central procurement organization (mktg.) bharat petroleum ... · pdf filecentral procurement...
TRANSCRIPT
CENTRAL PROCUREMENT ORGANIZATION (Mktg.)
BHARAT PETROLEUM CORPORATION LIMITED MUMBAI.
GLOBAL TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV NETWORK VIDEO SURVILLIENCE
SYSTEM CONSISTING OF IP PTZ CAMERAS (FLP/NON FLP) AND FIXED IP NETWORK CAMERAS(NON FLP) AND ACCESSORIES
AT POL LOCATIONS
CRFQ NO.:1000241282
DUE ON: 29/10/15 AT 1500 HRS IST
GENERAL INSTRUCTIONS TO BIDDERS
1. BPCL intends to provide Integrated Video surveillance system in POL Depots /
Installations including Supply, Installation, Commissioning and AMC and pleased
to invite your bids in two parts viz. Techno-Commercial Bid and Price Bid.
2. This is an e-tender. Please visit the website https://bpcleproc.in for participating in
this tender process and submitting your Techno-commercial and Price bids online.
TECHNICAL BID COMPRISES OF FOLLOWING FORMS INCLUDING EMD OF Rs.
2.5 LAKHS:
1. INSTRUCTION TO BIDDERS FOR E-TENDERING
2. VENDOR DETAILS (VENDOR MASTER)
3. BID QUALIFICATION CRITERIA (BQC)
4. SPECIAL PURCHASE CONDITIONS
5. DEVIATION TO SPECIAL PURCHASE CONDITIONS
6. GENERAL PURCHASE CONDITIONS
7. INTEGITY PACT
8. TECHNICAL SPECIFICATIONS
9. SCOPE OF WORK
10. SAMPLE PRICE BIDS, BILL OF QUANTITIES AND LOCATION DETAILS
11. TECHNICAL LITERATURE /BROCHURE TO BE UPLOADED
12. TECHNO-COMMERCIAL CONDITIONS
13. ACCEPTANCE OF DOCUMENTS
14. MSME DOCUMENTS (IF APPLICABLE)
15. AMENDMENT ACCEPTANCE.
16. BACK TO BACK GUARANTEE FORMAT
PRICE BID COMPRISES OF FOLLOWING FORMS :
A. PRICE BID FOR INDIAN BIDDERS
B. PRICE BID FOR FOREIGN BIDERS
C. PRICE BID FOR FINAL INTEGRATION (COMMON FOR INDIAN AND FOREIGN
BIDDERS).
3. All the documents associated with Techno-Commercial bid (consisting of all the
afore-mentioned Annexures, documents uploaded by the vendor and Techno-
Commercial Information for Imports, if applicable) and price bid shall form the part of
the tender. The entire bid shall be online only.
Offers should strictly be in accordance with the tender terms & conditions and our
specifications. Vendors are requested to carefully study all the documents /
annexures and understand the conditions, specifications & drawings, before quoting
the rates and submitting this tender. In case of doubt, written clarifications should be
obtained, but this shall not be a justification for request for extension of due date for
submission of bids. Counter conditions will not be accepted and bids having
counter conditions will be rejected. Similarly, vendors cannot put counter
conditions after receipt of LOI and/or PO and counter conditions at LOI/PO
stage will lead to forfeiture of EMD.
4. REFERENCE FOR DOCUMENTATION:
4.1 The number and date of tender must appear on all correspondence before
finalization of Rate Contract / Purchase Order.
4.2 After finalization of Rate Contract / Purchase Order, the number and date of Rate
Contract/Purchase Order must appear on all correspondence, drawings, invoices,
dispatch advices, (including shipping documents if applicable) packing list and on any
documents or papers connected with this order.
5. The bidder shall bear all costs associated with the preparation and submission of
the bid (including TPIA charges for getting BQC documents, as applicable, certified by
approved TPIA), and Owner will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
6. Vendor is requested to submit their bids taking full notice of all the technical
specifications, terms and conditions, forms & attachments to this tender. Bids must
be through e-tendering system only and must be filled up by the authorized and
competent authority of your firm.
7. Undertaking by the bidder:
a. I/we hereby undertake that the statements made herein/information given in the
bids through e-tendering system/annexures/forms/uploaded documents referred are
true in all respects and that in the event of any such statement or information being
found to be incorrect in any particular, the same may be construed to be a
misrepresentation entitling BPCL to avoid any resultant contract.
b. I/we further undertake as and when called upon by BPCL to produce, for its
inspection, original(s) of the document(s) of which copies have been annexed hereto.
8. The list of approved Third Party inspection agencies
i. Lloyds Register Industrial Service Ltd. (LRIS)
ii. Det Norske Veritus (DNV)
iii. Indian Register of shipping (IRS)
iv. Tata projects Ltd.
v. SGS India Pvt. Ltd
vi. Germanischer Lloyds Industrial Service Pvt. Ltd. (GLISPL)
vii. Engineers India Ltd. (EIL)
viii. Project & Development India Ltd. (PDIL)
ix. UL India Pvt. Ltd.
x. Intertek testing Service India pvt. Ltd.
xi. RITES Ltd.
xii. MECON Engineers
xiii. International Certification Services Pvt Ltd (ICS)
9. The vendors who are on BPCL holiday list or delisted will not be considered.
10. The bidder is expected to examine all instructions, forms, attachments, terms and
specifications in the tender document. The entire tender document together with all its
attachments thereto, shall be considered to be read, understood and accepted by the
bidder, unless deviations are specifically stated by the bidder in deviation sheet.
Failure to furnish all information required in the tender document or submission of a
bid not substantially responsive to the tender documents in every respect will be at
bidder risk and may result in the rejection of his bid. The bidder scope of supplies as
specified in the material requisition shall be in strict compliance with the scope
detailed therein and in the bid document.
