[go: up one dir, main page]

0% found this document useful (0 votes)
18 views38 pages

GeM Bidding 6896228

The document outlines the bid details for a housekeeping and tank wagon unloading service contract with Bharat Petroleum Corporation Ltd, with a bid end date of September 26, 2024. Bidders must have a minimum average annual turnover of 50 lakhs and at least three years of relevant experience. The estimated bid value is approximately 9.86 million, and the contract period is two years.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views38 pages

GeM Bidding 6896228

The document outlines the bid details for a housekeeping and tank wagon unloading service contract with Bharat Petroleum Corporation Ltd, with a bid end date of September 26, 2024. Bidders must have a minimum average annual turnover of 50 lakhs and at least three years of relevant experience. The estimated bid value is approximately 9.86 million, and the contract period is two years.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 38

Bid Number/बोली मांक ( बड सं या) : GEM/2024/B/5391871

Dated/ दनांक : 12-09-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 26-09-2024 14:00:00

Bid Opening Date/Time/ बड खुलने क तार ख/समय 26-09-2024 14:30:00

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Petroleum And Natural Gas

Department Name/ वभाग का नाम Bharat Petroleum Corporation Ltd

Organisation Name/संगठन का नाम Bharat Petroleum Corporation Ltd

Office Name/कायालय का नाम Njp Top

Custom Bid for Services - BHARAT PETROLEUM CORPORATION


LIMITED Registered Office Bharat Bhavan 4 6 Currimbhoy Road
Item Category/मद केटे गर Ballard Estate Mumbai400 001 MEMORANDUM OF AGGREMENT
AMC OF HOUSEKEEPING TANK WAGON UNLOADING AND MISC
JOBS AT NJP TOP

Contract Period/अनुबंध अविध 2 Year(s)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत वा षक 50 Lakh (s)
टनओवर (3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

Past Experience of Similar Services


required/इसी तरह क सेवाओं का पछला आव यक अनुभव Yes
है

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested in


ATC),Additional Doc 1 (Requested in ATC)
Document required from seller/ व े ता से मांगे गए *In case any bidder is seeking exemption from Experience /
द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by the
buyer

1 / 38
Bid Details/ बड ववरण

Do you want to show documents uploaded by


Yes
bidders to all bidders participated in bid?/

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

This bid has been created/published with floor price(minimum


Floor Price/ यूनतम मू य value) selected by the Buyer. Service Providers are advised to
quote above the minimum floor value.

Estimated Bid Value/अनुमािनत बड मू य 9864363

Evaluation Method/मू यांकन प ित Total value wise evaluation

Financial Document Indicating Price Breakup


Required/मू य दशाने वाला व ीय द तावेज ेकअप Yes
आव यक है

EMD Detail/ईएमड ववरण

Required/आव यकता No

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st March of
the previous financial year, should be as indicated above in the bid document. Documentary evidence in the form of
certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant / Cost Accountant
indicating the turnover details for the relevant period shall be uploaded with the bid. In case the date of constitution /
incorporation of the bidder is less than 3-year-old, the average turnover in respect of the completed financial years
after the date of constitution shall be taken into account for this criteria.
2. Years of Past Experience required: The bidder must have experience for number of years as indicated above in bid
document (ending month of March prior to the bid opening) of providing similar type of services to any Central / State
Govt Organization / PSU. Copies of relevant contracts / orders to be uploaded along with bid in support of having

2 / 38
provided services during each of the Financial year.
3. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as defined in
Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued by Ministry of
Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned Ministry. If the
bidder wants to avail the Purchase preference for services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the offered
service. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band as defined in the relevant policy, then 100% order quantity will be awarded to such MSE bidder
subject to acceptance of L1 bid price. The buyers are advised to refer to the OM_No.1_4_2021_PPD_dated_18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy for
Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017. Benefits of
MSE will be allowed only if seller is validated on-line in GeM profile as well as validated and approved by Buyer after
evaluation of documents submitted.
4. If L-1 is not an MSE and MSE Service Provider (s) has/have quoted price within L-1+ 15% of margin of purchase
preference /price band as defined in the relevant policy, then 100% order quantity will be awarded to such MSE bidder
subject to acceptance of L1 bid price.
5. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and for
determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc. This has no
relevance or bearing on the price to be quoted by the bidders and is also not going to have any impact on bid
participation. Also this is not going to be used as a criteria in determining reasonableness of quoted prices which would
be determined by the buyer based on its own assessment of reasonableness and based on competitive prices received
in Bid / RA process.
6. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services over the
last three years i.e. the current financial year and the last three financial years(ending month of March prior to the bid
opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the estimated
cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated cost;
or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated cost.

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

Introduction about the project /services being proposed for procurement using custom bid
functionality:1726130125.pdf

Instruction To Bidder:1726130130.pdf

Scope of Work:1726130146.pdf

Payment Terms:1726130263.pdf

Project Experience and Qualifying Criteria Requirement:1726130519.pdf

GEM Availability Report ( GAR):1726130531.pdf

Buyer's Competent Authority Approval:1726130594.pdf

Undertaking of Competent Authority is mandatory to create Custom Bid for Services. Please download
standard format document and upload:1726130601.pdf

Any other Documents As per Specific Requirement of Buyer -1:1726130640.pdf

Custom Bid For Services - BHARAT PETROLEUM CORPORATION LIMITED Registered Office
Bharat Bhavan 4 6 Currimbhoy Road Ballard Estate Mumbai400 001 MEMORANDUM OF
AGGREMENT AMC OF HOUSEKEEPING TANK WAGON UNLOADING AND MISC JOBS AT NJP
TOP ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

3 / 38
Specification Values

Description /Nomenclature of
BHARAT PETROLEUM CORPORATION LIMITED Registered Office Bharat Bhavan 4 6
Service Proposed for
Currimbhoy Road Ballard Estate Mumbai400 001 MEMORANDUM OF AGGREMENT
procurement using custom bid
AMC OF HOUSEKEEPING TANK WAGON UNLOADING AND MISC JOBS AT NJP TOP
functionality

Regulatory/ Statutory
YES
Compliance of Service

Compliance of Service to SOW,


YES
STC, SLA etc

Addon(s)/एडऑन

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

The quantity
of
Consignee procurement Additional
S.No./ .
Reporting/Officer/प Address/पता "1" indicates Requirement/अित र
सं. आव यकता
रे षती/ रपो टग अिधकार Project based
or Lumpsum
based hiring.

1 Rahul Majumder 734007,BPCL NJP TOP 1 N/A

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or contract
duration can only be increased up to 25 percent. Bidders are bound to accept the revised quantity or duration

2. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

Tender Scope of Job & Special Conditions of Contract

1. This tender is floated for the purpose of inviting party for the job of housekeeping and tank wagon decantation j
ob of BPCL NJP TOP

BPCL POL Depot NJP TOP – Located at Dabgram West Bengal.

The entire job will be comprehensive of the mentioned services and party to consider the same during su

4 / 38
bmission of bids. Details of the services/job included for each of the locations are detailed below:

SL NO DESCRIPTION QTY UNIT

1 Housekeeping and Tank wagon decantation tender for POL depot for NJP TOP

Providing Manpower assistance for the operatorship/tank wagon


decantation/housekeeping service contract of BPCL NJP TOP by e
nsuring following heads.

1. Providing semi skilled manpower for wagon unloading operation/house


keeping job throughout

2. Providing minimum 10 nos of staffs for tank wagon decantation at any


point of time based on wagon placement

Mont
10 3. Housekeeping staff for regular housekeeping of inside and outside of of 1
h
fice premise

4. Providing all the required stationery material like cutter, wire brush, off
ice housekeeping related material etc for operational requirement

5. Ensuring tree trimming by skilled staffs for at least fortnightly basis as


per instruction of EIC

6. Cleaning of all the safety harness, cloths, table top covers, towels etc o
n daily basis

2. The successful bidder shall be required to pay a security deposit of Rs. 25,000.00 in the form of DD to Bharat Pet
roleum Corporation Limited which shall be retained till the time of successful completion of job. The amount shal
l be release in total to the vendor immediately after completion of job after processing of Final Bill.

3. The successful bidder shall be required to form a contract with Bharat Petroleum for the required period within 1
5 days from the date of issue of LOI/PO.

4. The successful bidder shall be required to submit the Bank guarantee for 10% of the contract value for the contr
act period + 6 month within 1 month from the date of LOI/PO.

5. BID-QUALIFICATION CRITERIA

5 / 38
BPCL would like to qualify vendors for undertaking the above work as indicated in
he brief scope. Detailed bid qualification criteria for short listing vendors shall be as
follows:

a. Technical Criteria:

i. SIMILAR WORKS COMPLETED:

A vendor with prior experience in providing operatorship/Housekeeping/Tank wagon operation/othe


r job service to the Oil marketing companies with minimum 3 years of experience will only be consi
dered and any vendor not uploading required documents may get rejected without any further com
munication after the tender completion date.

