
Khalapur - 410202 (Maharashtra)
During the currency of the contract, escalation/ de-escalation based on changes in rates of “Flats CR
0.63 – Standard at Mumbai-India in INR/Tonne EXW of origin India” published by Steel Guru
www.steelguru.com shall be applicable on the rates offered by the vendor. For the purpose of price
escalation/de-escalation in the basic price of steel, notional yield shall be considered as 98 barrels/
MT. Reference Price is rate of “Flats CR 0.63 – Standard at Mumbai-India in INR/Tonne EXW of origin
India” published by steelguru (Rs 60000/ MT) as on 01/03/2024. The Escalation formula is as under :
Escalated Barrel Rate = Quoted Barrel Rate + (New weighted average Steel guru Flat CR 0.63 rate
prevailing in the immediately preceding month – Reference Price)/Yield
Vendor shall be responsible for procurement of all the Raw Materials (RM) as per specifications,
necessary for manufacture of barrels to suit the delivery schedule committed to BPCL. Any delay in
delivery schedule due to delay in procurement of RM, will not be condoned. The RM details are
indicated in “Technical Specifications” (Annexure IV) attached with tender. Vendor will have to furnish
proof of purchase of Raw Material as and when sought for by BPCL.
Supplier must also ensure that adequate stock of raw materials is available to meet BPCL’s
requirement as per call up placed by the plants. For this purpose, vendor shall have adequate storage
space to store Raw Material for at least 15 days.
The vendors have to supply the required items as per schedule given above/ specified at the time of
placing job order. In case of failure to meet the stipulated schedule, the supplier will have to pay to
BPCL by way of liquidated damages and not as penalty an amount equal to 0.5% (one-half percent) of
the contracted price of the item so delayed for every week of such delay in delivery subject to a
maximum of 5% of such price / order value.
We shall also have the right to cancel the undelivered portion of the order in part or full and procure
such quantities from elsewhere at the risk and cost of the supplier without prejudice to its rights and
remedies under the other clauses of the contract.
Payment shall be made on the 30th day from the date of receipt and acceptance of material at site.
It shall be released by BPEC, Kharghar.
The shortages observed during receipt shall be on supplier’s account and the decision of BPCL in this
respect shall be final and binding on the supplier. The acknowledgement of receipt of quantity as
determined by the receiving location shall be full and final and payment would be done accordingly.
Vendor shall submit documents in reference to GPC clause no.12.3. The invoice should carry the
description of material.
BPCL has setup a Business Process Excellence Centre (BPEC) for Vendor Invoice processing. BPEC will
function as a payments factory to receive, digitize and process vendor invoices in a timely and
accurate manner. In addition, the centre will receive and account for Performance Bank Guarantees
(PBGs) and Bank Guarantees (BGs). ORIGINAL COMMERCIAL INVOICES (IN TAX INVOICE FORMAT)
will need to be sent to BPEC including Supporting Documents for Payments e.g. Freight Bills, IRN, Test
Certificate.
PLEASE SEND THESE DOCUMENTS TO THE FOLLOWING ADDRESS FOR PAYMENT PROCESSING:
BUSINESS PROCESS EXCELLENCE CENTRE (BPEC)
4th FLOOR, BPCL OFFICE COMPLEX
PLOT-6, SECTOR-2, BEHIND CIDCO GARDEN
KHARGHAR, NAVI MUMBAI-410210
MAHARASHTRA, INDIA
BG Confirmation:
To expedite BG confirmation process, BPCL has tied up with SBI for implementation of SFMS Bank
Guarantee wherein the vendor has to quote our IFSC code and Account number to bank at the time
of BG application based on which SBI will send a swift message confirmation to dedicated email ID
of BPEC and the same shall be considered as BG verified by the bank.