11. The bid prepared by the Bidder and all correspondence / drawings and documents
relating to the bid exchanged by Bidder and the Owner shall be written in ENGLISH
language, provided that any printed literature furnished by the Bidder may be written
in another language so long as accompanied by an ENGLISH translation, in which
case, for the purpose of interpretation of the bid, the ENGLISH translation shall
govern.
12. Grievance Redressal Mechanism: Bharat Petroleum Corporation Limited (BPCL) has
developed the Grievance Redressal Mechanism to deal with references/ grievances, if
any, that is received from bidders who participated / intends to participate in the
Corporation tender. The details of the same are available on our website
www.bharatpetroleum.in
13. The bidders to provide their bank details, company type (Sole proprietorship,
Private Limited / Public Limited etc), PAN / Sales Tax / WCT Registration numbers /
Service Tax Registration No. / VAT registration No., as applicable for updating vendor
master file. You are also requested to keep us informed of any change in address /
status of your business / contact details including email address etc.
14. QUERIES AND CLARIFICATIONS: Any query or clarification with regard to this
tender may please be referred to below address & phone nos. on any working day
during office working hours
Ch. MANAGER CEC (CPO)
Central Procurement Organisation (Mktg)
Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),
Mumbai - 400 015.
Phone: 91-22-24176207 / 24176420
Fax: 91-22-24117878
E Mail : [email protected]
15. GOVERNING LAWS: The laws of Union of India shall govern all matters concerning
the tender. Any issue arising related to the tender or the selection process shall be
adjudged by the courts in Mumbai, India alone.
16. BPCL reserves the right to accept or reject, any or all tenders received at its
absolute discretion without assigning any reason whatsoever.
17. You may please send your queries if any, on / before the Due date i.e. 29.10.2015
(15:00 hrs), and there will be pre bid meeting held at Mumbai on 05.10.2015 (11:00
hrs) at the following address.
Central Procurement Organization (Mktg),
Bharat Petroleum Corporation Limited,
A Installation Sewree Fort Road,
Sewree East, Mumbai – 400015.
All prospective bidders can participate in the same.
General Instructions to vendors for e-tendering
1. Interested parties may download the tender from BPCL website
(http://www.bharatpetroleum.in) or the CPP portal (http://eprocure.gov.in) or from the e-
tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given
therein, on or before the due date of the tender. The tender available on the BPCL website and
the CPP portal can be downloaded for reading purpose only. For participation in the tender,
please fill up the tender online on the e-tender system available on https://bpcleproc.in.
2.For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions
to Vendors” available under the download section of the homepage of the website. As the first
step, bidder shall have to click the “Register” link and fill in the requisite information in the
“Bidder Registration Form”. Kindly remember your e-mail id (which will also act as the login
ID) and the password entered therein. Once you complete this process correctly, you shall get a
system generated mail. Login in to the portal using your credentials. When you log in for the first
time, system will ask you to add your Digital Signature. Once you have added the Digital
Signature, please inform us by mail to the vendor administrator [email protected] with
a copy to [email protected] for approval. Once approved, bidders can login in to the system
as and when required.
3.As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital
Certificate of Class IIB and above (having both signing and encryption certificates) as per Indian
IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of
India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital
certificate shall be borne by the vendor.
In case any vendor so desires, he may contact our e-procurement service provider M/s. E-
Procurement Technologies Ltd., Ahmedabad (Contact no. Tel: +91 79 4001 6868 for obtaining
the digital signature certificate.
4. 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 vendors 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 vendor. They have the choice of making changes in their bid before the due date and time.
5.Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be
acceptable to us. The schedule for opening the price bid shall be advised separately.
6. Directions for submitting online offers, electronically, against e-procurement tendersdirectly
through internet:
(i)Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register
themselves at the earliest, if not done earlier.
(ii)The system time (IST) that will be displayed on e-Procurement 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.
(iii)Vendors 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 vendor intends to
change/revise the bid already submitted, they shall have to withdraw their bid already submitted,
change / revise the bid and submit once again. In case vendor is not able to complete the
submission of the changed/revised bid within due date & time, the system would consider it
as no bid has been received from the vendor against the tender and consequently the
vendor will be out of contention. The process of change / revise 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.
(iv)Once the entire process of submission of online bid is complete, they will get an auto mail
from the system stating you have successfully submitted your bid in the following tender with
tender details.
(v)Bids / Offers shall not be permitted in e-procurement system after the due date / time of
tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.
(vi)No manual bids/offers along with electronic bids/offers shall be permitted.
7.For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can see the
rates quoted by all the participating bidders once the price bids are opened. For this purpose,
vendors shall have to log in to the portal under their user ID and password, click on the “dash
board” link against that tender and choose the “Results” tab.
8.No responsibility will be taken by BPCL and/or the e-procurement service provider for any
delay due to connectivity and availability of website. They shall not have any liability to vendors
for any interruption or delay in access to the site irrespective of the cause. It is advisable that
vendors who are not well conversant with e-tendering procedures, start filling up the tenders
much before the due date /time so that there is sufficient time available with him/her to acquaint
with all the steps and seek help if they so require. Even for those who are conversant with this
type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted
that the individual bid becomes viewable only after the opening of the bid on/after the due date
and time. Please be reassured that your bid will be viewable only to you andnobody else till the
due date/ time of the tender opening. The non availability of viewing before due date and time is
true for e-tendering service provider as well as BPCL officials.
9.BPCL and/or the e-procurement service provider shall not be responsible for any direct or
indirect loss or damages and or consequential damages, arising out of the bidding process
including but not limited to systems problems, inability to use the system, loss of electronic
information etc
In case of any clarification pertaining to e-procurement process, the vendor may contact the
following agencies / personnel:
1.For system related issues :
a.M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-
mail to id [email protected].
1
Bid Qualification Criteria for Participation in the Tender
A. The bidder shall be OEM (Original Equipment Manufacturer) of IP PTZ and Fixed IP Network
camera.
(or) the authorized channel partner of OEM of IP PTZ and Fixed IP Network camera.
(or) the System Integrator of OEM of IP PTZ and Fixed IP Network camera.
Consortium bidding is not permitted.
