{"id":"d9c93840-0a6e-4aa2-a3c2-ec7f999a283a","status":"completed","created_at":"2026-05-03T11:37:43.19Z","started_at":"2026-05-03T11:37:43.2Z","finished_at":"2026-05-03T11:40:08.177Z","template":{"id":"00000000-0000-0000-0000-000000000001","name":"Workwise Default","sections":[{"name":"Approvals \u0026 Statutory","fields":[{"name":"Approval Responsibility Matrix","type":"text","required":true,"category_preferences":["SCC","SOW","Technical Specification"]},{"name":"Mandatory Certificates / Licenses","type":"text","required":true,"category_preferences":["PQC / Eligibility","SCC","Certificates / Licenses"]},{"name":"Inspection / Third-Party Requirements","type":"text","required":true,"category_preferences":["Technical Specification","ITP / QAP","SCC"]}]},{"name":"Approved Vendor / Make Usage","fields":[{"name":"Approved Make List Usage Summary","type":"text","required":true,"category_preferences":["Approved Make List","Technical Specification"]},{"name":"Approved Vendor List Usage Summary","type":"text","required":true,"category_preferences":["Approved Vendor List"]}]},{"name":"Bid Briefing","fields":[{"name":"Overall Tender Summary (One Paragraph)","type":"text","description":"Concise one-paragraph summary of the entire tender covering scope, client, timeline, and key requirements","required":true},{"name":"Top 5 Actionables","type":"list","description":"Five most important action items a bidder should address when preparing the bid","required":true},{"name":"Gaps \u0026 Clarifications","type":"list","description":"Missing information, ambiguities, or items that need clarification from the buyer before bid submission","required":true}]},{"name":"Bid Timeline \u0026 Dates","fields":[{"name":"Tender Issue Date","type":"date","description":"Date when the tender was published or made available for download","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice"]},{"name":"Pre-Bid Meeting Date/Time","type":"date","description":"Scheduled date and time for the pre-bid conference or meeting","required":true,"category_preferences":["Pre-Bid Notice","Instructions to Bidders","NIT / Tender Notice"]},{"name":"Site Visit Details","type":"text","description":"Details of mandatory or optional site visit — date, time, contact person","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice","SOW"]},{"name":"Last Date for Queries","type":"date","description":"Deadline for submitting clarification requests or queries","required":true,"category_preferences":["Pre-Bid Notice","Instructions to Bidders"]},{"name":"Bid Submission Deadline","type":"date","description":"Final date and time by which bids must be submitted","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice"]},{"name":"Technical Bid Opening Date","type":"date","description":"Date when technical bids will be opened and evaluated","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice"]},{"name":"Commercial Bid Opening Date","type":"date","description":"Date when price/commercial bids will be opened (after technical qualification)","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice"]},{"name":"Bid Validity Period","type":"text","description":"Duration for which the bid must remain valid after submission — usually in days","required":true,"category_preferences":["Instructions to Bidders","GCC","SCC"]}]},{"name":"Commercial Terms","fields":[{"name":"Payment Terms Summary","type":"text","description":"Payment schedule — milestone-based, monthly RA bills, percentage on completion, etc.","required":true,"category_preferences":["SCC","GCC","BOQ / Price Schedule"]},{"name":"Invoicing \u0026 Measurement Basis","type":"text","description":"How work is measured and invoiced — joint measurement, running account bills","required":true,"category_preferences":["BOQ / Price Schedule","GCC","SCC"]},{"name":"Price Basis","type":"text","description":"Whether prices are firm, subject to escalation, or linked to price index","required":true,"category_preferences":["SCC","GCC"]},{"name":"Taxes \u0026 Duties","type":"text","description":"Tax treatment — inclusive/exclusive of GST, who bears which taxes","required":true,"category_preferences":["SCC","GCC"]},{"name":"LD / Penalties","type":"text","description":"Liquidated damages rate and maximum cap for delays — usually percentage per week","required":true,"category_preferences":["SCC","GCC"]},{"name":"Bonus / Incentives","type":"text","description":"Any early completion bonus or performance incentives offered","required":true,"category_preferences":["SCC","GCC"]},{"name":"Insurance Requirements","type":"text","description":"Types of insurance required — CAR, workmen compensation, third party, etc.","required":true,"category_preferences":["SCC","GCC"]},{"name":"Subcontracting Rules","type":"text","description":"Whether subcontracting is allowed, restricted, or requires prior approval","required":true,"category_preferences":["SCC","GCC"]},{"name":"Change Orders / Variations","type":"text","description":"How variations and extra items are handled — rate determination, approval process","required":true,"category_preferences":["SCC","GCC"]},{"name":"Dispute Resolution","type":"text","description":"Mechanism for dispute resolution — arbitration, mediation, court jurisdiction","required":true,"category_preferences":["GCC","SCC"]},{"name":"Termination \u0026 Force Majeure","type":"text","description":"Conditions for contract termination and force majeure clause details","required":true,"category_preferences":["GCC","SCC"]}]},{"name":"Corrigendum Tracker","fields":[{"name":"Corrigendum Exists","type":"yes_no","description":"Whether any corrigendum, addendum, or amendment has been issued","required":true,"category_preferences":["Corrigendum / Addendum / MoM"]},{"name":"Corrigendum Summary","type":"text","description":"Summary of key changes made through corrigendum — dates, specs, terms modified","required":true,"category_preferences":["Corrigendum / Addendum / MoM"]}]},{"name":"Document Inventory Map (Docs Enclosed)","fields":[{"name":"Document Index Presence","type":"yes_no","required":true,"category_preferences":["Document Index / Portal Pack"]},{"name":"BOQ Present","type":"yes_no","required":true,"category_preferences":["BOQ / Price Schedule"]},{"name":"SOW Present","type":"yes_no","required":true,"category_preferences":["SOW"]},{"name":"GCC Present","type":"yes_no","required":true,"category_preferences":["GCC"]},{"name":"SCC Present","type":"yes_no","required":true,"category_preferences":["SCC"]},{"name":"HSE / Safety Docs Present","type":"yes_no","required":true,"category_preferences":["HSE / Safety"]},{"name":"Technical Specifications Present","type":"yes_no","required":true,"category_preferences":["Technical Specification"]},{"name":"Drawings Present","type":"yes_no","required":true,"category_preferences":["Drawings"]},{"name":"Approved Make List Present","type":"yes_no","required":true,"category_preferences":["Approved Make List"]},{"name":"Approved Vendor List Present","type":"yes_no","required":true,"category_preferences":["Approved Vendor List"]},{"name":"Annexures/Forms List Present","type":"yes_no","required":true,"category_preferences":["Annexure / Forms"]},{"name":"MoM/Addenda Present","type":"yes_no","required":true,"category_preferences":["Corrigendum / Addendum / MoM"]},{"name":"AI-Generated Document List","type":"list","required":true,"category_preferences":["Document Index / Portal Pack"]}]},{"name":"EMD \u0026 Securities","fields":[{"name":"EMD Amount","type":"number","description":"Earnest Money Deposit amount in INR — look for EMD, bid security, or bid bond","required":true,"category_preferences":["NIT / Tender Notice","SCC"]},{"name":"EMD Form","type":"text","description":"Acceptable forms of EMD — bank guarantee, demand draft, FDR, online payment","required":true,"category_preferences":["NIT / Tender Notice","SCC"]},{"name":"EMD Exemption Rule","type":"text","description":"Who is exempt from EMD — MSE, NSIC, startup registered, etc.","required":true,"category_preferences":["NIT / Tender Notice","SCC"]},{"name":"PBG Requirement","type":"text","description":"Performance Bank Guarantee percentage or amount required after contract award","required":true,"category_preferences":["SCC","GCC"]},{"name":"Retention / Security Deposit","type":"text","description":"Percentage or amount retained from each bill as security