CENTRAL PROCUREMENT ORGANISATION (M) BHARAT CORPORATION LIMITED ‘A’ INSTALLATION, SEWREE-FORT ROAD SEWREE (EAST), -400015

OPEN TENDER

RENOVATION OF OFFICE AT 12TH FLOOR MAKER TOWER, CORPORATION LIMITED, MUMBAI

TENDER CRFQ NUMBER: 1000370791 E-TENDER SYSTEM NUMBER: 85028 DUE DATE: 07.07.2021 AT 15:00 HRS IST

PRE-BID MEETING: 25.06.2021 AT 11:00 HRS VIA MICROSOFT TEAMS

CPO: GR-II/20-21/12th FLOOR MAKER TOWER

FOR CLARIFICATIONS REGARDING THIS TENDER:

Query Contact Person Postal Address E-Mail ID Contact No. Related to BPCL Marketing Site M G SABARI JIT Office, mgsabarijit@bharatpetrol Related +91 8893797430 (Site Engineer) Priyadarshini eum.in information Building, Sion- Technical Trombay Road, Narendra Patil detail , Eastern Express patilns@bharatpetroleum (Project In- +91 9930306109

scope of Highway, Sion, .in charge) work, BOQ Mumbai 400022 Document [email protected] dowload, Sapkale Harshal +91 22 24176419 upload , E-Procurement Digital

Technologies [email protected] 079 68136861 Signature, Limited, Mumbai,Ahme Login & Ahmedabad, dabad, Kolkata, other 033 24293447

Delhi Kolkata, Delhi issues [email protected] related with E- procurmen t site 0120 2474951 Central Procurement Org. (M), Abdul Matin abdulmatin@bharatpetr Tender A-Installation, +91 9983784935 (Proc. Officer) oleum.in Document, Sewree-Fort PreBid Road, Sewree Meeting (East), Himanshu Shah Mumbai 400015 sahah@bharatpetroleum +91 22 24176041 (Proc. Leader) .in +91 9819911524

SUBJECT : TENDER FOR RENOVATION OF OFFICE AT 12TH FLOOR, MAKER TOWER

CRFQ No. : 1000370791

E-TENDER No. : 85028

1. ABOUT THE COMPANY: Bharat Petroleum Corporation Ltd. (BPCL) is a Fortune 500 Maharatna Oil Refining and Marketing company in . The company produces a diverse range of products, from petrochemicals and solvents to aircraft fuel and specialty lubricants and markets them through its wide network of Petrol Stations, Kerosene Dealers, LPG Distributors and Lube Shoppe’s.

The HRS Entity is engaged in the creation, maintenance and upkeep of Offices and Residential Complexes for Staff located across the country.

2. OBJECTIVE OF THE TENDER: Bharat Petroleum Corporation Limited (BPCL) intends to engage a party to carry out a design and build contract for Renovation of Office at 12th floor, Maker Tower at:

Bharat Petroleum Corporation Limited, Maker Tower, MAKER TOWERS, CUFFE PARADE, Mumbai – 400005.

The objective of this tender is to invite technical and commercial offers for the subject job. You are invited to submit your offer as E-bids in two-part bid format (Techno-commercial and Price Bid) for the above work on the terms and conditions contained in this tender document.

3. THIS TENDER DOCUMENT CONSISTS OF THE FOLLOWING ANNEXURES, WHICH ARE ENCLOSED: (A) TECHNO-COMMERCIAL BID: Annexure-I : General Instructions to Bidders for E-Tendering Annexure-II : Bid Qualification Criteria Annexure-III : Technical Evaluation Criteria Annexure-IV : Scope of Work Annexure-V : Special Conditions of Contract Annexure-VI : Integrity Pact Annexure-VII : General Conditions of Contract Annexure-VIII : Declarations by Bidders

(B) PRICE BID: A price bid shall have to be submitted online as provided in E-tender.

4. EARNEST MONEY DEPOSIT (EMD): EMD is not applicable for this tender. “Bid Security Declaration” shall be submitted by the bidders, accepting that if they withdraw or modify their bids during the period of validity, etc., they will be suspended for the time specified in the tender documents (in line with Holiday Listing Policy). MSE bidders will be exempted from the Bid Security Declaration provided they submit the Udyam Registration and CA certificate. Once order is awarded, the successful bidder will be required to deposit Security deposit amount equivalent to Rs. 5(Five)Lakh . Following 02 options are available with Successful bidder for submitting Security Deposit / deduction of Retention money.

Option A

Successful bidder can submit the Performance Security Deposit of 03% of basic contract value upfront within 15 days from the receipt of LOA. Retention money shall not be deducted from running bills in such cases.

Option B

Successful Bidder opting for deduction of retention money from running bills shall have to submit the security deposit of Rs. 5 Lakh within 15 days from the receipt of LOA.

Retention money shall be deducted from each running account bill at the rate of 03% of basic bill value till overall amount (security deposit of Rs. 5 Lakh + retention money deducted) of 03% of basic contract value is collected.

Upon request from vendor, security deposit amount will be returned, subject to availability of balance retention money of an amount equal to 03% of basic contract value, after the refund of security deposit to the vendor. At the end of the Contract period.

In above mentioned both options performance security deposit / security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and remain in force till the contractual completion period, defect liability period and with a claim period of six months thereafter. The Bank Guarantee shall be in the form prescribed in GCC.

EXEMPTION FROM SUBMISSION OF BID SECURITY DECLARATION: Micro and Small Enterprises are exempted from submission of bid security declaration.

Vendor has to upload the necessary documents as mentioned above to claim exemption from submission of bid security declaration.

All bidders quoting as Micro and Small Enterprise, shall have to upload scanned copy of MSE doc. i.e., valid “Udyam Registration Certificate” as provided in the Udyam Registration portal along with scanned copy of CA certificate as per the format attached with tender with stamp of TPIA mentioning as verified from original, failing which such bid will be treated as bid received without Bid Security Declaration and will be rejected. Successful bidder will have to submit hard copy of CA certificate before award of job. 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 and bidder needs to submit certificate strictly in the said format else bid shall be rejected. at EMD stage (for open tenders).

5. Pre-Bid Meeting for the tender will be held on 25.06.2021 commencing at 11:00 Hrs. IST through a Microsoft Teams meeting. Interested participants should inform their interest to participate in the Pre-bid meeting by sending mail to [email protected] before Pre-bid meeting date.

6. INTEGRITY PACT PROGRAM (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 this purchasing activity of the corporation.

Bidders shall have to essentially sign this pact, for participating in this tender, as per the pro-forma given in Annexure - VI. The salient features of this program are:

I. 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 Document duly signed along with the bid documents shall result in the bid not being considered for further evaluation.

II. 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 the bidder Liquidated damages amount by forfeiting the EMD/Bid security as per provisions of the Integrity Pact.

III. 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 the contractor, Liquidated Damages amount by forfeiting the Security Deposit/ Performance Bank Guarantee/ Supply and Performance Guarantee as per provisions of the Integrity Pact.

IV. Bidders may seek clarifications/details regarding this tender from the following Procuring officer whose name/ address/ contact numbers are as given below: V. Bidders may raise disputes/ complaints, if any, with the nominated Independent External Monitor whose name/ address/ contact numbers are as given below:

To be contacted for Complaints only Shri. Virendra Bahadur Shri. Ramabhadran Name of the IEM Shri. Anupam Kulshreshtha Singh Ramanujam and email ID [email protected] [email protected] [email protected] H.No. B-5/64, Vineet B-3/3, ‘Yarrows IEM’s Address 44/24, 3rd trust Cross Street, Khand, Apartments’, Gomati Nagar, Lucknow Plot C-58/5, Sector 62, Mandavelipakkam, – 226010 Noida, UP -201309 Chennai 600028.

IEM’s Mobile No. 8853760730 9968281160 9495511954

8. Online submission of the tender under the digital signature of the authorized signatory shall be considered as token of having read, understood and totally accepted all the terms and conditions.

9. The vendors who are currently on BPCL’s Holiday List or with other PSU Oil marketing companies i.e. HPCL and IOCL will not be considered.

10. BPCL reserves the right to accept any offer in whole or part or reject any or all offers without assigning any reason. BPCL is also not bound to accept the lowest Bid.

11. If BPCL is unable to evaluate any offer for want of information, such offer will not be considered.

12. BPCL reserves the right to change the quantity (increase/decrease) tendered.

13. BPCL’s decision on any matter regarding short listing of Vendors shall be final and any applicant shall not enter into any correspondence with BPCL unless asked for.

14. Forming Cartel and quoting rates in groups would disqualify the supplier.

15. Bids submitted after the due date and time as mentioned above, or not in the prescribed format is liable to be rejected. BPCL does not take any responsibility for any delay in submission of online bids due to connectivity problem or non-availability of site and/or other documents to be uploaded online. No claims on this account shall be entertained.

16. Based on the information and documents submitted, the parties who are found to be techno commercially eligible shall qualify for the next round of the tender viz. price bid.

17. For e-tender related queries please contact: In case of any clarification pertaining to E- Procurement Process, the vendor may contact M/s. E-procurement Technologies representatives on Contact Numbers and E-Mail Ids, as appended below.

Contact To E-Mail ID Contact Nos. Sapkale Harshal [email protected] +91 22 24176419 E-Procurement Technologies om 079 68136861 Limited, [email protected] 033 24293447 Ahmedabad, Kolkata, Delhi [email protected] 0120 2474951

18. For clarifications, if any, please feel free to contact the Procurement Officer on 022 24176199/9983784935 on any working day between 10:00 am to 4:00 pm.

Yours faithfully,

for BHARAT PETROLEUM CORPORATION LIMITED

Sd/- ______Himanshu Shah Procurement Leader-Group II ANNEXURE-I: GENERAL INSTRUCTIONS TO BIDDER 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 Limited, Ahmedabad, Kolkata & Delhi (Contact No.: 079 68136861, 033 24293447 & 0120 2474951) 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 tenders directly through internet: (a) Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest, if not done earlier.

(b) 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.

(c) 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 / revision may be done any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.

(d) Once the entire process of submission of online bid is complete, the bidder will get an auto generated email from the system stating you have successfully submitted your bid in the following tender with tender details.

(e) 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.

(f) 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 and nobody 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.

10. Singular and Plural: In these tender documents unless otherwise stated specifically, the singular shall include the plural and vice-versa wherever the context so requires. Words indicating persons shall include relevant incorporated companies/registered as associations/ body of individual/ firm or partnership.

11. Techno-commercial bid (consisting of all the attached tender documents, Techno-commercial Form and Declaration Form) and Price bid as well as the Integrity Pact duly signed, witnessed and uploaded shall form the part of the tender. Both the techno-commercial bid and the price bid will be online only.

12. Bidders are requested to accept the Integrity Pact (IP) document by signing it. This document is essential & binding. Bidder’s failure to accept the IP document shall result in the bid not being considered for further evaluation.

13. All the supporting documents should be legible and duly signed, stamped and attested by the authorized signatory, before uploading them online.

14. Techno-commercial bid and price bid shall be required to be digitally signed with a class IIB or above digital signature by the authorized signatory. The authorized signatory shall be: (a) Proprietor in case of proprietary concern. (b) Authorized partner in case of partnership firm. (c) Director, in case of a limited Company, duly authorized by its board of directors to sign.

If for any reason, the proprietor or the authorized partner or director as the case may be are unable to sign the document, the said document should be signed by the constituted attorney having full authority to sign the tender document and copy of such authority letter as also the power of attorney, duly signed in the presence of a Notary public should be submitted online with the bid.

15. Bidder to Obtain His Own Information: The bidder in fixing rate shall for all purposes whatsoever be deemed to have himself independently obtained all necessary information for the purpose of preparing his tender. The bidder shall be deemed to have examined the tender Documents, to have generally obtained his own information in all matters whatsoever that might affect the carrying out of the works at the scheduled rates and to have satisfied himself to the sufficiency to his tender. Any error description of quantity or omission there from shall not vitiate the contract or release the bidder from executing the work comprised in the contract according to the Specifications at the scheduled rates. He is deemed to have known the scope, nature and magnitude of the works and the requirements of materials and labour involved etc. and as to what all works he has to complete in accordance with the contract documents whatever be the defects, omissions or errors that may be found in the Contract Documents.

Any neglect or failure on the part of the bidder in obtaining necessary and reliable information upon the foregoing or any other matters affecting the contract shall not relieve him from any risk or liabilities or the entire responsibility from completion of the works at the scheduled rates and time in strict accordance with the contract documents.

No verbal agreement or inference from conversation with any officer or employee of the owner either before or after the execution of the contract agreement shall in any way affect or modify any of the terms or obligations herein contained. ANNEXURE-II: BID QUALIFICATION CRITERIA

Bidder/ Vendor should qualify (pass) each of the following Bid Qualification Criteria.