Documents required: A.1. If OEM (IP PTZ and Fixed IP Network camera Manufacturer) is quoting directly:
A.1.1. Excise Registration/ License (or) Factory License, EN or UL or FCC certification (or) Certificate from local chamber of commerce (or) ISO certificate (or) any other document clearly indicating that bidder is OEM of camera. The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying and confirming the documents mentioned above. A.2. If authorized channel partner (i.e dealer / distributor / stockist) of OEM is quoting
directly:
A.2.1. The authorized channel partner should be in existence as a channel partner of the OEM (pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) for a minimum period of 1 year prior to the due date of bid submission. A letter from the OEM to this effect shall be furnished. A.2.2. The authorized channel partner is required to submit a letter from the OEM( OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) giving declaration that the said authorized channel partner is authorized to participate in this tender. A.2.3. Back to Back guarantee shall be provided by the camera OEM( OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) stating that in case of failure of any supply (or) performance of the equipment in all respects or as per the warranties /guarantees that may have been given, then the manufacturer shall assume all obligations under the contract pertaining to the items in their purview. A.2.4. The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying and confirming the documents mentioned in Sr. Nos. A.2.1, A.2.2 and A.2.3, above.
2
A.3. If system integrator (SI) is quoting directly: A.3.1. The System integrator should be in existence as a System integrator of the OEM (OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) for a minimum period of 1 year prior to the due date of bid submission. A letter from the OEM to this effect should be furnished. A.3.2 The system integrator is required to submit a letter from the OEM (OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) giving declaration that the said system integrator is authorized to participate in this tender. A.3.3. Back to Back guarantee shall be provided by the camera OEM( OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) stating that in case of failure of any supply (or) performance of the equipment in all respects or as per the warranties /guarantees that may have been given, then the manufacturer shall assume all obligations under the contract pertaining to the items in their purview. A.3.4. The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying and confirming the documents mentioned in Sr. Nos. A.3.1, A.3.2 and A.3.3 above. B. Financial Turnover of the vendor: The minimum average annual financial turnover of the vendor during the last three accounting years should be Rs.2.60 Crores. (or USD 0.4 million or its equivalent in any other currency). Documents required: Audited Balance sheet and Profit and Loss account for the last 3 available successive accounting years (In English language only) C. Financial Net worth of the vendor : Net worth is defined as TOTAL ASSETS MINUS TOTAL LIABILITIES. Net worth of the vendor should be positive in the last financial year as mentioned above. Documents required: Audited Balance sheet and Profit and Loss account for the last 3 available successive accounting years (In English language only).
3
D. IP PTZ and Fixed IP Network camera Manufacturer listed in any stock exchange as on due date of bid submission. Regardless of whether the vendor is OEM (or) Channel Partner (or) System Integrator, the documentary proof that the OEM of the camera is a listed company (listed in any stock exchange) needs to be submitted. If the manufacturer is a 100% subsidiary company of another company (parent company), then the parent company should be listed in any stock exchange. The necessary proof of being a subsidiary company in such a case also needs to be submitted. Documents required: The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying and confirming the documents mentioned in Sr. No. D above. E. Proven Track Record: If OEM of IP PTZ and Fixed IP Network camera (or) the authorized channel partner of OEM (or) the System Integrator of OEM is bidding,
E.1.1. IP PTZ and Fixed IP Network camera manufacturer (OEM means the Original equipment manufacturer pertaining to the location from where the cameras are getting manufactured (or) the global headquarters of the camera manufacturer and not the branch offices in any other country) should have supplied following number of Cameras, globally during any continuous 12 months period in the last three years.
Type OF Camera Minimum Number required to Qualify
IP PTZ Cameras 70
IP PTZ Camera - FLP 25
Fixed IP network Camera 75
The bidder intending to participate in the tender should have supplied minimum number of all types cameras as specified above. Regardless of whether vendor is OEM (or) Channel partner (or) System integrator, the documentary proof of supply needs to be submitted. If the proof of the above supplies is from any other group companies of the OEM, then suitable letter from the OEM needs to be furnished stating that the OEM is the owner of the trademark of the supplied cameras. E.1.2. The bidder also has to submit necessary performance certificates from the end users from at least 3 locations where minimum of 10 cameras per location have been installed in industrial outdoor environment in any one of the last 3 years. The performance certificates should mention that the cameras have completed at least one year of installation and operation. Documents required: E.1. A summary mentioning all Invoices, Purchase Orders, Item Description, Quantity, Date of Supply should be enclosed. This should be followed by necessary documents to this effect like copies of sales invoices with corresponding purchase orders, delivery notes or certificate from local chamber of commerce indicating the quantity of supply needs to be submitted. Wherever manufacturer desires, the price part can be blanked out.
4
E.2. Performance certificates from the end users from at least 3 different locations where minimum of 10 cameras per location have been installed in industrial outdoor environment in any one of the last 3 years. The performance certificate should mention that the cameras have completed at least one year of installation and operation. The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying the documents mentioned in Sr. Nos. E.1 and E.2 above. F. Service support in India: The bidder should have an established and adequate service set up in India (own or any appointed service provider) as on due date of bid submission and thus be in a position to handle integration & commissioning and provide on–site warranty and Maintenance support to the supplied equipments in atleast 3 regions (NR, ER and SR). Documents required: F.1 Bidder should provide details of service / support network/ repair and maintenance center in India (On the letter head of OEM or the Authorized Channel Partner) along with details of personnel - contact person name, contact number(s) & addresses at each of the three regions(North, East & South). In case the bidder does not have its own service network, in that case, Back to Back guarantee shall be provided by the bidder stating that in case of failure of any service/support network/repair and maintenance performance of the equipment that may have been given, then the bidder shall assume all obligations of service/support network/repair and maintenance under the contract. F.2. The certificate from approved TPIA (LRIS/ SGS/ GLISPL/ IRS/ DNV/ EIL/ TATA Projects/ PDIL/ UL/ RITES LTD/ ITSIPL/ MECON/ ICSPL/ BVIS) verifying and confirming the documents mentioned in point F.1 above.
