Scope of Work Jetty Ops and Maint 87f44f

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 85

BHARAT PETROLEUM CORPORATION LIMITED

URAN TERMINAL, URAN


Navghar Industrial Estate, Behind MSEB Gas Turbine Unit, P.B.No:8.
District: Raigad, Bokadvira, Uran
Dist-Raigad – 400702.

NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT, OPERATIONS AND MAINTENANCE SERVICES AT
BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED
BID)

-
TENDER NO URAN/LPG/ENGG/TEND/18-19/ 08.
Tender Name: Providing Management, Operations and maintenance services at
BPCL Liquid cargo jetty, JNPT(Two Bid system- Unpriced Bid
(Techno commercial) and Price Bid
Last Date for Submission 30.06.2018 at 14:00 Hrs. both for Techno commercial and Price
of Tender: Bid.
Tender Opening on: 30.06.2018 at 14:00 Hrs for Techno commercial bid
Delivery Period : Services to be provided for 03(Three) year from the Date
mentioned in LOI.
Pre-Bid Meeting Pre-bid meeting will be held On 21.06.2018 at 1400 Hrs.
Earnest Money Deposit (EMD) 5% of Tender value or Ten Lakhs (whichever is less), EMD is
applicable to all vendors including registered vendors if any,
except in the case of bidders eligible for exemption under MSME
Policy
Address of location, where services BHARAT PETROLEUM CORPORATION LIMITED
to be provided: LIQUID CARGO JETTY OFFICE, JAWAHAR LAL NEHRU PORT,
INSIDE CENTRAL GATE COMPLEX, SHEVA, TALUKA-URAN, NAVI
MUMBAI, PIN 400707. MAHARASHTRA
Details of Contact Persons HARI KADAM, JETTY INCHARGE ( PH NO.9049271609; E MAIL –
kadamhd@bharatpetroleum.in)
USLOOB AHMAD, EXECUTIVE OFFICER, (PH NO 9987467776;
EMAIL- usloobahmad@bharatpetroleum.in )

NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT, OPERATIONS AND MAINTENANCE SERVICES AT
BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED
BID)

“THE TENDERER IS ADVISED TO VISIT THE LOCATION TO ASSESS THE WORK REQUIREMENTS BEFORE
QUOTING TO GET AN IDEA ABOUT THE WORK”.

Sign and stamp of Bidder Page 1 of 85


1. Eligible tenderers are invited to submit their offer in a two-part bid for subject tender.

2. Please visit the website https://bpcleproc.in for participating in the tender and submit your bid online.
For viewing / downloading the tender document, please visit our website
http://www.bharatpetroleum.in/tender/tender.asp

3. The Bid consist of the following documents to be submitted on-line.

a. Credential / Technical Bid (Un-priced)

b. Price Bid.

4. Additionally, it is mandatory for the tenderers to submit the following documents in Physical form to
Terminal Manager (LPG), Uran in a sealed envelope at the address given below:

Terminal Manager,
Bharat Petroleum Corporation Limited
Uran LPG Bottling Terminal
Navaghar Industrial Estate, Behind Gas Turbine Unit, P.B.No:8,
Bokadvira, Uran,
Dist-Raigad – 400702.

Sign and stamp of Bidder Page 2 of 85


INDEX

Details Annexure Page No

INTRODUCTION Annexure-I 6-15

INTRODUCTION TO WORK LOCATION Annexure II 16-17

SCOPE OF WORK AND SPECIAL TERMS AND Annexure III 18-20


CONDITIONS

DETAILED SCOPE OF WORK Annexure IV 21-48

LIST OF EQUIPMENTS FOR MAINTENANCE Annexure V 49-50


LIST OF FACILITIES/EQUIPMENTS IN AMC UNDER Annexure VI 51-51
BPCL SCOPE
LIST OF APPROVED LIQUID CARGOES/PRODUCTS Annexure VII 52-52
PERMITTED TO BE HANDLED AT JETTY
LIST OF CONSUMABLES FOR PREVENTIVE Annexure VIII 53-54
MAINTENANCE
DECLARATION Annexure IX 55-55

DECLARATION A AND B Annexure X 56-56

General terms and conditions of the tender Annexure XI 57-62

Arbitration Clause Annexure XII 63-63


Bank Guarantee format Annexure XIII 64-65

Integrity Pact Annexure XIV 66-70

Specimen copy of agreement, which is to be signed Annexure XV 71-76


after award of contract
Indemnity Bond Annexure XVI 77-78
Particulars of Firm Constitution Annexure XVII 79-81
Declaration by the Tenderer Annexure XVIII 82-82
Filled Vendor Creation forms Annexure XIX 83-85

5. The submission of online bid as well as submission of above physical documents (offline) shall be up to
14:00 Hrs. on 30.06.2018.

6. Bids submitted after the due date and time of closing of tender (i.e. after 14:00 hrs. On 30.06.2018) or
not submitted in the prescribed format shall be rejected. BPCL does not take any responsibility for any
delay in submission of online bid due to connectivity problem or non-availability of site and/or other
documents to be submitted in physical form due to postal delay etc. No claims on this account shall be
entertained.

Sign and stamp of Bidder Page 3 of 85


7. The schedule of Price Bid opening will be advised separately to the tenderer’s who qualify in the
credential / technical bid.

8. Price Bid (to be submitted online) shall be opened only for those tenderer’s whose credential bid /
technical bid is found acceptable as defined in tender document.

9. The online portion of the tender shall have to be submitted through the e-procurement system on
https://bpcleproc.in.

10. The tender document with detailed terms and conditions is also available on our Website
http://www.bharatpetroleum.in/tender/tender.asp but the submission of tender is allowed only
through the e-procurement system on https://bpcleproc.in.

11. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital
Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying Authorities operation
under the Root Certifying Authority of India (RCIA) Controller of Certifying Authorities (CCA). The cost of
obtaining such Digital Signature Certificate shall be borne by the tenderer. In case any tenderer’s so
desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd (ETL)
on the contact nos. +91-40016868/022-65354113/022-65595111 or on mailto:support@bpcleproc.in
for obtaining their Digital Signature Certificate.

12. Directions for submitting online offers, electronically, against e-procurement tenders directly through
internet:

a. Tenderers are advised to log on to the website (http://bpcleproc.in) and arrange to register
themselves at the earliest.

b. The system time (IST) that will be displayed on e-procurement (e-bid) web page shall be the time
considered for determining the expiry of due date and time of the tender and no other time shall be
taken into cognizance.

c. Tenderers are advised in their own interest to ensure that their bids are submitted in e-Procurement
system well before the closing date and time of bid. If the tenderer intends to change /revise the bid
already entered, he may do so any number of times till the due date and time of submission deadline.
However, no bid can be modified after the deadline for submission of bids.

d. Tenderers submitting / uploading the on-line tender documents thru’ digitally signed certificates shall
be construed as their complete agreement with the terms & conditions and that they have fully
understood the tender documents.

e. Bids / Offers shall not be permitted in e-procurement (e-bid) system after the due date /time of
tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

f. Tenderers shall submit price bids only through e-bidding and no physical documents with respect
to price bids should be submitted. In case tenderer submits such physical documents for price bids,
the same shall not be considered.

Sign and stamp of Bidder Page 4 of 85


13. In case of any clarification pertaining to e-procurement (e-bidding) process, the vendor may contact M/s.
E-Procurement Technologies Ltd (ETL) on the contact nos. +91-40016868/022-65354113/022-
65595111.

14. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any
corrigendum/amendment is issued after the submission of the bid, then such tenderer’s, who have
submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated
email. It shall be assumed that the information contained therein has been taken into account by the
tenderer. They have the choice of making changes in their bid before the due date and time.

Thanking you,

Yours faithfully,
For BHARAT PETROLEUM. CORPN. LTD.

Vilas Pathrabe
Terminal Manager (LPG), Uran

Sign and stamp of Bidder Page 5 of 85


ANNEXURE-I

INTRODUCTION

NOTICE INVITING e-TENDER FOR PROVIDING MANAGEMENT, OPERATIONS AND MAINTENANCE SERVICES AT
BPCL LIQUID CARGO JETTY, JNPT. (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED
BID)

TENDER NO- URAN/LPG/ENGG/TEND/18-19/08 DTD 08.06.2018

E-tender is invited for providing management, operations and maintenance services at BPCL liquid cargo
jetty, Jawaharlal Nehru Port Trust. The tender is in two bid system format, unpriced bid and priced bid.

1.0 COMPANY INTRODUCTION:

i. Bharat Petroleum Corporation Limited (BPCL) is engaged in the business of refining and marketing
of petroleum products. This e-tender is for providing management, operations and maintenance
services at BPCL liquid cargo jetty, JNPT.

ii. BPCL invites all competent vendors to participate in this open e-tender.

2.0 TENDER NO. URAN: LPG: ENGG: T: 18-19/08.

i. BHARAT PETROLEUM CORPORATION LIMITED (BPCL) a public sector enterprise invites Bids through
e-tender under Two-Bid System for providing management, operations and maintenance services at
BPCL liquid cargo jetty, JNPT for a period of Three year, effective from the date of LOI.

3.0 TENDER DOCUMENTS:

i. As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital
Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying Authorities operation
under the Root Certifying Authority of India (RCIA) Controller of Certifying Authorities (CCA). The cost
of obtaining such Digital Certificate shall be borne by the tenderer. In case any tenderer so desires, he
may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd (ETL) on the
contact nos. +91-40016868/022-65354113/022-65595111 for obtaining their Digital Signature
Certificate.

ii. The tenderer’s having valid Digital Certificate and Login ID can download the tender from the website
(https://bpcleproc.in). The downloaded documents once read carefully have to be uploaded by the
tenderer under their Login ID duly certified with Digital Certificate, in token of acceptance of all tender
terms and conditions there-in.

iii. The tender documents can be downloaded from BPCL website,


http://bharatpetroleum.com/tender/tender.asp but the submission of tender is allowed only through
the e-procurement system on https://bpcleproc.in.

Sign and stamp of Bidder Page 6 of 85


3.1 RATE SCHEDULE / ESTIMATED QUANTITY:

I. The Rates in the Price-Bid is to be quoted only “on-line” & no physical document should be submitted.

II. The Schedule of quantity for providing management, operations and maintenance services at BPCL
liquid cargo jetty, JNPT is mentioned on e-tendering portal. The schedule, however, gives only
indicative quantity and may undergo a change depending upon business requirement.

3.2 EARNEST MONEY DEPOSIT (EMD):

i. Tenderer shall pay 5 % of tender value or Rs. 10,00,000/- (Rs Ten lacs Only) (whichever is less) as
EMD per tender by DD drawn on any scheduled Bank payable at Mumbai in favor of BHARAT
PETROLEUM CORPORATION LTD or Bank Guarantee of Nationalized / scheduled bank strictly in the
specified Proforma. Wherever EMD is prescribed, the same shall be equally applicable for all bidders,
including registered vendors if any, except in the case of bidders eligible for exemption under MSE
Policy. This should be submitted in a separate envelope along with the Documents to be submitted
in physical form as per the list mentioned. Bids received without EMD shall be rejected.

ii. Cheques or request for adjustment against any previously deposited EMD/ pending dues / bills /
security deposits for other contracts etc. will not be accepted as EMD, and any tender with such
stipulation will be treated as without EMD and shall be rejected.

iii. No interest will be allowed on EMD / Security Deposit.

iv. EMD shall be refunded only after finalization of the tender.

3.3 SUBMISSION OF TENDER:

1. The tenderer should download the tender document from e-procurement system on
https://bpcleproc.in and after carefully reading the same should be uploaded under his/her login ID,
as token of acceptance of all terms & conditions therein.

2. Bidders are allowed to seek clarifications from the procuring entity in respect of the bidding
documents from contact persons mentioned on page no. 1. From Monday to Saturday between 9.00
AM to 5.30 PM. To clear the queries of bidders, a Pre- bid meeting is scheduled on 21.6.18 at 1400
hrs at Uran LPG terminal. In case, any bidder is interested in visiting Jetty, he may reach JNPT jetty
at 10.00 AM on 21.6.18 and contact the officer in charge. All requests for clarification and responses
thereto shall be intimated to all bidders.This shall also be published in the tendering portal

The Bid consisting of the following documents to be submitted online @ https://bpcleproc.in

2.1 Credential / Technical Bid (Un-priced)


The techno commercial bid must contain –
 Authorised signatory certificate from the appropriate authority.
 All the tender documents should be duly filled in, signed and complete in all respects.

Sign and stamp of Bidder Page 7 of 85


 Any other terms and conditions from bidder (Please, note that the terms may or may not be
acceptable to Purchaser).
 Copy of last three successfully executed orders for similar nature of Job.
 Certificates of company Registration as per Govt. Rules.
 Original tender documents with all pages should be signed.
 Provide GSTIN Certificate
 Copy of PAN Certificate.

2.2 Price Bid:

The Price-Bid is to be quoted only “on-line” & no physical document should be submitted.

 Additionally, it is also mandatory for the tenderer to submit the documents in Physical form as
mentioned under Para 5.1 below, to the Terminal Manager Uran Terminal at the address given above.
 The closing date & time for submission of online bids as well as submission of documents in physical form
is 14:00 Hrs. on 30.06.2018.

3.4. BID QUALIFICATION CRITERIA

BQC-A. Tenderer should submit the experience of having successfully completed similar work during last 7
years ending on 31.05.2018 as per following, failing which, the tender shall be summarily rejected:

i. Three similar completed works costing not less than the amount equal to 188 Lakh.
Or
ii. Two similar completed works costing not less than the amount equal to 235 Lakh.
Or
iii. One similar completed works costing not less than the amount equal to 377 Lakh.

DEFINITION OF SIMILAR WORK

Similar works means management, operations and maintenance of Liquid Cargo Jetty at any Ports/ Minimum
3 years by the company or its JV/Subsidiary in handling POL, cryogenic products, oils and chemicals. The
intended tenderer must submit documentary evidence in support of above, in the form of a certified copy of
work order(s), successful completion certificate(s), payment certificate(s)/voucher(s) indicating the period of
work for which the payment has been made. Copies of all the certificates submitted, duly authenticated by
the bidder, will be verified with the originals by BPCL.

BQC-B. The average annual financial turnover of the tenderer during preceding three financial years
i.e.2015-16, 2016-17 and 2017-18 should be at least 142 Lakh.

BQC-C Financial – Profitable Operation Criteria: The net worth of the vendor should be positive as per the
latest audited financial statement.

“Net Worth” = “Equity + Reserves & Surplus”

Document to be submitted for BQC A– LOI, Purchase order, completion certificate, performance
certificate, payment receipts etc for similar jobs completed in last seven years up to date of issue of
tender.

Sign and stamp of Bidder Page 8 of 85


Document to be submitted for BQC B & C– Audited balance sheets and Profit & Loss account statement
of the bidder for the last 3 consecutive financial accounting years prior to the due date of bid submission.

3.5 TENDER OPENING:

a. The due date and time of opening of tender documents (techno commercial documents submitted
in e-bidding & documents submitted in physical form) is 30.06.2018 at 14:00 hrs. at the following
address:

LPG BOTTLING PLANT, BHARAT PETROLEUM CORPORATION LIMITED, URAN TERMINAL, Navghar
Industrial Estate, Behind MSEB Gas Turbine Unit,P.B.No:8,Bokadvira,Uran,Dist : Raigad-400702 .

b. On-line credential / technical bids of only those tenderer’s shall be opened who have submitted
physical documents as mentioned in Para 5.1 below. If any tenderer fails to submit the physical
documents and / or submits incomplete documents, their on-line bids shall not be opened and the
bid shall be considered as rejected.

c. Tenders received late for whatever reasons / without Tender Fee, EMD / submitted at the wrong
address / in open or stapled condition / incomplete in any other respect will not be considered.

d. Tenderer or his authorized representative (duly authorised in writing by the Tenderer) may witness
the opening of tender on the scheduled date and time.

e. The tenderer can also witness the tender opening through e-procurement (e-bid) system on
https://bpcleproc.in.

IMPORTANT:

I. It is mandatory that, before closure of the tender at 14:00 Hrs on 30.06.2018, the tenderer should
submit the documents in physical form as specified under Para 5.1 below.

II. Tenderers shall submit Price Bids only through e-bidding and no physical Price Bids documents shall
be submitted.

3.5 OPENING OF PRICE BID:

I. Price Bid (to be submitted online) shall be opened only for those Tenderers whose credential bid /
technical bid is found acceptable as defined in tender document.

II. The Tenderers meeting minimum qualification criteria will only be considered for opening of price bids
after evaluation of Technical bids of all participating and valid tenders. After scrutiny of the technical
bids, the eligible Tenderers shall be notified regarding date, time and venue for the opening of price
bids.

III. The price bid will be opened only through the e-procurement system on https://bpcleproc.in.

IV. The price bids will remain valid for 120 days from the date of opening of the Price Bid unless extended
by mutual consent in writing. The Corporation reserves the right to accept or reject any or all the

Sign and stamp of Bidder Page 9 of 85


tenders in part or in totality, or to negotiate with any or all the tenderers, or to withdraw/ cancel/
modify this tender without assigning any reason whatsoever.

4.0 TENDER GUIDELINES; TERMS & CONDITIONS:

4.1 General:

I. Relatives ( relatives means wife, husband, parents, grandparents, children grandchildren, brothers
and sisters, uncles, aunts cousins and their corresponding in- laws.) of officer/s responsible for award
and execution of this contract in BPCL are not permitted to quote against this tender. The tenderer
shall be obliged to report the name/s of person/s who are relatives of any officers of the BPCL & any
of its subsidiary Companies i.e. NRL, BPCL, BPC-KR etc., IOC or HPC or any officer in the State or
Central Government, and who are working with the tenderer in their employment or are
subsequently employed by them.

II. Any violation of this condition even if detected subsequent to the award of contract, would amount
to breach of contract on tenderer’s part entitling BPCL to all rights and remedies available thereof
including termination of contract.

III. The rates should be quoted in the same units as mentioned in the tender schedule.

IV. In case it is observed that all the tenderer’s or a group of tenderer’s have quoted in cartel, BPCL
reserves the right to reject some or all the bids of the tenderer’s who have quoted in cartel, without
assigning any other reasons for the same.

V. Rates quoted would be valid and binding on the tenderer for 120 days from the opening date of Price
Bid unless extended by mutual consent in writing. During the validity period, tenderer will not be
allowed either to withdraw or revise his offer on his own. Breach of this provision will entail forfeiture
of the Earnest Money Deposit. Once the tender is accepted and work awarded, the rates will be valid
for the entire contractual period.

VI. BPCL reserves the right, at their sole discretion, and without assigning any reason whatsoever, to:

a. Negotiate with any or all tenderer.


b. Distribute the work among Tenderers.
c. Reject any or all tenders either in full or in part.
d. Assign the offered and accepted tender to any of the Vendors and engage his services at any time
without giving any notice whatsoever to the vendors already appointed against this Tender.
e. Withdraw or cancel this tender in full or in part at any time during the Tender Process.

VII. The tenderer should study all the operations/ local conditions. Tenderers would be presumed to have
acquainted themselves with the working conditions existing at the location, before submission of the
tender.

Sign and stamp of Bidder Page 10 of 85


VIII. Tenders not meeting the tender terms & conditions or incomplete in any respect or with any
additions/ deletions or modifications are liable to be summarily rejected without any further
communication to the Tenderers and decision of BPCL in this respect will be final and binding.

IX. The estimated quantity to be delivered given in tender document is indicative and is subject to
change. BPCL reserves the right to increase/ decrease the qty, if required, during the tender period.

X. Tenderer should submit all the details and enclosures as has been asked for in the tender form. In
case any of the information is not applicable to the tenderer, "Not applicable" may be written against
such item. Not submitting any information/ enclosure sought for shall be a ground for rejection of
tender.

