Tender Summary
model claude-opus-4-7 · $4.6459
Approvals & Statutory
3 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Approval Responsibility Matrix
|
Engineer-in-Charge (BPCL) approves materials, drawings, samples, work execution stages, and issues completion/final certificates; Contractor obtains all statutory permissions/licenses (e.g., from local authorities for excavation/disposal); Contractor must register under Building & Other Construction Workers Act if applicable; BPCL Sr. HSSE Manager and GM Ops I/C are tender clarification authorities. | Compiled from GCC clauses on Engineer-in-Charge approvals, SOW terms requiring contractor permissions, and NIT contact officers. |
|
|
|
Mandatory Certificates / Licenses
|
[GST registration PAN/TAN EPF registration ESIC registration Firm/Company registration certificate Manufacturer's test certificates for materials Valve hydro test certificates from manufacturer Welder qualification (ASME SEC IX/API 1104) Building & Other Construction Workers registration (if applicable) Police Verification Certificate for contract staff Aadhaar card copy for contract staff] | Listed from NIT Section II documents required, SOW valve test certificate requirement, and GCC labour/police verification clauses. |
|
|
|
Inspection / Third-Party Requirements
|
TPIA verification (registered under NABCB-accredited bodies, ISO/IEC 17020 Type A) required for BQC/financial documents; UDIN-bearing CA certificates mandatory; 100% DP testing of butt joints for above-ground piping; 10% radiography (paid separately); hydrostatic testing at 15.8 kg/cm2 (GI/FW lines) and 10.5 kg/cm2 (SS304); welding procedures conforming to ASME SEC IX / API 1104; Engineer-in-Charge inspection at all stages and may direct material tests at contractor cost. | Compiled from NIT TPIA/UDIN requirements, SOW testing clauses for piping, and GCC inspection/testing clauses. |
|
|
Approved Vendor / Make Usage
2 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Approved Make List Usage Summary
|
No consolidated Approved Make List is provided as a separate annexure; instead, approved makes are referenced item-wise within the SOW: steel reinforcement makes specified as SAIL/TATA/JSW/ESSAR/VIZAG STEEL or approved equivalent (IS-conforming); bolts/nuts of brands like UNBRAKO/TVS/TATA or equivalent; sprinkler nozzles from BPCL recommended contractors only such as HD Fire or equivalent; for SS NRVs the recommended manufacturer list is to be given by E&P. Paint/pipe/fittings/flange materials are specified by ASTM/ASME/IS standards rather than makes, with 'approved make' subject to BPCL Engineer-in-Charge approval. | Compiled from approved-make references embedded in the SOW item descriptions (SAIL/TATA/JSW for rebar, UNBRAKO/TVS/TATA for fasteners, HD Fire for sprinkler nozzles); no separate AML annexure is enclosed. |
|
|
|
Approved Vendor List Usage Summary
|
No formal Approved Vendor List (AVL) is enclosed with the tender; the eligibility model uses PQC categories – OEM Vendors, Authorized Dealerships of OEM, or vendors with experience certificate of similar work in Central/State Govt/PSU/Public Listed Company. The SOW notes that for SS NRVs the 'Recommended manufacturer list to be given by E&P', and BPCL retains the right to remove agencies via Holiday Listing; sub-letting/sub-contracting is not permitted without BPCL written consent. | Derived from the NIT PQC section listing eligible vendor categories and the SOW/GCC clauses on sub-letting and recommended manufacturers; no separate AVL document was found in the tender package. |
|
|
Bid Briefing
3 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Overall Tender Summary (One Paragraph)
Concise one-paragraph summary of the entire tender covering scope, client, timeline, and key requirements
|
Bharat Petroleum Corporation Limited (BPCL), Irimpanam Installation (Kerala), has invited two-part competitive bids via GeM Portal (Bid No. GEM/2025/B/6375793 dated 23.06.2025) for 'Modification in Foam Pourer Line of Tanks - TK01, TK03, TK05, TK07 and TK09 at Irimpanam Installation'. The scope comprises mechanical works on tanks and pipelines (fire water and product pipelines) including MS structural steel fabrication/erection, structural and fire-water-line painting, PCC/RCC civil works, dismantling of aboveground pipelines and valves, supply/fabrication/welding of GI and SS304 piping, fittings, flanges, NRVs, MV spray nozzles and associated testing/commissioning across 26 BOQ items. Bid submission deadline is 14.07.2025 15:00 hrs with bid validity of 120 days, EMD of Rs.1,83,000, completion period of 45 days (contract valid for 1 year extendable), 10% PBG/retention, 0.5%/week LD capped at 5%, and PQC requiring similar mechanical works experience (one job ≥Rs.29.33 L or two ≥Rs.18.33 L or three ≥Rs.14.66 L in last 3 years) with minimum average annual turnover of Rs.11 Lakhs. | Synthesised from NIT (Invitation Letter), Scope of Work, BOQ, PQC and GeM bid summary documents. |
|
|
|
Top 5 Actionables
Five most important action items a bidder should address when preparing the bid
|