SPECIAL PURCHASE CONDITIONS FOR SUPPLY, INSTALLATION AND COMMISSIONING OF
NETWORK VIDEO SURVILLIENCE SYSTEM CONSISTING OF IP PTZ CAMERAS (FLP/NON FLP) AND
FIXED IP NETWORK CAMERAS(NON FLP) AND ACCESSORIES AT POL LOCATIONS
CONTENTS:
VALIDITY OF THE OFFER
REQUIREMENT/ BILL OF QUANTITIES(BOQ)
EXECUTION PLAN INCLUDING COMPLETION PERIOD
PRICE REDUCTION SCHEDULE / PENALTY
PAYMENT TERMS
SUBMISSION OF INVOICES
THE PERFORMANCE CRITERIA
EVALUATION/ORDER AWARD CRITERIA
INTEGRITY PACT
EARNEST MONEY DEPOSIT
EXEMPTION FROM EARNEST MONEY DEPOSIT
EMD FOREFEITURE AND RETURN OF EMD
Note: In case of duplication of any clause given in this Special Purchase Conditions and
General Purchase Conditions, clauses given in this Annexure of Special Purchase are treated to
be valid.
1. VALIDITY OF THE OFFER: Offer should remain valid for 120 days from the due date of the
tender.
2. REQUIREMNT/ BILL OF QUANTITIES (BOQ): BOQ of the Integrated Video surveillance
system on all India basis is as follows:
BILL OF QUANTITIES
S.No ITEM UOM TOTAL
1 PTZ Camera Nos 70
2 PTZ Camera - FLP Nos 25
3 Fixed Camera Nos. 75
4 L2 Switch Nos 35
5 L3 Switch Nos 20
6
NVR Server / Storage with VMS software for 10 Licenses
Nos 11
6
NVR Server / Storage with VMS software for 20 Licenses
Nos 9
7 Client WS with 32" Monitor Nos 20
8 Client WS with 22" Monitor Nos 35
9 Media Converters (Pairs) Pair 80
10 3 KVA UPS(min) for 10 Camera Location
Nos 10
11 5 KVA (min) UPS for 20 Camera Location
Nos 6
12 3 Meter Pole Nos 40
13 6 Meter Pole Nos 90
14 OFC 12 Core Mtrs 21000
15 STP Cat - 6 Mtrs 10000
17 Power 3C x 2.5 sqmm Mtrs 27000
18 HDPE Pipe 50MM Mtrs 20000
19 PVC Pipe 40MM Mtrs 7000
Estimated break-up of BOQ quantities for each location have been provided in the tender
document. Price bid evaluation will be done based on the BOQ of price bid given in the tender.
Since requirements are estimates and actual quantities for each location shall get firmed up
after visit by successful Vendor representative at each location, location wise quantities may
vary within +/- 20 % of BOQ quantities.
BPCL reserves the right to procure +20% of the estimated quantities of BOQ under the same
terms and conditions for other locations also, either during the contract validity period or by
extending contract validity period further up to three months.
For procurement beyond 20 % additional quantity under the same terms and conditions within
the contract validity period or by extending contract validity period, mutual consent of BPCL and
concerned vendor will be necessary. The rates shall remain valid till the contract completion
period plus 3 months (For additional 20% quantity).
Please note that as explained above, location wise quantities indicated for each location are
estimated & not final. Location wise requirement may vary depending upon actual site
requirement during the tender period and shall be re-allocated between various locations &
regions based on actual requirement.
3. EXECUTION PLAN INCLUDING COMPLETION PERIOD:
i. CPO (M), Sewree will place the Letter of Intent (LOI) / Contract on the successful bidder
ii. Vendor is required to depute his personnel at all locations after award of job & prepare
detailed site execution drawings indicating camera / switches locations & cable route etc. Cable
sizes & network shall be designed by the vendor based on star or loop network as found
optimum by the vendor.
iii. The Bill of material, cable routing and camera locations shall be approved by the location I/C.
Based on finalized BOQ after this visit, The Purchase Order shall be placed by respective Depot
/ Installation.
This activity must be completed within a month from date of LOI for all the locations.
iv. The vendor has to complete the work in all respects including supply, erection and final
integration, testing & commissioning as an integrated video surveillance system within 4 months
of LOI date.
v. Vendor has to provide the list of locations which shall be completed as per the schedule
mentioned above to CPO (M), Sewree after placement of LOI.
vi. The works shall be executed strictly as per the time schedule. Monthly / weekly construction
programs will be drawn up by the engineer in-charge jointly with the contractor based on
availability of materials. Work fronts etc. The contractor shall scrupulously adhere to the targets
/ programs by deploying adequate personnel, construction equipment, tools and tackles and
also timely supply of required materials coming within his scope of supply as per contact. In all
matters concerning the extent of targets set out in the monthly weekly program and the degree
of achievements. The decision of engineer in-charge will be final and binding on the contractor.
vii. All the order fulfillment process including payment shall be made by the respective Depot /
Installation. The system shall be considered to be commissioned after completion of successful
trial runs for one month after completion of SAT.
viii. Price Reduction clause will be applicable location-wise based on the scheduled completion
time mentioned in iv above.
ix. The AMC contract shall be placed by the location I/c as under
For Items supplied by vendor, CAMC for a period of 3 years post warranty. CAMC stands for
Comprehensive AMC charges, which includes all spares, consumables, required to keep the
system running with 100% uptime, is in the scope of the vendor.
CAMC period shall also include Quarterly visit by the vendor along with emergency visit within
48 hours of reporting of any breakdown/complain. Email communication from the concerned
location shall be considered for above response time by the vendor.
