BHARAT PETROLEUM CORPORATION LIMITED CENTRAL PROCUREMENT ORGANISATION (R) MUMBAI REFINERY, MAHUL, MUMBAI ADDENDUM NO. 1

Similar documents
BHARAT PETROLEUM CORPORATION LIMITED MUMBAI REFINERY, MAHUL MUMBAI , INDIA. Central Procurement Organisation (Refineries)

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

Vendor Name: M/s RFQ No. : Vendor s Offer Ref No. : Tel. No. Fax No. Contact Person:

TENDER NOTICE. Manager (Materials.) Mob:

interruption from one source to another source and viceversa;

BHARAT PETROLEUM CORPORATION LTD KOCHI REFINERY, KOCHI, KERALA BIDDING DOCUMENT FOR TECHNO COMMERCIAL /UN-PRICED BID (TWO PACKET SYSTEM)

TENDER ENQUIRY NO. BCL /AB/ BOXN (rehab)/ components/ AW Dated

A. Scope of work: Supply of Metal Halide Lamps, Indication lamps etc., as per the list of requirements.

The scope of third party inspection shall be as under:

MULTI-YEAR MAINTENANCE PROGRAM (MMP) FOR GAS TURBINES AT BPCL-MUMBAI REFINERY, BPCL- KOCHI REFINERY AND NUMALIGARH REFINERY

CRFQ No E - TENDER No. : 16507

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SBS/LT/201718/0260 Dated: Due date:

Bharat Petroleum Corporation Limited (A Govt. of India Enterprise)

Ph No ;

Tamil Nadu Energy Development Agency, Chennai-6

LIMITED TENDER ENQUIRY

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

a) Bidding Document No. : RS/A XB-MR-0010/1050 b) Bidding Document availability on Website. : to

LIMITED TENDER ENQUIRY


Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

SECTION - II. SPECIAL TERMS AND CONDITIONS (Transformer)

ABOVEGROUND GI INSTALLATIONS INCLUDING LAST MILE CONNECTIVITY AT CONSUMER END FOR CGD AT NORTH GOA

LIMITED TENDER. No. PUR/HMB/17/968442/IS Dated:

LIMITED TENDER. No. PUR/HMB/17/968437/IS-5085 Dated: We intend to procure the items as per enquiry schedule given below:

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

BHARAT HEAVY ELECTRICALS LTD. (TRANSMISSION BUSINESS GROUP) TERMS AND CONDITIONS FOR INDIGENOUS TENDER ENQUIRY

INDIAN OIL CORPORATION LIMITED GUJARAT REFINERY

LIMITED TENDER ENQUIRY

Page 1 of 9 E-TENDER NO / CRFQ (INTERNATIONAL COMPETITIVE BIDDING) E-Tendering 1.0 INTRODUCTION

at 13:30 hrs

LIMITED TENDER ENQUIRY

A. Scope of work: Supply of SMF Battery and vent plugs as per the list of requirements.

COMMERCIAL AMENDMENT NO. 2

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise) Rawatbhata Rajasthan Site CONTRACTS & MATERIALS MANAGEMENT WING

Qty (Nos.) Total Oil to be filtered (Ltrs.) Description

To 27/04/2017. Sub: Providing and Fixing of signage board at PFRDA

TECHNICAL BID T 3567

A. Scope of work: Supply of Coal Tar Sheet (Underground pipe wrapping sheet) as per the specifications provided at page no. 7 & 8. Qty: 100 Sq. Mtr.

NOTICE INVITING TENDER (NIT) Bid Notification No.: WC/MIS-Website-DM/ THROUGH e-tendering PROCESS

Bharat Heavy Electricals Limited

Annual Maintenance Contract for Bunkering Stream Equipments in CHP I N D E X

Bank Note Paper Mill India Private Limited, Mysore

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

Chennai Metro Rail Limited, Chennai ,India.

