CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

Similar documents
TENDER CRFQ NO (E-TENDER REF NO.13020)

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

Date of Start and downloading the tender 12 sep 2018

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TECHNICAL SPECIFICATIONS:

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

Ravi Malik General Manager

The following are the terms and conditions for the firms for submission of bids:

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

Material Description Quantity UOM

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

NATIONAL BANKING GROUP WEST-1

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

Relationship beyond banking

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

Department of Biochemistry University of Lucknow Lucknow

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

Due to large sum and BG processing time it is requested to offer 15 Working days instead of 7 working days.

Specification / Datasheet

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

INDUSTRIAL EXTENSION BUREAU

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

Queries raised by the representatives. 4 Sl. No.( iv) 31 Refer Sl. No. 2 It should be Windows 10 professional as it is the latest one

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

NOTICE INVITING TENDER

City of Johannesburg Supply Chain Management Unit

INVITATION FOR QUOTATION. TEQIP-II/2014/CG1G02/Shopping/50

NOTICE TO CONTRACTORS

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

INVITATION FOR QUOTATION. TEQIP-II/2015/RJ1G08/Shopping/25

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

Technical Specification For Design and supply of Water Mist cum CAFS (Compressed Air Foam System) Backpack Fire Fighting System

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

Application for Registration of Fire Protection Consultant on Record

Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar.

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

Time Extension: Tender submission deadline is extended up to 12:00 Hrs. of

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE, BHOPAL PART B : PRICE BID

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

Specification of (COC) Automatic Open Cup Flash Point Tester with accessories

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS


Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

TENDER DOCUMENT FOR PURCHASE OF: REFILLING & AMC OF FM-200 FIRE EXTINGUISING GAS IN DRC Tender Number: /368/FIRESERVICING, Dated:01.11.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Eligibility Criteria for Participation [Qualification Requirement (QR)]

Fiji Electricity Authority Transmission Unit 2 Marlow Street, Suva

SPECIFICATIONS FOR TENDER # SUPPLY OF DUCTLESS MINI-SPLIT AIR CONDITIONING SYSTEMS FOR WESTERN HEALTH

TENDER FOR EMPANELMENT OF VENDORS

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO

KAIGA GENERATING STATION

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision...

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Save energy at home residential natural gas rebate form

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

Chief Operating Officer Giampiero Belcredi

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

At least 10 calendar days prior to project start date Within the last 30 days of a project that will extend beyond 12 months

Contact Phone Number: (609) Fax: (609)

BID PROPOSAL-REVISED

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS HINDUSTAN BHAWAN, 1 ST FLOOR, 8, SHOORJI VALLAVDAS MARG, BALLARD ESTATE, MUMBAI

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

RESIDENTIAL REBATE FORM

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

Calling for Quotations

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES:

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

Transcription:

CPO (REFINERIES) DESIGN, ENGINEERING, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY AMC OF RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL-MUMBAI REFINERY (BPC CL MR) CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO. 1000164021 E-Tender Ref. No: 9093

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO. 1000164021 E-Tender Ref. No: 9093 1.0 INTRODUCTION The following Corrigendum is issued considering the requests from various bidders for more clarifications and time for submission of bids, against our tender for Design, Engineering, Supply, Installation, Testing, Commissioning and Post Warranty AMC of Rim Seal Fire Protection System for BPCL - Mumbai Refinery (BPCL - MR), Mumbai, E-tender Ref. No. 9093. The description of the corrigendum is given below; 1. Due date for the tender submission is extended till 31 st July 2012, 14:00 Hrs (IST). In view of this, the following in the tender undergoes change. Annexure No of the document in the tender Clause No Present description (as per Corrigendum 1) Corrigendum issued now Cover page of the tender Stage Name Tender Calendar Details Start Date End Date And Time Stage Name Tender Calendar Details Start Date End Date And Time Tender Release 23.05.2012 20.07.2012 (1400 Hrs IST Tender Release 23.05.2012 31.07.2012 (1400 Hrs IST Pre qualification bid opening 20.07.2012 (1430 Hrs IST) Pre qualification bid opening 31.07.2012 (1430 Hrs IST) Un-priced Bid Opening Un-priced Bid Opening Priced Bid Opening Priced Bid Opening Notice Inviting tender Due date for submission of the Tender: 20.07.2012, 14.00 Hrs. IST. Due date for submission of the Tender: 31.07.2012, 14.00 Hrs. IST. All vendors are requested to kindly take note of this change and submit their offers before the extended due date. 2. Corrigendum to the tender document. Corrigendum document pertaining to the tender is given below. All vendors are requested to take note of the changes/ revisions and submit their offers accordingly. Also, Agreed Terms and Conditions (ATC) Indigenous Revised version is attached. All bidders are requested to submit this revised format duly filled. All other terms and conditions of the tender document remain unchanged.