4. PRICE REDUCTION SCHEDULE / PENALTY:
A) During Execution:
i. The scheduled completion time as stipulated in the Contract shall be adhered to on the clear
understanding that the Price (s) has/have been fixed with reference to the said Completion
time(s).
ii. If any delay is anticipated by the Vendor in the completion time (s) or any of them beyond the
stipulated date(s) of completion, the Vendor shall forthwith inform BPCL in writing of such
anticipated delay and of the steps being taken by the Vendor to remove or reduce the
anticipated delay, and shall promptly keep BPCL informed of all subsequent developments.
iii. The inability of successful Vendors to execute the order (s) in accordance with the agreed
completion time will entitle BPCL, at its options, to:
a. Accept delayed delivery at prices reduced by a sum equivalent to one percent (1%) of the
total purchase order value for every week of delay or part thereof, limited to a maximum of 10%
of the total Purchase Order value for that location (excluding CAMC) until the work is
satisfactorily completed and handed over. 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.
b. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on
account at the risk and cost of the vendor.
B) During Warranty & CAMC Period:
i. After successful commissioning of the facilities, the system will be checked for its
performance.
ii. The integrated surveillance system software should have a feature of downtime calculation.
iii. The failure of any component of the integrated surveillance system which includes Camera,
Cables, Switches, UPS and NVR will be considered for downtime calculations.
iv. The maximum downtime permitted is 2% per quarter and will be calculated as under:
Uptime Required=98%
Permitted downtime hours at location = No. of Cameras at the locations X 24 Hrs X Days in the
quarter X 2%
v. In case of failure of NVR, the downtime hours will be calculated for all the cameras put
together.
vi. If the downtime is beyond permitted hours, the penalty will be calculated and deducted on
quarterly basis as under:
Penalty for the quarter =
(Annual CAMC Charges per hour x 3 x No. of hours beyond permitted downtime)
vii. The penalty amount will be subject to maximum of:
a. For Warranty Period: 10% of the total purchase order value per year
b. For CAMC Period post warranty: The total CAMC charges per year
viii. The report for downtime should be generated by the system on a weekly, Monthly, Quarterly
basis.
5. PAYMENT TERMS:
i. The payments shall be made by respective Depots / Installations. It shall be the complete
responsibility of the vendor to submit the bills timely to the concerned Location I/C.
ii. The payment schedule shall be as under:
a. Supply items:
70 % of the value of supply will be made within 30 days after the receipt of material
at site and submission of Invoice. For foreign bidders payment for 70% of the value
of supply will be made through LC or CAD (Cash against Documents) or TT
(Telegraphic Transfer). Foreign Bidders shall be loaded with SBI PLR rate for the
differential period between LC/CAD/TT payment date (for 70% of supply part) and 30
days post arrival of goods at BPCL site.
20 % of the value of supply will be made after successful commissioning of system to
the satisfaction of Location-In-Charge and submission of Performance Bank
Guarantee for 10% of the Total Basic Order Value valid for 2 years post successful
commissioning.
Balance 10% of the value of supply will be released only after completion of warranty
period for 2 years.
b. Site erection & commissioning activities:
70 % Payment: After completion of erection / site related jobs.
30 % Payment: On successful commissioning of system to the satisfaction of Location
I/C.
c. Comprehensive AMC:
Payment shall be made every quarter on prorate basis by location I/C.
6. SUBMISSION OF INVOICES:
All the Invoices should be addressed in the name of - Respective Location I/C.
Invoices submitted must at least have following Basic Entries.
a) Invoice should be addressed as mentioned above
b) It should have a Serial number and date
c) Name, address, and registration number of the service provider
d) Name and address of the recipient of service (BPCL) e) Description, Classification and Value of taxable service being rendered
f) The amount of service tax payable should be mentioned separately along with rate of service tax and break-up of the same.
WCT and TDS as applicable shall be deducted as applicable
7. THE PERFORMANCE CRITERIA:
a. The warranty period for vendor supplied items shall be of two years and the same will start
after successful commissioning of the system. The successful commissioning date shall be
certified by the Location I/C.
b. Vendor shall ensure performance of the integrated surveillance system for 5 years after
successful commissioning of the system.
c. All spares/manpower etc including consumables during 5 years, shall be supplied free of
cost by the successful bidder. Supply of all equipment shall be from the original
manufacturers as per approved vendor list.
d. The CAMC period may be extended further on mutually agreed terms and condition.
e. During the 5 years, Vendor shall arrange to make 4 Nos. preventive maintenance visits in
a year (once in 3 months) and break-down visits as & when required within 48 hours.
f.The payment for the AMC Charges shall be released quarterly after the preventive
maintenance visit as above.
g. The vendor service engineer will check and service each & every equipment and its
accessories and maintain them in good working condition. Any consumables required for
servicing the equipments shall be arranged by the Vendor at no extra cost to BPCL.
h. Vendor is required to submit their detailed plan for maintaining the system after completion
of the work, mentioning regular service visits and emergency visits to the Location I/C.
i. The vendor shall develop equipment wise preventive maintenance schedule and submit the
same to BPCL for approval. BPCL reserves the right to amend the schedule as per their
discretion over which the bidder shall not have any claim.
j. Web based complaint log-in system to be provided by the contractor for smooth service
during contract period.
k. In case any existing equipment being installed at location becomes obsolete (there is no
OEM support to vendor), vendor shall be under obligation to replace the same along with
complete accessories during the contract period at no extra cost to BPCL.
8. EVALUATION/ORDER AWARD CRITERIA:
BPCL will award the order to the Bidder whose bid has been determined to be the overall
Lowest Evaluated bid including CAMC for 3 years period.
However, Micro and Small Enterprise registered with District Industries Centers or Khadi and
Village Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or any
other body specified by Ministry of Micro, Small and Medium Enterprises, quoting price within
price band of L1+15 percent shall be allowed to supply 20% portion of the requirement by
bringing down their price to L1 price in a situation where L1 price is from someone other than
a Micro and Small Enterprise and such Micro and Small Enterprise shall be allowed to supply
20 percent of total tender value.
In case more than one such Micro and Small Enterprise, the 20% supply shall be shared
proportionately (to the tender quantity) based on the least cost principle to BPCL.