Any experience is providing operatorship service/manpower service to any Petroleum depot/refiner


y/terminal/company operated retail outlets will be considered for the past experience criteria which
is a must for the subject tender.

The value of the works (including taxes) completed by the bidders (proof of completion to be submitted) should
be as follows:

a. One single order of similar work of 80% of the Estimated Bid Value
OR

b. Two orders of similar works each of 50% of the Estimated Bid Value
OR

c. Three orders of similar works each of 40% of the Estimated Bid Value

ii. Definition of Similar Works: -

Similar works shall be considered as:-

“Proving operatorship/manpower contract to Depot or company operated retail outl


ets.”

The following documents should be submitted in support of the Technical Criteria re


quirement as mentioned above:

1. Signed Agreement/PO copy/Work order/LOI or any other document which shows val
ue of awarded works along with BOQ clearly showing the quantities.

6 / 38
2. Completion Certificate/Final Bill certified by the client or any other document which
conclusively proves completion of the awarded work. This document shall clearly m
ention Name of the client, Name of the job, Work Order/Purchase Order/LOA No. an
d date, Awarded value, Completed value and Date of completion.

3. The bidder should furnish along with their bid all relevant BQ documents for establi
shing similar works, Values & additional requirements of BQC.

4. In case of combined works, clear calculations showing the bifurcation cost towards
the similar work as defined above, duly certified by TPIA should be submitted.

5. The work order for similar work(s) shall be in the name of the bidder. Works execut
ed as part of Joint Venture/consortium will not be considered.

Following document to be submitted by vendor for qualifying the technical round.

1. Singed agreement on the wage and expense head confirming payment of minimum wages as per
the ATC document along with Bonus payment to staffs during Durga puja in advance for the entire
year (To recover on month basis afterwards)

2. Past experience criteria for providing similar service to POL depots/Company owned outlets/Retai
l outlets

3. Other document as required in the GeM Bid

4. Financial criteria qualifying as per the below details

5. Any change in minimum wages will be reimbursed to vendor upon payment to staffs at actual an
d no other charges will be applicable on the same.

b. Financial Criteria:

I. Average Annual Turnover:


The minimum average annual financial turnover of the bidder during the last three
years, ending on 31st March of the previous financial year i.e. 2023, should b
e 80% of Estimated Tender Value i.e. approx. INR 60 Lac and more. Documentary e

7 / 38
vidence in the form of certified Audited Balance Sheets of relevant periods or a certi
ficate from the Chartered Accountant / Cost Accountant indicating the turnover deta
ils for the relevant period shall be uploaded with the bid. In case the date of constit
ution / incorporation of the bidder is less than 3-year-old, the average turnover in re
spect of the completed financial years after the date of constitution shall be taken i
nto account for this criteria.

c. Net Worth:

The bidders should have positive net worth as per the latest audited financial stateme
nt.

Bidder shall furnish last 03 years Annual Report/ audited balance sheets including Prof
it and Loss Accounts along with the Bid to establish Bidder's conformance to Qualificat
ion Criteria.

7. Special condition specific to the tender:

1. Vendor has to keep the minimum number 10 workforce all the time to ensure smooth r
unning of the unloading operation

2. Vendor to visit personally or a nominated Super visor to be kept for supervising the job
s

3. Housekeeping staff to be kept for entire office cleaning even during wagon unloading o
peration

4. Vendor to note that payment will be made on the basis of proof of payment or cost incu
rred on each head along with cross checking in PF and ESI portal

Manpower : wage slip, PF/ESI and evaluation criteria signed by officer

8 / 38
Tree Trimming: Certification from officer on the job/Gate pass of the manpower
engaged for tree trimming

Release memo and RR submission: Simple declaration

Consumable: Purchase receipt.

Scope of Jobs/Terms and conditions

Scope of jobs under Tender of “Housekeeping, Tank Wagon Unloading and Misc Jobs” at NJP TOP:

1) Unloading of rakes as and when tank wagons are placed. Tank wagon hoses to be disconnected from both end
s after every receipt operation and to be placed in dedicated hose stand. The hose and unloading sections to be
blinded after each receipt operation.

2) Housekeeping of area near sludge pit, watch tower no. 1 and 2 up to TWD pump house-incl road from TK06 to
tower no. 1, road from tower no. 1 to tower no. 2, road from tower no. 2 to TWD pump house , road from TWD pu
mp house to TK06, cleaning of drains

3) Housekeeping inside the tank farm area-cleaning of drains, sweeping inside the tank farm, removal of algae fr
om the tank pad and dyke, uprooting of tree branches from the tank pad, cleaning of dyke.

4) Cleaning of road around the tank farm, including the pipeline area and cleaning of pipelines. Cleaning of under
neath of pipeline and removal of all vegetation and algae. Cleaning involves sweeping of dry leaves around the r
oad, removal of algae from the pipeline support, removal of algae from outside Earth-pit chambers etc.

5) Housekeeping of TLF gantry, TLF pump house, Receipt pump house, Blending pump house, UG tank farm
area, TLC area, TWD pump house, Strainer Sump area, P/H manifold of each of the three-pump house. All cleanin
g should include pipelines and equipment’s attached.

6) Housekeeping of TWD siding area including drains and grass cutting, Tree trimming, algae cleaning and swee
ping. Cutting of tree roots in the boundary walls

7) Housekeeping of control room, cleaning of Panels with Vacuum cleaner, cleaning of indoor rooms from spider
nets and other things.

8) Cleaning of entire toilet (2 no. in Admin Bldg ground floor, 2 nos in admin bldg. first floor, 1 no. of

tank lorry crew/contract labor)

9) Daily cleaning of entire admin building including officers’ and staff rooms, dining room, conference room, DG r
oom, panel room, Fire engine room, Security room, Planning Room and attached Excise Office room. Also daily cl

9 / 38
eaning of VCB room, Transformer yard (under supervision of electricians)

10) Gardening job inside the admin area and plant area, trimming of plants.

11) Cleaning of road and areas around the admin building.

12) Cleaning of fire water tank area, pad area, peripheral drain of water tank.

13) Cleaning of all display boards inside admin area and plant area.

14) Cleaning of OWSs on half-yearly basis.

15) Cleaning of facilities like fire hoses, foam barrels, monitors, hydrants etc.

16) Cleaning of chairs cover, sofa covers, safety harness at gantry, boiler suits of officers and washing and cleani
ng of towels at admin building/toilets etc.

17) Providing brooms/detergents/naphthalene/cleaning solutions required for the housekeeping activities.

18) Service water tank cleaning

19) Verification of tank lorry calibrations whenever required and quarterly verification of K facto by prover
vessel.

20) Tree trimming of big trees

21) Removal of water and cleaning of tank manhole sump of UG tanks and Grass cutting of UG tank farm area.

22) Staking and cleaning of store room

23) Proper storage of additives in additive shed and samples in sample room in licensed area.

Housekeeping evaluation criteria:

10 / 38
Jobs Job Detail Frequency · Expectations from job being
executed

Wagon siding Cleaning of drain and placeme Bi monthly i.e. minim


· Drains to be clean at all tim
nt of drain cover after cleaning um once every 15 da es
ys
· Drain covers to be placed ap
propriately at all times

Putting of hose in stand After each receipt · Hoses to be kept in hose


stand only

· Hoses to be disconnected fr
om both ends after every T
W receipt.

· No hoses should be kept layi


ng on the ground.

Blinding of unloading point and After each receipt · Each hoses and unloading st
hose and point to be blinded with
available blind covers and b
olted after every TW receipt.

Area to be free from gaskets , Daily · No plastics, gaskets or other


plastics or any other residuals residuals should be seen thr
own away in the TW siding a
rea.

Grass cutting Weekly · TW siding should be free fro


m grass and vegetation in th
e surrounding areas at all ti
me.

Tree trimming Quarterly · Trees to be trimmed quarter


ly and tree roots to be remo
ved from boundary walls.

Algae cleaning and sweeping Daily · TW siding area to be swept


daily and area should be ma
de free from algae.

Tank Farm Sweeping of dry leaves on roa Daily · Dry leaves to be swept away
d around tank farm from road around tank farm
daily.

Housekeeping of area near slu Daily · The mentioned areas to be c


dge pit, watch tower no. 1 and leaned daily
2 up to TWD pump house-incl r
oad from TK06 to tower no. 1, r · Scraps to be placed only at s
oad from tower no. 1 to tower crapyard.
no. 2, road from tower no. 2 to
TWD pump house , road from T · Roads to be cleaned at all ti
WD pump house to TK06 me

· Vegetation growth to be re
moved

Sweeping of inside dyke area a Every alternate day· Dyke area to be kept clean a
nd disposal of the same nd free from dry leaves at
all time.

11 / 38
Tank pad vegetation and algae Bi monthly i.e. minim
· tank pad and dyke should b
removal um once every 15 da e free from algae growth at
ys all time ,

· Uprooting of tree branches t


o be done from the tank pad
.