SL. NO. Clause No./ Serial No. of the tender document 1 SPECIFICATIONS 5. LINEAR HEAT DETECTION(LHD) SYSTEM 2 5.3 DETECTION SYSTEM REQUIREMENTS 3 5. LINEAR HEAT DETECTION(LHD) SYSTEM 4 5. LINEAR HEAT DETECTION(LHD) SYSTEM 5 5. LINEAR HEAT DETECTION(LHD) SYSTEM TENDER CRFQ NO. 1000164021 (E-TENDER REF NO. 9093) CORRIGENDUM TO TENDER Present description Corrigendum issued The system shall be able to sense the rapid rate of rise or The Detection system shall be site configurable for rate of rise preset maximum temperature or both to ensure that any and maximum temperature at two different alarm thresholds incipient fire on rim seal is detected within 10 seconds of at Graphic console & rim seal main fire alarm panel. The logic occurrence. should be such that alarm should come if there is rate of rise The detection system shall be site configurable for rate of rise and also alarm should come when maximum temperature is and/or maximum temperature at two different alarm reached. This will ensure that even if one fails other will work. thresholds at Graphic console & rim seal main fire alarm panel. The linear heat detection system shall have a suitable device / The linear heat detection system shall have a suitable mechanism for self-diagnostic / real time monitoring of device/mechanism for self-diagnostic and real time monitoring effectiveness of the detection system. of effectiveness of the detection system. The linear heat detection system shall provide fire alarm/ fault The linear heat detection system shall provide fire alarm/ fault signals separately for each tank at the rim sealmain firealarm signals separately for each tank at the rim sealmain firealarm panel / graphic console. panel and graphic console. The Detection system shall be site configurable for rate of rise The Detection system shall be site configurable for rate of rise and/or maximum temperature at two different alarm and maximum temperature at two different alarm thresholds thresholds at Graphic console & rim seal main fire alarm panel. at Graphic console & rim seal main fire alarm panel. The logic should be such that alarm should come if there is rate of rise and also alarm should come when maximum temperature is reached. This will ensure that even if one fails other will work. 6 14.0 Factory Testing / Inspection: 14.0 Factory Testing / Inspection: 14.1 Bidder shall.. under QAP. a) Approval of design & engineering documents of the entire system by TPIA 14.0 Factory Testing / Inspection: 14.1 Bidder shall.. under QAP. a)approval ofdrawings&design documents willbe done by BPCL. 7 SCC Page 3 of 18 Power for lighting & water will be provided free of cost by The Contractor at his own risk and cost make arrangements for BPCL. water required for construction. 8 Technical Specification Data Sheets, Page 4 of 48 8th Bullet Point The Contractor has to make his/her own arrangement for the construction power required for construction at his own risk and cost. Software shall have provision to configure additional tanks in future, if required. Software shall have provision to configure 20 additional tanks in future. 9 Technical Specification Data Sheets, Page 19 of 48, clause no S) Audible and visual alarms shall be provided on rim seal main fire alarm panel (in control room), repeater panel (PH 1A, PH 5 & ARU control room) and LCP (outside the dyke), which shall be audible up to 500 m radial distance. Audible and visual alarms shall be provided on rim seal main fire alarm panel (in control room), repeater panel (either at PH 1A or at PH 5 or at ARU control room) and LCP (outside the dyke), which shall be audible up to 500 m radial distance. 10 Technical Specification Data Sheets, Page 33 of 48, clause no 5.0 Painting For Foam Vessels... Painting specification as per System 20 will be applicable for SS foam vessel painting. 11 1.0 Page 1 of 48 These detection systems shall be certified by any of the These detection systems shall be certified by any of the international certifying agencies like UL,FM,Vds or LPC to international agencies like UL/FM/Vds or LPC to ensure that ensure that those systems are used which meet the highest those systems are used which meet the highest international international standards of safety certification. standards of safety certification. 12 5.3 Page 3 of 48 13 7.0 Page 7 of 48 The linear heat detection system shall have a suitablethe linear heat detection system shall have a suitable device/mechanism for self-diagnostic/ real time monitoring of device/mechanism for self-diagnostic and real time monitoring effectiveness of the detection system. of effectiveness of the detection system. Alarm and Auto Actuation System. The detection system needs to be highly reliable and shall work at varied site ambient temperature The system shall be site configurable for both rate of rise of temperature and maximum temperatuure TENDER CRFQ NO. 1000164021 (E-TENDER REF NO.9093) RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL - MR. CORRIGENDUM DOCUMENT Page 1 of 2