All the supplies shall be FOR Destination (Door Delivery Freight paid) basis at the BPCL
Depots and Installations. Form C will not be issued by BPCL. Road permits if any will
be given on request from the vendor.
The Lowest Evaluated bid will be determined /established after considering total cash
outflow to BPCL taking into account following elements.
The Lowest Evaluated Bid will be determined /established after considering total cash outflow to
BPCL taking into account the following elements.
a. For Indian Bidders (Sample evaluation sheet is enclosed for reference):
i) Basic Price (including Packing & Forwarding charges) per UOM (i.e. per No. Camera,
Switches, NVR, Workstations, Media Converters, Poles. Etc. and per Meter for Cables) in Indian
Rupee – As quoted by the vendor
ii) Taxes and Duties – As quoted by the vendor.
iii) Average Freight Charges- As quoted by the vendor per UOM (i.e. per No. Camera,
Switches, NVR, Workstations, Media Converters, Poles. Etc. and per Meter for Cables) in Indian
Rupee for Supply on Door Delivery Freight Paid basis (i.e. Door Delivery at respective BPCL
Depots and Installations) including loading, unloading and stacking at locations.
Average freight charges will be applicable to all the locations mentioned in the tender. No extra
charges will be paid. In case BPCL uplifts additional 20% quantity then the same average freight
quoted against this tender shall be considered.
v) Installation and Commissioning Charges –As quoted by vendor for Installation and
Commissioning per UOM (i.e. per No. Camera, Switches, NVR, Workstations, Media
Converters, Poles. Etc. ) in Indian Rupee as per Scope of work i.e. Installation, Testing,
commissioning etc.
vi) Integration Charges in INR per Location- A separate Price Bid Form which is mandatory has
been prepared for bidder to quote in INR for Integration charges per location.
vii) Comprehensive Annual Maintenance Contract (CAMC) charges –
The bidder has to quote CAMC Charges per year in % for each line item as per the schedule
provided in the tender. CAMC charges should be minimum 5 % of the Basic Price including
P&F charges for each year. CAMC charges will be considered for 3 years post warranty period
of 2 years. However, CAMC Contract will be placed by each location considering the above
percentages quoted by the bidder on the actual executed bill of quantities for that location.
viii) Tax set-off benefit: Cenvat Set-off, VAT Set-off and Service Tax-set off rates will be
considered as on tender due date. However, if vendor is a manufacturer in Maharashtra and
supplying in Maharashtra, they are entitled for 100% VAT set-off as per Maharashtra Sales Tax
rules. For evaluation purpose, set-off on Excise duty and Service Tax will not be considered for
evaluation.
Vendors have to quote service tax separately if applicable and they have to show service tax
separately in the tax invoice otherwise it will not be payable to vendor. The amount
reimbursable towards Service tax to vendors is subject to Reverse Charge Mechanism as per
Service Tax Act.
The relevant WCT /TDS as applicable will be deducted from the charges quoted by the
successful bidder .Bidder s quoted prices shall be inclusive of Works Contract (WCT) as
applicable, till complete execution of the Order/Contract and Owner shall not have any liability,
whatsoever on this account.
It is for the Bidder to assess and ascertain the rate of excise duty, Education Cess and sales
tax/VAT applicable on quoted items. It is clearly understood that Owner will not have any
additional liability towards payment of Excise Duty, Education Cess and Sales Tax/VAT which is
based on Bidder’s wrong assessment / interpretation of applicability of such Excise Duty and/or
education cess and / or Sales Tax/VAT.
Conditions for a valid Tax Invoice for claiming Vat Set off are given below:
a. The words Tax Invoice in bold letters either at the top or at a prominent place
b. A serial number
c. The date of the transaction/sale/issue
d. Description of the goods
e. The quantity or number of goods involved in the transaction
f. The price of the goods
g. The amount of VAT charged on the goods (this must be shown separately)
h. A declaration certificate.
In case the supplies are made from India, the location from where the supplies shall be made
(City and state) may be specified, to determine the applicability of tax structure.
b) For Foreign Bidder(Sample evaluation sheet is enclosed for reference):
Foreign vendors can select for the items they would like to supply from their country in
Foreign Price Bids and select for the items they would like to supply from India in Indian
Price Bids. However, a vendor cannot quote for the same item in both Foreign and Indian
Price Bids.
Foreign Vendors have to mention the items they will be supplying from their country in
techno-commercial bid. If vendor quotes in Foreign and Indian price bid for the same
item, evaluation will be done on vendors declaration in techno-commercial bid.
If there is a difference in declaration given by the foreign vendor for the item in the
techno-commercial bid and price bid, price bid and its prices will be considered final for
evaluation.
The Lowest Evaluated Bid will be determined /established after considering Total cash outflow
to BPCL taking into account the following elements:
i) FOB price in USD per UOM (i.e. per No. of Camera, Switches, NVR, Workstations,
Media Converters, Poles. Etc. and per Meter for Cables) -As quoted by the vendor.
ii) Freight charges in USD per UOM
iii) All other charges in USD per Unit including Marine Insurance cost, Port landing cost,
Custom Duties, Clearance Charges, Local Freight charges (Inland transportation charges
from Port of Discharge to BPCL locations) and any other charges which will be required to
deliver the item to the BPCL respective locations.
iv) DDP price in USD will be summation of (i), (ii) & (iii), as mentioned above.
v) Bank charges shall be considered as 0.5% for LC Payment/0.25% for CAD payment or TT
payment. Vendor needs to specify their preference for payment mode in Techno-commercial
Bid.
vi) Installation and Commissioning Charges in Indian rupees –As quoted by vendor for
Installation and Commissioning per UOM (i.e. per No. Camera, Switches, NVR, Workstations,
Media Converters, Poles. Etc. ) in Indian Rupee as per Scope of work i.e. Installation, Testing,
commissioning etc.
vii) Service Tax in % on Installation, Testing and Commissioning to be quoted by the bidder.
viii) Comprehensive Annual Maintenance Contract (CAMC) charges –
The bidder has to quote CAMC Charges per year in % for each line item as per the schedule
provided in the tender. CAMC charges should be minimum 5 % of the Basic Price for each
year. CAMC charges will be considered for 3 years post warranty period of 2 years. However,
CAMC Contract will be placed by each location considering the above percentages quoted by
the bidder on the actual executed bill of quantities for that location.
ix) Integration Charges in INR per Location- A separate Price Bid Form which is mandatory has
been prepared for bidder to quote in INR for Integration charges per location.