deposit","required":true,"category_preferences":["SCC","GCC"]},{"name":"Any Other BGs","type":"text","description":"Any additional bank guarantees required — advance payment BG, mobilization BG, etc.","required":true,"category_preferences":["SCC","GCC"]}]},{"name":"Execution \u0026 Site Assumptions","fields":[{"name":"Site Office Responsibility","type":"text","required":true,"category_preferences":["SCC","HSE / Safety","SOW"]},{"name":"Utilities Responsibility","type":"text","required":true,"category_preferences":["SCC","HSE / Safety","SOW"]},{"name":"Access \u0026 Work Restrictions","type":"text","required":true,"category_preferences":["Instructions to Bidders","SOW","HSE / Safety"]},{"name":"Tools \u0026 Equipment Responsibility","type":"text","required":true,"category_preferences":["SCC","HSE / Safety","SOW"]},{"name":"Safety \u0026 PPE Responsibility","type":"text","required":true,"category_preferences":["HSE / Safety","SCC"]},{"name":"Housekeeping \u0026 Site Cleanliness","type":"text","required":true,"category_preferences":["HSE / Safety","SCC"]},{"name":"Site Security \u0026 Storage Rules","type":"text","required":true,"category_preferences":["HSE / Safety","SCC"]},{"name":"Statutory Labor Requirements","type":"text","required":true,"category_preferences":["SCC","HSE / Safety"]},{"name":"Permits \u0026 Work Authorization","type":"text","required":true,"category_preferences":["HSE / Safety","SCC"]}]},{"name":"Risk Register (Detailed)","fields":[{"name":"Hidden Scope Risk: Civil/Builder Works","type":"text","required":true,"category_preferences":["SOW","SCC","HSE / Safety"]},{"name":"Hidden Scope Risk: UG Works","type":"text","required":true,"category_preferences":["SOW","SCC","BOQ / Price Schedule"]},{"name":"Hidden Scope Risk: Electrical/Power","type":"text","required":true,"category_preferences":["SOW","SCC","Technical Specification"]},{"name":"Hidden Scope Risk: Shutdown/Permits","type":"text","required":true,"category_preferences":["SOW","HSE / Safety"]},{"name":"Hidden Scope Risk: Testing Resources","type":"text","required":true,"category_preferences":["SOW","SCC","Technical Specification"]},{"name":"Hidden Scope Risk: Interfaces/Integration","type":"text","required":true,"category_preferences":["Technical Specification","SOW","Drawings"]},{"name":"Commercial Risk: Cashflow Delay","type":"text","required":true,"category_preferences":["SCC","GCC"]},{"name":"Commercial Risk: Penalty Heavy","type":"text","required":true,"category_preferences":["SCC","GCC"]},{"name":"Commercial Risk: Price Risk","type":"text","required":true,"category_preferences":["SCC","GCC"]},{"name":"Technical Compliance Risk: Rejection Triggers","type":"text","required":true,"category_preferences":["Technical Specification","ITP / QAP"]},{"name":"Technical Compliance Risk: Spec Ambiguity","type":"text","required":true,"category_preferences":["Technical Specification","SOW"]}]},{"name":"Scope Table (High Level)","fields":[{"name":"Scope Summary (1-3 lines)","type":"text","description":"Brief overview of the entire scope of work in 1-3 sentences","required":true,"category_preferences":["SOW"]},{"name":"Systems Covered (Short Tags)","type":"text","description":"Key systems or components covered — electrical, HVAC, plumbing, fire fighting, etc.","required":true,"category_preferences":["SOW","Technical Specification","Drawings"]},{"name":"Supply vs Installation Split","type":"text","description":"Whether the contract covers supply only, installation only, or both","required":true,"category_preferences":["BOQ / Price Schedule","SOW"]},{"name":"Testing \u0026 Commissioning in Scope","type":"yes_no","description":"Whether testing and commissioning is included in the contractor scope","required":true,"category_preferences":["SOW","Technical Specification","ITP / QAP"]},{"name":"AMC / O\u0026M in Scope","type":"yes_no","description":"Whether annual maintenance or operations \u0026 maintenance is part of the scope","required":true,"category_preferences":["SOW","SCC"]},{"name":"Warranty / DLP Mentioned","type":"yes_no","description":"Whether warranty or defect liability period is mentioned and its duration","required":true,"category_preferences":["SCC","SOW"]},{"name":"Key Exclusions (Single Field)","type":"text","description":"Items explicitly excluded from the contractor scope","required":true,"category_preferences":["SOW","SCC"]}]},{"name":"Technical Bid Compliance","fields":[{"name":"PQC Summary (Eligibility)","type":"text","description":"Pre-qualification criteria — minimum turnover, experience, net worth, certifications required","required":true,"category_preferences":["PQC / Eligibility"]},{"name":"Documents Required in Technical Bid","type":"list","description":"List of documents to be submitted in the technical bid envelope","required":true,"category_preferences":["Instructions to Bidders","PQC / Eligibility","Annexure / Forms"]},{"name":"OEM Authorization Required","type":"yes_no","description":"Whether OEM authorization or dealership certificate is required","required":true,"category_preferences":["PQC / Eligibility","Technical Specification","Annexure / Forms"]},{"name":"Deviations Allowed?","type":"yes_no","description":"Whether technical or commercial deviations from tender terms are permitted","required":true,"category_preferences":["Instructions to Bidders","Technical Specification"]}]},{"name":"Tender Snapshot","fields":[{"name":"Tender Title","type":"text","description":"Official title of the tender as stated on the NIT or cover page","required":true,"category_preferences":["NIT / Tender Notice"]},{"name":"Tender Reference No / Tender ID","type":"text","description":"Unique tender reference number, GeM bid number, or NIT number","required":true,"category_preferences":["NIT / Tender Notice"]},{"name":"Client / Owner Name","type":"text","description":"The organization issuing the tender — government body, PSU, or private company","required":true,"category_preferences":["NIT / Tender Notice"]},{"name":"Tendering Authority / Department","type":"text","description":"The specific department or division within the client organization","required":true,"category_preferences":["NIT / Tender Notice"]},{"name":"Consultant Name (if any)","type":"text","description":"Third-party consultant or PMC hired by the client for this project","required":true,"category_preferences":["NIT / Tender Notice","PQC / Eligibility"]},{"name":"PMC Name (if any)","type":"text","description":"Project Management Consultant, if different from the main consultant","required":true,"category_preferences":["NIT / Tender Notice","PQC / Eligibility"]},{"name":"Project Name","type":"text","description":"Name of the project or work being tendered","required":true,"category_preferences":["NIT / Tender Notice","SOW"]},{"name":"Project Type / Vertical","type":"text","description":"Type of project — civil, MEP, EPC, supply-only, service contract, etc.","required":true,"category_preferences":["NIT / Tender Notice","SOW"]},{"name":"Location (City/State/Site)","type":"text","description":"Physical location where the work will be executed","required":true,"category_preferences":["NIT / Tender Notice","SOW"]},{"name":"Work Type Keyword","type":"text","description":"Short keyword describing the nature of work — construction, installation, supply, etc.","required":true,"category_preferences":["NIT / Tender Notice","Instructions to Bidders"]},{"name":"Tender Type","type":"text","description":"Single packet, two packet, or multi-packet bid structure","required":true,"category_preferences":["Instructions to Bidders","NIT / Tender Notice"]},{"name":"Contract Type","type":"text","description":"Item rate, lump sum, percentage rate, turnkey, EPC, etc.","required":true,"category_preferences":["SOW","GCC","SCC"]},{"name":"Price Bid Structure","type":"text","description":"How the pricing is structured — schedule of quantities, BOQ format, lump sum","required":true,"category_preferences":["BOQ / Price Schedule"]},{"name":"Estimated Tender Value (if stated)","type":"text","description":"Estimated contract value or project cost mentioned by the buyer","required":true,"category_preferences":["NIT / Tender Notice"]},{"name":"Bid Submission Mode","type":"text","description":"Online (GeM/CPPP/e-tender) or offline (physical submission)","required":true,"category_preferences":["Instructions to Bidders"]},{"name":"Language / Currency","type":"text","description":"Language of bid submission and currency for pricing","required":true,"category_preferences":["GCC","SCC","NIT / Tender Notice"]}]},{"name":"Testing \u0026 Handover","fields":[{"name":"Testing Obligations Summary","type":"text","required":true,"category_preferences":["Technical Specification","SOW","ITP / QAP"]},{"name":"Handover Deliverables Summary","type":"text","required":true,"category_preferences":["Technical Specification","SOW"]}]}]},"files":[{"name":"tender/1750684598.pdf","category":"Generic / Other","mime":"application/pdf","bytes":294647,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/00_tender_1750684598.pdf","sha256":"d6116d7d250ec85a94d9c57ec1717cf20667f21f926cdc44628ba4a60f905757"},{"name":"tender/1750684573.pdf","category":"PQC / Eligibility","mime":"application/pdf","bytes":377570,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/01_tender_1750684573.pdf","sha256":"e573d27292c52a4c1376216982ab179bff5c694c1e2710e5234354be3d0d3025"},{"name":"tender/1750684567.pdf","category":"NIT / Tender Notice","mime":"application/pdf","bytes":1060561,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/02_tender_1750684567.pdf","sha256":"503e31c2efeeb14d905690280d6464f593035ccdee49c1712c898e71a3cbec68"},{"name":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","category":"GCC","mime":"application/vnd.openxmlformats-officedocument.wordprocessingml.document","bytes":239419,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/03_tender_GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","sha256":"de1ba3ed52ca769c06fc0d6defc293526de02864006d6553e89f887ac00b9da0"},{"name":"tender/GeM-Bidding-8002276.pdf","category":"NIT / Tender Notice","mime":"application/pdf","bytes":97836,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/04_tender_GeM-Bidding-8002276.pdf","sha256":"aec295a70bd40e02a101df15c04d1fcd822396e015c470f07a8305c36dadf898"},{"name":"tender/1750684559.xlsx","category":"BOQ / Price Schedule","mime":"application/vnd.openxmlformats-officedocument.spreadsheetml.sheet","bytes":15233,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/05_tender_1750684559.xlsx","sha256":"c295944cceaf9b45b09fc5c41c0444b75301565f661c56bcb5bade3c5f47fe8a"},{"name":"tender/1750684584.pdf","category":"PQC / Eligibility","mime":"application/pdf","bytes":377570,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/06_tender_1750684584.pdf","sha256":"e573d27292c52a4c1376216982ab179bff5c694c1e2710e5234354be3d0d3025"},{"name":"tender/1750684578.pdf","category":"SOW","mime":"application/pdf","bytes":217144,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/07_tender_1750684578.pdf","sha256":"7e8e48acae514754b95674b46ae7b157d244e7faa56b92922354be734278ef93"},{"name":"tender/1750684622.pdf","category":"Generic / Other","mime":"application/pdf","bytes":2541617,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/08_tender_1750684622.pdf","sha256":"1382968942494f2058d2c90f81287cf056d78abb479435e737ca362cc949d7fb"},{"name":"tender/1750684608.pdf","category":"HSE / Safety","mime":"application/pdf","bytes":419945,"uri":"file:///Users/abdush/zopte/workwise-ai/tender/data/jobs/d9c93840-0a6e-4aa2-a3c2-ec7f999a283a/09_tender_1750684608.pdf","sha256":"08b3b7db9ba96727d2fafe15d9be0c2f0d0a66ff472927751809e16ff47e2d72"}],"result":{"template_id":"00000000-0000-0000-0000-000000000001","generated_at":"2026-05-03T11:37:43.228Z","model":"claude-opus-4-7","files":[{"name":"tender/1750684598.pdf","category":"Generic / Other","pages":1,"bytes":294647},{"name":"tender/1750684573.pdf","category":"PQC / Eligibility","pages":1,"bytes":377570},{"name":"tender/1750684567.pdf","category":"NIT / Tender Notice","pages":27,"bytes":1060561},{"name":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","category":"GCC","pages":1,"bytes":239419},{"name":"tender/GeM-Bidding-8002276.pdf","category":"NIT / Tender Notice","pages":6,"bytes":97836},{"name":"tender/1750684559.xlsx","category":"BOQ / Price Schedule","pages":1,"bytes":15233},{"name":"tender/1750684584.pdf","category":"PQC / Eligibility","pages":1,"bytes":377570},{"name":"tender/1750684578.pdf","category":"SOW","pages":12,"bytes":217144},{"name":"tender/1750684622.pdf","category":"Generic / Other","pages":5,"bytes":2541617},{"name":"tender/1750684608.pdf","category":"HSE / Safety","pages":4,"bytes":419945}],"sections":{"Approvals \u0026 Statutory":{"Approval Responsibility Matrix":{"value":"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 \u0026 Other Construction Workers Act if applicable; BPCL Sr. HSSE Manager and GM Ops I/C are tender clarification authorities.","remarks":"Compiled from GCC clauses on Engineer-in-Charge approvals, SOW terms requiring contractor permissions, and NIT contact officers.","sources":[{"file":"tender/1750684578.pdf","page":2,"snippet":"disposal of excavated earth outside BPCL's premises... including necessary permissions from local authorities (if required) and charges"},{"file":"tender/1750684567.pdf","page":3,"snippet":"Sh. Shaji Hakeem GM Ops I/C, Irimpanam Installation ... Sh. Miran M vaghela Sr. HSSE Manager"},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"The contractor must be registered with the concerned authorities under the Building and other Construction Workers (RE\u0026CS) Act, 1996"}]},"Inspection / Third-Party Requirements":{"value":"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.","remarks":"Compiled from NIT TPIA/UDIN requirements, SOW testing clauses for piping, and GCC inspection/testing clauses.","sources":[{"file":"tender/1750684567.pdf","page":5,"snippet":"duly verified and certified by any one of the TPIAs which are registered under \"NABCB ... ISO/IEC 17020 as Type A\""},{"file":"tender/1750684578.pdf","page":4,"snippet":"Job includes 100% DP of total butt joints for above ground... 10 % radiography (which shall be paid seperately)"},{"file":"tender/1750684578.pdf","page":7,"snippet":"hydrostatic testing at 15.8 Kg/cm2... Welding procedure should conform to ASME SEC IX/API 1104"}]},"Mandatory Certificates / Licenses":{"value":["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 \u0026 Other Construction Workers registration (if applicable)","Police Verification Certificate for contract staff","Aadhaar card copy for contract staff"],"remarks":"Listed from NIT Section II documents required, SOW valve test certificate requirement, and GCC labour/police verification clauses.","sources":[{"file":"tender/1750684567.pdf","page":8,"snippet":"Bidder must have GST registration number... PAN/TAN/GIR card... Bidder should have EPF / ESI registration with competent authority"},{"file":"tender/1750684578.pdf","page":6,"snippet":"contractor shall submit Valid Test Certificates from the manufacturer of the valve"},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Police verification certificate issued by the police (PVC); Photocopy of Aadhaar Card"}]}},"Approved Vendor / Make Usage":{"Approved Make List Usage Summary":{"value":"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\u0026P. 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.","remarks":"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.","sources":[{"file":"tender/1750684578.pdf","page":1,"snippet":"(Make: SAIL,TATA, JSW, ESSAR, VIZAG STEEL or approved equivalent make conforming to IS code)"},{"file":"tender/1750684578.pdf","page":6,"snippet":"recommended brands like UNBRAKO,TVS;TATA or equivalent make(after prior approval from BPCL)"},{"file":"tender/1750684578.pdf","page":8,"snippet":"Sprinkler Nozzles From Bpcl Recommended contractors Only : Hd Fire Or Equivalent."},{"file":"tender/1750684578.pdf","page":6,"snippet":"Recommended manufacturer list : to be given by E\u0026P"}]},"Approved Vendor List Usage Summary":{"value":"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\u0026P', and BPCL retains the right to remove agencies via Holiday Listing; sub-letting/sub-contracting is not permitted without BPCL written consent.","remarks":"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.","sources":[{"file":"tender/1750684567.pdf","page":4,"snippet":"The category for qualification of vendor in tender participation: - OEM Vendors - Authorized Dealerships of OEM - Vendor with experience certificate of similar job"},{"file":"tender/1750684578.pdf","page":10,"snippet":"SUB LEASING: The vendor shall not be allowed to sublet or assign any part of the contract."