Cleaning of drain Bi monthly i.e. minim


· Drains to be clean at all tim
um once every 15 da es
ys
· Drain covers to be placed
appropriately at all times

Pump House Removal of water and cleaning Once every week · Drains to be clean at all tim
of manifold drains es
(TWD, TLF ,PLT P
ump house, blen · Drain covers to be placed
ding pump house appropriately at all times
)
· Water to be removed to pre
vent clogging.

· Pump house Manifold area t


o be kept clean, free from d
ebris and free from water lo
gging.

Removal of water and cleaning Once every week · Water to be removed from e
of exchange pit xchange pit

· Exchange pit to be cleaned


weekly and properly maintai
ned at all time.

Cleaning of pumps Once every month · Pumps surface to be cleaned


with dry cloth every monthly
.

Sweeping of pump house Daily · All pump houses to be swept


daily and kept clean at all ti
me.

UG Tank Farm Ar Removal of water and cleaning As and when require· UG tank manhole sumps to b
ea (both TF 1 and of tank manhole sump d e kept free from water at all
2) time.

Grass cutting of UG tank farm a Bi monthly i.e. minim


· UG tank farm area should be
rea um once every 15 da kept clean and free from gra
ys ss at all time.

TLF gantry and it Cleaning of inside of drain alon Bi monthly i.e. minim
· Drains to be kept clean,
s surrounded are g TLF gantry um once every 15 da free from sedimentation all
a ys along the TLF gantry.

· Drain covers to be placed


appropriately at all times

Sweeping of TLF area Daily · TLF gantry ground area to b


e swept daily and area to be
kept free from debris.

Cleaning of top gantry structur Daily · Gantry structure to be clean


e ed daily along with QC instru
ment box and GO sitting are
a at gantry

12 / 38
Cleaning of top surface of gant Weekly · Exterior of gantry instrumen
ry instruments like PD meter, a ts to be clean by dry cloth.
ir eliminator, BCU etc.

Washing of safety harness Bi monthly i.e. minim


· One set of safety harness to
um once every 15 da be brought for gantry for wa
ys shing in every 15 days and r
eturned again to wash the ot
her set.

Admin Building Cleaning of road and areas aro Daily · Roads and areas around the
und the admin building admin building to be cleane
d by sweeping daily

Cleaning and sweeping of all s Daily · All service buildings to be ke


ervice buildings pt clean and swept all time.

Cleaning of MCC and admin offi Bi monthly i.e. minim


· MCC and admin office roof t
ce roof and removal of vegetati um once every 15 da o be cleaned twice every mo
on ys nth and it should be free fro
m vegetation.

washing and cleaning of towels Every alternate day· Towels of bathroom and dini
at admin building/toilets includi ng room to be washed and r
ng washing of boiler suits of off eplaced with alternate set in
icers every alternate day

· Towels of chairs and boiler s


uits of officers to be washed
weekly.

Cleaning of toilets (2 no. in Ad Daily · Toilets to be kept clean and


min Bldg ground floor, 2 nos in free from odour.
admin bldg. first floor, 1 no. of
tank lorry crew/contract labour · Floor to be swept with deter
) gent daily.

· Commode to be cleaned wit


h harpic etc daily.

Washing of table cloths, sofa c Weekly · Table cloths, sofa cover , kit
over, kitchen cover chen cover etc to be washed
every week.

Cleaning of inside chamber of Daily · Daily cleaning of desks of ea


each room( all rooms incl office ch room of admin building
rs’ room and staff rooms and ki
tchen )and removing of spider · Dirt or spider webs to be re
web moved from interiors of roo
m.

· Kitchen to be cleaned daily.

Cleaning of service water tank Once a week · Service water tank to be cle
aned and clear water to be e
nsured.

Sweeping of entire admin Daily · Entire admin office floors to


office floors be swept daily and kept clea
n throughout the day.

13 / 38
Cleaning of dining room Daily · Dining room floor to be swe
pt daily.

· Dining table and side drawer


to be cleaned daily.

· Wash basin to be cleaned da


ily.

Staking and cleaning of store r Once a week · Store room materials to be s


oom tacked in a traceable manne
r

· Cleanig of store room to be


done on weekly basis.

Cleaning of conference room Daily · Conference room floor to be


swept and kept clean

· Conference room table and c


hairs to be cleaned and kept
properly.

Gardening job inside the admin Daily · Trimming of plants to be don


area and plant area e

· Plants to be watered as per r


equired frequency.

· Sweeping of green area near


fire water tanks to be done
daily.

Providing water to each office c Daily · Water to be provided to eac


abin h cabin daily morning.

Control Room ,Se Sweeping of the floors Daily · Floors of each room to be sw
curity Room, Pla ept daily.
nning room and E
xcise office room
Cleaning of the keyboards and Daily · Keyboards and table trays to
table trays be kept free from dirt at all t
ime .

Cleaning of table tops Daily · Desktop table tops to be cle


aned daily with dry cloth

· Panels outer surface to be cl


eaned with dry cloth.

Cleaning of inside chamber of Daily · Daily cleaning of desks of ea


each room including removing ch room.
of spider web
· Dirt or spider webs to be re
moved from interiors of roo
m.

DG room, panel r Sweeping of the floors Daily · Floors of each room to be sw


oom, Fire engine ept daily as applicable.
room, VCB room,
Transformer yard
Cleaning of inside chamber of Daily · Daily cleaning of each room.
each room including removing
of spider web · Dirt or spider webs to be re
moved from interiors of roo
m.

14 / 38
Fire water tank ar Cleaning of fire water tank Bi monthly i.e. minim
· Tank pad and nearby area to
ea area, pad area um once every 15 da be cleaned from algae forma
ys tion , vegetation growth etc.

Cleaning of peripheral drain of Bi monthly i.e. minim


· Drains to be kept clean, free
water tank. um once every 15 da from sedimentation and veg
ys etation growth all along the f
ire water tanks.

Pipelines (water a Cleaning and washing of pipeli Monthly · All the pipelines to be washe
nd product includ nes with detergent d with water and detergent
ing RCD) monthly and kept clean.

Cleaning of underneath of pipe Monthly · The underneath of pipelines


lines to be cleaned by removal of
accumulated sedimentation.
Washing of valves Monthly · Valves to be washed and ke
pt clean

Removal of algae from pipeline Bi monthly i.e. minim


· Pipeline supports to be clean
support. um once every 15 da ed and made free from alga
ys e formation.

Firefighting facilit Cleaning of facilities like fire ho Monthly · All fire hoses, foam barrels,
ies housekeeping ses, foam barrels, monitors, hy monitors, hydrants to kept cl
drants etc eaned.

Cleaning of both OWS. Half yearly · Cleaning of both OWS as per


SOP.

Miscellaneous Cleaning of all display boards i Bi monthly i.e. minim


· All display boards to be clea
nside admin area and plant are um once every 15 da ned and maintained.
a ys

Providing housekeeping materi As and when require· All housekeeping items requ
al d ired for housekeeping to be
procured and provided by ve
ndor.

Verification of tank lorry and b As and when require· Tank lorry calibration to be d
ay calibrations quarterly verific d one on calibration bay by filli
ation ng water in prover and then
in TL

· K factor quarterly verificatio


n to be done by filling in pro
ver under supervision of
officer.

Proper storage of additive barr As and when require· Additives when received to b
els d e stored in designated area
only and brought to pump h
ouse for blending

Proper storage of sample in sa Daily · Sample to be taken to sampl


mple room e room in licensed area and
stored properly.

15 / 38
1. PAYMENT FOR WORK DONE :

a. In consideration of the services to be rendered by the Labour contractor the company shall pay a sum of
money as quoted by the vendor (inclusive of GST) during the aforesaid period and service charge will be a
s per the quote received from the vendor. However GST will be payable as per norms.

a. Salary Wages of 10 Semi-skilled Housekeeping staff : As per minimum wages and will be given as and
when the minimum wages is changed by government.
b. Housekeeping expenses (like Naphthalene, phenol, room freshener, handwash,
c. all sorts of tools for grass cutting and sweeping etc as per order of EIC): Vendor to quote for the same i
n the wage head column under relevant section
d. Refreshment for workers (Tea/coffee) : Vendor to quote for the same in the wage head column und
er relevant section
e. Tree Trimming changes : Vendor to quote for the same in the wage head column under relevant
section
f. Tank wagon unloading on Holidays/off-shift time charges : Vendor to quote for the same in the wage
head column under relevant section. Such payment to be kept only for holiday/off time unload
ing which is rare.
g. Washing of all cloths/IFR/safety harness : Vendor to quote for the same in the wage head column u
nder relevant section

b. Payments will be made on monthly basis within 15 days from date of bill submission, made by the Labour
Contractor supported by appropriate documents. The contractor is required to attach the attendance shee
t, EPF Challan, ESI Challan, Proof of salary paid, etc with the bills. The payment in all cases shall be in acc
ordance with all the rate/terms agreed upon.

c. All payments shall be subjected to deduction of Income Tax and other statutory deductions as may be app
licable from time to time as per Govt. of India norms.

d. In case the labour contractor is unable to perform the job when required by the company, the company
will arrange for alternatives and the cost of the same will be debited to the labour contractor.

e. LIQUIDATED DAMAGES - If the contractor does not complete the work within the scheduled time, the comp
any reserves the right to recover liquidated damages @ 0.5% of the total executed contract value for ever
y week of delay or part thereof subject to a maximum of 5% of the total executed contract value until the
work is satisfactorily completed and handed over.

f. Any accident/damage due to the negligence on the part of the labour contractor resulting in the loss of the
company’s property, the cost will be recovered from the labour contractor.