XI. Tenderer/his authorized representative may witness the opening of tender on the Scheduled date
and time.

XII. The relevant all valid documents such as registration certificates, PAN Number, GSTIN certificate,
income tax return for last three years, details of equipments with necessary certificates, drawings
etc. and should meet all statutory requirements.

4.2 EVALUATION / RANKING OF THE TENDERERS:

1. This open Tender is floated in two bid system i.e. technical bid & price bid. Initially, the technical bids
will be opened on scheduled date and will be evaluated on the following minimum qualification
criteria’s besides meeting other tender guidelines:

a. Price bids of only technically qualified tenderers, based on technical evaluation, will be opened on a
notified date which will be communicated only to technically qualified tenderer.

b. BPCL reserves the right to reject the tender application of a tenderer, based on BPCL’s experience
with them on their past performance.

c. The purchaser will examine the bids to determine whether:

 They are complete.


 They are free from computational errors.
 Required sureties have been furnished.
 The documents have been properly signed.

d. Arithmetic errors will be rectified on the following basis:

If there is a discrepancy between the unit price and the total price, which is obtained by multiplying
the unit price with quantity, the unit price shall prevail and the total price shall be corrected unless
it is a lower figure. If the supplier does not accept the correction of errors, its bid will be rejected.

If there is a discrepancy between words and figures, the rates expressed in words will prevail.
Purchaser may waive off any minor infirmity or non-conformity or irregularity in a bid which does not
constitute a material deviation, provided such a waiving does not prejudice or effect the relative
ranking of any bidder.

Sign and stamp of Bidder Page 11 of 85


e. Ranking of the tenderer’s i.e. L-1, L-2 etc. will be done based on the rates quoted. In Case, for a
particular ranking, BPCL’s decision on allocation of contract shall be final and binding on all the
Bidders.

f. BPCL reserves the right at its sole discretion to reject unworkable/ unviable rates quoted by
tenderers. Such tenderer’s will be treated as disqualified and will be rejected. The decision of BPCL
in this regard will be final and binding.

g. Tenderer with minimum financial outgo to BPCL will be ranked L-1. Tenderer with the next lowest
financial outgo will be ranked L-2 and so on. The list will include all the technically qualified tenderers
in the ranking based on the rates quoted by the respective tenderer’s.

4.3 NEGOTIATIONS:

i. The Corporation reserves the right to negotiate with any or all the tenderers. In such an event, BPCL
shall invite the tenderers for negotiations solely at tenderer’s cost.

ii. Only the proprietor of the firm or the legally authorized representative of the firm will be allowed to
attend such negotiations, at their own cost, as commitments made and/ or clarifications given during
the negotiations will be binding on the tenderer/s. He/ She should carry the necessary authorization
to attend such negotiations and to hand over an authenticated copy of the same to BPCL’s
representative/s participating in negotiations.

iii. Originals of the documents submitted as copies and the documentation to substantiate statements
made in the tender document are to be produced for verification by the BPCL during negotiations or
at any other time at the discretion of BPCL.

4.4 DEPOSIT (SD):

i. EMD: - Five percent of the tender value or rupees Ten lakhs (whichever is lesser) shall be deposited
by the successful BIDDER as EMD to BPCL paid in the form of Demand Draft drawn on any Scheduled
Bank in favor of Bharat Petroleum Corporation Ltd or Bank Guarantee of Nationalized / scheduled
bank strictly in the specified Proforma. Wherever EMD is prescribed, the same shall be equally
applicable for all bidders, including registered vendors if any, except in the case of bidders eligible
for exemption under MSE Policy.

ii. Successful tenderer’s will be required to furnish Security Deposit (SD) within 7 (Seven) days of
issuance of LOI/ Work Order at the following rates:

iii. A sum of Rs Ten Lacs or 5 % of the annual contract value (whichever is minimum) shall be deposited
by the successful BIDDER as security deposit with BPCL paid in the form of Demand Draft drawn on
any Scheduled Bank in favour of Bharat Petroleum Corporation Ltd. Or in the form of Bank Guarantee
of Nationalized / scheduled bank strictly in the specified Proforma, valid during the tenure of contract
and additional six month after completion of contract. The same should be submitted within 7
(Seven) days of receipt of Letter of Intent (LOI).

Sign and stamp of Bidder Page 12 of 85


iv. Adjustment of EMD towards Security Deposit is permissible for the portion of Security Deposit
payable by DD.

v. Interest is not payable on Security Deposit.

vi. Any loss/ claim and/ or damage arising out of the performance of the contract would be adjustable
against the SD. Any loss/ claims/ damages higher than SD will be recovered from payments under
this contract or deposits made by or payments under any other contract with BPCL.

vii. Security deposit would be refunded after six months of expiry of the contract on written request
from the Vendor, subject to fulfilling all terms and conditions of the contract.

4.5 DELIVERY PERIOD:

The execution period for the subject tender will be three years from the date of receipt LOI / PO or
as advised from BPCL.

4.6 EXECUTION OF AGREEMENT:

i. Successful tenderer will be required, before undertaking the contract, to execute the Agreement,
within 7 (Seven) days of the date of issue of the LOI given by BPCL.

ii. Successful tenderer is advised to send his team before one week so as to understand operations and
check the status of equipment.

iii. Tenderers are advised to carefully scrutinize the specimen set of Agreements and Forms attached
with tender documents / downloaded from our website before submitting their tender.

iv. When the person signing the tender is not the authorized signatory, necessary original Power of
Attorney authorizing the signatory to act on behalf of the proprietor/ firm should be produced before
signing the agreement, and notarized copy of the power of Attorney of the person authorizing should
be submitted for the record of BPCL.

v. Failure to execute the agreement and/ or furnish required Security Deposit within 7 (seven) days of
issue of Letter of Intent (LOI) may render the tenderer liable for forfeiture of Earnest Money Deposit
and termination of contract without prejudice to the rights of BPCL to recover the damages under
Law.

vi. All terms & conditions stipulated in the Notice Inviting Tender, Guidelines for Tenderers, Tender
Terms & Conditions, Declarations, Agreement and other documents furnished with the Tender and
related correspondence shall form part of the contract.

4.7 DUPLICATION OF CLAUSE:

Whenever there is duplication of clause either in the terms and conditions or in the Agreement, the
clause, which is beneficial to BPCL, will be considered applicable at the time of any dispute.

Sign and stamp of Bidder Page 13 of 85


5.0 TECHNICAL BID

5.1 Submission of Technical Bid: Details of documents to be submitted on-line through e-procurement
system on https://bpcleproc.in and in physical form are as under:

Sr.No. Particulars Submission Online Submission of Physical


Document
1 Signed and scanned copy of introduction (Annexure 1)  
2 Signed and scanned copy of Work Location (Annexure 2)  
3 Signed and scanned copy of Scope of work and Special  
terms and condition (Annexure 3)
4 Signed and scanned copies of Detailed scope of work  
(Annexure 4)
5 Signed and scanned copy of List of Equipment/Facilities  
(Annexure 5 and 6)
6 Signed and scanned copy of List of Equipment (Annexure  
7)
7 Signed scanned copy of list of consumables (Annexure 8)  
8 Declaration (Annexure 9)  
9 Declaration ‘A’ and ‘B’ (Annexure 10)  
10 Signed and scanned copy of GTC (Annexure 11)  
11 Signed and scanned copy of Arbitration clause  
(Annexure 12)
12 Copy of BG (Annexure 13)  
13 Signed and scanned copy of Integrity Pact (Annexure 14)  
14 Specimen copy of Agreement format (Annexure 15)  
15 Specimen copy of Indemnity Bond (Annexure 16)  
16 Dully filled, signed and scanned copy of particulars of  
Firms’ constitution (Annexure 17)
17 Signed and scanned copy of Declaration (Annexure 18)  
18 Dully filled, Signed and scanned copy of Vendor creation  
forms and supporting documents (Annexure 18)
19 Proof of experience of Operating & Maintaining liquid 
cargo jetty: Minimum 3 years by the company or its 
JV/Subsidiary in handling POL, cryogenic products, oils
and chemicals.
20 Details of similar works completed during last 7 years  
with PO/ performance certificate
21 Technical competency and qualification of Senior  
Management
22 Certificate from CA stating annual turnover for past 3  
financial years.
23 Certificate stating net positive worth for last 3 financial  
years.
24 Latest Annual reports of the organization 

Sign and stamp of Bidder Page 14 of 85


25 Audited Profit and loss statement for last 3 financial  
years
26 Audited Balance sheet statement for last 3 financial  
years
27 Income tax return certificate for last 3 financial years  
28 Proof of EMD as per tender Para 3.2 point No.1.  
29 Copy of MSME/NSIC certificate  
30 Copy of PAN Card  
31 Copy of GST Registration certificate  
32 Copy of PF Certificate  
33 Copy of ESIC Certificate  
34 NEFT Mandate Form duly endorsed by Bankers  
35 Cancelled Cheque  
36 Deviation Sheet (Nil Deviation sheet to be uploaded in  
case no deviations)

Sign and stamp of Bidder Page 15 of 85


ANNEXURE-II

INTRODUCTION TO WORK LOCATION

BPCL jointly with IOCL owns and operates Liquid Cargo jetty inside Jawaharlal Nehru Port, Sheva Navi
Mumbai, near to Taluka Uran. JN Port is one of the youngest & modern port in India. The jetty is developed
on coastal area inside JNPT and located approx 30 Kms distance from Vashi Railway Station.

Bharat Petroleum Corp Ltd. is associated with JN Port for handling exclusively Liquid Cargoes, coming to the
Liquid cargo jetty if this port. Jetty has been constructed under the boot concept, commissioned in Feb ‘2002.
Presently, jetty is handling various liquid cargoes in large volumes consisting of Class A, B & C POL products
viz Naphtha, ATF, SKO, Crude oils, FO and also refrigerated Propane, Butane and LPG. Apart from the
petroleum products, jetty is handling various chemicals such as MEG, Ammonia in cryogenic state, SM, acids
and also, edible oils and molasses.

The jetty has well equipped facilities for handling liquid cargo through pipelines (List of products attached as
annexure VII). Jetty is developed with large network of pipelines, intermediate lines, pig launchers, Loading
Arms and associated pipelines such as air & nitrogen pipelines and sump tank. Jetty is provided modern
mooring equipments such as Quick release mooring hooks & bollards & super cone fenders.

Brief description of the facilities is as under:

NO. FACILITY FEATURES


1 MAIN JETTY 300 M LONG & 40.5 M WIDE
2 BERTH TWO- SEA & SHORE SIDE.
SEA SIDE LOA- 330 M, DRAFT 13.5 M, 85,000 DWT SIZE OF VESSELS-
(LENGTH-300 M.) MAX. DISPLACEMENT-1,200,00 MT
SHORE SIDE LOA- 185 M, DRAFT 10.5 M, 25,000 TO 35,000 DWT SIZE OF
(LENGTH-250 M.) VESSELS, MAX. DISPL- 45000 MT
3 VESSEL UNLOADING / For POL PRODUCTS - 6 NOS., 12” DIA., 1500 KL / HR
LOADING ARMS CAPACITY.
For CRUDE OIL – 2 to 3 NOS, 18” DIA, 2500 KL/HR CAPACITY.
FOR LPG – 1 No., 12” DIA 500 MT/HR.
FOR AMMONIA – 1 NO, 9” DIA, 500 MT/HR.
ALL THE LOADING ARMS ARE EQUIPPED WITH EMERGENCY
RELEASE COUPLING AND WIRELES REMOTE CONTROL
SYSTEM.
4 BERTHING / MOORING FENDERS : 26 NOS.
EQUIPMENTS BOLLARDS : 14 NOS.
QRMH : 15 NOS.

Sign and stamp of Bidder Page 16 of 85


5 FIRE FIGHTING SYSTEM PROVIDED IN LINE WITH OISD 156.
PRESSURISED SYSTEM- MAINTAINS 7 KG/CM² AT THE
FARTHEST POINT.
F/W PUMPS: 3 NOS MAIN + 2 NOS AS STANDBY
V.T. PUMP OF 880 M³/HR, 125 M HEAD.
JOCKEY PUMP: 1 NO MAIN + 1 NO AS STANDBY V.T. PUMP OF
72 M³/HR, 95 M HEAD.
TOWER MONITORS : 6 NOS
WATER CURTAIN NOZZLES : 10 NOS,
HYDRANT LINE & 19 NOS. DOUBLE HYDRANT
6 FOAM SYSTEM FOAM TANK OF SS : 3 NOS 15 M³ EACH
FOAM PUMPS : 4 NOS OF 15 M³ / HR
TOWER MONITORS : 2x 12 M HIGH : 3000 LPM, & 2 x 20 M
HIGH 6000 LPM and 2 x 20 M HIGH 7570 LPM
7 OIL COMBAT SYSTEM SLOP TANK : 1 OF 11 KL CAPACITY
OIL DISPERSANT SPRAY UNITS : 2 NOS
OIL SORBENTS: PILLOWS 50 NOS.
OIL CONTAINMENT BOOM: 240 MTRS.
Apart from the above summary, the facility also includes pipelines and control room as under:

A. PIPELINES
BPCL Owned: Three pipelines of 24” dia. each. BPCL has also provided 2 x 12” dia pipelines for pumping
cryogenic LPG / Propane / Butane. Two pipeline for handling white oils and one for handling black oil with
the following flexibilities.
a) Simultaneous unloading of product from both berths (white oil/white oil or white oil / black oil
combinations).
b) Loading of White oil / Black oil.
c) Apart from the above various private tank farms owners have provided around 22 nos. pipelines
(dia meter ranging from 8” to 30”) for loading / unloading of products at the jetty.

B. PUMP HOUSE AND CONTROL ROOM :

The fire pump house and Jetty office are located on the jetty approach trestle. The jetty office has space
for shift officers and the MOV’s panels, UPS, Battery bank, have been accommodated in it.
The fire pump house has 5 nos. fire engines, 2 nos. Jockey pump, fire alarm panel and Joy stick control
system.
The electrical MCC room is also located on the ground floor.

Sign and stamp of Bidder Page 17 of 85


ANNEXURE-III

SCOPE OF WORK AND SPECIAL TERMS AND CONDITIONS

This tender is for selecting an agency to provide management, operations and maintenance services of the
jetty and ensure safety of the jetty and allied equipments.

The successful Bidder shall be responsible for:

a) The management, operations and maintenance of BPCL Liquid Cargo Jetty (LCJ) which broadly includes
Loading / Unloading from Marine Tankers and pigging activity in all Three shifts. The operation activities
shall be as per ISGOTT / OCIMF requirements. The successful Bidder is to provide adequate resources on
contractual basis for management, operations and maintenance activities of BPCL’s liquid cargo jetty at
JNPT. The entire handling operations & safety of all products at the jetty are included in the scope of
work.

b) Preventive maintenance of equipment in LCJ which includes all Fire fighting Pumps, small Compressor for
DV auto system, Fire Fighting equipment, MOV’s, Actuators, pressure gauges, DV system etc., including
breakdown maintenance if any. (List of equipment enclosed as annexure V & VI).In case of breakdown of
any equipment, same has to be attended on urgent basis.

c) Ensuring minimum turnaround time of vessels and continuous follow up with respective tank farms and
boarding officers in case of delay in unloading/loading operations. Also issue LOP’s to vessel and tank
farms immediately in case of any delay from vessel side or any damage done by vessel to our jetty
facilities or structures or any deviation from SOP’s.

d) Liaoning with BPCL / JNPT personnel and shipping agents, surveyors, terminal operators and other parties
associated with jetty operations in all three shifts including Sundays and holidays.

Technical Knowhow requirement

a) The Bidder or its subsidiary must possess the technical know-how and wherewithal which would be
required to successfully provide Operation & maintenance of the jetty as sought by BPCL, for the entire
period of the contract. The Bidder should be conversant with ISGOTT/ MARPOL/ OISD Stds etc. and
must possess the requisite experience, strength and capabilities in providing the services necessary to
meet the following eligibility requirements.

i) The Bidder or its subsidiary should possess an experience of operating and maintenance of liquid cargo
jetty including all facilities for a past period of minimum three years/ Minimum 3 years by the company
or its JV/Subsidiary in handling POL, cryogenic products, oils and chemicals.

ii) The Bidder should have experience in handling (loading, unloading ) POL products viz. MS, Naphtha,
ATF, SKO, HSD, Crude oil, FO , products in cryogenic state, various Oils & Chemicals etc. at the jetty.

Sign and stamp of Bidder Page 18 of 85


iii) The Bidder should have adequate technically competent people in top management to oversee and
guide their field team at the jetty on regular operations & maintenance activities (List of technically
competent manpower to be submitted along with their names, qualification and experience).

b) Similar Works –

Particulars Year No. of works Value


Details of Completed similar
Works as defined in the tender
document During last 7 years.

c) Bidder shall submit the following documents in support of fullfiling the above

Criteria for technical bid evaluation:

i) PO copy for the similar work done on the past indicating value of work or a letter from the principle
employer for the award of the job.
ii) Completion certificate indicating PO No. & Date from User.
iii) Performance certificate from principle employer for satisfactory operation & maintenance of jetty
activities / facilities by the Bidder which should also cover the period of contract / contract number /
purchase order number.
iv) All pages of the scope of work, special terms and conditions and General terms and conditions of the
tender and all other documents should be duly signed and stamped on each page.

Financial criteria:-

i) Bidder shall have minimum average annual turnover as specified in the BQC of the annual estimated
cost. as per audited financial results in the preceding three financial years.Turnover shall mean
consolidated turnover in case of a Bidder having wholly owned subsidiaries. Vendor should submit
following documents:

a. Latest Annual Reports


b. Audited balance sheets
c. Profit & Loss accounts

ii) The Bidders should have positive net worth for the last 3 years.

iii) The Bidder shall submit certified copies of last three years income tax returns, PAN card details and
Goods and service tax registration numbers, (with supporting).

iv) The Bidder shall submit bank solvency certificate from a scheduled bank.

v) The contract shall be for a period of THREE year.

vi) The price bid shall be evaluated based on total cash outflow (Inc of all Taxes as applicable) as per the
schedule of rates of the tender.

Sign and stamp of Bidder Page 19 of 85


vii) EMD Clause: All vendors will have to submit EMD (earnest money deposit) of Rs. 10,00,000/-(Rupees
tenlakhs) or 5 % of tender value (whichever is minimum) in form of DD drawn on Scheduled Bank in
favor of Bharat Petroleum Corporation Limited payable at Mumbai or Bank Guarantee of Nationalized
/ scheduled bank strictly in the specified Proforma as per the general conditions of the tender along
with the tender documents, Wherever EMD is prescribed, the same shall be equally applicable for all
bidders, including registered vendors if any, except in the case of bidders eligible for exemption under
MSE Policy. The DD details related to EMD should be entered in the e-tender portal by the bidder.

viii) Security deposit has to be paid either by DD or in the form of bank guarantee valid for the period of
contract. A sum of Rs. 20 Lakhs or 5 % of the contract value (whichever is minimum) shall be deposited
by the successful BIDDER as security deposit with BPCL.

ix) The bids must be complete in all respect and should cover the entire scope of work as stipulated in the
bid documents. Bids of non-compliant Bidders shall not be evaluated commercially.

All the above eligibility criteria must necessarily be supported by relevant certification, CVs, documentation
such as purchase order copies, Annual reports, project sign-off document, customer reference list, contact
details etc. for the Bid-qualification criteria.

Sign and stamp of Bidder Page 20 of 85


ANNEXURE-IV

DETAILED SCOPE OF WORK

1. SUPERVISION, ADMINISTRATION, CO-ORDINATION & DOCUMENTATION

The successful Bidder shall be responsible for the administrative control of the entire jetty areas as directed
by BPCL Officers / Location in-charge.