},{"file":"tender/1750684578.pdf","page":6,"snippet":"Recommended manufacturer list : to be given by E\u0026P"}]}},"Bid Briefing":{"Gaps \u0026 Clarifications":{"value":["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\u0026P' in SOW items 19 \u0026 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\u0026ID is not attached for bidder to size correctly."],"remarks":"Identified by cross-checking SOW, BOQ, NIT, GCC and GeM document; specifically noted inconsistencies and missing annexures.","sources":[{"file":"tender/1750684567.pdf","page":10,"snippet":"Performance Security Deposit in the form of (Demand Draft / Bank Guarantee) of 3% of basic contract value upfront ... This revised value of Performance Security i.e. 10 % of the Basic Value of Contract/Purchase order supersedes"},{"file":"tender/1750684578.pdf","page":6,"snippet":"Recommended manufacturer list : to be given by E\u0026P"},{"file":"tender/1750684578.pdf","page":4,"snippet":"The job may require10 % radiography (which shall be paid seperately )"},{"file":"tender/1750684578.pdf","page":12,"snippet":"Liquidated Damages is payable for delay is execution of installation work for more than 15 days after the schedule or call off from BPCL officer In/charge @ 0.5% per week"},{"file":"tender/1750684578.pdf","page":9,"snippet":"K-Factor Shall Be As Per The Design Of The Piping System"}]},"Overall Tender Summary (One Paragraph)":{"value":"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.","remarks":"Synthesised from NIT (Invitation Letter), Scope of Work, BOQ, PQC and GeM bid summary documents.","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION"},{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Bid End Date/Time 14-07-2025 15:00:00 ... Bid Offer Validity 120 (Days)"},{"file":"tender/1750684573.pdf","page":1,"snippet":"One job of value not less than Rs.29.33 Lakhs ... minimum average annual financial turnover ... Rs. 11.0 Lakhs"},{"file":"tender/1750684578.pdf","page":12,"snippet":"The Delivery Time for completion of the job is 45 days."}]},"Top 5 Actionables":{"value":["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."],"remarks":"Derived from PQC, NIT submission requirements, SOW terms, BOQ structure, and GeM bid conditions.","sources":[{"file":"tender/1750684573.pdf","page":1,"snippet":"Vendor has to visit site before quoting online on GeM Portal and all the queries should be sorted out"},{"file":"tender/GeM-Bidding-8002276.pdf","page":2,"snippet":"EMD Amount 183000"},{"file":"tender/1750684567.pdf","page":10,"snippet":"Performance Security Deposit in the form of (Demand Draft / Bank Guarantee) of 3% of basic contract value upfront within 15 days from the receipt of LOA"},{"file":"tender/1750684578.pdf","page":12,"snippet":"The Delivery Time for completion of the job is 45 days."},{"file":"tender/1750684578.pdf","page":10,"snippet":"warranty certificate of 1 years shall be given on the supplied materials/items ... 5 years should be given on the supplied paints"}]}},"Bid Timeline \u0026 Dates":{"Bid Submission Deadline":{"value":"2025-07-14T15:00:00","remarks":"Bid end date/time stated in GeM bidding document and NIT tender details.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Bid End Date/Time 14-07-2025 15:00:00"},{"file":"tender/1750684567.pdf","page":3,"snippet":"Time \u0026 Last Date of online bid submission 14.07.2025 at 15:00 HRS"}]},"Bid Validity Period":{"value":"120 days from date of opening of bid","remarks":"Validity period stated in NIT tender details and GeM bid offer validity field.","sources":[{"file":"tender/1750684567.pdf","page":3,"snippet":"Validity of Tender from the date of Opening of bid 120 days"},{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Bid Offer Validity (From End Date) 120 (Days)"}]},"Commercial Bid Opening Date":{"value":null,"remarks":"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.","sources":[]},"Last Date for Queries":{"value":null,"remarks":"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.","sources":[]},"Pre-Bid Meeting Date/Time":{"value":"2025-06-27T10:00:00","remarks":"Pre-bid date/time and venue listed in the GeM bid document Pre Bid Detail section.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":3,"snippet":"27-06-2025 10:00:00 Admin building Miran m Vaghela 9033370396 Sr. HSSE Manager"}]},"Site Visit Details":{"value":"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).","remarks":"Site visit requirement stated in PQC/Technical Evaluation criteria; pre-bid venue and contact given in GeM document.","sources":[{"file":"tender/1750684573.pdf","page":1,"snippet":"Vendor has to visit site before quoting online on GeM Portal and all the queries should be sorted out during that time."},{"file":"tender/GeM-Bidding-8002276.pdf","page":3,"snippet":"Admin building Miran m Vaghela 9033370396 Sr. HSSE Manager"}]},"Technical Bid Opening Date":{"value":"2025-07-14T15:30:00","remarks":"Bid opening date/time stated in GeM bidding document; this is the techno-commercial (first packet) opening as the bid is two-packet.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Bid Opening Date/Time 14-07-2025 15:30:00"}]},"Tender Issue Date":{"value":"2025-06-23","remarks":"NIT invitation letter is dated 23.06.2025 and the GeM bid number is dated 23-06-2025.","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"(DATE: 23.06.2025)"},{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Dated: 23-06-2025"}]}},"Commercial Terms":{"Bonus / Incentives":{"value":null,"remarks":"Searched SOW terms \u0026 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.","sources":[]},"Change Orders / Variations":{"value":"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.","remarks":"Change order/variation provisions in GCC clauses 62 and 63.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"ALTERATIONS IN SPECIFICATIONS AND DESIGNS AND EXTRA WORK... rates on the basis of the prevailing market rates of materials, labour cost at schedule of labour plus 10%"}]},"Dispute Resolution":{"value":"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.","remarks":"Arbitration clause in GCC clause 94 and NIT Section VI; jurisdiction in GCC clause 95.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"The dispute or difference shall, in any event, be referred only to a Sole Arbitrator... in accordance with SCOPE forum of Arbitration Rules"},{"file":"tender/1750684567.pdf","page":15,"snippet":"such dispute or difference shall be taken up by either party for its resolution through AMRCD... The Seat of arbitration shall be Mumbai."}]},"Insurance Requirements":{"value":"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.","remarks":"Insurance requirements detailed in GCC clause 87 (Insurance) and clause 91 (indemnity).","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Contractor shall at his own expenses carry and maintain insurance with reputable insurance companies... Workman's Compensation and Employee's Liability Insurance... Automobile Liability Insurance"}]},"Invoicing \u0026 Measurement Basis":{"value":"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).","remarks":"Measurement and billing procedure detailed in GCC clause 76 and BOQ specifies units per item.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"All the works in progress will be jointly measured by the representative of the Engineer-in-Charge and the Contractor's authorise agent progressively"},{"file":"tender/1750684559.xlsx","page":null,"snippet":"SR NO.\tDescription\tUnit\tQTY\tRate\tBasic Amount"}]},"LD / Penalties":{"value":"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.","remarks":"PENALTY CLAUSE in SOW page 12 and GCC clause 22 both specify 0.5% per week, max 5%.","sources":[{"file":"tender/1750684578.pdf","page":12,"snippet":"Liquidated Damages is payable for delay is execution of installation work for more than 15 days after the schedule or call off from BPCL officer In/charge @ 0.5% per week of delay or part thereof subject to a maximum of 5% of the visit charge value."