[Mandatory site visit at Irimpanam Installation before quoting and resolve all queries (pre-bid meeting on 27-06-2025 10:00 at Admin building) since bidder cannot claim ignorance of site conditions later. Submit EMD of Rs.1,83,000 (or valid MSE exemption document) and arrange 10% Performance Bank Guarantee/Security Deposit within 15 days of LOA in prescribed format with SFMS confirmation to SBI CAG Mumbai. Compile and upload TPIA (NABCB Type-A) verified PQC documents: experience certificates of similar Mechanical/Tanks/Fire-Water-Pipeline works (≥Rs.29.33 L single job or equivalent) in last 3 years from Central/State Govt/PSU/Listed Company plus audited financials showing avg turnover ≥Rs.11 L and positive net worth, all with UDIN. Sign and upload all tender documents (NIT, SOW, GCC, BOQ, HSE) page-by-page along with mandatory declarations - Land Border (Order on Restrictions), Social Media Policy, No Near Relative, No Holiday Listing/Blacklisting, PPLC Local Content, NIL deviation (Annexure-B), and Annexures A/C/D. Carefully price the 26 BOQ line items (firm price, no escalation) factoring 45-day completion, 5% LD cap, 1-year warranty on materials/5-year on paints, contractor's scope for water for hydrotesting, BPCL-approved makes (SAIL/TATA/JSW for steel; HD Fire for nozzles; UNBRAKO/TVS/TATA for fasteners), and applicable GST.] | Derived from PQC, NIT submission requirements, SOW terms, BOQ structure, and GeM bid conditions. |
|
|
|
Gaps & Clarifications
Missing information, ambiguities, or items that need clarification from the buyer before bid submission
|
[Performance Security percentage is inconsistent: NIT Section V states 3% of basic contract value upfront, but the same clause says 'this revised value of Performance Security i.e. 10%' supersedes GCC; SOW also mentions 10% BG - clarification needed on actual PBG percentage. Approved Vendor/Make List for valves and NRVs is referenced as 'Recommended manufacturer list: to be given by E&P' in SOW items 19 & 20 but not enclosed - bidder needs the list before quoting. Recommended/approved make list for paints (Inorganic Zinc Silicate, Epoxy MIO, Aliphatic Acrylic Polyurethane) is not specified though 5-year warranty on paints is required. Free-issue vs contractor-supply split is unclear for some items - e.g. Item 21 says BPCL free-issues IS 1239/3589 pipes while Item 22 covers welding of BPCL-supplied fittings, but quantity reconciliation procedure and storage location boundaries are not detailed. Radiography (10%) is mentioned as 'shall be paid separately' in SOW items 16 and 21 but no corresponding line item exists in the 26-item BOQ - clarification required on how radiography will be measured/paid. Penalty/LD clause in SOW (0.5%/week, max 5% of 'visit charge value' after 15 days grace) conflicts with GCC clause 22 (0.5%/week of basic contract value, max 5%, no grace) - need clarification on which prevails. Estimated tender value is not explicitly stated; only EMD (Rs.1.83 L) and PQC thresholds (Rs.29.33 L single job) are given - bidders cannot independently confirm reasonableness band. Drawings referenced in SOW ('as per drawings and instruction of Engineer in charge') are not enclosed with the tender pack and file 1750684598.pdf and 1750684622.pdf appear blank/non-readable - drawings and Payment Terms annexure need to be provided. Site visit/pre-bid meeting was scheduled on 27-06-2025 but minutes/MoM/corrigendum (if any) have not been issued in the documents provided. K-Factor for MV Spray Nozzles (Item 24) is stated as 'as per design' but design/PFD/P&ID is not attached for bidder to size correctly.] | Identified by cross-checking SOW, BOQ, NIT, GCC and GeM document; specifically noted inconsistencies and missing annexures. |
|
|
Bid Timeline & Dates
8 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Tender Issue Date
Date when the tender was published or made available for download
|
2025-06-23 | NIT invitation letter is dated 23.06.2025 and the GeM bid number is dated 23-06-2025. |
|
|
|
Pre-Bid Meeting Date/Time
Scheduled date and time for the pre-bid conference or meeting
|
2025-06-27T10:00:00 | Pre-bid date/time and venue listed in the GeM bid document Pre Bid Detail section. |
|
|
|
Site Visit Details
Details of mandatory or optional site visit — date, time, contact person
|
Vendor has to visit site before quoting online on GeM Portal and all queries should be sorted out during that time; pre-bid meeting at Admin building, Irimpanam Installation on 27-06-2025 10:00 with Sh. Miran M Vaghela (Sr. HSSE Manager, 9033370396). | Site visit requirement stated in PQC/Technical Evaluation criteria; pre-bid venue and contact given in GeM document. |
|
|
|
Last Date for Queries
Deadline for submitting clarification requests or queries
|
— | Searched NIT and GeM bid document; only a pre-bid meeting date (27-06-2025) and a clause stating clarifications must be sought not later than 7 days prior to bid opening were given, but no specific 'last date for queries' is stated. | — |
|
|
Bid Submission Deadline
Final date and time by which bids must be submitted
|
2025-07-14T15:00:00 | Bid end date/time stated in GeM bidding document and NIT tender details. |
|
|
|
Technical Bid Opening Date
Date when technical bids will be opened and evaluated
|
2025-07-14T15:30:00 | Bid opening date/time stated in GeM bidding document; this is the techno-commercial (first packet) opening as the bid is two-packet. |
|
|
|
Commercial Bid Opening Date
Date when price/commercial bids will be opened (after technical qualification)
|
— | Searched NIT and GeM bid document; only the technical bid opening date/time (14-07-2025 15:30) is stated, and price bids will be opened only for technically qualified bidders without a specific date given. | — |
|
|
Bid Validity Period
Duration for which the bid must remain valid after submission — usually in days
|
120 days from date of opening of bid | Validity period stated in NIT tender details and GeM bid offer validity field. |
|
|
Commercial Terms
11 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Payment Terms Summary
Payment schedule — milestone-based, monthly RA bills, percentage on completion, etc.
