CRFQ 1000364304 E-Tender System ID-81017

Contact person Name: Abhay Kumar Mittal, Designation: Chief Manager Procurement-CPO (R), Address: - Bharat Petroleum Corporation Limited, Corporation Research & Development Centre, Plot No. 2A, Udyog Kendra, Behind Yamaha Motors, Surajpur, Greater Noida - 201306. Tel no. 0120 - 2354115, Mo. No. 9873166583, E-mail:- [email protected]

CPO REFINERIES TENDER FOR

“Providing Catering and Canteen Services at CPCL CRDC, Greater Noida”

REQUEST FOR QUOTATION

CRFQ Number –1000364304 E-Tender System ID: 81017

Tender Calendar Details Stage Name Start Date End date and Time Tender release 29.01.2021 12.02.2021 11:00 hrs IST Technical bid opening 12.02.2021

Priced Bid Opening Will be intimated later

Page 1 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 1

NOTICE INVITING E-TENDER

1.0 E-Bids in 2 parts are invited for the tender for “Providing Catering and Canteen Services at CPCL CRDC, Greater Noida” in complete accordance with tender documents and its attachments.

1.1 All prospective bidders are requested to enroll themselves in to our e-tendering platform https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd, our authorized Service Provider for E-tendering.

1.2 Upon logging in to the e-procurement website, bidders can download the bid documents and shall thoroughly go through the same. All documents required for the bid, shall be uploaded on the appropriate place in the E-Procurement web site, digitally signed. No physical scanned documents need to be uploaded except those specifically indicated.

1.3 As a pre-requisite for participation in the tender, bidders are required to obtain a valid Digital Signature Certificate of Class 2B or 3 (Signing and Encryption/Decryption) and above 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 bidder.

1.4 Bidders are advised to read the Instructions for participating in the electronic tenders directly through internet (Bid Submission Manuals are available on the above mentioned e-procurement site) and get conversant with the process of online submission of the tenders well in time so as to submit tenders by the due date.

1.5 E-Bidding instructions are also attached along with the tender document for reference and guidance.

2.0 BRIEF DESCRIPTION: Corporate R&D center (CRDC) of Bharat Petroleum is set up at Greater NOIDA with state-of-the-art facilities and is backed with a vision to develop high value products, services, processes & technologies and create innovative R&D solutions to earn customer’s delight.

CRDC intends to procure services for Providing Catering and Canteen Services at CPCL CRDC, Greater Noida

3.0 EARNEST MONEY DEPOSIT (EMD) : As per General Contract Conditions (GCC) and General Purchase Condition (GPC) and as per following:-

a) No EMD to be submitted by vendor/bidder. The bidders to submit "Bid Security Declaration” (as per Annexure attached with Corrigendum to GPC/GCC) accepting that if they withdraw or modify their bids during the period of validity etc.,

Page 2 of 49

CRFQ 1000364304 E-Tender System ID-81017

they will he suspended for the time specified in the tender documents (in-line with Holiday listing Policy). b) The "Bid Security Declaration.' Is not required to be submitted by Micro and Small Enterprise vendors (MSE), registered vendors participating in this tender. c) Units registered with National Small Industries Corporation (NSIC); d) Units falling under Micro & Small Enterprises (MSEs) category and registered with authorities specified under Public Procurement Policy for MSEs and as defined under the MSME Act 2006. Vendor shall submit the EMI and EMII certificate from DIC or Verified Udyog Aadhar Certificate along with their offer.

Please note that all the bidders quoting as MSE would be required to submit CA certificate along with MSE Registration Certificate/document (not applicable in case of NSIC) to avail the benefits under Public Procurement Policy as per MSMED Act 2006 / Public Procurement Policy Order 2012. The CA certificate should be dated after the date of floating of tender and shall be specific to the tender for which bid is being submitted. Format of the CA certificate is attached in the tender document.

The above are subject to the fulfilling of under mentioned conditions:

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 validity of the offer. e) Self-attested copy of valid relevant registration certificate should be submitted in support. f) Registration with DGS&D will not entitle a Bidder to claim above exemption. g) Units registered with National Small Industries Corporation (NSIC) or MSE subject to:

Such bidders must upload appropriate proof along with their "Technical 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.

a) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be given all benefits available under Public Procurement Policy for MSEs order 2012. Therefore, UAM shall also be accepted as a valid document for vendors seeking benefits under PPP for MSEs order 2012 b) Registration with DGS&D will not entitle the Bidder to claim exemption from payment of EMD.

Page 3 of 49

CRFQ 1000364304 E-Tender System ID-81017

4.0 TIME OF COMPLETION:

As detailed in the Special Conditions of contract

5.0 GENERAL PURCHASE CONDITIONS (GPC) / GENERAL CONTRACT CONDITIONS (GCC)/ SPECIAL CONDITIONS OF CONTRACT (SPC) :

Attached General Purchase Conditions (GPC) / General Contract Conditions (GCC)/ Special Purchase Conditions (SPC) shall be applicable for this contract.

6.0 SUBMISSION OF TENDER:

6.1 Bids should be submitted in "TWO BID SYSTEM", i.e., "Unpriced- Technical Bid” & "Priced Bid" through e-tendering portal.

6.2 "Un-Priced- Technical Bid", i.e. Techno-Commercial Bid, shall be complete with all technical and commercial details (other than price) duly filled, signed and stamped essentially containing the following documents shall be submitted/ uploaded:-

i) Scanned copy of Bidder’s PAN, Certificate of Incorporation, GST Registration Certificate, Declaration of Holiday Listing, and Declaration of anti-profiteering under GST.

ii) Contact details of Vendor duly filled, signed and stamped.

iii) Scanned copy of Bidder’s PAN, Certificate of Incorporation, VAT/Service Tax Registration Certificate

iv) Un-Priced copy of Price Schedule with an indication "Quoted" or "Not- Quoted" against each item. Please do not indicate prices in Un-Price Bid.

v) Details of taxes and duties as per the format FORM-A attached.

a) Indian Bidders: Format for Taxes and Duties for Local Supply.

vi) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested to have all their queries clarified before bidding. Bidders are required to confirm and accept all the terms and conditions of the RFQ. However, if they still have deviations from our RFQ and the attachments (GPC, SPC, specifications, scope of work, special instructions to bidders, etc.), they can indicate deviations in the Form-B giving reference to clause no.

vii) Duly signed RFQ, Special Conditions of Contract, scope of work etc duly signed and stamped as a token of acceptance.

Page 4 of 49

CRFQ 1000364304 E-Tender System ID-81017

viii) Any other supporting documents/ information in support of the Un-priced Bid.

6.3 "Priced Bid" shall be submitted online. Bidders shall input their prices online in the template created in the E Tendering portal.

6.4 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or before the due date & time. Each page of all documents, submitted by the bidder, shall be duly signed & stamped, and then scanned and uploaded in the portal. The offer shall be submitted in the Portal under the digital signature of the bidder.

6.5 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers, shall not be accepted.

6.6 BPCL shall not be responsible for any delay in uploading of offer.

7.0 TENDER OPENING:- The deadline for bid submission is 11:00 Hrs on the due date mentioned. The bids can be submitted in the e-procurement website upto the tender due date and time. The EMD bids will be opened online through e-procurement website https://bpcleproc.in, on the same day at 11.00 Hrs.

7.1 Un-priced-Technical bids: - The Unpriced Technical bids of bidders shall be opened through the e-portal as per details mentioned in the tender document. The offers of those Bidder(s) whose un-priced bid meet the requirements; will only be considered for further evaluation.

7.2 Price bids: - The date and time of opening Price Bids shall be intimated separately to the techno-commercially acceptable bidders and the price bids shall be opened through e-portal. Such Techno-Commercially accepted bidders can view/ witness the "Price Bids" opening through the e-portal.

8.0 CONTACT PERSONS: Please note that tender against tender enquiry is invited through e-tendering mode. In case of any clarification regarding the tender, following are the contact persons:-

9.1 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots of the errors being faced to:

M/s E-procurement Technologies Ltd, E Mail - [email protected] & with a copy to: [email protected] (OR) Contact the following helpdesk numbers: All India 079-40270573, +91-8433615195

Page 5 of 49

CRFQ 1000364304 E-Tender System ID-81017

9.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

Mr. Diptadeep Paul, Assistant Manager, CRDC, Greater NOIDA Tel No. 0120 - 2354190. E mail: [email protected]

Mr. Hemant Bothra, Dy. General Manager Projects, CRDC, Greater NOIDA Tel No. 0120 - 2354130. E mail: [email protected]

9.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Chief Manager Procurement (CPO-R) – Mr. A.K. Mittal, BPCL- CRDC, Greater Noida, Tel no. 0120 - 2354115. Email: [email protected] (OR) Procurement Leader – Ms Kondapalli Shreya C, BPCL - Mumbai Refinery, Mahul, Mumbai, Tel no. 022 - 25533315. Email: [email protected]

9.0 GENERAL POINTS:

10.1 BPCL reserves the right to extend due dates of tender, accept or reject any tender in part or full, without assigning any reason whatsoever. BPCL also reserves its right not to accept the lowest rates quoted by the bidders and also to give purchase/price preference to eligible Enterprises, as admissible under the existing policies of Government of India and to JVs/ Subsidiaries as per BPCL guidelines.