Accordingly vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given
below) to their Bank at the time of application for Bank Guarantee in favour of BPCL. Issuing Bank
shall issue the Bank Guarantee & send SFMS message to BPCL Bank confirming the Bank Guarantee
as genuine. BPCL’s Bank (SBI) shall in turn send the said SFMS message to BPCL’s dedicated email ID
basis which BPEC shall consider the said Bank Guarantee as verified by Bank. After getting the
physical BG from the vendor, BPEC Team shall validate the same with the Swift message and shall
proceed with the release of payment to vendors which is due against the said Bank Guarantee
Bank Details
Name of Bank: State Bank of India
Branch: CAG Branch, Mumbai
Account No: 11083980831
IFSC Code: SBIN0009995
As per BPCL policy. The entire guidelines and procedures for Holiday Listing are available in BPCL
website and they can be accessed @ http : // bharatpetroleum.in / pdf / holidaylistingpolicyfinal.pdf
In case the successful bidder wishes to change / add supply location(s) after the award of contract,
the same may be accepted at sole discretion of BPCL. Bidder shall not have any right to claim any loss
/ damages in case of denial of such proposal. The change of supply location can be permitted subject
to the new unit, fulfilling all conditions as provided in the tender conditions regarding plant, machines,
capacity, statutory Licenses, MSE registration, TPIA certification etc. and all other terms & condition
of the contract. BPCL reserve the right to demand for additional documents as and when required
from the vendor.
In case change/addition of supply location(s) is accepted by BPCL, the prices applicable at time of
award of annual rate contract shall remain FIRM for the entire contract period .Except for price
escalation/de-escalation on account of raw material (as applicable as per the tender terms) no price
variation shall be applicable for any other components of the cost structure.
Further, at the bidding stage, the bidder shall consider all the future expansion plans to be undertaken
and executed during the contractual period in terms of the above. Accordingly, the bidder shall submit
the price quote considering the above, at the bidding stage itself. The bidder shall indicate the
upcoming manufacturing unit, if any in the Techno-Commercial Information form (Annexure - VIII)
18) ASSIGNMENT/SUB-CONTRACTING
Vendor shall not sublet the contract or assign any part of the order to any person / firm / company
without prior written consent from the Corporation.
19) MISCELLANEOUS:
(a) Vendor should have good HSSE (Health, safety, security and Environment) policy.
(b) The vendor shall not claim at any time his industry as captive industry or captive plant.
Vendor's workmen and other employees shall have no right whatsoever to claim any
compensation of any nature from BPCL.
In case a start-up is interested in supplying the tendered item, but does not meet the Pre-
Qualification Criteria (PQC)/ Proven Track Record (PTR) of Prior Turnover norm as indicated in the
tender document, i.e., in this case the Bid Qualification Criteria (BQC) Annexure III, the start-up
may be requested to write a detailed proposal separately and not against the present tender
requirement, to the tender issuing authority about its product. Such proposals should be
accompanied by relevant documents in support of Start-ups as under:
i. Purchase Preference (Linked with Local content) (PP-LC): As indicated in clause 14 of SPC.
For details, please refer Annexure XI.
ii. Undertaking required In line with the guidelines issued for compliance of Restrictions for
Countries which share land border with India - As issued by Govt. of India in July’2020,
the bidders shall be required to provide an undertaking confirming
compliance of restrictions for countries which share land border with India. For details,
kindly download the policy in Annexure XI of the bidding forms
iii. Terms and Conditions for acceptable use of social media by business partners: At the time
of award of contract, the successful vendor will provide its written acknowledgement to
the Social Media T&Cs, in the form set out in Annexure III of Social Media Policy for
Business Partners, failing which the Corporation may take such action as may be necessary
to ensure compliance with these terms and conditions. For details, kindly download the
policy in Annexure XI of the bidding forms.
#####
Annexure III
BID QUALIFICATION CRITERIA
Bidder has to satisfy the following Bid-Qualification Parameters to be eligible for further technical and
commercial evaluation:
The vendor should be valid Micro or Small Enterprise (MSE) as per latest government guidelines and
notifications issued by ministry of micro, small and medium enterprise as on final due date of tender.