|
Payment through NEFT within 15 days, subject to submission of Test Certificates, Delivery Challan, procurement records and GST-compliant invoice. RA bills: 75% within 15 days of certified RA bill receipt, balance within 30 days after detailed scrutiny. | Payment terms stated in SOW Terms & Conditions and NIT Section VI; GCC clause 80 specifies RA bill payment timelines. |
|
|
|
Invoicing & Measurement Basis
How work is measured and invoiced — joint measurement, running account bills
|
Joint measurement by Engineer-in-Charge representative and contractor's authorized agent recorded in measurement book; contractor submits monthly RA bill with abstract and detailed measurements; payment based on actual executed quantities at quoted item rates per BOQ units (KG, M2, M3, INM, IND, EA). | Measurement and billing procedure detailed in GCC clause 76 and BOQ specifies units per item. |
|
|
|
Price Basis
Whether prices are firm, subject to escalation, or linked to price index
|
Firm price for entire order period; no price escalation/de-escalation allowed. | Stated explicitly under PRICE ESCALATION/DE-ESCALATION clause in SOW T&Cs and NIT Section VI. |
|
|
|
Taxes & Duties
Tax treatment — inclusive/exclusive of GST, who bears which taxes
|
GST as applicable shall be payable extra as per prevalent norms; type of GST (IGST/CGST-SGST) determined by billing address. New statutory levies introduced after bid submission to be on BPCL account up to contract period; upward variations beyond contractual completion borne by bidder. | Tax treatment specified in NIT Section VI (GST DETAILS, NEW STATUTORY LEVIES) and GCC clause 86. |
|
|
|
LD / Penalties
Liquidated damages rate and maximum cap for delays — usually percentage per week
|
Liquidated Damages payable for delay in execution of installation work beyond 15 days after schedule/call-off @ 0.5% per week of delay (or part thereof) subject to maximum 5% of visit charge value. GCC also specifies LD @ 0.5% per week up to max 5% of contract value. GST applicable on LD amount. | PENALTY CLAUSE in SOW page 12 and GCC clause 22 both specify 0.5% per week, max 5%. |
|
|
|
Bonus / Incentives
Any early completion bonus or performance incentives offered
|
— | Searched SOW terms & conditions, NIT Section VI, and GCC for any early completion bonus, performance incentive, or reward clause; only liquidated damages/penalty clauses are mentioned with no bonus or incentive provision. | — |
|
|
Insurance Requirements
Types of insurance required — CAR, workmen compensation, third party, etc.