10.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of Bid, all activities in connection with bidding. BPCL will in no case be responsible or liable for these costs regardless of the conduct or outcome of the bidding process. Each Bidder accept and agrees, as a condition of submitting its Bid that it waives any and all claims against BPCL, its Co-ventures and their affiliates, for remuneration or restitution relating to its costs and expenses in.

10.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine carefully all instructions, conditions, forms and terms given in the Bidding Documents. Failure to furnish all information required by the Bidding Document or not responsive to the requirements of the Bidding Document will be at the Bidder's risk, and may result in rejection of the bid.

Amendment of Bidding document BPCL may, for any reason either at their own initiative or in response to the clarification requested by prospective bidders, issue amendment in the form of addendum during the bidding period or subsequent to receiving the bids. Any addendum thus issued shall become part of bidding document and Bidder shall submit `Original' addendum duly signed and stamped in token of his acceptance. If addendum is issued during the bidding period, Bidder shall consider the impact in his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow the instructions issued along with addendum with regard to submission of impact on quoted price/ revised price, if any. 10.4 OWNER'S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves the right to reject any or all the tenders without assigning any reasons whatsoever. Also BPCL reserves

Page 6 of 49

CRFQ 1000364304 E-Tender System ID-81017

the absolute right to reject any or all the bids/tenders solely based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the opinion/ decision of BPCL regarding the same being final and conclusive.

10.5 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any information contained in the bid document or otherwise supplied in connection with this bid to any third party, except for the purpose of preparing its bid and shall require any such third party to treat such information as confidential.

10.6 All changes / alterations / corrections in the BID shall be signed in full by the person or persons signing the Bid, with date. No erasure, use of correction fluid and / or overwriting is permitted. All blank spaces shall be filled in by typewriter /printed or in ink and inter- lineations, alterations or erasures, if any occur, shall be formally explained over the signature of authorized representative. "Non-compliance/ violation" of this requirement may be cause for the rejection of the Bid.

Where there is a discrepancy between amounts in figures and words, the amount in words will govern. Where there is a discrepancy between the lump sum prices and price break up, in that event lump sum prices will be considered final and break up of prices adjusted accordingly.

10.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information relating to the examination, clarification, evaluation and comparison of bids and recommendations concerning to award of contract shall not be disclosed to Bidders. Canvassing in any form by the Bidder or by any other Agency on behalf of the Bidder after submission of the Bid may disqualify the said Bid. Any effort by a Bidder to influence the owner in the process of examination, clarification, evaluation and comparison of Bids, and in decisions concerning award of contract, may also result in the rejection of the said Bid.

10.8 WRONG INFORMATION: If the Bidder deliberately gives wrong information in his Bid to create circumstances for the acceptance of his Bid, Owner reserves the right to reject such Bids without any reference to the Bidder.

10.9 CLARIFICATIONS OF BIDS: In the event of finding any discrepancies in or omissions from the Bid Documents, or should the Bidder be in doubt as to the meaning of such documents, Bidder shall immediately notify BPCL, either by facsimile/ letter/ E mail, at the address shown above, who will thereupon, if required, send necessary written instructions to all Bidders. Any such request shall reach BPCL not later than seven (7) days prior to the 'closing date". As part of examination, evaluation and comparison of Bids, the Owner may at his discretion, ask Bidders individually for clarification or call them for discussion of their Bid. For Techno-Commercial clarifications, bidders shall normally be given a cutoff date for furnishing clarifications. Clarifications received after the specified cutoff date is liable not to be considered for evaluation.

Technical Query (TQ)/Commercial Query (CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply of TQ/CQ shall also be received through E-Mail/E-Tendering platform.

11.10 SIGNING OF BID: The Bid must contain the name, designation, residence and place of business of the person or persons submitting the Bid, and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below their signature Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished with the Bid. The Bidder's name stated in the Bid

Page 7 of 49

CRFQ 1000364304 E-Tender System ID-81017

shall be the EXACT LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or incorporated.

______

(For) Central Procurement Organization (Refineries), Mumbai Refinery, Mahul, Mumbai-400 074

Page 8 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 2

ATTACHMENTS TO THE TENDER

Section Description No 1 NOTICE INVITING E-TENDER 2 ATTACHMENTS TO THE TENDER 3 SCOPE OF WORK & SPECIAL CONDITION 4 TECHNICAL DEVIATION FORM 5 SPECIAL PURCHASE CONDITIONS 6 FORM A - FORMAT FOR TAXES AND DUTIES 7 GENERAL CONTRACT CONDITIONS AND GENERAL PURCHASE CONDITIONS (ATTACHED) 8 COMMERCIAL DEVIATION FORM 9 E-BIDDING INSTRUCTIONS 10 PROFORMA OF DECLARATION OF HOLIDAY LISTING 11 POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL 12 FORMAT FOR CA CERTIFICATE FOR MSME (ATTACHED)

Page 9 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION-3

SCOPE OF WORK & SPECIAL CONDITION

Page 10 of 49

CRFQ 1000364304 E-Tender System ID-81017

SCOPE OF WORK & SPECIAL CONDITION

JOB: - Providing Catering & canteen Services at BPCL Corporate R&D Centre, Greater Noida.

A) LOCATION OF SITE:

Bharat Petroleum Corporation Ltd, Corporate R & D Centre is located at Plot 2 A, Industrial area, Village Surajpur, Greater Noida.

B) SCOPE OF CONTRACT:

The broad scope of the contract includes management of the Catering services, Lunch room, Canteen at BPCL CRDC campus including arrangement / supply of food items, cooking at site, serving of lunch mainly in Lunch hall & visitor canteen, serving of morning , evening , tea, coffee etc. in the Laboratory & Office spaces. The canteen contractor should have valid license to operate such facility by local Govt. bodies / FSSAI.

The services are mainly required in weekday (Monday to Friday) from 0800 to 1730 hours, however as per requirement the services shall be required on weekends (Saturday, Sunday) and public holidays.

The itemized payment for various services / items in the canteen contract shall be paid as per the relevant items of the BOQ. The tender quantities are approximate requirements and BPCL reserves the right to increase or decrease the tender quantities.

Before participating in the bid the contractor may inspect the site to have a complete knowledge of the lunch room activities / operations, facility provided and job required to be done. It will be the contractor’s responsibility to perform the duties & fulfill obligation under the contract and no excuse will be entertained in case of failure to understand the contract requirements

C) FACILITIES:

Page 11 of 49

CRFQ 1000364304 E-Tender System ID-81017

For operating the lunch room, the BPCL shall provide the following free of charge the following items:-

Supply of LP Gas, Electricity, Water, Drinking water, Crockery, Space, Furniture and Cutlery.

All the major utensils for cooking & distribution of food shall be provided by BPCL, however the Contractor is required to arrange following items / Utensils for cooking / preparation of food items as part of the contract and no separate payment shall be made for the same.

1. Heavy duty Mixer grinder 2. / Wet grinder 3. Tavaa 4. Casserole 7 to 8 lts capacity (inside steel) – 3 nos

D) RATES:

The Bidders are required to submit rates for Providing Catering Services at BPCL aforesaid location as per BOQ attached. While quoting their rates, the bidders should take into account the cost towards manpower, raw materials of approved make quality, providing canteen / catering material including Tissue Papers, Table Salt, Peeper, Chat Masala, Mouth Freshener, Toothpicks, Foil Paper, Nip Powder/Washing Powder, Cloth Duster, Coal / Wood Pieces for Tandoor, Fuel for Dishes, Cru-sets, Mixer / Grinders, Electric Kettles etc. The rates quoted should be inclusive of all raw materials, labour, transportation and all taxes etc.

Further, while quoting their rates, the bidder should also take into consideration the increase in Minimum Wages for their workmen during the currency of the contract period as the same would have to be borne by contractor and NO separate reimbursement towards increase in Minimum Wages and consequential increase in EPF, ESI and Bonus etc. would be made by the Corporation.

The rates to be quoted by the bidders should be inclusive of all taxes/ duties but exclusive of GST. GST shall be paid at the rates applicable for such services notified by Govt.

E) PAYMENT TERMS:

The Bill towards actual quantum of job carried out should be submitted once a month along with all necessary documents like Challan, receipts etc. The Payment shall be made within 15 days of submission of bill. While submitting the monthly bill, the contractor should submit the abstract of different type of services / supply made in

Page 12 of 49

CRFQ 1000364304 E-Tender System ID-81017 the month along with the copy of the proof for having deposited the ESI & PF contribution with appropriate authorities for the workmen & payment to workmen engaged by them. Generally the bills of the month should be support with past month records.

