tender for “asset performance management (apm) …...maintenance (rcm) and aims-sap interface. as...
Post on 21-May-2020
4 Views
Preview:
TRANSCRIPT
CRFQ 1000289693 E-Tender System ID : 29702
Page 1 of 49
CPO REFINERIES
TENDER FOR
“Asset Performance Management (APM) Software License and
Support for BPCL Group Refineries”
REQUEST FOR QUOTATION
CRFQ Number – 1000289693
E-Tender System ID: 29702
Tender Calendar Details
Stage Name Start Date End date and
Time
Tender release 29.09.2017 16.10.2017
11:00 hrs IST
Technical bid opening 16.10.2017, 11:30 hrs IST
Priced Bid Opening Will be intimated later
CRFQ 1000289693 E-Tender System ID : 29702
Page 2 of 49
REQUEST FOR QUOTATION
Asset Performance Management (APM) Software License and Support For
BPCL Group Refineries
1.0 This is a limited E-tender and only the bidder(s), who have been issued this e-
tender, can submit their bid through e-platform.
E-Bid in 2 parts is invited for the tender for “Asset Performance Management
(APM) Software License and Support For BPCL Group Refineries” in complete
accordance with tender documents and its attachments.
1.1 All prospective bidders are requested enroll onto our e-tendering platform
https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd, our
authorized Service Provider for E-tendering.
1.2 Upon logging in to the e-procurement website, bidders can download the bid
documents and shall thoroughly go through the same. All documents required for
the bid, shall be uploaded on the appropriate place in the E-Procurement web site,
digitally signed. No physical scanned documents need to be uploaded except those
specifically indicated.
1.3 As a pre-requisite for participation in the tender, bidders are required to
obtain a valid Digital Signature Certificate of Class 2B or Class 3 (Signing and
Encryption/Decryption) and above as per Indian IT Act from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
(RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the
digital certificate shall be borne by the bidder.
1.4 Bidders are advised to read the Instructions for participating in the electronic tenders
directly through internet (Bid Submission Manuals are available on the above
mentioned e-procurement site) and get conversant with the process of online
submission of the tenders well in time so as to submit tenders by the due date.
1.5 E-Bidding instructions are also attached along with the tender document for
reference and guidance.
2.0 BRIEF DESCRIPTION:
Bharat Petroleum Corporation Limited (BPCL) is an oil and gas company
headquartered in Mumbai, Maharashtra, India. The corporation has two refineries
viz. Mumbai Refinery (MR) located at Mumbai and Kochi Refinery (KR) located at
Kochi. Numaligarh Refinery Limited (NRL) is a subsidiary company located at
Numaligarh and Bharat Oman Refineries Limited (BORL) is a joint venture
company located at Bina. BPCL has 6 SBU’s viz. Aviation, Retail, Refinery, LPG,
Industrial & Commercial and Lubricants. The marketing locations, R&D centers
and offices of BPCL and its group of companies are spread across India/abroad.
Bharat Petro Resources Ltd (BPRL) is also a subsidiary company of BPCL and is an
upstream and exploration production centre. In addition to the above, BPCL also has
CRFQ 1000289693 E-Tender System ID : 29702
Page 3 of 49
its shareholding in around 15 subsidiary, joint ventures and associate companies.
The Asset Integrity Management System (AIMS) i.e. Asset Performance
Management (APM) software is in use at MR and KR, since its implementation in
the year 2008. It includes modules viz. Inspection Management System (IMS),
Thickness Monitoring (TM), Risk Based Inspection (RBI), Reliability Centered
Maintenance (RCM) and AIMS-SAP interface.
As part of standardization, BPCL Group Refineries intend to have enterprise license
of AIMS software solution which will be implemented across BPCL-MR, BPCL-
KR, NRL, BORL and respective Pipelines.
3.0 OFFER VALIDITY:
The Offer shall be valid for a period of 180 days from Tender Due Date / Extended
Tender Due Date for placement of order.
4.0 TAXES AND DUTIES :
Your quoted rates shall be inclusive of all Indian taxes and duties except Goods and
Services Tax (GST). GST shall be quoted separately and shall be applicable extra on
the quoted basic prices.
5.0 EARNEST MONEY DEPOSIT (EMD) :
The interest-free Earnest Money Deposit (EMD) of Rs 1,00,000/- (Rupees One
Lakh Only) to be submitted by way of crossed account payee Demand Draft drawn
on any nationalized / scheduled bank in favour of "BHARAT PETROLEUM
CORPORATION LTD" payable at Mumbai. The EMD shall be submitted to BPCL
prior to the due date & time of opening of the "Pre-qualification Bid".
The following categories of bidders are however exempted from depositing EMD:
a) Units falling under Micro & Small Enterprises (MSEs) category and
registered with authorities specified under Public Procurement Policy for
MSEs.
b) Units registered with National Small Industries Corporation (NSIC).
Such bidders must upload appropriate proof along with their "Pre-qualification to
show that they are eligible for the exemption from EMD. The exemption would be
extended only if their registration is available for tendered item and registration
certification is valid as on date of quotation.
Registration with DGS&D will not entitle the Bidder to claim exemption from
payment of EMD.
CRFQ 1000289693 E-Tender System ID : 29702
Page 4 of 49
5.1 "Earnest Money Deposit" (EMD), wherever applicable, shall be paid separately by
Demand Draft (DD)/ Banker's Cheque drawn in favour of Bharat Petroleum
Corporation Limited and payable at Mumbai.
5.2 EMD can be deposited through Electronic Funds Transfer to BPCL’s bank account.
Details of Bank for Electronic Fund Transfer:
Beneficiary-Bharat Petroleum Corporation Limited
Name of the Bank- Standard Chartered Bank,
M G Road, Address-90, M G Road, Fort, Mumbai-400 001,
IFSC Code-SCBL0036001,
MICR Code-400036002,
Type of Account-11(Current),
Account No:22205020115.
5.3 Alternatively EMD can also be paid by way of "Bank Guarantee" as per BG format
attached, from any Bank recognized as Scheduled Bank by Reserve Bank of India,
in favour of M/s. Bharat Petroleum Corporation Ltd. Mumbai.
5.4 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper
of value not less than Rs. 500/- (Rupees Five hundred only) and in the prescribed
Proforma given in the Tender Document.
5.5 The Bank Guarantee shall be kept valid for a period of 90 days beyond the validity
period of the offer for claim.
5.6 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be
sent separately to DGM, CPO-Refineries, BPCL. Copy the DD/ Banker's cheque/
BG as the case may be, along with proof of dispatch to be uploaded along with "Pre-
qualification Bid". Bids without EMD are liable to be rejected.
5.7 EMD of unsuccessful bidders shall be released after the completion of BQC
evaluation/ Technical evaluation / Price bid evaluation as applicable. However, in
case of successful bidder the EMD shall be released on receipt of performance bank
guarantee.
5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted
to alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not
yet been opened/ finalized. A tenderer who purports to alter/ modify withdraw their
offer after submission, within the validity of the offer shall be liable to have their
offer rejected and their EMD forfeited/encashed.
5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the
successful tenderer fails to honour the offer terms prior to ordering and Contractual
terms after issuance of FOI/ PO.
5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate) in the
e-tender and physically not received within 7 days after “Pre-qualification Bid”
CRFQ 1000289693 E-Tender System ID : 29702
Page 5 of 49
opening date (as indicated in the NIT or corrigendum thereof) are liable to be
rejected.
5.11 No interest shall be paid by BPCL on the earnest money deposit by the tenderer.
6.0 DELIVERY PERIOD :
As mentioned in the tender document.
7.0 GENERAL TERMS AND CONDITIONS OF CONTRACT / SPECIAL
CONDITIONS OF CONTRACT
Attached General Terms and Conditions of Contract and Special Conditions of
contract shall be applicable for this contract.
8.0 SUBMISSION OF TENDER:
8.1 Bids should be submitted in "TWO BID SYSTEM", i.e., "Unpriced
Technical Bid” & "Priced Bid" through e-tendering portal.
8.2 "Un-Priced Technical Bid", i.e. Techno-Commercial Bid, shall be
complete with all technical and commercial details (other than price) duly
filled, signed and stamped essentially containing the following documents
shall be submitted/ uploaded:-
i) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid NSIC
Certificate) or Registration/ Exemption Certificate (if any).
ii) Performa of Holiday List to be submitted properly filled.
iii) Scanned copy of Bidder’s PAN, GST Registration certificate.
iv) Integrity Pact Document duly filled, signed and stamped on each page.
v) Un-Priced copy of Price Schedule with an indication "Quoted" or "Not-
Quoted" against each item. Please do not indicate prices in Un-Price Bid.
vi) Details of taxes and duties as per the format FORM-A attached.
vii) Acceptance / Deviation : Bidders are requested to have all their queries
clarified before bidding. Bidders are required to confirm and accept all the
terms and conditions of the Tender. However, if they still have deviations
from our Tender and the attachments, they can indicate deviations in the
Form-B giving reference to clause no.
viii) Duly signed Tender document as a token of acceptance.
ix) Any other supporting documents/ information in support of the Un-priced
Bid.
8.3 "Priced Bid" shall be submitted online. Bidders shall input their prices online
in the template created in the E Tendering portal.
8.4 Bids complete in all respects should be uploaded in BPCL e-tendering portal
on or before the due date & time. Each page of all documents, submitted by
the bidder, shall be duly signed & stamped, and then scanned and uploaded
CRFQ 1000289693 E-Tender System ID : 29702
Page 6 of 49
in the portal. The offer shall be submitted in the Portal under the digital
signature of the bidder.
8.5 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed
covers, shall not be accepted.