},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"liable to pay liquidated damages of 0.5% of the basic value of contract per week and or part thereof of the delay subject to a maximum of 5% of the value of the contract"}]},"Payment Terms Summary":{"value":"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.","remarks":"Payment terms stated in SOW Terms \u0026 Conditions and NIT Section VI; GCC clause 80 specifies RA bill payment timelines.","sources":[{"file":"tender/1750684578.pdf","page":12,"snippet":"PAYMENT: Payment shall be made through NEFT within 15 Days and shall be released subject to: a) Submission of Test Certificates of materials. b) Submission of Delivery Challan"},{"file":"tender/1750684567.pdf","page":15,"snippet":"Payment shall be made through NEFT within 15 Days"}]},"Price Basis":{"value":"Firm price for entire order period; no price escalation/de-escalation allowed.","remarks":"Stated explicitly under PRICE ESCALATION/DE-ESCALATION clause in SOW T\u0026Cs and NIT Section VI.","sources":[{"file":"tender/1750684578.pdf","page":11,"snippet":"PRICE ESCALATION / DE-ESCALATION: Vendors are requested to offer their firm price for throughout the order period. No price escalation / de-escalation allowed."}]},"Subcontracting Rules":{"value":"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.","remarks":"SUB LEASING clause in SOW page 10 and NIT Section VI prohibits subletting; GCC clause 35 allows with written consent.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"SUB LEASING: The vendor shall not be allowed to sublet or assign any part of the contract."},{"file":"tender/1750684567.pdf","page":14,"snippet":"SUB LEASING: The vendor shall not be allowed to sublet or assign any part of the contract."}]},"Taxes \u0026 Duties":{"value":"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.","remarks":"Tax treatment specified in NIT Section VI (GST DETAILS, NEW STATUTORY LEVIES) and GCC clause 86.","sources":[{"file":"tender/1750684567.pdf","page":3,"snippet":"GST (Goods and service tax) as applicable shall be payable extra as per prevalent norms."},{"file":"tender/1750684567.pdf","page":18,"snippet":"Type of GST namely IGST/CGST-SGST will be determined based upon the billing address provided by the bidder"}]},"Termination \u0026 Force Majeure":{"value":"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.","remarks":"Termination clauses in SOW page 11, NIT Section VI; Force Majeure in GCC clause 20; Termination for convenience in GCC clause 42.","sources":[{"file":"tender/1750684578.pdf","page":11,"snippet":"TERMINATION CLAUSE: BPCL shall also be at liberty at its entire discretion of terminate this agreement forthwith upon or at any time after the happening of any of the following events"},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"If an event of Force Majeure occurs and its effect continues for a period of 180 (one hundred eighty days) or more in a continuous period of 365"}]}},"Corrigendum Tracker":{"Corrigendum Exists":{"value":false,"remarks":"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.","sources":[]},"Corrigendum Summary":{"value":null,"remarks":"No corrigendum has been issued in the provided documents, so there are no changes to summarize.","sources":[]}},"Document Inventory Map (Docs Enclosed)":{"AI-Generated Document List":{"value":["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)"],"remarks":"List compiled from file headers and category labels in the provided document set.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":3,"snippet":"Instruction To Bidder: 1750684567.pdf ... Scope of Work: 1750684578.pdf ... Payment Terms: 1750684622.pdf"}]},"Annexures/Forms List Present":{"value":true,"remarks":"Annexures A (CA Certificate), B (Deviation Statement), C (TPIA Undertaking), D (Holiday Listing Declaration) included in NIT.","sources":[{"file":"tender/1750684567.pdf","page":23,"snippet":"Annexure- A ... CERTIFICATE CONFIRMING ELIGIBILTY FOR BENEFITS OF PUBLIC PROCUREMENT POLICY"}]},"Approved Make List Present":{"value":false,"remarks":"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.","sources":[]},"Approved Vendor List Present":{"value":false,"remarks":"No approved vendor list document provided; SOW notes 'Recommended manufacturer list: to be given by E\u0026P'.","sources":[{"file":"tender/1750684578.pdf","page":6,"snippet":"Recommended manufacturer list : to be given by E\u0026P"}]},"BOQ Present":{"value":true,"remarks":"BOQ provided as TENDER SCHEDULE in Excel and PDF SOW listing 26 items with quantities.","sources":[{"file":"tender/1750684559.xlsx","page":null,"snippet":"TENDER SCHEDULE SR NO. Description Unit QTY Rate Basic Amount"}]},"Document Index Presence":{"value":true,"remarks":"NIT Section I lists annexures (IL, SOW, GCC, SLA, Payment Terms) forming the tender document index.","sources":[{"file":"tender/1750684567.pdf","page":2,"snippet":"SR. No. Description Annexure No. 1 Invitation Letter (IL) Annexure I 2 Scope of work (SOW) Annexure II 3 General Conditions of Contract (GCC) Annexure III"}]},"Drawings Present":{"value":false,"remarks":"No drawings are attached in the provided documents; SOW references drawings to be provided but none are enclosed.","sources":[]},"GCC Present":{"value":true,"remarks":"General Conditions of Contract document is included as a separate DOCX file.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"GENERAL CONDITIONS OF CONTRACT (GCC) BHARAT PETROLEUM CORPORATION LIMITED"}]},"HSE / Safety Docs Present":{"value":true,"remarks":"HSE/Safety document provided with checklist, contractor classification, and penalty schedule for safety violations.","sources":[{"file":"tender/1750684608.pdf","page":1,"snippet":"Appendix 2 : Indicative Checklist of Pre-Qualification Criteria Appendix 3 : Indicative Risk Based Criteria for Contractors Classification"}]},"MoM/Addenda Present":{"value":false,"remarks":"No Minutes of Meeting or addenda/corrigendum documents provided in the tender pack.","sources":[]},"SCC Present":{"value":false,"remarks":"No separate Special Conditions of Contract document provided; only Terms \u0026 Conditions in SOW and NIT Section VI.","sources":[]},"SOW Present":{"value":true,"remarks":"Scope of Work document provided detailing 26 items including pipelines, valves, painting, etc.","sources":[{"file":"tender/1750684578.pdf","page":1,"snippet":"SCOPE OF WORK TENDER SCHEDULE"}]},"Technical Specifications Present":{"value":true,"remarks":"Technical specifications embedded within SOW item descriptions referencing ASME, ASTM, IS codes.","sources":[{"file":"tender/1750684578.pdf","page":4,"snippet":"Pipeline specification : ASTM A 312 TP 304 Sch 10/ Sch 40 Dimension standard : ASME B 36.19"}]}},"EMD \u0026 Securities":{"Any Other BGs":{"value":"Bank Guarantee of 10% of contract value valid till period of contract plus six months invocation period (per SOW T\u0026C); no separate advance/mobilization BG mentioned","remarks":"SOW Terms \u0026 Conditions require a 10% contract value BG; no other BGs (advance/mobilization) found in the documents.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"Vendor will submit a bank guarantee of 10% of the contract value, which will be valid till the period of contract plus six months of invocation period."}]},"EMD Amount":{"value":183000,"remarks":"EMD amount of Rs. 183000 specified in the GeM bid document under EMD Detail.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":2,"snippet":"ईएमड� रािश/EMD Amount 183000"}]},"EMD Exemption Rule":{"value":"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.","remarks":"Exemption rules stated in GCC Clause 6(a) Note and in GeM bid EMD Exemption clause.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Exemption of Bidding Document fee and EMD will be applicable for Micro and Small Enterprises (MSEs) registered with District Industries Centres (DIC) or Khadi and Village Industries Commission..."},{"file":"tender/GeM-Bidding-8002276.pdf","page":2,"snippet":"EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service Providers for Services are eligible"}]},"EMD Form":{"value":"Demand Draft in favour of BPCL / Electronic Funds Transfer to BPCL Bank Account / Bank Guarantee from any Scheduled Bank (as per prescribed proforma)","remarks":"GCC Clause 6(a) lists acceptable EMD forms; foreign vendors must submit in USD/EURO.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Earnest Money Deposit shall be submitted in the form of crossed Demand Draft in favour of \"Bharat Petroleum Corporation Ltd.