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

RFP : Pre-bid reply

र ष ट र य प र द य ग क स स थ न प द च च र क र क क ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Karaikal Union Territory of Puducherry

LIMITED TENDER ENQUIRY

Technical details of the material: ( Refer Annexure 1 for technical details) R Thread Kit

Annexure - C to TENDER STANDARD COMMERCIAL TERMS & CONDITIONS [FORMAT TO BE FILLED-UP BY THE SUPPLIER]

Gujarat Electricity Regulatory Commission

Ph No ; LIMITED TENDER ENQUIRY No.BNPM/LTE/SICK Sensor/616/

The bidders, intending to participate shall fulfil the following qualification criteria (Financial & Technical):

e-tendering Item No. Unit/Title Type Absorbed Design Duty (MMKCal/hr)

Ph No ; ENQUIRY No. BNPM/LTE/ Pressure Reducing Valve Spare Parts/658/

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

LIMITED TENDER ENQUIRY BNPM/LTE/BEARING 6003 RSR/888/

REQUEST FOR QUOTATION

IDBI BANK LTD. TENDER

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

(Regd. Office: 21, N.S.Road, Kolkata ) TENDER NO: BL/LC/MAN/SO2/LT/201718/0176 Dated: Due date:

GOVERNEMTN OF MAHARASHTRA MAHARASHTRA PRISON DEPARTMENT NAGPUR CENTRAL PRISON, NAGPUR

REQUIREMENT OF STEEL MATERIALS IN MT FOR VARIOUS THERMAL POWER STATIONS.

A. Scope of work: Supply of CPVC pipe, valve, rod & adhesive solution as per the list of requirements.

A. Scope of work: Supply of Push button, pilot light, selector switch etc., as per the list of requirements.

Ph no /182; LIMITED TENDER ENQUIRY No: BNPM/LTE/BATTERY/936/

(Submission of Bid through online)

A. Scope of work: Supply of Electronic Ballast as per the list of requirements.


Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

DATED: DUE ON

6 Earnest Money Deposit Rs. 17, Date of Opening of Price Bid Hrs.

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

BHARAT PETROLEUM CORPORATION LIMITED CHAIRMAN'S OFFICE, BHARAT BHAVAN, 4 & 6 CURRIMBHOY ROAD, BALLARD ESTATE, MUMBAI LIMITED TENDER

NOTICE INVITING TENDER (E-Procurement mode) भ रत य व ज ञ न श क ष ए अन स ध न स स थ न प ण

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

Structure / / 35 dated Date of uploading of N.I.T. & other Documents (online) (Publishing Date)

TENDER NO.PGVCL/PROC/Polymeric DO Fuse/862

BHARAT HEAVY ELECTRICALS LIMITED

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

NOTICE INVITING TENDER (NIT)

PURCHASE POLICY FOR PROCUREMENT OF PSC POLES

Ph no /336;

Invitation for Pre-Qualification of Bidders for 1X600 MT Mounded Pressurized Storage Vessel at Lucknow LPG Plant.

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

MADRAS FERTILIZERS LIMITED (A Govt. of India Undertaking) Manali, Chennai Ph.No:

Washed & Dried Silica Sand

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

TENDER FOR SALE OF EMPTY STEEL (MS) SCRAP BARRELS ON AS IS WHERE IS BASIS AT BPCL INSTALLATION AND WAREHOUSE

LIMITED TENDER. No. PUR/HMB/15/968373/IS Dated: ENQUIRY SCHEDULE

Indian Institute of Technology, Kanpur Civil Engineering Department. Request for Proposal

TENDER NO. PGVCL/PROC/1Ph & 3Ph SMC Meter Box/846

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

E-TENDER DOCUMENTS FOR SUPPLY AND INSTALLATION OF, PHOTOCOPIER

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

DELHI AVIATION FUEL FACILITY (P) LIMITED. Request for Quotation (RFQ) FOR. Supply of Valves & API Refuellers Nozzle

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

INSTRUCTIONS TO BIDDERS

Transcription:

BHARAT PETROLEUM CORPORATION LIMITED CENTRAL PROCUREMENT ORGANISATION (R) MUMBAI REFINERY, MAHUL, MUMBAI 400 074 Date: 31.07.2017 TENDER: SUPPLY OF FLAMEPROOF LED LIGHTING FITTINGS FOR BPCL-MUMBAI REFINERY, BPCL-KOCHI REFINERY AND NRL-NUMALIGARH REFINERY (CRFQ 1000284767, E-Tender No.27034) ADDENDUM 1 Reference to the subject Tender and based on the queries raised by the Bidders by e-mails prior to and during Pre-Bid meeting held on 26.07.2017 in BPCL Mumbai Refinery, BPCL s replies are as given below: SR. 1 Annexure-6 : Un-Priced Bid Cl. 7.28 of / Cl. 7.5 of / Sr. No. 2, 4, 5, 6, 7, 8 of Annexure-6 a) BPCL to clarify whether CLEAR type toughened or Anti-Glare diffused type toughened glass is required for all Luminaries. b) No tolerance is specified in the specification for 45W & 105W LEDs. BPCL to mention total lumens output required instead of specific rating of LED so that Bidder can select suitable model based upon BPCL s requirement as in many tenders from client like EIL, EESL, IOCL etc. total lumens output required is given by the client. a) Toughened Clear Glass without glare is required. For anti-glaring, diffused glass can be used; however, lux level shall be not less than 90 lumens / watt as per clause no 7.28. Flat glass is not acceptable for well glass fitting. b) Total minimum lumen output for 45W and 105W shall be 4050 and 9450 respectively as per tender specification Cl. 7.28. However, the wattage variation can be + /- 2%. Page 1 of 8

2 Annexure-6 : Un-Priced Bid Cl. 7.4 of / Sr. No. 1, 2, 3, 4, 5, 6, 7, 8 of Annexure-6 BPCL to clarify for the final requirement of wire mesh: whether it is SS or MS steel duly epoxy Powder coated. SS Wire-mesh is required for all the Lighting Fittings except for Flood Flood-Light Fittings where Wire-mesh is not required. 3 Cl. 7.11 (b) of BPCL to confirm if yellow shade RAL 1012 color is also acceptable or not for Gas Group IIC materials, since shade 355 is equivalent to RAL series 1012. As per BPCL Tender specification 4 Cl. 7.16 of Bidder will provide the name plate with all relevant Testing agency & Certifying agency name & Test report no. like CIMFR, CCOE and BIS. However, usually Nameplates are designed in line with IEC 60079 standards, so all mandatory & required informations will be available on the name plate in line with IEC 60079 clause No: 29 "Marking". Also to share the informations that even as per EIL spec, 6-51-006, Rev-5 manufacturing date is not required to be mentioned on name plate; only year of test report is required as "pre fix letter" of test report no. as per standard which suffices the purpose. As per BPCL Tender specification 5 Cl. 7.19 of 8 nos. 2.5 sq. mm Terminals are required as per BPCL Tender Specification. However, the bidder offered that, for Earthing there is inbuilt 6mm Screw pre-wired internally with metallic body for earth wire connection so remaining 6 Nos. TBs i.e. two for P, two for N & one spare will be provided for termination / wiring connection. BPCL is to confirm the same. 6 nos. x 2.5 sq. mm Terminals are acceptable i.e 2 nos. spare terminal are not required. Page 2 of 8

6 Annexure-6 : Un-Priced Bid Sr. No. 5, 6, 7 & 8 of Annexure-6 BPCL to clarify whether Bidder can supply 100W LED lights against 105W as their lights will have >95Lm/w efficacy so it will suffice BPCL requirement of lumens of 105W rating @100W with less power consumption throughout the life of LED i.e 5W power savings per day. LED Lights shall be supplied as per BPCL Tender specification. However, BPCL s reply against Sr.No.1 mentioned above shall be followed. 7 Annexure-6 : Un-Priced Bid Flood Light Fittings BPCL to clarify which viewing angle is required for Flood Light. Whether it should be narrow beam type i.e. 60 or wide beam type i.e. 120 Flood Light Fitting wide beam type i.e. 120 angle only is required. The Flood Light Fittings shall be supplied along with adjustable mounting brackets as per Cl. 7.32 of. However, these brackets are not required for Well-glass. 8 Drivers & LED Lamps Is there any BPCL approved vendor list available for LED lamps & Drivers for this project requirement to be followed? BPCL require standard and good quality components so that warranty clause as specified in the tender (CL. 17 of : Special Purchase Condition) is met. Page 3 of 8