8.6 BPCL shall not be responsible for any delay in uploading of offer.
9.0 TENDER OPENING:-
The deadline for bid submission is 11:00 Hrs on the due date mentioned. The bids
can be submitted in the e-procurement website upto the tender due date and time.
The Un-priced Technical bids will be opened online through e-procurement website
https://bpcleproc.in, on the same day at 11.30 Hrs.
9.1 Un-priced Technical bids:- The Un-priced Technical Bids (Techno-
Commercial Bid) will be opened first and evaluated.
9.2 Priced bids:- Priced Bids of only techno-commercially acceptable bidders
will be opened subsequently. The date and time of opening Price Bids shall
be intimated separately to the techno-commercially acceptable bidders and
the price bids shall be opened through e-portal. Such Techno-Commercially
acceptable bidders can view/ witness the "Price Bids" opening through the e-
portal.
10.0 CONTACT PERSONS:
Please note that tender against tender enquiry is invited through e-tendering mode.
In case of any clarification regarding the tender, following are the contact persons:-
10.1 FOR E-TENDERING RELATED ISSUES:
If tenderers need some clarifications or are experiencing difficulties while enrolling
or while participating in this e-Tender, please E-Mail to the following E-Mail ID
along with the snapshots of the errors being faced to:
M/s E-procurement Technologies Ltd,
E Mail - support@bpcleproc.in / ajay.nandangi@eptl.in & with a copy to:
bhatepp@bharatpetroleum.in
(OR)
Contact the following helpdesk numbers:
Mr. Ajay Nandangi : Mobile 91 8433615195
All India +91 79 4027 0573
CRFQ 1000289693 E-Tender System ID : 29702
Page 7 of 49
10.2 FOR TECHNICAL CLARIFICATIONS:
For any technical clarifications regarding this RFQ, please contact:
Shri. Atul Patil, D.G.M. (IS REF SYS), BPCL, Mumbai Refinery
Tel. No. 022 2553 3523,
EMAIL: patilap@bharatpetroleum.In
Ms. Trupti Purandare, Manager IS, BPCL, Mumbai Refinery
Tel No. 022 2553 3508.
E mail : birjetc@bharatpetroleum.in
10.3 FOR COMMERCIAL CLARIFICATIONS:
For any commercial clarifications regarding this RFQ, please contact:
Procurement Manager - Shri. P P Bhate, BPCL- Mumbai Refinery, Mahul, Mumbai,
Tel no. 022 - 25533010. Email: bhatepp@bharatpetroleum.in
(OR)
Procurement Leader - Shri. A.R.Menon, BPCL - Mumbai Refinery, Mahul,
Mumbai,
Tel no. 022 - 25533142. Email: menonar@bharatpetroleum.in
11.0 INTEGRITY PACT (IP):
11.1 Proforma of Integrity Pact (IP) 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, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.
11.2 If the Bidder has been disqualified from the tender process prior to the award of the
contract in accordance with the provisions of the IP, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the
EMD/ Bid Security as per provisions of IP.
11.3 If the contract has been terminated according to the provisions of the IP, or if BPCL
is entitled to terminate the contract according to the provisions of the IP, BPCL shall
be entitled to demand and recover from Contractor Liquidated Damages amount by
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.
11.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The
IEM's name, address & contact number is given below:
CRFQ 1000289693 E-Tender System ID : 29702
Page 8 of 49
Shri. S.S.N. Moorthy Shri. Shantanu Consul
ADDRESS ADDRESS
GFQ, Ist Floor, B. Block, Summit
Apts. Mettupalayam Road,
Coimbatore - 641 043
No.9MCHS (IAS Officers Colony),
16th Main, 5
th C Cross, BTM 2
nd
stage, Bangalore – 560 076
ssnm1950@yahoo.com shantanuconsul@gmail.com
Mob. 09500998610 Mob. 09740069318
12.0 GENERAL POINTS:
12.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in
part or full, without assigning any reason whatsoever. BPCL also reserves its right
not to accept the lowest rates quoted by the bidders and also to give purchase/price
preference to eligible Enterprises, as admissible under the existing policies of
Government of India and to JVs/ Subsidiaries as per BPCL guidelines.
12.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation
and submission of Bid, all activities in connection with bidding. BPCL will in no
case be responsible or liable for these costs regardless of the conduct or outcome of
the bidding process. Each Bidder accept and agrees, as a condition of submitting its
Bid that it waives any and all claims against BPCL, its Co-ventures and their
affiliates, for remuneration or restitution relating to its costs and expenses in.
12.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine
carefully all instructions, conditions, forms and terms given in the Bidding
Documents. Failure to furnish all information required by the Bidding Document or
not responsive to the requirements of the Bidding Document will be at the Bidder’s
risk, and may result in rejection of the bid.
Amendment of Bidding document
BPCL may, for any reason either at their own initiative or in response to the
clarification requested by prospective bidders, issue amendment in the form of
addendum during the bidding period or subsequent to receiving the bids. Any
addendum thus issued shall become part of bidding document and Bidder shall
submit `Original' addendum duly signed and stamped in token of his acceptance. If
addendum is issued during the bidding period, Bidder shall consider the impact in
his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow
the instructions issued along with addendum with regard to submission of impact on
quoted price/ revised price, if any.
12.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves
the right to reject any or all the tenders without assigning any reasons whatsoever.
Also BPCL reserves the absolute right to reject any or all the bids/tenders solely
CRFQ 1000289693 E-Tender System ID : 29702
Page 9 of 49
based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the
opinion/ decision of BPCL regarding the same being final and conclusive
12.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and
documents relating to the bid, exchanged by the Bidder and BPCL, shall be written
in the English language. All information in the “Bid” shall be in English language.
Information in any other language shall be accompanied with its translation in
English. Failure to comply with this condition shall disqualify a “BID”. In the event
of any contradictions between meanings as derived from various languages of the
“BID”, the meaning as derived from English language copy of the “BID” shall
govern.
12.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any
information contained in the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of preparing its bid and shall
require any such third party to treat such information as confidential.
12.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information
relating to the examination, clarification, evaluation and comparison of bids and
recommendations concerning to award of contract shall not be disclosed to Bidders.
Canvassing in any form by the Bidder or by any other Agency on behalf of the
Bidder after submission of the Bid may disqualify the said Bid. Any effort by a
Bidder to influence the owner in the process of examination, clarification,
evaluation and comparison of Bids, and in decisions concerning award of contract,
may also result in the rejection of the said Bid.
12.8 WRONG INFORMATION: If the Bidder deliberately gives wrong information in
his Bid to create circumstances for the acceptance of his Bid, Owner reserves the
right to reject such Bids without any reference to the Bidder.
12.9 CLARIFICATIONS OF BIDS: As part of examination, evaluation and comparison
of Bids, the Owner may at his discretion, ask Bidders individually for clarification
or call them for discussion of their Bid.
For Techno-Commercial clarifications, bidders shall normally be given a cutoff date
for furnishing clarifications. Clarifications received after the specified cutoff dates
are liable not to be considered for evaluation. Technical Query (TQ)/Commercial
Query (CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply
of TQ/CQ shall also be received through E-Mail/E-Tendering platform.
12.10 SIGNING OF BID: The Bid must contain the name, designation, residence and
place of business of the person or persons submitting the Bid, and must be signed
and sealed by the Bidder with his usual signature. The names of all persons signing
should also be typed or printed below their signature.
Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT
LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or
incorporated.
CRFQ 1000289693 E-Tender System ID : 29702
Page 10 of 49
The bid shall be signed by the bidder or a person or persons duly authorized to sign
on behalf of the bidder. Such authorization shall be indicated by written power of
attorney accompanying the bid.
12.11 TAX DEDUCTED AT SOURCE :
Income Tax deduction at source (TDS) at the applicable rates will be deducted from
the running bills. Necessary certificates in this regard will be issued from BPCL.
12.12 FIRM PRICES : The Contract Price shall remain firm and fixed till the completion
of Work in all respects and no escalation in prices on any account shall be
admissible to the BIDDER / CONTRACTOR.
ATTACHMENTS TO THE TENDER
1. PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
2. SCOPE OF WORK, GENERAL TERMS AND CONDITIONS OF
CONTRACT AND SPECIAL CONDITIONS OF CONTRACT.
3. UNPRICED BID FORMAT
4. INTEGRITY PACT
5. FORM-A – FORMAT FOR TAXES AND DUTIES
6. FORM B – ACCEPTANCE -DEVIATION FORM
7. E-BIDDING INSTRUCTIONS.
8. PROFORMA OF DECLARATION OF HOLIDAY LISTING
9. VENDOR ADVISORY – ENVIRONMENTAL
10. QEHS POLICY
11. POLICY OF HOLIDAY LISTING OF VENODRS IN BPCL
**************
CRFQ 1000289693 E-Tender System ID : 29702
Page 11 of 49
SSEECCTTIIOONN--11
PPRROOFFOORRMMAA OOFF BBAANNKK GGUUAARRAANNTTEEEE FFOORR EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT
CRFQ 1000289693 E-Tender System ID : 29702
Page 12 of 49
PROFORMA OF BANK GUARANTEE
(On non-judicial paper of appropriate value)
FOR EARNEST MONEY
To
Bharat Petroleum Corporation Ltd.
(CPO) Refineries
Mumbai Refinery, Mahul
MUMBAI 400074
Dear Sirs,
M/s.
_________________________________________________________________________
_________
have taken tender for the supply of
____________________________________________________________
for Bharat Petroleum Corporation Ltd.
The tender Conditions of Contract provide that the Bidder shall pay a sum of Rs. ______
(Rupees___________________________________________________________________
_______________) as earnest money /initial / full security deposit in the form therein
mentioned. The form of payment of earnest money / security deposit includes guarantee
executed by Schedule ‘A’ Bank, undertaking full responsibility to indemnify Bharat
Petroleum Corporation Ltd. in case of default.