Representative of Bidder shall co-ordinate on day to day basis with various agencies like JNPT, Tank Farm
owners / Ship’s Master / Customs / Shipping agents / Coast Guard / CISF / Surveyors / bidders or any other
user / visitors to the jetty as per the direction by BPCL Officer / Location in charge for berthing / un berthing
as well as complete operations of vessel and management of jetty.
Attend daily berthing meeting or any other meeting / discussions with any agencies / port users as advised
by BPCL Officer /Location in charge.
Supervise entire jetty area including Fire Water Pump House / electrical panel rooms round the clock for all
activities including tanker discharge / loading operation, bunkering activities from the bunkering installation.
Co-ordinating berthing / unberthing / mooring of the vessels, carrying out pigging of pipeline using air or
nitrogen, any kind of maintenance jobs whether for principal’s facilities or other users facilities, being carried
out by any agency or any other kind of activities being performed in the jetty area as per instructions from
BPCL.
Maintaining daily record of various day-to-day activities related to the jetty in the form of soft as well as hard
copy as directed by BPCL and submitting daily reports / analysis as and when required by BPCL time to time.
It also includes ship shore safety check list as per ISGOTT.
BIDDER shall be responsible for:

a) Providing competent manpower for Management, Operations and Maintenance of BPCL liquid cargo
Jetty which broadly includes Loading/Unloading from marine tankers and pigging activity using
supplied pigs (cup and foam) for BPCL in all three shifts. The operation activities shall be as per BPCL
requirements and SOP’s given by BPCL.

b) Supply of 24” Foam pig to carry out Dry pigging and cargo pigging. Minimum inventory should always
be maintained so as to avoid any delay in operations. Make of foam pig should be Radiant supply or
any other equivalent as per instruction by BPCL officer.

c) Supply of 24” NBR cup pig to carry out Cargo pigging as per requirement from IOCl terminal. Cost of
one cup pig means estimated value of 4 cups for each pig excluding mandrel. Make of cup pig should
be VKVC or any other equivalent as per instruction by BPCL officer.

d) Supply and arrangement of Liquid Nitrogen tankers at BPCL to carry out pigging of POL products.

e) Supply of original Audco Sealant for Plug valves and applying the same as per PMS schedule.

Sign and stamp of Bidder Page 21 of 85


f) Ensure presence of Bidder representative at jetty during berthing and sail out of vessel.

g) Ensuring minimum turnaround time of vessels and continuous follow up with respective tank farms
and boarding officers in case of delay in unloading/loading operations. Also issue LOP’s to vessel and
tank farms immediately in case of any delay from vessel side or any damage done by vessel to our jetty
facilities or structures or any deviation from SOP’s.

h) Preventive Maintenance and Ensuring satisfactory operating condition by providing for systematic
inspection, predictive maintenance, beak down maintenance, and reporting of incident / failures either
before they occur or before they develop into major defects of equipment’s in LCJ as per Annexure V
& VI.

i) Liaising with vendors with AMC appointed by BPCL for Major maintenance and Periodic inspection as
per AMC contract executed by BPCL (List of the equipment’s enclosed as per Annexure V & VI)

j) Liaising with BPCL / JNPT /CISF personnel in all three shifts including Sundays and holidays.

2. MANPOWER

i. Jetty in Charge: (1) One qualified engineer in general shift on all working days or as per requirement.

ii. Maintenance Engineer: (1) Qualified Mechanical engineer in general shift on all working days, however,
shall be responsible for all maintenance work throughout the contract period. He may have to come on
leave days or extend for extra hours in case of breakdown maintenance.

iii. Safety Officer: (1) Qualified Safety officer (as per Factories Act in Maharashtra) in general shift on all
working days, however, shall be responsible for all HSSE work throughout the contract period.

iv. Shift In charges: (3) Three qualified shift engineers, one in each shift for round the clock operations and
jetty management.

v. Shift Officers: (8) Eight nos qualified shift Officers with min two officers in each shift for round the clock
operations and maintenance.

vi. Workman: (14) Placing minimum 4 workers per shift with basic knowledge of liquid cargo jetty operation
and maintenance.

vii. Fitters: (3) Three fitters, one in general shift and two in 1st and 2nd shift for maintenance jobs.

viii. Housekeeping Workman: (3) Three Workmen in general shift for housekeeping of jetty area.

ix. Electrician : (4) One Electrician in each shift round the clock including Sundays and Holidays

3. Minimum qualification / Experience criteria

a. Jetty In Charge - Degree in Engineering (either Chemical / Mechanical) with minimum 8 years of
experience in similar field. He should have knowledge on ISGOTT/ OCIMF norms. He should have good
leadership qualities and shall be able to lead, motivate a team of engineers / operators for effective
performance. He should have sound knowledge of Safety and Maintenance activities.

Sign and stamp of Bidder Page 22 of 85


b. SHIFT IN CHARGE - Degree Engineering (Chemical / Mechanical/ Electrical/ Instrumentation) with 4 years
experience in similar field. He should have knowledge on ISGOTT/ OCIMF norms. He should have
experience in marine operations of at least 2 years. Experience shall be either as On board ship officer /
Handling of jetty operations / marine operations with a basic understanding of tankers, tanker
operations.

c. MAINTENANCE OFFICER – Degree in Mechanical engineering with 3 years experience in Oil and Gas
Terminal.

d. SHIFT OFFICERS - Minimum Engg. Graduates with two years experience / Diploma Engineers with 5 years
experience (either Chemical/ Mechanical/ Electrical/ Instrumentation) in similar field.

e. SAFETY OFFICER - Minimum Engg. Graduates (as per Factories Act in Maharashtra) with two year
experience / Diploma Engineers with 5 years’ experience in similar field.

f. Workmen- Minimum 10th pass with three years experience at jetty for Liquid cargo handling or in similar
field.

g. Fitter- Minimum NCTVT in mechanical stream with three years experience at jetty or in similar field.

h. Electrician Minimum NCTVT /ITI should be an Electrical license holder with experience of three years at
jetty or in similar field.

4. BPCL ENDORSEMENT OF PERSONS TO BE DEPLOYED BY THE BIDDER :

The persons to be deployed must strictly meet the minimum qualification and experience criteria as per
BPCL suggested organogram. In case, in the opinion of the Terminal-In-Charge, the deployed persons are
found to be not suitable for the work, the BIDDER shall ensure immediate replacement of them at no extra
cost to BPCL.

a. BIDDER shall provide details of deployment of minimum manpower (Officers / Supervisory staff) for
this job. Successful Bidder to submit Bio-data for all the supervisory / management staffs, workmen
going to be deployed for the work to BPCL and obtain format written clearance before deploying the
persons for the work. All contract staff and workmen are required to undergo qualitative screen test
/ interview conducted by BPCL team.

b. The BIDDER shall have valid Labor license, PF / ESI registration No, PAN No., or any NOC/ license or
permission etc. required from any statutory body / Govt. department. All persons deployed should
be certified as medically fit for jetty job by competent registered doctor.

c. Liaisoning and Documentation Activities:

i. Proper and safe Custody by the Bidder for all statutory LCJ documents, records, drawings, Equipment
Manuals etc. handed over for reference.

ii. Preparations of all Statistical Information, MIS as required by BPCL and adhere to the timelines.

iii. Co-ordinate with audit teams and assists BPCL to reply to audit queries.

iv. Carry out correspondence within / outside company on BPCL’s advice.

v. Visit JNPT to exchange data and compilation of monthly vessel / product / accounts data.

Sign and stamp of Bidder Page 23 of 85


vi. Certification, verification of vessel quantity from B/L and vessel ullage report and prepare XL sheets
for final invoicing.

vii. Verification of all vessel related papers from agents.

viii. Maintain vendors / bidder records for various works carried out at jetty.

ix. Maintain details of material procured / services availed at jetty.

x. Records for firefighting system as per OISD and preventive maintenance schedule and history cards
for all equipments / instruments & facility.

xi. Gate pass system and issue of site clearance for terminal operators / user/ shipping agent on
completion of vessel.

xii. All other records to be maintained as advised by BPCL from time to time for jetty management
operations and maintenance.

d. Successful Bidder shall ensure that all staff and workmen should be medically fit and should have
undergone complete medical fitness checkup / test through port authorized/competent medical
practitioner/hospital keeping sea sickness in mind. Medical clearance / approval will be required to
be taken from our office on the basis of medical certificate given by the medical practitioner. The
medical check up to be required during the commencement of work under this contract and every
six month thereafter for persons regularly working in jetty area. All cost of medical fitness test
including consultation fee will be borne by the successful Bidder. The Bidder should ensure regular
renewal of the gate passes from CISF security posted at JNPT gate after clearance of BPCL.

5. Safety

i. The Bidder shall provide Personal Protective Equipment (PPE), i.e. Safety shoes, Helmet, Protective
clothing, Safety goggles, Ear-plugs, 50 Mtr Rope, Life Bouy’s etc. to all their staff as per Standard
Safety Specifications. Personal protective equipment shall be worn during the operations /
maintenance activities.

ii. The Bidder shall conduct Safety training of their staff / drivers including contract employees and
arrange for First Aid boxes in jetty, Fire water pump house and office. Training shall include fire
fighting knowledge and First Aid measures. The training shall cover all employees at least once during
the year.

iii. In case of any change in safety rules / regulation, the same will be circulated / intimated to the
BIDDER as and when applicable and it is binding on BIDDER to abide by the same.

iv. The safety Officer shall be the Safety In charge from BIDDER to ensure compliance of BPCL Safety &
Security standard in LCJ. To coordinate with BPCL Jetty office for operations, upkeep and timely
Preventive maintenance of firefighting equipment

a) All employees of BIDDER shall be trained and should participate in Fire Drills and DCMP as per BPCL’s
directions.

Sign and stamp of Bidder Page 24 of 85


b) At least two near miss identification and corrective measures taken should be reported in every
month.
c) Monitoring auto fire protection system and ensure the fire protection system will be on Auto mode
at all times.
d) Shall assist BPCL to comply with Safety audit recommendations.
e) Identification of Unsafe conditions including RCA for improvement in LCJ/office
v) They should conduct weekly safety talks and maintain records. The safety Officer should oversee all
the activities, operations and maintenance are undertaken with all safety measures and precautions.
The safety officer should oversee all the activities, operations and maintenance are undertaken with
all safety precautions. No unsafe operations / maintenance is allowed.

6. Others:
i. Fire water, utility water, drinking water, Electricity provision will be made by BPCL.

ii. All the operations in the Terminal should be monitored by a responsible Officer of the Bidder.

iii. Canteen facility is not available in LCJ. Bidder has to arrange foods for their staffs on their own.

iv. All records should be maintained in the completed and accurate form. The records should be made
available for BPCL / statutory authorities to conduct audit / inspection at any time.

v. The Bidder shall be liable to pay any compensation to its employees under workmen compensation
Act, observance and compliance of all Labour and Industrial Acts such as minimum wages act; Labour
(Regulation & Abolition act) Industrial Disputes act etc.

vi. The Bidder is expected to take care of Boundary Management issues arising out of LCJ Operations.

vii. BPCL shall not be responsible for any loss, breakage or theft of BIDDER's material for which he has to
make his own arrangements.

viii. BIDDER shall ensure that no worker shall consume alcohol / tobacco products during working hours.

7. Housekeeping:

The successful Bidder should maintain excellent housekeeping at the jetty. The area also includes the
small garden behind the security cabin & OUT OF Jetty gate entrance. Daily cleaning of jetty surface
and clear product spillage remove and dispose off unwanted vegetation and grass cutting in the jetty
area and pipeline track and jetty gate to Pump house. Monthly or as & when require cleaning from
Jetty Gate to south side of Jetty area below pipeline rack.

8. Office setup: Bidder shall provide PC with printer / internet connection for shift officers and In-charge
of jetty.

9. MIS: Maintain all MIS regarding vessels as per format given by BPCL.

Sign and stamp of Bidder Page 25 of 85


10. TRANSPORT FACILITY :

BIDDER will provide transport facility as under:

BIDDER will have to arrange their own transportation and accommodation for their staff. They shall
provide to BPCL:

i. One Utility vehicle with 2 drivers on 24 hours basis for the entire contract period for transporting of
pigs, HSD barrels, consumable items, emergency purpose, maintenance tools & tackles etc. The utility
vehicle shall be of 2018 model. All cost pertaining to maintenance of vehicle, driver cost and diesel
etc shall be borne by BIDDER (approx running of vehicle shall be around 3000 km per month, if
running is more than 3000, extra on actuals will be paid)

ii. One car/SUV (Power window operation) with driver on 15 hours basis in a day reporting to BPCL for
attending various urgent jobs, meetings, local travels to various depts. The time shall be from 0700
am to 1000 pm. The reporting and release point for this vehicle shall be on the directions of BPCL.
The vehicle shall be of 2018 model. All cost pertaining to maintenance of vehicle, driver cost and
diesel etc shall be borne by BIDDER (approx running of vehicle shall be around 3000 km per month,
if running is more than 3000, extra on actuals will be paid). With Electrical operated

iii. The drivers on the above vehicle shall be well disciplined and with proper uniform and shall be
provided with a mobile phone for communication.

iv. Any vehicle not reporting for any reasons should be replaced temporarily by another vehicle.

v. The drivers of the above vehicles shall be governed by all applicable labour laws. All statutory
obligations of the driver and vehicle shall be the responsibility of the bidder.
Above vehicles will be properly maintained to ensure their complete utility. All vehicles will move on the
directions of BPCL. All the cost on above is to be included in the quoted rates. (KM capping and routes
may be fixed after mutual discussion).

10. BIDDER’S OBLIGATIONS:

i. For any damage, breakage or loss of any equipment of property of the company, the Bidder shall have to
make good the same at his own cost failing which the amount will be recovered from his security deposit
or from otherwise dues as payable to him by the company or otherwise recovered.
ii. Close monitoring of vessel berthing, sailing out and other operations i.e. Gangway placement,
unloading/loading of vessel has to be done. In case of any damage to the jetty facility, immediate
information has to be given to vessel master/concerned authorities and BPCL officers. LOP’s and Letter
has to be issued immediately to concern person/authority.

iii. The Bidder shall keep a proper inventory of the items placed at his disposal by the company and the same
shall be verified by the Bidder along with the representatives of the company.

iv. BPCL reserves the right of free access through its authorized representative(s) to inspect the jetty
facilities / equipment at all times without any prior notice.

Sign and stamp of Bidder Page 26 of 85


v. The bidder should strive to increase the business at the jetty. In case the bidder is proved to be non-
efficient creating hindrance in bringing and increasing the increasing the business to jetty, then Company
reserves the right to take action as deemed fit including termination of contract.

vi. The bidder shall have to operate all facilities at liquid cargo jetty including fire fighting system, pollution
control equipments provided by BPCL such as oil booms, skimmers and oil dispersant kits.

vii. The Bidder shall fully co-ordinate and provide all assistance during third party inspections like Safety audit
/ Operation audit etc.

viii. Successful Bidder shall obtained gate passes for all the officers / workmen for entry at jetty (JNPT CISF
gate pass) at his own cost. Please note that making of Gate pass of vendors/workmen having AMC’s and
other jobs on jetty on regular basis will also be in the scope of bidder.

ix. The successful Bidder shall provide safety PPE’s to all his workers like safety helmet (white), safety
goggles, chemicals splash goggles, hand gloves, safety shoes etc. ( All PPE’s make should be of reputed
make like Anmol, PN Safetech, Unicef, 3M India, Atlas).

x. List of records / register to be maintained under various labour laws as under.


a) Register showing details of the workmen Form No.XIII.
b) Attendance register Form No.XVI.
c) Wages register Form No.XVII.
d) Attendance cards given to workers.
e) Wages slip Form No. XIX.
f) Register of deduction for damage or loss Form No.XX.
g) Fine register Form No. XXI.
h) Advance register Form No. XXII
i) Over time register Form No. XXIII.
j) Employment card Form No.XIV.
k) Bonus register in Form – C.
l) Leave register under factories Act in Form – 18.
m) PF challan for the previous month.
n) Form No.6A duly acknowledge by PF department.
o) Copy of PF code and allotment letter.

The Bidder shall also maintain any other statutory records applicable to him other than given above or as
informed by BPCL from time to time.

11. CONDITIONS OF WORK:

i. Efficiency, promptness, quality service, good behavior, courtesy and politeness of the Bidder his staff are
the essence of the contract.

ii. The Bidder / his representatives are required to supervise in person on a daily basis all the work and
services at the BPCL jetty premises. The Bidder shall carry out work as per the conditions of Contract.

iii. The bidder shall ensure regular, effective supervision and control of the personnel deployed by them and
shall give suitable direction for undertaking the contractual obligations. If at any time during the tenure
of the Contract it is noticed that workmen / supervisor employed by the Bidder are inefficient in
performing duties or for other reasons of misconduct or otherwise are not desirable to be engaged in
executing the work, the Bidder shall not continue to deploy them in the BPCL premises and immediately
replace them at no extra cost to BPCL.

Sign and stamp of Bidder Page 27 of 85


12. PAYMENT TO WORKMEN:

a. The BIDDER shall strictly comply with all provision of labour laws and submit monthly records to BPCL.

b. The BIDDER shall strictly follow all provisions of Minimum Wages Act (s) (Central), Contract Labour
(Regulation & Abolition) Act or any other Act(s) applicable to workers in this area.

c. The BIDDER must obtain necessary licenses from the licensing authority wherever applicable.

d. The payment of the monthly salary to the staff/workmen should be done on or before 7th of every month
and shall be effected through bank and records to be submitted to BPCL office.

e. Weekly off shall be given to all employees and adequate strength shall be maintained all the time. No
absenteeism will be allowed.

f. Successful Bidder shall arrange for group insurance policy to cover all types of accidents insurance
policy in addition to workmen compensation policy. Contractor shall at his own expenses carry and
maintain insurance with reputable insurance companies to the satisfaction of the Owner as follows:

i) Employees State Insurance Act:

The Contractor agrees to and does hereby accept full and exclusive liability for the compliance with all
obligations imposed by the Employees State Insurance Act, 1948, and the contractor further agrees to
defend, indemnify and hold Owner harmless from any liability or penalty which may be imposed by the
Central, State or Local Authority by reason of any asserted violation by contractor or sub-contractor, of
the Employee State Act, 1948 and also from all claims suits or proceedings that may be brought against
the Owner arising under, growing out of or by reason of the work provided for by this contract whether
brought by employees of the contractor, by third parties or by Central or State Government authority
orany political sub-division thereof.

The contractor agrees to filing, with the Employees State Insurance Corporation, the Declaration Forms
and all forms which may be required in respect of the contractor’s or sub-contractor’s employees whose
aggregate remuneration as fixed by the concerned authorities and who are employed in the work
provided for or those covered by ESI Act under any amendment to the Act from time to time. The
contractor shall deduct and secure the agreement of the sub-contractor to deduct the employee’s
contribution as per the first schedule of the Employee State Insurance Act from wages and affix the
Employee’s contribution Cards at Wages payment intervals. The contractor shall remit and secure the
agreement of the sub-contractor to remit to the authorized bank, Employee’s State Insurance
Corporation Account, the Employee’s contribution as required by the Act. The contractor agrees to
maintain all Cards and records as required under the Act in respect of employees and the payments and
the contractor shall secure the agreement of the subcontractor to maintain such records. Any expenses
incurred for the contribution, making contribution or maintaining records shall be to the contractor’s or
sub-contractor’s account.