|
Contractor to maintain insurance: ESI Act compliance, Workmen's Compensation and Employer's Liability Insurance for all employees, Automobile Liability Insurance for vehicles, and any other insurance required under law. Owner covers Project Material/Equipment under Marine-cum-Erection Insurance Policy. | Insurance requirements detailed in GCC clause 87 (Insurance) and clause 91 (indemnity). |
|
|
|
Subcontracting Rules
Whether subcontracting is allowed, restricted, or requires prior approval
|
Subletting/assigning any part of contract is not allowed; vendor shall not sublet or assign any part of the contract. GCC permits subletting only with prior written consent of the Owner on specific cases. | SUB LEASING clause in SOW page 10 and NIT Section VI prohibits subletting; GCC clause 35 allows with written consent. |
|
|
|
Change Orders / Variations
How variations and extra items are handled — rate determination, approval process
|
Engineer-in-Charge may make alterations/additions/omissions/substitutions; rates for additional work derived from contract rates if specified, else from similar items, else based on prevailing market rates plus 10% for supervision/overhead/profit. Variations beyond ±25% of estimated contract value allow rate revision; reduction beyond -25% TCV gets 10% cost compensation, increase beyond +50% TCV gets 10% reduction. | Change order/variation provisions in GCC clauses 62 and 63. |
|
|
|
Dispute Resolution
Mechanism for dispute resolution — arbitration, mediation, court jurisdiction
|
Disputes referred to Sole Arbitrator under SCOPE forum of Arbitration Rules; seat of arbitration at Mumbai (or Ernakulam for Kochi Refinery); proceedings in English; costs equally borne. Disputes between CPSEs/Govt Departments through AMRCD per DPE OM dated 22-05-2018. Courts at Mumbai/Ernakulam have exclusive jurisdiction. | Arbitration clause in GCC clause 94 and NIT Section VI; jurisdiction in GCC clause 95. |
|
|
|
Termination & Force Majeure
Conditions for contract termination and force majeure clause details
|
BPCL may terminate at discretion upon: delay/breach/default of terms; criminal offence involving moral turpitude; failure to adhere to instructions. Termination for convenience with 14 days' written notice. Force Majeure (GCC clause 20) covers terrorism, war, ionising radiation, epidemics, earthquakes, floods, fires, hurricanes, nationwide strikes; notification within 10 days; either party may terminate if FM continues 180 days within 365 days with 30 days' notice. | Termination clauses in SOW page 11, NIT Section VI; Force Majeure in GCC clause 20; Termination for convenience in GCC clause 42. |
|
|
Corrigendum Tracker
2 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Corrigendum Exists
Whether any corrigendum, addendum, or amendment has been issued
|
No | No corrigendum, addendum or amendment document is included in the provided tender files; only the original NIT, SOW, BOQ, GCC, PQC and GeM bid document are present. | — |
|
|
Corrigendum Summary
Summary of key changes made through corrigendum — dates, specs, terms modified
|
— | No corrigendum has been issued in the provided documents, so there are no changes to summarize. | — |
|
Document Inventory Map (Docs Enclosed)
13 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Document Index Presence
|
Yes | NIT Section I lists annexures (IL, SOW, GCC, SLA, Payment Terms) forming the tender document index. |
|
|
|
BOQ Present
|
Yes | BOQ provided as TENDER SCHEDULE in Excel and PDF SOW listing 26 items with quantities. |
|
|
|
SOW Present
|
Yes | Scope of Work document provided detailing 26 items including pipelines, valves, painting, etc. |
|
|
|
GCC Present
|
Yes | General Conditions of Contract document is included as a separate DOCX file. |
|
|
|
SCC Present
|
No | No separate Special Conditions of Contract document provided; only Terms & Conditions in SOW and NIT Section VI. | — |
|
|
HSE / Safety Docs Present
|
Yes | HSE/Safety document provided with checklist, contractor classification, and penalty schedule for safety violations. |
|
|
|
Technical Specifications Present
|
Yes | Technical specifications embedded within SOW item descriptions referencing ASME, ASTM, IS codes. |
|
|
|
Drawings Present
|
No | No drawings are attached in the provided documents; SOW references drawings to be provided but none are enclosed. | — |
|
|
Approved Make List Present
|
No | Approved makes referenced in item descriptions (e.g., SAIL, TATA, JSW for steel; HD Fire for nozzles) but no consolidated approved make list document provided. | — |
|
|
Approved Vendor List Present
|
No | No approved vendor list document provided; SOW notes 'Recommended manufacturer list: to be given by E&P'. |
|
|
|
Annexures/Forms List Present
|
Yes | Annexures A (CA Certificate), B (Deviation Statement), C (TPIA Undertaking), D (Holiday Listing Declaration) included in NIT. |
|
|
|
MoM/Addenda Present
|
No | No Minutes of Meeting or addenda/corrigendum documents provided in the tender pack. | — |
|
|
AI-Generated Document List
|
[NIT/Invitation Letter (1750684567.pdf) Scope of Work (1750684578.pdf) BOQ/Tender Schedule (1750684559.xlsx) PQC/Eligibility Criteria (1750684573.pdf) PQC/Project Experience Criteria (1750684584.pdf) HSE/Safety Appendices (1750684608.pdf) GCC (GCC_...vaghelamm.docx) GeM Bid Document (GeM-Bidding-8002276.pdf) Generic/Other (1750684598.pdf, 1750684622.pdf)] | List compiled from file headers and category labels in the provided document set. |
|
|
EMD & Securities
6 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
EMD Amount
Earnest Money Deposit amount in INR — look for EMD, bid security, or bid bond
|
183000 | EMD amount of Rs. 183000 specified in the GeM bid document under EMD Detail. |
|
|
|
EMD Form
Acceptable forms of EMD — bank guarantee, demand draft, FDR, online payment
|
Demand Draft in favour of BPCL / Electronic Funds Transfer to BPCL Bank Account / Bank Guarantee from any Scheduled Bank (as per prescribed proforma) | GCC Clause 6(a) lists acceptable EMD forms; foreign vendors must submit in USD/EURO. |
|
|
|
EMD Exemption Rule
Who is exempt from EMD — MSE, NSIC, startup registered, etc.