DOCUMENTS REQUIRED:
a. All bidders, shall have to upload a valid MSE Registration document i.e Udyam Registration,
along with scanned copy of CA certificate “CERTIFICATE CONFIRMING ELIGIBILTY FOR
BENEFITS OF PUBLIC PROCUREMENT POLICY - MSE– Annexure A of Instruction to bidders” as
per the format attached with tender with stamp of TPIA mentioning as verified from original,
failing which such bid will be treated as bid received without MSE Declaration and will be
rejected.
b. Vendor’s declaration/affidavit in their Organization/Company letter Head, stating that, in the
event of award of contract, all the ordered supplies shall be made from the unit for which MSE
certificate has been submitted, duly verified by TPIA.
The Vendor should be an established manufacturer of 165 L Bitumen Barrel (24 G / 0.63 MM) and
NOT a Trader or Agent of Manufacturer and shall have BIS License valid as on the bid due date, as per
BIS Specification IS 3575 : 1993 (latest) as applicable for the bided item in the tender.
DOCUMENTS REQUIRED:
The vendor should have manufactured and supplied in India at least following qualifying quantities of
165 L Bitumen Barrel of 24 G – 0.63 MM during any continuous 12 months period in the last three
years from the due date of bid submission.
BIS QUALIFING
DESCRIPTION QTY
STANDARD QUANTITY
BITUMEN BARREL WITH LID IS 3575:1993 1000000 226670
1) FOR THE PURPOSE OF QUALIFICATION OF A BIDDER AGAINST THE SUPPLY CAPACITY CRITERIA, TH
E TOTAL SUM OF QUANTITY PROCESSED AND SUPPLIED FROM ALL THE MSE UNITS OF THE BIDDER, P
UT TOGETHER SHALL BE CONSIDERED. THE PAN NUMBER OF ALL THESE MSE UNITS SHOULD BE THE
SAME.
DOCUMENTS REQUIRED:
1. A certificate (in English) from TPIAs as on the date of Inspection, at bidding stage,
verifying and confirming that bidder has supplied MS barrel as specified above. The TPIA
certificate should clearly indicate the quantity supplied in NO, and attaching the List of
Invoices in a tabular form as given below, for Quantity supplied during 12 months period
in last 3 years.
2. In case of BPCL work order/P.O. certification by TPIA is not mandatory. Completed work
order/P.O. value in such cases will be cross checked from our SAP system.
TPIA Certificate for supply of Bitumen barrel in the following format: FOR QUANTITY IN NO
Name & Address of the Unit / PAN No.
For the purpose of qualification of Supply Capacity Criteria, the total sum of quantity
processed and supplied (from all the plants/ units) put together shall be considered. However
the PAN number of all these units should be the same.
BPCL reserve the right to demand for these Invoices/ additional documents as and when
required from the bidders.
Vendors are requested to upload all the TPIA verified documents duly signed on Eproc site and
hard copies of all the original TPIA verified documents are required to be submitted to BPCL
by L1 bidder within 7 days from the date of opening of price bid/BPCL intimation letter before
placement of contract
CRITERIA 4: FINANCIAL CAPACITY
ANNUAL FINANCIAL TURNOVER : The bidder should have achieved a Minimum Average Annual
Financial Turnover , required as per the LOT given in the table below Vis-à-vis the Audited
Financial Statements (including Balance sheet and Profit and Loss Account), during the
previous available THREE consecutive accounting years prior to the due date of bid submission.
AND
NET WORTH POSITIVE: The bidder’s net worth should be positive as per last available audited
financial statements (including Balance sheet and Profit & Loss account).
QUALIFING
DESCRIPTION TURNOVER
IN LAKHS
BITUMEN BARREL WITH LID 637.00
DOCUMENTS REQUIRED:
a. Audited P&L account and balance sheet of the bidder (English language only) for last 3 consecutive
accounting years prior to due date of tender, duly verified by TPIA to be submitted.
b. Bidder shall ensure that any certificate/ reports issued/ attested by a practicing-chartered
accountant in India and submitted in the bid shall mandatorily include the UDIN number.
Certificate / reports issued/ attested without UDIN number of practicing chartered accountant in
India shall not be considered for evaluation.