1. TECHNICAL CRITERIA:

i. The bidder should have successfully completed similar works in India during last 7 years ending last day of the month previous to the one in which applications / bids are invited as per the following:

Three similar completed works each costing not less than Rs. 415 Lakhs

OR

Two similar completed works each costing not less than Rs. 519 Lakhs

OR

One similar completed work costing not less than Rs. 831 Lakhs

Similar works shall be defined as turnkey interior/renovation works for offices including architectural services for the same.

DOCUMENTS REQUIRED:

i. Copy of Work Order/Contract Agreement/LOI and completion certificate (indicating PO/WO/LOI and completion value) from the client certifying that the bidder has satisfactorily completed the works as per clause (i) above.

2. FINANCIAL CRITERIA:

i. The average annual turnover of the bidder for the last three accounting years should be equal to or more than Rs. 311 Lakhs.

ii. The bidder should have positive net worth as per the latest audited financial statement. Bidder shall furnish Annual Report/ audited balance sheets including Profit and Loss Accounts along with the Bid to establish Bidder's conformance to Qualification Criteria.

DOCUMENTS REQUIRED:

Audited Balance Sheet and P&L Statements duly certified by Statutory Auditors for the last three accounting years.

i. Bidder shall furnish Annual Report/ audited balance sheets including Profit and Loss Accounts for previous three financial years along with the Bid to establish Bidder's conformance to financial criteria and prove existence since three years.

ii. In case a bidder (a Parent Company) is having wholly owned subsidiaries but only a single consolidated annual report is prepared and audited which includes the financial details of their wholly owned subsidiaries, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the bidder certifying that separate annual report of bidder (without the financial data of subsidiaries) is not prepared and audited.

iii. Further, in case a bidder is a subsidiary company and separate annual report of the bidder is not prepared & audited, but only a consolidated annual report of the Parent Company is available, consolidated audited annual report shall be considered for establishing the financial criteria subject to statutory auditor of the parent company certifying that separate annual report of bidder is not prepared and audited. 9

iv. In case the financial year closing date is within 6 months of original bid due date and Audited annual report of immediate preceding financial year is not available, Bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year.

v. In case the financial year closing date is within 6 – 9 months of original bid due date and Audited annual report of immediate preceding financial year is not available, Bidder has the option to submit the financial details of the three previous years immediately prior to the last financial year provided Bidder submits a letter from CA stating the reasons of non-preparation/furnishing of the latest year’s Audited Financial Statements.

vi. In case the financial year closing date is beyond 9 months of original bid due date, it is compulsory to submit the financial details of the immediate three preceding financial years.

Example, In case, audited annual report of immediate preceding financial year (year ending 31st March) is not available and where bid closing date is up to 31st December, the financial details of the three previous years immediately prior to the last financial year may be submitted. However, in case the bid closing date is after 31st December, it is compulsory to submit the financial details of the immediate three preceding financial years only.

3. DOCUMENT VERIFICATION:

The certificate confirming the criteria as per points (1) and (2) above and all the documents submitted thereof, from TPIAs which are accredited under “NABCB accredited bodies as per requirement of ISO/IEC 17020 as Type “A” in QCI’s NABCB website (nabcb.qci.org.in/accreditation/reg_bod_inspection_bodies.php) as on due date of bid submission”, at no extra cost to BPCL. The verification and certification should necessarily include comment "Verified from originals", with name and contact details (contact number and e-mail ID) of the certifying officer, TPIA name with the address of TPIA branch undertaking the certification.

4. DECLARATIONS BY THE BIDDER:

 Bidder is not under liquidation, court receivership or similar proceeding.

 Bidder is not serving any Holiday Listing orders issued by BPCL or MOPNG debarring them from carrying on business dealings with BPCL/MOPNG or serving a banning order by another Oil PSE.

 Bidder is in compliance of Restrictions for Countries which share land border with India {Restrictions under Rule 144(xi) of the General Financial Rules, 2017–Reference OM no. 6/18/2019 – PPD dtd. 23.07.2020 (read along with any subsequent clarifications/amendments thereof) issued by Ministry of Finance, Public Procurement Division (https://doe.gov.in/procurement- policy-divisions)}

 Bidder is in compliance with BPCL’s Social Media Policy for Business Partners, as included in the tender.

 Bidder is in compliance with policy for Purchase Preference (linked with local content) as attached in the tender.

 Bidder is in compliance with the Bid Security Declaration, accepting that if they withdraw or modify their bids during the period of validity, etc., they will be suspended for the time specified in the tender document (in line with Holiday Listing Policy).

Bidders need to submit the above declarations in the online portal. Bidders who do not satisfy the above conditions will not be considered for evaluation and ordering.

10

5. BIDS MAY BE SUBMITTED BY:

 An entity (domestic bidder), should have completed 3 financial years of existence as on original due date of tender since date of commencement of business and shall fulfil each BQC eligibility criteria as mentioned above. .

11

ANNEXURE-III: TECHNICAL EVALUATION CRITERIA

The evaluation methodology for the Technical Evaluation Criteria shall be as follows:

The Technical Evaluation Criteria, as part of the technical bid, shall be evaluated for 70 marks, for which the criteria as well as marks are mentioned in the table below:

The minimum qualifying marks in the Technical Evaluation Criteria is 50 marks. The price bids of only the qualifying parties shall be opened and evaluated further.

Sr. Max Marks Subhead No Marks obtained A Experience – Office Buildings 15 Executed design and build contract for renovation of office buildings under one contract, which are completed within last 7 years ending last day of the month previous to the month in which bids are invited, with a total built up area of: i. more than 24,000 sqft upto 48,000 sqft. 07 ii. more than 48,001 sqft upto 72,000 sqft. 10 iii. more than 72,000 sqft. 15 (The bidder needs to submit documentary proof like PO/Agreement, drawings with area calculation & completion certificate).

B Turn Over 10 i. Average annual turnover of last 3 years ending on 31.03.2020, more than Rs. 269 lakhs but less than Rs. 538 lakhs. 4 ii. Average annual turnover of last 3 years ending on 31.03.2020, more than 538 lakhs but less than 1346 lakhs. 7 iii. Average annual turnover of last 3 years ending on 31.03.2020, more than Rs. 1346 lakhs. 10 C Professional Manpower – Architects 5 (Bidder to submit a list of the employees on his payroll along with qualification. The employees should have been working for the bidder for at least 3 months ending on last day of the month previous to the one in which tender is invited) i. Having 1 to 4 employees holding Degree of Architecture on their own 2 payroll ii. Having more than 4 employees holding Degree of Architecture on 5 their own payroll D Professional Manpower - Engineers 5 (Bidder to submit a list of the employees on his payroll along with qualification. The employees should have been working for the bidder for atleast 3 months ending on last day of the month previous to the one in which tender is invited) i. Having 1 to 4 Civil/ Electrical engineers (with a B.E. or B.Tech. degree) 2 on their own payroll ii. Having more than 4 Civil/Electrical engineers (with a B.E. or B.Tech. 5 degree) on their own payroll E Design Presentation 35 Bidder shall make a design presentation for the subject job to the Evaluation Committee. The design presentation shall be evaluated on the following parameters by the committee who would assign marks against each of the criteria. 3D rendered design to be given as part of design presentation. The decision of the committee shall be final and binding on the bidder. a. Design: General design concept and theme 7

12

Sr. Max Marks Subhead No Marks obtained b. Functionality: Ability of the building(s) to meet the functional 7 requirements, optimum space utilization, ability to meet emergencies, reduce noise pollution and innovative solutions for various services

c. Aesthetics: Visual appeal of the proposed office and its ability to integrate with the surroundings 7

d. Energy Savings: Maximum use of natural daylight features such as

shading, insulation and use of efficient light fittings and max use of 7 renewable energy sources, intelligent features for energy

conservation

e. Project Management and Execution: Project Planning, Scheduling, 7 Tracking and Monitoring, Review tools, Logistics, Quality Assurance

Score on Technical bid : 70

Note:

a) The bidders will be shortlisted as per the minimum criteria mentioned in the Pre-Qualification Criteria.

b) Technical Bids of bidders qualifying all the pre-qualification criteria only shall be opened and evaluated as per the technical criteria and marks thereof given in the Technical Bid section. Wherever the bidder doesn’t meet the minimum criteria mentioned in the table under various heads, the marks would be considered as zero in that particular head.

c) The Technical bid shall be evaluated for 70 marks. As part of technical bid evaluation, bidder will also be required to give a design presentation for the subject job to the Evaluation Committee. The design presentation shall be evaluated on various parameters as mentioned in technical bid evaluation format by the Evaluation Committee of BPCL who would assign marks against each of the criteria.

d) The sum total of the marks obtained in the technical bid should be equal to or more than 50 in order for the bidder to qualify for price bid opening.

e) In the price bid section, the bidder will be required to quote the lump-sum amount for doing the job against each category of works as per the Price Bid format on the BPCL e-proc site. The bidder shall also upload the detailed BOQ in excel sheet, with rates for each item, Basic rates of materials involved in relevant item, relevant taxes, complete calculations along with the Price Bid.

13

ANNEXURE-IV: SCOPE OF WORK

SCOPE OF WORK

I. GENERAL:-

Building Detail: Maker Tower, Cuffe Parade, Mumbai-400005

II. BACKGROUND:- The proposed renovation for developing state-of-the-art infrastructure facilities are to be carried out in office space taken by BPCL at Maker Tower, Cuffe Parade, Mumbai-400005. The office would house the Head-Quarters of BPCL Business Units. i. Total number of floors : 1 (12th floor) ii. Carpet area of floor approx. 24000 sq.ft. at 12th floor iii. Occupancy details proposed for the renovated floors are as approximately as follows:

Open office Independent Cabins without Cabins with attached seating open cubicle secretary secretary Total 34 18 75 3

The occupancy details mentioned above is indicative.

i. Facilities Required: Open office areas, cabins, modular workstations, conference and meeting rooms, cafeteria/dining area, storage area, telephone exchange/ control room, dispensary, multi-purpose recreation room, etc. complete for the smooth functioning of office along with necessary furniture and fittings.

ii. The indicative layout for a floor with office cum dining area is attached as Annexure-A. The layout is only indicative showing the general seating arrangement of employees. Bidder shall submit his own layout as per design along with design concept keeping in mind the optimum utilization of the available space while serving the intended functionality.

III. SCOPE OF WORK:-

1. The scope of work covers all aspects of planning; finalizing the concepts, developing architectural (incl. 3D views) and working drawings and execution of the renovation work of the existing infrastructure facilities on 12th floor of Maker Tower including all associated Services. 2. Broad scope of work includes Conceptualization, Planning, Preparation of Detailed Architectural and Services Drawings, Coordination, Execution and Commissioning of following, to the utmost satisfaction of BPCL and as approved by BPCL -

 Demolition of walls, partitions, floors (upto bare slab level), false ceilings, doors, windows, sanitary/redundant fixtures, light fixtures, HVAC equipments (incl. ducting), existing services etc. complete as per site condition to render site free from all old settings to work on for complete renovation. The existing assets need to be taken back by the successful bidder as buyback on as-is-where-is basis. The existing Access Control system to be kept securely after removing and to be reinstalled as per renovated layout.

 Reconstruction of above as per the work requirement, to the satisfaction of BPCL. 14

 Repair of Structural member including dismantling/ chipping/ surface preparation using polymer modified chemical based treatment as per the method of application recommended by Manufacturer.

 Civil Works including removing and re-plastering the walls / Ceiling wherever necessary. Treatment of walls/ ceiling in service areas (like pantry, AHU rooms, etc.) to render them waterproof/efflorescence proof.

 Toilets - Plumbing, Sewage works, Sunken Waterproofing using Polymer modified cementations membrane, filling and finishing including wall tile in dado.

 Post Construction anti termite treatment.  New flooring (Granite, vitrified tiles, wooden flooring etc.), as per the requirement over appropriate base work as approved.  New dado work in tiles/ wall papers/ laminate/ back-painted glass/ mirror/ fabric/ acoustic panels/ decorative films/ texture paint etc.  New False ceiling, as per approved elevation and of required type, including trap doors, under-deck insulation etc. It is suggested that the false ceiling be restricted to the ratio of 70:30 (70% false ceiling), apart from service rooms, including cabins, for estimation purpose, without compromising on acoustics and aesthetics. However, the ratio may vary as per actual requirement.

 Door works, as per the specifications as approved.  Painting/ polishing/ finishing as per specifications as approved.  Providing partitions/cupboards/open or closed shelves in plywood, veneer & laminate etc. as approved.  Providing framed glass partitions, doors etc. as approved.  Toilet works including flooring, dado, ceiling, sanitary and CP fixtures etc., of approved make and model complete with waterproofing treatment as approved.  Water supply, drainage, sewerage etc. as approved for the whole area under renovation.  Tables & chairs (customized or ready-made, as per the requirement) including workstations, storage units, compactors, sofas, dining tables, dining chairs, high back chairs, mid back chairs, etc. as approved.  HVAC and Electrical system including mechanical ventilation, low side ducting, electrical works, power distribution, suitable illumination, public address system, and other associated services works as approved.