|
MSEs registered with DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicraft and Handloom/Udyog Aadhaar Memorandum or other body specified by Ministry of MSME (manufacturers for goods and service providers for services; traders excluded). Registered BPCL contractors exempt in limited tenders. | Exemption rules stated in GCC Clause 6(a) Note and in GeM bid EMD Exemption clause. |
|
|
|
PBG Requirement
Performance Bank Guarantee percentage or amount required after contract award
|
Performance Security Deposit of 10% of basic contract value (NIT Section V states 3% of basic contract value upfront within 15 days of LOA, but supersedes to 10% of Basic Value of Contract); BG to be valid till contractual completion + defect liability period + 6 months claim period | NIT Section V mentions both 3% upfront and revised 10% performance security; GCC Clause 18 specifies 10% basic contract value as security deposit. |
|
|
|
Retention / Security Deposit
Percentage or amount retained from each bill as security deposit
|
10% of PO value retained as retention money for 6 months/180 days from date of PO if Security Deposit or PBG is not submitted; released after one year from date of PO; no interest | Stated in SOW Terms & Conditions (Retention Money clause). |
|
|
|
Any Other BGs
Any additional bank guarantees required — advance payment BG, mobilization BG, etc.
|
Bank Guarantee of 10% of contract value valid till period of contract plus six months invocation period (per SOW T&C); no separate advance/mobilization BG mentioned | SOW Terms & Conditions require a 10% contract value BG; no other BGs (advance/mobilization) found in the documents. |
|
|
Execution & Site Assumptions
9 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Site Office Responsibility
|
Owner may, at its discretion and convenience, make available land for contractor's field office, godown and workshop; contractor shall at his own cost construct temporary buildings with water supply and sanitary arrangements approved by Engineer-in-Charge. | Stated in GCC Section II clauses 2.3 and 2.4 regarding land for contractor's field, godown and workshop. |
|
|
|
Utilities Responsibility
|
Contractor to arrange water/electricity at own cost; water for flushing/hydrotesting to be arranged by contractor at his own cost. | GCC clause 2.3 states tenderer must arrange water, electricity, etc.; SOW items repeatedly state water for flushing/hydrotesting is contractor's cost. |
|
|
|
Access & Work Restrictions
|
Entry into BPCL areas is restricted; only pass holders and vehicles with special permits permitted; gate passes issued for service engineers; access to work spots regulated by permits; no loose dress (Dhoti, Kurta, Lungi) permitted inside the plant; security checks at gate. | Stated in GCC Section 2.1 and SOW Terms & Conditions on Security and Discipline. |
|
|
|
Tools & Equipment Responsibility
|
Contractor shall arrange all tools and tackles pertaining to installation of the system at his own cost. | Explicitly stated in SOW Terms & Conditions and GCC clause 2.2. |
|
|
|
Safety & PPE Responsibility
|
Vendor is responsible for safety of service engineer; all required PPEs (Boiler Suit, splash resistant goggles, electrical hand gloves, IS Approved Electrical Safety Shoes) to be provided by Vendor; comply with all corporation safety norms. | Stated in SOW Terms & Conditions under 'SAFETY' section. |
|
|
|
Housekeeping & Site Cleanliness
|
On completion contractor shall remove all temporary works/sheds and clean the site; cart away all debris; insulation debris/packing to be taken out; final bill linked with area cleaning. Failure allows Engineer-in-Charge to remove rubbish at contractor's expense. | GCC clauses 2.3 and 83.3 (Clearing the site) describe housekeeping/cleanliness obligations. |
|
|
|
Site Security & Storage Rules
|
Vendor must furnish details of service engineer in BPCL format before deputation; gate pass mandatory; service engineers subjected to security checks; no prohibited items inside plant; contractor to construct godown for safe storage and bear all incidental charges for storage and safe custody of owner-issued materials. | From SOW Security/Discipline section and GCC clause 57 on conditions for issue of materials. |
|
|
|
Statutory Labor Requirements
|
Vendor shall comply with all statutory provisions under Labor Act 1970, Payment of Wages Act, Gratuity Act, Minimum Wages Act, PF Act, ESI Act, Kerala State Tax on Professions Trades Callings and Employments Act; no labour below 18 years; contractor to indemnify BPCL against any liability under statutory acts; comply with Apprentices Act 1961 and Building & Other Construction Workers Cess Act (1% Cess deducted at source where applicable). | Stated in SOW T&C, NIT Section VI and GCC Section VIII (clauses 89-91, 100). |
|
|
|
Permits & Work Authorization
|
Work permit system applies; non-adherence to work permit conditions attracts financial penalties (Rs 6,000 for cold work without permit, Rs 12,000 for hot work without permit and 3-year holiday listing if repeated, Rs 2,000 per permit for permit condition violations); contractor must obtain necessary permissions from local authorities if required. | Stated in HSE document Appendix 7 schedule of financial deterrents and SOW item 6. |
|
|
Risk Register (Detailed)
11 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Hidden Scope Risk: Civil/Builder Works
|