The Owner shall retain such sum as may necessary, from the total contract value until contractor shall
furnish satisfactory proof that all contributions as required by the Employees State Insurance Act,
1948,have been paid.

ii) Workman’s Compensation and Employee’s Liability Insurance:

Insurance shall be effected for all the Contractor’s employees engaged in the performs of this contract,
if any of the work is sublet, the contractor shall require the sub-contractor to provide workman’s

Sign and stamp of Bidder Page 28 of 85


compensation and employer’s liability Insurance for the latter’s employees if such employees are not
covered under the contractors insurance.

iii) Any other Insurance Required Under Law or Regulations or by Owner:

Owner shall cover Project Material and Equipments under and over all Marine-cum-Erection Insurance
Policy. Contractor shall carry and maintain any and all other insurance which be required under any law
or regulation from time to time. He shall also carry and main any other insurance which may be required
by the Owner.

iv) Automobile Liability Insurance:

Contractor shall take out an Automobile Liability Insurance to cover all risks to Owner for each of his
vehicles plying on works of this contract and these insurance shall be valid for the total contract period.
No extra payments will be made for this insurance. Owner shall not be liable for any damage or loss not
made good by the insurance company, should such damage or toss result from unauthorised use of the
vehicle.

BPCL has insurance from third party for assets and stocks for Liquid cargo jetty.

g. The successful Bidder shall not employee any contract labor or employee whose age is below 18 years.

h. The successful Bidder shall also maintained valid labour license under the inter-state migrant workmen
act, if the successful Bidder is likely to engage migrant workmen.

i. The successful Bidder shall issue identity card to his employees and contract labours deployed by them.

j. The successful Bidder shall make payment of the contribution by way of employee’s contribution towards
provident fund.

k. The Bidder shall provide uniform to all his employees including office staff. The Uniform shall be kept in
neat, tidy and wearable condition.

l. BPCL shall not be liable to pay any compensation in respect of any disease / injury or fatality caused to
the workers of the BIDDER. It will be the sole responsibility of the BIDDER.

m. The successful Bidder shall make payment of compensation in case of accidental injury in accordance
with the provisions of the workman compensation policy ESIC. For this the successful Bidder shall take
insurance policy for the workmen engaged for the job. The successful Bidder shall also submit copy of
insurance policy and keep it renewed during the contract period. The successful Bidder shall pay extra
wages for over time to the workers engage by him.

n. The successful Bidder shall pay the wages as per the rates fixed under the payment as per Minimum
wages Act applicable in Maharashtra from time to time.

o. The successful Bidder shall pay bonus to his eligible employees in accordance with the provisions of the
payment of Bonus act. He shall keep and maintain the register as prescribed under the payment of Bonus
Act and shall produce before the authorized officer of the BPCL.

The company reserves the right to terminate work order / LOI if successful Bidder fails to comply the
labour laws as stated above and the labour laws which are applicable to his firm from time to time.

Sign and stamp of Bidder Page 29 of 85


The company will be entitled to deduct directly from the bills to be paid to the successful Bidder any sum
or sums payable by you/ your sub-bidder and which sum / sums the company is required to pay as
principle employer on account of you / your sub-bidder’s default in respect of all liabilities referred to in
above clauses.

13. Security:

Security arrangement for LCJ shall be provided by BPCL. / CISF.

14. PERFORMANCE STANDARD:

The BIDDER’s performance will be regularly monitored on the following parameters:

a. Regular maintenance of equipments to ensure NIL breakdowns of all operating system / equipments
under their control.
b. Achieving Training requirements as per target
c. Ensuring NIL Accident.
d. Efficiency in handling vessels promptly.
e. Confirming to ISGOTT guidelines
f. Conformance to HSSE Standards as per BPCL and OISD.
g. Operational records of vessels like tanker log book and MIS details.

15. VESSEL DISCHARGE / LOADING OPERATION, BUNKERING & OTHER ACTIVITIES IN THE JETTY AREA

The vessel handling operations, Hose handling and MLA operations shall strictly comply with the specific
requirement of ISGOT. The berths at the jetty are required to be manned round the clock by experienced
personnel for smooth and safe operation of the facilities during vessel discharge/ loading, bunkering or
for providing any other related services at the berth.
The successful Bidder shall be responsible for all Operational activities for smooth discharge/ loading/
bunkering or any other services being offered to the vessel which includes, but not limited to, following.
a) Shall Co-ordinate with the JNPT/ Shipping agent/ Tank Farm owner for all the pre-berthing/ post berthing,
loading/ discharge, bunkering etc. activities of a vessel operation and seek desired information
immediately after the declaration in the berthing meeting.
b) Shall Co-ordinate with the berthing master at the time of berthing for proper positioning of the vessel,
so that the discharge manifold of the vessel is in the line with the Outboard arm connecting range. Record
the time of berthing from the berthing Master.
c) Shall ensure that vessel is moored properly by JNPT mooring crews.
d) Shall conduct pre discharge meeting with the master of the ship and filling of ship shores safety checklist
as per the guidelines of ISGOTT (International Safety Guide for Oil Tankers and terminals).
e) Shall Co-ordinate with the receiving tank farm to line up the pipeline connection with the ship manifold
either through loading arms or through the flexible hoses. Ensure to show/ brief about the present
condition of our loading arms, manifold, dock pipelines, air pipeline, starting/stopping compressors for

Sign and stamp of Bidder Page 30 of 85


pigging operation etc. to the tank farm representative, consignee, shipping agent to avoid any claim from
them later on account of contamination / quality variation etc.
f) Shall ensure safe connection of loading arms to vessel manifold properly before commencement of
loading / discharge operation to vessel manifold in consultation with the vessel personnel and BPC.
g) Shall ensure that the hoses being used by the tank farm owners are of standard and approved quality /
make and were hydro tested in presence of authorized engineer for once every six months with record
thereof. Alternatively obtain from the tank farm owner/user the fitness certificate once in every six
months after carrying out hydro testing. Also ensure that the connections of the hoses made properly
using standard gaskets and the provision of collection tray below each flange connection of the hoses at
the jetty.
h) Continuous monitoring of discharge / loading / bunkering operation and maintaining log book at the
jetty. Taking hourly discharge figures, flow rate, pressure from the vessel and hourly receipt from the
terminal and comparing for any abnormal variation. However, action for abnormal variation including re
survey etc will be done in consultation jointly with BPC / Tank Farm Operators.
i) Ensure condition with respect to emptiness & quality in presence of master of ship / surveyor boarding
officer of concerned loading / Discharge Company for loading arms, manifold, dock lines, air line,
compressor, N2 vaporizer. Also after completion of discharge operations, ensure disconnection of
loading arm, stripping of loading arms and putting the stripped product into the respective pipelines or
slop tank.
j) Shall ensure skimmer & boomer operations and oil spillage collection activities. The oil water spillage
collection chambers shall be maintained in proper working condition at all times by the bidder.
k) Bidder shall maintain a logbook for recording all the activities and event chronologically.
l) In case of BPCL to IOCL terminal pipelines after completion of discharge, successful Bidder would pig the
line into the IOCL receiving tank. Pigging would be done by compressed air or nitrogen depending on the
type of cargo. All the equipment viz. compressor for pigging and associated accessories would be
provided by BPCL and same has to be arranged by bidder.
m) The bidder shall also require to send the manpower at IOC’s terminal for receiving the pig or to launch
pig if the pigging is being carried out from the terminal end. After completion of pigging, line would be
depressurized by the receiving tank farm. In case of other users, pipeline pigging would be done by the
user. The bidder would be required to supervise this activity for safe and clean operation.
n) Nitrogen will be arranged by Bidder and payment will be made as per the rates quoted by the bidder in
tender’s price bid. Please note, that no additional delay charges/operational expenses will be paid to the
bidder. All the cost, should be considered before quoting the rates. Please note that quantity of Nitrogen
may exceed the tender quantity depending upon the number of POL vessels, prior intimation has to be
given to BPCL about the same, so that BPCL can take necessary action.
o) Inspection of MLA and associated hydraulic emergency system prior, during and after transfer.
p) In case of BPCL pipeline, at every hourly basis the discharged quantity will be matched with the receiving
Tank / vessel. On completion of pumping, the unloading arms will be disconnected. The product in the
outboard arm will be drained into pipeline adopting standard practice. After draining the product into

Sign and stamp of Bidder Page 31 of 85


pipeline / sump tank, the valves will be closed after completion of discharge ullage report / tank
emptiness certificate is to be collected from Surveyor/master of the vessel. Similar exercise will be
applicable to all vessels in respect of maintaining records pertaining to vessel monitoring of operation at
jetty.
q) Communication between tanker & jetty and jetty & POL terminal will be through VHF, BPCL would
provide required VHF base station, portable radios and telephone for effective communication.
r) The bidder would be required to make arrangement for shifting of air compressor, pig cups etc from and
to IOC’s terminal as and when the same is required as a part of scope of this contract and no amount
would be paid separately towards such arrangements.
s) In case operations like double berthing and barging at jetty. The cost will remain same as quoted. Any
increase in the number of vessels handled at a time shall be included in this scope. No additional payment
shall be made for any change in methodology / operations.
t) Exchange pit operation: The operations at exchange pit shall be in the scope of the Bidder. Maintenance
of MOVs and actuator at exchange pit shall be done by the Bidder as per the scope in the tender
document.
u) BPCL has installed 2 nos. x 900 cfm air compressors at bunkering depot. Whenever, these compressors
are used for pigging, the Bidder will position one Technician/officer at bunkering depot for coordinating
the activities. He will be responsible for monitoring operating the compressors and logging the details
during the entire operations.
v) The bidder shall issue letter of protest to vessel or any other party on advice from BPCL.
w) The bidder as jetty O&M operator shall be responsible for any kind of vessel demurrage and penalties
levied by port or any statutory authority for negligence in operations and maintenance as per this
contract.
16 SPECIFIC ROLES AND RESPONSIBILITIES WHILE HANDLING LPG / PROPANE / BUTANE VESSEL AT BERTH.

i. The bidder shall be responsible for Lineup for Valves and checking the operation of ROV before starting
of precooling operation for each LPG Vessel in consultation with control room officer at LPG Terminal,
Uran

ii. The bidder shall be responsible for Positioning of discharge manifold of Vessel with Marine Loading Arm
in consultation with JNPT staff and Vessel. Job also includes providing Nitrogen for Leak test / Purging of
Marine Loading Arm.

iii. The Bidder shall be responsible for safe connection of LPG Marine Loading Arm to Ship’s manifold in
consultation with Vessel Master. Job also includes to carryout leak test, ensure readiness for ERS system
of MLA, Job also includes monitoring of MLA Connection during unloading operation. Any deviation such
as drifting of Vessel, leak of LPG should be immediately brought to the notice of BPCL Boarding officer.

iv. Job also includes Opening / Closing of valves on LPG Pipeline during Hot Gas Bypass after completion of
Vessel discharge in consultation with Vessel for at least 30 Minutes as per instruction of BPCL boarding
officer.

Sign and stamp of Bidder Page 32 of 85


v. The Bidder shall also carryout disconnection of MLA after carryout all safety checks provided by OEM and
bring back Loading Arm to Home Position. The operation shall be carried out under strict supervision of
BPCL boarding officer.

vi. All Safety checks to be carried out during connection of loading arm, during unloading and after
disconnection as per safety checklist provided by OEM.

vii. Job also includes monitoring of Drain Pot level and Hydraulic Oil Level at Power pack unit of MLA, Any
deviation to be immediately brought to the notice of BPCL Officer. Job also includes ensuring Power
Supply to power pack unit and panel of Marine Loading Arm.

viii. The bidder person posted at office shall monitor the control room DCS system also.

ix. Bidder shall maintain a logbook for recording all the activities and event chronologically

17. ENGINEERING AND MAINTENANCE MANAGEMENT:

a. The bidder shall be responsible for the maintenance of the jetty and its various facilities in excellent
condition at all times, in a professional manner in compliance with the national / international standards
and good industry practices. The bidder shall carry out and be responsible for regular preventive,
predictive and breakdown maintenance and testing of equipments / facilities at the jetty and Fire pump
house. The bidder will provide tools and tackles for day-to-day maintenance.

b. The bidder shall ensure round the clock manning for fire pumps operations and other allied fire fighting
facilities at jetty excluding oil spill response system but including local spreading of dispersant on sleek if
any as directed by BPC. The bidder shall be responsible for keeping the fire fighting system functional on
auto mode round the clock.

c. In case of shut down at BPCL jetty, Bidder will responsible for arrangement of additional officer, Fitter,
Electrician, workers for extended hours on over time basis and the over time cost will be borne by bidder
only.

d. The bidder will ensure that all users keep jetty neat and clean while working at the jetty. The bidder must
take up immediately with the user in case of any leak spill etc.

e. The bidder would be required to provide results of portable vapor detection system provided by BPCL.
All equipments will be maintained as per OEM recommendation and The bidder will prepare an annual
maintenance budget as highlighted in annexure for major maintenance of equipments , which shall be
made available to BPCL. The bidder is required to ensure that no work is allowed to be carried out without
issue of cold/hot work permit.

f. The Bidder shall update the electrical SLD and P&ID diagram every year for FF System as well as Product
pipelines.

g. The bidder is required to follow BPCL’s comprehensive safety philosophy and system for implementation
of safety practices to confirm to regulations, guidelines and the best international industry practice such
as

Sign and stamp of Bidder Page 33 of 85


i. All OISD standards as applicable to Jetty operations.
ii. The Petroleum Act 1934 and Petroleum Rules 1976
iii. Prevention and control of Water Pollution act 1971
iv. Prevention and control of air pollution act 1981
v. Environment protection act 1986 and rules there under
vi. ISGOTT / MARPOL
vii. OCIMF

Including all latest revisions in any of above.

h. The bidder will comply with the operating procedures and action as informed by the BPCL including the
emergency action plan for the liquid cargo jetty and as per this plan the bidder team positioned at the
jetty will initiate action to fight fire with the FF equipment/facilities. The bidder would ensure adequate
training to its engineers and the workers to combat any emergencies.
i. The bidder will familiarize its engineers and the workers on usage of Oil spill Combat system/facilities
provided by BPCL at the jetty.
j. The bidder shall maintain the maintenance registers; attendance register for the staff and operational
register in the prescribed format of BPCL and same shall be checked and verified by Engineer I/c or his
representative. The monthly report of the system shall be submitted by the bidder to Engineer I/c every
month along with the bill. The bidder shall be responsible for the safety of the equipments in both the
berths.
DETAILING:

i. LCJ Maintenance Jobs: To carry out inspection activities of all equipments under the scope as per OISD
/ OEM BPCL Formats. List of Equipment for maintenance is enclosed as Annexure V & VI

ii. Carry out Routine / Preventive Maintenance repair jobs of all LCJ facilities including Motors and Pumps.
Procurement of Consumables including tools for such activity will be the responsibility of the Bidder.

iii. Carry out Routine / Preventive maintenance, repairs / servicing of Valves, Actuators i.e. Gate Valve, Ball
Valve, Plug Valve, ROVs and MOVs etc. Consumables including tools for such activity will be the
responsibility of the Bidder.

iv. Raise Maintenance Requisitions / Job notifications.

v. Carry out periodic checks and maintenance of rotating and stationary equipments.

vi. Carry out monthly checks of all Motor Operated Valves / Actuators, DV’s etc.

vii. Maintain proper House-keeping / Gardening and ensure that the premises and surrounding are clean,
presentable and hazard-free condition. The successful bidder should pay special attention on
housekeeping below pipeline area from jetty entrance gate till Jetty south end. The area behind the
security cabin and outside at jetty gate is included in the scope of work of the Bidder.

viii. The Bidder shall carry out Grass cutting / De-weeding / De-vegetation periodically in Pipe-tracks and
surrounding areas of the jetty under their supervision.

Sign and stamp of Bidder Page 34 of 85


ix. The Bidder shall carry out cleaning of storm water drains, sumps, ETP & below pipeline etc. periodically
and as and when required.

x. Raise MOC (Management of Change) for any modifications / change in LCJ facilities.

xi. Seek approval from BPCL-In Charge, LCJ for carrying out MOC jobs.

xii. Ensure speedy completion of MOC Jobs through outsourced / nominated agency and implementation
of MOC is bidder’s responsibility.

xiii. Automation & Control Room activities - To coordinate with BPCL / Vendors for proper operating of the
system, to ensure PLC, UPS, ESD's, Operator Interface Computers / Printers are in good working
condition and to ensure proper work carried out by the AMC provider.

xiv. Operate AMCs with OEMs / vendor for various equipment like DG set, Pumps, C.P. Systems, UPS, VHF,
MLA, fire engines, air conditioner, EPABX system, fire pumps, Air compressors, CCTV & MOV/Valves etc.
and also to ensure proper work carried out by the AMC vendor.
Job also includes liaising with OEM to carry out all minor / major maintenance of Major equipment and
timely intimation of AMC to the vendors hence bidder has to ensure healthiness of equipment and
bidder will be held responsible for any sudden failure of equipment However BPCL will be responsible
for AMC Payment to OEM.

a) Marine Loading Arm. b) Air compressors


c) UPS System. d) Skimmers
e) Motor Operated Valves (ROV). f) CCTV
g) LPG GMS Sensor. h) VHF
i) Fire engine. j) Fenders

Also note that equipment if not listed here are also included as per contract.
xv. Implementation of work permit system as per OISD 105.

xvi. Remote operation of MOVs, water curtain nozzles and tower monitors shall be ensured at all times
including Joysticks placed at Pump house.

xvii. Equipments like Life jackets, wind sock shall be supplied and maintained by the Bidder.

xviii. Maintenance of pressure gauges / temperature gauge on FF pipeline as well as product pipelines incl.
half yearly calibration and replacement of defective pressure gauges / temperature gauge shall be in
the scope of the Bidder.

xix. Maintenance of Manual call points, Deluge Valves, pressure switches, solenoid shall be in Bidder scope.
Replacement of glass on MCP shall be in scope of bidder.

xx. Maintenance / replenishment of consumable of all SCBA (Self-contained breathing apparatus) shall be
the responsibility of Bidder.

xxi. Painting of structures, product pipelines, fire water pipelines and other equipment will be in scope of
BPCL. Monitoring of the job being carried out will be in the scope of bidder as per instruction of BPCL
officer.

Sign and stamp of Bidder Page 35 of 85


xxii. The bidder should have track on all history of the equipment and conditions and the same to be
conveyed to BPC for necessary action.

xxiii. AMC's of items – MLA, oil spill equipment, Nitrogen facility, OWS, VHF, and Computer System shall be
done by BPCL. However, present conditions of these equipment and their AMC provider shall be
conveyed to the Bidder and Onsite monitoring will be done by Engineering officer of Bidder on
instruction of BPCL officer.

xxiv. In case of any damage to any equipment due to proven negligence on the part of the Bidder and the
same shall be borne by the Bidder.

Electrical Maintenance Jobs:

a. BIDDER will undertake the Electrical maintenance of the liquid cargo jetty as per OISD 137.
b. BIDDER should ensure the availability of the licensed electrician at jetty around the clock
c. BPC will arrange the Electrical third party audit on time to time basis as per the industry standard.
d. BIDDER should ensure that all the maintenance records are maintained properly by the electricians.
e. Electricians are responsible for the Fire water pump house operation & Air compressor operations
and other electrical jobs, bidder should ensure the same.
f. BPC will provide the necessary electrical mats for the MCC Room.
g. BIDDER should provide the necessary PPE’s to the electricians and basic tools.
h. BIDDER shall be responsible for minor maintenance of the electrical systems like replacement of fuse,
starter, chokes, and bulbs for admin lighting systems and all jetty area including tower lights, street
lights etc and bidder should ensure sufficient illumination level at jetty.

Product pipelines/ MOVs/ROVs:

Monthly greasing and quarterly inspection of MOVs as per OEM checklist.

Barrier gate at Jetty:

Ensure the smooth operation and carryout the preventive maintenance.