\" / Electronic Funds Transfer to BPCL Bank Account / Bank Guarantee executed by any Scheduled Bank"}]},"PBG Requirement":{"value":"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","remarks":"NIT Section V mentions both 3% upfront and revised 10% performance security; GCC Clause 18 specifies 10% basic contract value as security deposit.","sources":[{"file":"tender/1750684567.pdf","page":10,"snippet":"Successful bidder needs to submit the Performance Security Deposit in the form of (Demand Draft / Bank Guarantee) of 3% of basic contract value upfront within 15 days from the receipt of LOA. This revised value of Performance Security i.e. 10 % of the Basic Value of Contract"},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"the successful contractor will have to provide security deposit of 10% of the basic value of contract"}]},"Retention / Security Deposit":{"value":"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","remarks":"Stated in SOW Terms \u0026 Conditions (Retention Money clause).","sources":[{"file":"tender/1750684578.pdf","page":12,"snippet":"If Security Deposit or PBG is not submitted, then 10% of the PO value will be retained as retention money for a period of 06 months/180 days from the date of PO"}]}},"Execution \u0026 Site Assumptions":{"Access \u0026 Work Restrictions":{"value":"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.","remarks":"Stated in GCC Section 2.1 and SOW Terms \u0026 Conditions on Security and Discipline.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Entry into the BPCL areas is restricted depending on location/site. Only pass holders as also vehicles with special permits are permitted in such restricted areas."},{"file":"tender/1750684578.pdf","page":10,"snippet":"Gate pass shall be issued to the service engineer and it shall be ensured that same is worn at all times inside the Depot."}]},"Housekeeping \u0026 Site Cleanliness":{"value":"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.","remarks":"GCC clauses 2.3 and 83.3 (Clearing the site) describe housekeeping/cleanliness obligations.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"Cart away all debris generated from the work and dispose it off without giving rise to any complaints from local, municipal or government authorities."}]},"Permits \u0026 Work Authorization":{"value":"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.","remarks":"Stated in HSE document Appendix 7 schedule of financial deterrents and SOW item 6.","sources":[{"file":"tender/1750684608.pdf","page":3,"snippet":"Working without proper Authorization/ Permit (Cold Water) Rs 6000/- per occasion"},{"file":"tender/1750684608.pdf","page":4,"snippet":"Hot work without proper Authorization/ Permit Rs. 12000/- per occasion and delisting/holiday listing of 3 years if repeated."}]},"Safety \u0026 PPE Responsibility":{"value":"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.","remarks":"Stated in SOW Terms \u0026 Conditions under 'SAFETY' section.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"All the required PPE's (Personal Protective Equipment's) like Protective Coverall (Boiler Suit), splash resistant goggles, Electrical Hand Gloves, IS Approved Electrical Safety Shoes for service engineer deputed shall be provided by Vendor."}]},"Site Office Responsibility":{"value":"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.","remarks":"Stated in GCC Section II clauses 2.3 and 2.4 regarding land for contractor's field, godown and workshop.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"The owner will, at his discretion and convenience based on availability for the duration of the execution of the work, make available, land for construction of contractor's field office, go-downs, workshop and fabrication yard"}]},"Site Security \u0026 Storage Rules":{"value":"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.","remarks":"From SOW Security/Discipline section and GCC clause 57 on conditions for issue of materials.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"Vendor shall furnish the details of service engineer in the format provided by BPCL before deputing the service engineer at site."},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"The contractor shall bear all incidental charges for the storage and safe custody of materials at site after these have been issued to him."}]},"Statutory Labor Requirements":{"value":"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 \u0026 Other Construction Workers Cess Act (1% Cess deducted at source where applicable).","remarks":"Stated in SOW T\u0026C, NIT Section VI and GCC Section VIII (clauses 89-91, 100).","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"comply with all statutory requirements/provisions as applicable under labor act 1970, payment of wages act, gratuity act, minimum wages act, PF act ESI act, Kerala State Tax on Professions"},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"No labour below the age of eighteen years shall be employed on the work."}]},"Tools \u0026 Equipment Responsibility":{"value":"Contractor shall arrange all tools and tackles pertaining to installation of the system at his own cost.","remarks":"Explicitly stated in SOW Terms \u0026 Conditions and GCC clause 2.2.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"The vendor shall arrange all tools and tackles, pertains to installation of the system."},{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"The Contractor shall provide all necessary materials, equipments / Tools and Tackles / Supervision / labour etc. for the execution and maintenance of the work"}]},"Utilities Responsibility":{"value":"Contractor to arrange water/electricity at own cost; water for flushing/hydrotesting to be arranged by contractor at his own cost.","remarks":"GCC clause 2.3 states tenderer must arrange water, electricity, etc.; SOW items repeatedly state water for flushing/hydrotesting is contractor's cost.","sources":[{"file":"tender/GCC_200b57c3-58ce-4fb0-8ecd1750684797739_vaghelamm.docx","page":null,"snippet":"acquaint himself with site conditions, availability of water, electricity, approach roads... since these are to be provided/arranged by the tenderer"},{"file":"tender/1750684578.pdf","page":5,"snippet":"Water for flushing/Hydrotesting would be arranged by contractor at his own cost."}]}},"Risk Register (Detailed)":{"Commercial Risk: Cashflow Delay":{"value":"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.","remarks":"SOW T\u0026Cs and GCC clause 80 detail payment timing and retention.","sources":[{"file":"tender/1750684578.pdf","page":12,"snippet":"RENTENTION MONEY: If Security Deposit or PBG is not submitted, then 10% of the PO value will be retained as retention money for a period of 06 months/180 days"},{"file":"tender/1750684578.pdf","page":12,"snippet":"Payment shall be made through NEFT within 15 Days"}]},"Commercial Risk: Penalty Heavy":{"value":"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.","remarks":"LD clause and HSE penalty schedule in tender documents.","sources":[{"file":"tender/1750684578.pdf","page":12,"snippet":"Liquidated Damages is payable for delay ... @ 0.5% per week of delay or part thereof subject to a maximum of 5% of the visit charge value"},{"file":"tender/1750684608.pdf","page":4,"snippet":"Hot work without proper Authorization/ Permit Rs. 12000/- per occasion and delisting/holiday listing of 3 years if repeated"}]},"Commercial Risk: Price Risk":{"value":"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.","remarks":"Price escalation clause and GCC variation clause confirm firm-price exposure.","sources":[{"file":"tender/1750684578.pdf","page":11,"snippet":"PRICE ESCALATION / DE-ESCALATION: Vendors are requested to offer their firm price for throughout the order period. No price escalation / de-escalation allowed."},{"file":"tender/1750684578.pdf","page":11,"snippet":"The repeat order shall have the same rate, terms and conditions for the second year"}]},"Hidden Scope Risk: Civil/Builder Works":{"value":"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.","remarks":"BOQ contains civil items but quantities appear minimal relative to a 5-tank foam pourer modification, and SOW gives discretion to site engineer.","sources":[{"file":"tender/1750684578.pdf","page":1,"snippet":"MS/GI STRUCTURAL STEEL supply, fabrication \u0026 erection of MS hand rails ... structures complete in all respect as advised by site engineer"},{"file":"tender/1750684559.xlsx","page":null,"snippet":"3 PCC PLIN 1:3:6 CS  M3 10 ; 4 RCC AB PL 1:1.5:3 CS M3 8 ; 5 STEEL REINFORCEMENT KG 750"}]},"Hidden Scope Risk: Electrical/Power":{"value":"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.","remarks":"BOQ has no electrical items though dismantling of MOVs is included in valve dismantling scope.","sources":[{"file":"tender/1750684578.pdf","page":2,"snippet":"The job includes for all types of valves, NRVs, Hammer blinds and MOVs etc."