Civil works (PCC, RCC, steel reinforcement, MS handrails, structural painting) are included in BOQ items 1-5 with relatively small quantities (e.g., 10 M3 PCC, 8 M3 RCC, 750 KG reinforcement); risk that actual civil scope at tank foundations/pedestals exceeds these allowances since SOW says 'as advised by site engineer' with no detailed civil drawings provided. | BOQ contains civil items but quantities appear minimal relative to a 5-tank foam pourer modification, and SOW gives discretion to site engineer. |
|
|
|
Hidden Scope Risk: UG Works
|
Limited UG scope: only one excavation item (EXCV<1.5 RCK DIS OUT, 15 M3) is listed; risk that any underground fire-water piping interfaces, existing service crossings (water/sewage/electrical U/G cables noted in SOW) will require additional excavation, shoring and disposal not separately compensated. | SOW for excavation explicitly mentions encountering existing U/G services but only 15 M3 quantity is provided. |
|
|
|
Hidden Scope Risk: Electrical/Power
|
No electrical/power scope items in BOQ; risk that power supply for welding machines, grinders, lighting and any temporary electrical connections must be arranged by contractor at own cost with no separate item, and any MOV dismantling (item 8 mentions MOVs) electrical disconnection is not separately priced. | BOQ has no electrical items though dismantling of MOVs is included in valve dismantling scope. |
|
|
|
Hidden Scope Risk: Shutdown/Permits
|
Work is on operating BPCL Irimpanam Installation foam pourer lines of TK01-TK09; high risk of permit-driven idle time and shutdown windows since hot work, height work, confined space and tank-adjacent work require permits per HSE checklist; GCC clause states no idle-time/compensation for permit delays. | HSE document classifies such work as Major Risk Potential and GCC bars idle-time claims for permit/access restrictions. |
|
|
|
Hidden Scope Risk: Testing Resources
|
Contractor must arrange water for flushing/hydrotesting at own cost; 100% DP testing on butt joints and possible 10% radiography (paid separately) required; risk of delay/cost if water arrangement, DP consumables, or third-party radiography agency mobilization not factored. | SOW explicitly puts water arrangement on contractor and mandates 100% DP plus possible radiography. |
|
|
|
Hidden Scope Risk: Interfaces/Integration
|
Modification ties new SS304/GI/FW piping into existing foam pourer lines on five tanks (TK01/03/05/07/09), with BPCL free-issue pipes/fittings to be reconciled and surplus returned; risk of interface mismatch, free-issue material shortage/quality issues, and reconciliation disputes affecting completion. | SOW requires reconciliation of BPCL free-issue piping materials and integration with existing tank pedestals/racks. |
|
|
|
Commercial Risk: Cashflow Delay
|
Payment is via NEFT within 15 days but conditional on submission of test certificates, delivery challans, all records and GST-compliant invoice; 10% retention for 6 months (released after 1 year) if no SD/PBG; 75% of RA bill within 15 days and balance within 30 days per GCC—creates working capital strain over 45-day delivery plus 1-year retention. | SOW T&Cs and GCC clause 80 detail payment timing and retention. |
|
|
|
Commercial Risk: Penalty Heavy
|
LD at 0.5% per week of delay capped at 5% of contract value (GST applicable on LD); HSE financial deterrents are heavy (e.g., Rs 12,000 per occasion for hot work without permit, Rs 6,000 for working without permit, Rs 1,000 per person for height work without safety belt) and can erode margins quickly on a 45-day job. | LD clause and HSE penalty schedule in tender documents. |
|
|
|
Commercial Risk: Price Risk
|
Firm prices for entire 1-year order period with no escalation/de-escalation allowed; repeat order for 2nd year at same rates; quantities can be increased/decreased by BPCL with no compensation up to ±25% of TCV per GCC clause 63; exposes bidder to material price (steel, SS304, paints) and labor cost inflation. | Price escalation clause and GCC variation clause confirm firm-price exposure. |
|
|
|
Technical Compliance Risk: Rejection Triggers
|
Bid rejected if any tender document not uploaded with signed acknowledgment, if site visit not done before quoting, if BQC documents lack TPIA/UDIN certification, if conditional/deviation bids submitted, or if 'Nil' charges quoted; technical rejection also for non-submission of CA-certified financials with UDIN. | Multiple rejection triggers listed in NIT Sections II and V. |
|
|
|
Technical Compliance Risk: Spec Ambiguity
|
Several BOQ items reference 'Recommended manufacturer list: to be given by E&P' for SS NRVs and approved makes for valves/sprinkler nozzles (HD Fire 'or equivalent'); ambiguity on whether contractor must use HD Fire only and on E&P's vendor list, plus K-factor 'as per design' for MV spray nozzles without design drawings, creating spec interpretation risk. | SOW items 19, 20 and 24 leave manufacturer list and design parameters open. |
|
|
Scope Table (High Level)
7 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Scope Summary (1-3 lines)
Brief overview of the entire scope of work in 1-3 sentences
|
Modification in Foam Pourer line of Tanks TK01, TK03, TK05, TK07 and TK09 at BPCL Irimpanam Installation, involving supply, fabrication, welding, testing and commissioning of GI/SS/MS pipelines, valves, fittings, structural steel, painting of fire water lines and installation of medium velocity spray nozzles. | Synthesised from NIT title and SOW BOQ items covering pipeline modification works. |
|
|
|
Systems Covered (Short Tags)
Key systems or components covered — electrical, HVAC, plumbing, fire fighting, etc.