The said______________________________________ have approached us and at their
request and in consideration of the premises
we__________________________________________________________
______________having our office at have agreed to give such guarantee as hereinafter
mentioned.
1. We___________________________________________________________________
hereby
undertake and agree with you that if default shall be made by M/s.
_____________________________________ in performing any of the terms and
conditions of the tender or in payment of any money payable to Bharat Petroleum
Corporation Ltd. We shall on demand pay to you in such matter as to you may direct the
said amount of Rupees_______________________________only or such portion thereof
not exceeding the said sum as you may from time to time require.
2. You will have the full liberty without reference to us and without effecting this guarantee
postpones for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said_____________and to enforce or to for
bear from endorsing any power of rights or by reason of time being given to the said which
under law relating to the sureties would but for provision have the effect of releasing us.
3. Your right to recover the said sum of
Rs.__________________(Rupees__________________ ____________________) from us
in manner aforesaid will not be affected or suspended by reason of the fact that any dispute
CRFQ 1000289693 E-Tender System ID : 29702
Page 13 of 49
or disputes have been raised by the said M/s.__________________
________________and/or that any dispute or disputes are pending before any officer,
tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the said______________
____________________but shall in all respects and for all purposes be binding operative
units payment of all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to
Rupees__________________________________ Our guarantees shall remain in force
until_____________________________________________ unless a suit or action to
enforce a claim under_________________________________________ Guarantee is filed
against us within six months from _____________________________(which is date of
expiry of guarantee) all our rights under the said guarantee shall be forfeited and shall be
relieved and discharged from all liabilities thereunder.
6. We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney dated
__________________granted to him by the Bank.
Yours faithfully
CRFQ 1000289693 E-Tender System ID : 29702
Page 14 of 49
SECTION 2
SCOPE OF WORK, GENERAL TERMS AND CONDITIONS OF CONTRACT
AND SPECIAL CONDITIONS OF CONTRACT
CRFQ 1000289693 E-Tender System ID : 29702
Page 15 of 49
Scope of Work for AIMS Software License and Support
1. Background
Bharat Petroleum Corporation Limited (BPCL) is an oil and gas company
headquartered in Mumbai, Maharashtra, India. The corporation has two refineries viz.
Mumbai Refinery (MR) located at Mumbai and Kochi Refinery (KR) located at Kochi.
Numaligarh Refinery Limited (NRL) is a subsidiary company located at Numaligarh and
Bharat Oman Refineries Limited (BORL) is a joint venture company located at Bina.
BPCL has 6 SBU’s viz. Aviation, Retail, Refinery, LPG, Industrial & Commercial and
Lubricants. The marketing locations, R&D centers and offices of BPCL and its group of
companies are spread across India/abroad. Bharat Petro Resources Ltd (BPRL) is also a
subsidiary company of BPCL and is an upstream and exploration production centre. In
addition to the above, BPCL also has its shareholding in around 15 subsidiary, joint
ventures and associate companies.
The Asset Integrity Management System (AIMS) i.e. Asset Performance Management
(APM) software is in use at MR and KR, since its implementation in the year 2008. It
includes modules viz. Inspection Management System (IMS), Thickness Monitoring
(TM), Risk Based Inspection (RBI), Reliability Centered Maintenance (RCM) and AIMS-
SAP interface.
As part of standardization, BPCL Group Refineries intend to have enterprise license of
AIMS software solution which will be implemented across BPCL-MR, BPCL-KR, NRL,
BORL and respective Pipelines.
2. Scope of Work
2.1 Supply of Software Licenses
2.1.1 Supply of enterprise license for latest version of APM software solution for the
modules as detailed in Annexure–I.
2.1.2 Enterprise software license shall be perpetual.
2.1.3 The supplied software license shall be for usage for four Refineries viz. BPCL-MR,
BPCL-KR, NRL and BORL and pipelines of respective companies with no restriction on
Refinery throughput capacities or length of pipelines.
2.1.4 AIMS solution for BPCL-MR and BPCL-KR shall be on single server instance.
2.1.5 APM Software Licenses to be provided for three instances per site/server location viz.
Production system with high availability (hot standby with active-active cluster),
Development and Quality combined in one system and Disaster Recovery (DR for
business continuity in case of disaster at production site). Server instances can be
located within site premises or in different regions / locations or on cloud. System
shall be switched over (failed over) from production to hot standby or DR in case
production system is failed at any of the sites or for testing of Business Continuity
Plans.
CRFQ 1000289693 E-Tender System ID : 29702
Page 16 of 49
2.1.6 BPCL shall have rights to host the APM system in physical server or virtual
environment or over public cloud platform without any license restrictions and
commercial implications.
2.1.7 Software license shall be for unlimited number of users and unlimited number of
assets. There shall be no limitation on the number of concurrent users.
2.1.8 Interface software licenses to be supplied to connect to all the systems as mentioned
in Annexure–II which lists third party systems required to be interfaced with APM
software at respective site. Vendor shall ensure compatibility of APM software with
these third party systems for uninterrupted data flow.
2.1.9 License key shall be software based only.
2.1.10 Supply of latest version of software solution compatible with –
a. VMware ESXi server virtualization platform Version 5.5 and above
b. Server Operating System: Windows Server 2012 and above, 64 Bit
c. SQL Server 2014 and above, 64 Bit
d. Client Operating System Windows 10 and above, 32/64 Bit
e. Client access over Internet Explorer 11 and above
f. Microsoft Office 2013 and above
g. Adobe Acrobat Reader
2.1.11 Supply intermediate versions of APM software if required for staging, while migrating
APM software modules hosted at BPCL, from current version to latest version. This is
to ensure smooth migration in case in-place or single-step migration from current to
latest version is not possible.
2.1.12 The Licensing Agreement must comply with the applicable legal requirements. The
EULA/SLA (i.e. End user license agreement/ Software license agreement) will be a
common agreement and shall be signed by M/s GE and BPCL, NRL, BORL. This will be
an enterprise license agreement for BPCL group of Refineries / companies which shall
have access to APM Modules as mentioned in point 2.1.1 of this section.
2.1.13 In future, if M/s BPCL decide to include the name of any of its affiliates / joint
ventures / subsidiary / group companies then provision to be done to amend the
company names in the EULA agreement.
2.1.14 BPCL Group refineries / companies shall be entitled for use of any additional
feature/functionality introduced in the modules/sub modules mentioned in
Annexure-I, during the period of software maintenance and support.
2.1.15 BPCL/BORL/NRL will have full right to terminate the contract with M/s. GE by giving a
3 months notice in advance.
2.1.16 The software support shall be uninterrupted even in case of any merger/ acquisitions/
de-merger or similar eventualities to the Vendor Company or software products /
components etc supplied by vendor.
2.2 Software Maintenance and Support
2.2.1 Vendor shall quote for the Software Maintenance and Support Services contract for 5
years.
2.2.2 24x7 online support shall be provided for APM software modules specified in
Annexure–I and for interfaces.
2.2.3 Vendor shall provide new version releases, upgrades, service packs, hot fixes, bug
fixes and patches during the entire period of Software Maintenance and Support
contract. During the entire period of Software Maintenance and Support contract,
CRFQ 1000289693 E-Tender System ID : 29702
Page 17 of 49
vendor shall ensure that notification is provided to the relevant IT teams when
releases are available. Vendor shall provide the compatibility matrix for interfacing
systems on timely basis as per the upgrade roadmap.
2.2.4 Access to global support site and web account shall be provided to the key staffs of
BPCL group of companies/refineries for accessing the knowledge base, technical
material, and for logging issues etc.
2.2.5 PO for the Software Maintenance and Support contract will be issued annually.
3. Terms and Conditions
3.1 Vendor to confirm acceptance of scope of work, deliverables, terms and conditions.
List of deviations if any, to be submitted explicitly giving reference of the specific
point. In case of no deviation, submit NIL deviation statement.
3.2 Vendor shall submit un-priced bid as a part of technical bid and format should be
same as Annexure-III “Bill of Material”.
3.3 Vendor to provide documents for
a. Hardware and software requirement specification for APM software
b. Software compatibility matrix for interfaces with other systems viz. SAP, IP21
etc as mentioned in Annexure-II
c. Document confirming that all the SAP interface connectors are certified by SAP
d. Services provided as part of Software Maintenance and Support.
4. Payment Terms
4.1 Supply of Software
4.1.1 100% payment on software license activation and on submission of original
invoice and due certification by BPCL, NRL and BORL Engineer-in-charge
respectively.
4.2 AMC for Software Maintenance and Support
4.2.1 AMC for Software Maintenance and Support for 1st year shall start from date
of software license activation. Payment for 1st year of AMC will be done on
submission of original invoice and due certification by BPCL, NRL and BORL
Engineer-in-charge respectively.
4.2.2 PO for AMC shall be placed annually for 2nd, 3rd, 4th and 5th year.
4.2.3 Payment of AMC for 2nd, 3rd, 4th and 5th year will be done annually at the
beginning of the year on submission of original invoice and due certification by
BPCL, NRL and BORL Engineer-in-charge respectively.
CRFQ 1000289693 E-Tender System ID : 29702
Page 18 of 49
5. Delivery Period / Contract Period :
Kindly quote best delivery schedule for supply of enterprise license for APM Software
for BPCL Group Refineries ( in 6 weeks) from the date of receipt of Contract Purchase
Order whereas software license activation validity shall be till 31st March 2018.
AMC for Software Maintenance and Support for 1st year shall start from date of
software license activation.
Effective date for the contract shall be the date of software license activation and not
from the LOA / purchase order date / license agreement date.