9 Annexure-1 : Pre-Qualification Criteria Cl. 1.2 of Annexure-1 a) BPCL to specify whether Bidder needs to upload all P.O. copies, since total no. of P.Os will be bulky in size. Instead, whether bidder can upload an excel sheet mentioning P.O nos. along with LRs details. b) BPCL is requested to consider Purchase Orders for supply of Non- Flameproof / Non- so as to allow the Bidder to participate in the tender. a) As per the tender, for Pre-Qualification Criteria, the bidder has to submit executed Purchase Order/s of their supplies of at least 5100 Nos. (25% of Total estimated quantity) of Flameproof / in one year (12 months period) during preceding 3 years to be counted prior to bid due date. Thus POs, Invoices, LR details etc. are to be uploaded in e-portal by the Bidder as a part of Pre-Qualification Bid. In addition, Annexure-1A is to be filled-up and uploaded as a part of Pre-Qualification Bid. b) Purchase Orders for supply of Non-Flameproof / Non- are not acceptable to BPCL. a) Bidder expressed that only CIMFR & PESO Certificates are applicable; there is no need for certificate like DGMS & other mentioned certificates. a) OK 10 Annexure-1 : Pre-Qualification Criteria Cl. 1.4 of Annexure-1 b) Also BPCL to specify when to submit these Certificates - during LOA or with tender document? b) The certificates are to be uploaded and submitted through e-portal while submitting the tender by the Bidder. c) BIS applicability for Flameproof may be removed from the specification for this tender. c) BIS applicability for shall remain as a part of the tender specification and shall have to be adhered to by the Bidder. Page 4 of 8

11 Cl. 7.24 of As per the bidder, (Color Rendering Index) CRI should be 70, since no client usually asked for CRI 80. As per BPCL tender specification. 12 Cl. 7.30 of Bidder has expressed that their Constant current type LED driver is suitable for 4KV surge protection. BPCL has to specify whether bidder can use 4KV surge protection against BPCL requirement of 2KV. BPCL clarified that LED Driver shall be suitable for surge protection of minimum 2kV. 13 Cl. 7.31 of In the Pre-bid meeting, Bidder raised the point regarding Mandatory spares as Free supply as part of purchase order. Minimum quantities of drivers as mentioned in the tender shall be supplied as a mandatory spares and the same shall be free supply. 14 Annexure-1 : Pre-Qualification Criteria Cl. 2.1 of Annexure-1 Annual turnover criteria should be higher (approximately) around Rs.8-10 crore. As per BPCL tender specification. 15 Cl. 2.14 of BPCL to clarify Whether buy-back of lighting fixtures is with lamp or without lamp? For Buying-back by the vendor, old existing Flameproof in the refineries shall be handed over to the vendor with Lamps but without Control gear boxes and Glands on as-is-where-is basis. 16 Cl. 2.14 of BPCL to clarify Regarding GST calculation on buy-back? Unit Price to be quoted by the Bidder for buyback of from BPCL-Mumbai Refinery, BPCL Kochi Refinery & NRL-Numaligarh Refinery is inclusive of applicable GST. Page 5 of 8