SL. NO. Clause No./ Serial No. of the tender document 14 11.0 (a) Page 9 of 48 Present description Corrigendum issued 11. Approvals & Authorization: 11. Approvals & Authorization: 11.1 Following approvals are required to be made available 11.1 Following approvals are required to be made available along with the bid: along with the bid: a) Valid certifications from any of the international certifying agencies like UL,FM,VdS or LPC for linear Heat Detection a) Valid certifications from any of the international agencies system along with evaluation unit & metallic sensor tube. like UL /FM/VdS or LPC for linear Heat Detection system along Evaluation unit shall either be FLP/ intrinsically safe by itself or with evaluation unit, metallic sensor tube, self diagnostic/ self shall be housed in a FLP box having PESO approvals mentioning testpump.theseitemsshalleitherbeflp/intrinsicallysafeby details of components housed inside the FLP box, including itself or shall be housed in a FLP box having PESO approvals sensor tube entering the FLP box. mentioning details of components housed inside the FLP box, including sensor tube entering the FLP box. b) UL listing & BIS approvals for 3% type AFFF/FFFP or 3%/3% type AR-AFFF foam to be used in the system. b) UL listing & BIS approvals for 3% type AFFF/FFFP or 3%/3% type AR-AFFF foam to be used in the system. 15 Technical Specs 5.4 Installation requirements c) Valid UL listing or VdS/FM/LPC approvals for Foam spray Nozzles The LHD and automatic foam suppression system is required to be installed on the tank roof as per approved drawings & after obtaining confirmation of the tank roof being capable of holding the subject system. c) Valid UL listing or VdS/FM/LPC approvals for Foam spray Nozzles. Parts of Heat Detection System including self diagnostic / self test pump shall also be a part of the approvals. BPCL will check the stability of the floating roof, after receiving the detailed engineering drawing and the indicative weight of the components planning to be mounted on the roof. TENDER CRFQ NO. 1000164021 (E-TENDER REF NO.9093) RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL - MR. CORRIGENDUM DOCUMENT Page 2 of 2

AGREED TERMS & CONDITIONS (INDIGENOUS) - Revised EACH POINT MUST BE CONFIRMED / COMMENTED UPON AND MUST BE SUBMITTED ALONG WITH TECHNICAL BID BPCLs CRFQ No. : 1000164021. E-Tender Ref. No. 9093 Date : 23.05.2012 S. No. A TECHNICAL: Tender Requirement Vendor s confirmation/ acceptance/comments 1 Confirm that the offer has been submitted strictly as per the enquiry cum offer format. 2 Confirm that all pages of attached technical specifications and scope of supply enclosed with the tender have been submitted with the technical bid duly signed in all pages. 3 Confirm that there is no technical deviation and specification of offered product is same as per tender specification. 4 In case of any deviation, confirm that the same has been indicated in Form B. 5 Confirm that any deviations/ reservations/ notes/ comments etc., givens elsewhere in the offer other than the Form B shall not be considered B. COMMERCIAL 1 Confirm that BPCL s Integrity pact is duly signed and submitted by you as per requirement. 2 Confirm that the quoted prices are in Indian Rupees. 3 Confirm that the prices are given strictly as per price schedule. 4 Indicate basis of quoted prices. (Ex-Works/ FOR Despatch point/ FOR Destination/ free delivery at site) 5 Indicate Despatch point E-Tender Reference No. 9093 ATC Ind. (Revised) Page 1 of 5

6 Confirm that packing and forwarding charges are inclusive in the bid. 7 Confirm that third party inspection charges are inclusive in their bid. (The same shall include all testing expenses inclusive of destructive testing charges if any and fees payable to third party inspectors). 8 Payment for Third Party Inspection charges shall be made by vendor directly to the Inspection agency and all material will be dispatched with inspection release note in original by Inspection Agency. 9 Confirm that the Prices shall be FIRM till complete execution of the order and shall not be subject to variation on any account. 10 Confirmation that the quoted prices are valid for acceptance upto six (6) months from the closing date of this enquiry. 11 On account of exigencies, if the bidder is requested to extend the validity of their offer, the same should be extended without any deviation including change in price. Otherwise, in such an event the offer will be rejected. 12 Indicate the present rate of excise duty applicable on the supplies along with excise tariff No. 13 Clarify whether ED is included in the quoted price or extra. 14 If excise duty/ Sales tax is presently not applicable, confirm whether the same will be borne by you in case it become leviable later. Also pl give reasons for non application of ED / Sales tax. 15 Wherever CENVAT can be availed by BPCL, Excise duty shall be paid by BPCL after receipt of proper documents to avail CENVAT benefit. 16 Indicate the rate applicable for the following: a) CST with "C" Form E-Tender Reference No. 9093 ATC Ind. (Revised) Page 2 of 5