CRFQ 1000289693 E-Tender System ID : 29702
Page 19 of 49
Annexure–I
APM Work Process/Modules to be procured under
Enterprise License for BPCL Group Refineries
APM Foundation
Enterprise APM Framework
Asset Criticality Analysis
Metrics and Scorecard
APM Connect Plus with SAP Adapter
Policy Designer
APM Developer License
APM Mechanical Integrity
Risk Based Inspection
Inspection Management
Thickness Monitoring
API 581 Calculator
APM Asset Strategy
Reliability Centered Maintenance
Failure Modes & Effects Analysis
Asset Strategy Management
Asset Strategy Implementation
Lifecycle Cost Analysis
Asset Strategy Library
APM Failure Elimination
Root Cause Analysis
Reliability Analytics
APM Asset Health
Asset Health Manager
Mobile Inspection (Rounds, Lubrication)
Interface software
APM Connect Studio
SAP EAM Adaptor (a-e)
a. SAP Work Management Interface Adaptor
b. SAP Asset Criticality Analysis Adaptor
c. SAP Technical Characteristics Adaptor
d. SAP Process Integration (PI/XI) Adaptor
e. ASI for SAP Adaptor
OPC and OSI PI Adaptor
System One Adaptor
Emerson AMS Adaptor
___________________________________________________________
CRFQ 1000289693 E-Tender System ID : 29702
Page 20 of 49
Annexure-II
Systems at BPCL-MR to be interfaced with APM Software
1. SAP ECC 6.0 EHP6, PO Version 7.5
2. Aspen IP21 8.7, upgrade planned to version 10
3. ThermoFisher Sample Manger LIMS 11.1 with Oracle as backend, upgrade planned
to version 12 with SQL as backend
4. BPMAI – XHQ by Siemens version 4.6, upgrade planned to version 5.0
5. EDMS – COMOS by Siemens version 10.1
6. Emerson AMS Suite 5.61
7. SystemONE version 6.85/6.90
Systems at BPCL-KR to be interfaced with APM Software
1. SAP ECC 6.0 EHP6, PO Version 7.5
2. Aspen IP21 7.1, upgrade planned to version 10
3. ThermoFisher Sample Manger LIMS 11.1 with SQL as backend, upgrade planned to
version 12 with SQL as backend
4. BPMAI – XHQ by Siemens version 4.5, upgrade planned to version 5.0
5. EDMS – COMOS by Siemens version 10.1
6. Emerson AMS Suite 5.6
7. SystemONE version 6.90
Systems at NRL to be interfaced with APM Software
1. SAP ECC 6.0 EHP8
2. Aspen IP21 version 8
3. Sigraph
4. Emerson AMS Suite 5.61
5. Prognos 12
6. SystemONE 6.89/6.90
Systems at BORL to be interfaced with APM Software
1. SAP ECC 6.0 support pack 33, No EHP, No Xi
2. ExaQuantum 2.85, Web services is also enabled
3. Thermofisher LIMS
4. System ONE V 6.50 SP1
5. Emerson AMS Suite 5.61
6. Bentley Project Wise 08.11.09.122, upgrade planned to version V8i(SELECTseries 3)
_______________________________________________________________
CRFQ 1000289693 E-Tender System ID : 29702
Page 21 of 49
Annexure-III
Bill of Material
1. Supply of enterprise license for APM Software for BPCL Group Refineries
2. Software Maintenance and Support
2.1 Software Maintenance and Support for 1st year
2.2 Software Maintenance and Support for 2nd year
2.3 Software Maintenance and Support for 3rd year
2.4 Software Maintenance and Support for 4th year
2.5 Software Maintenance and Support for 5th year
CRFQ 1000289693 E-Tender System ID : 29702
Page 22 of 49
GENERAL TERMS AND CONDITIONS OF CONTRACT
1. SECURITY DEPOSIT TOWARDS PERFORMANCE :
1.1 To ensure performance of the contract and due discharge of the contractual obligations,
the successful contractor will have to provide security deposit of 10% of the contract value
within 30 days of receipt by him of the notifications of acceptance of tender.
This Security deposit may be furnished in the form of an Account payee Demand Draft
payable to BPCL or Bank Guarantee in the prescribed format. The contractor shall have the
option to adjust any Earnest Money Deposit (EMD), if paid in forms other than Bank
Guarantee, towards security deposit if he so desires.
In the case of security deposit submitted in the form of Bank guarantee, the Bank Guarantee
shall be valid and remain in force till the completion of contractual completion period,
defect liability period of 12 months plus a claim period of 3 months. The Bank Guarantee
shall be in the form prescribed.
The security deposit will be retained till the successful completion of the work and
thereafter till the expiry of the defect liability period, if applicable. This retention
money/Bank guarantee held shall be released after the expiry of the defect liability period
provided that any defects appearing during that period are corrected by the contractor and
subject to Clause 1.2 below.
If the Contract Value is in more than one currency, the Security deposit shall also be in
multiple currencies amounting to 10% for each currency of awarded contract. In the case of
value/rate/quantity contracts, the security deposit shall be based on individual release orders
issued.
1.2 If the contractor/ sub-contractor or their employees shall break, deface or destroy any
property belonging to the Owner or other agency during the execution of the contract, the
same shall be made good by the Contractor at his own expenses and in default thereof, the
Engineer-in-Charge may cause the same to be made good by other agencies and recover
expenses from the contractor (for which the certificate of the Engineer-in-Charge shall be
final). These expenses can be recovered from the security deposit if recovery from other
sources is not possible.
1.3 All compensation or other sums of money payable by the contractor to the Owner under
terms of this contract may be deducted from his security deposit/retention money or from
any sums which may be or may become due to the contractor by the Owner on any account
whatsoever and in the event of his security deposit/retention money being reduced by
reasons of any such deductions. The contractor shall within ten days thereafter make good
any sum or sums, which may have been deducted from his security Deposit/retention
money. No interest shall be payable by the Owner from sum deposited as security
deposit/retention money.
1.4 The security deposit shall be held by the Owner, as security for the due performance of
the Contractor’s obligations under the contract, provided that nothing herein stated shall
CRFQ 1000289693 E-Tender System ID : 29702
Page 23 of 49
make it incumbent upon the Owner to utilize the security deposit/retention money in
preference to any other remedy which the Owner may have, nor shall be construed as
confining the claims of the Owner against the contractor to the quantum of the Security
Deposit/retention money.
1.5 The Bank guarantee if submitted shall be from any Indian scheduled bank or an
international bank of repute having a branch in India or a corresponding banking
relationship with an Indian scheduled bank. The security deposit/retention money shall be
in Indian Rupee in the case of domestic bidders and in the quoted currency in the case of
foreign bidders (INR/USD/EURO as the case may be.).
2. TIME OF PERFORMANCE:
2.1 The work covered by this contract shall be commenced as detailed in the purchase order
or as per the instructions of the Engineer in charge and be completed in stages on or before
the dates as mentioned in the time schedule of completion of work. The contractor should
bear in mind that time is the essence of this agreement. Request for revision of Completion
time after tenders are opened will not receive consideration.
2.2 Time Schedule of Completion: The general time schedule of completion is given in the
tender document. Contractor should prepare a detailed monthly and weekly execution
programme, jointly with the Engineer-in-Charge within two weeks of receipt of Letter of
Intent or acceptance of tender. The work shall be executed strictly as per the time schedule
given in this document. The period of completion given includes the time required for
testing, rectifications, if any, retesting and completion in all respects to the entire
satisfaction of the Engineer-in-Charge.
3. FORCE MAJEURE:
Any delays in or failure of the performance of either party hereto shall not constitute default
here under or give rise to any claims for damages, if any, to the extent such delays or failure
of performance is caused by occurrences such as Acts of God or the public enemy
expropriation or confiscation of facilities by Govt./authorities, compliances with any order
or request of any Government authorities, acts of war, rebellion or sabotage or fires, floods,
explosions, riots or strikes. The contractor shall keep records of the circumstances referred
to above and bring these to the notice of Engineer-in-Charge in writing immediately on
such occurrences.
4. EXTENSION OF TIME:
If the contractor shall desire an extension of the time for completion of the work on the
grounds of his having been unavoidably hindered in its execution or on any other grounds,
he shall apply in writing to the Engineer-in-Charge within two weeks of the date of
hindrance on account of which he desires such extension as aforesaid, and the Engineer-in-
Charge shall if in his opinion (which shall be final), reasonable grounds have been shown
thereof, authorize such extension of time as may in his opinion be necessary or proper.
In the event of extension of Time of the contract, if granted, the contractor shall be required
to suitably extend the period of Bank Guarantee if submitted, towards security
Deposit/retention money suitably.
CRFQ 1000289693 E-Tender System ID : 29702
Page 24 of 49
5. LIQUIDATED DAMAGES FOR DELAY:
5.1 Time is the essence of the contract. In case the contractor fails to complete the whole
work within the stipulated period, he shall be liable to pay liquidated damages of 0.5% of
the value of contract per week and or part thereof of the delay subject to a maximum of 5%
of the value of the contract. The parties agree that this is a genuine preestimate of the
loss/damage which will be suffered by the owner on account of delay on the part of the
contractor and the said amount will be payable on demand without there being any proof of
the actual loss or damages having been caused by such delay/breach. The owner shall be at
liberty to adjust or deduct the said amount of liquidated damages from any amount due to
the contractor including Security Deposit.
5.2 The owner shall be at liberty to deduct or retain from any amount payable to the
contractor periodically, the proportionate or full amount of liquidated damages as the case
may be for the delay periodically caused by the contractor.