Other Jetty Equipments:

The BIDDER will arrange to call and coordinate with the BPC registered vendor’s for regular maintenance
on behalf of BPCL and necessary payment to the Vendors will be made by BPCL.

MOVs:

Monthly inspection and greasing of valves. Quarterly inspection of actuators. Consumables like grease
will be responsibility of the bidder. Bidder shall ensure greasing of 24’’ perar make ball valve with
high pressure grease gun. Tools like grease guns and other required tools have to be arranged by
bidder. Consumables like grease will have to be arranged by bidder.

Foam Tank and pump:

Ensure full level of foam at all times and foam testing as per the guidelines or BPCL. Regular preventive

Sign and stamp of Bidder Page 36 of 85


maintenance schedule of the motors/ pumps to be followed. Operate once in a month and record
performance.

Panels:

Ensure working condition at all times. All LEDs and electrical continuity to be checked and rectified as
and when required. Ensure all on /off switches handles, knobs are in operating condition.

Actuators (Biffi/Rotork):

Coordinate with the AMC vendor as directed by BPCL for timely execution of AMC visits.

Fresh water Accounting:

The bidder should ensure perfect accounting/recording of fresh water consumption on daily basis by
calculating the difference between the main meter reading provided on receipt line and meters
reading provided on the distribution lines. Any unaccounted consumption shall be debited to bidder.

18. Procurement of Consumables for Repairs & Maintenance:

a. All equipment, Materials, spares and firefighting apparatus etc. handed over to successful bidder by
BPCL should be properly taken care of and proper accounting of the same should be done. In case of
theft or robbery of BPCL provided assets due to improper/poor monitoring, same shall be recovered
from bidder.
b. Consumables of day to day operations will be in the scope of bidder. Stationary Items, consumables
related to housekeeping like soap solution, solvent and other consumables will be in the scope of
bidder such as cloth rags, cotton waste, fuse, rubber packing, indicator lamps, clamps, Bulbs,
flameproof extension boards with cables, Tube lights, holder, ordinary switches, resistors, diodes,
Gloves (normal and HT), log books, gaskets (for nitrogen/air pigging connection), low/high pressure
rubber hoses for connection of air, water, Nitrogen, High pressure hose connectors etc. Also note
that procurement/replacement of defective pressure gauges, temperature gauge, CO2
cartridge/powder, Hoses, caps and all fittings related to Fire extinguishers, consumable of SCBA are
in the scope of bidder. No reimbursement will be made for these consumables.
c. Preventive and routine maintenance including servicing, overhauling of each and every equipment
will be the responsibility of the Bidder. All materials/spares required for preventive maintenance of
equipment such as petroleum jelly, grease, lubricants, nuts & bolts (MS, SS) of standard size, gaskets
(valve servicing), fittings of street lights, Lamps, ballast WD40, tapes, lugs, rust-oleum etc. No
reimbursement will be made for these consumables. List is attached as per Annexure VIII.
d. The bidder would be required to make the arrangement of all major consumable like diesel for
firefighting engines/pumps, pig cups, foam pig, Nitrogen tankers, Audco sealant etc. whenever asked
by BPCL shift engineer / location in charge. The payment will be made towards these items against
the production of receipt by BPCL. The bidder will ensure to maintain sufficient stock inventory as
per experience so that normal operation should not hampered due to unavailability of consumables
at any occasion.
e. In case of breakdown of any equipment due to poor preventive maintenance/violation of SOP, spares
have to be arranged by bidder only, BPCL will not reimburse the cost of spares and bidder has to
borne the cost of spares and service on its own.

Sign and stamp of Bidder Page 37 of 85


f. The bidder shall arrange for all the tools & tackles (all types of spanners, grease guns, Tool boxes,
Allen key set of various sizes, Drill machine, Grinding Machine, welding machine, Brass Hammers,
file, Screw drivers, multi meter, tong tester, earth pit tester, plier, pressure pumps, Vernier Calipers,
Micrometers and other required tools) for carrying out day to day maintenance during the contract
period at his own cost. All safety equipment and apparatus for workmen and staffs such as safety
shoes, apron, Boiler suit, safety gadgets, goggles, Hand gloves, and spark arrestors for vehicles are to
be supplied by bidder. The bidder will be responsible for the transportation of material/equipment
to/from stores/workshop from/to site including fuel from petrol pump. BPCL shall provide electrical
power, lifting appliances such as crane/ Hydra, and arrangement of the same has to be done by
Bidder.
g. BPCL shall supply the major spares. In case if spares are not available in case of emergency, same
shall be arranged by the bidder immediately on instruction of BPCL officer (Mail or Verbal). The cost
of the spares shall be reimbursed to the bidder on actual basis from BPCL. Please note that before
procurement of consumables, three quotations from three different vendors has to be taken and
prior approval from BPCL has to be taken.
h. All major repairs like Jetty structure, pipeline painting, LPG automation, fender replacement, loading
arms, building drains, roads, Power cable & cable trays etc will be carried out by BPCL. Onsite
monitoring will be done by engineering officer of Bidder on instruction of BPCL officer.
19. HSSE MANAGEMENT:

i. The jetty in charge along with Safety Officer shall be fully responsible for all operations, maintenance
and safety of the jetty. He shall ensure compliance of BPCL Safety standard in LCJ. He shall coordinate
with BPCL Jetty office for operations, upkeep and timely maintenance of firefighting equipment /
facilities.
ii. Responsibility of the Bidder to adhere to safe operations and maintenance of the jetty as per BPCL
standards. Take all safety precautions to avert accidents and liaise with ensure Firefighting network,
Water network and Foam network are always in working condition.

a) All employees of the Bidder shall be trained and participate in Fire Drills and DCMP as per BPCL’s
directions.
b) Minimum Two near miss identification in a month, reporting, corrective measures and records have
to be maintained.
c) Monitoring auto fire protection system.
d) The fire protection system will be on Auto mode at all times.
e) The bidder to implement all processes, systems like preventive maintenance module, audit protocols,
training in line with the OISD std.
f) Shall assist BPCL to comply with Safety audit recommendations.
g) They should conduct weekly safety talks and maintain records.

The bidder is required to keep all the fire protection equipment in ready to operate, healthy conditions:
Fire detection and fire alarm system are to be tested periodically for their healthiness as per OISD
standards.

i. Fire extinguishers are to be maintained in ready to use conditions as per fire standard (IS 2190). Any
consumables for fire extinguishers will be the responsibility of the bidder as per clause 18

Sign and stamp of Bidder Page 38 of 85


ii. Emergency Mock drill is to be conducted every six months.

iii. Diesel engines to be tried periodically and taken on load to conform for their trouble free availability.
A trial of continuous four hour running of fire engine has to be done quarterly and record for the
same has to be maintained.

iv. Fire safety week, world Environment day, Fire Prevention week, safety competitions and other safety
related days/weeks to be celebrated.

v. Testing of the equipments and pumps, fire hydrants, etc. should be documented accordance with
the schedule given of BPCL Officer.

vi. It is a prime responsibility of bidder fire staff to protect the jetty from fire hazards, & ensure fire
prevention & healthy condition of installed fire protection system.

20. Firefighting system :


i. Running of fire water pumps for 15 minutes daily with automatic start of jockey pumps and main
pump at pre-set pressure.

ii. Periodical maintenance and servicing with greasing of pump bearings, checking of glands and non-
return valve. The bidder should ensure the good housekeeping inside the pump house by regular
cleaning of fire engines, jokey pumps and all the control panels from outside as well as inside.

iii. Operation and maintenance of diesel engine and its batteries with proper day to day checking and
updating of records of batteries for effective performance of system on weekly basis.

iv. Checking of all fire extinguishers provided at various locations for their serviceability w.r.t. re-
charging on expiry / leakage, thorough cleaning, safety seal check, nozzle and hose pipe, hose reel
checks to keep the entire system in ready to operate state once in a quarter period. All fire
extinguisher has to be kept 1.2 meter above ground as per OISD.

v. Functional check in every quarter of the entire firefighting system, overhauling and cleaning of fire
control panels.

vi. Routine re-filling of fire extinguishers of CO2 and re-charging of other fire extinguishers on due dates
shall be the responsibility of the bidder.

vii. Operation & maintenance of fire hydrant system, curtain nozzle, portable foam system, DV system,
tower monitors, DCP extinguishers, CO2 extinguishers, portable & wheeled mounted fire
extinguisher, mobile firefighting equipment and ensure proper operation during firefighting /
emergencies / mock drills.

viii. Arranging fire hoses, portable DCP extinguishers and making them ready during various hot jobs
undertaken on the jetty as instruction from BPCL Officer.

Sign and stamp of Bidder Page 39 of 85


ix. Routine cleaning, checking and maintenance of various fire hydrants, CO2 extinguishers, DCP
extinguishers and foam generators installed at jetty to ensure their sound condition. The bidder shall
ensure sufficient sand by topping the sand bucket at all times.

x. To keep records of all firefighting equipments viz physical condition, inspection date, date of chemical
replacement etc.

xi. Water Pipeline: Conduct hydro testing of FWP every year as per OISD standard. Any leakage must be
repaired immediately.

xii. Fire extinguishers: All the Fire extinguishers must be checked and operated. Monthly checking of
powders and regular replacement of cartridge and powder. To be painted once a year with regular
testing and due date display. Monthly visual inspection and quarterly detailed inspection. Hydro
testing to be done once in 3 years for DCP and 5 years for CO2.

xiii. Cross country Pipelines: Conduct health checkup measures as per OISD Norms: UT Testing every
three years as per OISD std 130.

xiv. Calibration of Fresh water meter has to be carried out every six month.

xv. DV testing, Tower Monitor Test, Foam Monitor Test, Curtain Nozzle test, MCP test and all firefighting
equipment testing is to be done on monthly basis (1st week of every month).

xvi. Hydro Testing of Fire water lines has to be carried out annually.

xvii. All cable insulation joints inspection, Earth Pit resistance check, Motor insulation resistance, JB
inspection, opening cleaning of lugs and greasing and meggering of all electrical equipment has to be
carried out half yearly and record for the same has to be maintained.
xviii. Cleaning of all electrical panels with the help of blower has to be done on quarterly basis and record
for the same has to be maintained.

xix. Other Jetty Equipments: QRMH-Bollards-: The bidder will arrange to call and coordinate with the
parties for regular maintenance. Inspection on monthly basis for operation of motors / levers or any
other corrosion marks on equipment.

xx. To provide support in fire fighting training programs. Schedule operation and inspection of various
spray and curtain systems installed in the jetty.

xxi. Ensuring level in the foam tanks of foam generators and regularly inspects the foam facility and
maintain it as per OISD norms. Testing of foam has to be done every 6 month by bidder through third
party lab and test certificate has to be made available.

xxii. To operate tower monitor atleast once in a week and during all fire drills. Inspect once in a month at
the top as a part of regular preventive maintenance and maintain records.

xxiii. Emptying out foam solution from drain drum pit and cleaning of related system after testing.

Fire water pumps.

a. Monitor Continuous operation of jockey fire water pumps to maintain fire hydrant pressure.

Sign and stamp of Bidder Page 40 of 85


b. Operation of other fire water pumps required during fire fighting, mock drills, training etc.

c. Monitoring and ensuring process parameters of fire water pumps and maintaining oil levels in pump
bearings.

d. Monitoring running condition of drive engines and ensuring oil level, fuel level, coolant level, battery
condition etc.

e. Monitoring running condition of the motors and ensuring proper greasing of its bearings.

f. General cleaning of the equipments in fire water pump house and diesel day tank area.

g. Housekeeping of fire water pump house.

h. Checking and maintaining diesel level in fire engine diesel tanks.

i. Checking and maintaining diesel level in diesel day tank.

j. Operation of diesel pumps for shifting diesel from day tank into fire engine diesel tanks.

k. Ensuring oil level in bearings of diesel pumps.

21. PENALTIES :
For nonperformance / breach of tender / agreement conditions / un-satisfactory services / poor
maintenance of equipment, the following penalties will be levied as per the details given below,
measurable per month basis.

a. BIDDER shall deploy minimum strength as per the contracted manpower agreement with BPCL. In case
of any absenteeism, equivalent replacement/reliever of manpower shall be provided by BIDDER. BPCL
shall be deducting Rs. 3000/- per day / person if the required strength allocation in not fulfilled in each
category of bidder’s staff and Rs. 1000/- for contractual staff.

b. All manpower deployed by the BIDDER shall strictly adhere to the rules and regulations of company
w.r.t. safety, environment, health, discipline etc., deviation if any, of aforementioned area will attract
a penalty of Rs. 3000/- per instance per person for all type of persons working at the jetty on behalf of
the bidder.

c. BIDDER has to follow all legal and statutory rules as prescribed by Govt. and mentioned in this work
order. Also preventing any spillage of products being handled at jetty by continuous monitoring and
following SOP’s. Any deviation on this account shall attract a penalty of Rs. 10000 /- per instance.

d. Any breakdown or nonfunctioning of equipment arising out of poor maintenance / inadequate


maintenance or negligence resulting in idling of equipment for more than 48 hours shall be dealt a
penalty of Rs. 10000/- per instance.

e. Any non-adherence of Daily / Weekly / Monthly Preventive Maintenance Schedule as per OEM / OISD
will be liable for penalty of Rs 10,000 /- per month.

f. Penalty on No. of post lying vacant for more than a week Rs. 5000/- per person per day.

Sign and stamp of Bidder Page 41 of 85


g. Any major damage to the facility on account of negligence / mishandling / non co-ordination with third
party shall be borne as per the insured value or repair cost of the damaged facility.

h. Housekeeping shows work culture and environment of BPCL, in case housekeeping is not found
satisfactory, unwanted weeds, vegetation, scrap found lying and after reminder from BPCL side,
immediate action is not taken, Penalty of Rs. 3000 /- will be levied per instance per location.

i. Demurrage/Debit raised by any vessel/tank farm on account of bidder mistake (Delay in Nitrogen
Tanker, Delay in Pigging, Delay in procurement of consumables for operations and other reasons) shall
be recovered from the bidder.

j. Invoice of operations and maintenance has to be submitted within 7 days after completion of month,
else deduction of Rs. 3000 per day will be levied on the bidder.

k. Invoice of consumables procured has to be submitted within 5 days of procurement date else
deduction of Rs. 1000 per day will be levied on the bidder.

l. Any non-adherence/non-compliance to terms and condition of contract/tender as per scope found (not
mentioned in above deductions clauses) and immediate action not taken by bidder to rectify it after
reminder from BPCL side, penalty of Rs. 3000/- per instance will be levied on the bidder.

Final decision of imposing a penalty will be at sole discretion of BPCL.

22 ROLES AND RESPONSIBILITIES

a) Role of Shift Incharge (Control Room) :


i. Collecting Hourly Figures like Pressure, Temperature, and Flow rate from both the vessels and
maintain the Shift Log Book & Tanker Log book.
ii. Communicating with tank farm operators, Port authorities, agents, surveyors and BPCL Officers for
day to day activities under the guidance of Jetty In charge
iii. Ensuring the Gate Entries of Workers, visitors and other materials / vessel consumable are as per
the Policy.
iv. Verifying the documents of Ship / Store supplies like Custom Clearance, CISF Pass, BPCL’s
permission etc.
v. Maintaining the effective communication with the Vessels for smooth operations.
vi. Preparing the Vessel records, preventive & breakdown maintenance records.
vii. Ensuring with the third parties who ever working at jetty that they all are complied with the PPE’s
and work permit system.
viii. Verifying the documents during Sign on / Sign off of vessel crew’s.
ix. Scrutinizing and signing berthing related documents as instructed by BPCL officer .
x. Preparing the passes for officer’s, worker’s, drivers, vehicle and material passes
xi. Checking / updating of security records, preventive maintenance schedule, history sheet etc.

Sign and stamp of Bidder Page 42 of 85


b) Role of Field Officer 1:

i. Coordinating with JNPT & BPCL for berthing of vessels ,on daily basis(Communication with Bulk
Terminal, JNPT Control Room)
ii. Co-ordinating with Mooring crew, Pilot for effective berthing & Mooring of vessels
iii. Co-ordinating With Vessels for Gangway Placement’s
iv. Carrying out Pre-Documentation work (Collecting Documents like Ulage Report, Stowage plan,
Loading/unloading Plan, MSDS , Custom Clearance)
v. Carrying out ISGOTT-Safety Checks and discussing with the captain/Chief officer
vi. Arranging Loading arm connections & ensuring its safe connections.
vii. For POL vessel : Lineup of Vessels, Giving Clearance to the Vessels for start-up
viii. Carrying out Repetitive checks for Vessels as per ISGOTT once in 4 hrs.
ix. Conducting safety talks and giving safety training to the workers at jetty.
x. Preparing the vessel related daily reports & monthly report.
xi. Ensuring at Jetty Nil spillage
xii. Reporting of Unsafe act, unsafe condition & Near Misses to the Location in charge.

c) Role of Field Officer 2:

i. Ensuring that Pigging Operations has been carried out safely with all safety precautions (pig
launching, pig tracing, pig receiving)
ii. Ensuring Pig has been received safely at exchange pit.
iii. Coordinating with electrician and other BPCL vendor for the Electrical & other maintenance work
viz:
1. Hydro testing of Cargo Hoses
2. Hydro testing of Dock lines
3. Dock line Painting
4. Ensuring safe welding, gas cutting and other erection work has been carried out

iv. Carrying out Preventive maintenance work as per the schedule given by BPCL.

v. Ensuring the housekeeping of jetty by removing unwanted materials, used oils and other scraps.

vi. Ensuring the safe connections for fresh water and collecting the receipts as per the supply meter.

vii. Conducting the Loading Arm trail before every Loading Vessel berthing and ensuring its working
condition

viii. After completion, collecting the Post documents from the vessel and ensuring ready to sail to the
port.

ix. After completion draining of marine loading Arm, Intermediate line and disconnection of MLA, and
parking the same in the actual position.

x. Before and after of every POL Vessel, ensuring that the BPCL intermediate line is empty and sump
tank also empty.

xi. Coordinating with the tank farm operators for timely operation of air compressor (start / stop and
maintaining the log book /time sheet) for pigging operation.

Sign and stamp of Bidder Page 43 of 85


xii. Coordinating with Electrician ensuring that Fire engine trial has been taken and all the fire fighting
equipments are in working condition.

xiii. Coordinating with AMC vendor during the Execution and ensuring that work has been carried out
with at most safety.

xiv. Coordinating with BPCL officer for ROV test, MCP & ESD test, MLA Connection & Leak test before
commencing the unloading of LPG operation.

xv. Reporting of Unsafe act, unsafe condition & Near Misses to the Location in charge.

Note:

Other than the above list of activities each officer has been assigned a particular job during
emergencies and fire mock drills.

Monthly Average Loading Arm Vessel’s handled

1. LPG - 08 Numbers.
2. Crude - 03 Numbers.
3. POL - 07 Numbers.
4. Ammonia 02 number.

The bidder shall also carry out the jobs given by BPCL at any given time other than the above
mentioned jobs as per requirement of jetty.

d) Role of Jetty In charge :

i. Communicating Berth status to BPC & JNPT and discussing about the status of upcoming vessels on
daily basis.
ii. Verifying the daily reports and daily morning meeting with the first shift officers about the previous
day’s activities.
iii. Taking morning round at Jetty along with the shift officers.
iv. Attending Daily berthing meeting and discussing the berthing issues with the stake holders in the
meeting.
v. Verifying the vessel completion report of previous day and forwarding the same to BPCL.
vi. Meeting with BPCL Engineering officer regarding the pending maintenance and other works at jetty
on daily basis.
vii. Verifying the daily registers and records for the proper updates
viii. Discussing with the electrician with the pending works and ensuring his daily activities and conveying
the same to the BPCL Engineering officer.
ix. Communicating and coordinating with the Tank farm users of BPCL jetties about their shortfall’s at
jetty.
x. Checking the daily permits and work site at jetty and ensuring it is done with proper PPE’s and
Permit’s
xi. Discussing with BPCL Engineering officer for upcoming major maintenance works at jetty.
xii. Planning and arranging the consumables and other materials required for daily maintenance
activities and ensuring it’s payments or made within time.