2. STATUTORY REQUIREMENTS:

a. The contractor shall abide by all the provisions of all Labour Enactment laws as applicable particularl
y in respect of Minimum Wages Act, EPF Act and ESI Act. BPCL reserves the right to inspect the record
s maintained by you for all the Payments made regarding the above.

b. BPCL will not be responsible for the death or any injury or other bodily harm sustained by you or by
your contract labour inside or outside the depot premises while performing the job.

16 / 38
c. No CHILD LABOUR shall be engaged for the Job.

d. The Labour contractor shall confirm to the provisions of Acts of Parliament or State Legislatures and
to any bye laws orders or notifications of any Government, Municipal or local authority for the time be
ing in force affecting the work undertaken by him and will give all necessary notices to and obtain re
quisite sanction and permits of and from Municipal and any other authority in respect of the said work
or the materials to be used thereat and generally will comply with the building and other regulations
of such authorities and will keep the Company indemnified against all claims, penalties and losses tha
t may be incurred by it, by reason of any breach by the labour contractor of any statues bylaws, rules
, regulations, notifications, etc. The labour contractor undertakes to ensure due and complete compli
ance with all laws regulations, rules etc. whether of central government or state government or of an
y other competent authority applicable to the workmen employed or whose services are otherwise av
ailed of by the labour contractor whether in connection with the construction work at the site or other
wise. The company shall have the right to inspect the records maintained by the labour Contractor co
ncerning such workmen from time to time and the labour contractor shall whenever required by the c
ompany produce such records as the company may call upon the labour contractor to produce for the
company inspection in order to ascertain whether or not the requirement of all such laws, regulations,
rules, etc. have been complied with by the labour contractor.

e. In the event of any contravention of such laws, regulations rules, etc. coming to light whether as a re
sult of such inspection / or otherwise the company shall have the right to require the labour contracto
r to effect such compliance within such time as the company may prescribe in that behalf and in the e
vent of the labour contractor failing to effect such compliance within the time prescribed by the comp
any then the company shall without prejudice to his right be entitled to withhold from the amount pa
yable to the labour contractor any amount payable to the workmen under any such laws, regulations
or rules and to make payment thereof to the workmen. The Company shall also have in that event the
right to terminate the contract with immediate effect and to exercise powers reserved to the Compan
y under the contract as a result of termination.

f. The labour contractor agrees to comply with all statutes, rules, regulations including employees prov
ident fund (and miscellaneous provisions) act, Minimum wages act, contract labour (Regulation & abo
lition act, 1970), payment of bonus act and shall pay wages which shall not be less than minimum wa
ges prescribed by the Government to the employees deployed in the Company’s premises and the Co
mpany shall stand indemnified against any claims on these scores.

g. The Labour Contractor is required to provide insurance coverage for his men to cover accidents for c
ompensation for death/disablement/partial disablement cases etc.

3. HSSE REQUIREMENT :

a. The contract labour engaged by you for the contract should strictly adhere to all the safety norms insid
e the depot as well as while performing the jobs. And you or your contract labour shall not be intoxicate
d or under the influence of alcohol while performing the jobs.

b. The contractor shall ensure that he and or his workmen or representatives shall not smoke or carry ma
tches or lighters or mobile phones or any other inflammable material inside the Installations. If any inju
ry resulting in death or damage to any property occur as a result of violation of this clause, the labour
Contractor shall be held responsible for the consequence thereof.

c. Contract labour shall wear ID card issued by the contractor during working inside the plant premises.

d. PVC to be submitted with in 1 month from the issue of LOI/PO.

17 / 38
4. SUBLETTING CONTRACTORS :

a. The labour contractor shall not without the prior written consent of the Company, sublet or assign this agr
eement or any part thereof provided always that any consent given by the Company for assigning or subl
etting will not relieve the labour contractor from the full and entire responsibility of his obligations under t
his agreement and or instructions issued to him from time to time.

5. RESTRICTION TO SEEK EMPLOYMENT FROM THE COMPANY :

a. The labour Contractor agrees and accepts that this agreement has been arrived at between the Company
and the labour Contractor on Principal to Principal basis. The labour Contractor further agrees and accepts
that the employees engaged/deployed by the labour contractor for purpose of carrying out its business un
der the Agreement shall be the employees of the labour contractor and they shall have no privities of cont
ract/employment with the company during the periods of contract or after contract or after cessation of th
e same and shall indemnify the company from any types of claims or case filed by any of your employees
against the company in any court of law.

6. WORKMEN’S COMPENSATION LIABILITY:

a. The labour Contractor, his heirs, executors and administrator (and in the case of a Limited Company, its
successors and assigns) shall hold the Company harmless and indemnified from and against all claims,
costs and charges for which the Company shall be liable under the Workmen’s Compensation Act, and
any enactment for the time being in force in that behalf and any amendments thereof and the expens
es to which it shall be put there under, both in respect of personal injuries (which the meaning of th
e said Act) to the employees and servants of the labour Contractors, if any, and/or permitted assigns, arisi
ng out of or occasioned during the currency of this Agreement, through the acts, or omissions whether du
e to negligence or otherwise of the labour Contractor, sub-contractor (s), permitted assigns and also in res
pect of the personal injuries (as understood under the said Act) to the servants and employees of the Com
pany arising out of or occasioned through, the acts and commissions whether due to negligence or otherw
ise, of the labour Contractor, sub-contractor(s) permitted assigns and/or his servants and employees in ca
rrying out any of the provisions of this Agreement. The labour Contractor shall further indemnify the Comp
any against such claims from third parties in respect of injuries arising out of or occasioned through the ac
ts and omissions, whether due to negligence or otherwise, of the labour Contractor, sub-contractors permi
tted assigns and/or his servants and employees in carrying out any of the provisions of this Agreement.

7. ARBITRATION :

a. Any dispute or difference of any nature whatsoever any claim, cross-claim counter-claim or set off of the C
orporation against the labour Contractor or regarding any right, liability, act, omission or account of any th
e parties hereto arising out of or in relation to this agreement shall be referred to the Sole Arbitration of th
e Director (Marketing) of the Corporation or of some officer of the Corporation who may be nominated by t
he Director (Marketing). The labour Contractor will not be entitled to raise any objection to any such arbitr
ator on the ground that the arbitrator is an Officer of the Corporation or that he has dealt with the matters
to which the contract relates or that in the course of his duties as on officer of the Corporation he had exp
ressed views on all or any other matters in dispute or difference. In the event of the arbitrator to whom th
e matter is originally referred being transferred or vacating his office or being unable to act for any reason
, the Director (Marketing) as aforesaid at the time of such transfer, vacation of office or inability to act ma
y in the discretion of the Director (Marketing) designate another person to act as arbitrator in accordance
with the terms of the agreement to the end and intent that the original Arbitrator shall be entitled to conti

18 / 38
nue the arbitration proceedings notwithstanding his transfer or vacation of office as an officer of the Corpo
ration if the Director (Marketing) does not designate another person to act as arbitrator on such transfer, v
acation of office or inability of original Arbitrator. Such persons shall be entitled to proceed with the refere
nce from the point at which it was left by his predecessor. It is also the term of this contract that no perso
n other than the Director (Marketing) or person nominated by such Director (Marketing) of the Corporation
as aforesaid shall act as arbitrator there under. The award of the arbitrator so appointed shall be final con
clusive and binding on all parties to the agreement subject to the provisions of the Arbitration Act, 1940 or
any statutory modification or re-enactment thereof and the rules made there under for the time being in
orce shall apply to the arbitration proceedings under this clause.

b. The award shall be made in writing and published by the Arbitrator within two years after entering upon t
he reference or within such extended time not exceeding further twelve months as the Sole Arbitrator sha
ll by writing under his own hands appoint. The parties hereto shall be deemed to have irrevocably given t
heir consent to the Arbitrator to make and publish the award within the period referred to hereinabove an
d shall not be entitled to raise any objection or protest thereto under any circumstances whatsoever.

c. The arbitrator shall have power to order and direct either of the parties to abide by, observe and perform
all such directions as the arbitrator may think fit having regard to the matters in difference i.e. dispute bef
ore him. The arbitrator shall have all summary powers and may take such evidence oral and/or document
ary, as the arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all powers under
the Arbitration Act 1940 including admission of any affidavit as evidence concerning the matter in differen
ce i.e. dispute before him.

d. The parties against whom the arbitration proceedings have been initiated, that is to say, the Respondents
in the proceeding, shall be entitled to prefer a cross-claim, counter-claim or set off before the Arbitrator in
respect of any matter or an issue arising out of or in relation to the Agreement without seeking a formal r
eference of arbitration to the Director (Marketing) for such counter-claim, cross-claim or set off and the Ar
bitrator shall be entitled to consider and deal with the same as if the matters arising there from has been
referred to him originally and deemed to form part of the reference made by the Director (Marketing).

e. The arbitrator shall be at liberty to appoint, if necessary any accountant or engineering or other technical
person to assist him, and to act by the opinion so taken.

f. The arbitrator shall have power to make one or more awards whether interim or otherwise in respect of th
e dispute and difference and in particular will be entitled to make separate awards in respect of claims or
cross-claims of the parties.

g. The arbitrator shall be entitled to direct any one of the parties to pay the costs of the other party in such
manner and to such extent as the arbitrator may in his discretion determine and shall also be entitled to r
equire one or both the parties to deposit funds in such proportion to meet the arbitration expenses whene
ver called upon to do so.

h. The parties hereby agree that the courts in the city of Mumbai alone shall have jurisdiction to entertain an
y application or other proceedings in respect of anything arising under this agreement and any award or a
wards made by the Sole Arbitrator thereunder shall be filed in the concerned courts in the city of Mumbai
only.