6. ARBITRATION:
a) Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-
claim or set off of the Company against the Contractor or regarding any right, liability, act,
omission or account of any of the parties hereto arising out of or in relation to this
agreement shall be referred to and finally resolved by Sole Arbitrator, who shall be
appointed by Director (Refineries) of BPCL as per the procedure given in sub-clause (b)
given herein below.
b) Procedure for appointing the sole arbitrator: A party wishing to commence an arbitration
(the “Claimant”) shall file with the Director (Refineries) of BPCL a Notice of Arbitration
which shall comprise:
i. a demand that the dispute be referred to arbitration;
ii. a reference to the arbitration clause or the arbitration agreement that is invoked and
a copy of it;
iii. a reference to the contract out of or in relation to which the dispute arises and where
possible, a copy of it;
iv. a brief statement describing the nature and circumstances of the dispute, specifying
the relief claimed and, where possible, an initial quantification of the claim amount.
v. any other details which the claimant wishes to refer and rely upon.
Upon receipt of the above notice of arbitration, the Director (Refineries) of BPCL shall
appoint the Sole Arbitrator as per the provisions of the Arbitration and Conciliation Act,
1996.
c) The venue of arbitration shall be Mumbai (in case of Mumbai Refinery) or Kochi (in
case of Kochi Refinery). The award of the arbitrator so appointed shall be final, conclusive
and binding on all parties to the agreement subject to the provisions of the Arbitration &
Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules
made thereunder for the time being in force shall apply to the arbitration proceedings under
this clause.
CRFQ 1000289693 E-Tender System ID : 29702
Page 25 of 49
d) 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, before him. The arbitrator shall have all summary powers
and may take such evidence oral and/or documentary, as the arbitrator in his absolute
discretion thinks fit and shall be entitled to exercise all powers under the Indian Arbitration
& Conciliation Act 1996 including admission of any affidavit as evidence concerning the
matter in difference i.e. dispute before him.
e) 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 in issue arising out of or in relation to
the Agreement without seeking a formal reference of arbitration for such counter-claim,
cross claim, or set off and the Arbitrator shall be entitled to consider and deal with the same
as if the matters arising therefrom has been referred to him originally and deemed to form
part of the reference made by the Director(Refineries).
f) 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.
g) The arbitrator shall have power to make one or more awards whether interim or
otherwise in respect of the dispute and difference and in particular will be entitled to make
separate awards in respect of claims of cross claims of the parties.
h) The arbitrator shall be entitled to direct any one of the parties to pay the costs to the other
party in such manner and to such extent as the arbitrator may in his discretion determine
and shall also be entitled to require one or both the parties to deposit funds in such
proportion to meet the arbitrators expenses whenever called upon to do so.
i) The parties hereby agree that the courts in the city of Mumbai (in case of Mumbai
Refinery) or Kochi (in case of Kochi Refinery) alone shall have jurisdiction to entertain any
application or other proceedings in respect of anything arising under this agreement and any
award or awards made by the Sole Arbitrator hereunder shall be filed (if so required) in the
concerned courts in the city of Mumbai (in case of Mumbai Refinery) or Kochi (in case of
Kochi Refinery) only.
7. JURISDICTION :
The contractor shall be governed by the Laws in force in INDIA. The contractor hereby
submits to the jurisdiction of the Courts situated at Mumbai (Ernakulam-in the case of
Kochi Refinery), for the purpose of actions and proceedings arising out of the contract and
the courts at Mumbai (Ernakulam-in the case of Kochi Refinery), only will have
jurisdiction to hear and decide such actions and proceedings.
8. RISK PURCHASE CLAUSE :
BPCL reserves the right to curtail or cancel the order either in full or part thereof if the
vendor fails to comply with the delivery schedule and other terms & conditions of the order.
BPCL also reserves the right to procure the same or similar materials/equipment through
other sources at vendor's entire risk, cost and consequences. Further, the vendor agrees that
in case of procurement by the owner from other sources the differential amount paid by the
CRFQ 1000289693 E-Tender System ID : 29702
Page 26 of 49
owner shall be on account of the vendor together with any interest and other costs accrued
thereon for such procurement.
9. OPERATION OF CONTRACT:
9.1 Law Governing:
Regardless of the place of contracting, place of performance or otherwise, this Agreement,
and all amendments, modifications, alterations, or supplements, thereto shall be governed
by the laws of India and respective state laws for the nature, validity and interpretation
thereof.
9.2 Non-Waiver of Default:
Any failure by the Owner or Contractor at any time, or from time to time, to enforce or
require the strict keeping and performance of any of the terms or conditions of this
agreement, or to exercise a right hereunder, shall not constitute a waiver of such terms,
conditions or rights, and shall not affect or impair same, or the right of the Owner or the
Contractor, as the case may be at any time to avail itself of same.
CRFQ 1000289693 E-Tender System ID : 29702
Page 27 of 49
SPECIAL CONDITIONS OF CONTRACT
GENERAL:
This Special Conditions of Contract (SCC) shall be read in conjunction with the General
Terms and Conditions of Contract (GTC), including its amendments, specifications of
work, drawings and any other document forming part of this contract wherever the context
so requires.
BIDDER / CONTRACTOR shall adhere to all the instructions covered under GCC & SCC
including all design standards, as stipulated in the respective sections and should be in a
position to submit the required records as evidence for review of OWNER as and when
required and shall carry out changes based on PMC / OWNER review.
Not withstanding the sub-division of the document into separate sections and volumes
wherever done, every part of each shall be deemed to be supplementary of every other part
and shall be read with and as part of the contract so far as it may be practicable to do so.
Where any portions of the GCC are repugnant to or at variance with any provisions of the
special conditions of contract, then, unless different intentions appear, the provisions of the
special conditions of contract shall be deemed to override the provisions of the GCC shall
to the extent of such repugnancy, or variations prevail.
The materials, design and workmanship shall satisfy the applicable relevant Indian
Standards, the job specifications contained herein and codes referred. Where the job
specifications stipulate requirements in addition to those contained in the standard codes
and specifications, these additional requirements shall also be satisfied. In the absence of
any Standard / Specifications / Codes of practice for detailed specifications covering any
part of the work covered in this bidding document, the instructions / directions of BPCL
will be binding upon the Contractor.
A) TAXES AND DUTIES
Your quoted rates shall be inclusive of all applicable taxes and duties except Goods
and Services Tax (GST) which shall be quoted separately in the enclosed form
(Form-A). Please note that submission of this form along with Technical / Un-
priced Bid is mandatory.
Your rates shall remain firm till completion of work. The applicability of GST as a
percentage rate of total quoted price shall be clearly mentioned in this form. If the
information is not provided, it will be assumed that GST is included in your quoted
price. No claim for GST will be entertained subsequently. Please note that
registration for GST is mandatory for receipt of GST payments from BPCL. In
absence of valid registration, your offer will remain invalid and will not be
considered for evaluation. In case GST is not applicable, please indicate the same as
"Nil" while submitting this form.
CRFQ 1000289693 E-Tender System ID : 29702
Page 28 of 49
GST, if applicable, shall be paid after verifying GST Registration no. Break up of
Basic cost, GST as applicable shall be provided in all your invoices along with GST
registration no. & SAC code for the services provided.
Any statutory variation in GST or introduction of any new taxes and duties within
the contractual completion period shall be to BPCL account, against submission of
documentary evidence for substantiating the variation by way of relevant
notification. However in case of delay in completion period beyond the contractual
date, for reasons attributable to contractor, any increase in these rates or any new
taxes and duties introduced during the period beyond the contractual completion
date shall be borne by the contractor, whereas any decrease shall be passed on to
BPCL.
Input tax credit towards GST, if available to BPCL-KR, shall be considered for
evaluation.
B) INCOME TAX & CORPORATE TAX
Income Tax deduction at source (TDS) at the applicable rates will be deducted from
the running bills. Necessary certificates in this regard will be issued from BPCL.
Corporate Tax Liability if any shall be to Contractor’s account.
C) POST ORDER EXECUTION & CORRESPONDENCE:
Correspondence regarding execution, payments and subsequent correspondence etc.
shall be with P & CS Dept of individual Refinery after issue of purchase order.
***************
CRFQ 1000289693 E-Tender System ID : 29702
Page 29 of 49
SSEECCTTIIOONN--33
UUNNPPRRIICCEEDD BBIIDD FFOORRMMAATT
(VENDOR SHALL INDICATE QUOTED/ NOT QUOTED IN THIS FORMAT)
(TO BE FILLED ONLINE ON E-PORTAL)
CRFQ 1000289693 E-Tender System ID : 29702
Page 30 of 49
SSEECCTTIIOONN 44
IINNTTEEGGRRIITTYY PPAACCTT
CRFQ 1000289693 E-Tender System ID : 29702
Page 31 of 49
IINNTTEEGGRRIITTYY PPAACCTT
Between
BBhhaarraatt PPeettrroolleeuumm CCoorrppoorraattiioonn LLiimmiitteedd ((BBPPCCLL)) hheerreeiinnaafftteerr rreeffeerrrreedd ttoo aass ""TThhee
PPrriinncciippaall"",, AAnndd
……………………………………………………………………………………………..herei
nafter referred to as "The Bidder/ Contractor/ Supplier".
PPrreeaammbbllee
The Principal intends to award, under laid down organization procedures, contract/s for
“Asset Performance Management (APM) Software License and Support For BPCL
Group Refineries”. The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and transparency
in its relations with its Bidder/s, Contractor/s and Supplier/s.
IInn oorrddeerr ttoo aacchhiieevvee tthheessee ggooaallss,, tthhee PPrriinncciippaall ccooooppeerraatteess wwiitthh tthhee rreennoowwnneedd
iinntteerrnnaattiioonnaall NNoonn--GGoovveerrnnmmeennttaall OOrrggaanniissaattiioonn ""TTrraannssppaarreennccyy IInntteerrnnaattiioonnaall"" ((TTII))..