|
[Foam Pourer Piping Fire Water Lines GI Piping SS304 Piping Structural Steel Valves & Fittings MV Spray Nozzles Painting Civil (PCC/RCC)] | Tags derived from BOQ line items in SOW covering piping, structural, civil and fire-fighting components. |
|
|
|
Supply vs Installation Split
Whether the contract covers supply only, installation only, or both
|
Both supply and installation - contractor to supply most materials (GI pipes, fittings, SS304 pipes, valves, nozzles, structural steel) and execute fabrication, welding, erection, testing & commissioning; certain items like FW pipes (IS 1239/3589) and 150# bends/tees/reducers are free-issued by BPCL for welding/laying only. | Determined from BOQ item descriptions distinguishing 'Supply, fabrication and welding' items vs items where BPCL provides free-issue materials. |
|
|
|
Testing & Commissioning in Scope
Whether testing and commissioning is included in the contractor scope
|
Yes | BOQ items explicitly include hydrostatic testing, DP testing, flushing and commissioning activities. |
|
|
|
AMC / O&M in Scope
Whether annual maintenance or operations & maintenance is part of the scope
|
No | Scope is a one-time modification/installation work; no AMC or O&M provisions found in SOW or NIT. | — |
|
|
Warranty / DLP Mentioned
Whether warranty or defect liability period is mentioned and its duration
|
Yes | Terms & Conditions in SOW specify 1-year warranty on supplied materials and 5-year warranty on paints; GCC also references defect liability period of 12 months. |
|
|
|
Key Exclusions (Single Field)
Items explicitly excluded from the contractor scope
|
Painting of pipelines (paid separately), 10% radiography (paid separately), water for flushing/hydrotesting to be arranged by contractor at own cost; certain BPCL free-issue items (IS 1239/3589 FW pipes, 150# bends/tees/reducers) are excluded from contractor supply. | Drawn from notes against BOQ items 16 and 21 in the SOW indicating separately paid or owner-supplied items. |
|
|
Technical Bid Compliance
4 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
PQC Summary (Eligibility)
Pre-qualification criteria — minimum turnover, experience, net worth, certifications required
|
Experience: Bidder should have successfully executed Mechanical Works - Tanks and Pipelines (Fire Water and Product Pipelines) at any Central/State Govt Organization/PSU/Public Listed Company in last 3 years - either one job ≥ Rs.29.33 Lakhs, or two jobs each ≥ Rs.18.33 Lakhs, or three jobs each ≥ Rs.14.66 Lakhs. Financial: minimum average annual turnover ≥ Rs.11.0 Lakhs in at least one of preceding 3 financial years; Net Worth as per latest audited financial statement shall be positive. Bidder must have 3 financial years of existence. Categories eligible: OEM, Authorized Dealerships of OEM, or Vendor with experience certificate of similar job in Central/State Govt/PSU/Public Listed Company. | PQC summarized from Section II of NIT and the standalone PQC documents. |
|
|
|
Documents Required in Technical Bid
List of documents to be submitted in the technical bid envelope
|
[Firm/company registration certificate (self-attested) Last 3 years Income Tax Returns with audited Balance Sheet and P&L statement PAN card, GST certificate, EPF & ESIC certificate (self-attested) Experience certificate(s) of similar work in Central/State Govt/PSU/Public Listed Company Declaration of no near relative working in BPCL Declaration regarding Blacklisting/Debarring (Annexure D) Partnership Deed / Affidavit for sole proprietorship / MOA & AOA as applicable Authorization letter (if signed by person other than bidder) TPIA verified BQC documents (Annexure C undertaking) Deviation Statement (Annexure B) CA Certificate for MSE/Turnover with UDIN (Annexure A) Declaration for Compliance of Land Border restrictions Declaration on Social Media Policy of BPCL Declaration for PPLC (Local Content) Signed copy of all tender documents (SOW, GCC, SLA stamped & signed) EMD / EMD Declaration / MSE certificate (as applicable) Integrity Pact (if applicable)] | Compiled from Section VII Checklist, Documents Establishing Bidder's Eligibility, and Annexures A-D in NIT. |
|
|
|
OEM Authorization Required
Whether OEM authorization or dealership certificate is required
|
No | OEM authorization is not mandatory; bidder may qualify as OEM, Authorized Dealer of OEM, OR a vendor with experience certificate of similar job in Central/State Govt/PSU/Public Listed Company. |
|
|
|
Deviations Allowed?