}]},"Hidden Scope Risk: Interfaces/Integration":{"value":"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.","remarks":"SOW requires reconciliation of BPCL free-issue piping materials and integration with existing tank pedestals/racks.","sources":[{"file":"tender/1750684578.pdf","page":5,"snippet":"Scope of work also includes reconcilation of BPCL supplied piping materials and transportation of surplus free issue materials to Owner's storage yard"},{"file":"tender/1750684567.pdf","page":1,"snippet":"MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION"}]},"Hidden Scope Risk: Shutdown/Permits":{"value":"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.","remarks":"HSE document classifies such work as Major Risk Potential and GCC bars idle-time claims for permit/access restrictions.","sources":[{"file":"tender/1750684608.pdf","page":1,"snippet":"Contractor performing maintenance or repair, turnaround, major renovation, of process equipment ... Hot work, Height Work ... Confined space entry"},{"file":"tender/1750684567.pdf","page":2,"snippet":"Non-availability of access roads or permits for entry of vehicles/equipment to any specific area shall in no case be the cause to condone any delay"}]},"Hidden Scope Risk: Testing Resources":{"value":"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.","remarks":"SOW explicitly puts water arrangement on contractor and mandates 100% DP plus possible radiography.","sources":[{"file":"tender/1750684578.pdf","page":5,"snippet":"Water for flushing/Hydrotesting would be arranged by contractor at his own cost ... Job includes 100% DP of total butt joints"}]},"Hidden Scope Risk: UG Works":{"value":"Limited UG scope: only one excavation item (EXCV\u003c1.5 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.","remarks":"SOW for excavation explicitly mentions encountering existing U/G services but only 15 M3 quantity is provided.","sources":[{"file":"tender/1750684578.pdf","page":1,"snippet":"supplying of Temporary supports to existing services line like water pipes,sewage pipes,electric overhead and u/g cables etc all if encountered"}]},"Technical Compliance Risk: Rejection Triggers":{"value":"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.","remarks":"Multiple rejection triggers listed in NIT Sections II and V.","sources":[{"file":"tender/1750684567.pdf","page":5,"snippet":"If any of the document is left out to upload, vendor is liable for disqualification or rejected, from further price bid opening procedure"},{"file":"tender/1750684567.pdf","page":5,"snippet":"Certificate / reports issued/ attested without UDIN number of practicing chartered accountant in India shall not be considered for evaluation"}]},"Technical Compliance Risk: Spec Ambiguity":{"value":"Several BOQ items reference 'Recommended manufacturer list: to be given by E\u0026P' 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\u0026P's vendor list, plus K-factor 'as per design' for MV spray nozzles without design drawings, creating spec interpretation risk.","remarks":"SOW items 19, 20 and 24 leave manufacturer list and design parameters open.","sources":[{"file":"tender/1750684578.pdf","page":6,"snippet":"Recommended manufacturer list : to be given by E\u0026P"},{"file":"tender/1750684578.pdf","page":8,"snippet":"K-Factor Shall Be As Per The Design Of The Piping System. Sprinkler Nozzles From Bpcl Recommended contractors Only : Hd Fire Or Equivalent."}]}},"Scope Table (High Level)":{"AMC / O\u0026M in Scope":{"value":false,"remarks":"Scope is a one-time modification/installation work; no AMC or O\u0026M provisions found in SOW or NIT.","sources":[]},"Key Exclusions (Single Field)":{"value":"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.","remarks":"Drawn from notes against BOQ items 16 and 21 in the SOW indicating separately paid or owner-supplied items.","sources":[{"file":"tender/1750684578.pdf","page":5,"snippet":"3 Painting of pipeline as per BPCL Painting specifications shall be paid seperately. 4.Water for flushing/Hydrotesting would be arranged by contractor at his own cost."},{"file":"tender/1750684578.pdf","page":7,"snippet":"The job may require 10 % radiography (shall be paid separately)"}]},"Scope Summary (1-3 lines)":{"value":"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.","remarks":"Synthesised from NIT title and SOW BOQ items covering pipeline modification works.","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION"},{"file":"tender/1750684578.pdf","page":1,"snippet":"MS/GI STRUCTURAL STEEL supply, fabrication \u0026 erection ... Square Pipes of MS or GI/ structures complete in all respect"}]},"Supply vs Installation Split":{"value":"Both supply and installation - contractor to supply most materials (GI pipes, fittings, SS304 pipes, valves, nozzles, structural steel) and execute fabrication, welding, erection, testing \u0026 commissioning; certain items like FW pipes (IS 1239/3589) and 150# bends/tees/reducers are free-issued by BPCL for welding/laying only.","remarks":"Determined from BOQ item descriptions distinguishing 'Supply, fabrication and welding' items vs items where BPCL provides free-issue materials.","sources":[{"file":"tender/1750684578.pdf","page":7,"snippet":"Fabrication, welding, testing \u0026 commissioning of above ground pipeline (IS 1239/3589 pipes supplied by BPCL as free issue material)"},{"file":"tender/1750684578.pdf","page":4,"snippet":"Supply,Fabrication, welding, testing \u0026 commissioning of above ground pipeline (SS304 supply of pipe is in contractors scope)"}]},"Systems Covered (Short Tags)":{"value":["Foam Pourer Piping","Fire Water Lines","GI Piping","SS304 Piping","Structural Steel","Valves \u0026 Fittings","MV Spray Nozzles","Painting","Civil (PCC/RCC)"],"remarks":"Tags derived from BOQ line items in SOW covering piping, structural, civil and fire-fighting components.","sources":[{"file":"tender/1750684559.xlsx","page":null,"snippet":"MS STRUCTURAL STEEL; PAINTING OF FIRE WATER LINES; PIPE AG SS304 S40 2\"; S/F MV SPRAY NOZZLE; GI PIPE CL-C"}]},"Testing \u0026 Commissioning in Scope":{"value":true,"remarks":"BOQ items explicitly include hydrostatic testing, DP testing, flushing and commissioning activities.","sources":[{"file":"tender/1750684578.pdf","page":3,"snippet":"hydrostatic testing at 15.8 kg/cm2;draining; drying; completing all such works"},{"file":"tender/1750684578.pdf","page":4,"snippet":"Job includes 100% DP of total butt joints for above ground"}]},"Warranty / DLP Mentioned":{"value":true,"remarks":"Terms \u0026 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.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"The warranty certificate of 1 years shall be given on the supplied materials/items. The warranty certificate of 5 years should be given on the supplied paints"}]}},"Technical Bid Compliance":{"Deviations Allowed?":{"value":false,"remarks":"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.","sources":[{"file":"tender/1750684567.pdf","page":2,"snippet":"Incomplete offers or offers received with deviations / subjective or counter conditions/ quantity restrictions are liable to be rejected"},{"file":"tender/1750684567.pdf","page":7,"snippet":"Conditional bid shall not be considered and will be rejected outright."},{"file":"tender/1750684567.pdf","page":3,"snippet":"Your offer is liable to be rejected if there is any deviation from the tender document and its attachments."