BPCL shall place the order on DDP (Delivered Duty paid) to the vendor and the bidder
shall be responsible for delivering the goods till BPCL locations post clearance by the
bidder at Indian Ports.
Any delay or demurrage on account of delay in clearing the consignment will be on vendors
account.
Payment for INR portion will be made to the local representative authorized by the foreign
bidder in Indian Rupees only. Back to Back Guarantee shall be provided by the camera OEM stating
that in case of failure of any supply (or) performance of the equipment in all respects or as per the
warranties /guarantees that may have been given, then the manufacturer shall assume all
obligations under the contract pertaining to the items in their purview.
Vendors have to quote service tax separately if applicable and they have to show service tax
separately in the tax invoice otherwise it will not be payable to vendor. The amount
reimbursable towards Service tax to vendors is subject to Reverse Charge Mechanism as per
Service Tax Act.
The relevant WCT /TDS as applicable will be deducted from the charges quoted by the
successful bidder and bidder s quoted prices shall be inclusive of Works Contract (WCT) as
applicable, till complete execution of the Order/Contract and Owner shall not have any liability,
whatsoever on this account.
It is for the Bidder to assess and ascertain the rate of excise duty, education Cess and sales
tax/VAT applicable on quoted items. It is clearly understood that Owner will not have any
additional liability towards payment of Excise Duty, Education Cess and Sales Tax/VAT which is
based on Bidder s wrong assessment / interpretation of applicability of such Excise Duty and/or
education cess and / or Sales Tax/VAT.
10. Erection, Installation and Commissioning and CAMC charges shall be paid in Indian Rupees
only.
11. Bidder should submit catalogues, data sheets / OEM Confirmations ratifying his / her
response to the item specifications for all the line items mentioned in the technical specifications
of the tender.
12. For supply items vendor can quote either in India Rupees, Foreign currency or on High Sea
sales basis. In case of High Sea sales vendor has to quote in Indian Rupees by using Indian
price format only. Excise Duty and Sales Tax need not be quoted in such cases. However,
evaluation will be done based on the actual quotes received in the price bid. In case of high sea
sales all the custom clearance documents like Airway bill / Bill of Lading, Packing List and
Invoice needs to be submitted along with the supply, payment will be released only after
submission of these documents. In case of high sea sales vendor has to assist BPCL (Which
includes, Preparation of agreement, providing all the relevant documents and endorsing the bill
of lading / Airway Bill) in clearing the consignment.
Some basic info on High sea sales for information
•High Sea sales (HSS) is a sale carried out by the carrier document consignee to another buyer
while the goods are yet on high seas or after their dispatch from the airport of origin and before
their arrival at the airport of destination.
•HSS is accepted under the import trade control regulation under export import policy.
•HSS contract/ agreement should be signed after dispatch of goods from origin & prior to their
arrival at destination. The agreement should be on stamp paper.
•In respect of air shipment, HSS seller should write to the airline / consol agent informing that a
HSS agreement has been established with the HSS buyer and that the carrier document should
therefore be considered as endorsed in favour of the HSS buyer i.e. BPCL and further the
Import General Manifesto. (should be filed by the carrier in the name of the HSS buyer.
•If the EDI system allows name of HSS buyer to be entered in the system, then there may not
be any need to amend the IGM. In this case the B/E is filed in the name of the original importer
as the IGM is in this importer name. However , the B/E shows the name of HSS buyer under a
separate head in the B/E format. If the system has no provision for showing the name of HSS
buyer on the B/E ,then the IGM should be got amended and B/E filed in the name of the HSS
buyer.
•In the case of HSS , the CIF value for calculation of duty is taken to be the HSS value.
•HSS is considered as a sale carried out outside the territorial jurisdiction of India. Accordingly,
no sales tax is levied in respect of HSS. The customs documents (B/E) is either filed in the
name of HSS buyer or such B/E has an endorsement indicating HSS buyer s name.
•The title of goods transfers to HSS buyer prior to entry of goods in territorial jurisdiction of India.
The delivery from customs is therefore on account of HSS buyer. The CENVAT credit in respect
of CVD paid on import is entitled to HSS buyer.
•HSS goods are entitled to classification, rates of duty and all notification benefits as would be
applicable to similar import goods on normal sale.
•HSS is also applicable to goods imported by air. Sea appearing in HSS should not be
constructed by its grammatical meaning. As long as the sale is formalized after dispatch from
airport / port of origin and before arrival at the first port of discharge / airport at destination, such
sale is considered as HSS.
• The stamp paper on which the HSS agreement is executed must not bear the stamp paper
purchase date as being post cargo arrival date.
•If the HSS does not mind disclosing original import values to HSS buyer, in such case it is
better from custom clearance point of view for the seller to endorse the B/L, invoice , packing list
in favour of the HSS buyer. The endorsement should read Transferred on High Sea Sales basis
to M/S -------- for a sales consideration of Rupees -------- . Such endorsement should be
stamped and signed by the HSS seller.
In the said case of HSS, please note the following:
a. Transportation of the material from the port to the respective depot/ installation is in the scope of the bidder and in no case, the materials shall be shifted to any of the BPCL warehouses.
b. Individual POs for each of the location shall be placed by the Installation/ Depot in-charge and the payment shall be released by them on receipt of material at the respective depot/ installation.
c. Sales tax is not applicable for goods transacted on high seas basis u/s 5(2) of the CST Act. However, any payment on account of VAT/ CST/ other taxes ,if applicable, during the contract execution/ in future shall be on account of the bidder. “As per section 5(2) of the CST ACT- which states that: A sale or purchase of goods shall be deemed to take place in the course of the import of goods into the territory of India if the sale or purchase either occasions such import or is effected by a transfer of documents of title to the goods before the goods have crossed the customs frontier of India.