F) MANPOWER:

On award job, the successful Bidder is required to provide sufficient manpower to supervise, cook, serve the food along with tea, coffee, biscuits and snacks in most hygienic conditions and keep the place and other equipments, utensils & cutlery in good conditions, clean and ensure that there is no resultant health hazard.

To assess the quality of services, bidder may note that the present contractor has engaged following manpower:

i) Supervisor - 1 Nos. ii) Cooks - 2 Nos. (Skilled & one semi-skilled) ii) Waiters - 5 Nos. iii) Helper - 1 Nos.

Minimum manpower expected to be deployed for efficient services is about nine, however the contractor has to make their own assessment for providing efficient & quality food and services and increase manpower accordingly if required.

The Contractor will ensure that one of his Manpower is always available in the canteen from 8.00 a.m. to 6.30 p.m. The pantry person should be provide with mobile phone for communication. The Contractor’s / Site Supervisor will also ensure that all phone calls / Email and other communications are attended on time.

Identity Badges: All Contractors personnel entering upon the Corporation’s premises shall be properly identified by badges [meant for Contractor’s employees] which must be worn by them at all times while on Corporation’s premises.

Medical Fitness: All the personnel engaged by the Contractor shall be physically fit and shall be free from all communicable, contagious, infectious and any other diseases and shall submit a medical certificate to BPCL issued from reputed hospital. BPCL reserves the right to get the contractors personnel checked by the Corporation’s physicians for such medical examinations. The medial examination has to be done every six month.

Page 13 of 49

CRFQ 1000364304 E-Tender System ID-81017

Extra working allowance: For waiter and cook engaged for Shift dinner arrangements, per hour rate as per BOQ item shall be paid. The amount shall be paid only for manpower staying beyond 6.30 PM till 9.00 or 09.30 PM for shift dinner or in night shift only with prior approval from EIC. The said allowance is not for Saturday/Sunday lunch arrangements.

For Saturday/Sunday/Holidays breakfast, lunch, snacks, dinner arrangements manpower payment will be done for two persons (1 cook & 1 waiter) as per actual presence basis. The amount shall be paid on quoted rates as per BOQ item.

Page 14 of 49

CRFQ 1000364304 E-Tender System ID-81017

G) PAYMENT OF WAGES, MINIMUM WAGES, EPF & ESI:

During the currency of the contract the Contractor is required to ensure payment to his workers as per applicable Minimum Wages and their mandatory coverage under Employees Provident Fund (EPF) and Employees State Insurance Scheme (ESI). The Contractor shall also be responsible for payment of Bonus, Leave Relief Allowance etc. to his workers. The payment to the workers / staff has to be done by 7th day of the month without any fail and failure to comply with the same will attract a penalty of Rs 1000/- per day for the days delayed beyond the date due as per statutory norms.

The contractor has to comply will all statutory requirements under the Contract Labour & Regulations Act, EPF & Misc. Provisions Act, ESI Act, Bonus Act and any other regulations of Central / State Govt. enforced presently or in future during the contract period and has to submit the proof of compliance.

Needless to mention, the contractor will have to submit proof of payment of wages as per the applicable Central Minimum Wages to the contract labour by submitting a Bank Account Money Transfer Statement to the beneficiary along with Attendance, Muster & Wage Register for cross-checking the details at our end.

In case of failure to fulfill statutory requirements and any penalty imposed for such violation shall be payable by contractor. BPCL will neither be responsible nor will pay any such compensation which may be demanded from the contractor. If required, recoveries will be made from contractor’s bill in case penalty is imposed on the Corporation

BPCL will not be responsible for any accident at site and any compensation that may be due will have to be borne by contractor. It will be contractor responsibility to see that procedure / process being followed are safe and there is no possibility of any accident / fire. In case of any accident, it will be the contractor’s responsibility to pay all such compensation as may be due payable, BPCL should be indemnified on this account.

H) UNIFORMS:

The Contractor shall be required to provide uniforms (2 shirts & 2 trousers) along with one cap, one pair of black shoes and two pairs of socks per year to all employees. Terry cot material shall have to be used for uniforms. Aprons shall also be provided to staffs who will be engaged in cooking / kitchen. In addition cooks / assistant cooks shall have to be provided with Chef Caps which must be worn by them while at work in Canteen. The Corporation shall approve Quality / Colour of material and intimate the date / time of issue. The contractor shall ensure that the

Page 15 of 49

CRFQ 1000364304 E-Tender System ID-81017 employees wear clean uniforms. While serving, the waiters has to wear disposal gloves and head gears. The contractor will be held responsible in case of non- compliance in this matter and will attract a penalty of Rs.500/- per person per day.

I) PENALTY:

In case of non-conformity with the terms and conditions of the tender, for example, delay in service within the specified time, poor food quality, not serving or supplying any one of the specified items, not maintaining proper inventory of raw materials, not adhering to the brands mentioned in the tender, breakdown of equipment due to which services is affected, deploying inadequate manpower which is likely to result in incomplete performance / inefficient performance of assigned tasks or for any omission or commission inconsistent with the terms / conditions of the contract. The contractor shall be penalize with an amount of INR 1,000 /- for every such occurrence/ instance. In case of repeated violations, the penal amount will be suitably increased by BPCL EIC.

The payment to the workers / staff has to be done by 7th day of the month without any fail and failure to comply with the same will attract a penalty of Rs 1000/- per day for the days delayed beyond the date due as per statutory norms.

Any canteen employee not found in proper attire / uniform will attract a penalty of Rs.500/- per person per day.

Unhygienic conditions reported by the Officer In-charge / canteen committee would invite immediate penalty of Rs 1000/- per incident to the contractor.

In case the contractor refuse to continue with the contract at any time for any reason, he shall be liable to pay an amount equal to 2.5% of the total contract value to compensate for the excess expenditure incurred by BPCL by the way of providing catering service from any other source, which will be done at the risk and cost of the contractor.

For further repeated violation of the contract conditions and poor food quality, poor services or services is / are not satisfactory or up to the mark, BPCL reserves the right to terminate the contract with 15 day notice without assigning any reason.

Page 16 of 49

CRFQ 1000364304 E-Tender System ID-81017

DETAILS OF SERVICES & SPECIFICATIONS

A) REFILLING OF DRINKING WATER:

Packed Water bottles will be provided by BPCL. However, the same needs to be served at the meetings. Further water jugs & glasses provided in the Cabins, Laboratories, Office cabins and Tables & Dining Halls shall have to be cleaned and filled with fresh water daily. No separate amount shall be payable for the services and is deemed to be included in quoted rates.

B) PROVISION OF LUNCH:

The guaranteed number of regular lunch to be served on working days in the Management canteen / lunch hall would be 50 (Fifty) per day with 5 days a week (Monday to Friday) unless otherwise advised in advance. The guaranteed number shall include regular lunch, fruit lunch, Tuesday lunch & shift dinner served to BPCL & Guests / visitors in Management canteen hall.

For shift dinner & lunch on weekends / holiday, there will be no minimum guarantee, but generally the shift dinner will be for 1 - 2 staff and holiday lunch will be for 2 – 3 staff. However due information shall be given a day before.

In respect of non-Management Staff served in Building G2 dining hall, actual consumption would be considered without any guaranteed numbers. Only vegetarian food would be served to Non-Management Staff. Guests / Visitors are also required to be served in non- Management Staff dining area as per instruction from BPCL. The daily average consumption in non-management canteen would be in range of 18-20 lunch.

C) SERVING REGULAR TEA (DIP) / GREEN TEA (BRANDED) / COFFEE:

Regular Tea(dip) / Green Tea (Branded) / Coffee are to be served on working days to the Management / non- Management staff in morning / evening and on demand as and when required and payment will be make on the No. of tea consumed as per the Tea Slip(s) signed on actual no. of tea/coffee by the staff.

For night shift staff (as per shift requirement) ready-made pre mix tea / coffee pack has to be provided. For major requirement and on instruction from BPCL EIC, the ready-made tea has to be served in paper cups.

D) SERVING BISCUIT / NAMKEEN:

1 packet (Branded) of Biscuit (approx. 55 gms) / Namkeen (ranging variety between 40 gms to 60 gms) is to be served to each Management / non-Management staff at the time of serving Tea / Coffee in the evening. The package shall be of min Rs 10/- MRP.

Biscuit / Namkeen may also to be provided on account of meeting(s), etc. or for the visitors / guests at any time as per advice.

Page 17 of 49

CRFQ 1000364304 E-Tender System ID-81017

E) SERVING SNACKS (MORNING SNACKS / MEETING SNACKS):

Snacks to be served to each Management & or non-Management staff at the time of serving Tea / Coffee in the morning. The guaranteed number of morning snacks (cooked at site) to be served on working days in the Office would be 50 (Fifty) per day with 5 days a week (Monday to Friday) unless otherwise advised in advance. Snacks may also to be provided on account of meeting etc. or for the guest(s) at any time as per advice.