17 Cl. 2.9 of Bidder had raised the point and discussed in the Pre-bid meeting the tender clause which reads as BPCL reserves the right to discontinue calling for supplies and terminate the rate contract by giving 30 days notice in advance without giving any reason for termination. It is part of BPCL tender clause and bidder has to abide by it. 18 Cl. 7.3 & Cl. 15.0 of BPCL to clarify a) Whether TPI charges shall be borne by the Bidder or by BPCL. b) Quantity of Tendered Items to be checked during TPI? a) TPI charges shall be borne by BPCL. TPI shall be carried out only by BPCL approved Agency presently M/s PDIL. b) Batch wise inspection will be carried out during TPI at Vendor s Works. 19 Cl. 18.0 of What is PMI test? PMI means Positive Material Identification and is required for Metallurgy identification e.g for SS items. 20 Annexure-9 : General Purchase Condition (GPC) of NRL Annexure- 11 : Applicable Charges and GST Cl. 1.0 of Annexure-9 : GPC of NRL Cl. 11.4 & CL. 9.2 of Annexure- 11 BPCL to clarify the followings a) As per Cl. 1.0 of GPC of NRL, Prices are to be quoted on FOT NRL Site, Numaligarh basis (or, FOT NRL Guwahati/New Delhi/Calcutta basis, as the case may be) showing breakup of taxes, duties, packing & forwarding, freight and transit insurance charges (all in % age). b) As per Cl. No. 11 of Special purchase conditions (SPC), Delivery of the material shall be made on FOT site basis. IS BIDDER TO CONSIDER UNIT COST EXCLUSIVE OF TRANSPOTATION CHARGES AT THREE RESPECTIVE SITES? a) As per clause 11.4 of i.e, Supplier s prices should be door delivery basis. The ordered items are to be delivered to the Refinery Warehouses at BPCL (Mahul, Mumbai, Maharashtra), BPCL (Ambalamugal, Kochi, Kerala) and NRL (Golaghat, Assam) respectively. b) As per Cl.9.2 of, the basic price (i.e., Ex works price) of each item/ material code shall be the same for all the locations. However, taxes and duties and freight charges may vary depending on the supply location. Bidder has to mention Applicable Charges and GST (Annexure-11) indicating Freight Charges in % on basic price, if applicable and upload the same in BPCL e-portal while submitting the Bid. Page 6 of 8

21 Annexure-10 : Commercial Questionnaire Sr. No. 5 of Annexure-10 BPCL to consider and confirm whether the following is acceptable Initially Bidder shall submit PBG for 10% of the order value amount for 36 months (3 years); BEFORE THREE MONTHS OF EXPIRY OF B/G it shall be further extended for further period of 30 months (2 years + 6 months claim period), as per banking norms. 100% lot wise payment will be made to the vendor within 30 days from the date of delivery of materials to respective BPCL sites. Vendor has to submit PBG for 10% of the amount valid till warranty period of 5 years plus six months claim period and technical documents against which above payment will be made. However, if the tenure of the PBG is 3 years, then the Bidder has to provide revolving PBG ensuring that the validity will automatically continue for further period of 30 months (2 years and 6 months claim period). For further details refer Conditions (SPC):. EMD is applicable for this tender. All Bidders except in the case of bidders eligible for exemption under MSE Policy have to submit an EMD of Rs.2.5 Lakh for this tender in PQ bid. However, the exemption is subject to the fulfilling of under mentioned conditions: 22 Cl. 22 of Bidder expressed that they fall under MSME policy (MSME + NSIC registered Unit), therefore, EMD is not applicable to them but there is no option / exemption available in BPCL tender specification. BPCL to confirm EMD exemption to SSI Units registered with MSME as per GOI Law. a. Units should be registered with National Small Scale Industrial Corporation Limited (NSIC) or with any of the Authorities specified under the Public Procurement Policy for MSE s (DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts and Handloom or any other body specified by Ministry of MSME.) b. The Unit should be registered for the item tendered. c. The monetary limit, if any, indicated in the registration certificate should cover value of items ordered. d. Registration Certificate is valid for a period at least up to the validity of the offer. Page 7 of 8

e. Self-attested copy of valid relevant registration certificate should be submitted in support. f. Registration with DGS & D will not entitle the bidder to claim above exemption. Such bidders must upload appropriate proof along with their "Bid", to show that they are eligible for the exemption from EMD (application for registration as NSIC / MSE or for renewal will not be acceptable), failing which such bid will be treated as bid received without EMD and liable to be rejected. Notes: a) There is no change in any other Terms & Conditions of the Tender. b) Bidders shall take note of the above said Addendum No.1 and submit their bids accordingly. c) This Addendum No.1 forms an integral part of the Bidding Document & shall be submitted by the Bidder along with Part-1 i.e. Pre-Qualification Bid duly stamped and signed as a token of acceptance. Page 8 of 8