}]},"Documents Required in Technical Bid":{"value":["Firm/company registration certificate (self-attested)","Last 3 years Income Tax Returns with audited Balance Sheet and P\u0026L statement","PAN card, GST certificate, EPF \u0026 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 \u0026 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 \u0026 signed)","EMD / EMD Declaration / MSE certificate (as applicable)","Integrity Pact (if applicable)"],"remarks":"Compiled from Section VII Checklist, Documents Establishing Bidder's Eligibility, and Annexures A-D in NIT.","sources":[{"file":"tender/1750684567.pdf","page":27,"snippet":"CHECK LIST FOR BIDDERS FOR EVALAUTION IN TECHNICAL BID"},{"file":"tender/1750684567.pdf","page":8,"snippet":"Bidder must be a firm/ company that should be registered ... GST registration ... PAN/TAN/GIR ... EPF / ESI registration ... experience certificate"},{"file":"tender/1750684567.pdf","page":20,"snippet":"Hard copies of the TPIA certified Bid Qualification Criteria (BQC) documents ... EMD Declaration / MSE Certificate ... Integrity Pact ... Declaration for PPLC ... Declaration for Land Border ... Declaration for Social Media"}]},"OEM Authorization Required":{"value":false,"remarks":"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.","sources":[{"file":"tender/1750684573.pdf","page":1,"snippet":"OEM Vendors - Authorized Dealerships of OEM - Vendor with experience certificate of similar job, carried out in any Central / State Govt Organization / PSU / Public Listed Company."}]},"PQC Summary (Eligibility)":{"value":"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.","remarks":"PQC summarized from Section II of NIT and the standalone PQC documents.","sources":[{"file":"tender/1750684567.pdf","page":4,"snippet":"One job of value not less than Rs.29.33 Lakhs ... Two jobs each of value not less than Rs.18.33 Lakhs ... Three jobs each of value not less than Rs.14.66 Lakhs"},{"file":"tender/1750684567.pdf","page":4,"snippet":"minimum average annual financial turnover of the Bidder shall not be less than Rs. 11.0 Lakhs ... Bidder's Net Worth as per the latest audited financial statement shall be positive."},{"file":"tender/1750684573.pdf","page":1,"snippet":"Mechanical Works- Tanks and Pipelines (Fire Water and Product Pipelines) at any Central/ State Govt Organization / PSU/ Public Listed Company"}]}},"Tender Snapshot":{"Bid Submission Mode":{"value":"Online via GeM portal (https://gem.gov.in)","remarks":"NIT specifies online submission on GeM portal.","sources":[{"file":"tender/1750684567.pdf","page":9,"snippet":"The bid along with the necessary documents should be uploaded in the https://gem.gov.in/ portal"}]},"Client / Owner Name":{"value":"Bharat Petroleum Corporation Limited","remarks":"Owner stated on NIT cover and GeM bid.","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"BHARAT PETROLEUM CORPORATION LIMITED IRIMPANAM INSTALLATION"}]},"Consultant Name (if any)":{"value":null,"remarks":"No external consultant is mentioned; the tender is issued directly by BPCL Irimpanam Installation.","sources":[]},"Contract Type":{"value":"Item rate contract","remarks":"BOQ uses Description/Unit/QTY/Rate/Basic Amount per item, indicating item-rate basis.","sources":[{"file":"tender/1750684559.xlsx","page":null,"snippet":"SR NO. Description Unit QTY Rate Basic Amount"}]},"Estimated Tender Value (if stated)":{"value":"18300000","remarks":"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).","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":2,"snippet":"ईएमड� रािश/EMD Amount 183000"}]},"Language / Currency":{"value":"English; INR","remarks":"NIT mandates English language; GST 18% in INR shown in BOQ and EMD amount in rupees.","sources":[{"file":"tender/1750684567.pdf","page":3,"snippet":"The Bid and all supporting documentation ... shall be written in English language only."},{"file":"tender/1750684559.xlsx","page":null,"snippet":"GST (18%)"}]},"Location (City/State/Site)":{"value":"Irimpanam Installation, Kerala (Ernakulam), India","remarks":"Consignee address shows Irimpanam PO, Seaport Airport Road, PIN 682309 (Kerala).","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":4,"snippet":"682309,Bharat Petroleum Corporation Limited Irimpanam Installation Irimpanam PO Seaport Airport Road"}]},"PMC Name (if any)":{"value":null,"remarks":"No Project Management Consultant is named in the NIT or other tender documents.","sources":[]},"Price Bid Structure":{"value":"Schedule of Rates / BOQ (26 line items with unit and quantity, total + GST 18%)","remarks":"BOQ Excel sheet 'TENDER SCHEDULE' lists 26 items with TOTAL, GST (18%), FINAL AMOUNT.","sources":[{"file":"tender/1750684559.xlsx","page":null,"snippet":"TOTAL / GST (18%) / FINAL AMOUNT"}]},"Project Name":{"value":"Modification in Foam Pourer line of Tanks- TK01, TK03, TK05, TK07 and TK09 at Irimpanam Installation","remarks":"Project/Tender name listed in NIT due-date table.","sources":[{"file":"tender/1750684567.pdf","page":3,"snippet":"Modification in Foam Pourer line of Tanks- TK01, TK03, TK05, TK07 and TK09 at Irimpanam Installation"}]},"Project Type / Vertical":{"value":"Mechanical Works - Tanks and Pipelines (Fire Water and Product Pipelines) at oil \u0026 gas installation","remarks":"PQC describes scope as Mechanical Works on tanks and pipelines.","sources":[{"file":"tender/1750684573.pdf","page":1,"snippet":"works associated with Mechanical Works- Tanks and Pipelines (Fire Water and Product Pipelines)"}]},"Tender Reference No / Tender ID":{"value":"GEM/2025/B/6375793","remarks":"GeM Bid Number from GeM bidding document.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Bid Number: GEM/2025/B/6375793"}]},"Tender Title":{"value":"MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION","remarks":"Title shown on NIT cover page and GeM bid document.","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"MODIFICATION IN FOAM POURER LINE OF TANKS- TK01, TK03, TK05, TK07 AND TK09 AT IRIMPANAM INSTALLATION"}]},"Tender Type":{"value":"Two Packet Bid (Techno-commercial Bid and Price Bid)","remarks":"NIT and GeM document state two-part bid.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Type of Bid Two Packet Bid"},{"file":"tender/1750684567.pdf","page":2,"snippet":"submit your competitive offer in two-part (Techno- commercial Bid and Price Bid)"}]},"Tendering Authority / Department":{"value":"Irimpanam Installation, BPCL","remarks":"Office name stated in GeM bid details.","sources":[{"file":"tender/GeM-Bidding-8002276.pdf","page":1,"snippet":"Office Name /Irimpanam Installation"}]},"Work Type Keyword":{"value":"Modification / Installation - piping \u0026 mechanical works","remarks":"Inferred from tender title 'MODIFICATION IN FOAM POURER LINE' and SOW (supply, fabrication, welding, installation).","sources":[{"file":"tender/1750684567.pdf","page":1,"snippet":"MODIFICATION IN FOAM POURER LINE OF TANKS"}]}},"Testing \u0026 Handover":{"Handover Deliverables Summary":{"value":"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.","remarks":"Handover deliverables drawn from SOW Terms \u0026 Conditions (warranty, payment documentation) and BOQ items requiring material reconciliation and site cleanup; no separate handover dossier (as-built drawings, O\u0026M manuals) explicitly listed.","sources":[{"file":"tender/1750684578.pdf","page":10,"snippet":"The warranty certificate of 1 years shall be given on the supplied materials/items. The warranty certificate of 5 years should be given on the supplied paints"},{"file":"tender/1750684578.pdf","page":12,"snippet":"Submission of Test Certificates of materials. Submission of Delivery Challan of materials. Submission of all records pertaining to Materials procurement. Submission of GST compliant invoice."},{"file":"tender/1750684578.pdf","page":5,"snippet":"Scope of work also includes reconcilation of BPCL supplied piping materials and transportation of surplus free issue materials to Owner's storage yard"}]},"Testing Obligations Summary":{"value":"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.","remarks":"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.","sources":[{"file":"tender/1750684578.pdf","page":4,"snippet":"hydrostatic testing at 10.5 Kg/cm2,rectification of any leakage \u0026 re-testing of pipelines to the specified pressure"},{"file":"tender/1750684578.pdf","page":5,"snippet":"Job includes 100% DP of total butt joints for above ground"},{"file":"tender/1750684578.pdf","page":7,"snippet":"hydrostatic testing at 15.8 Kg/cm2, rectification of any leakage \u0026 re-testing of pipelines"},{"file":"tender/1750684578.pdf","page":6,"snippet":"The valve to be Hydro tested at 15.8 Kg/sqm (seat)as per technical specifications prior to installation and contractor shall submit Valid Test Certificates"}]}}},"usage":{"input_tokens":8344,"cache_creation_input_tokens":484784,"cache_read_input_tokens":1696744,"output_tokens":29036,"cost_usd":4.645892}}}