Sign and stamp of Bidder Page 44 of 85


xiii. Arranging the nitrogen tankers and other materials as per the request from the BPCL.as and when
required.
xiv. Planning the training activities for engineer’s and workers and as per the schedule ensuring that it
has been complied.
xv. Ensuring the contract vehicle movements and maintain the records for company vehicle
maintenance.
xvi. Certifying monthly bills of Sub-contractors and ensuring their records before forwarding the same to
the finance.
xvii. Preparing the Operations and Maintenance budget for jetty and getting approval from the
management.
xviii. Following up the expenditures at jetty and ensuring that it is within the approved budget.
xix. Preparing monthly attendance for the jetty officers and forwarding the same to the corporate office.
xx. Preparing monthly report and submitting the same to the management.
xxi. Boarding the vessel as and when required in case of any disputes and solving the issue amicably.
xxii. Taking care of boundary management of our Sub-contractors.
xxiii. Ensuring all the activities are carried out at jetty as per the BPCL-SOP.
xxiv. Other activities as instructed by BPCL officers as and when required, like preparation of approval
note, incident report, introducing new vendors etc.

23 BPCL’s OBLIGATIONS:

i. Equipments required for HSSE, i.e. Explosive meter, Breathing apparatus, Safety showers, Fire
proximity suits, low temperature suit or any other requirement as per OISD norms will be provided
by BPCL.

ii. The Pest Control for the LCJ Buildings / premises is in the scope of Bidder.

iii. The provision of Computer hardware & software for Terminal Automation and documentation, Fax
machines, Telephones etc. will be done by BPCL.

iv. The VHF / Walkie -Talkie equipment will be provided by BPCL. The responsibility of License and annual
renewals of VHF lies with BPCL.

v. Product testing and analysis will be done at the BPCL Laboratory.

vi. The supply of Power and DG back up will be by BPCL

vii. Mandatory testing of PLC will be carried out by BPCL.

viii. Spares for Rotary equipments like pumps, compressors etc. will be supplied by BPCL.

ix. Liaisoning with Statutory agencies like Factory Inspector, Labor Inspector, Pollution Control Board
etc. and appointing outside agency for renewal of Licenses will be done by BPCL.

x. Asset insurance will be responsibility of BPCL.

Sign and stamp of Bidder Page 45 of 85


During emergency cases the bidder may carry out the procurement / services and with prior approval
of BPCL and the payment for the same shall be done on actual receipt of bills.

24 FINANCIAL TERMS & CONDITIONS:

The following are the Special Conditions applicable to this contract, in respect of the terms and
conditions not explicitly provided in the tender.

a) RATE QUOTE
Rates must be submitted in the Schedule of Rates in Price bid. Rates quoted shall be inclusive of all
costs that are necessary for providing satisfactory services of the job, other than materials supplied
free by BPCL.

i. Income tax / WCT and any other statutory deductions at the prevailing rate will be deducted from
BIDDER’s bills as per Income Tax Act / other statutory laws.

ii. Goods and Service tax will be additional on total bill amount as applicable as per Govt. rules.
• Name and address of BIDDER
• GST registration number / STC No.
• Sr. No. of the invoice/ bill/ challan
• Date of issue
• Description and value of input service

iii. Lodging and boarding, transportation of manpower and goods accommodation of the successful
Bidders staff / workmen etc. could be in the scope of successful Bidder.

iv. As per Government insurance scheme, all the management and non management staff working at
jetty should be covered under insurance scheme. The successful bidder has to submit the insurance
policy document of the individual staff within two months from the date of agreement and to
ensure of renewal till the contract validity. During the contract tenure if any other scheme or policy
drawn by government for staff (management or non management) should comply.

v. “If any new tax is introduced on sale of goods/services by VENDOR to OWNER in lieu of one or
more of the then existing taxes or as a new tax altogether and the rate and impact of the new taxes
is less than the rate and impact of existing tax or taxes which it replaces, VENDOR shall pass on to
OWNER the benefit thereof by way of commensurate reduction in the amount payable by the
OWNER to VENDOR. If on the other hand, the rate of the new taxes is in excess than the rate of the
new taxes it replaces, the OWNER on satisfactory proof shall reimburse the VENDOR the additional
tax paid by the VENDOR as the result of the imposition of the new taxes provided they are within
the contractual completion date.

Explanation: For the purpose of above clause, impact means and includes the addition/reduction
of taxes suffered on inputs, input services & capital goods. Further, impact of stranded taxes like
GST on Interstate purchases, entry tax/octroi, etc (if applicable) also needs to be considered.”

“The vendor shall take steps viz uploading invoice in GSTR 1, payment of the tax liability on the said
invoices and filing of Returns etc. and comply with all the requirements of applicable laws including
GST laws for the time being in force to enable the OWNER to avail tax credit/s including input tax
credit. Any loss or non-availability of input tax credit by the OWNER due to non-compliance of

Sign and stamp of Bidder Page 46 of 85


applicable tax laws including but not limited to GST laws in force or otherwise, on the part of
VENDOR, an amount equivalent to any tax liability accruing to the OWNER and/or to the extent of
any loss accrued to the OWNER due to the non-availability of input tax credit or any liability accrued
to the OWNER shall either stand cancelled or deducted from the payment due to the VENDOR or
shall be reimbursed by the VENDOR as the case may be till such default is either rectified or made
good by the VENDOR and the OWNER is satisfied that it is in a position to claim valid input tax credit
within the time-lines as per applicable laws.

Any cost, liability, dues, penalty, fees, interest as the case may be which accrues to the OWNER at
any point of time on account of non-compliance of applicable tax laws or rules or regulations
thereof or otherwise due to default on the part of VENDOR shall be borne by the VENDOR. An
amount equivalent to such cost, liability, dues, penalty, fees, interest as the case may be shall be
reimbursed by the VENDOR within 30 days. Any GST as may be applicable on such recovery of
amount shall also be borne by VENDOR and same shall be collected by the OWNER.”

Additional points:

(a) For all penal recoveries like liquidated damages, quality issues, risk purchase differential etc.,
please mention additionally as “plus applicable GST”

(b) For obtaining HSN /SAC code and invoicing location details it can be mentioned as “Successful
tenderer must submit details of HSN/SAC code along with invoicing location details immediately
once the contract is awarded”

b) TERMS OF PAYMENT.

i. 100% Payment against the monthly bill shall be made within 15 days of receipt of invoice duly
certified and approved by Terminal in- Charge or his authorized representative. The Bidder shall
submit the bill along with all documents relating to payment of wages to their workers,
maintenance records, all log books etc for verification.

ii. The BIDDER’s final payment will be withheld if they fail to hand-over the jetty in the same
condition as they were at the time of taking over, considering normal wear tear of the facilities
and equipment during the course of operational period.

iii. Bills shall conform to formats & shall indicate.

a. Name and full address of the service provider.


b. GST registration number.
c. Invoice No. and Date.
d. Name and full address of the person/company receiving taxable service.
e. Description of the service provided.
f. Classification / category of the service provided.
g. Bill / Invoice to be raised separately for each category of service.
h. Value of the taxable service provided or to be provided.
i. GST amount with percentage has to be mentioned.

Sign and stamp of Bidder Page 47 of 85


25. DURATION OF CONTRACT

The duration of the contract will be for a period of three year from the date of commencement of
the contract.

26. TERMINATION OF CONTRACT

BPCL shall have the right to terminate the contract at any time by serving three months notice in
writing to the BIDDER. The BIDDER shall not be entitled to any compensation for such termination.
Any case of major failure / incident related to loss of property, environment or human lives shall
result in immediate termination of the contract at the discretion of BPCL.

Sign and stamp of Bidder Page 48 of 85


ANNEXURE- V

LIST OF EQUIPMENTS FOR MAINTAINENCE:

Equipment Location Qty Capacity Make


Woodfield Systems –
Marine loading arm LB-1 1 LPG
FMC France –POL
Marine loading arm LB-1 & 2 6 product
MLA control panel LB-1 & 2 3
MOV control panel Control room 1
Power supply panels Sub station 4
UPS Control room 7.5 KVA
DG Set 7.5 KVA CUMMINS
Kirloskar Cummins/
Fire engine/Pump Pump House 5 880 m³/hr Mather + Platt.
Mather + Platt/
Jockey Pumps Jetty 2 72 m³/hr Crompton Greaves
Tower Monitor and 2 3000 L/min Fire teck
MOVs / DV’s Jetty 4 6000, 7570 L/min
Tower Monitor Control / Hiteck/new age
Joystick Pump House 6
Foam tank & facility Pump House 3 15 KL
Foam Pump Pump House 4 15 KL/Hr
6000 L/min 3000
Curtain nozzle Jetty 2 8 L/min
MCP Jetty 18
Gas Detectors Jetty 7 Honeywell
Field Terminal Unit 1
Mimic Panel Pump House 1
Double Hydrants Jetty 19
Header pipeline network
with Gate Valves Jetty 24”
Fire alarm panel Pump House 1
Fire Extinguishers DCP/
CO2 Jetty 34
Hose Boxes Jetty 18
QRMH Jetty 15
Bollard Jetty 14
Product Line MOVs Jetty 43 Biffi / L&T
Actuators Jetty 43 Biffi / Rotork

Sign and stamp of Bidder Page 49 of 85


Barrier Gate Jetty road 1 Metachem
Air Compressors & Dryer Pump house. 2 75 CFM Ingersol Rand
Air Compressors & Dryer Jetty office 2 900 CFM Ingersol Rand
CCTV Jetty office 8

The AMC with OEM for all the above equipments will be under the scope of BPCL. The detailed
manual and OEM vendors will be intimated to the bidder. The O&M Bidder shall carry out regular
maintenance and follow up with OEM for AMC jobs.

Sign and stamp of Bidder Page 50 of 85


ANNEXURE-VI

List of Facilities / equipment in AMC under BPCL Scope:


Marine Loading Arms:

AMC shall be maintained by BPCL and payment to the AMC party shall be borne by BPCL. However Bidder
has to liaise with AMC party and carry out all minor / major maintenance. To maintain records of routine
maintenance. However, in case of any emergency due to any leakage or MLA hose failure, the same to
be immediately attended by the tenderer and then subsequently AMC party can be called for
maintenance.

OWS:

The AMC cost shall be borne by BPCL. However Bidder has to liaise with AMC party and carry out all minor
/ major maintenance. To maintain records of routine maintenance.

Nitrogen Facility/ Vaporizer:

The AMC cost shall be borne by BPCL. However Bidder has to liase with AMC party and carry out all minor
/ major maintenance. To maintain records of routine maintenance. Minor maintenance such as oiling
,greasing etc to be carried out by successful bidder.

Fenders:

The AMC cost shall be borne by BPCL. However Bidder has to liaise with AMC party and carry out all minor
/ major maintenance. To maintain records of routine maintenance.

Cathodic Protection:

The AMC cost shall be borne by BPCL . However Bidder has to liaise with AMC party and carry out all
minor / major maintenance. To maintain records of routine maintenance.

Sign and stamp of Bidder Page 51 of 85


ANNEXURE- VII

List of approved liquid cargoes/products permitted to be handled at Jetty.

S. No. Product S. No. Product


1. MTBE 37 Butyl Acrylate
2 Ortho Xylene 38 Methanol
3 Isopropyl Alcohol 39 Acetic Acid
4 Carbon Tetrachloride 40 Iso Nonyl Alcohol
5 Ethylene Di Amine 41 L.A.B
6 AHE-70 42 l.ube Oil
7 Paraffin Oil 43 Iso -Butanol
8 Meta Methyl Acrylate 44 Base Oil
9 Cyclohexane 45 Ally1 Alcohol
10 Diethylene Glycol 46 2- Ethyl Hexanol
11 Biodiesel 47 CBFS
12 Ortho Toluidine 48 1,4- Butanediol
13 Propylene Glycol 49 M.E.G / Crude Glycol
14 Ethylene Di Chloride 50 Ethanols
15 Palm fatty Oil/Acid 51 Ammonia
16 Luprant 52 Palm Oils
17 Isobutyl Alcohol 53 Caustic Soda
18 Tri ethylene Glycol 54 Ethylene
19 Meta xylene 55 Castor Oil
20 N Paraffin 56 Acetone
21 Poly Propylene 57 Edible Oil
22 All A, B, C, class of 58 1-Butanol
Petroleum products
23 Methyl Isobutyl Ketone 59 Molasses
24 Styrene Monomer 60 Vegetable Oils
25 Phenol 61 Cholorform
26 Glycerine 62 Aromatic Feed Stocks
(AFS)
27 Aniline Oil 63 Ethyl Acetate
28 Aromex 64 Acetic Anhydride
29 Acrylonitrile 65 Lauryl Mirystl Alcohol
30 Phoshoric Acid 66 Butadiene
31 Benzene 67 n- Hexane
32 Toluene 68 Methyl Ethyl Ketone
33 Propylene 69 Butyl Acetate
34 Sulphuric Acid 70 Vinyl Acetate
35 2- Propyltheptan-1 71 LPG / Propane / Butane
36 Paraxlene /Mixed Xylene
In future the probability of cargoes handling at jetty may increase. The successful bidder should be ready
for handling all type of products.

Sign and stamp of Bidder Page 52 of 85


ANNEXURE-VIII

List of consumable Items for preventive Remarks(Qty)


S No. maintenance which are in bidders scope Minimum Unit
(Annually) Inventory
1 Housekeeping Consumables
Hand wash 12 Ltr
Floor cleaner 12 Ltr
Brooms/mops 50 Nos
Phenol 12 Ltr
Garbage Bucket 2 Nos

2 Stationary Items
Log Books/Registers, Box files (All stationery items
are in scope of bidder)

3 Electrical Spares
Capacitors for lighting fixtures 10 Nos
Solenoid 24 Volts Coil for DVs (Total 11 nos DVs) 3 Nos
MCC Panel Bi metallic Relays in case of Failure. 4 Nos
Electrical on/off LCS FLP Switch 4 Nos
Fuse link for MCC panel as per existing range in case
of fused 20 Nos
Screw Type, 125, 250 & 400 watts MV/SV Lamps,
Holder for Jetty Lighting 50 Nos
Tape (Black)
MCC Panel Indicator Lamps. 15 Nos
Contactors 12 Nos
Electronic Ballast & Tube lights for Jetty and Admin
office 10 Nos
Tower Light Fittings (4 Tower * 12 Lights) / Street
Light Fittings (18 street lights)
Ie. Lamp, capacitor, Choke, Fuse 1 Ls

4 Lubricants/Grease/Miscellaneous Items/spares
Multipurpose Grease/Normal Grease 40 Kg
Petroleum Jelly 2 Kg
Nut Bolts (SS, MS) standard sizes 1 Lot
Screws, washers & miscellaneous threaded fasteners
(SS, MS) 1 Lot
Ferule and other fittings of hoses (SS, MS) 1 Lot
Rusto-leum 5 Ltr
Paint Remover (400 grm) 25 Nos
Galvanized Spray Paint (400 grm) 12 Nos

Sign and stamp of Bidder Page 53 of 85


Lugs 50 Nos
Tapes 20 Nos
WD 40 (400 gram) 50 Nos
cloth Rags 100 Kg
Cotton waste 100 Kg
Rubber Packing sheet diff thickness 2 sheets
Hand Gloves 500 Nos
Gaskets Metallic diff sizes, 1'',2'',3'' 4'' 6'',8'',10''12''
& 24'' (Champion Make or equivalent) 6 Nos,each
Low pressure 2''metalic flexible Hoses for Air, 30 Mtr
Nitrogen connection
Pressure gauges/Temperature Gauge diff range in
case of Failure as per scope of work.

5 Fire Fighting Equipment


Replenishment of CO2 cartridge/powder, FE hoses
and all fittings related Fire Extinguishers as per scope
of work
CO2 cartridge 200 gram 15 Nos
DCP Powered 150 Kg
DCP hose 10 Nos
DCP cap rubber washer, plunger 10 Nos
Hydrant Rubber washer 15 Nos
MCP Glass 15 Nos
Battery termination with cable 0.5 mtr long 5 Nos

6 Monsoon Protection Materials


Tarpaulin/ Thick plastics 60 Sqm
Thick strip packing Tape for Equipment protection 40 No
Tie Rope (as per required size) 10 Packet

The Above consumables are for one complete financial year. Consumables are to be procured on
monthly basis as per requirement. In case or excess or shortage of materials/consumables, Additional
consumables if not listed here may have to be procured on instruction of Engineering officer provided
net valuation of the consumables (Listed above) remains same at the end of financial year.

Consumables if not listed here, the procurement scope will be decided on the basis of tender terms
and conditions.

Sign and stamp of Bidder Page 54 of 85


ANNEXURE IX
DECLARATION

Date...................................

To,
M/s Bharat Petroleum Corporation Limited
Uran LPG,
Navaghar Industrial Estate,
Behind MSEB Gas Turbine Unit,
Bokadvira,Uran
District Raigad – 400702

Dear Sir,

Ref. : Tender No.

I / We .................................................................................................................. hereby confirm that


our firm has not been banned or blacklisted by any government organization/Financial
institution/Court /Public sector Unit /Central Government.

Signature of Bidder........... Place:

Name.................... Date:

Designation...................
Seal

Sign and stamp of Bidder Page 55 of 85


ANNEXURE-X
DECLARATION 'A'

We have carefully studied the tender and submit our offer after having fully understood the same. We
hereby agree to abide by and fulfill all the Terms and Conditions incorporated in the Agreement which
should be deemed to form a part of this tender.

Date :

Place :
Signature of Tenderer with Seal

DECLARATION 'B'

We declare that we do not have any employee who is related to any employee of the Corporation
We have the following employees working with us who are near relative of the Corporation.

Name of the Employee Name and Designation of the Officer of the


Corporation
1.____________________________________________________________________

2.____________________________________________________________________

3.____________________________________________________________________

4.____________________________________________________________________

Date :

Place :

Sign and stamp of Bidder Page 56 of 85


ANNEXURE-XI

GENERAL CONDITIONS OF THE TENDER

FILLING AND SUBMITTING TENDERS:

1. Quotations should be submitted only in the prescribed tender schedule forms supplied by the
Company, together with Drawings and General Conditions of Tender duly signed by the tenderer
along with a Bank Draft, it required, as per covering letter……………..dated …………………….for the
amount mentioned in clause 13, on before the due date/time of closing of the tender. Quotations
received after the due date/time will not be considered.

2. The tenderer should study all the tender documents carefully and understand the conditions,
drawings, and specification etc. before quoting. If there are any doubts, he should obtain
clarifications, but this shall not be justification for late submission or extension of opening date/time
of the tenders.

3. The tenderer should visit the site and acquaint himself with site conditions, availability of water,
electricity, approach road, construction materials as per specifications, shelter for his staff etc. since
these are to be provided/arranged by the tenderer (unless otherwise specified) at his cost.

4. The tenderer should quote for all items in the tender schedule. The rates should be expressed both
in figures and in words: where discrepancy exists between the two, the rates expressed in words will
prevail. Similarly, if there is any discrepancy exists between the unit rate and the amount, the unit
rate will prevail.

5. The rates be quoted in the same units as mentioned in the tender schedule.

6. All entries in the Tender Documents should be in Ink/Typed. Corrections, if any, should be Attested
by full signature of the Tenderer.

7. Every page of the tender documents shall be signed by the tenderer or his authorized representative.

8. The tenderer should indicate the time required to complete the entire work from the date of
receiving the order. The time indicated in tender may have a bearing on awarding the contract.