FFoolllloowwiinngg TTII''ss nnaattiioonnaall aanndd iinntteerrnnaattiioonnaall eexxppeerriieennccee,, tthhee PPrriinncciippaall wwiillll aappppooiinntt aann
IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorr wwhhoo wwiillll mmoonniittoorr tthhee tteennddeerr pprroocceessss aanndd tthhee eexxeeccuuttiioonn ooff
tthhee ccoonnttrraacctt ffoorr ccoommpplliiaannccee wwiitthh tthhee pprriinncciipplleess mmeennttiioonneedd aabboovvee..
SSeeccttiioonn 11 -- CCoommmmiittmmeennttss ooff tthhee PPrriinncciippaall
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
a) No employee of the Principal, personally or through family members, will in
connection with the tender, or the execution of the contract, demand, take a
promise for or accept, for himself/ herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.
b) The Principal will, during the tender process, treat all Bidders with equity and
reason. The Principal will, in particular, before and during the tender process,
provide to all Bidders the same information and will not provide to any Bidder
confidential/ additional information through which the Bidder could obtain an
advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
CRFQ 1000289693 E-Tender System ID : 29702
Page 32 of 49
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and
in addition can initiate disciplinary actions.
SSeeccttiioonn 22 -- CCoommmmiittmmeennttss ooff tthhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr
((11)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr ccoommmmiittss iittsseellff ttoo ttaakkee aallll mmeeaassuurreess nneecceessssaarryy ttoo
pprreevveenntt ccoorrrruuppttiioonn.. HHee ccoommmmiittss hhiimmsseellff ttoo oobbsseerrvvee tthhee ffoolllloowwiinngg pprriinncciipplleess dduurriinngg hhiiss
ppaarrttiicciippaattiioonn iinn tthhee tteennddeerr pprroocceessss aanndd dduurriinngg tthhee ccoonnttrraacctt eexxeeccuuttiioonn..
a) The Bidder/ Contractor/ Supplier will not, directly or through any other person
or firm, offer, promise or give to any of the Principal's employees involved in
the tender process or the execution of the contract or to any third person, any
material or immaterial benefit which he/she is not legally entitled to, in order
to obtain in exchange, any advantage of any kind whatsoever during the tender
process or during the execution of the contract.
b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelisation in the bidding process.
c) The Bidder/ Contractor/ Supplier will not commit any offence under the
relevant Anti-Corruption Laws of India; further the Bidder/ Contractor/
Supplier will not use improperly, for purposes of competition or personal gain,
or pass on to others, any information or document provided by the Principal as
part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.
d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any
and all payments he has made, is committed to, or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.
(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
SSeeccttiioonn 33 -- DDiissqquuaalliiffiiccaattiioonn ffrroomm TTeennddeerr PPrroocceessss aanndd EExxcclluussiioonn ffrroomm FFuuttuurree CCoonnttrraaccttss
IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa vviioollaattiioonn
ooff SSeeccttiioonn 22 oorr iinn aannyy ootthheerr ffoorrmm ssuucchh aass ttoo ppuutt hhiiss rreelliiaabbiilliittyy oorr ccrreeddiibbiilliittyy aass BBiiddddeerr
iinnttoo qquueessttiioonn,, tthhee PPrriinncciippaall iiss eennttiittlleedd ttoo ddiissqquuaalliiffyy tthhee BBiiddddeerr ffrroomm tthhee tteennddeerr pprroocceessss
oorr ttoo tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn..
CRFQ 1000289693 E-Tender System ID : 29702
Page 33 of 49
(1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation
of Section 2 such as to put his reliability or credibility into question, the Principal is
also entitled to exclude the Bidder/ Contractor/ Supplier from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression. The severity will be determined by the circumstances of
the case, in particular the number of transgressions, the position of the transgressors
within the company hierarchy of the Bidder and the amount of the damage. The
exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(2) A transgression is considered to have occurred if the Principal after due consideration
of the available evidences, concludes that no reasonable doubt is possible.
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right
to resort to and impose such exclusion and further accepts and undertakes not to
challenge or question such exclusion on any ground, including the lack of any hearing
before the decision to resort to such exclusion is taken. This undertaking is given
freely and after obtaining independent legal advice.
(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the exclusion prematurely.
SSeeccttiioonn 44 -- CCoommppeennssaattiioonn ffoorr DDaammaaggeess
(1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the
Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal
is entitled to terminate the contract according to Section 3, the Principal shall be
entitled to demand and recover from the Contractor/ Supplier liquidated damages
equivalent to Security Deposit/ Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur
subject only to condition that if the Bidder/ Contractor/ Supplier can prove and
establish that the exclusion of the Bidder from the tender process or the termination of
the contract after the contract award has caused no damage or less damage than the
amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall compensate
the Principal only to the extent of the damage in the amount proved.
SSeeccttiioonn 55 -- PPrreevviioouuss TTrraannssggrreessssiioonn
(1) The Bidder declares that no previous transgression occurred in the last 3 years with
any other Company in any country conforming to the TI approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the tender
process.
CRFQ 1000289693 E-Tender System ID : 29702
Page 34 of 49
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such
reason.
SSeeccttiioonn 66 -- EEqquuaall ttrreeaattmmeenntt ooff aallll BBiiddddeerrss// CCoonnttrraaccttoorrss// SSuupppplliieerrss//SSuubbccoonnttrraaccttoorrss
(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders, Contractors/ Suppliers and Subcontractors.
(3) The Principal will disqualify from the tender process all Bidders who do not sign this
Pact or violate its provisions.
SSeeccttiioonn 77 -- PPuunniittiivvee AAccttiioonn AAggaaiinnsstt VViioollaattiinngg BBiiddddeerrss// CCoonnttrraaccttoorrss//SSuupppplliieerrss//
SSuubbccoonnttrraaccttoorrss
IIff tthhee PPrriinncciippaall oobbttaaiinnss kknnoowwlleeddggee ooff ccoonndduucctt ooff aa BBiiddddeerr,, CCoonnttrraaccttoorr,, SSuupppplliieerr oorr
SSuubbccoonnttrraaccttoorr,, oorr ooff aann eemmppllooyyeeee oorr aa rreepprreesseennttaattiivvee oorr aann aassssoocciiaattee ooff aa BBiiddddeerr,,
CCoonnttrraaccttoorr,, SSuupppplliieerr oorr SSuubbccoonnttrraaccttoorr wwhhiicchh ccoonnssttiittuutteess ccoorrrruuppttiioonn,, oorr iiff tthhee PPrriinncciippaall
hhaass ssuubbssttaannttiivvee ssuussppiicciioonn iinn tthhiiss rreeggaarrdd,, tthhee PPrriinncciippaall wwiillll iinnffoorrmm tthhee VViiggiillaannccee OOffffiiccee..
SSeeccttiioonn 88 -- IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorrss
(1) The Principal has appointed competent and credible Independent External Monitors
for this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of
the Board of the Principal.
(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access
without restriction to all Project documentation of the Principal including that
provided by the Bidder/ Contractor/ Supplier. The Bidder/ Contractor/ Supplier will
also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to this project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with
confidentially.
(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an impact
CRFQ 1000289693 E-Tender System ID : 29702
Page 35 of 49
on the contractual relations between the Principal and the Bidder/ Contractor/
Supplier. The parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he
will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The Monitor can in
this regard submit non-binding recommendation. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from action
or tolerate action. However, the Independent External Monitor shall give an
opportunity to the Bidder/ Contractor/ Supplier to present its case before making its
recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by the
'Principal' and, should the occasion arise, submit proposals for correcting problematic
situations.
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion
of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has
not, within reasonable time, taken visible action to proceed against such offence or
reported it to the Vigilance Office, the Monitor may also transmit this information
directly to the Central Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
SSeeccttiioonn 99 -- PPaacctt DDuurraattiioonn
This Pact begins when both parties have legally signed it. It expires for the Contractor/
Supplier 12 months after the last payment under the respective contract, and for all other
Bidders 6 months after the contract has been awarded.
If any claim is made/ lodged during this time, the same shall be binding and continue to
be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by Chairperson of the Principal.
SSeeccttiioonn 1100 -- OOtthheerr PPrroovviissiioonnss
((11)) TThhiiss aaggrreeeemmeenntt iiss ssuubbjjeecctt ttoo IInnddiiaann LLaaww.. PPllaaccee ooff ppeerrffoorrmmaannccee aanndd jjuurriissddiiccttiioonn iiss
tthhee RReeggiisstteerreedd OOffffiiccee ooff tthhee PPrriinncciippaall,, ii..ee.. MMuummbbaaii.. TThhee AArrbbiittrraattiioonn ccllaauussee
pprroovviiddeedd iinn tthhee mmaaiinn tteennddeerr ddooccuummeenntt// ccoonnttrraacctt sshhaallll nnoott bbee aapppplliiccaabbllee ffoorr aannyy
iissssuuee// ddiissppuuttee aarriissiinngg uunnddeerr IInntteeggrriittyy PPaacctt..
(2) Changes and supplements as well as termination notices need to be made in writing.
Side agreements have not been made.
(3) If the Bidder/ Contractor/ Supplier is a partnership or a consortium, this agreement
must be signed by all partners or consortium members.
CRFQ 1000289693 E-Tender System ID : 29702
Page 36 of 49
(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to come
to an agreement to their original intentions.