Snacks should be either of

i. / Bread with Sauce Sachet or Green . ii. with Aloo Sabji / Sauce Sachet or Green Chutney, iii. Mix Veg Pakora with Sauce Sachet or Green Chutney, iv. / with Coconut Chutney or Sambhar, v. Veg with Sauce Sachet or Green Chutney, vi. / Khandavi, vii. Bread roll with Sauce Sachet or Green Chutney, viii. Cheese roll with Sauce Sachet or Green Chutney, ix. Toast sandwich with Sauce Sachet or Green Chutney, x. Petties with Sauce Sachet or Green Chutney, xi. (The above snacks cooked in the kitchen or ordered from market shall be approx.75-100 gm.) with Sauce Sachet or Green Chutney or Sambhar.) xii. Packed Namkin / Bujia / Nuts of Haldiram (100 gm. as per manufacturer) or the equivalent as decided by Officer in-charge. OR any other reasonable item (Chila, Sprouts, Paranthas, Cutlet, Puris, Paneer Pakora, Gobhi Pakora, Poha, , etc.) with the consent of Officer in-charge.

F) SERVING SPECIAL SNACKS:

As per advice of Officer in-charge; special snacks are to be served during special occasions / meetings. One plate should have: 1 pc of Sweet or Pastry or small dry Cake, 15 gms Cashew nuts or Almonds (roasted / salted), 4 pcs of Cookies (branded), 15 gms Wafers or 20 gms , 1 pc of Mix or Paneer or Gobhi Pakora or Cutlet or Sandwich with Sauce Sachet or Green Chutney.

Additionally, Regular Lunch / Special Lunch / Tea / Green Tea / Coffee / Snacks / Special Snacks and other items as mentioned in RFQ are to be served on account of meetings in different meeting rooms etc. on working days as well as on Saturday / Sunday / Holidays as per the prior advice.

Payment will be made as per the rate agreed on actual quantity consumed for all items of BOQ.

Page 18 of 49

CRFQ 1000364304 E-Tender System ID-81017

G) DETERMINATION OF NO. OF LUNCH / TEA / COFFEE / SNACKS ETC.

Lunch: Number of lunch & shift dinner for the staff who are posted at BPCL Greater Noida Office will be determined based on the record of the lunch & shift dinner register duly signed by the staff. Number for the visiting staff will be determined based on the signed lunch slip(s). In case of guest(s), slip(s)/register is to be signed by the staff accompanying the guest(s). Getting the slip(s) signed by the visiting staff/staff accompanying the guests and taking lunch is the sole responsibility of the contractor.

Special Lunch and Regular Lunch: On account meeting on Saturday / Sunday / Holidays to be determined as per the quantity intimated in advance or at actual whichever is higher.

Tea / Coffee for Staff: No. of Tea / Coffee will be determined based on the Signed slip(s) by the concern staff meant for the same, which shall be responsibility of the contractor.

Snacks, etc.: Quantity / No. etc. of Snacks etc. to be supplied on account of meeting etc. will be determined based on the Signed slip(s) by the concern staff meant for the same.

H) FOR OPERATING THE LUNCH ROOM / SERVICES

The pantry / kitchen area attached to the dining room is available with refrigerator / soup warmer / plate warmer, furniture, sufficient No. of ACs, Sound Systems, Insect Killers and other equipments. All material including Housekeeping Material for Canteen, Tissue Papers, Table Salt, Peeper, Chat Masala, Mouth Freshener, Toothpicks, Foil Paper, Nip Powder, Cloth Duster, Coal / Wood Pieces for Tandoor, Fuel for Dishes, Cru-sets, Mixer / Grinders, Electric Kettles etc. are part of services to be provided by the contractor.

Sufficient No. of LPG cylinder(s) would be arranged by the Contractor to run services smoothly. Follow ups with LPG Gas Agency would be made by the Contractor. Payments of all LPG cylinder(s) shall be settled by BPCL.

BPCL shall provide space, furniture, electricity and water at no cost to the Contractor. Also, BPCL shall provide cycle rickshaw / Trolleys for the purpose of food movement from kitchen area to building area. The Contractor shall be responsible to maintain / repair of cycle rickshaw / Trolleys / tandoors / gas stoves / mixer / grinders / electric kettles / electric stoves during the contract period at his own cost and shall return the same to BPCL in good condition on the expiry of contract.

BPCL shall provide sufficient crockery / cutlery and existing equipments to operate facility smoothly initially along with rickshaw for transporting food from canteen to pantry. However, fulfilling against any breakage / damage / shortage / repairing in

Page 19 of 49

CRFQ 1000364304 E-Tender System ID-81017 the inventory shall be the responsibility of contractor at his own cost. Inventory reconciliation / check shall be done / maintained before starting and ending of the tender by the contractor which would be certified by Officer In-charge. Contractor is required to maintain desired number of inventory to run services smoothly. No additional payment would be made on this account. In case of any shortfall in inventory items, cost of the same shall be recovered from final bill of contractor at the time of expiry of contract.

Cleaning kitchen, dining, store, utensils and other kitchen equipment’s, masala grinding, cleaning / swabbing of dining / kitchen floor, kitchen furniture etc. and all the Helper’s job for the Management staff lunch room including Furniture / Linen of Lunch room.

Arranging the dining room furniture, setting of tables etc. in Management and non- Management dining area. Arranging the furniture, setting of tables, dishes, etc. near Conference Hall(s) as per advice from Officer In-charge. Arranging, upkeep and maintenance of all Pantries (spaces) should be in hygienic conditions always.

Cleaning of crockery / cutlery after serving lunch and account for crockery / cutlery etc. for serving.

Providing all the raw materials, food processor / grinding machine for preparing the raw materials required for preparation of lunch, Snacks, tea and coffee as per the agreed menu and as per cooking standards prescribed for Class-I restaurants which would be finalized by Officer In-charge.

Preparation of lunch to be completed by 12.15 p.m. every day with sufficient / agreed quantity so that there is no shortfall. In case of any deviation in quality of raw materials, ingredients, shortage of cooked food etc. Contractor on its own should coordinate with Reception staff to find out the expected number of guest & total staff in the day by 10 AM. BPCL will have the right to impose penalty of Rs.1000/= per incident if food is found short.

Contractor shall arrange to prepare tea / coffee and beverages and serve the same to the staff / guests as well as in conference halls on a daily basis as per our instructions and payment shall be made as per the rates decided.

Supervising and ensuring that the job of workmen employed by contractor for performing / arranging jobs required to be done as well as maintained proper discipline so as to ensure that they are always well behaved and properly attired and provide effective / efficient service causing the least possible disturbance in the work of the Corporation’s business.

Page 20 of 49

CRFQ 1000364304 E-Tender System ID-81017

Maintaining the proper record of inventory of inventory of utensils / crockery / other equipments and submit the list once in a month to the concerned officer confirming the available stock. In case of shortfall the contract shall replace the item / items before submission of the inventory list, so that the normal operations are not affected in the lunch hall.

I) LUNCH

Contractor shall provide lunches of following types:

(a) Regular Lunch (except Tuesday) (b) Special Lunch on special occasion or meetings as per instruction from Officer in- charge. (c) Regular Tuesday Lunch (d) Fruit Lunch (e) Shift Dinner / Weekend lunch

(a) Regular Lunch (except Tuesday): Regular Lunch shall consist of followings:  papad, salad, pickle,  one veg-soup,  one low calorie vegetable  one paneer vegetable / one dry vegetable,  one Dal / substitute item,  one item, one rice item, one non-veg item, (non-veg items 4 days in week)  Diet food / boiled vegetable  plain / / dahi bhalla / dahi papdi.  one desert item  Two seasonal fruits cut as per requirement

Lunch MENU shall be decided from following list (which is not exhaustive). The successful bidder will have to submit the menu before the BPCL EIC / canteen committee for a week in advance for approval.

Vegetable Soup:

Mix vegetable soup, Sweet corn soup, Onion soup, Tomato soup, Tomato & basil soup Almond soup, Hot & sour soup.

Low calorie vegetable:

Vegetable or combination of vegetables will be selected from following list which will be boiled / steamed & cooked with minimum possible oil, spices & salt:

Gourd (Loci/Tori), Pumpkin (Kaddu), Beans, Broccoli, Cauliflower, Corns / baby corn Peas, Carrot, Beat root.

Dry vegetable (two days a week):

Page 21 of 49

CRFQ 1000364304 E-Tender System ID-81017

Bhindy (Fry / Kurkuri / Masala), Mix Vegetable, Alu Gobi, Karela Fry, Alu Methi, Jira Alu, Arbi Masalla, Alu / Gobi Achari, Tinda Masalla, Stuffed capsicum / tomato, Alu Soyabean, Sorso ka saag, Dam Alu, Kasmiri Dam Alu, Karela Masala, Soyabean Chura with Mattar, Alu Capsicum.