b) CST without "C" form c) VAT (for supplies within state) 17 Indicate whether CST/VAT is inclusive or extra in the quoted price 18 Service Tax:- Indicate the rate of service tax wherever service tax applicable extra and items on which the same is applicable. Service Tax Registration No. Attach a copy of your service tax registration certificate. Mention clearly the Category of Taxable Service 19 Works Contract on Sales Tax (WCT) for site works:- Indicate the rate of WCT wherever applicable extra and items on which the same is applicable. VAT/ TIN NO. 20 Statutory variation in excise duty rate and Sales Tax /VAT rate during contractual delivery period shall be to BPCL account. Any increase in the rate of sales tax beyond CDD shall be to vendor s account. Any increase in the rates of Excise Duty & VAT beyond the contractual completion date or approved extended contractual completion date will be borne by BPCL to the extent CENVATABLE documents passed on to BPCL and BPCL is in a position to get the CENVAT claim from the authorities. However, the benefit of any reduction must be passed on to BPCL. 21 Prices quoted shall exclude transit insurance charges as the same shall be arranged by BPCL. 22 Confirm that all Bank charges and Stamp Duties shall be borne by the bidder. 23 Confirm acceptance of BPCL s `General Purchase Conditions (GPC) and General Conditions of Contract (GCC) in toto. 24 In case of deviation/ reservations etc., to BPCL s GPC/ GCC & tender conditions, confirm that the same has E-Tender Reference No. 9093 ATC Ind. (Revised) Page 3 of 5

been given in Form-B and any deviations/ reservations/ notes/comments etc., given elsewhere in the offer shall not be considered. 25 Confirm acceptance of part order without any stipulation of minimum order value/quantity. 26 Confirm acceptance of repeat purchase order with the same rate and terms & conditions within 12 months from the date of original purchase order. 27 Acceptance to Liquidated Damages/ Price Reduction for delay in delivery beyond contractually agreed schedule @ ½% of undelivered order value per week of delay or part thereof, subject to a ceiling of 5% of total order value (supply and site work separately) as per BPCL s GPC/ GCC. 28 Confirm acceptance of Payment term as given in tender document. 29 Confirm that the goods shall be guaranteed for 24 months from the date of installation and successful commissioning of entire rim seal protection systems & completion of SAT as per specifications of all the tanks in a location. 30 Performance Bank Guarantee (PBG) : Confirm that you will furnish performance guarantee bond for 10% of total order value (For supply and site work) by way of Bank Guarantee in the prescribed format from any Scheduled Indian Bank as per General Purchase Conditions (GPC) and as per format of PBG attached. 31 Indicate relationship with any of our Directors. 32 Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. If this declaration is not furnished the bid shall be rejected as non-responsive. 33 If the items are covered under DGS&D rate contract, confirm that a copy of rate contract is enclosed with your offer. E-Tender Reference No. 9093 ATC Ind. (Revised) Page 4 of 5

34 You are requested to furnish the following information for e-payment: a) Name of the vendor/contractor party b) Account No. of the party c) Bank & Branch Name where the above account is maintained d) Type of account (current/saving/cash credit A/c) e) Branch code of the above bank branch f) The 9 digit MICR code of the above branch (with is printed in the cheques issued by the Branch available with the A/c holder). 35 In terms of Section 8 of The Micro, Small and Medium Enterprises Development Act (MSMEDA), 2006, eligible bidders is requested to submit a copy of the relevant memorandum ( micro and small enterprises to submit the memorandum files with the authority notified by the State Government and by medium enterprises with the authority notified by the Central Government, i.e., General Manager, District Industries Centre or any District Level Officer of equivalent rank in the Directorate or the Department dealing with micro, small and medium enterprises of the State Government or the Union Territory Administration.) along with the offer for availing the privileges. Bidder s Name : Offer Ref. :. Date:.. Bidder's Signature.. Name Designation.. Tel. No./ Fax No. :.. E-mail Office stamp E-Tender Reference No. 9093 ATC Ind. (Revised) Page 5 of 5