……………………… ……………………………
For the Principal For the Bidder/ Contractor/
Supplier
Place: Mumbai Witness 1 : ………………
(Signature/Name/Address)
Date : 29.09.2017 Witness 2 : ………………
(Signature/Name/Address)
CRFQ 1000289693 E-Tender System ID : 29702
Page 37 of 49
SSEECCTTIIOONN--55
FORM A – FORMAT FOR TAXES AND DUTIES
CRFQ 1000289693 E-Tender System ID : 29702
Page 38 of 49
FORM-A
A NAME OF WORK : Asset Performance Management (APM) Software
License and Support For BPCL Group Refineries
B COLLECTIVE RFQ
No. : CRFQ NO: 1000289693. E Tender System ID : 29702
C NAME OF BIDDER :
D SAC Code
E CGST Rate (Percentage
of total quoted price)
F SGST Rate (Percentage
of total quoted price)
G IGST Rate (Percentage
of total quoted price)
H
UTGST Rate
(Percentage of total
quoted price)
I INVOICING
LOCATION
_____________
SIGNATURE
NAME & ADDRESS
Note:
1. Filling up and submission of this form is mandatory.
2. A copy of GST registration certificate to be provided along with this form.
Additional Notes:
1. Bidders are required to indicate Goods and Service Tax (GST) (in percentage) as
applicable.
2. TDS (Tax Deducted at Source) : TDS shall be deducted from the invoice value by
BPCL and necessary certificate shall be issued by BPCL.
CRFQ 1000289693 E-Tender System ID : 29702
Page 39 of 49
SECTION 6
FORM-B – ACCEPTANCE - DEVIATION FORM
CRFQ 1000289693 E-Tender System ID : 29702
Page 40 of 49
FORM B
FORMAT FOR ACCEPTANCE AND DEVIATION
A NAME OF
WORK :
Asset Performance Management (APM) Software License
and Support For BPCL Group Refineries
B
COLLECTIVE
RFQ No
CRFQ NO: 1000289693 E Tender System ID : 29702
C NAME OF
BIDDER :
TABLE – 1
Sl.
No. DOCUMENT
ACCEPTED
WITHOUT ANY
DEVIATIONS
WITH
DEVIATIONS
1 SCOPE OF WORK
2 GENERAL TERMS AND CONDIITIONS
3 SPECIAL CONDITIONS OF CONTRACT
Note:- Bidders are required to confirm acceptance of all terms and conditions mentioned in
the tender document. Duly filled in, Signed, stamped and scanned copies of Tender, special
Conditions of Contract (SCC)/ Special Purchase conditions, special instructions to bidders,
scope of work, specification, Scalable requirements, Agreed Terms & Conditions , unpriced
part of price schedule are to be uploaded in the web. The format given above in Table 1 is to
be filled for all other documents. Any deviations, taken may be stipulated in the format given
in Table 2 (below).
TABLE – 2
DEVIATIONS
Sl.
No.
Bid Document
Reference Subject Deviation
Page Clause
1
2
3
I/We confirm that I/ we have studied all the Terms and Conditions of the RFQ/ tender
document and confirm our acceptance of the same except for the clauses mentioned above in
this deviation form.
CRFQ 1000289693 E-Tender System ID : 29702
Page 41 of 49
In case our offer is successful, we will submit hard copies of all documents duly signed and
stamped on all pages.
___________________________
SIGNATURE WITH NAME & ADDRESS, SEAL AND DATE.
Note:
1. Filling up and submission of this form is mandatory.
2. If a document is accepted without any deviation, the vendor is required to put a tick
mark in the respective column against the document. If there are deviations, the
vendor is required to put a tick mark in the respective column against the document
and indicate the deviation(s) in the format given for indicating the same.
3. Successful bidder is required to submit hard copies of all documents duly signed and
stamped on all pages.
CRFQ 1000289693 E-Tender System ID : 29702
Page 42 of 49
SECTION-7
E-BIDDING INSTRUCTIONS
CRFQ 1000289693 E-Tender System ID : 29702
Page 43 of 49
INSTRUCTIONS TO BIDDERS ON E-TENDERING
1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:
Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-
procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for
participating in the electronic tenders directly through internet (Bid Submission Manuals are
available on the above mentioned e-procurement site).
To participate on tenders hosted by BPCL on e-procurement site, bidders are required to have
a digital certificate and do “Enrollment” (Register on site) by creating one User Id on the
above site.
Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids along
with all the copies of documents should be submitted in e-form only through BPCL e-
Procurement system. Before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures issued by an acceptable
Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications
are required to be made to a document after attaching digital signatures, the digital signature
shall again be attached to the modified documents before uploading the same.
Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement
system. However if bidder intends to change the bid already entered may change / revise the
same on or before the last date and time of submission deadline. No bid can be submitted
after the last date and time of submission has reached. The system time (IST) that will be
displayed on e-Procurement web page shall be the time and no other time shall be taken into
cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-
Procurement system well before the closing date and time of bid. No bid can be modified
after the dead line for submission of bids.
BPCL shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. Further BPCL in any case will not be responsible for inability of the bidder in
participating in the event due to ignorance, failure in Internet connectivity or any other
reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at
a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any
responsibility in case of failure of the bidder to upload the documents within specified time of
tender submission.
Bidders are required to Login with their User ID & Password (along with Digital Certificate)
on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on “Action” button
against required Tender, If the required tender number/ details are not available in the first
displayed page, then they can click on “more” button, for proceeding to next page(s). They
will get “Download files” as well as “Tender Common Forms” on the same page. For
participating in tender and for download Tender Documents, click on “Participate”. In the
same menu, one can upload the scanned, signed stamped documents in “Edit Bid Common
Forms”.
CRFQ 1000289693 E-Tender System ID : 29702
Page 44 of 49
For downloading Java, please click on “Download JRE 6” on login page or more details
about Bidding steps. Also, “New User Instruction Manual” from log in page can be referred.
Bidders are required to save / store their bid documents for each item into their computers
before submitting their bid into e-tender.
2.0 CONTACT PERSONS:-
FOR E-TENDERING RELATED ISSUES:
If tenderers need some clarifications or are experiencing difficulties while enrolling or while
participating in this e-Tender, please E-Mail to the following E-Mail ID along with the
snapshots of the errors being faced to:
Email - support@bpcleproc.in
(OR) Contact the following helpdesk numbers: All India +91 79 4027 0573 .
CRFQ 1000289693 E-Tender System ID : 29702
Page 45 of 49
SECTION - 8
PROFORMA OF DECLARATION OF HOLIDAY LISTING
CRFQ 1000289693 E-Tender System ID : 29702
Page 46 of 49
ANNEXURE – I
PROFORMA OF DECLARATION OF HOLIDAY LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in the name of my Proprietary concern M/s. _____________
which is submitting the accompanying Bid / Tender nor any other concern in which I am a
proprietor nor in any partnership firm in which I am involved as a Managing Partner have
been placed on holiday list declared by Bharat Petroleum Corporation
Limited/MOP&NG/any other Oil PSEs, except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
In the case of a Partnership Firm
We hereby declare that neither we, M/s. __________________ submitting the accompanying
Bid / Tender nor any partner involved in the management of the said firm either in his
individual capacity or as proprietor of any firm or concern have or has been placed on
holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any other Oil PSEs,
except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
In the case of Company
We hereby declared that we have not been placed on any holiday list declared by Bharat
Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
It is understood that if this declaration is found to be false in any particular, Bharat Petroleum
Corporation Limited shall have the right to reject my / our bid, and, if the bid has resulted in a
contract, the contract is liable to be terminated.