RATES:

9. The rate quoted should be inclusive of all material in bidder’s scope, excise/customs/octroi duties,
GST tax, works contact tax etc. levied by State/Central authorities. All materials are to be supplied by
the tenderer as per scope of tender.

10. The rates quoted shall be valid for a period of 120 days. Once the quotation is accepted, the rates
quoted shall be firm till the entire work is completed in all respects, so bidder should consider the
inflation and escalation in prices in next 3 years.

Sign and stamp of Bidder Page 57 of 85


ACCEPTANCE OF TENDER:

11. In complete/Conditional tender quotations or those received late and/not confirming to the terms
and conditions, the tender documents will be rejected.

12. The Company reserves the right to reject any or every tender without assigning any reason
whatsoever and/or to negotiate with the tenderer (s) in the manner the Company considers suitable.

The company further reserves its rights to allow to the Public enterprises ‘Price Preference’ (facilities
as admissible under the existing policy) as may be decided by the Company.

EARNEST MONEY DEPOSIT: (Applicable only for work costing Rs. 50,000/- and above in value)

13. The tender shall be required to submit along with this quotation a Bank Draft in Favour of Bharat
Petroleum Corporation Ltd. for a sum equivalent to 5% of the total tendered value of works as
earnest money deposit, subject to a minimum of Rs. 5,000/- and a maximum of Rs. 10 Lacs.

The earnest money deposit shall be returned to the unsuccessful tenderer/s within one month after
due date for opening of the tender. The earnest money deposit of the successful tenderer will be
retained till the commencement of the work. Thereafter the tenderer may opt to adjust the earnest
money deposit against deposit as a money deposit or request return of the earnest money deposit.
No interest will be payable on earnest money deposit.

Security Deposit: (Applicable only for works costing Rs. 50,000/- and above in value)

13. (a) The successful tenderer, before commencement of the work, shall have to provide to the Company,
by way of security, a money deposit or a Bank Guarantee in the standard format provided by the
Company for an amount equivalent to 5 % of the total tendered value or Rs. 10 Lac, whichever is
minimum. The tender shall have the option to adjust the earnest money towards security deposit if
he so desires.

The security deposit will be retained till the successful completion of the work. In the case of security
deposit in the form of a Bank Guarantee, the same shall be kept valid by the tenderer at his cost till
six month after completion under contract and shall be extended from time to time. No interest will
be payable on security deposit.

EXECUTION OF AGREEMENT:

14. The successful tenderer shall within 07 days of the Company’s communication to him of the
acceptance of his tender, execute a formal Agreement with the Company, on the Company’s format.

EXECUTION OF WORKS: Successful tenderer should report to jetty at least one week of actual date
contract execution to understand the ongoing operation, handing over/taking over and to check
status of equipment and to make himself acquainted with the facilities. However actual date of
execution will be taken as per LOI given by BPCL.

Sign and stamp of Bidder Page 58 of 85


15. The successful tenderer should submit details construction programme adhering to the completion
time quoted in the Agreement. The programme will form part the contract. However, the Company
reserves the right to alter the programme, if necessary, from time to time and no claim of successful
tenderer on account of such alternation will be entertained.

16. All materials required for the execution of work should conform to the standard specification and
approved by the Engineer in Charge before actually put to use. Commencement of work without
prior approval shall be entirely at the risk and cost of the contractor. No delay due to non-availability
of materials, tools, equipment etc. will be entertained by the Company. In the case of certain
machinery/equipment, the Company’s site Engineer may inspect the items for approval before they
are brought, to the site.

17. The responsibility for the safety, security and accounting of the materials and equipment brought or
installed by the successful tenderer or handed over to him by the Company for completion of the
work will remain with him till the acceptance of the work by the Company. Any damage caused to
the material/equipment during the execution of work will be made good by the successful tenderer
at his cost. The Company may require the successful tenderer to have guarantee/indemnity bond
executed for the value of the materials supplied to him free of cost, as per terms of the Agreement.

18. Quantities shown in the Tender Schedule are approximate and payment shall be made as per actual
measurements. The successful tenderer is not entitled for any sort of compensation towards
materials procured/stored in excess of the measured quantities.

19. The Company reserves the right to increase or to decrease the tendered quantity or revise
specifications, drawing, designs of any or every item or delete them at any stage of work. The
successful tender’s claim for compensation or damages on account of these shall not be entertained.
Such deviations will be adjusted at the rates contained in the Agreement or at prevailing market
rates, if the rates are not available in the agreement issuing variation order(s). In case it becomes
necessary for the Company to temporarily suspend or postpone the work, partly, or fully due to
unforeseen circumstances, the company shall not be liable for any compensation on account of
resultant delays.

20. The entire work will be carried out under the supervision of the authorized representative of the
Company, but this will not detract successful tenderer(s) full responsibility for quality/period of
execution of work.

21. Detailed measurements of works carried out shall be taken jointly by the successful tenderer and
out site Engineer at every stage of work, before preceding the next stage. All work shall be measured
as per the procedure laid down. Payment will be made as per measured quantities and not as per
Tender Schedule quantities.

22. The successful tenderer shall submit to the office which has awarded the contract, periodic progress
reports of his work as stipulated by our Site Engineer.

23. The successful tenderer shall not undertake on his own any change in specifications mentioned in
the tender documents. In case of doubts he will refer the matter in writing to the Company and act

Sign and stamp of Bidder Page 59 of 85


as per clarifications given by the Company. Any changes in the work involving changes in original
specifications quantities/additional items of work, should be covered by Obtaining suitable variation
order (s) from the company immediately.

24. If the performance of the successful tenderer if found to be unsatisfactory, the Company reserves
the right to cancel in part or the whole of the contract and get the work executed through alternative
means at the entire risk and cost of the successful tenderer.

25. If the successful tenderer does not complete the work in the stipulated time, the Company reserves
the right to recover liquidated damages at 0.5% of the total contract value for every week of delay a
part these of subject to a maximum of 5% of the total contract value until the work is satisfactorily
completed and handed over. However delay in completion of a specific urgent job the maximum
compensation will be increased to 15% if the total contract value. Such damages may be deducted
by the Company from any money due to the tenderer and any further amount due from the tenderer
shall be paid by the tenderer to the company forthwith.

This is a specific urgent job: Yes

26. The successful tenderer should ensure the safety of adjoining property and shall make good and loss
to product/property resulting from his negligence.

27. Hot work be carried out only in the areas earmarked for the purpose, after required safety
precautions have been taken and only after obtaining written permission form the Site Engineer. Any
provision required to be made e.g. wind screens of G.C.I Sheets etc. to make the area safe for hot
work, will be made the successful tenderer at his own cost.

28. The work in the Company’s premises should be carried out during the Company’s normal working
hours and without obstructing day to day working the establishment. If any work is required to be
carried out beyond normal working hours, prior permission should be obtained before undertaking
such work.

29. In the event of the successful tenderer failing to complete the work within the stipulated time, the
Company shall have the right to employ any other agency to complete the remaining work at the risk
& cost of the successful tenderer.

30. It will be the successful tenderer ‘s responsibility to get the works approved and obtain all certificates
for plumbing, electrical, civil works from local, municipal, Governmental or other required
authorities.

31. Tanks, Pumps, Pipelines, Posts, Equipments and/or any other materials to be supplied by the
Company will be supplied anywhere within the site premises. Safekeeping, transporting and handling
of the same to actual location of installation will be the successful tenderer ‘s responsibility for which
no extra payment will be made.

32. During execution of work if it is found necessary to dismantle a portion of existing bund wall,
enclosure wall, compound wall, fencing etc. to facilitate the movement of materials and equipment,

Sign and stamp of Bidder Page 60 of 85


the same shall be carried out after obtaining permission in writing from Company’s authorized
representative and also made good by the contractor at his own cost.

33. The successful tenderer is expected to co-operate/ co-ordinate with other contractor’s carrying out
the work allocated to them so as to avoid breading up of work already done by them or causing any
hindrance in the progress of their work. In case there is any difficulty/dispute, the same should be
immediately brought to be notice of the Site Engineer.

34. If the work is required to be carried out in a working Depot, Installation, retail outlet etc. The
progress of work is likely to be interrupted on account of operations in such units. Stoppage of work
under such circumstances shall not entitle the successful tenderer to claims any compensation for
idling, machinery etc. during such interruptions.

35. The successful tenderer and his man/men shall abide by all security/safety rules regulations in force
at location and the low, bye –laws and statutes of Government, semi-Government and other local
authorities such as requirements/liability under enactments like the Workmen’s Compensation Act.,
Contractor labor Act etc. and the Company shall stand indemnified against any claims on these
scores. The Successful tenderer and his men shall strictly abide by “no smoking ‘ and other petroleum
regulations on the premises.

36. The successful tenderer shall arrange for at least one competent supervisor to be present at the all
time during the progress of the work, who shall be duly authorized to take instructions and execute
them on his behalf.

INTERIM PAYMENTS

37. At the sole discretion of the Company, the contractor can receive up to 90% of the payment for the
cost of work done. Interim bills should be duly supported by the measurements of work actually
done. (All payments shall be subjected to deduction of Income Tax as may be applicable from time
to time).

FINAL BILLS / RETENTION MONEY:

38. On completion of the work to the satisfaction of the Company’s authorized representative and after
clearing the debris, tools, tackles, shoring, centering ,materials etc, from the site and obtaining
necessary certificates as required from the local authorities, the successful tenderer shall submit his
final bill based on the jointly recorded measurements of actual work done.

The final bill of the job done should be raised, unless otherwise agreed by the Corporation in writing,
within one month from the date of completion of the total job as per contract. Whether the job has
been completed or not will be decided at the sole discretion of the corporation. Payment of the final
bill will be made after adjusting interim payments and retention amount deducted and retained.

38. (a) The Corporation will be entitled to deduct 10% value of all interim/running bills and in final bills
as Retention Money for all jobs exceeding Rs. 5000/- and no interest will be paid on money retained
by the company.

Sign and stamp of Bidder Page 61 of 85


The said retention money will be retained for a period of one year and paid to the Contractor after
adjusting any dues of the Corporation against the Contractor under the workmanship/materials
provided to the Contractor and /or against any other claims for any reason whatsoever under the
Agreement which may arise within the staid period of the one year. The retention period of one year
will commence from the date of the final bill or the date of completion of the job (as reckoned by
BPCL) whichever is earlier.

39. The successful tenderer shall not subject or assign any part of the work to another party, without the
prior written consent of the Company. In any event the successful tenderer will be solely responsible
for the work so subject or assigned.

40. The Contractor undertakes to ensure due and complete compliance with all laws regulations, rules
etc., whether of the Central Government or the state Government or any other competent authority
applicable to the workmen employed or whose services are otherwise availed of by the contractor
whether in connection with the construction work at the site or otherwise. The employer shall have
the right to inspect the records maintained by the Contractor concerning such workman from time
to time and the Contractor to produce of the Employer’s inspection in order to ascertain whether or
not the requirements of all such laws regulations, rules etc., have been complied with by the
Contractor. In the event of the any contravention of such laws, regulations rules etc., coming to light
whether as a result of such inspection or otherwise, the Employer shall have the right to require the
Contractor to effect such compliance within such time as the Employer may prescribe in that behalf
and in the event of the Contractor failing to effect such compliance within the time prescribed by the
Employer then the Employer shall without prejudice to this rights to entitled to withhold form the
amount payable to the Contractor any amount payable to the workmen under any such laws,
regulations or rules and to make payment thereof the workmen. The Employer shall also have in that
event the right to terminate the contract with immediate effect and to exercise powers reserved to
the Employer under the contract as result of termination.

41. Special conditions, if any pertaining to the tender are shown in Tender Schedule.

Sign and stamp of Bidder Page 62 of 85


ANNEXURE XII

ARBITRATION CLAUSE

“Any dispute or difference whatsoever arising out of or in connection with this Agreement including
any question regarding its existence, validity, construction, interpretation, application, meaning,
scope, operation or effect of this contract or termination thereof shall be referred to and finally
resolved through arbitration as per the procedure mentioned hereinbelow :

(a) The dispute or difference shall, in any event, be referred only to a Sole Arbitrator

(b) The appointment and arbitration proceedings shall be conducted in accordance with SCOPE forum
of Arbitration Rules for the time being in force or as amended from time to time

(c) The Seat of arbitration shall be at _______

(d) The proceedings shall be conducted in English language

(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the
Sole Arbitrator ”

Tenderer should mention estimate of time for Weeks/Months: 1 year

Completing the work shown in the tender.

This is a specific urgent job:

Yes/No

(Delete which is not applicable).

I/We have read carefully the above terms and Conditions of Tender and agree to abide by the same.

Signature of the Contractor ………………. (Or his

Authorized representative)

Date:

Name / Seal of the Contractor:

Address:

Sign and stamp of Bidder Page 63 of 85


ANNEXURE- XIII

BANK GUARANTEE TO BE SUBMITTED ON NON-JUDICIAL STAMP PAPER OF Rs.500/-


GUARANTEE BOND FOR EARNEST MONEY DEPOSIT/Security Deposit

In consideration of the Bharat Petroleum Corporation Limited having its registered office at "Bharat
Bhavan" 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai 400 001 (hereinafter called "the
Corporation") having agreed to exempt M/s. _____________________________________
hereinafter called “the said contractor(s) having registered office at
____________________________________________________________ from payment of Earnest
Money/Security Deposit against Tender No. ___________________ dated __________ issued by
Corporation on production of a Bank Guarantee for Rs. __________/- (Rupees
________________________ only).

We, _________(name of bank) ____________ do hereby undertake to indemnity and keep


indemnified the Corporation to the extent of Rs. _____________/- against any loss of damage caused
to or suffered by the Corporation by reason of any breach by the said Contractor(s) of any of the
terms and conditions contained in the Tender Notice /documents /agreements /contract.

We, ________ (name of bank) ___________ further agree that the guarantee herein contained shall
remain in full force and effect during the period upto award of the contract, commencement of job
and/or period of contract.

We, ________ (name of bank) ___________ further agree with the Corporation shall be the sole
judge of and as to whether the said contractor has committed any breach or breaches of any of the
terms and conditions of the tender or the contract and the extent of loss, damage, costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the Corporation of account
hereof to the extent of the Security Deposing required to be deposited by the contractor in respect
of the said tender or the contract and the decision of the Corporation that the said Contractor has
committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges
and expenses caused to or suffered by or that may be caused to or suffered by the Corporation from
time to time shall be final and binding on us.

Notwithstanding anything contained herewith in forgoing, our liability under this Guarantee is
restricted to Rs._________/-. The Guarantee shall remain in force till ______________ unless a claim
under this Guarantee is made within six months from the date herein before mentioned the
Corporation shall have no rights under these presents.

We, ________ (name of bank) ___________ lastly undertake not to revoke this Guarantee during its
currency except with the previous consent of the Corporation in writing.

Dated ____________ day of ___________ 2018

Sign and stamp of Bidder Page 64 of 85


The seal of _______________was hereto duly affixed by ______________this day of ________200
in accordance with its bye laws and this guarantee was duly signed by and as signed by
_________and_____ as required by bye laws.

Yours faithfully,

For ____________________________

Signature

Name and designation

Name of branch

Sign and stamp of Bidder Page 65 of 85


Annexure XIV

(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 ………………..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, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.

Sign and stamp of Bidder Page 66 of 85


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

Sign and stamp of Bidder Page 67 of 85


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
(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

Sign and stamp of Bidder Page 68 of 85


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
(1) This agreement is subject to Indian Law. Place of performance and urisdiction 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)

Sign and stamp of Bidder Page 69 of 85


Integrity Pact Program – Details of Independent External Monitors

Shri. S.S.N. Moorthy Shri. Shantanu Consul Shri. Vikram Srivastava

ADDRESS ADDRESS ADDRESS


GFQ, Ist Floor, B. Block, Summit No.9MCHS (IAS Officers E-202, Second Floor , Greater
Apts. Mettupalayam Road, Colony), 16th Main, 5th C Kailash Part 2, New Delhi -
Coimbatore - 641 043 Cross, BTM 2nd stage, 110048
Bangalore – 560 076
ssnm1950@yahoo.com shantanuconsul@gmail.com vikramsrivastava1973@gmail.
com
Mob. 09500998610 Mob. 09740069318 Mob. 09810642323

Sign and stamp of Bidder Page 70 of 85


Annexure XV

BHARAT PETROLEUM CORPORATION LTD.


(MARKETING DIVISION)

Registered office :Bharat Bhavan,4&6,Currimbhoy Road


Ballard Estate, post Box No.688, Mumbai-400 001.

MEMORANDUM OF AGREEMENT NO…

THIS AGREEMENT made this ………………………………………………………..days of ……………………20…………….between BHARAT


PETROLEUM CORPORATION LIMITED, a Company Incorporated under the Indian companies Act.1913 and having its
registered at “BHARAT BHAVAN” 4&6 currimbhoy Road Ballard Estate , Mumbai -400 001 ,and also having its office
at ……….........................................................................................................................................
…………………………………………………………………………………………………………………………………………………………………………………
Which expression shall unless excluded by or repugnant to the context mean and include its successors and assigns
(hereinafter referred to as “the company”) of the one part and
………………………………………………………………………………………………….....................
………………………………………………………………………………………………………………………………………………………………………………………
……………… which expression shall unless excluded by or repugnant to the context mean and include his/her heirs
executors, administrators and assigns (hereinafter referred to as the “Contractor” ) of the other part.
NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS:
WHEREAS IT AGREED :
1. The contractor shall carry out, construct and complete the work of
…………………………………………………………………………………………………………………………………………………………………..
…………………………...............................................................................................................................................
For the company on the terms and conditions herein contained and according to the General condition of tender
specification and schedule of rates and plan attached and instructions to be given by and under the supervision of the
entire satisfaction of the company’s authorized representative at …………………………….and has by way of earnest money
deposit for the due fulfillment of the obligations hereunder, lodged with company a deposit of Rs…………………
By bank draft as required in clause 13 of the general condition of tender to company’s satisfaction.

2. Inspection of site : The contractor has inspected the site before submitting his tender and has satisfied himself
as to the nature of the work to be executed on the site. Any difficulties witch the contractor many come across in the
course of the work shall neither in any way relive unless the company’s authorized representative is of the opinion
that such difficulties could not has been foreseen.

3. Supply of Materials / Labour : The contractor shall furnish all labour materials, equipment tools tackles, water
and everything necessary for the construction and completion and completion of the work except such materials as
will be supplied by the company which are detailed in schedule I attached hereto. The contractor will assume all
responsibility for the safety, protection and accounting of the material/equipment supplied to the contractor and the
work during construction. The details and dimensions shown on the plan shall be adhered to by the contractor and no
alteration shall be made therein by contractor without obtaining previous approval in writing from the authorized
representative.

Sign and stamp of Bidder Page 71 of 85


The contractor shall prepare his own details and shop plans, pamphlets, patterns and other data where required and
shall adhere to all measurements and alignments as shown on the plan.
All materials supplied by the contractor shall be of the best quality, conforming to the required specifications and will
be subject to the approval, of the best company’s authorized representative. All such materials, supplied by the
contractor shall be of the best quality, conforming to the required specification and will be subject to the approval of
the company’s authorized representative. All such materials as shall not be approved shall be removed at once by the
contractor at his own expense. The contractor shall also at his own expense arrange for and /or carry out any test of
materials, which the company’s authorized representation may from time to time require if so desired by the company,
the contractor will frame ,in favour of the company a guarantee indemnity of a schedule Bank, in respect of any
loss/damage to the company, arising from any failure of the contractor to discharge his responsibility for the safety
and protection of all materials /equipment supplied by the company and of the work during execution.