8. TERMINATION OF THE CONTRACT

19 / 38
Notwithstanding what is stated above, the Company shall be entitled to terminate the Agreement without no
tice upon or any time after the happening of the following event :-

a. If the labour contractor shall be guilty of breach of any of the conditions contained in the Agreement.

b. If at any time during the period of the contract if it is observed by the Company that the service rendered
by the labour Contractor are not to the satisfaction of the Company

c. If the labour contractor is adjudged insolvent and/or become bankrupt.

9. The Labour contractor can submit resignation with 3 month’s prior notice and physical removal of its staff fr
om company’s site before expiry or termination of the Contract.

3. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

4. Service & Support

AVAILABILITY OF OFFICE OF SERVICE PROVIDER: An office of the Service Provider must be located in the state of
Consignee. DOCUMENTARY EVIDENCE TO BE SUBMITTED.

5. Payment

PAYMENT OF SALARIES AND WAGES: Service Provider is required to pay Salaries / wages of contracted staff
deployed at buyer location first i.e. on their own and then claim payment from Buyer alongwith all statutory
documents like, PF, ESIC etc. as well as the bank statement of payment done to staff.

6. Buyer Added Bid Specific SLA

Text Clause(s)

20 / 38
BHARAT PETROLEUM CORPORATION LIMITED

Registered Office : Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai-400 0
01

MEMORANDUM OF AGGREMENT: AMC OF HOUSEKEEPING, TANK WAGON UNLOADING AND MISC. JO


P

AN AGREEMENT MADE this ………………………………… between Bharat Petro


Corporation Limited, a Company incorporated under the Companies Act with its
Registered office at Bharat Bhavan , 4 & 6 Currimbhoy Road, Ballard herein after referred Est
Mumbai-400 001and having offices, among other places at BPCL NJP TOP ( herein after referr
as the company) of the one part and ………………………………………………………………………..
(herein after referred to as the “Contractor”) of the other part.

WHEREBY IT IS AGREED

21 / 38
The Contractor shall carry out and complete such works as mentioned in annexure A by the
Company under this contract from time to time. The Company may authorize any officer at a
time to place orders directly on the contractor and such placing of orders shall be made by
issuing specific letters on its behalf. The work thus entrusted shall be carried out on the term
and condition herein contained and according to the conditions, plans and instructions by the
Company and under the supervision of and to the satisfaction of the Company. The Company
may at its sole discretion accept bank guarantee in lieu of security deposit. If the Company
Demands a bank draft towards security deposit, the same shall be lodged by the Contractor w
the Company.

2. PERIOD OF AGREEMENT

Unless terminated earlier as provided there under, this agreement shall be in force for a peri

Of 1 years with effect from 1 st August - 2021 till 31st July’2022.

Shall continue to be subject to this agreement. The company has the option, at its discre
tion to extend the period of the agreement by one more year on such terms and conditio
ns as may be mutually agreed by the period hereto. Subject as herein mentioned, no gu
arantee can be given as to the number or quantum of work(s) which will be ordered durin
g the period of this contract but the company undertakes to order from the contractor all
works as detailed in the schedule annexed here to, which requires to be done except that
the company reserves to right of placing this contract with one or more contractors as it
may think fit and of obtaining from any source the execution of any work referred to in thi
s agreement to meet an emergency, if the company is satisfied that the contractor is not i
n a position to do the work within the period required. The Company shall further be entitl
ed, at any time to increase or decrease the approximate total quantity of the work mentio
ned in the work order issued there under, after giving reasonable notice to the contractor i
n writing of such increase or decrease.

3. INSPECTION

The Contractor has satisfied himself as to the nature of the work to be executed. Any difficultie
hich the contractor may come across in the course of work shall neither in any away relieve him
om fulfilling the terms of the agreement nor entitle him to claim or receive extra payment unle
he company’s authorized representative is of the opinion that such difficulties could not have
n foreseen.

4. SUPPLY OF MATERIAL/LABOUR

The contractor shall furnish all labour, materials, equipment, tools, tackles, water and everyth
necessary for the fulfillment and completion of the work except such materials as will be agre

22 / 38
o be supplied by the company.

The contractor shall assume all responsibilities for the safety protection and accounting of all
erial/ equipment supplied to the contractor and the work during the contract period. The detai
nd dimensions shown on the job schedule, if any, shall be adhered to by the contractor and no
ernations shall be made therein by the contractor without obtaining prior approval in writing fr
the authorized representative of the company. All material supplied by the Contractor if any, s
be of the best quality, conforming to the required specifications and will be subject to the appr
l of the Company’s authorized representative. If so desired by the Company, the contractor wil
me in favour of the Company a guarantee/ indemnity of a scheduled bank in respect of any lo
amage to the company, arising from any failure of the contractor to discharge his responsibilit
r the safety and protection of all materials/ equipments supplied by the company and of the w
during execution.

5. DAMAGES ON ACCOUNT OF INCOMPLETE WORK

The contractor shall commence the work immediately on receipt of instruction to that effect th
ork will be progressed in accordance with the conditions set out in the letter of entrustment in
pect of the concerned work ( time being the essence) failing which the contractor shall be liab
o pay or allow the Company to deduct from the amount(s) due to him, the agreed contract val
or the said job as per the schedule for the given period of time as damage to the Company for
-completion of jobs. In the event of any of the job found performed unsatisfactory by the corpo
on’s authorized representatives, no payment for that job will be made to the contractor. Shou
e contractor fail to complete the job with the specified time period, he will be liable to pay for
actual cost that company may incur to get the job done by a third party. All the contractual job
maining unattended by the contractor will attract the deduction from the bill amount with resp
to the contract value of the job for the given period of time. Such damages may be deducted
he Company from any money due to the contractor.

6. TERMINATION OF CONTRACT

In the event of the contractor failing to keep to the agreed schedule of work or in the event of
contractors failing to complete the work within the stipulated time the company may notwithst
ing the provision in clause (5) above, terminate this agreement forthwith and employ at the c
actor’s cost another contractor or sufficient members of workmen to complete the work for wh
the damage specified in clause (5) shall not apply from the date or termination of this agreem

7. DEFECTIVE WORK/ MATERIALS

If any work done by Contractor shall be found defective in workmanship or if bad or inferior ma
als have been used the contractor shall at his own risk and cost demolish all such defective w
and rebuild the same and/or replace the bad or inferior materials used to the satisfaction of the
mpany’s authorized representative. The decision of the Company’s authorized representative
his regard shall be final and binding on the contractor. I case of default of the contractor to rem
e the defective work and rebuild the same or replace the bad or inferior materials as aforesaid
e Company shall be entitled to employ a third party to carryout the said job and recover all ex
ses incurred and damages suffered in this regard from the contractor.

8. SUBTITUTION OF CONTRACTOR

If the Company finds it necessary to employ any other person or persons in terms of clause (6)
(7) above, the company may deduct and retain from out of the sum due to the Contractor all s

23 / 38
moneys as may be require to pay or to reimburse themselves inn respect of the expenses incu
d in getting the work so done by a third party and in case such expenses be more than the am
t due to the company, the differences shall be debt recoverable from the Contractor by the Co
any. The contractor shall not do or cause to be done any act or thing that would prevent the pe
ns so employed by the Company from doing the work. On termination of the agreement as afo
aid the contractor shall at his own risk and cost remove from the work site within the time pre
bed by the Company all materials tools and equipment which company considered are not use
or its requirement.

If the Contractor does not remove the materials within such time the company may remove an
ell the same holding the proceeds, less the cost of storage, remove and sell to the credit of the
ntractor should the company incur any loss in respect of the sale it shall be entitled to recover
same from the contractor. The Company shall however be entitled to purchase the materials i
ected and approved as useful for its requirement at the price then prevailing.

9. INSPECTION OF WORK

During the progress of the work the Engineer or any other representative of the Company shal
entitled at all times to have access to inspect the work.