Paneer vegetable (minimum three days a week):

Paneer , Paneer Masala, Butter Paneer, Matar Paneer, Methi Malai Matar, Paneer Kundan Kalia, Malai , , Paneer Lababdaar, Kadai Paneer, Chilly Paneer, Paneer Achari, Paneer Bhurjee

Dal / Dal substitute:

Chole (Black / White), , Dal Makhni, Dal Tarka, Dal Fry, Dal Lauki, Kari Pakora, Chana Dal, Lobia.

Roti:

Tawa , Tanduri Chapati, Lacha Parantha, Nan, Butter Nan, Bhature, , Palak Puri, Bedmi Puri, Makki ka Roti

Rice Item:

Plain Basmati Rice, Jira Rice, Lemon Rice, Rice, Ginger Rice, Peas Pulao Navaratna Pulao ,

Non-veg Item: (On four Weekdays, except Tuesday & other days as decided by EIC)

Bhuna Gosht, Mutton Kali Mirch, Mutton Masala, Kaleji Fry Saagwalla Mutton, Keema, Mutton Kofta Mutton / Chicken with green chatnee Chilly Chicken (boneless), Butter Chicken, Chicken Masala Fish (boneless) curry Roasted Tanduri Chicken, Chicken / Mutton do Payaza, Egg Curry, Murg Mutton Rogan Josh, Murg Malai

Diet food:

Khichri (mung dal), Boiled mix vegetables & Corn, Boiled / sprouted – chana / dal / Moong / moth Boiled paneer, Boiled with peanut Khichari peanut & sabudana

Plain curd / Raita (varieties) like bondi raita / mix veg raita / Pineapple raita / Dahi Bhalla / Dahi Papdi.

Desert:

Page 22 of 49

CRFQ 1000364304 E-Tender System ID-81017

Ice cream (other than Vanila and Strawberry), Jelebi ,, , Raj Bhog, Mung dal Halwa with dry fruits, Gazar Halwa with dry fruits, Keshri with dry fruits, Malpoha, Besan ka Laddoo / , Barfi (Kalakand), Suji ka Halwa with dry fruits.

Contractor has to provide omelets on demand with regular lunch in lieu of non-veg items on days non veg item is in the menu.

Constraints in regular lunch

1. Egg curry should not be more than once in two week 2. Mutton item should be at least once a week 3. Fish item should be at least twice a month except summer months i.e. May, June, July & August. 4. Non veg items will not be made during few of the auspicious days as per local festivals / traditions. Contractor has to make few items extra during the auspicious days for people on fasting without any extra charges etc.

(b) Special Lunch: Special lunch shall consist of all dishes of regular lunch, additionally following extra items.

(i) One non-veg item. (There will be two non-veg item of either of (a) Chicken-Mutton or (b) Chicken-Fish or (c) Mutton-Fish combination). (ii) One extra vegetable (Out of total three veg item one will be low-calorie vegetable, one will be dry vegetable & another will be Paneer vegetable). (iii) One desert item (Out of two desert item one will be ice-cream & another will be sweet item). (iv) Cut fruit should be available in buffet.

(c) Regular Tuesday Lunch:

Any one of following three options shall be chosen for Tuesday Lunch in normal case.

Chinese Option (with Continental Option (with South Indian Option tomato sauce, chilly tomato ketchup) (with , souse and sweet & sour and Nariel Chatney) sauce) Papad, Salad and Pickle French Fries and Salad Papad, Salad and Pickle Noodle soup One Veg soup One Veg soup Hakka Noodles and Veg Cutlet / Chop Idlee Spring Roll Vegetable Manchurian / Baked Vegetable, Pasta Vada Vegetable sauté Chili Paneer Vegetable Burger / Masala Dhosa and Pizza Rava Dhosa Garlic bread / croissant Onion Uttapam and and Veg sandwich Tomato Onion Uttapam

Page 23 of 49

CRFQ 1000364304 E-Tender System ID-81017

Vegetable Fried Rice, Vegetable Fried Rice, / Rajma / Black Chana Rajma / Black Chana and Plain Curd

Ice-cream other than Ice-cream other than Jelebi with Rabree Vanilla and Strawberry Vanilla and Strawberry / Pastry

(d) Fruit Lunch:

Contractor shall provide fruit lunch on request basis. Fruit lunch shall be consisting of (i) Veg soup, (ii) Curd / Diet food / boiled vegetable & (iii) A plate of 5 assorted seasonal fruit. (iv) Desert Item. Plate of cut fruit properly covered with cello-fin sheet with knife shall be served by waiter & balance items can be picked up by the Staff from the buffet laid. The Staff concerned shall intimate the Contractor about the same. Contractor may be required to serve the fruit lunch / normal lunch in cabins of selected senior executives as per instruction of officer in-charge.

Normal Tuesday Lunch and Fruit lunch will be considered as a Regular Lunch for billing purpose.

(e) Shift Dinner / Weekend lunch & Dinner:

The shift dinner / weekend Lunch shall consist of followings: Papad, salad, pickle, one paneer vegetable / one dry vegetable, one Dal / substitute item, one roti item, one rice item, plain curd / Raita, one fruit & one desert item.

J) FRUIT PLATE

Fruits plate consisting of 2 assorted seasonal fruits properly covered with cello-fin sheet and knife shall be served by waiter to Head (CRDC), GMs’ (R&D) cabin on a daily basis in the morning. The payment shall be made as per the actual consumption.

K) FOOD QUALITY

It is understood that the successful contractor is a professional one and is aware of cooking standards generally followed by class-I restaurants and will maintain same quality standards, throughout the contract period.

Contractor has to ensure that all food articles are of brand mentioned below. For items of which brands are not mentioned, best Agmark / FSSAI approved item to be provided as approved. In case BPCL decides to disapprove the raw materials / dishes, no payment will be made to the contractor for the same and they will have to compensate BPCL for all such cost which BPCL will have to incur for providing food to their Management staff.

While carrying our random checks for quality and quantity when the materials are received at our end, if the quality of material incl. does confirm to our specifications/

Page 24 of 49

CRFQ 1000364304 E-Tender System ID-81017 make, then the entire consignment is liable to be rejected and its removal from our site will be the sole responsibility of the bidder. List of brand is given in Annexure-A.

The cooking oil shall be check in Laboratory prior to use and also after the usage (left over after deep frying). Reusing of Cooking oil /used oil will not be permitted unless found fit for the same as per standards. BPCL lab personal will do random sampling / testing of oil as per there schedule.

ANNEXURE “A”

LIST OF MATERIAL / BRAND TO BE USED

Milk, Toned, Full Cream 100% Milk Food, Amul, Mother Dairy, Proched Gowardhan. Butter Amul, Mother Dairy, Gowardhan. DA I RY Cheese Processed Cheddar Amul, Mother Dairy, Kraft. Paneer Amul, Mother Dairy, Ananda. Condensed Milk Mother Dairy, Nestle, Amul. Ice Cream Mother Dairy, Kwality Walls, Amul. Bread Harvest Gold, Britannia, English Oven. Little Heart, Fifty-Fifty, Good Day, Snax Salted/Sweet Biscuits BAKERY Britania, Horlicks. Cream Biscuits Britannia, Sunfeast, Cadbury. Cookies Unibic, Parle, Britannia, Frontier. Rajdhani, Aashirvaad, Shakti bhog, Atta Patanjali. Basmati Rice (Long Grain Best Kohinoor, Rose Brand, Lal Quilla, India Quality) Gate, Dawat. Sugar Cube Trust, Dhampur Green, Daurala, MB. Sugar Sachet Trust, Uttam Sugar, MB. Tea Bag Tetley, Taj Mahal, Organic India. P ROV I Green Tea Bag Lipton, Organic India. S I ON Coffee Nestle, Bru. AND Corn Flakes Kellogs. STOR ES Jam Kissan, Cremica, Nature Land, Tops. Pickle Beads, Panch Ranga, Mother’s Pride. Cooking Oil – Sunflower, Safola, Fortune, Sundrop, Leonardo. Olive, Rice Bran, Canola Tomato Sauce Maggi, Kissan, Delmonte, Heinz. Chilli Sauce Tops, Chings, Maggi, Veeba. Soya Sauce Tops, Chings. Vinegar Tops, Tasty, Chings.