Please refer the highlighted portion of the subsection mentioned above. If the India vendor can establish the privity of the Purchase Order raised by BPCL, their Purchase Order to the foreign seller and the subsequent import relating to the same shall be purchase in course of import on which local VAT/CST will not be applicable.” For claiming sale in the course of import the Indian Vendor may follow proper documentation to establish the privity of PO placed by BPCL. It is reiterated that even under this provision, any payment on account of VAT/CST/Other taxes, if applicable, during the contract execution/in future shall be on account of the bidder.
d. Any documentation required for the transfer of materials to the BPCL locations within the purview of the governing laws / statutes shall be provided by BPCL.
13. In case of duplication of any clause given in this Special Purchase Conditions and General
Purchase Conditions, clauses given in this Annexure of Special Purchase are treated to be
valid.
9. INTEGRITY PACT (IP):
Integrity pact (IP) is a pact between BPCL (as a purchaser) on one hand and the prospective
bidder on the other hand stating that the two parties shall make certain commitments to each
other in regard to ensuring transparency and fair dealings in the purchasing activities of the
corporation.
It is mandatory to sign and return our pre-signed IP document (with two numbers of witnesses,
place & date). This document is essential for binding.
a. Proforma of Integrity Pact shall be returned by the bidder/s along with the bid documents,
duly signed by the same signatory who is authorized to sign the bid documents. All the pages of
the Integrity Pact shall be duly signed. Bidder s failure to return the IP duly signed along-with the
bid documents shall result in the bid not being considered for further evaluation and liable to be
rejected.
b. If the bidder has been disqualified from the tender process prior to the award of the contract
in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and
recover from bidder liquidated damages amount by forfeiting the EMD/ Bid Security as per
provisions of the integrity pact.
c. If the contract has been terminated according to the provisions of the Integrity Pact or if BPCL
is entitled to terminate the contract according to the provisions of the integrity pact, BPCL shall
be entitled to demand and recover from contractor liquidated damages amount by forfeiting the
Security Deposit/ Performance Bank Guarantee as per provisions of the integrity pact.
d. Bidders may raise disputes/ complaints, if any, with the nominated independent external
monitor (IEM) as under:
Name Address and Contact Number of Independent External Monitor:
Shri. Shantanu Consul
No.9MCHS (IAS Officers Colony), 16th Main, 5th C Cross,
BTM 2nd stage,
Bangalore – 560 076
Mob. 09740069318
For details, please refer enclosed IP pact document.
Offers should strictly be in accordance with the tender terms & conditions and our specifications. Tenderers are requested to carefully study all the documents/annexures and understand the conditions, specifications etc, before submitting the tender and quoting rates. In case of doubt, written clarifications should be obtained, but this shall not be a justification for request for extension of due date for submission of bids.
10. EARNEST MONEY DEPOSIT (EMD):
Indian Bidders: EMD of Rs.2,50,000/- (Rs. 2.5 Lacs only) is required to be submitted if
applicable in physical form (by the way of crossed A/c Payee demand draft drawn on any
Nationalised or scheduled bank in favour of M/s Bharat Petroleum Corporation Ltd. and payable
at Mumbai) at our office in a sealed cover addressed to Chief Manager, CEC, with following
boldly super-scribed on the outer cover
CRFQ number
Item
Closing date/Time
Name of the tenderer
It should be dropped in the tender box or sent by Registered Post/Courier to the following
address so as to reach on or before the due date & time of the tender:
Ch. MANAGER CEC (CPO)
Central Procurement Organisation (Mktg)
Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),
Mumbai - 400 015.
BPCL will not be responsible for non-receipt of instrument(s) due to postal delay/loss in transit
etc.
Bid received without the EMD if applicable is liable to be rejected.
Foreign bidders: The foreign bidders should submit the equivalent amount of Rs. 2,50,000/- (Rs.
2.5 Lakhs) i.e. USD 3802.00
The amount should reach BPCL at the following bank details:
Beneficiary: Bharat Petroleum Corporation Ltd.
A/c. No. 22205032520
Banker: Standard Chartered Bank, Mumbai Branch
Swift Code: SCBLINBBXXX
A/c. No. 3582088635001 with Standard Chartered Bank
New York Swift Code: SCBLUS33
Foreign bidders are supposed to upload the swift details endorsed by their bank at the upload
section in the bid and send the scanned copy of confirmation to [email protected] and
[email protected] on or before tender due date.
11. EXEMPTION FROM EARNEST MONEY DEPOSIT:
Micro, Small and Medium Enterprises registered with District Industries Centers or Khadi and
Village Industries Commission or Khadi and Village Industries Board or Coir Board or National
Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises
Vendor has to upload the necessary documents as mentioned above to claim exemption for
Earnest Money Deposit. The copy of the document should be dropped in the tender box or sent
by Registered Post/Courier to Chief Manager CEC, Central Procurement Organization (CPO),
A Installation, Sewree Fort Road, Sewree, Mumbai-400015, so as to reach on or before the due
date & time in a sealed cover with following boldly super-scribed on the outer cover
CRFQ number
Item
Closing date/Time
Name of the tenderer.
12. EMD FOREFEITURE AND RETURN OF EMD:
Earnest Money Deposit will be forfeited in the event of:
i) Withdrawal of offer while the offer is under consideration during the offer validity period.
ii) Tenderer not accepting our Purchase Order, if placed without prejudice to our rights to
recover damages on account of breach of contract.
iii) Non-confirmation of acceptance of order within the stipulated time after placement without
prejudice to our rights to recover damages on account of breach of contract.
iv) Any unilateral revision made by the tenderer during the validity period of the offer.