Place: ____________ Signature of the Bidder______________
Date: ____________ Name of the Signatory_______________
CRFQ 1000289693 E-Tender System ID : 29702
Page 47 of 49
SECTION-9
VENDOR ADVISORY – ENVIRONMENTAL
CRFQ 1000289693 E-Tender System ID : 29702
Page 48 of 49
SECTION 10
QEHS POLICY
CRFQ 1000289693 E-Tender System ID : 29702
Page 49 of 49
SECTION 11
POLICY OF HOLIDAY LISTING OF VENODRS IN BPCL
SECTION 9
SECTION 10
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
������������������� ����
�������������������
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
SECTION 11
�
��� ��������������
���������������� �����������������������������������
��� �������� ������������������� ����!����������������"�����#������$� �� ����
�������� �%� ������ �������� �� �������� ��� &������'(��
������������������� ����!����������������)������#������$� ������ *���� ����
������ �� )��� �*���� ��* ���� ��� �� �+���� �*���� ��* ��� � �� ,���� +�����(��
�������* � -./ � �� %�*� �������� ���������� ��� ��� � ��� ��+��� � ��0� ����+��
������� ��� ��� ���������� ��� �� ��� � �%� ������� �������� �� ���� ��**���� � ����� �
����������(��
�
��� � ������� �������1� �� ������� �������$� ������ *���� ���� ���������� %��������
2����������%�"��#������������������������*������)��������3�42(��5���� �������
��������������)��������������������* �������������$(�
�
��� ��* ������ �������1� � ���* ������ �������$� ������ *���� ���� ������� � ���� ��
��* ������ ��� ��6��%�����������%���"�������%�)������������������������� � ��
����������������������������1�
5��� ��* ������ �������� %��� � �� ������*���� 2� ���*���� ����� �� ������� ����
-������#����� ���������������)������7������������������".���8�����������������
�����*���)�������+���������������������*����2� ���*��� �)������)�����������+����%�
��������4�������
�
�+�� ��� ������1� � ���� ������$� *����� "������ �������*� ��� ������� #��(� ���� ���
7��������� 9%%��� ��� "������ "��+��0� � :3;� ���*)���� 7��� � "������� 8����� �
4*)�0:<<<<=(�
�
�+�� ���� �� �������1� ����� �� �������$� *����� ���� �%%���� � �+�� � ����+��� ���
������� �������������������� ����������%�+�������* �� ������%�����������������
�� ��������� ������� ��� �� ��������� �������(� ���� �� �������$� ����� ������� ����
�*����� %��� *��� ����������� ����� *��� *������ ��� ����* �� ��� *������ ��� �����
%����������������)���%��*���)���)�������������)��������+����(�
�
�+�� /�������� �������1� �/�������� �������$� *����� ���� ������ ���� ���� ��� �*�����
��**�����)�� �� ������� ���������� ����+��������)����� ������)��*��� ����������
�)*����� %����� ���*����� ����� ��� %����� �%��*����� ��� �������*���� �%� %����� ��� ���
����+�� �� ������ ��� �%������ �� ��������� ������� ��� ����� �������� �%� ����������
�������
�
�+�� �����+�� �������� 1� ������+�� �������$� �*������ )������ � ���� ��� ��� �%���� )��
�)*�����$� � *����� �� ����*�� ��� �������*���� �������� ��� ����)���� )�� ����� ���
���%�������0��* ���+�� ��+�������� ����� �+�� ����8* �������%� ����)���%����%� %����
����� �����* �����(��
�
�+�� �����+���������1�������+�� ������$�*�����* �����������*��������������������
* ��� ��� ���*� �������� ��� �������� � ���� ������� ��� ��� �� ����� ��� �%������ ����
* �� ����� ������� �%� ��� ������ � �)�������� �%� ���� �+��������� ��� ������ �%� ��
�����*���� ������(�
�
���� 9%%���0�0������1���9%%����>�0��������9���$�����8������0�0��������8���$�������
*�������� ���������������������������%����������)����%��%�"��#�%����������������%�
�������6���� ��������*�����%����������������� ���*���(�
�
���� 4�� �������1�4�� �������*������������� ��������� �/��������������� ������+��
����������������+�� ������������%�����������
�
���� 4�0������� 1��4�0������$�*�����������������*�����)�� ���������� �*�6��� ��
��)���%���������%���-������#�������� �����������������
�
���� ?����� 2� ���*���1� �?����� 2� ���*���$� *����� ���� 2� ���*���� �*����� ��������
���� ���� ����� �%� �+�������� ���� -������ #����� �������� ��� ������ ���������� ���
������� � *������� � ������ ���� )������ ���� ���� �%� �������� ���� ���*�
"��#� ���� ������� ��� )��� )������ �������� ���� ������ )�� ���� ��� ������ /������
2� ���*���(�
�
���� !������ 2�0���*���� ��**����1� � �!������ 2�0���*���� ��**����$� ����+���� ��� ����
�����*������ ���*��������������������������������� ������������������*�����
����+�����������*������**�������� ���273���%����������������".�8����(�
�
@(� ��������������� �!�"�������#�1��
��� ������� *��� )�� ������ �� -������ #��� %��� ���� ���� ��� *���� �%� ���� %��������
���*�������1�
$�������%���#��&"'������%��&����(���������!�� ��#��)��%��%�����*�������1�
�(� �������������*�� ����������
)(� �����)*�����%�6� �%��������%���������*�����������%������
�(� -��� �)������� *�������� �� ��� �%� *�������� � ���� )�� "��#� ��� ���� ����
���������������������A����� ������%%�*�������������*�����������������������
��� ����������� *������ ����)��"��#(�
�(� �-��� ���)�������� +������� ���� ���*+������ ���� ��+����� �%� ��)��� ������
���������� �� ���� � ��%���� ���*� � ��+���*������ ���*�� ��� ������ ���������
�����*����(�
�(� ����� ���)�������� ������� �� ����������� ���� �������� �%� ��%���+�� ���6�� ���
� ����%���%���+��*��������
%(� �-��������������� ��+����������"��#�%�� ���)��(�
�(� �-�����**�����)�������%������������������)��������������������(�
�(� ����� ��%��*������%�����������������������+����������������
(� �-��������������� ���� %����%� ������ �� ������� �%� ������ ����������� ����������������
�%����������*���������)��"��#(�
,(� �B�����������+��������)�� �������%����)���*�������#=�)����(�
6(� �-��� ������ ��� � ���6��� ��� ��+���� ���%������� �� �� ������� �%��*����� �%�
"��#������������� ��������������� �������������%�"��#(�
�
$�$� %�� �� �)��#��!!������ �#��+�!�� &���� ���,�� �������� ����� �!�"� �����#�������
�#��&"��
�(� �%� � �� ��**������� �� ����+��� %��*� ���� ��*������+�� 4������ �%� ����
��� ��������(�(�49�3?������)����������%��*������������������� ���������
)(� �%� ���� ������� ��� ��� ���� )���*�� � )��6� �� � 97� � �� )���� �����+��� 97� ����
�����+��� ��� )������� �97� � %� ���������� %��������� � ��� ��������� ����
)�����������������������������-�
�(� ��������������� ����������������������%�������������� ����� �������� ����
�%���������� ������ �*�6�����������)������������������������������������������
�%���������������%�������������� �������*��������)���)����������)������+������
�%��������� �������8��������4�����(�
.�� +����������� �!�"�������#��
�
�(?�� 7�������%���������������� ������ �%�
��������������
=� �������� ��*�� �������� �������� �� %������� ����� ���
������� ��������
=C�������
@� �)*�����%�6� �%��������%���������*�����������%������
�
D�������
D� ���� �)�������*�������� �� � ����%�*�������� � ����
)�� "��#� ��� ���� ���� �������� ��� ���� ������������
�� ������%%�*�������������*��������������������������
����������� *������ ����)��"��#�
=C�������
:� -��� ���)�������� +������� ���� ���*+������ ����
��+����� �%� ��)��� ������ ���������� �� ����� � ��%����
���*� � ��+���*������ ���*�� ��� ������ ���������
�����*�����
D�������
C� ���� ���)�������� ������� �� ����������� ���� ��������
�%���%���+�����6������ ����%���%���+��*��������
D�������
;� ����������������"��#�� ��+�������%�� ���)��� =������
E� ������**�����)�������%������������������)������������
���������
D�������
F� ����� ��%��*����� �%� ���� ������� �� ���� ��� ��+�����
����������
=������
G� ���������������� � ���� %����%������� �� ��������%������� ��
��������� �� �������� ������ �%���� ���� ��*�� �� ����� )��
"��#�
=������
=<� B�����������+���������)�� �������%����)���*�������
#=�)�����
=������
==� ���� ������ ���� � ���6��� ��� ��+���� ���%������� ��
�� ������� �%��*����� �%� "��#� ��� ���� ����� �����
���������� �������������%�"��#�
=C�������
=@� �%����������������������)���*���)��6� �� �97����)����
�����+��� 97� ���� �����+��� ��� )�� ����� � 97� � %�
���������� %��� ������ � ��� ��������� ���� )����
��������������������������
D�������
=D� 5�������������%��������������� ������ �������� ����
�%����������� ������ ��*�6�����������)����������������
�������������
D�������
����
D(=� ���������������-������#������� �� �����)����������+���%��*�������*������+��
4����� �����������������%��*����������)����* ������������������)��������(��
5���?�����2� ���*������������������*���������������������������+��)���� ������
����-������#������)���"��#��)������������4�����'����+���
�
/�� ���0�����������**�� -�
:(=� ���������������+�������������������%� ������* ����������������������+������
� �����%�%�������� �����������������������%�������* ���������������������
*��**��%�=C������%��*�����������%����� ���%���*������%�������������(�
:(@� ���� � ���� %���� �%���� �� ��� �%� ���� �)�+�� ����� ������ ���� )�� ���������� )�� ����
� ����������������
:(D� 9������ ���%������ ����%��*����������� ������ �������������� �%������������� �
*��������%�����**������%��*�������* ���������������
:(:� �%���� ���� �� �%� ���� ��**����� � %��*� ���� ��* ������ ������� � ���� � �������
�������� �%�������������� �*���������+������� �������%��� �������������� ����
������ ���������������
:(C� �%���� ���*���� ���� %����� �%� ���� ����� ���� ���*����� �+���)��� ��� ������� ����
���������������)*�������%������ ������������� ������ ���������������*���
����� �� ������������)������������ ���������������*���������1�
��� . ����� ���� ������� �%���* ������ ������������ ��������� ���� +������� ��������
������%�-������#��������97�
)�� ����������������%�������* �������������(�
�
:(;� ?�� � ���� �� ��*����� �� ����� ��� ������� �� ������ �� -������ #��� )�� "��# �
)��������4�����'����+���
�
1�� ����&������ �!�"�������#�
C(=(�?�������� ��)�� �� �������������)������������������������������ �������� ���� &������'�
��*��� �����������-���������(�
C(@(��%����&������'��� ���������-������������������������1�
��� �%����&������'��� ����� �-������#����%���� �����%� ������������)���� �������)��
)�%����� ������%������0 �����)� ������0 ������)���%�����&������'�����������)��
� ����� ���� "��842� � %� �)*����� )�� ���� &������'� ������ )�� �������� (� �%� ���
&������'� �� ����� �-������#��� �%�����0 �����)��� �����)��)�%���� ����)��
� ���� ����� ����)���%�����&������'�����������)��� ���������"��842��)*�����
)������&������'�������)����������(��
)�� �%� ��� &������'� �� �� ��� -������ #��� �%���� � ����� �%� ���� )�� )�� )�%����
%���A������%����������� ������%%����%�����&������'�������)���������������������)��
%������ �+������� ���� ���� � � "��842� %� ���� �)*����� )�� ���� &������'� ������ )��
������� � 5��� &������'� ���� ���� )�� ���������� %��� ���� �%� ������ �+��� %� ����
&������'���������������#=�(���������������������������������)���������������#=��
��� �%� ��������� ���� ���� &������'� ���������� �� �� � ������ � �������� ������ �����
��������� ���� �������� )���� �������� )�%���� ������� �%� ������� ������� � � ���*�����
������%���-������#�����%��*�)����������������������%%���������������� �)������
��������� �� �� ������ ���*���� ���� ������ ���� ��*�� �� ���*������ �� ���*�� �%� ����
�������� � ��������� ���*������ ���� �*���� ��� )������ ���� ���� ��+�� �+��
�����������(�
����������������������
�
top related