Page 25 of 49

CRFQ 1000364304 E-Tender System ID-81017

Papad Lijjat, 420, Ganesh, Freshco. Chat Masala, M.D.H, Catch, Everest. Methi M.D.H, Catch, Everest. Table Salt, Pepper, Rock Salt In Catch Container. Custard Powder Brown & Polson, Weikfield, Tops. Corn Flour Brown & Polson, Weikfield, Double Horse Dhania Powder, Chilli Powder M.D.H, Catch, Everest. Haldi Powder & other masalas M.D.H, Catch, Everest. Sambhar Powder, Rasam 777, MTR, Eastern. Powder Jelly Rex, Kissan, Cremica. Sweet Corn Kissan, Sumeru, Freshco. Salt (Low Iodised Sodium) Tata, Captain Cook, Safola Light Kaju Coco, California, Kabuliwala Laung, Dal Chini, Choti Elaichi Best quality & other Hot spices Best quality, free of dust and Foreign Pulses-Dais & Beans Materials. Frozen Veg. Mother Dairy, Fresho, Safal Fresh Fruits & Veg. Fresh & Best quality Weight per chicken 600-700 gm. Clean & Chicken Best quality. Meat Goat Carcass- Clean & best quality. No n-v e g Bhilki-boneless & without skin, Rahoo Fish with skin. Indian Sweet Meals Best quality Potato chips Lays, Uncle, Haldiram

Page 26 of 49

CRFQ 1000364304 E-Tender System ID-81017

Details of item details

Sr. Service Qty Unit Detailed item Text No code

Supply of regular lunch / fruit lunch on normal working days for 1 9004798 22500 EA Management Staff / visitors in the Canteen or anywhere in CRDC as per scope Supply of regular / fruit lunch (without soup, without Non-Veg, 2 9004800 6100 EA without fruit Item) on normal working days for Support staff Apprentice Trainees / Visitors in non mgmt dining hall as per scope Supply of shift dinner, Lunch / Dinner on weekly off days, holidays, in 3 9004801 800 EA the Canteen or anywhere in CRDC as per scope. Supply of Special Lunch on normal days/ weekly off days / 4 9004799 400 EA Celebrations in the Canteen or anywhere in CRDC as per scope 5 9004803 58000 EA Supply of Tea / Coffee for Mgmt. Staff/visitors etc 6 9009888 14000 NO Supply of Green Tea as per requirement Supply of Tea/Coffee beyond normal working hours/ weekly off days/ 7 9009887 2000 NO holidays. Supply of packed Biscuits / packed Namkeen. (MRP Minimum Rs. 8 9004806 25000 EA 10/- per packet) 9 9009886 23000 NO Supply of Morning Snacks for Staff as per scope 10 9004814 200 EA Supply of Tetra Pack Juice (1 Lts) of Real / Equ 11 9004804 1750 EA Supply of sweet / salted Lemon Water 12 9004812 500 EA Supply of Pastry (Eggless) 13 9004802 500 EA Supply of Special Snacks for Visitors 14 9004772 50 LS Supply of Eggless Cake (Rates to be quoted for 1 KG of Cake) Supply of Laddoos (Sweet) as per requirement (Rates to be quoted 15 9004871 50 LS for 1 Kg of Laddoos) Supply of Sweet (Kazu Katli or equivalent ) as per requirement 16 9000710 30 LS (Rates to be quoted for 1 Kg ) Supply of ready-made tea in bulk (generally 25 cups & above) as per 17 9015553 2500 EA requirement served in paper disposable cups Service charges per hour per person (like cook / waiter) beyond 18 9004451 600 Hour office hour for shift dinner & other misc. services 19 9004813 500 EA Supply of Fruit plate for Senior staff (2 seasonal fruits) 20 9004810 50 EA Supply of Coconut for auspicious events 21 9004805 250 EA Supply of Fresh coconut water 150 ml 22 9004815 50 EA Supply of Cookies approx. 400gm per packet 23 9004809 40 EA Supply of Roasted Kaju as per requirement (Rate Per KG) Service Charges on per person per day basis for manpower (like 24 9004450 200 Day Cook/ waiter) for working on weekly off days/ Holidays as per scope

Page 27 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION-4

TECHNICAL DEVIATION FORM

Name of vendor:

Schedule of Deviations in reference to BPCL SPECIFICATIONS

1. Vendor may give here a consolidated list of technical deviations for all sections of the SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him. 2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected. 3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be deemed to be fully complied by the vendor 5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall constitute the contract requirements for the award of job to the vendor. 6. BPCL reserves the right to reject the offer based on the deviations.

Sr. Page Clause Requirement of the Deviations to the Remarks No. No. No. SPECIFICATIONS SPECIFICATIONS 1 2 3 4 5 6

Vendor :

Signature of the authorized signatory :

Name of the authorized signatory :

Stamp & Date :

Page 28 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 5

SPECIAL PURCHASE CONDITIONS

Page 29 of 49

CRFQ 1000364304 E-Tender System ID-81017

SPECIAL PURCHASE CONDITIONS FOR INDIAN BIDDERS S NO INSTRUCTIONS VENDOR'S ACTION RESPONSE Indicate Despatch point TO SPECIFY 1.0 1.1 Confirm that the Prices shall be FIRM till complete TO NOTE AND CONFIRM execution of the order and shall not be subject to variation on any account.

Please confirm that the prices quoted in the price bid TO CONFIRM are inclusive of packing and forwarding charges.

1.2 Your quoted prices for SUPPLY shall be inclusive of TO NOTE AND CONFIRM Installation, Demonstration/Commissioning and Training Charges as per detailed technical specification.

1.3 TAXES & DUTIES 1.3.1 OUR CORPORATE RESEARCH & TO NOTE,CONFIRM & DEVELOPMENT CENTRE (CRDC) HAS BEEN SPECIFY RECOGNIZED BY DEPARTMENT OF SCIENTIFIC AND INDUSTRIAL RESEARCH (DSIR), MINISTRY OF SCIENCE AND TECHNOLOGY, GOVERNMENT OF INDIA. AS PART OF THIS RECOGNITION FOR IMPORT GOODS OUR R&D HAS BEEN EXEMPTED FROM WHOLE OF CUSTOMS DUTY AS PER NOTIFICATION NO.24/2007 DATED 01.03.2007.

VENDORS ARE REQUESTED TO SUBMIT THE QUOTATION ACCORDINGLY.

1.3.2 Indicate the HSN/ SAC Code (Harmonized System TO SPECIFY Nomenclature)of the offered Item/s

1.3.5 Prices quoted shall exclude transit insurance charges TO NOTE AND CONFIRM as the same shall be arranged by BPCL.

1.4 TRANSPORTATION 1.4.1 The scope of the vendor includes transportation of all TO NOTE AND CONFIRM the supplied items to BPCL CRDC Greater Noida on Door Delivery basis by Road. Vendor to confirm acceptance. Please confirm and also confirm that the same is quoted as percentage of the FOT despatch point price in the format for taxes and duties.

1.5 DELIVERY PERIOD 1.5.1 TO NOTE AND CONFIRM One Year from the date of LOA/ PO

1.5.2 Owner reserves the right for rejecting the offer/offers TO NOTE AND CONFIRM not meeting the above delivery period. 1.5.3 In case vendor is ready to provide the items earlier TO NOTE AND PROVIDE than the above desired period, vendor to indicate the earliest delivery period

Page 30 of 49

CRFQ 1000364304 E-Tender System ID-81017

1.6 VALIDITY 1.6.1 Confirm quoted prices are valid for acceptance up to TO NOTE AND CONFIRM 120 days from the final due date / extended due date of RFQ.

1.6.2 On account of exigencies, if the bidder is requested to TO NOTE AND CONFIRM 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 is liable to be rejected

1.7 PERFORMANCE BANK GUARANTEE 1.7.1 Confirm that you will furnish performance guarantee TO NOTE AND CONFIRM bond for 3% of supply order value by way of Bank Guarantee in the prescribed format from any Scheduled Indian Bank as per clause 14 of General Purchase Conditions (GPC) and as per format of PBG attached.

1.7.2 The PBG should be valid for a period of 24 months TO NOTE AND CONFIRM from the date of supply (Guarantee period of 18 months from the date of supply + 6 months claim lodging period) or 18 months from the date of commissioning (Guarantee period of 12 months from the date of commissioning + 6 months claim lodging period) whichever is earlier. The PBG should be sent to us directly by your Banker.

1.7.3 In case submission of PBG is not accepted by the TO NOTE AND CONFIRM vendor, their offer will be liable for rejection.

1.8 PART ORDER 1.8.1 Part order shall be accepted without any stipulation of TO NOTE AND CONFIRM minimum order value/ quantity. (However individual quantities will not be split) 1.8.2 In case of part order all lump sum charges quoted TO NOTE AND CONFIRM extra if any viz. Documentation, testing, packing, other charges etc., can be considered on prorate value basis. Confirm compliance. 1.8.3 Repeat Order- Vendor to confirm acceptance of TO NOTE AND CONFIRM repeat order within 12 months from the date of basic P.O 1.9 PRICE REDUCTION SCHEDULE 1.9.1 Acceptance to price reduction for delay in delivery TO NOTE AND CONFIRM 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 as per Clause No. 20 of BPCL’s GPC.

1.9.2 In case this point is not accepted by the vendor, TO NOTE AND CONFIRM loading shall be done as per Clause 1.11.1

1.10 PAYMENT TERMS-LOCAL SUPPLY 1.10.1 The Bill towards actual quantum of job carried out TO NOTE AND CONFIRM should be submitted once a month along with all

Page 31 of 49

CRFQ 1000364304 E-Tender System ID-81017

necessary documents like Challan, receipts etc. The Payment shall be made within 15 days of submission of bill. While submitting the monthly bill, the contractor should submit the abstract of different type of services / supply made in the month along with the copy of the proof for having deposited the ESI & PF contribution with appropriate authorities for the workmen & payment to workmen engaged by them. Generally the bills of the month should be support with past month records.