10. SUPERVISION

The Contractor shall provide one or more competent supervisors possessing technical knowled
duly and fully
authorised to act on his behalf in matters relating to the works to be carried out under or any
er matters concerning this agreement and such supervisors should at all times be present at
spot where any work is in progress. Any directions, explanation, instruction or notice in connec
with the work given by the company’s authorised representative to the supervisors or any one
hem shall be deemed to have been given to the contractor.

11. PAYMENT FOR WORK DONE

The company in consideration of the contractor carrying out the work shall pay the contractor
ates given in the schedule annexure B hereto subject to deductions, retention’s and abatemen
any to be made there from. The payment in all cases shall be in accordance with the actual qu
ities based on the measurement as specified there under, by the company’s engineer in charg
he rates of payment for different works are stipulated in the schedule such rates shall remain
for a period of two/ three years as the case may be and the contractor shall not be entitled to
mand any revision of the rates.

The company may however, at its sole discretion review the situation at such intervals as it de
s fit and if upon such review it is felt that the rates need revision suitable changes would be m
in the schedule of rates and the contractors shall be paid revised rates from the date on which
revision are to be enforced by the Company. The payments of the final bill will be made after a
sting the interim payments and retention money as applicable. The retention money so deduc
will be retained for the period of six months from the date of completion of work to safeguard a
nst defects arising out of faulty workmanship or materials provided by the contractor and agai
any other claims against the contractor for any reason whatsoever.

12. MEASUREMENTS

24 / 38
The contractor must submit his final bills in duplicate based on measurement jointly recorded
the company’s engineer with the contractor’s recognized representative. All payments against
bills will be made by NEFT and such payments shall be subject to deductions of income tax and
such other taxes as may be applicable from time to time.

13. SUB-LETTING OF CONTRACT

The contractor shall not without the prior written consent of the company, sublet or assign this
reement or any part thereof, provided always that consent given by the company foe assignin
subletting will not relieve the contractor from the full and entire responsibility of his obligations
der the agreement and/or instructions issued to him from time to time.

14. STATUTORY REQUREMENTS

The contractor shall conform to the provisions of Acts of Parliament of State Legislatures and
ny bye laws, orders or notifications of any Government, Municipal or local authority for the tim
eing in force affecting the work undertaken by him and will give all necessary notices to and o
n requisite sanction and permits to be used thereat and generally will comply with the building
d other regulations of such authorities and will keep the Company indemnified against all claim
penalties and losses that may be incurred by it, by reason of any breach by the contractor of a
statues, bye laws, rules, regulations, notifications, etc. The contractor undertakes to ensure du
nd complete compliance with all laws, regulations, rules etc. whether of central government o
ate government or any other competent authority applicable to the workmen employed or who
services are otherwise availed of by the contractor in connection with the work at the site or ot
wise. The company shall have the right to inspect the records maintained by the contractor co
rning such workmen from time to time and the contractor shall, whenever required by the com
ny, produce such records as the company may call upon the contractor to produce for the com
y inspection in order to ascertain whether or not the requirement of all such laws, regulations
es, etc. have been complied with by the contractor. In the event of any contravention of such l
, regulation, rules etc coming to light whether as a result of such inspection /or otherwise the c
pany shall have the right to require the contractor to effect such compliance within such time
he company may prescribe in that behalf and in the event of the contractor failing to effect suc
ompliance within the time prescribe by the company then the company shall without prejudice
his right, be entitled to withhold from the amount payable to the contractor any amount payab
o the workmen under any such laws, regulations or rules and to make payment thereof to the
kmen. The company shall also have in that event the right to terminate the contract with imme
te effect and to exercise power reserved to the company under the contract as a result of term
tion.

15. SMOKING AND HOT WORK

The work as per this agreement will be restricted to the premises of BPCL Rajbandh TOP , Dur
ur , WB-713212.
a. The contractor shall ensure that he and/ his workmen and representatives shall not s
ke or carry matches or lighter inside the Company Installation. Should any injury resulting in de
or damage to any property occur as a result of smoking or matches or lighter being carried in v
tion of this clause, the contractor shall be held responsible for the consequences thereof.
b. When working in company’s Installation or Depots the contractor shall not carryout an
ork involving the use of fire or which produces heat ( such as welding) without obtain

25 / 38
clearance in the form a “Hot Work Permit” in proper format of the Corporation from the Compa
recognized representatives in writing. Such work may then be undertaken only at places and
er conditions stipulated in the said “Hot
Work Permit” by such representatives of the Company.
c. The contractor shall ensure that all work done by him in the Company’s Installation
Depots will be in accordance with the laid down safety procedures and systems. It will be his r
onsibility to ensure that the supervisor(s) provided by him are fully aware of and understand t
aid down safety procedures and systems.

16. FORCE MAJEURE

The parties to this agreement cannot be responsible for any failure of performance or delay in
formance of their obligations there under if such failure or delay shall be the result of any Gov
ment Directive relevant to this agreement or due to war, hostilities, act of public enemy, riots o
vil commotions, strikes, lock out, fire, floods, epidemics or act of God, arrests and restraints of
ers and people, political or administration acts of recognized or de-facto Government Import o
port restrictions, compliance with the rules and regulations enforced by the government or loc
uthority or any other cause or cause beyond the control of the parties hereto.

17. ARBITRATION

a. Any dispute or difference of any nature whatsoever any claim, cross-claim counter
m or set off of the Corporation against the contractor or regarding any right, liability, act, omis
or account of any of the parties hereto arising out of or in relation to this agreement shall be re
ed to the Sole Arbitration of the Director (Marketing) of the Corporation or of some Officer of th
orporation who may be nominated by the Director (Marketing). The Contractor will not be entit
to raise any objection to any such arbitrator on the ground that the arbitrator is an officer of th
orporation or that he has dealt with the matters to which the contract relates or that in the cou
of his duties as on officer of the Corporation he had expressed views on all or any other matter
dispute or difference. In the event of the arbitrator to whom the matter is originally referred be
transferred or vacating his office or being unable to act for any reason, the Director (Marketing
aforesaid at the time of such transfer, vacation of office or inability to act may in the discretion
the Director (Marketing) designate another person to act as arbitrator in accordance with the t
s of the agreement to the end in intent that the original Arbitrator shall be entitled to continue
arbitrator proceedings notwithstanding his transfer or vacation of office as an officer of the Cor
ation if the Director (Marketing) does not designate another person to act as arbitrator on such
nsfer, vacation of office or inability to act of original arbitrator. Such person shall be entitled to
oceed with the reference from the point which it was left by his predecessor. It is also the term
this contract that no person other than the Director (Marketing) or person nominated by such D
ctor (Marketing) of the Corporation as aforesaid shall act as arbitrator there under. The award
he arbitrator so appointed shall be final conclusive and binding on all parties to the agreemen
bject to the provisions of the Arbitrator Act, 1940 or any statutory modification or re-enactmen
ereof and the rules made there under for the time being in force shall apply to the arbitration p
eedings under this clause.

b. The award shall be made in writing and published by the Arbitrator within two years af
entering upon the reference or within such extended time not exceeding further twelve month
the Sole Arbitrator shall by a writing under his own hands appoint. The partied hereto shall be
med to have irrevocably given their consent to the Arbitrator to make and publish the award w
n the period referred to hereinabove and shall not be entitled to raise any objection or protest
reto under any circumstances whatsoever.

26 / 38
c. The arbitrator shall have power to order and direct either of the parties to abide by, ob
ve and perform all such directions as the arbitrator may think fit having regard to the matters
ifference i.e. dispute before him. The arbitrator shall have all summary powers and may take s
evidence oral and/ or documentary, as the arbitrator n his absolute discretion thinks fit and sha
e entitled to exercise all powers under the Arbitrator Act 1940 including admission of any affid
as evidence concerning the matter in difference i.e. dispute before him.

d. The parties against whom the arbitration proceedings have been initiated, that is to sa
he Respondents in the proceeding, shall be entitled to prefer a cross-claim, counter- claim or se
ff before the Arbitrator in respect of any matter or an issue arising out of or in relation to the ag
ment without seeking formal reference of arbitration to the Director (Marketing) for such coun
claim, cross –claim or set off and the Arbitrator shall be entitled to consider and deal with the s
e as if the matters arising there from has been referred to him originally and deemed to form
of the reference made by the Director (Marketing).

e. The Arbitrator shall be at liberty to appoint, if necessary any accountant or engineering


other technical person to assist him, and to act by the opinion so taken.

f. The Arbitrator shall have power to one or more awards whether interim or otherwise in r
ect of the dispute and difference and in particular will be entitled to make separate awards in r
ect of claims or cross-claim of the parties.

g. The arbitrator shall be entitled to direct any one of the parties to pay the costs of the o
r party in such manner and to such extent as the arbitrator may in his discretion determine and
all also be entitled to require one or both the parties to deposit funds in such proportion to me
he arbitration expenses whenever called upon to do so.

h. The parties hereby agree that the courts in the city of Mumbai alone shall have jurisdi
n to entertain any application or other proceedings in respect of anything arising under this ag
ment and any award or awards made by the Sole Arbitrator there under shall be filed in the co
rned courts in the city of Mumbai only.