 CCTV system, PA system, Water Leak Detection system for Control/Panel rooms and Fire Detection system as approved.

 The existing Access Control system to be kept securely after removing and to be reinstalled as per renovated layout.  Internal signage of approved type, art-works, artefacts.  Furnishing work, blinds of approved types, curtains etc. 3. The Scope of Work (SOW) described above is indicative. The items or part of work which are not clearly defined in this document but are required to be carried out for successful completion and commission of the proposed structure shall be deemed to have been included in the scope of work and the bidder shall have to carry out such jobs as per the best industrial practice with due approval from BPCL at no extra cost. 4. As the new infrastructure is to be developed in an existing building, the planning and execution should include developing of a proper plan including integration of existing with proposed 15

Services viz. Drains, Water Supply, Sewerage, Lighting, Power distribution, etc. complete without disturbing the essential services to the rest of the building. Please note that the works would be required to be executed after office hours on weekdays and on weekends as per the norms of the building owners. 5. BPCL shall provide power and water supply free of cost, required for the works at one point in the proximity of the site. Contractor shall make his own arrangements from that point as required for the works. The Contractor at his own cost shall lay all pipes, electrical lines and remove the same after completion. The delays committed in this regard shall solely rest with the Contractor. 6. Obtaining the approval for Drawings finally from BPCL before execution. 7. Project Management and quality control by deploying Competent Technical Personnel. 8. Materials used shall be as per the approved makes. No materials shall be used without the prior approval of Engineer- In-Charge. 9. Sufficient number of samples/ display boards shall be submitted to facilitate approval of finishing and other items.

IV. INDICATIVE DESIGN BRIEF The following is the brief to be used as a guideline by the Bidder to design the proposed office. The design brief is only indicative, and the bidders are free to use their creativity, knowledge and concepts etc. wherever considered necessary.

Sr No. Area Provisions Remarks

1 Design 1. Infrastructure is to be designed in such a Philosophy way that it is safe and sustainable. 2. Modern and fresh design and use of colours. 3. Collaborative office with breakout spaces/ open office.

2. Office Facility Description.

16 a Interior Space Well-designed corridors with maximum Details of furniture Maximization naturally lit office space. in office area specified in Annexure-B 1. Cabin with secretary – approx. 03 Nos For tender purpose 2. Cabin w/o secretary – approx. 75 Nos please consider 3. Cubicles with visitors- approx. 18 Nos following: Cabin w/o secy. – 4. Open office seating with visitor- approx. Min. 120 sq.ft. 34 Nos. Cabin with secy. - 5. Conference rooms – one with 30 seater Min. 190 sq.ft. and one with 9/11seater capacity. cabin + 120 sq.ft. secy. 6. Meeting rooms – open/closed room Cubicles – Min. 80 4/3 pax (Note: Suggest to provide sqft. Convertible meeting rooms, w.r.t. Open office capacity, for better space utilization) seating – Min. 40 7. Multi-purpose facility for Auditorium, sq.ft. Conference Dining purpose on 12th floor – for approx. rooms/Meeting 60 nos. rooms - Min. 800 sq.ft. for 30 pax, Store/compactor/record rooms: 2 nos. 8. Min. 250 sq.ft. for 9. Areas for ancillary utilities like telephone 9/11 pax and 100 exchange/server/control room/ sq.ft. for 3/4 pax. reprography at floor/ each wing. Multi-purpose 10. Pantry in each wing. Kitchen/ Dish Wash facility for areas. Auditorium, Dining 11. Gents/ Ladies Toilets as per the current purpose – Min. 850 building plan. Separate areas, incl. sq.ft. changing rooms, for contract service staff. Other facilities to be in line with 12. BPCL Logo artwork for Reception and existing conference rooms using SS metal Finish infrastructure. With Matt PU Coating as per color approval. Letters to be in SS metal Gloss Min size of logo to finish, Laser Cut, & Base SS metal Matt Finish be considered for Box & Below Text (Energizing Lives) to be in quoting – 750mm Solid Letters. (H) x 600mm (W) 13. Evacuation Plan Board - Plexiglass with and required size laser cutting as front and back with same of text below the PU Coating colour as approved Shade. logo as per The Evacuation Plan will be installed after satisfaction of EIC. printing on Auto glow Vinyl as per Safety Other signage and Standard. board to be considered of 14. MAIN ENTRY SIGNAGE ‐ ADDRESS BOARD - minimum size 530 SS Grade 304 Plate With PU Coating as per (H) * 680 (W) mm Colour approval matt finish + Etching as for quoting per approval design purpose. For Logo, Evacuation Plan Board and Entry Signage, the BOQ should have per sq. 17

mtr. rate

18 b Flooring Combination of the following types/varieties of flooring: -  Vitrified Tiles of approved premium quality / type in the Reception, Lift, open office area, passage, cabins without attached secretary, all other areas unless specified otherwise.  Laminated/Engineered wooden flooring of approved quality & finish in open discussion area, conference rooms, cabins with attached secretary.  Vitrified Tiles with skirting to be of approved make & minimum size 800x800mm.  False flooring of approved brand for Hub/Server rooms.  Artificial Grass/ carpet/ any other type of decorative flooring approved make & quality as per design concept.  Marble flooring / Dado to be restricted only to prominent areas, like lift lobbies/entrance. Basic rate of tile to be considered as Rs. 1000/- per sq.mt. Basic rate of wooden flooring to be considered as Rs. 4000/- per sq.mt. c Water  Leak proof plumbing. Conservation  Low volume Flushing and flowing fixtures from approved reputed brands. d WC & Urinals  Approved low water consumption fixtures Min. 3 nos. WCs for with good aesthetics from reputed each washroom and brands. EWCs with concealed cistern and min. 3 nos. urinals for Sensor based urinals. Gents washroom to be considered for quoting. The washroom numbers would be provided as per existing infrastructure.

19 e False Ceiling Wherever false ceiling is required, following type of false ceiling to be used:  Combination of Calcium Silicate board/ Mineral soft fiber beveled regular edge tiles/Aluminum powder coated/ wooden false ceiling of approved brands and sizes.  Woodwork grill with backer of required size and approved brand.  Grid ceiling in Hub/ service areas as per approved make and material.

 Acoustical baffle ceilings in open workstation area & combination of customized cloud ceiling panels (approx. 30 mm thick flat fibre glass panels) of required size as per design and approved brand.

 Readymade trap doors of required sizes and approved make to be provisioned wherever required.

20 f Wall Lining/  Combination of Aluminum frames with Partitions Gypsum board/ Habito board (approx. 12.5mm thick) double skinning along with Rockwool insulation finished with emulsion paint/ texture paint/ Marine Ply/ laminate/ Veneer finish/ wall paper/ back-painted toughened glass/ fire- resistant fabric, etc. as per design.  Veneer/Laminate/Fabric finish along with Acoustical Wall paneling of approved make in conference rooms, meeting rooms etc.  Demountable toughened glass partition with performance level of sound reduction coefficient (Rw) of not less than 37 dB.  Cabins front side partition to be of modular glass partition.  Approx. 100mm thick Sliding Folding partitions of Dorma, Ingersol or other approved brands.  Soft Board and White board of approved make & quality in all workstations including cabins.

 Acoustical Wall paneling of approved make in cabins, open office, conference rooms etc. in combination with fabric/ other finishing.  Gypsum board/ Hilux board paneling of approved make, quality & texture.  Modular half height partitions for work stations and cubicles of approved make & quality  AAC block work wherever required.

21 g Finishing &  Anti-skid Vitrified tiles of approved make & Furnishing size min. 800*800 mm on flooring and walls of Toilets & Hand Wash Areas. Dado tiles on walls shall be upto ceiling height. Basic rate of tiles Rs. 1000/- per sq.mt.  Plastic emulsion paint with POP on walls and ceiling.  Textured painting on walls  Melamine polishing on wooden surfaces.  Premium Wall Covering (Wall Fabric/ Wall Paper of approved make & quality).  UV Colored Film and lettering on Glass of approved quality & artwork.  Frosted/decorative Film on Glass of approved quality & artwork.

 Translucent Roller Blinds of approved make & mechanism (suggest manual).  Black out Roller blinds of approved make & mechanism (suggest manual).

 Printed films of approved quality & artwork.  Dust Bins, Sensor based soap dispensers, Tissue paper dispensers, Tissue paper holders for WC areas, etc.

22 h Acoustics  Best Quality acoustics inside Conference The acoustic design rooms, open office/cabins and HVAC to be as per IS code rooms. 2526  The required dB reduction needs to be achieved as per requirement. i Water  To be primarily done in Toilets, Pantry & Proofing wherever necessary (Using brick bats and Treatment waterproofing admixture of approved brand in mortar, etc. complete as per requirement) j Door/ Windows  35 mm thick Panel Bonded Flush Door Finish As per design with laminate/veneer on both sides for main cabin in cabins with secretary, with all fittings fixtures.  12 mm thick Toughened Glass single leaf Door for all the cabins with all fittings fixtures.  Main doors - double leaf with 12 mm thick toughened clear glass with all fittings fixtures.  12 mm toughened Glass with decorative film / 35mm flush door with/without vision panel as per design for conference/ meeting rooms & Toilets with all fittings fixtures.  Doors/Storages/ Cabinets/ Counters to be provided with required size/type of handles, locks, hinges, patch fittings, door closers/floor spring, etc. complete of approved brand (material to be of SS and sizes to be at par with current standards of BPCL with approval from EIC. Locks to be at comfortable height with approval from EIC.)  Master key to be provided for each cabin furniture (storages, drawers, etc.) for ease of user.  Existing windows to be upgraded with suitable aluminium based windows as per site conditions and with suitable water seepage proofing. Also provision to be kept for sun-control film.  Appropriate fire resistant doors, of required rating (suggest to have 2 hrs. rating) to be provisioned for Electrical and HVAC rooms. k Toilets/ Plumbing/  Sanitary Ware (Sensor based urinals, EWC kitchen plumbing with Concealed flushing system, health faucet), Under-counter Wash Basin with sensor-based Pillar Cock etc. approved make/quality/ model).  Water, sewer & drainage lines with CPVC/PVC Pipes of min pressure rating 2 6kg/cm of varying diameters.  Readymade toilet cubicles of approved

quality including all accessories and

hardware with door.

 Glazed aluminum ventilator (Colored /dyed Gl. Alum. Coating in anodized) in toilets. Micron – As per IS 1868 23

 Granite/Corian Counter in Hand Wash areas & Kitchen/Dining areas.  Wash Basin for Dispensary/Doctor area.  Stainless Steel Sink of approved make to be provided for kitchen/dish wash areas along with pillar tap, waste coupling and necessary other fittings.  Hot and cold water plumbing and fixture arrangement for kitchen and dish wash areas  Artificial grass flooring j Miscellaneous  Picture Frame/ Artworks / Murals/ Works Artefacts/ Wall clocks  SS Perforated Dustbins  Plants (Natural/ Artificial) with Planters  Best quality superior Indian Teak Wood frame for doors, windows & ventilators.

 Glazed aluminum doors, windows & As per ventilator etc. (Colored /dyed anodized) approved in toilets. design  PCC works for levelling the floor.  Backlit Signage of Size as per site condition with 2MM powder coated folded aluminium panel with acrylic pasted on the frame with stencil cut vinyl graphics, water proof LED with necessary power supply.  Separate items for providing finishing, like laminate, veneer, fabric, decorative mdf designs, corian type finishes, etc. on existing partitions/walls.  Separate items to be kept for plywood for making any customized carpentry works.

24

3 HVAC  The bidder has to provide High Side Indoor Conditions Equipment (incl. AHUs) along with low side design shall ducting from Air Handling Units including be as insulation. Diffusers, Collar dampers, following : VCDs, Acoustics, Grills, etc. to be provided so as to render complete end- Temp: 23+/-1 to-end system as required. Pre-fabricated degree Celsius. ducts should be preferred with required Humidity: Not thermal insulation. more than 60%  The bidder has to provide state of art Energy Efficient VRF HVAC system Or ASHRAE 55 inclusive of the indoor (with cordless for Indoor design remote control for cabin/conference conditions. rooms) and outdoor units, Communication cabling, power cabling Drain piping and refrigerant piping, etc. required for complete commissioning. The system can be combination of ductable units and AHU based system  Proper ventilation should be considered for design as per standards.  VAV Boxes to be considered for enclosed space like cabins/ meeting rooms etc., with required wireless remote control of temperature.  Toilet areas to be provided with required fresh air circulation system.  The complete system to be compatible with BMS.