Note:
1. TPIA means the third party inspection agencies which are accredited under “NABCB accredited
bodies as per requirement of ISO/IEC 17020 as Type A” in QCI’s NABCB website
(nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php).
2. Bidder shall submit the TPIA certificate by the due date and time of bid submission. Bidder may
build this cost component in their quote as no separate reimbursement of any expenses shall be
made by BPCL.
3. TIPA shall issue a certificate on their letter head after verifying original documents submitted by
bidder mentioning that bidder is meeting qualifying criteria for supply capacity and financial
criteria against participating LOT and also mention in the certificate that which lot bidder has
quoted for.
Without, aforesaid declarations by TPIA the bid shall not be considered for qualification.
**********
Annexure IV
TECHNICAL SPECIFICATION
JOB DESCRIPTION
The order is for supply of Metal Drums of capacity of 165 Liters with suitable lid for filling Bitumen as
per BIS specification No IS 3575:1993. The Drums should be made of 24G (0.63 mm thick) Cold Rolled
Close Annealed Coils (CRCA) conforming to IS 513: 2008 with suitable lids made of 0.30 mm CRCA/HR
steel. The drums to be painted externally with bituminous black paint of specification confirming to
BIS: 158.
DRUMS SPECIFICATIONS
The drums shall conform to IS Specification (IS 3575:1993) as amended from time to time. The size
and other details of the drums are as under:
i. DRUM SIZE: 165 Litres nominal capacity (size per IS 3575:1993), made of 0.63 mm CRCA
Coils. Drum dia 503 mm +/- 2 mm, Drum Height 885 mm +/- 5 mm. Weight of the Drum:
9.5 Kg +/- 0.5 kg.
iii. STEEL SPECIFICATIONS (TO BE USED): Conforming to IS513: 2008 with permitted
tolerances. Should there be a change in the specifications, steel conforming to such revised
specifications may be used. The steel should be 24 Gauge (0.63 mm) thick Cold Rolled Steel
subject to permitted tolerance according to IS 513:2008 or relevant standard applicable to
steel.
v. END: Top and bottom to be double seamed with five-fold chimes. Top end should have
centered openings of 177 mm dia to accommodate lids of appropriate size as specified.
vi. LID: suitable for crimping Bitumen Drum opening of 177 mm dia, Thickness: 0.30 mm thick,
made of CRCA/ HR Steel. Matching number of lids to be provided by vendor. Lids should
have BPCL Logo and words "BITUMEN VG-10 or BITUMEN VG-30", “Gross Weight: …. Kg
AND Net Weight: …. Kg” printed/ painted on them with enamel paint.
vii. PAINTING: Drums are to be painted on the outside with approved Air-Drying stoving Black
Bituminous Paint to a thickness of 13 – 25 Microns. The drums to be painted externally
with bituminous black paint of specification confirming to BIS: 158 and no change in the
same shall be permitted without written authorisation from BPCL. In the event of change
in colour, two weeks’ notice will be given after which the drums shall be painted in the
changed colour.
On few drums, according to requirement (approx. 10%), the Bidder has to apply one coat
of white/or any other colour paint as may be required of 20 cm width on the middle
horizontally on the entire periphery, for identifying them for filling rubberized/ modified/
special brand bitumen.
viii. EMBOSSING: Each drum shall be embossed with identification monogram at the top giving
following details:
ix. STENCILING: On the outer periphery of the drum BPCL logo/ Brand Name of Size 150 sq.
inches to be stencilled/ painted at one location.
Additional specific stenciling requirement during the contract period if any will have to be
carried out as per the Drawing/ Design/ Colour Shade for Stenciling on Drums shall be
provided by BPCL.
Representational image of the MS Drum required by BPCL:
DRAWING: BITUMEN DRUM 165 LITER CAPACITY
Annexure-A
Date:
This is to confirm that we have verified the investment limits and other details of Unit
pertaining toM/s and certify that
they satisfy the eligibility criteria as per MSMED Act, 2006 and other
notifications/circulars/amendments issued from time to time in this regard. Accordingly, M/s
is a Micro/Small enterprise under the said Act and are eligible to claim the benefits
of public procurement policy for the tender mentioned above.