18. CLERICAL ERRORS TO BE RECTIFIED

Neither party shall take any advantage of any clerical error or mistake which may occur in the
cifications, plans, instructions or y other papers in connection with the work, but such clerical e
rs or mistakes shall be brought to the notice by the one to the other without any loss of time an
he same shall be rectified.

19. JURISDICTION

This agreement shall be deemed to have been made in Durgapur and shall be construed acco
g to the laws of India and the performance of the contractor of any act on his part herein conta
d shall be considered due in
Kolkata for the purpose of jurisdiction. The headings if Clauses hereto shall not affect the cons
tion thereof.

27 / 38
In witness whereof the said contracting parties have their hands and seals on the day and yea
st herein above witness.

For BHARAT PETROLEUM CORPORATION LTD

_______________________________________

_______________________________________
(Witness)

_______________________________________
(Witness)

CONTRACTOR’S SIGNATURE

______________________________________

______________________________________
(Witness)

______________________________________
(Witness)

ANNEXURE A

Annexure-I:

Scope of jobs under Tender of “Housekeeping, Tank Wagon Unloading and Misc Jobs” at NJP TO

1) Unloading of rakes as and when tank wagons are placed. Tank wagon hoses to be disconnec
from both ends after every receipt operation and to be placed in dedicated hose stand. The ho
and unloading sections to be blinded after each receipt operation.

28 / 38
2) Housekeeping of area near sludge pit, watch tower no. 1 and 2 up to TWD pump house-incl
d from TK06 to tower no. 1, road from tower no. 1 to tower no. 2, road from tower no. 2 to TWD
mp house , road from TWD pump house to TK06, cleaning of drains

3) Housekeeping inside the tank farm area-cleaning of drains, sweeping inside the tank farm, r
oval of algae from the tank pad and dyke, uprooting of tree branches from the tank pad, clean
of dyke.

4) Cleaning of road around the tank farm, including the pipeline area and cleaning of pipelines.
eaning of underneath of pipeline and removal of all vegetation and algae. Cleaning involves sw
ping of dry leaves around the road, removal of algae from the pipeline support, removal of alga
rom outside Earth-pit chambers etc.

5) Housekeeping of TLF gantry, TLF pump house, Receipt pump house, Blending pump house, U
tank farm area, TLC area, TWD pump house, Strainer Sump area, P/H manifold of each of the th
e-pump house. All cleaning should include pipelines and equipment’s attached.

6) Housekeeping of TWD siding area including drains and grass cutting, Tree trimming, algae c
ning and sweeping. Cutting of tree roots in the boundary walls

7) Housekeeping of control room, cleaning of Panels with Vacuum cleaner, cleaning of indoor r
ms from spider nets and other things.

8) Cleaning of entire toilet (2 no. in Admin Bldg ground floor, 2 nos in admin bldg. first floor, 1 n
of
tank lorry crew/contract labor)

9) Daily cleaning of entire admin building including officers’ and staff rooms, dining room, conf
nce room, DG room, panel room, Fire engine room, Security room, Planning Room and attache
xcise Office room. Also daily cleaning of VCB room, Transformer yard (under supervision of ele
cians)

10) Gardening job inside the admin area and plant area, trimming of plants.

11) Cleaning of road and areas around the admin building.

12) Cleaning of fire water tank area, pad area, peripheral drain of water tank.

13) Cleaning of all display boards inside admin area and plant area.

14) Cleaning of OWSs on half-yearly basis.

15) Cleaning of facilities like fire hoses, foam barrels, monitors, hydrants etc.

16) Cleaning of chairs cover, sofa covers, safety harness at gantry, boiler suits of officers and w
hing and cleaning of towels at admin building/toilets etc.

17) Providing brooms/detergents/naphthalene/cleaning solutions required for the housekeeping


tivities.

18) Service water tank cleaning

29 / 38
19) Verification of tank lorry calibrations whenever required and quarterly verification of K fact
y prover vessel.
20) Tree trimming of big trees
21) Removal of water and cleaning of tank manhole sump of UG tanks and Grass cutting of UG
k farm area.

22) Staking and cleaning of store room

23) Proper storage of additives in additive shed and samples in sample room in licensed area.

Jobs Job Detail Frequency · Expectations from job being


executed

Wagon siding Cleaning of drain and place Bi monthly i.e. minimu


· Drains to be clean at all time
ment of drain cover after cle m once every 15 days s
aning
· Drain covers to be placed ap
propriately at all times

Putting of hose in stand After each receipt · Hoses to be kept in hose


stand only

· Hoses to be disconnected fro


m both ends after every TW
receipt.

· No hoses should be kept layi


ng on the ground.

Blinding of unloading point a After each receipt · Each hoses and unloading st
nd hose and point to be blinded with
available blind covers and bo
lted after every TW receipt.

Area to be free from gaskets Daily · No plastics, gaskets or other


, plastics or any other residu residuals should be seen thro
als wn away in the TW siding are
a.

Grass cutting Weekly · TW siding should be free fro


m grass and vegetation in th
e surrounding areas at all ti
me.

Tree trimming Quarterly · Trees to be trimmed quarterl


y and tree roots to be remov
ed from boundary walls.

Algae cleaning and sweepin Daily · TW siding area to be swept d


g aily and area should be mad
e free from algae.

Tank Farm Sweeping of dry leaves on r Daily · Dry leaves to be swept away
oad around tank farm from road around tank farm
daily.

30 / 38
Housekeeping of area near s Daily · The mentioned areas to be cl
ludge pit, watch tower no. 1 eaned daily
and 2 up to TWD pump hous
e-incl road from TK06 to tow · Scraps to be placed only at s
er no. 1, road from tower no crapyard.
. 1 to tower no. 2, road from
tower no. 2 to TWD pump ho · Roads to be cleaned at all ti
use , road from TWD pump h me
ouse to TK06 · Vegetation growth to be rem
oved

Sweeping of inside dyke are Every alternate day · Dyke area to be kept clean a
a and disposal of the same nd free from dry leaves at all
time.

Tank pad vegetation and alg Bi monthly i.e. minimu


· tank pad and dyke should be
ae removal m once every 15 days free from algae growth at all
time ,

· Uprooting of tree branches to


be done from the tank pad.

Cleaning of drain Bi monthly i.e. minimu


· Drains to be clean at all time
m once every 15 days s

· Drain covers to be placed


appropriately at all times

Pump House Removal of water and cleani Once every week · Drains to be clean at all time
ng of manifold drains s
(TWD, TLF ,PLT Pu
mp house, blendin · Drain covers to be placed
g pump house ) appropriately at all times

· Water to be removed to prev


ent clogging.

· Pump house Manifold area to


be kept clean, free from debr
is and free from water loggin
g.

Removal of water and cleani Once every week · Water to be removed from e
ng of exchange pit xchange pit

· Exchange pit to be cleaned


weekly and properly maintai
ned at all time.

Cleaning of pumps Once every month · Pumps surface to be cleaned


with dry cloth every monthly.

Sweeping of pump house Daily · All pump houses to be swept


daily and kept clean at all ti
me.

UG Tank Farm Are Removal of water and cleani As and when required· UG tank manhole sumps to b
a ng of tank manhole sump e kept free from water at all
time.

31 / 38
Grass cutting of UG tank far Bi monthly i.e. minimu
· UG tank farm area should be
m area m once every 15 days kept clean and free from gra
ss at all time.

TLF gantry Cleaning of inside of drain al Bi monthly i.e. minimu


· Drains to be kept clean, free
ong TLF gantry m once every 15 days from sedimentation all along
the TLF gantry.

· Drain covers to be placed


appropriately at all times

Sweeping of TLF area Daily · TLF gantry ground area to be


swept daily and area to be k
ept free from debris.

Cleaning of top gantry struc Daily · Gantry structure to be cleane


ture d daily along with QC instru
ment box and GO sitting
area at gantry

Cleaning of top surface of g Weekly · Exterior of gantry instrument


antry instruments like PD m s to be clean by dry cloth.
eter, air eliminator, BCU etc.

Washing of safety harness Bi monthly i.e. minimu


· One set of safety harness to
m once every 15 days be brought for gantry for was
hing in every 15 days and ret
urned again to wash the othe
r set.

Admin Building Cleaning of road and areas a Daily · Roads and areas around the
round the admin building admin building to be cleaned
by sweeping daily

Cleaning and sweeping of Daily · All service buildings to be ke


all service buildings pt clean and swept all time.

Cleaning of MCC and admin Bi monthly i.e. minimu


· MCC and admin office roof to
office roof and removal of ve m once every 15 days be cleaned twice every mont
getation h and it should be free from
vegetation.

washing and cleaning of tow Every alternate day · Towels of bathroom and dinin
els at admin building/toilets g room to be washed and re
including washing of boiler s placed with alternate set in e
uits of officers very alternate day

· Towels of chairs and boiler s


uits of officers to be washed
weekly.