25

4 a) Electrical State of the art electrical system should be Areas will be provided consisting of the following sub designed to run on systems: available power systems.  Floor Panels Power Supply shall  Point wiring be met from the existing electrical  Distribution panels and boards facility in the  LT cabling and terminations. LT Cabling campus and wiring to be equipped with latest Cabling/Electrical technology. Wiring to comply  Earthing with IS 732. Type of Cables (Core and  Underfloor raceways, pvc conduits & sq.mm. type) and Cable Trays size of pvc conduits to be mentioned UPS power backup (For network servers,  clearly in the Public Address System, Fire Detection detailed BOQ. System/ other security systems, FRLS/XLPE cables to emergency lighting, sensor based be considered with sanitary fittings) for at least 3 hours at 100% minimum 25mm load. The batteries have to be dia. pvc conduit. maintenance free. The UPS system should Raceways to be of be efficient and occupy minimum space. GI pregalvanised  Required switch and sockets of approved type of max. 2mm make and design at workstations and thickness. cabins (preferably 5 socket+2 switches in Galvanised Wire workstations – Raw + UPS powered and mesh cable trays to cabins with additional points also for other be used. facilities like printers, lights, etc. Earthing type & min  Cabling for data networking and voice nos. – as per for all areas including RJ45 and RJ11 jacks relevant IS code – (2 nos. for each area per category) IS 3043

 Provision of requisite switches on each floor for Data networking.  Industrial socket and requisite power supply arrangement for kitchen, pantry and dish wash areas.

 Telephone exchange and wi-fi access point related works are not included in the bidder’s scope. However, the successful bidder has to intimate the EIC atleast 7 days in advance whenever the site is ready for Telephone exchange works.

26

b) Illumination  Intelligent design to ensure maximized use Energy efficient of ambient light. lights and fixtures of approved brand  Powered lighting will be energy efficient. and model would Motion sensors will monitor space usage be used. and switch on/off powered lights in conjunction with ambient light. Lights should be switched on  Indoor energy efficient LED fixtures immediately when a person enters Sufficient illumination shall be ensured in  and switch off after all areas as per standards. he leaves the  Decorative lighting fixtures to be used in place. certain areas as per design. Possibility of  Emergency Lighting system to be “Low-power” provided to take care of power outage. lighting can be  Lights can be of types – strip lights, panel explored. lights, light battens, spot lights, down Lighting design lighters, focus lights, etc. These can be hanging or ceiling mounted as per should conform to design. IS 3646 c) Safety and  Public address system with provision of All Safety System to Security microphone and playback. Speakers to be compatible with be provided in office/dining/recreation existing building area including cabins so that entire office systems. area is covered.

Each Cabin shall be provided with a speaker with adjustable volume.

 Addressable Fire detection and alarm system with smoke detectors and other fixtures of approved make and quality. The system to be integrated with existing Access Control system.  Fire Extinguishers as per the requirement  CCTV system of approved make and quality. CCTV shall cover reception/ lift lobby area/ main & emergency stair cases. (The entry and exit points of each floor). Server equipment to be considered for having 30 days backup and camera capacity of up to 20 numbers for future requirements. 5 Conference  Conference room table room equipment/  Chairs Reception/  Glass writing board fixed on the studs or kitchen and pasted. pantry  Reception desk in reception area  Reception area shall have Signage with TV arrangement.  6 container hot bain marie - 1/1 G.N. 27

(Gastronorm) alongwith 6 nos. 1/1 x 150mm deep G.N. Pans with flush lids and 1 no. under shelf – 16 SWG 304 grade SS  4 container cold bain marie - 1/2 G.N. (Gastronorm) alongwith 4 nos. 1/2 x 150mm deep G.N. Pans with flush lids and 1 no. under shelf – 16 SWG 304 grade SS  2 container hot bain marie - 1/1 G.N. (Gastronorm) alongwith 2 nos. 1/1 x 150mm deep G.N. Pans with flush lids and 1 no. under shelf – 16 SWG 304 grade SS  Active Hood Type Dishwasher with required soap dispensing motor and all required washing trays(Electrolux Zanussi model no. 505087 or approved equivalent make of IFB, Bosch, , LG)  Pizza Oven – interior of 20 SWG and exterior of 18 SWG 304 grade SS – with required electrical controls, door with glass view window, etc. – approx. 700 mm (L) x 350 mm (B) x 350 mm (H)  Salamander – interior of 20 SWG and exterior of 18 SWG 304 grade SS – with required electrical controls, etc. – approx. 700 mm (L) x 350 mm (B) x 350 mm (H)  Sandwich Griller of Single compartment type - 18 SWG 304 grade SS - with required electrical controls, etc. – approx. 300 mm x 400 mm x 300 mm  3 phase Electric operated Dosa bhatti - 10mm thick polished MS plate with heater below - 18 SWG 304 grade SS – approx. 900 mm x 600 mm x 800 mm + 150mm  4 door vertical refrigerator - interior of 20 SWG and exterior of 18 SWG 304 grade SS – with shelves, approx. 1200 mm (L) x 650 mm (B) x 2100 mm (H), to have a minimum of 850 Ltr. capacity.  2 door vertical deep freezer - interior of 20 SWG and exterior of 18 SWG 304 grade SS – with shelves, approx. 750 mm (L) x 650 mm (B) x 2100 mm (H), to have a minimum of 470 Ltr. Capacity.  2 nos. Electric Double basket Deep-Fat Fryer - two removable frying sinks/chambers – with all controls – approx. 600 mm (L) x 600 mm (B) x 850 mm (H) + 100mm  Single Plate Warmer made of SS 304 28

grade steel as per required guage.  Double Door Refrigerator for pantry – min. 260 ltrs. Gross capacity. - LG, Samsung, Whirlpool, or approved equivalent  Microwave Oven – 2 nos. - Min. 30 ltrs. Capacity - LG, Samsung, Whirlpool, IFB or approved equivalent.  Water Dispenser - STORAGE CAPACITY approx. 11 litre (ambient), 1.6 litre (hot), 4 litre (cold) - Eurekaforbes Aquaguard or approved equivalent

29

6 AV Reception (2 Nos) Solutions  Min. 65" 4K Professional Display with Wall mount  Digital Signage Media player with software  DTH provision (Set-top box will be provided by BPCL)  Cables and Connectors 3/4 PAX Meeting Rooms  Min. 55" 4K Professional Display with Wall mount  Cable cubby with min. 1x power, 1xVGA & 1xHDMI pass thru, 1xLAN  All-in-one USB video bar/ conference cam with an ultra-wide lens (Built- in Mics and Speaker) – Poly Studio/ Cisco Room kit Mini/ Approved Equivalent  Auto switcher (with VGA and HDMI)  Cables and Connectors 9/11 PAX Conference Room  Min. 70" 4K Professional Display with Wall mount  2 nos Cable cubbies, 2xpower, 1xHDMI, 1xRJ45 to RJ45 pass thru, 1 x RJ11/VOIP pass thru, 1xUSB pass thru,  All-in-one USB video bar/ conference cam with an ultra-wide lens (Built- in Mics and Speaker) – Poly Studio/ Cisco Room kit Mini/ Approved Equivalent  Wireless presentation device – like Barco CS100 or approved equivalent  Presentation switcher (both VGA and HDM inputs)  Adequate Twisted pair Transmitters/Receivers Set  Cables and Connectors 30 PAX Board Room (1 Nos)

 Min. 86" 4K Professional Display with Wall mount with anti-glare and anti-reflection screen  VC (full HD, Point-to-point, built-in USB pass through, Optical zoom camera, Remote). Dedicated PC for soft VC to be provided by BPCL  Wireless presentation device – like Barco CS100 or approved equivalent  Table embedded Mic (sleek), 1 x Handheld Mic and 1 x Lapel mic  Ceiling speaker  Switcher  Amplifier  Control system + Apple iPAD and Launchport Docking Station  Lighting controller (Dali based) + button panel  Network Switch  Adequate size Rack  Cables and Connectors Multipurpose Hall / Cafeteria (1 nos)

30

 Projector (6000 Lumes, Laser technology, WUXGA resolution) with mounting bracket  109" Motorized Projection screen (Matt finish)  Distribution Amplifier  1 x Wireless Handheld Microphone Set  1 x Wireless Lapel Microphone Set  Audio DSP  FOH speakers  Ceiling speakers  Amplifier  Control system + Apple iPAD and Launchport Docking Station  Wireless Access Point  Adequate size Network Switch  Adequate size AV rack  Cables and Connectors Recreational Room (1 nos)  1 x Amplifier and 4 x Ceiling / Wall Speakers Room schedulers  7” or larger, room scheduling panel with touch screen (POE based) for meeting/ conference rooms with all required infrastructure and software for its successful commissioning on BPCL Outlook / Office 365 / Lotus applications

31

7 Furniture  Reception table (preferably customized Details of carpentry solution with provision for furniture to be desktop, power, LAN, Telephone, etc. provided in office related cabling and switch/sockets) area is specified as Annexure-B.  Buffet table with storage (Bain Marie table Suitable storage with all required electrical points space (both concealed) individual and  Centre tables shared) should be provided.  Side tables  Modular Work stations (Open Seating – Tile based, attached work surface top, side panels, side storage unit, drawer pedestals, provision for running cables and installing switches/sockets as per the requirement)  Independent open Cubicle (Tile based, with separate work table, side panels, side and rear storage units, drawer pedestals, provision for running cables and installing switches/sockets as per the requirement)  Cabin tables (preferably modular)  Conference room table (preferably modular solution with provision for power, LAN, Telephone, etc. related cabling and switch/sockets)  Board Room table (preferably custom carpentry made solution with provision for power, LAN, Telephone, etc. related cabling and switch/sockets)  Meeting room table (preferably modular solution with provision for power, LAN, Telephone, etc. related cabling and switch/sockets)  Hinged Door Storage units of suitable size  Sliding Door Storage units of suitable size  Storage Compactors  Low height printer/reprography room storage cum desk furniture  Medium back chairs for Visitors  High back Chairs  Dining chairs  Dining tables  Single seater/ two seater/ three 32

seater sofas with required upholstery  Showcase Counter/ Rack  Nurse station, Examination Table for patient, etc. required furniture for Doctor Room.

8 Dining Area/  Dining/Multipurpose area to be of Details of Multipurpose approx. capacity of 60 nos. furniture to be Area Movable/stackable for using the same provided in office multi-purpose room / auditorium area is specified as Annexure-B  Dining tables (stackable/foldable and easily movable)  Dining chairs (suitable for auditorium purpose also)  Granite/Corian counters including Bain Marie counters/ buffet counters

9 Shifting of BPCL  Internal shifting of BPCL staff, within the staff premises, required for carrying out the works in phases in a way agreeable with the user, would be under vendor’s scope.  The scope would include shifting of chairs, any work table, sofas, desktops, printers, Multi-functional devices of any type, Confidential files in trunk (minimum size 3 ft x 2ft x 1.5 ft), Personal Belongings / Files / Documents (Carton minimum size : 18" x 12" x 16")  The persons engaged by the successful bidder for this job would be professional in carrying out and understanding the job with proper uniform, gloves, masks, etc. as required from hygienic point of view.

33

V. CONCEPT OF THE PROJECT:-

 The proposed office should be an engaging, collaborative workspace and be designed for employee wellbeing (should be also friendly to the differently abled people). It should also be Environment Friendly and Energy Efficient.

 The proposed space should be “Intelligent” in the context of managing HVAC, Lighting, Water management etc.

VI. ARCHITECTURAL PROGRAM:- REQUIRED FEATURES: 1. Minimal disturbance to site conditions. 2. Use of environment friendly building materials. 3. Use of non-toxic and recycled/recyclable materials 4. Use of energy efficient and eco-friendly equipment. 5. Indoor air quality for human safety and comfort. 6. Use of fire retardant materials.

The Bidder should get acquainted with the Building Byelaws/ Town planning and the Rules and regulations of Govt. of / Central Govt./ Local Municipal Bodies before Execution. Before preparing the master layout and conceptual drawings, it is imperative on the part of the Bidder to visit the site so as to get the correct idea of the site.

BPCL would like the Bidder to bring forth his best concept bearing in mind the following:-

Infrastructure should be planned on the functional requirement consistent with economy. It is left to the professional expertise of the Bidder to bring forth his best concept and to draw the best lay out plan. The lay out should be fully functional, aesthetically pleasing and economically viable and utilizing the space to the best advantage.

VII. MATERIALS & FINISHES (Durability, Maintenance & Suitability):- The choice of materials for internal finishes and services is to be principally governed by:

 Ease of Maintenance.  Longevity and resistance to weathering.  Ability to sustain wear & tear to reasonable limits.  Ease of availability for replacement in future, if required.  Cost effectiveness.  Attractive visual appeal.  Appropriateness to the location & use.  Use of wood should be avoided/ minimal.

34

VIII. FACILITIES TO BE DEVELOPED:- For each floor complete with furniture and systems/services:

 Open Office Seating  Independent cubicle seating  Cabin Seating  Cabin seating with attached Secretary  Conference Room:  Meeting Room: With minimum capacity of 3 people and having provision for convertibility to bigger size by way of combining two meeting rooms  Gents and Ladies’ washrooms, including separate facilities for contract staff as per standards  Pantry with sink  Storage area/ Compactor rooms  Breakout spaces/ Visitor Lounge area (preferably towards sea view)  Lobby/Reception area  Lay out with plenty of natural light in the proposal.