1.10.2 Bank charges shall be to respective Accounts TO NOTE AND CONFIRM

1.11 LOADING CRITERIA FOR COMMERCIAL DEVIATION Deviation on Price Reduction for Delayed Deliveries (Considering GPC clause of 0.5% per week of delay- max 5% total order value) :

1.11.1 In case the vendor does not accept the delayed TO NOTE AND CONFIRM delivery clause or take exceptions to the % rate mentioned in GPC, loading shall be done to the extent of maximum of 5% on the total order value or the differential % not agreed by the supplier

1.11.2 Price evaluation will be done overall landed cost basis TO NOTE AND CONFIRM as per the special conditions of the contract provided

1.12 GENERAL 1.12.1 Confirm acceptance of BPCL’s `General Purchase TO NOTE AND CONFIRM Conditions’, holiday listing policy & Special Terms and Conditions in toto.

1.12.2 Indicate relationship with any of our Directors. TO SPECIFY 1.12.3 Please confirm you have not been banned or TO NOTE AND CONFIRM delisted/holiday listed by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated.

The declaration of holiday listing is to be signed and TO CONFIRM submitted along with unpriced bid SUBMISSION

1.12.4 You are requested to furnish the following TO SPECIFY 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

Page 32 of 49

CRFQ 1000364304 E-Tender System ID-81017

1.12.5 If the items are covered under DGS&D rate TO NOTE AND CONFIRM contract, confirm that a copy of rate contract is enclosed with your offer.

1.12.6 If you are registered under MSE (Micro and Small TO NOTE AND CONFIRM Enterprises) please provide the certificate towards the AND PROVIDE same SUPPORTING DOCUMENTS

1.12.7 Confirm whether you are registered under MSE TO CONFIRM (Micro and Small Enterprises) 1.12.8 Bidders claiming purchase preference as MSE TO CONFIRM need to submit the following documents: SUBMISSION a. Notarized copy of all the pages of the EM-II certificate issued by the appropriate authorities mentioned in the Public procurement policy of MSEs-2012. b. Vendors’ declaration on a duly notarized Rs.100 stamp paper stating that, in the event of award of contract, all the ordered supplies shall be made from the unit for which MSE certificate has been submitted.

Page 33 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 6

FORM A – FORMAT FOR TAXES AND DUTIES

FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC FOR LOCAL SUPPLY (INDIAN BIDDERS)

Vendor shall provide % rates against each item in response column. If any of the conditions are not applicable, vendor to specify Nil/NA

S Commercial conditions No description Vendor's Action Vendor's response

Freight charges for door delivery 1 Vendor to specify at CRDC, Noida (%)

2 SAC/HSN CODE Vendor to specify

CGST Rate (Percentage 3 Vendor to specify of total quoted price) SGST Rate (Percentage 4 Vendor to specify of total quoted price) IGST Rate (Percentage 5 Vendor to specify of total quoted price) UTGST Rate (Percentage 6 Vendor to specify of total quoted price)

7 Invoicing Location Vendor to specify

VENDOR NAME : ______

SIGNATURE WITH SEAL : ______

Page 34 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 7

GENERAL CONDITIONS AND GENERAL PURCHASE CONDITIONS (Attached)

Page 35 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 8

COMMERCIAL DEVIATION FORM

Name of vendor:

Schedule of Deviations in reference to COMMERCIAL TERMS AND CONDITIONS

1. Vendor may give here a consolidated list of Commercial deviations for all sections of the tender document, which for an appropriate offer is considered unavoidable by him. 2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected. 3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the COMMERCIAL TERMS AND CONDITIONS (not mentioned in this form) shall be deemed to be fully complied by the PCMS vendor 5. Only the deviations listed herein, in conjunction with the COMMERCIAL TERMS AND CONDITIONS, shall constitute the contract requirements for the award of job to the vendor. 6. BPCL reserves the right to reject the offer based on the deviations.

Sr. Page Clause Commercial terms Deviations Remarks No. No. No. and conditions 1 2 3 4 5 6

VENDOR :

Signature of the authorized signatory :

Name of the authorized signatory :

Stamp & Date :

Page 36 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 9

E-BIDDING INSTRUCTIONS

Page 37 of 49

CRFQ 1000364304 E-Tender System ID-81017

INSTRUCTIONS TO BIDDERS ON E-TENDERING

1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:

Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e- procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for participating in the electronic tenders directly through internet (Bid Submission Manuals are available on the above mentioned e-procurement site).

As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Signature Certificate of Class 3 (Signing and Encryption) and above 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 tenderer. In case any tenderer so desires, he may contact our e-procurement service provider M/s. E-procurement Technologies Ltd, Ahmedabad (Contact no. 079-40016868) for obtaining the digital signature certificate. Please note that generally, it takes 5 working days for obtaining a digital certificate after the submission of all required documents / fees. Non availability of Digital Certificate shall be considered as the vendor’s regret.

To participate on tenders hosted by BPCL on e-procurement site, bidders are required to have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on the above site.

Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids along with all the copies of documents should be submitted in e-form only through BPCL e- Procurement system. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same.

Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement system. However if bidder intends to change the bid already entered may change / revise the same on or before the last date and time of submission deadline. No bid can be submitted after the last date and time of submission has reached. The system time (IST) that will be displayed on e-Procurement web page shall be the time and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e- Procurement system well before the closing date and time of bid. No bid can be modified after the dead line for submission of bids.

BPCL shall not be responsible in any way for failure on the part of the bidder to follow the instructions. Further BPCL in any case will not be responsible for inability of the bidder in participating in the event due to ignorance, failure in Internet connectivity or any other reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission.

Page 38 of 49

CRFQ 1000364304 E-Tender System ID-81017

Bidders are required to Login with their User ID & Password (along with Digital Certificate) on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on “Action” button against required Tender, If the required tender number/ details are not available in the first displayed page, then they can click on “more” button, for proceeding to next page(s). They will get “Download files” as well as “Tender Common Forms” on the same page. For participating in tender and for download Tender Documents, click on “Participate”. In the same menu, one can upload the scanned, signed stamped documents in “Edit Bid Common Forms”.

For downloading Java, please click on “Download JRE 6” on login page or more details about Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.

Bidders are required to save / store their bid documents for each item into their computers before submitting their bid into e-tender.

2.0 CONTACT PERSONS:-

FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or while participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots of the errors being faced to:

Email - [email protected]

(OR) Contact the following helpdesk numbers: All India 079-40270573, +91-8433615195

Page 39 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION - 10

PROFORMA OF DECLARATION OF HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in the name of my Proprietary concern M/s. ______which is submitting the accompanying Bid / Tender nor any other concern in which I am a proprietor nor in any partnership firm in which I am involved as a Managing Partner have been placed on holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

In the case of a Partnership Firm

We hereby declare that neither we, M/s. ______submitting the accompanying Bid / Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor of any firm or concern have or has been placed on holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

In the case of Company

We hereby declared that we have not been placed on any holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(Here give particulars of holiday listing and in absence thereof state “NIL” below).

It is understood that if this declaration is found to be false in any particular, Bharat Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the bid has resulted in a contract, the contract is liable to be terminated.

Place: ______Signature of the Bidder______

Date: ______Name of the Signatory______

Page 40 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION - 11

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

Page 41 of 49

CRFQ 1000364304 E-Tender System ID-81017

POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL

1. Definitions : In these Guidelines, unless the context otherwise requires

(i) Agency; “Party/Contractor/Supplier/Vendor/Consultant/Bidder/Licensor” in the context of these guidelines is indicated as ‘Agency’. “Party/Contractor/Supplier/Vendor/Consultant/bidders/Licensor” shall mean and include a public limited company or a private limited company, a joint venture. Consortium, HUF, a firm whether registered or not, an individual, co-operative society or an association or a group of persons engaged in any commerce, trade,

(ii) Appellate Authority: “Appellate Authority” shall mean the concerned functional Director of BPCL or any other authority nominated by the C & MD. The Appellate authority shall be higher than the “Competent Authority”.

(iii) Competent Authority: “Competent Authority” shall mean the authority, who is competent to take final decision for Banning of business dealings with Agencies, in accordance with these guidelines: The Competent Authority for a Procurement Department which is initiating the Holiday Listing process should be the Regional head (or) SBU / Entity head as the case may be relevant to the said Procurement Department, but not below the level of General Manager

(iv) Corporation: “Corporation” means Bharat Petroleum Corporation Ltd. with its Registered Office at Bharat Bhavan-I, 4&6 Currimbhoy Road, Ballard Estate, Mumbai-400001.

(v) Corrupt Practice: “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to improperly influence the actions in selection process or in contract execution. Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided.