In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s meets
the eligibility criteria under SC/ST provision of Public Procurement Policy Order 2012 and other
notifications/circulars issued from time to time in this regard and are hence eligible to claim benefits
pertainingto SC/ST under the act.
In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s
meets the
eligibility criteria under Women Entrepreneur provision of Public Procurement Policy Order 2012
and other notifications/circulars issued from time to time in this regard and are hence eligible to
claim benefits pertainingto Women Entrepreneur under the Act.
FORMAT for Declaration of Holiday Listing orders issued by BPCL or MOPNG debarring us
from carrying on business dealings with BPCL/ MOPNG.
Date: ___________
To,
Bharat Petroleum Corporation Ltd
CPO-M, A-Installation
Sewri Fort Road, Sewri East
Mumbai-400015
Dear Sir/Madam,
I /We declare and confirm that we are currently not serving any Holiday Listing orders issued
by BPCL or MOPNG debarring us from carrying on business dealings with BPCL/ MOPNG or
convicted of an offence –
b) The Indian panel code or any other law for the time being in force for causing any loss of
life or property or causing a threat to public health as part of exhibition of a public
procurement contract.
Bidder Name:
Date:
Address:
Annexure-C
To,
SUBJECT:
TENDER NO:
Dear Sir
We have read and understood the PPLC policy attached with the tender document.
Accordingly, we hereby confirm that our local content percentage for the tendered item is
.............................................................................................................................. %.
We further confirm that in case we fail to meet the minimum local content, BPCL will take
action as per provision of tender document/ PPLC Policy.
Name:
Designation:
Seal:
Annexure-D
To,
SUBJECT:
TENDER NO:
Dear Sir
To,
SUB:
TENDER NO:
Dear Sir
Undertaking with respect to Compliance of Restrictions for Countries which share land
border with India – as stipulated by Govt. of India.
Date:
To,
Bharat Petroleum Corporation Ltd CPO-M, A-Installation Sewri Fort Road, Sewri
East Mumbai-400015 Dear Sir/Madam,
In line with the guidelines issued for compliance of Restrictions for Countries which share
land borderwith India – as issued by Govt. of India in July’2020,
I/We have read the clause regarding restrictions on procurements from a bidder of a
country which shares a land border with India and on sub-contracting to contractors from
such countries.
a. I/We certify that this bidder is not from such a country or if from such a country
has been registered with the competent authority. I hereby certify that this
bidder fulfills all requirements in this regard and is eligible to be considered*.
b. I/We certify that this bidder is not from such a country or if from such a country
has been registered with the competent authority and will not sub-contract any
work to a contractor from such countries unless such contractor is registered
with the competent authority. I hereby certify that this bidder fulfills all
requirements in this regard and is eligible to be considered*.(Applicable for
works involving possibility of sub-contracting)
I/We hereby certify that I/We fulfill all requirements in this regard and am/are eligible to
be considered.
To,
[Insert details to whom such acknowledgement may be addressed]
[in the case of an individual or sole proprietorship]
OR
OR
I / We have entered into a [insert name of agreement] dated [insert date] (“Agreement”)
for the [insert purpose], with Bharat Petroleum Corporation Limited (“BPCL”).
In furtherance thereof, we have been provided with a copy of the Terms and Conditions for
Acceptable Use of Social Media by Business Partners, issued by the Corporation.
I / We have read and understood BPCL’s Terms and Conditions for Acceptable Use of Social
Media by Business Partners and agree to abide by it.
I / We understand that any violation of the above conditions may result in disciplinary
action, or termination or revocation of the Agreement.
In acknowledgement thereof, please see below our acceptance of the Terms and Conditions
for Acceptable Use of Social Media by Business Partners, issued by the Corporation, duly
signed and acknowledged by [insert name], in the capacity of our authorised representative.
_________________________