Common facilities:

 Dining area for approx. 60 people  Telephone exchange/server/control room  Reception/ Waiting Lounge/ Seating area with furniture to be provided on each floor.  Kitchen with Electrical equipments  Recreation area

IX. SPECIFICATIONS:- The bidder has to design and present the concept keeping in view the Corporate image of BPCL. Specifications have to be functional and matching with the designated areas. Bidders have the freedom to adopt their own specifications to suit the concept subject to approval. The specifications of each item to be complete so as to achieve desired functional result, to be in line with CPWD standards or better. Any discrepancy on this account would not be acceptable and successful bidder have to complete the works at no extra cost. Bidders are advised to get clarification regarding BOQ submission from contact person or during Pre-Bid meeting. Rate Analysis of tender rate may be required to be given as per requirement of EIC and the successful bidder would have to furnish the same whenever asked for. Upward Variation due to difference in working drawings w.r.t. tender submitted BOQ will not be accepted. Artworks and Artefacts to be paid on production of bills to be considered while quoting in Interior item. Basic value of approx. amount of Rs. 10 Lakhs + Overheads towards coordination, handling, margin, etc. to be considered. If not quoted, it would be deemed inclusive in your quote with Overheads of 15%. All basic rates mentioned in the item specifications for materials, in this document and in the submitted BOQ as part of bid submission, to be considered as landed price as per the purchase invoice excluding GST. The vendor may be asked to furnish the invoices in originals as may be required by BPCL EIC. The basic rates and make of material needs to be mentioned in the specifications, as per above definition, for materials in items pertaining to:  All types of Flooring/ Dado / stone cladding on furniture (Tiles / Kota stone / Marble/ Wooden / Granite, etc.)  Sanitary/ washroom Fixtures (like taps, EWCs including all accessories, urinals including all 35

accessories, faucets, wash basin, robe hook, Toilet paper holder, Tissue dispenser, soap dispenser, Heaters or Geysers, etc.)  Veneer/Laminate / fabric / wallpaper/ Films / Acoustical Panels / ceiling other than Calcium Silicate / any other finishing material/ wall paneling  All types of Light Fixtures incl. decorative/ customized.  Wood used in frames  Hardware fittings for doors/ cabinets/ storage units, etc. (like Hinges, handles, lock, stoppers, floor springs etc.)  Texture paint / any other specialized paint

X. LIST OF APPROVED MAKES:-

Standard Makes from Quality / Reputed Manufacturers to be considered. Refer Annexure-C.

XI. LIST OF ADDITIONAL REQUIREMENTS:- a) Column free interiors for optimized occupancy. b) The interiors to be flexible for any future conversion. c) Comply with all relevant requirements for minimizing dust and noise. d) Comply with all electrical, fire and other relevant safety requirements e) Signage for Toilets, Entry, Exit, Push & Pull, Directional and All Statutory Signage shall be provided. f) Digital Signage for reception area.

XII. DISMANTLED MATERIALS The dismantled material (serviceable/ unserviceable) retrieved from the site during execution of renovation works in existing area will be the property of the contractor, unless specified by the EIC. The contractor to quote buy back price for the same as per the attached salvage item price bid

XIII. SAFETY / SITE CONDITIONS- HEALTH & SAFETY STANDARDS TO BE ADHERED TO:-

As part of its proposal, the bidder must take full responsibility for the adequacy, stability and safety of all site operations and ensure that the methods of carrying out the work and the projectby the bidder including his workers, employees, sub-contractors and vendors meet all the necessary safety standards and requirements of the HSSE standards of BPCL.

36

ANNEXURE-B

LIST OF FURNITURE TO BE PROVIDED IN CABINS/ OPEN OFFICE

Open Office Workstation of min. size 5'0" x 2’0” with vertical sliding door side Seating storage unit of approx. size 3’0" x 1’6” x 2’6”, Two drawer Pedestal 1 no with Cushion top for usage as visitor chair whenever required.

Soft board & white board on side panels

Chair- Godrej PCH 7002D (1no.), visitor chair PCH 7004D (1no.) or approved equivalent.

Modular partition with framework and tile design separating each workstation with concealed wire manager. Provision for min. 5 nos. power points, 2 nos. LAN and 2 nos. voice points. Cubicles in open Table of min. size 5'6” x 2’6” with vertical sliding door side storage unit office of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no. with Cushion top for usage as visitor chair whenever required.

Hinged door storage unit of minimum size 3’ x 1’6” x 2’6”. Minimum 1 no. Additional unit may be provided as per space availability.

Soft board & White Board.

Chair- Godrej PCH 7002D (1no.), visitor chair PCH 7004D(2nos.) or approved equivalent

Modular partition with framework and tile design for separating cubicles as per design with concealed wire manager. Provision for min. 5 nos. power points, 2 nos. LAN and 2 nos. voice points.

37

Table 6'0" x 3’0” with vertical sliding door side storage unit of approx. Cabin Without size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no. Secretary

Soft board & White Board.

Full length hinged door storage unit on rear side as per space availability (min. 1’6” deep)

Chair- Godrej PCH 7001D (1no.), visitor chair PCH 7004D(3nos.) or approved equivalent.

Two seater sofa – 1 no. Provision for min. 5 nos. power points, 2 nos. LAN and 2 nos. voice points at table and required power points near rear storage units for services like printer, kettle warmer, etc. Cabin With Table 7'0" x 3’0” with side storage unit of approx. size 3’0" x 1’6” x Secretary 2’6”, Three drawer Pedestal 1 no.

Full length hinged door storage unit on rear side as per space availability (min. 1’6” deep).

Soft board & White Board.

Chair- Godrej Lasede HB (1no.), visitor chair Lasede MB (3nos.), or approved equivalent

Three Seater + Two Seater Sofa set with corner and centre tables

Framed prints, etc.

Provision for min. 5 nos. power points, 2 nos. LAN and 2 nos. voice points at table and required power points near rear storage units for services like printer, kettle warmer, etc. Secretary Cabins Table 6'0" x 2’6” with vertical sliding door side storage unit of approx. size 3’0" x 1’6” x 2’6”, Three drawer Pedestal 1 no.

Soft board & White Board.

Chair - Godrej PCH 7002D (1no.), visitor chair PCH 7004D (2nos.), or approved equivalent.

Provision for min. 5 nos. power points, 2 nos. LAN and 2 nos. voice points at table and required power points near rear storage units for services like printer, kettle warmer, etc.

38

Shared Storage Hinged door units of min. size 3’0” x 1’6” x 4’0” and other sizes as per space availability

Compactor: Compactor set with a combination of 3 bay twin mobile, 3-bay single static, 3 bay single last along with rail pair and other relevant accessories. Each bay size to be approx. 3’0” x 1’3” x 6’6”. Multipurpose Room Sleek and Lightweight design facilitates smooth movement of the table and enable change of space setting Instantly. Table with size as per space availability (4 seater, 6 seater or scattered seating). Foldable stage arrangement for auditorium purpose.

Sleek design comfortable chair for use as dining as well as auditorium purpose. Conference Table Conference tables as per layout. Clutter free table-top with sleek design. Unique module designed to give ample leg space. Access flap for easy access of Power and Data Connectivity (cable cubbies). Board Room Table Customized carpentry Table to suit aesthetics as per design. The table to have provisions for power, HDMI, VGA, etc. connectivity to achieve full AV functionality. The table to be of state-of-the-art design with minimum cluttering of cables.

Pantry Furniture Storage cabinets (Full height) for storing cutlery, pack food items, etc. Proper cabinets for keeping refrigerator, Oven, etc.

Kitchen Furniture  Soiled Dish Landing Table with Over Head shelf (16 SWG 304 grade SS) – Approx. size 1350 mm (L) x 600 mm (B) x 850 mm (H) + 450 mm (Height for Over Head shelf)  SS tables (16 SWG 304 grade SS) for putting miscellaneous food items, cutlery, etc. (min. 2 nos. approx. 900 mm (L) x 650 mm (B) x 850 mm (H) and 1 no. approx. 600 mm (L) x 650 mm (B) x 850 mm (H)  2 Sink washing unit (approx. 1200 mm (L) x 700 mm (B) x 850 mm (H) + 150 mm (Height of backsplash preventor)

39

ANNEXURE-C LIST OF APPROVED MAKE, BRANDS &MANUFACTURERS

Unless otherwise mentioned, any one of the following approved makes or brands shall only be allowed to be used. In case of non-availability due to any verifiable reason, EIC may allow alternate brand(s), if sufficient options are not available. In case of a product not mentioned in the list, material/brand/model needs to be approved by Engineer-in-Charge, before use.

FOR CIVIL WORKS

SR MATERIAL APPROVED MANUFACTURER / SUB NO CONTRACTOR / SUPPLIERS CIVIL/ INTERIOR WORKS 1 Cement/ micro concrete Ultra Tech, ACC, Ambuja 2 White cement Birla, J.K. 3 Reinforcement steel RINL, SAIL, TATA 4 Water-proofing compound / material Pidilite, Dr. Fixit, Roff, Sunanda, Fosroc, BASF 5 Tile adhesive cement and joint filling Pidilite, Roff, Kajaria compound 6 Glazed tiles (1st Quality) H & R Johnson, Nitco, Kajaria, Asian 7 Vitrified tiles (1st Quality) Kajaria, H & R johnson, Nitco, Asian 8 Ceramic tiles(1st Quality) Kajaria, H & R Johnson, Nitco, Asian 9 Wooden Flooring Pergo, Armstrong, Ego 10 Water proofing agency Authorized applicators of approved manufacturers 11 Ready Mixed Concrete L&T, ACC, Ultra Tech, any other approved suppliers in vicinity 12 AAC Block Aerocon, Siporex, Ultra Tech. 13 Structural repair compounds Pidilite, Dr. Fixit, Roff, Sunanda, Fosroc, BASF 14 Stainless Steel Salem Steel, Tisco Indalco ,Jindal

15 Adhesive Fevicol

16 False Flooring United Insulation Innerspace DG Floor, Unitile 17 Solid Surface Merino

HARD WARE /PAINT/PLYWOOD 1 Paint-Plastic Emulsion/ Exterior/ OBD/ Asian paint, ICI Dulux, Burger, Luster Nerolac 2 Fire retardant paint Akzonnobel, Newkem 3 Locks Godrej, Kich, Hetich, Ebco, Ozone 4 Laminate Greenlam, Formica, Century, Anchor, Merino, Duro 5 Plywood, blockboard, MDF, etc. Anchor, Century, Greenply, Duro 40

6 Veneer Anchor, Century, Greenply 7 Stainless steel handle Kitch, Dorma, Geze, Hafele Floor spring / Door closer / other hardware Dorma, , Hafele, Geze, Ebco, kitch, 8 fittings Hettich 9 Flush Doors Anchor, Century, Greenply, Archid Antifungal Paint Asian Paint, Berger Paint, ICI Dulux, 10 Nerolac 11 Sliding Folding Partition Dorma, Hettich, Hafele 12 Modular Glass Partition Jeb/ Otic/ Vedic/ Bene 13 Acoustical Panelling Project interior/Techno/Tranquil / D&M 14 Fire retardant fabric RSWM, Arvind, Mafatlal 15 Wall paper Muraspec, Marshalls, or Equivalent Glass/ Mirror Asahi, Saint Gobain, Modiguard 16 Graphic film/ Frosted Film/ other films 3M/ Avery 17 Blinds Hunter Douglas, NBT 18 FURNITURE 1 Chairs, tables, sofas, storage units, modular Herman Miller/ Godrej / Steelcase/ open seating furniture, etc. Hayworth

FOR FALSE CEILING & MISC ITEMS

SR MATERIAL APPROVED MANUFACTURER / NO SUB CONTRACTOR / SUPPLIERS FALSE CEILING 1 Calcium Silicate false ceiling Ramco, Gyproc 2 Gypsum board Saint Gobain Gyproc/India Gypsum 3 GI/Aluminium Section Saint Gobain Gyproc/India Gypsum 4 Open Cell Ceiling/ Baffle ceiling/ wooden Durlum / Armstrong/ Hunter Douglas ceiling 5 Aluminium false ceiling Durlum / Armstrong/ Hunter Douglas 6 Acoustical false ceiling & Paneling or any Armstrong / Ecophone/ AMF / Hunter other ceiling type Douglas

PLUMBING WORKS

Sr. No MATERIAL NAME OF MANUFACTURER

1 G.I. ‘C class’ Pipes for water supply TATA / Jindal / Sail 2 G.I. fittings ‘R’ Brand / R - Brand / Unik 3 C.I. SWR Pipes & fittings for Drainage (IS NECO / SKF 3989) 4 CPVC pipes Astral, Prince or Equivalent 5 UPVC Pipes for drainage & Rainwater. Supreme / Prince / Finolex 6 Brass & Gun metal gate valve. LEADER / Zoloto / Sant 7 C.I. Sluice valves Kirloskar / IVC / As per IS standard 8 Ball valves LEADER / ZOLOTO / Sant 9 Butterfly valves Audco / C&R / Advance

41

10 Air release valve LEADER / HAWA / Zoloto 11 Non Return Valve Kirloskar / IVC / ISI approved 12 Strainers LEADER / ZOLOTO / IVC 13 Water supply fancy fitting like pillar Jaquar Florentine series or equivalent taps, showers, sink mixers, flush valve etc

14 Sanitary ware/ fittings Parryware/ Hindware/ Jaquar/ Kohler 15 Pressure switch Indfos / Danfoss / System Sensor 16 Pressure Gauges Fiebig / H. Guru / Venus 17 Enamel Panting of pipes etc. Asian (ADCOLITE ONLY ) / GoodlasNerolac / ICI 18 Paint Primer Asian / Jenson Nicholson / other equal 19 Dash Fasteners Shakti / Anchorman / Hitech 20 Stainless Sink Blanco / Nirali / Hindware / Diamond / Jaquar / Nilkanth / Franky.