(vi) Fraudulent Practice: “Fraudulent Practice” means and include any act or omission committed by a agency or with his connivance or by his agent by misrepresenting/ submitting false documents and/ or false information or concealment of facts or to deceive in order to influence a selection process or during execution of contract/ order;

Page 42 of 49

CRFQ 1000364304 E-Tender System ID-81017

(vii) Collusive Practice : “Collusive Practice” amongst bidders (prior to or after bid submission)” means a scheme or arrangement designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

(viii) Coercive Practice: “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing of a procurement process.

(ix) Officer-in-Charge: “Officer –in-Charge (OIC)” or “Engineer-in-Charge (EIC)” shall mean the person (s) designated to act for and on behalf of BPCL for the execution of the work as per requirement of the concerned department.

(x) Malpractice: Malpractice means any Corrupt Practice, Fraudulent Practice, Collusive Practice or Coercive practice as defined herein;

(xi) Mis-Conduct: “Mis-conduct” means any act or omission by the Agency, making it liable for action for Holiday Listing as per these guidelines

(xii) Nodal Department: “Nodal Department” means the Department primarily assigned with the role of overseeing the Holiday Listing Process to ensure adherence to guidelines, maintaining, updating and publishing the list of Agencies with whom BPCL has decided to ban business dealings and shall be the Corporate Finance Department.

(xiii) Vendor De-listment Committee: “Vendor De-listment Committee” relevant to the procurement department which initiates the holiday listing process would the same as the vendor enlistment Committee as per DR&A of the concerned SBU/Entity.

2. Reasons for Holiday Listing:

An Agency may be placed in Holiday List for any one or more of the following circumstances:

2.1 If the Agency, in the context of its dealings with the Corporation: a. has indulged in malpractices ;

b. has submitted fake, false or forged documents / certificates

c. Has substituted materials in lieu of materials supplied by BPCL or has not returned or has unauthorized disposed of materials / documents / drawings / tools or plants or equipments supplied by BPCL.

d. Has deliberately violated and circumvented the provisions of labor laws/ regulations / rules, safety norms, environmental norms or other statutory requirements.

e. has deliberately indulged in construction and erection of defective works or supply of defective materials

Page 43 of 49

CRFQ 1000364304 E-Tender System ID-81017

f. Has not cleared previous dues to BPCL if applicable.

g. Has committed breach of contract or has abandoned the contract.

h. Poor performance of the Agency in one or several contracts;

i. Has not honored the fax of award / letter of award / Contract / Purchase order after the same is issued by BPCL.

j. Withdraws/ revises the bid upwards after becoming the L1 bidder.

k. Has parted with, leaked or provided confidential / proprietary information of BPCL to any third party without the prior consent of BPCL.

2.2 The following additional grounds can also be reasons for Holiday listing of an agency:

a. If a communication is received from the Administrative Ministry of the Corporation (i.e. MOP&NG) to ban Agency from dealing with the Corporation;

b. If the Agency Is or has become bankrupt , OR is being dissolved OR has resolved to be wound up OR if proceedings for winding up or dissolution has been instituted against the Agency;

c. Any other ground, including transgression of Integrity Pact, which, in the opinion of the Corporation, makes it undesirable to deal with the Agency; In the case of transgression of Integrity Pact, the same should be substantiated by the verdict of the Independent External Monitor.

3. Duration of Holiday Listing:

Sr. Reasons for holiday listing Period of No. holiday listing

1 Indulged in malpractices resulting in financial loss to 15 years the Corporation 2 Submitted fake, false or forged documents / certificates 3 years

3 has substituted materials in lieu of materials supplied 15 years by BPCL or has not returned or has unauthorisedly disposed off materials / documents / drawings / tools or plants or equipments supplied by BPCL 4 Has deliberately violated and circumvented the 3 years provisions of labour laws/ regulations / rules , safety norms, environmental norms or other statutory requirements 5 has deliberately indulged in construction and erection 3 years

Page 44 of 49

CRFQ 1000364304 E-Tender System ID-81017

of defective works or supply of defective materials

6 has not cleared BPCLs previous dues if applicable 1 year 7 has committed breach of contract or has abandoned the 3 years contracts

8 Poor performance of the Agency in one or several 1 year contracts

9 has not honoured the fax of award / letter of award / 1 year Contract / Purchase order after the same is issued by BPCL 10 Withdraws/ revises the bid upwards after becoming the 1 year L1 bidder

11 has parted with , leaked or provided confidential / 15 years proprietary information of BPCL to any third party without the prior consent of BPCL

12 If the Agency Is or has become bankrupt , OR is being 3 years dissolved OR has resolved to be wound up OR if proceedings for winding up or dissolution has been instituted against the Agency

13 Transgression of Integrity Pact , which, in the opinion 3 years of the Corporation, makes it undesirable to deal with the Agency;

3.1In cases where Holiday Listing is proposed based on advice from the Administrative Ministry, no show cause or formal decision by competent authority will be required. The Nodal Department will directly intimate the Agency that they have been placed in Holiday Listing by BPCL based on the Ministry’s advice

4. Provision for Appeal;

4.1 An agency aggrieved with the decision of the Competent Authority shall have the option of filing an appeal against the decision of the Competent Authority within a maximum of 15 days from the date of receipt of intimation of holiday listing.

4.2 Any appeal filed after expiry of the above period shall not be considered by the Appellate Authority;

4.3 On receipt of the Appeal from the Agency, the Appellate Authority, if it so desires, may call for comments from the Competent Authority;

4.4 After receipt of the comments from the Competent Authority, the Appellate Authority, if it so desires, may also give an opportunity for personal hearing, to the Appellant Agency;

Page 45 of 49

CRFQ 1000364304 E-Tender System ID-81017

4.5 After examining the facts of the case and documents available on record and considering the submissions of the Appellant Agency, the Appellate Authority may pass appropriate order by which the Appellate Authority may either : a) Uphold the decision of Competent authority with or without any variation /lesser period of Holiday Listing; OR b) Annul the order of the Competent Authority.

4.6 No Appeal is permitted in case an Agency is placed in Holiday List by BPCL, based on Ministry’s advice

5. Effect of Holiday Listing

5.1. No enquiry / bid / tender shall be entertained with an Agency as long as the ‘Agency’ name appears in the Holiday list.

5.2. If an ‘Agency’ is put on the Holiday list during tendering :

a) If an ‘Agency’ is put on Holiday List after issue of the enquiry / bid / tender but before opening of the un-priced bid, the un-priced bid of the ‘Agency’ shall not be opened and BG/EMD , if submitted by the ‘Agency’ shall be returned . If an ‘Agency’ is put on Holiday List after un-priced bid opening but before price bid opening, the price bid of the ‘Agency’ shall not be opened and BG/EMD submitted by the ‘Agency’ shall be returned .

b) If an ‘Agency’ is put on Holiday List after opening of price bid but before finalization of the tender, the offer of the ‘Agency’ shall be ignored and will not be further evaluated and the BG/EMD if any submitted by the ‘Agency’ shall be returned, The ‘Agency’ will not be considered for issue of order even if the ‘Agency’ is the lowest (L1). In such situation next lowest shall be considered as L1;

c) If contract with the ‘Agency’ concerned is in operation, (including cases were contract has already been awarded before decision of holiday listing) normally order for Holiday Listing from business dealings cannot affect the contract, because contract is a legal document and unless the same is terminated in terms of the contract, unilateral termination will amount to breach and will have civil consequences.

*********************

Page 46 of 49

CRFQ 1000364304 E-Tender System ID-81017

Page 47 of 49

CRFQ 1000364304 E-Tender System ID-81017

SECTION 12

FORMAT FOR CA CERTIFICATION

Page 48 of 49

CRFQ 1000364304 E-Tender System ID-81017

Date:______

CERTIFICATE CONFIRMING ELIGIBILTY FOR BENEFITS OF PUBLIC PROCUREMENT POLICY AS PER MSMED ACT 2006

Ref: Tender No………….. for…………………………………………………………… This is to confirm that we have verified the investment limits, turnover and other details of M/s ______and certify that they satisfy the eligibility criteria as per MSMED Act, 2006 and other notifications/circulars/amendments issued time to time in this regard. Accordingly, M/s ______is a Micro/Small enterprise (kindly tick in appropriate box) under the said Act and are eligible to claim the benefits of public procurement policy as per MSMED Act 2006 and Public Procurement Policy Order 2012 and their revisions for the tender mentioned above. Micro enterprise -

Small enterprise -

In case applicable: Based on our verification of share holding pattern and other details, it is certified that M/s ______meets the eligibility criteria under SC/ST provision of Public Procurement Policy Order 2012 and other notifications/circulars issued time to time in this regard and are hence eligible to claim benefits pertaining to SC/ST under the Public Procurement Policy Order 2012 and its revision. In case applicable: Based on our verification of share holding pattern and other details, it is certified that M/s ______meets the eligibility criteria under Women Entrepreneur provision of Public Procurement Policy Order 2012 and other notifications/circulars issued time to time in this regard and are hence eligible to claim benefits pertaining to Women Entrepreneur under the Public Procurement Policy Order 2012 and its revision.

Sign/ Seal of CA

Page 49 of 49