Cleaning of toilets (2 no. in Daily · Toilets to be kept clean and f


Admin Bldg ground floor, 2 n ree from odour.
os in admin bldg. first floor,
1 no. of tank lorry crew/cont · Floor to be swept with deterg
ract labour) ent daily.

· Commode to be cleaned with


harpic etc daily.

Washing of table cloths, Weekly · Table cloths, sofa cover , kitc


sofa cover, kitchen cover hen cover etc to be washed
every week.

32 / 38
Cleaning of inside chamber Daily · Daily cleaning of desks of ea
of each room( all rooms incl ch room of admin building
officers’ room and staff roo
ms and kitchen )and · Dirt or spider webs to be rem
removing of spider web oved from interiors of room.

· Kitchen to be cleaned daily.

Cleaning of service water ta Once a week · Service water tank to be clea


nk ned and clear water to be en
sured.

Sweeping of entire admin Daily · Entire admin office floors to


office floors be swept daily and kept clea
n throughout the day.
Cleaning of dining room Daily · Dining room floor to be swep
t daily.

· Dining table and side drawer


to be cleaned daily.

· Wash basin to be cleaned dai


ly.

Staking and cleaning of stor Once a week · Store room materials to be st


e room acked in a traceable manner

· Cleanig of store room to be d


one on weekly basis.

Cleaning of conference roo Daily · Conference room floor to be


m swept and kept clean

· Conference room table and c


hairs to be cleaned and kept
properly.

Gardening job inside the ad Daily · Trimming of plants to be don


min area and plant area e

· Plants to be watered as per r


equired frequency.

· Sweeping of green area near


fire water tanks to be done d
aily.

Providing water to each offic Daily · Water to be provided to each


e cabin cabin daily morning.

Control Room ,Sec Sweeping of the floors Daily · Floors of each room to be sw
urity Room, Plann ept daily.
ing room and Exci
se office room
Cleaning of the keyboards a Daily · Keyboards and table trays to
nd table trays be kept free from dirt at all ti
me .

Cleaning of table tops Daily · Desktop table tops to be clea


ned daily with dry cloth

· Panels outer surface to be cl


eaned with dry cloth.

33 / 38
Cleaning of inside chamber Daily · Daily cleaning of desks of ea
of each room including remo ch room.
ving of spider web
· Dirt or spider webs to be rem
oved from interiors of room.

DG room, panel ro Sweeping of the floors Daily · Floors of each room to be sw


om, Fire engine ro ept daily as applicable.
om, VCB room, Tr
ansformer yard
Cleaning of inside chamber Daily · Daily cleaning of each room.
of each room including remo
ving of spider web · Dirt or spider webs to be rem
oved from interiors of room.

Fire water tank ar Cleaning of fire water tank a Bi monthly i.e. minimu
· Tank pad and nearby area to
ea rea, pad area m once every 15 days be cleaned from algae forma
tion , vegetation growth etc.

Cleaning of peripheral drain Bi monthly i.e. minimu


· Drains to be kept clean, free
of water tank. m once every 15 days from sedimentation and vege
tation growth all along the fir
e water tanks.

Pipelines (water a Cleaning and washing of pip Monthly · All the pipelines to be washe
nd product includi elines with detergent d with water and detergent
ng RCD) monthly and kept clean.

Cleaning of underneath of pi Monthly · The underneath of pipelines


pelines to be cleaned by removal of
accumulated sedimentation.

Washing of valves Monthly · Valves to be washed and kep


t clean

Removal of algae from pipeli Bi monthly i.e. minimu


· Pipeline supports to be clean
ne support. m once every 15 days ed and made free from algae
formation.

Firefighting faciliti Cleaning of facilities like fire Monthly · All fire hoses, foam barrels,
es housekeeping hoses, foam barrels, monitor monitors, hydrants to kept cl
s, hydrants etc eaned.

Cleaning of both OWS. Half yearly · Cleaning of both OWS as per


SOP.

Miscellaneous Cleaning of all display board Bi monthly i.e. minimu


· All display boards to be clean
s inside admin area and plan m once every 15 days ed and maintained.
t area

Providing housekeeping mat As and when required· All housekeeping items requi
erial red for housekeeping to be p
rocured and provided by ven
dor.

34 / 38
Verification of tank lorry an As and when required· Tank lorry calibration to be d
d bay calibrations quarterly one on calibration bay by filli
verification ng water in prover and then i
n TL

· K factor quarterly verification


to be done by filling in prove
r under supervision of officer.

Proper storage of additive b As and when required· Additives when received to b


arrels e stored in designated area o
nly and brought to pump hou
se for blending

Proper storage of sample in Daily · Sample to be taken to sampl


sample room e room in licensed area and s
tored properly.

LD Clause: All the above mentioned works need to be completed as per schedule. Any lapses will be covered up
by engaging alternate workers and subsequent amount will be debited in vendors account.

DIFFERENT EXPENDITURE HEADS

EXPENDITURE HEADS REMARKS

It is should be as per lat


est circular of minimum
Basic wages (BW) + Variable Dearness Allowance (VD wage for semi skilled wo
A) rker

Payment as per 26 work


For 26 days ing days(in general)

Total wage will be additi


Total Wage on of minimum wage an
d VDA

It is 4.75% on minimum
Employees State Insurance (ESI) (4.75% Basic + VDA) wage

Employees Provident Fund (EPF) (12% of Basic + VDA It is 12% on minimum w


) age

Employee Deposit Linked Insurance (0.5% of Basic + It is 0.5% on minimum


VDA) wage

35 / 38
Administrative charges (EPF & EDLI) (0.5% Basic + VD It is 0.5% on minimum
A) wage

Uniform and PPE cost fo


r workers. Uniform and
PPE to be provided 2 se
ts per year to all worker
Uniform and PPE allowance
s or 5% of minimum wa
ges to be paid to worker
for buying Uniform (IFR
coverall) and PPE

HRA to be paid to worke


HRA @12% rs on 12% of total wage

washing allowance for U


niform/PPE to be paid to
workers on 3% on total
Washing allowance@3% wage

Refreshment cost to be
paid to workers as 1200
Refreshment for labour Rs per month

Bonus of 8.33% on mini


mum wage to be paid t
o workers at the startin
g of contract and to be
adjusted on monthly ba
Bonus 8.33% (Basic+VDA) sis lateron

Cost of consumable ite


ms for housekeeping jo
bs 1. Napthalene, 2. Phe
nol, 3. collin, 4. lyzol or
similar mopping item, 5.
Handwash for all washro
oms and kitechen, 6. All
sorts of tools for grass c
utting and sweeping, 7.
Grass Poison, 8. Harpic,
Consumables for house keeping per month (vendor to 9. Room freshner. 10. bl
submit list of item and price on monthly basis with bil eaching power 11. caust
l) ic soda

Charges as per require


Tank wagon unloading on Holidays & odd hours, Sub ment to be paid to work
mission of release memo at Railway office ers

36 / 38
Service charge of vendo
r
Service charge

Vendor need to hire wor


ker for tree trimming se
rvice at height on mont
Tree trimming of location trees hly basis

Washing of all sorts of cl


othes and towels/harne
ss at location as per the
Wahing of harness and office cloths schedule given

Payment shall be released on monthly basis on successful completion of all the jobs as per agr
schedule.

For BHARAT PETROLEUM CORPORATION LTD

____________________________________________
Date:

Witness:
____________________________________________ Witness: ______________________________________
Date: Date :

CONTRACTOR’S SIGNATURE

____________________________________________
Date :

Witness : ___________________________________Witness: ______________________________________


Date : Date :

7. Buyer Added Bid Specific Scope Of Work(SOW)

File Attachment Click here to view the file .

37 / 38
Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent Authority in
Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses on the bidding
process, its outcome, and consequences thereof including any eccentricity / restriction arising in the bidding process
due to these ATCs and due to modification of technical specifications and / or terms and conditions governing the bid.
If any clause(s) is / are incorporated by the Buyer regarding following, the bid and resultant contracts shall be treated
as null and void and such bids may be cancelled by GeM at any stage of bidding process without any notice:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum issued
by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any Category
item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for attached
categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without specifying
equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the case may
be.
15. Any ATC clause in contravention with GeM GTC Clause 4 (xiii)(h) will be invalid. In case of multiple L1 bidders
against a service bid, the buyer shall place the Contract by selection of a bidder amongst the L-1 bidders
through a Random Algorithm executed by GeM system.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of this
bid, they can raise their representation against the same by using the Representation window provided in the bid
details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer is duty bound
to reply to all such representations and would not be allowed to open bids if he fails to reply to such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in Service
Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which shares a
land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to undertake
compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action in accordance with

the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द पर ितबंध के संबंध म
भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा जब वह बड दे ने वाला स म
ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी गलत घोषणा कए जाने व इसका
अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई का आधार होगा।

---Thank You/ ध यवाद---

38 / 38

You might also like