ELECTRICAL WORKS

Sr. No MATERIAL NAME OF MANUFACTURER

1 Wires (FRLS) Polycab, Finolex, KEI, Gloster, . 2 Switches , Sockets , face plates, TV, Legrand (Mosaic/ Arteor), Crabtree telephone, data oulets and GI back box (Athena), MK (Blenze), ABB (Cherian) Anchor Roma 3 Conduits Precision, BEC 4 Electrical panels ARROW ENGINEERS/SHIVAM ELECTRICALS/SAMCON INDUSTRIES/GOEL/ CPRI Approved 5 Distribution boards Legrand , Siemens, Schneider, L&T. 6 Switchgears( ACB/MCCB/MCB) Legrand, Siemens, Schneider, L&T 7 Cables Polycab, KEI, Gloster, Havells. 8 Chemical earthing Indelec/ JEF / Ashlok / Dehn/LPI 9 Light Fitting Philips / Havells / LT 10 Underfloor Raceway MK, Legrand 11 CAT 6, UTP cabling, Patch cords, Fiber TE Connectivity (AMP Netconnect)/ Optic cable Systimax/ ADC Krone/ Panduit/ RNM/ LEGRAND 12 Patch Panel TE Connectivity (AMP Netconnect)/ Systimax/ ADC Krone/ Panduit/ RNM/ LEGRAND 13 Racks Valrack or equivalent 14 UPS Emerson, Schnider, APC, BPE or equivalent 15 Exhaust fan Usha/Bajaj/Crompton/Havells 16 Emergency Light Fixtures Prolite/ LEGRAND/APW president/ RITTAL/ Hochiki 17 Batteries Exide /Amaron/ Amara Raja 18 Cable Trays UB/Profab/Legrand / MK Electric /Asian 19 Lighting Fixtures (other than decorative) Philips / /Havells

42

HVAC WORKS

Sr. No MATERIAL APPROVED MAKE, BRANDS & MANUFACTURERS 1 VRV / VRF SYSTEM Carrier/Hitachi//LG/Daikin/BlueStar 2 AHU Zeco/ JPC/ Systemair/ Edgetech/ VTS 3 VAV ASAWA, PAL, Cosmos, Trox, Titus, Honeywell 4 Fans Kruger/Nicotra/Carryair/ Dyna Air / Greenheck / Nadi / System Air 5 Ducting and associated hardware like Rolastar/Ductofab/Systemair/ Asawa Eqv./ flanges, etc. Zeco/ 6 Air Products Airmaster/SystemAir/ Cosmos/ Ruskin Titus 7 Heater Daspass/Mathrusree 8 Humidifier Raidcool/Daspass 9 Copper Piping Rajco/Mandev/Totaline/Maxflow/ Kobe/ Nissan 10 All types of Insulation Aeroflex/K-Flex/Supreme 11 Cable Trays Patny/UB Engineering/Profab 12 Switch Gear ABB/L&T 13 PVC Pipe AKG/BEC-Plast/Supreme/Sudhakar/Ajay 14 Cables Polycab/Orbit/Finolex/Masterflex 15 Starter Panels CPRI Approved Vendor 16 Pre-Filters & Filters (non-flammable) Airtech / Thermodyne / Uccomech 17 Aluminium grills and dampers Air-Product / Air Master /Cosmos/Caryaire

SAFETY AND SECURITY WORKS

Sr. No MATERIAL APPROVED MAKE, BRANDS & MANUFACTURERS 1 Fire Detection Alarm System Siemens/ Honeywell/ Bosch 2 Public Address System Bosch/ Honeywell/ Ahuja 3 CD/DVD player Philips/ LG/ Dell/ Sony 4 Volume Controllers Alpha 5 FRLS speaker cable Varsha/ Deepanjan/ Polycab 6 CCTV system Hikvision/ CP Plus/ Bosch 7 Network Video Recorders Western Digital / Equivalent 8 LED Monitor Samsung/ LG/ Sony 9 PC for Client Monitoring Station with HP/ Samsung/ LG/ Sony Monitor 10 PoE Network Switch Cisco/D-Link/Legrand 11 Armoured CAT6 Cable D-Link/ Varsha/ Deepanjan 12 Racks for Mounting Netrack/Eqv. 13 Co2 type Fire Extinguisher Safex/ Minimax/ Nitin Fire/ Kanex 14 ABC Stored pressure type Safex/ Minimax/ Nitin Fire/ Kanex 15 Fire Buckets Safex/ Minimax/ Nitin Fire/ Kanex 16 Signages Prolite

43

AUDIO VISUAL SOLUTIONS

Sr. MATERIAL APPROVED MAKE, BRANDS & No MANUFACTURERS 1 LED Display Samsung / NEC / Sharp/ LG 2 Signage media player BrightSign / Scala / OneLAN/ Xtreme Media Kramer / Lightware / Extron/ Crestron Cable cubby with power VGA & 3 HDMI pass thru 4 USB conference cam Poly / Cisco Auto switcher (with VGA 5 and HDMI) Kramer / Lightware / Extron/ Crestron 6 HDMI / VGA Cables Kramer / Belden / Extron/ Crestron 7 Video Conferencing Poly / Cisco 8 Annotator for Simultaneous Kramer / Lightware / Extron / Crestron Wireless presentation Barco 9 10 Matrix Presentation switcher Kramer / Lightware / Extron/ Crestron Mic Bayerdynamic / Shure / Audio- 11 Technica 12 Audio DSP QSC / Clearone / Biamp 13 FOH speakers/Line array QSC / Tannoy / Bose 14 Ceiling speaker QSC / Tannoy / Bose 15 Amplifier QSC / Tannoy / Bose/ Kramer 16 Control system & Docking staion Kramer / Lightware / Extron/ Crestron 17 Lighting control (Dali based) Dynalite / Lutron 18 Network Switch D-Link / Cisco/ HP 19 Rack Valrack / Middle-Atlantic / WQ 20 Projector Panasonic / Epson / Christie Motorized Projection screen (Matt Draper / Dalite / Milan 21 finish) 22 Tx-Rx pair Kramer / Lightware / Extron 23 Room Scheduler Crestron

44

ANNEXURE-V: SPECIAL CONDITIONS OF CONTRACT

1. Validity of Offer: The rate quoted against this tender is valid for 120 days from the date of opening of this tender. 2. The works to be performed as per the Scope of Works document

3. Currency: Bidders can quote in Indian rupees only.

4. Prices will remain firm during the entire period of execution of order.

5. Date of Commencement: Date of LOI/PO or handover of site whichever is later

6. Minimum value of work for interim certificate: Rs.25 (Twenty Five) Lakhs only

7. Period of completion: The entire job as per the scope of work, from concept to commissioning shall be completed within 30(Thirty ) Weeks from the date of LOI/PO or handover of site whichever is later.The project is planned to be executed in at-least 2 phases. The schedule includes requisite planning and drawing approvals (2 weeks), mobilization period (2 weeks), necessary shifting and execution/commissioning in phases. The bidder shall submit a detailed bar chart showing the schedule of activities before commencement of work. It shall be ensured that this schedule is adhered to for timely completion of the work.

8. Liquidated Damages: The completion period for the entire work as stated above shall be deemed to be the essence of the contract. In case of delay in completing the work beyond the specified completion date, liquidated damages shall be applicable at 1% of the actual contract value per week of delay or part thereof subject to a maximum of 5% of the concluded contract value

9. Defect Liability Period: One year from the date of virtual completion. The waterproofing works shall be guaranteed for ten years from the date of virtual completion of the works. Bidder shall have to submit a guarantee bond for the above in a format approved by BPCL.

10. Makes and Models:- It is mandatory to provide make and model as has been specified in the Scope of Works document.

11. Assumptions/Presumptions/modifications:- BPCL would like to state that any assumptions, presumptions, modifications, terms, conditions, deviation etc., which the bidder includes in any part of the Bidder’s response to this tender, will not be taken into account either for the purpose of evaluation or at a later stage, unless such assumptions, presumptions, modifications, terms, conditions deviations etc., have been accepted by BPCL and communicated to the bidder. The bidder at a later date cannot make any plea of having specified any assumption, terms, conditions, deviation etc. in the bidder’s response to this tender document. No offer can be modified or withdrawn by a bidder after submission of Bids.

12. Pre-Dispatch Inspection: - BPCL’s authorized representative may carry out pre-dispatch inspection of all ordered equipment or any part thereof before delivery. On account of this inspection, there will not be any change in delivery terms and conditions. However, BPCL will have the discretion to conduct the inspection.

13. The tenderer is required to provide hoist way for lifting the machines and any other items required for successful commissioning of the works.

14. The scope of work includes cutting walls/ floors/ partitions, making holes / pockets together with any repairs including grouting/fixing of bolts/holdfasts, finishing matching with the existing finish, required steel joists, miscellaneous works for machine supports, scaffolding, staging etc. 45

15. Various list of Registers (like material consumption, labour, Hinderance, etc.) to be maintained at site as per defined formats. A copy of all bills to be given to BPCL at the time of material entry.

16. Weekly progress report to be submitted to EIC without fail during execution.

17. The equipment supplied with all component elements, its erection, testing and commissioning should comply with all applicable Bureau of Indian Standard Specifications, amended up to date.

18. The Vendor shall take due care to ensure that no damage is caused to any part of building during execution of work at site. Any damages shall be rectified by the Vendor at his own risk and cost.

19. No Extra for Corrections and Revisions:- The Vendor shall carry out the work and incorporate corrections, revisions, additions, alterations, deletions and substitutions as informed by BPCL from time to time and no extra payment shall be made for the same.

20. BPCL may withhold Payment: BPCL may withhold payment to the Vendor on account of defective execution or on account of subsequently discovered evidence, shall nullify the whole or a part of any certificate already issued to such an extent as may be necessary, to protect themselves from loss on account of :

a. Defective work of Vendor not rectified. b. Failure on the part of Vendor to make payments to other Consultants or any other agency engaged by them. c. A reasonable doubt that the balance portion of the contract work cannot be completed by the Vendor within the stipulated/extended period of completion. 21. Termination of Agreement: - BPCL shall terminate this agreement by giving a notice of 1 (one) month in writing of any breach or misfeasance on part, the Vendor without assigning any reasons therein. Vendor shall not in the event of such termination, being due to breach or misfeasance, be entitled to any compensation or damage against BPCL, but shall only be entitled to their fees as earned up to that date.

22. Software, Drivers and Manuals: - The bidder shall supply along with each item, all the related documents, Software Licences and necessary media of the software loaded in the equipments without any additional cost. The media and documents shall be in English. These will include, but not restricted to, User Manual, Operation Manual, Other Software and Drivers etc.

23. Bidder must accept all the terms & conditions as mentioned above as part of the technical bid. BPCL may reject any aspect of the works that fails to comply with the requirements of this Agreement, or its quality system, at any time.

24. Contractor to work as per the norms of the society of the building at no extra cost to BPCL.

25. The bidder may have to carry out sample mock ups of different types of detailing as may be required in the project and affecting the overall project deliveries, till the satisfaction of the Engineer-In-Charge (EIC), at no extra cost. The said mock ups, once approved, shall be maintained safely by the Contractor to all future works for the said item work. These could be asked to be retained till a substantial quantum of work is carried out for the relevant mock up item, or as may be felt necessary by BPCL and the bidder shall ensure compliance of the accorded decision, without any resistance whatsoever.

26. The rates quoted should be firm and inclusive of all material, labor, wastage, tools, tackles, scaffolding (if not specified explicitly), centering, shoring, lifts, leads and all taxes, duties, packing/forwarding, freight charges, handling, etc. complete incidental to the satisfactory 46

completion of item work at all depths, heights, any shape and at any levels, with all lifts and leads at all levels and as directed by the EIC.