Whether technical or commercial deviations from tender terms are permitted
|
No | Tender explicitly states offers with deviations/counter conditions are liable to be rejected and conditional bids will not be considered; a Deviation Statement (Annexure B) is provided primarily for declaring NIL deviations. |
|
|
Tender Snapshot
16 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Tender Title
Official title of the tender as stated on the NIT or cover page
|
MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION | Title shown on NIT cover page and GeM bid document. |
|
|
|
Tender Reference No / Tender ID
Unique tender reference number, GeM bid number, or NIT number
|
GEM/2025/B/6375793 | GeM Bid Number from GeM bidding document. |
|
|
|
Client / Owner Name
The organization issuing the tender — government body, PSU, or private company
|
Bharat Petroleum Corporation Limited | Owner stated on NIT cover and GeM bid. |
|
|
|
Tendering Authority / Department
The specific department or division within the client organization
|
Irimpanam Installation, BPCL | Office name stated in GeM bid details. |
|
|
|
Consultant Name (if any)
Third-party consultant or PMC hired by the client for this project
|
— | No external consultant is mentioned; the tender is issued directly by BPCL Irimpanam Installation. | — |
|
|
PMC Name (if any)
Project Management Consultant, if different from the main consultant
|
— | No Project Management Consultant is named in the NIT or other tender documents. | — |
|
|
Project Name
Name of the project or work being tendered
|
Modification in Foam Pourer line of Tanks- TK01, TK03, TK05, TK07 and TK09 at Irimpanam Installation | Project/Tender name listed in NIT due-date table. |
|
|
|
Project Type / Vertical
Type of project — civil, MEP, EPC, supply-only, service contract, etc.
|
Mechanical Works - Tanks and Pipelines (Fire Water and Product Pipelines) at oil & gas installation | PQC describes scope as Mechanical Works on tanks and pipelines. |
|
|
|
Location (City/State/Site)
Physical location where the work will be executed
|
Irimpanam Installation, Kerala (Ernakulam), India | Consignee address shows Irimpanam PO, Seaport Airport Road, PIN 682309 (Kerala). |
|
|
|
Work Type Keyword
Short keyword describing the nature of work — construction, installation, supply, etc.
|
Modification / Installation - piping & mechanical works | Inferred from tender title 'MODIFICATION IN FOAM POURER LINE' and SOW (supply, fabrication, welding, installation). |
|
|
|
Tender Type
Single packet, two packet, or multi-packet bid structure
|
Two Packet Bid (Techno-commercial Bid and Price Bid) | NIT and GeM document state two-part bid. |
|
|
|
Contract Type
Item rate, lump sum, percentage rate, turnkey, EPC, etc.
|
Item rate contract | BOQ uses Description/Unit/QTY/Rate/Basic Amount per item, indicating item-rate basis. |
|
|
|
Price Bid Structure
How the pricing is structured — schedule of quantities, BOQ format, lump sum
|
Schedule of Rates / BOQ (26 line items with unit and quantity, total + GST 18%) | BOQ Excel sheet 'TENDER SCHEDULE' lists 26 items with TOTAL, GST (18%), FINAL AMOUNT. |
|
|
|
Estimated Tender Value (if stated)
Estimated contract value or project cost mentioned by the buyer
|
18300000 | Estimated tender value is not explicitly stated, but EMD of Rs. 1,83,000 is given in GeM bid details which corresponds to ~1% of an estimated value of Rs. 1.83 crore (also consistent with PQC threshold of Rs. 29.33 Lakhs being ~33% of estimate). |
|
|
|
Bid Submission Mode
Online (GeM/CPPP/e-tender) or offline (physical submission)
|
Online via GeM portal (https://gem.gov.in) | NIT specifies online submission on GeM portal. |
|
|
|
Language / Currency
Language of bid submission and currency for pricing
|
English; INR | NIT mandates English language; GST 18% in INR shown in BOQ and EMD amount in rupees. |
|
|
Testing & Handover
2 fields
| Field | Value | Remarks | Source | Feedback |
|---|---|---|---|---|
|
Testing Obligations Summary
|
Contractor to perform hydrostatic testing (15.8 kg/cm² for GI/firewater lines, 10.5 kg/cm² for SS304 pipelines), 100% DP testing of butt joints, 10% radiography (paid separately), valve hydro testing at 15.8 kg/sqm with manufacturer test certificates; water for flushing/hydrotesting arranged by contractor at own cost; welding procedures conform to ASME SEC IX/API 1104. | Testing requirements compiled from multiple BOQ items in SOW (items 11, 16, 19, 21, 22) detailing hydrostatic test pressures, DP testing, radiography, and welding code conformance. |
|
|
|
Handover Deliverables Summary
|
On completion contractor shall submit Test Certificates of materials, Delivery Challans, all records pertaining to materials procurement, GST compliant invoice, manufacturer valid test certificates for valves; reconcile BPCL-supplied piping materials and transport surplus free issue materials to Owner's storage yard; remove all temporary works/sheds and clean the site; 1-year warranty on supplied materials/items and 5-year warranty on paints from date of receipt. | Handover deliverables drawn from SOW Terms & Conditions (warranty, payment documentation) and BOQ items requiring material reconciliation and site cleanup; no separate handover dossier (as-built drawings, O&M manuals) explicitly listed. |
|
|