Damage on account of Incomplete work :


The contractor shall commence the work immediately on receiving written instruction to that effect. The work will be
progressed in accordance with the agreed schedule and whole work shall be completed and handed over ready for use
within …………………………………………. Of receipt of receipt of instructions to start the work (time being of the essence) :
failing which the contractor shall pay or allow the company the compensation of 0.5% of the total value (for every
week of delay or part thereof subject to a maximum of 0.5% of the total value ) until the work is completed and handed
over. However, delay in completion of a specific urgent job, the maximum compensation will be increased 15% of the
total contract value. Such damages may be deducted by the company from any many due to the contractor.
This is a specific urgent job (yes/no)
(Delete which is not applicable)
Termination of contract : In the event of the contractor failing to keep to the agreed scheduled of the work within the
stipulated period, the company may notwithstanding the provisions in clause 4 above terminate this agreement
forthwith and employ at the contractor’s cost another contractor or a sufficient number of workmen to complete the
work in which event damage specified in clause 4 above shall not apply from the date this agreement is terminated.

Defective work materials : If any part of the work done by the contractor shall be found defective in workmanship or
if bad or inferior materials have been used. The contractor shall at his own risk and costs demolish all such defective
work and rebuild the same and or replace the bad or inferior materials used, to the satisfaction of the company’s
authorized representative. The decision of the company’s authorized representative in this regard shall be final and
binding on the contractor. In case of default of the contractor to remove the defective work and rebuild the same or
replace the bad inferior materials, as aforesaid, as directed by the company’s authorized representative, the company’s
shall be entitled to employ anyone else to carry out the same and recover all expenses incurred in this regards from
the contractor.
Substitution of contractor: if the company finds it necessary to employ and other person (s) in terms of clauses 5 and
or 6 above then the company may deduct and retain from out of the sums due to the contractor all such sums of money
as may be required to pay or have incurred in getting the work so done and if such expenses be more than the amount
due to the contractor, than the difference shall be a debt recoverable for the contractor by the company. The
contractor shall not do or cause to be done any act, manner or thing that would prevent the person (s) so employed
by the company from dong their work. On termination of the agreement as a foreside, the contractor shall at his own
risk and cost remove from the work site within the time prescribed by the company all materials, tools, equipment
which the company considers are not useful for its requirements. If the contractors’ doses not remove the materials
within the time prescribed the company may remove and sell the same holding the proceeds less the cost in respect
of the sale it shall be entitled to recover the same, from contractor. The company shall however be entitled to purchase
the materials inspected and approved as useful for its requirements at the prices then prevailing.

Sign and stamp of Bidder Page 72 of 85


Inspection of work : during progress of the work, the Engineer or any other representative of the company shall be
entitled at all time to have access to and inspect the work.

Supervision of work : the contractor shall provide one or more competent and technical supervisors duly and fully
authorized to act on behalf in all matters relating to the work to be carried out under or any other matter concerning
this agreement and who shall at all time be present at the work when any work is in progress. Such supervisors shall
be persons of known experience and be approved by the company’s authorized representative before they are
permitted in any way to take charge of or superintend any operation of the works. Any directions, explanation,
instructions or notices in connection with the work given by the company’s authorised representative to the supervisor
or any one of them shall be deemed to have been give to the contract.

Payment of Bill :
The final bill of the job done should be raised unless otherwise agreed by the corporation in writing one month from
the date of completion of the total job as per contract. Whether the job has been completed or not will be decided at
the sole discretion of the corporation. Payment of the final bill will be made after adjusting interim payment and
retention amount deducted and retained.
payment of Bill
Provided however, during the progress of the work. The contractor may submit interim of running bill proportionate
to the work performed by him/them. The number of such interim/running bills unless otherwise agreed by the
corporation will be not more then 1(one) per month.
( c ) Retention money :
The corporation will be entitled to deduct 10% value of all such running and final bill as Retention
Money for all Jobs exceeding Rs.1,00,000/-
The said retention money will be paid to the contractor after adjusting any dues of the corporation
against the contractor under this agreement for defects arising out of faulty workmanship/materials
provided by the Contractor and /or against any other claims for any reason whatsoever under this
agreement which may arise Within a period of one year or the within defect liability period.

No interest will paid on money retained by the corporation. The retention period of one year will
commence from the date of passing of the final bill or the date of completion of the job (as
reckoned by (BPCL) whichever is earlier.)

The contractor must submit his final bills in duplicate based on measurements jointly recorded by company’s Engineer
and with the contractor’s authorized representative. All payment against the bill will be made by Cheque and such
payment shall subject to deduction of income tax as may be application from time to time.

The company-in consideration of the contractor construction and carrying out the work shall pay the contractor at the
rates given in the attached schedules I, subject to deductions, retentions and abatements, if any to be made therefore.
The payment in all cases will be in accordance with actual quantities, based on the measurements as specified in clause
ll above recorded by the company’s Engineer in charge.

Subletting contract : The contractor shall not without the prior written consent of the company first had and obtained
sublet or assign this Agreement or any part there of PROVIEDED ALWAYS that any consent given by the company for
assigning or subletting will not relive the contractor from the full entire responsibility of his obligations under this
agreement and/or instructions issued to him.

Workman’s Compensation liability :The contractor, his heir , executors and administrator (and in the of a Limited
company, its successors and assigns) shall hold the company harmless and indemnified from and against all claims,

Sign and stamp of Bidder Page 73 of 85


costs and charge for which the company shall be liable under the workman’s compensation Act, and any enactment
for time being in force in that behalf and any amendments there of an there of an the expenses to which it shall be
put there under, both in respect of personal injuries (within the meaning of the said Act,) to the employees and
servants of the contractor sub-contractor, if any, and/or permitted assigns, arising out of or occasioned during the
currency of this Agreement, through the acts or omissions whether due to negligence or otherwise of the contractor,
sub-contractor (s) permitted assigns and also in respect of the personal injuries (as understood under the said Act,)to
the servants and employees of the company arising out of or occasioned through, the acts and commission whether
due to negligence or other wise of the contractor, sub- contractor(s) permitted assigns and/or his servants and
employees in carrying out any of the provisions of this Agreement.

Liability under Employees state insurance Act: Whenever the Company is required to pay Contributions I respect of the
workmen or employees engaged or employed by or through the contractor, his sub-contractor or permitted assigns,
under the employee state Insurance Act or the rules and Regulations made there under either as the principal
Employees or otherwise howsoever, the company shall be entitled to recover from the contractor such contributions
which the company may pay. The contractor will discharges his responsibility under the Employee’s State Insurance
Act,1948 as an immediate employees engaged or employed by him for the execution of work or as the next immediate
employer in case he has sublet or assigned the Agreement or the instruction as provided herein above. The contractor
acknowledges the right of the company to recover the amount of the contributions paid by in the first instance in
respect of the employees employed by or through him (the contractor) or permitted as signs, as well as the employees’
contributions if any either by deduction from any amount payable to him by the company under any contract or as a
debt payable him to the company.

Smoking and hot work : The contractor shall ensure that he and workmen and or representatives shall not smoke or
carry matches or lighters inside the company’s installations. Should any injury resulting in death or not or damage to
any property occur as a result of smoking or matches or lighters being carried in violation of the clause, the Contractor
shall be held responsible for the consequences thereof.
When working in company’s installation or depots or at retail outlets as the case may be the Contractor shall not carry
out any work involving the use fire or which produces heat (such as welding ) without obtaining clearance from the
Company’s authorized representative in writing. Such work may then be undertaken only at places and under condition
stipulated by such representative.
The Contractor shall ensure that all work done by him the company’s installations Depots or Retail outlets as the case
may be will accordance with the laid down safety procedures and systems. It will be his responsibility to ensure that
the supervisor (s) provided by him are fully aware of and understand the laid down safety procedures and systems.

Statutory Requirements: The contractor shall confirm to the provision of Acts or parliament or state Legislatures and
to any bay-laws, rules orders or notifications of any Government Municipal or local authority for the time being
affecting the work undertaken by him and will give all necessary notices to and obtain requisite sanction and permits
of and from the Municipal and any other authority in respect of the said work of the materials to be used thereat and
generally will comply with building and other regulation of such authorities and will keep the company indemnified
against all claims, penalties and losses that may be incurred by it by reason of any breach by the contractor of any
statues bay-laws, rules, regulations, notification etc.
The contractor undertakes to ensure due and complete compliance with all laws, regulation, rules etc. whether of the
central Government or the state Government or of any other competent contractor whether in connection with
construction work at the site or otherwise. The employer shall have the right to inspect the records maintained by the
contractor concerning such workmen from time to time and contractor shall whenever require by the employer
produce such record as the employer may call upon the contractor to produce the employer’s inspection in order to
ascertain whether or not requirements of all such laws, regulations, rules etc. have been complied with by the
contractor. In the event of any contravention of such laws, regulations rules etc. coming to light whether as a result of

Sign and stamp of Bidder Page 74 of 85


such inspection or otherwise or otherwise the employer may prescribe in that behalf and in the even of the contractor
failing to effect such compliance within the time prescribed by the employer shall without prejudice to his rights be
entitled to withhold from the amount payable to contractor any amount payable to the workmen under any such also
have to make payment thereof to the workmen. The employer shall also have that even the right to terminate the
contract with immediate effect and to exercise powers reserved to the Employer under the contract as a result of
termination.”

Clerical errors to rectified : Neither party shall take any advantage of any clerical error or mistake which may creep in
or occur in the specifications, schedule of rates plan, instructions tenders or any other papers supplied to or bay the
contractor in connection with the work but such clerical error mistake shall be brought to the notice by the one to
other without any loss of time and same shall rectified.
Arbitrations :
“Any dispute of difference whatsoever arising out of or in connection with this Agreement including any question
regarding its existence,validity,construction,interpretation,application,meaning,scope,operation or effect of this
contract or termination thereof shall be referred to and finally resolved through arbitration as per the procedure
mentioned herein below :

The dispute or difference shall, in any event, be referred only to a Sole Arbitrator
The appointment and Arbitration proceedings shall be conducted in accordance with SCOPE forum of Arbitration Rules
for the time being in force or as amended from time to time.
The Seat of arbitration shall be at ---------------------------
The proceedings shall be conducted in English language.
The cost of the proceedings shall be equally borne by the parties, unless otherwise directed by the Sole Arbitrator.”

“The parties to this agreement shall not be responsible for any failure of performance or delay in performance of their
obligations hereunder if such failure or delay shall be result of any Government directive relevant to this agreement or
due to war, hostility, act of public enemy riots or civil commotion, strikes, lock-out, fire, floods, epidemic or act of
recognized or defector governments, import or export restriction compliance with orders of any government /local
authority or any other cause or causes beyond their control”.

Jurisdiction : this agreement shall be deemed to have been made in _________ and shall be constructed according to
the laws of Indian and the performance by the contractor of and act on his part herein contained shall be considered
due in ______________________ for purpose of jurisdiction.

Sign and stamp of Bidder Page 75 of 85


Schedule I
Details of materials to be supplied by company

Schedule II

Details of Agreed Rates


Serial No Description of Work Qty. Unit Rate Amount

In witness whereof the said contracting parties have set their hands and seals on the day and year first herein above
witness.
Signed sealed & delivered by above named
Company through
Its constituted Attorney shri __________________

In the presence of
1.
2.
Signed sealed & delivered by above named
Company through
Shri _______________________________
In the presence of

1.
2.

Sign and stamp of Bidder Page 76 of 85


Annexure XVI

INDEMNITY BOND/UNDERTAKING

From

M/s…………………
To
M/s. BPCL, URAN LPG TERMINAL

Sub: Work Order No. ________________ Dated___________


Agreement No. _____________________Dated___________

This indemnity Bond / under taking executed at_______________________ This ________________day


of____________ 2018 by M/s.________________________________ Hereinafter called the “Contractors”
(Which expression shall mean and include, if the context so admits, the partners or partner for the time being
of the firm and their or his respective heirs, executors and administrators / its successors and assigns in law)
in favour of Bharat Petroleum Corporation Ltd, hereinafter called “The Corporation”(Which expression shall
include its successors and assigns in law).

And whereas the corporation, desirous of having executed certain work specified in the work. Order No.
___________________ Dated ______________ issued by the corporation on the contractors, as cased
drawings, specifications and bills of quantity showing and describing, the work to be done prepared and the
same have been signed by or on behalf of the parties hereto. And whereas the contractors have agreed with
the corporation to execute and perform the said work specified in the said work order upon certain terms
and conditions provided in the agreement executed between the contractors and the corporation and also
certain in the general conditions of contract attached there to.

1. The contractors are bound by law to comply with the provisions of various Labor Laws like minimum wages
Act, 1948; Equal Remuneration Act 1976; Inter-State Migrant Workmen (Regulation of Employment and
conditions of Service) Act 1979; Contract Labor (Regulation and Abolition) Act 1970; Workmen’s
compensation Act 1923; Employees State Insurance Act as also the Provident Fund Act providing for
Provident Fund Scheme for laborers engaged by the Contract but in the event of violation of the provisions
of various amenities and facilities to the workers under the different labor laws not only the Contractors but
also the Corporation as the principle employer becomes liable for the acts omissions and commission by the
contractor.

2. The Contractors hereby undertake to furnish a certificate with regard to the number of laborers employed
by them in the Corporation and in other organization throughout the country to the location in charge of the
Corporation where the work is undertaken by the contractors.

3. The Contractors hereby confirm and state they are duly registered under the Contract Labor (Regulation
and Abolition) Act 1970, as amended from time to time and they undertake to furnish the certified copy of
the requisite obtained by the contractors from the competent authority to the Corporation’s representative.

4. The Contractors hereby undertake to keep proper record of attendance of his laborers and will give
opportunity to the officers of the Corporation to supervise the same and confirm upon the Corporation’s
representative the right to counter-sign the said register. The Contractor shall provide a copy of the pay
sheets to the Location in charge of the Corporation nominated by the corporation nominated by the

Sign and stamp of Bidder Page 77 of 85


corporation for supervision of the payment of wages made to the laborers by the contractors and also
confirm the right on the Corporation’s representative to supervise the payment of wages to the labors on
the spot.

5. The contractors state that they are fully aware of the provisions of the Provident Fund Act, particularly
with regard to the enrolment of the labors as a member of Provident Fund. The contractors further confirm
that they are aware of the provisions that they are obliged to recover provident fund contribution from the
eligible labors engaged by them and, after adding their own contribution, remit the same to RPFC. The
contractors state and confirm that they are fully aware of the obligation to remit the said amounts on account
of Provident Fund to the RPFC within the prescribed period and they obtained a separate code number from
the RPFC which is bearing S. No. Dated from RPFC -------------------------

6. Contractors will afford all opportunities to the officers of the corporation to verify that the Provident fund
is actually deducted by the Contractors from the wages of the labours and the same together with the
Contractors contribution has been duly remitted by the contractors to the concerned PF Commissioner. The
contractors also undertake to provide photocopy of the receipt issued by the concerned PF commissioner
for having received the PF contribution from the contractors.

7. In the event the Location in charge of the Corporation is not satisfied about the payment of wages made
and the recovery of PF etc. from the labours employed by the Contractors, the Contractors hereby agree and
authorize the Corporation to withhold the payment of their bills till the Contractors complete all the
obligations in this matter

8. Notwithstanding the provisions contained in Clause 7 above, the contractors hereby undertake and
authorize the corporation to recover dues payable by the contractors to the labours employed by them as
also amounts on account of PF contributions (including the Contractors contribution) as also all losses,
damages, costs, charges, expenses, penalties from his bills and other dues including the Security amount.

9. The contractors hereby agree that the aforesaid indemnity undertaking are in addition to and not in
substitution of terms and conditions in the Tender documents and the work order and also the agreement
executed by the contractors with the corporation.

10. The contractors hereby confirm, agree and record that this letter of undertaking and indemnity shall be
irrevocable and unconditional and shall ensure for the corporation benefits and for the benefit of its
successors an assigns.

Yours faithfully,
Date:

Witnesses:

(a) (b)
Full Address : Full Address :

Sign and stamp of Bidder Page 78 of 85


Annexure XVII

PARTICULARS OF FIRM’S CONSTITUTION

We are,

Proprietorship firm (name of firm):

a) Name (of proprietor in full)


b) Residential address & Telephone No of Proprietor.
c) Office address & Telephone Nos.

Partnership firm (name of firm):

a) Name, address & Telephone No. Of each of the Partners


b) Address and Telephone nos. of firm

Registered Company:

a) Address of Registered office and Branch


b) Names, Address (residential and Office) & Telephone nos. of each of the Directors

I, _____________ son of _____________ residing at __________ declare that the particulars given hereunder
are true to my knowledge and I am fully authorized by all other partners and/or Board of Directors of the
Company or by the general Body/Managing Committee of the Co-operative Society to submit this tender
after reading and understanding all the terms and conditions contained therein.

(STRIKE OUT THOSE NOT APPLICABLE)

All the details furnished above are true to our knowledge.

Signature:
Date:
Rubber stamp:

Sign and stamp of Bidder Page 79 of 85


PARTICULARS OF FIRM’S CONSTITUTION

1. Constitution of Firm :

2. Nature of the firm (state whether :


Limited Co. Partnership, Co-operative
Society or Sole Proprietor (if
Partnership, attach Xerox copy of
Partnership Deed)

3. Whether belonging to SC/ST. :


If yes, provide necessary
Documentary evidence.
(*Please also see the note hereunder)
(* Please note that in case of Partnership firm and Co-operative Society, all the Partners/members
should belong to same category, otherwise firm would be taken in “General Category”.

4. Year of Establishment :

5. Registration No. of Company/Firm if any :

6. Postal Address of Office of the firm/company :

7. Telegraphic Address, if any :

8. Telephone No. (s), if any :

9. Address of Branches, if any :

10. (a) Name of Directors, in case of company :


Along with residential address and phone nos.

(b) Name of partners, in case of Partnership:


along with residential address and
telephone no. of each partner

(c ) Name of Proprietor :
with residential address and telephone No.
(Please indicate Address of each
Director/Partner/Proprietor as the
case may be with telephone No., if any.

Sign and stamp of Bidder Page 80 of 85


11. Permanent Income Tax No. :

12. Last Income Tax Clearance :


(attach Xerox copy)

13. Name of Banker & Branch, :


with full address

14. Style of A/c. and A/c No. :

15. Name(s) of the persons :


operating the A/cs.
Details of assets (fixed), if any :

16. Code No. allotted by Indian :


Bank’s Association, if any

17. Name (s) of authorized :


Representative(s)

We do hereby certify that the information as provided above is correct and true in all respects.
Signed by: _______________

Name & Address:

Sign and stamp of Bidder Page 81 of 85


Annexure XVIII

DECLARATION BY THE TENDERER

We have carefully studied the tender and submit our offer after having fully understood the same. We hereby
agree to abide by and fulfill all the Terms and Conditions set out in the tender documents incorporated in
the Agreement which should be deemed to form a part of this tender.

It is also confirmed that none of the Partners/Directors/Proprietors of this firm are retired from the services
of the Corporation within last two years proceeding from the closing date of the tender as mentioned in
General condition of tender.

It is also confirmed that none of the Partners /Directors / Proprietor has been convicted in criminal cases or
blacklisted or action for termination of contract / withdrawal of LOI / Work Order have been taken for
malpractices while undertaking transportation job, by any of the PSU Oil Companies

We return herewith the enclosures duly signed and rubber stamped on each page as a token of our
acceptance.

SIGNATURE OF THE TENDERER

Full Name: ___________________________

Address: ____________________________

_______________________________

_______________________________

Tel. No.: _____________________________

Sign and stamp of Bidder Page 82 of 85


Annexure XIX

VENDOR CREATION FORMS

Sign and stamp of Bidder Page 83 of 85


Sign and stamp of Bidder Page 84 of 85
Sign and stamp of Bidder Page 85 of 85

You might also like