27. Before quoting, the Bidders must visit the site and acquaint themselves with site conditions and the scope of work of the above mentioned job. The bidder shall visit the site in intimation to BPCL representatives. No claim shall be entertained if the tenderer fails to assess rightly the status of the project site and the prevailing conditions. Bidders may visit existing BPCL offices to understand its office standard as per requirements, after getting due clearance from BPCL.

28. All woodwork mentioned in the tender shall be provided with 2 coats of black japan on the sides to be embedded alongside the brick/blockwork/RCC, included in the cost quoted. No separate rates shall be payable for the same.

29. Adherence to HSSE Guidelines: All HSSE requirements are to be adhered to by the bidder at his own cost.

30. The works would be required to be carried out mostly in evening or during night due to working office. It is the responsibility of the vendor to arrange for any permissions required from all necessary Local authorities, Local bodies, in view to achieve the completion schedule.

31. Contractor to provide necessary safety to their labors as per the Safety officer/authorized representative of BPCL at site and take necessary safety measures through-out the project execution. Safety shall be the responsibility of the contractor. Contractor to provide necessary shaft safety panel/ temporary doors at all levels, during work in progress. Safety inside any shaft during work will be his responsibility & he may use netting (of required gauge & width) at different levels to catch falling objects, debris etc. during execution and to avoid falling of materials down, to avoid accidents) as directed by the EIC.

32. The successful tenderer shall prepare a detailed Project execution Schedule indicating critical milestones adhering to the completion time quoted in the contract and submit it along with the drawings for approval within 14 days of issue of Letter of Intent.

33. The contractor shall employ fully trained and experienced manpower for executing the job. The contractor shall display the site staff organogram with their names, including the staff supporting from the Head Office for this project, at the site office.

34. The contractor should take all the safety measures required by the latest relevant IS or standard codes. The workmen deployed should wear the necessary protective wears.

35. All inputs as required for the pre commissioning / testing of the installed equipment is in the scope of the bidder. The test running of the equipment is included in the scope.

36. Any damage to the already completed work done by any other agency would be rectified by tenderer at his cost only.

37. Contractor has to provide "As Built Drawing" at no extra cost after the completion of total work

38. Documentation: All documents generated during the work are to be handed over in HARD AND SOFT COPY, as applicable. For making the soft, copy all the documents would need to be scanned and handed over in form of CD / DVD / Blue Ray disc etc.

39. Safekeeping of the material supplied by the tenderer shall be the tenderer’s responsibility till successful handing over. If the stored space is found to cause an hindrance to the ongoing civil works, the tenderer shall be so intimated – accordingly, tenderer shall cooperate to shift the same at the newly designated location, if the need so be. 47

40. The complete job shall be executed as a works contract. TDS at the applicable rates shall be deducted from the payments made to the tenderer. BOCW/ any other cess to be included in the quote.

41. Removing any kind of debris, as per scope of work, including loading in truck and conveying to approved dumping yard/point as designated by local Authority / Corporation, disposal of debris away from premises, unloading and spreading etc. complete including all leads and lifts. - Contractor to study location of dumping yard/point before quoting for this items. Debris removal frequency will be as required by the project schedule or as directed by EIC. It will be the contractor’s responsibility to locate the dumping areas designated by the Government/local authorities, obtain necessary permissions, pay for deposits and necessary charges to Government/local authorities. In case there is change in the dumping location by the Government/local authorities no claim will be entertained for disposal of debris at changed location.

42. The waterproofing works shall be guaranteed for ten years from the date of virtual completion of the works. Bidder shall have to submit a guarantee bond for the above in a format approved by BPCL.

43. All associated works related to carrying out main works viz. chasing, refilling etc. shall be part of the original scope of work (unless specified explicitly) and no claim on avoidance of the same or extra costs to carry out the same shall be entertained at any point of time during execution.

44. The contractor shall be fully responsible for the performance of the selected equipment (installed by him) at the specified parameters and for the efficiency of the installation to deliver the required end result.

45. Variations:

Payment will be made as per measurement for actual work executed at site, Upward Variation in quantities w.r.t. tender submitted BOQ will not be accepted for the intent and extent as per scope of works. In case of change in design/scope by BPCL w.r.t. approved design/scope, written approval along with change in BOQ for change in design/scope to be obtained from BPCL before executing work and value of such variation shall not exceed 5% of contract value.The rates for such additional, altered or substituted work under this clause shall be worked out in accordance with the following provisions:

a) If the rates for the additional, altered or substituted work are specified in the contract(Original BOQ) for the work, the contractor is bound to carry out the additional, altered or substituted work at the same rate as are specified in the contract. b) If the rates for the additional, altered or substituted work are not specifically provided in the contract(Original BOQ) for the work, the rates will be derived from the rates for similar class of works as specified in the contract for the work. The opinion of the Engineer-in- Charge as to whether the rates can be reasonably so derived from items in the contracts will be final and binding on the contractor. If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-clause (a) and (b) above, then the contractor shall inform the Engineer-in- Charge of the rate which is his intension to charge for such class of work supported by analysis of the rate or rates claimed, and the Engineer-in-Charge shall determine the rates on the basis of the prevailing market rates of materials, labour cost at schedule of labour, plus 15% to cover contractor’s supervision, overheads and profit and pay the contractor accordingly. The opinion of the Engineer-in-Charge as to the current market rates of materials and the quantum of labour involved per unit of measurement will be final and binding on the contractor. . 46. Fluctuations: The rates quoted in the bill of quantities shall be firm & shall not be subject to any price variations due to increase in labour wages, cost of materials etc. or any other price 48

variation due to any reason whatsoever whether during the stipulated period of execution or during the extended period of completion.

47. All Heights: The rates quoted in the bill of quantities shall be for all heights, depth and leads unless otherwise specified.

48. of Works (Comprehensive): Unless otherwise instructed by the Employer, the Contractor shall on signing the contract insure the works and keep them insured until the virtual completion of the contract against loss or damage by fire and/or earthquake in an insurance office to be approved by the Owner, in the joint names of the employer and Contractor, for full amount of the contract and Architect's fees and for any further sum if called upon to do so by the Owner, the premium of such any further sum if called upon, the same being allowed to the Contractor as an authorised extra. Such policy shall cover the property of the Employer only and the Architect's and surveyor's fees for assessing the claim and in connection with their services generally in the reinstatement and shall not cover any property of the Contractor or of any sub-Contractor or Employer. The Contractor shall deposit the policy & receipt for the premium with the Owner within twenty one days from the date of signing the contract. In default of the Contractor insuring as provided above, the employer or the Owner on his behalf may so insure and may deduct the premium paid from any money due, or which may become due to the Contractor. The Contractor shall as soon as the claim under the policy is settled or the work reinstated by the Insurance office, should they elect to do so, proceed with all due diligence with the completion of the works in the same manner as though the fire and/or earth quake had not occurred & in all respect under the same conditions of the contract. The Contractor in case of rebuilding or rein-statement after fire and or earthquake shall be entitled to such extension of time for completion as the Architect may deem fit. The insurance should be comprehensive type.

49. Interim Payments: During the progress of the work, the contractor, at the sole discretion of the company’s authorized representative may receive interim payment upto a maximum of 90 %. Proportionate to the amount of work performed, after such work has been inspected and approved by such representative. Payments of the final bill will be made after adjusting the interim payments, and retention money as follows will be retained for a period of twelve months to safeguard against defects arising out of faulty workmanship/ materials/ provided by the Contractor an against any other claims against the Contractor from any other reason whatsoever.

Payment for each of the running bill of the contractors shall be 100 % of the value and works certified.

Retention Money shall be applicable at the rate of 3% of the contract value / value of work done. The party shall submit a Performance Bank Guarantee (PGB) for 3 % of the contract value, upfront, or for 3 % value of each running bill valid for the performance guarantee period. Bank guarantee shall be valid to cover the contract period and defect liability period with the claim period valid for further period of 6 months from the expiry of defect liability period.

50. All payments shall be subjected to deduction of all taxes as may be applicable from time to time. The Engineer-In-Charge shall be empowered for allowing part rates of items in the running payments as deemed fit.

51. The Contractor shall remove all debris from the site of work, dirt and dust from the floors, wood work, white wash or colour wash, distemper or paint, splashes from doors, windows glass panels etc. before handing over the building to the employer. The work shall not be treated as completed in all respects unless these requirements are fulfilled by the Contractor. In the event of Contractor's failure to do so, the Architect and the employer shall have the right to get the site cleared, dust and dirt removed from floors, doors and windows etc. cleaned off splashes at

49

the Contractor's risk and cost without prejudice to the Architect's/Employers' right to take action to recover damages under clauses of the contract.

52. Retention Money: The successful bidder shall submit Performance Bank Guarantee for 3% of the contract value (excluding GST) for the performance guarantee period of one year, upfront, or for 3% value of each running bill valid for the performance guarantee period of one year with a claim period of 6 (six) months thereafter, or 3% of each RA shall be deducted upfront and be retained as retention money. At the end of the Contracted works, PBG submitted shall be held as Retention money for a period of 12 months after completion of the contract. So Bank Guarantee shall be valid to cover the contract period and defect liability period of one year from date of completion of job with claim period valid for 6 months from the date of expiry of the Defect Liability Period. Vendor may inform BPCL to include the retention clause of 3% in the Contract if the vendor does not intend to submit the PBG at the time of placement of contract. The retention amount in lieu of PBG, will be retained till the expiry of defect liability period.

53. Security Deposit: Security deposit is applicable at Rs. 1 (one) Lakh. The successful bidder of the tender will be required to submit Security deposit amount, within 15 days from the date of notification of award.

Following 02 options are available with Successful bidder for submitting Security Deposit / deduction of Retention money.

Option A

Successful bidder can submit the Performance Security Deposit of 03% of basic contract value upfront within 15 days from the receipt of LOA. Retention money shall not be deducted from running bills in such cases.

Option B

Successful Bidder opting for deduction of retention money from running bills shall have to submit the security deposit of Rs. 1(one) Lakh within 15 days from the receipt of LOA.

Retention money shall be deducted from each running account bill at the rate of 03% of basic bill value till overall amount (security deposit of Rs. 1(one) Lakh + retention money deducted) of 03% of basic contract value is collected.

Upon request from vendor, security deposit amount will be returned, subject to availability of balance retention money of an amount equal to 03% of basic contract value, after the refund of security deposit to the vendor. At the end of the Contract period.

In above mentioned both options performance security deposit / security deposit submitted in the form of Bank guarantee, the Bank Guarantee shall be valid and remain in force till the contractual completion period, defect liability period and with a claim period of six months thereafter. The Bank Guarantee shall be in the form prescribed in GCC.

54. EVALUATION / ORDER AWARD CRITERIA: This Tender will be invited through Open (Domestic) Tender as two part bid. The bid qualification evaluation of the received bids will be done as per the above technical evaluation and bid qualification criteria and the technical bid of only the pre – qualified bidders will be evaluated subsequently, as per the criteria detailed in the tender. Only the price bids of the techno- commercially qualified bidders will be opened and evaluated. The order shall be placed on the lowest successful bidder for the complete job. The job is non-divisible and Purchase preference linked with local content (PPLC) policy, as admissible from time to time under the existing Govt. policy shall be applicable during evaluation process. 50

55. Purchase Preference linked with Local Content Policy:

Purchase preference under PPLC policy (linked with local content) will be applicable as per Circular from MOPNG ref no. FP-20013/2/2017 – FP – PNG dated 17.11.2020 to incentivize the growth in local content in goods and services while implementing oil and gas projects in India.

Local content (LC) means the amount of value added in India which shall be the total value of the item procured (excluding net domestic indirect taxes) minus the value of imported content in the item (including all custom duties) as a proportion of total value, in percent.

Bidder shall declare the class of local supplier as below:

Class I local supplier: Local content equal to or more than 50% Class II local supplier: Local content more than 20% but less than 50% Non local supplier: Local content less than or equal to 20%

Margin of Purchase Preference: The margin of purchase preference will be 20%. Where the price quoted by Class I local supplier/service provider is within the margin of the lowest price, other things being equal, purchase preference may be granted to the bidder concerned, at the lowest valid price bid.

Bidder will give an undertaking of the policy under which he/she is seeking benefit i.e., MSE Policy, PPLC Policy or DMEP (format attached).

Declaration of divisibility of Tender: The tendered works are not divisible and the entire job will be awarded to a single bidder.

Documents required (at bidding stage – technical):

i. The Bidder (Class I & II supplier/service provider) shall submit an undertaking from the authorized signatory of Bidder having the Power of Attorney along with the Bid stating that the Bidder meets the mandatory minimum LC requirement. Power of Attorney to be submitted along with the undertaking.

ii. In case the Procurement value exceeds Rs.10 Crore, the undertaking submitted by the Bidder (Class I & II supplier/service provider) shall be supported by a certificate from Statutory or Cost Auditor (in case of companies) or from a practicing Cost Accountant or practicing Chartered Accountant (in respect of other than companies) giving the percentage of local content.

iii. The above undertakings will have to be TPIA verified. TPIA certification is not required if originals of the undertakings are submitted.

The formats of undertakings are attached.

BPCL reserves the right to seek any other documents (like break up of value and percentage of the local content etc.) from bidder to establish/verify his claim of local content during the Tender Evaluation process.

Documents required (after award of job): The local content certificate shall be submitted along with each invoice raised. However, the % of local content may vary with each invoice while maintaining the overall % of local content for the total work/purchase of the pro-rata local content requirement. In case, it is not satisfied cumulatively in the invoices raised up to that stage, the supplier shall indicate how the local content requirement would be met in the subsequent stages.

51

Other Conditions:

The Procuring Co. shall have the authority to audit as well as witness the Production processes to certify the achievement of the requisite local content.

The Procuring Co. shall impose sanction on manufacturers/service providers not fulfilling LC of goods/services in accordance with the value mentioned in certificate of LC.

The sanctions may be in the form of written warning, financial penalty and blacklisting.

56. It is bidders’ responsibility to quote correct HSN/SAC code and GST% in the price bid.

57. Defective works, if noticed, the contractor has to replace the same without any additional charges.

58. The bidder shall work out the detailed Bill of Quantities (BOQ) and the total quote of the work shall be uploaded in the price bid. The bidder shall also upload the detailed BOQ in excel sheet, along with rates for each item, relevant taxes, complete calculations along with the Price Bid. Detailed BOQ calculations should not be uploaded in the Techno- Commercial section of the bid.

59. The bidder shall upload the detailed Bill of Quantities (BOQ) in the prescribed format in the price bid section of the tender. The lump-sum amount inclusive of taxes quoted by the bidder should match with the total amount inclusive of taxes mentioned in the BOQ. In case there is any difference in the lump-sum amount quoted in price bid and total amount mentioned in BOQ, the lump-sum amount quoted in price bid form will be considered for evaluation and award of job.

60. Vendor shall provide BOQ in SI Unit System only.

61. The Scope of Work (SOW) described in the tender is indicative. The items or part of work which are not clearly defined in this document but are required to be carried out for successful completion and commission of the proposed structure shall be deemed to have been included in the scope of work and the bidder shall have to carry out such jobs as per the best industrial practice with due approval from BPCL at no extra cost.

62. No separate payment shall be made for architectural and project management consultancy services.

63. Warranty: All equipment and fittings provided by the bidder shall be under warranty of two years from the date of handover of completed site to BPCL.

64. PAYMENTS: BPCL has setup a Business Process Excellence Centre (BPEC) for Vendor Invoice processing. BPEC will function as a payments factory to receive, digitize and process vendor invoices in a timely and accurate manner. In addition, the centre will receive and account for Performance Bank Guarantees (PBGs) and Bank Guarantees (BGs). ORIGINAL COMMERCIAL INVOICES (IN TAX INVOICE FORMAT) will need to be sent to BPEC including Supporting Documents for Payments.

PLEASE SEND THESE DOCUMENTS TO THE FOLLOWING ADDRESS FOR PAYMENT PROCESSING:

BUSINESS PROCESS EXCELLENCE CENTRE (BPEC) 4th FLOOR, BPCL OFFICE COMPLEX PLOT-6, SECTOR-2, BEHIND CIDCO GARDEN KHARGHAR, NAVI MUMBAI-410210 MAHARASHTRA, INDIA

52

65. BG Confirmation: To expedite BG confirmation process, BPCL has tied up with SBI for implementation of SFMS Bank Guarantee wherein the vendor has to quote our IFSC code and Account number to bank at the time of BG application based on which SBI will send a swift message confirmation to dedicated email ID of BPEC and the same shall be considered as BG verified by the bank.

Accordingly vendors/ Contractors shall provide BPCL’s Bank Account No. & IFSC Code (Details given below) to their Bank at the time of application for Bank Guarantee in favour of BPCL. Issuing Bank shall issue the Bank Guarantee & send SFMS message to BPCL Bank confirming the Bank Guarantee as genuine. BPCL’s Bank (SBI) shall in turn send the said SFMS message to BPCL’s dedicated email ID basis which BPEC shall consider the said Bank Guarantee as verified by Bank. After getting the physical BG from the vendor, BPEC Team shall validate the same with the Swift message and shall proceed with the release of payment to vendors which is due against the said Bank Guarantee

BANK DETAILS: Name of Bank: State Branch: CAG Branch, Mumbai Account No: 11083980831 IFSC Code: SBIN0009995

66. START-UPS MEDIUM ENTERPRISES: In case a start-up is interested in supplying the tendered item, but does not meet the Pre- Qualification Criteria (PQC)/ Proven Track Record (PTR) of Prior Turnover norm as indicated in the tender document, i.e., in this case the Bid Qualification Criteria (BQC) Annexure I, the start-up may be requested to write a detailed proposal separately and not against the present tender requirement, to the tender issuing authority about its product. Such proposals should be accompanied by relevant documents in support of Start-ups as under:

i. Certificate of Recognition issued by Department of Industrial Policy and Promotion (DIPP), Ministry of Commerce and Industry, GOI

ii. Certificate of Incorporation/Registration.

iii. Audited P&L statement of all the Financial Years since incorporation. In case where balance sheet has not been prepared, bidder shall submit a certificate in original from its CEO/CFO stating the turnover of the bidding entity separately for each Financial Year since incorporation along with a declaration stating the reason for not furnishing the audited P&L Statement. The certificate shall be endorsed by a Chartered Accountant/ Statutory Auditor.

Such proposal will be examined by the tender issuing authority who may consider inviting a detailed offer from the startup with the intent to place a trial order or test order provided the startup meets the Quality and Technical specifications.

In case the startup is successful in the trial order, it shall be considered for PQC exemption/relaxation (as the case may be) for the next tender for such item till the time the entity remains a Startup.

67. In case of any discrepancy between the general terms and conditions of tender and special terms and conditions of tender (as mentioned above), the Special terms and Conditions of Tender shall prevail.

68. In case of any discrepancy in Technical data/details and specifications, clarification should be obtained from BPCL’s representative, whose decision shall be final and binding on the Contractor.

53

69. The Contractor shall make required mock-up as directed by the BPCL’s representative and shall submit samples of all material and shall get it approved before procurement of the material.

70. All dimensions and levels shown on the Drawings shall be verified by the Contractor on the Site and he shall be responsible for the accuracy and maintenance of all dimensions and levels. Figured dimensions are in all cases to be accepted and no dimension shall be scaled. Large scale details shall take precedence over small scale drawings. In case of discrepancy, the Contractor shall ask for clarification from BPCL’s representative before proceeding with the work.

71. The Contractor, before starting the work, shall fix bench mark level on the walls/ basement structure, as required at site, and get it approved from BPCL’s representative.

72. The Contractor, at his own cost, shall provide and erect such supports as may be required to protect efficiently all structures which may be endangered by the execution of the works or otherwise take such permanent measures as may be required by BPCL’s representative/ Engineer/ Statutory Authorities to protect the structures.

73. The Contractor carrying out the Electrical works shall have a valid Electrical Contractors License.

74. Facilities for Contractor’s employees: The Contractor shall make his own arrangement for welfare of his staff and workmen including adequate drinking water and sanitary facilities as per provisions of Labour Act. The necessary drinking water and sanitary facilities for BPCL’s representative, Engineer’s representative, Contractor’s staff & labour & visitors at site shall be provided and maintained by the Contractor at no extra cost.

75. The Contractor shall provide suitable arrangements for firefighting. For this purpose, he shall provide requisite number of Fire-Extinguishers and adequate number of buckets, some of which are to be always kept filled with sand and some with water. These equipment shall be provided at suitable prominent and easily accessible places and shall be properly maintained.

The Contractor may be subject to periodic fire prevention inspections and any deficiency or unsafe condition shall be corrected by the Contractor at his own cost and to approval of the BPCL’s representative and the relevant authorities.

These fire prevention inspections shall include but not limited to the following: a. Proper handling, storage and disposal of combustible materials, liquids and wastes. b. Work operations which can create fire hazards. c. Access for firefighting equipment. d. Type, size, number and location of fire extinguishers or other firefighting equipment. e. Inspection and maintenance records for extinguishers. f. Type, number and location of containers for the removal of surplus materials and rubbish. g. General housekeeping

76. For the purpose of quick communication between BPCL and the Contractor or his Agent or Representative, Site Order Books shall be maintained at Site in the manner as described below:

Any communication, relating to the works may be conveyed through records in the Site Order Books such as communication from one party to the other shall be deemed to have been adequately served in terms of the Contract. Each site book shall be carefully maintained and shall be in the custody of BPCL’s representative. Any instruction which the BPCL’ representative at site may like to issue to the Contractor may be recorded by him in the Site Book.

77. Disposal of dismantled material, debris and other refuse arising from the construction activities, shall be the responsibility of the Contractor, which includes arrangements for disposal yard as well as obtaining necessary permission and approvals etc. from the concerned Authorities and making payments of taxes / royalties etc as applicable. The Contractor shall quote the rates accordingly.

54

78. BPCL shall provide power and water supply free of cost, required for the works at one point in the proximity of the site. Contractor shall make his own arrangements from that point as required for the works. The Contractor at his own cost shall lay all pipes, electrical lines and remove the same after completion. The delays committed in this regard shall solely rest with the contractor. The Engines/Generators installed shall comply with E (P) rules prescribed for air and noise emissions.

79. The Contractor shall not use or occupy any part of the work site unless its use or occupation has been agreed to by BPCL in writing.

80. The Contractor shall be required to carry out work in co-ordination with the agencies involved in these works.

81. BPCL also reserves the right to use premises and any portions of the site for the execution of any work not included in this contract which it may desire to have carried out by other persons simultaneously and the Contractor shall allow all reasonable facilities for the execution of such work, but shall not be required to provide any plant or material for the execution of such work except by special arrangement with BPCL. Such work shall be carried out in such manner as not to impede the progress of the works included in the Contract and BPCL shall not be responsible for any damage or delay which may happen to or occasioned by such work.

82. During the progress of the works the Contractor shall keep the site reasonably free from all unnecessary obstruction and shall store or dispose of any construction plant and surplus materials and clear away and remove from the site any wreckage, rubbish or temporary works which are no longer required on time to time basis.

83. Work shall be carried out in such a manner that the work of other agencies operating at the site is not hampered due to any action of the Contractor. Proper coordination with other agencies will be Contractor’s responsibility. In case of any dispute, the decision of Engineer shall be final and binding on the contractor.

84. Drains, pipes, cables, overhead wires and similar services encountered in the course of the works shall be guarded from injury by the Contractor at his own cost, so that they may continue in full and uninterrupted use to the satisfaction of the owners thereof, and Contractor will not occupy any part of the site in a manner likely to hinder the operation of such services.

85. Should any damage be done by the Contractor to any mains, pipes, cables or lines (whether above or below ground etc.), whether or not shown on the drawings the Contractor shall make good or bear the cost of making good the same without delay to the satisfaction of the Engineer.

86. Disposal of scrap & dismantled facilities (a) Removal of all discarded items shall be an integral part of the scope of work in the tender. Discarded items after dismantling and scrap generated during execution of the project will become the property of the contractor. The scrap consisting of the old equipment / machinery / items etc. as mentioned in the bid document shall be dismantled, removed, transported by the contractor from BPCL premises and they should quote the prices accordingly. The bidder should ensure safe disposal of these items, comply with all statutory requirements and obtain all necessary statutory clearances / environment clearance, if any.

55

GUARANTEE BOND FOR WATER PROOFING WORKS

(On Rs. 100/- Non Judicial Stamp Paper)

Name of the Project :

Maintenance Guarantee :

Name of the Contractor & Address :

Name of the waterproofing Agency :

We hereby Guarantee that the surface treated by us for waterproofing in the above works shall remain entirely watertight. However, due to any unforeseen defects left out in the work carried out by us at the time of execution of the work, there by any surface treated by us during the period of 10 years from the virtual completion of the work i.e from ______shall be rectified by us without any extra cost to Bharat Petroleum Corporation Limited.

However we shall not be responsible in any way if our work is tampered with or if body of structure is damaged due to sinking cracking and/or by any other act of god beyond our control.

Signature of Agency : Signature of the Contractor :

Date : Date :

FOLLOWING DETAILS HAVE TO BE FILLED ONLINE:

ANNUXURE-VI: INTEGRITY PACT

ANNEXURE-VII: GENERAL CONDITIONS OF CONTRACT

ANNEXURE VIII: DECLARATIONS BY BIDDER

PRICE BID: IS ENCLOSED IN E-TENDER.

NOTE: IN CASE OF ANY DEVIATION KINDLY MENTION IN THE DEVIATION ANNEXURE ENCLOSED IN THE BIDDING FORMS OF E-TENDER WITH JUSTIFICATION.

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

56