WR/LPG/DPT/BHTN/RAIPR/02/08-09 - Bharat Petroleum€¦  · Web viewAll details of the cylinders...

Post on 28-Mar-2020

0 views 0 download

Transcript of WR/LPG/DPT/BHTN/RAIPR/02/08-09 - Bharat Petroleum€¦  · Web viewAll details of the cylinders...

BHARAT PETROLEUM CORPORATION LTD.

BHARAT PETROLEUM CORPORATION LIMITED

TENDER NO. BPCL:NAGPUR:LPG:DPT:TEND:08/2009-10

TENDER FOR PRESSURE TESTING / PAINTING / TRANSPORTATION OF OUR 5.0 KG, 14.2 KG, 19 KG & 47.5 KG

DPT LPG CYLINDERS GENERATED EX. NAGPUR LPG TERRITORY

TECHNICAL BID

To be submitted at the following address in sealed cover marked “Tender for Pressure Testing, Painting & Transportation of DPT LPG cylinders Ex – “ NAGPUR LPG TERRITORY”

TERRITORY MANAGER (LPG)Bharat Petroleum Corporation LimitedLPG Territory Office & Bottling Plant,

D-1, MIDC, Butibori,Village : Gangapur Post: Takalghat

Tehsil : Hingana Distt. : NagpurPin Code: 441122

Please affix your rubber stamp and sign on each page and return to us along with all enclosures

Please quote rates in Schedule of Rates – Annexure XIV

CLOSING DUE DATE / TIME: 18.03.2010 UPTO 14.00 Hours OPENING DUE DATE / TIME: 18.03.2010 AT 14.30 Hours

TENDERER’s SIGNATURE WITH RUBBER STAMP 1

BHARAT PETROLEUM CORPORATION LTD.

NGP:LPG:TEND:08/ 2009-10 02.03.2010

M/s

Dear Sir/s,

TENDER FOR PRESSURE TESTING/PAINTING/TRANSPORTATION OF OUR 5 KG, 14.2 KG, 19 KG & 47.5 KG DPT LPG CYLINDERS GENERATED EX NAGPUR LPG

TERRITORY.

TENDER No. BPCL: NAGPUR:LPG:DPT:TEND:08/2009-10 1) Offers are invited in a sealed envelope in two bid system – Technical Bid and Price Bid for

Pressure Testing, Painting and Transportation of our 5KG, 14.2 KG, 19 KG & 47.5 KG DPT LPG cylinders generated ex following locations ex NAGPUR LPG Territory.a) NAGPUR LPG BOTTLING PLANT, D-1, MIDC, BUTIBORI

2) The Pressure testing job is to be carried out as per IS codes with latest amendments and as per our Conditions of Tender (Annexure I), Special Terms and Conditions of tender (Annexure II), Scope of Work (Annexure III) etc., as detailed in the attached Technical Bid.

3) The tender for Pressure testing is not exclusive but inclusive of transportation, hence, a tenderer willing to do the Pressure Testing job at ex any particular Bottling Plant/Location must also do the transportation job for that particular plant.

4) In case the tenderer is not willing to do the job of Pressure testing ex a particular bottling plant / location, then the tenderer should point out the same on his Letter Head and enclose the same in the Technical Bid. In the Price Bid the tenderer should cancel the transportation rate ex that bottling plant in which he is not interested to do the job and should sign against the cancellation.

5) Quoting the transportation rate ex any bottling plant / location will be construed as the tender is willing to do the job ex that bottling plant / location for which he has quoted the transportation rate. Once the transportation rate against a plant / location has been quoted, the tenderer cannot at a latter stage withdraw for doing the transportation. In that case, the EMD submitted by the tenderer shall be forfeited and tenderer stands to be black listed from quoting in all the tenders issued by BPCL.

6) The TECHNICAL BID has to be filled and submitted back to us together with all drawings, in a separate cover after signing on all the pages including the drawings, by an authorized signatory after fixing their rubber stamp. An EMD of Rs. 1,00,000/- as explained in the ensuing pages should be submitted along with the Technical Bid. The cover should be marked “TECHNICAL BID”.

7) Totally correct information of all the items has to be filled / furnished in the Technical Bid. If on cross checking, inspection etc., if it is found out that the information furnished by the tenderer is different / wrong / not matching with the information furnished in the Technical Bid then the EMD submitted by the tender will be forfeited & the tenderer may be debarred for applying in the tender in future.

TENDERER’s SIGNATURE WITH RUBBER STAMP 2

BHARAT PETROLEUM CORPORATION LTD.

8) Please quote your lowest rate per cylinder for the job items in the “Rate Schedule” (Annexure XIV) in the Price bid attached. PRICE BID should be put in a separate cover. The cover should be marked “PRICE BID”.

9) The two covers containing the Technical Bid and the Price Bids should then be put in a separate cover and sent to the office address as indicated below.

10) The rates quoted should be firm and inclusive of all taxes, duties, etc. as explained in clauses 16, 17, 18, 19 of the Special Terms and Conditions of Tender (Annexure II) of the enclosed Technical Bid. No revision will be allowed during the tenure of the contract.

11) The contract for each location will be valid for two years from the date of awarding the contract. The contract can be extended for a further period of one more year, on the same rates & terms and conditions through mutual consent.

12) We request you to go through all Tender documents carefully before submitting your quotations. Any clarifications regarding the work can be sought from our Territory Office on any working day during normal working hours.

13) The company reserves the right to appoint more than one Tenderer for the above said jobs or break / award the job as per its discretion. The company also reserves the right to accept / ignore any quotation in part or full before the award of job, or withdraw this tender altogether, at any stage, without assigning any reason.

14) The quotation/price bid/s, and all the tender documents including drawings, being sent to you, should be returned to us duly signed on each page by an authorized signatory with official seal so as to reach the office of the undersigned upto 1400 hrs of 18.03.2010 and the technical bids of the all the tenderer received shall be opened on 18.03.2010 at 14.30 hours in the office of TM (LPG), Nagpur at the address as mentioned below.

15) The tenders should reach the following address before due date and time of the closing date of the tender mentioned herein before. Tenders/Quotations received after due date and time of tender will not be accepted/considered.

TERRITORY MANAGER (LPG)Bharat Petroleum Corporation LimitedLPG Territory Office & Bottling Plant,

D-1, MIDC, Butibori,Village : Gangapur Post: Takalghat

Tehsil : Hingana Distt. : NagpurPin Code: 441122

Tel No. 07104- 280051, 280100Thanking You,

Yours faithfully,For BHARAT PETROLEUM COPRN. LTD.

___________________SEN P. R.TERRITORY MANAGER (LPG) - NAGPUR

E/a

TENDERER’s SIGNATURE WITH RUBBER STAMP 3

BHARAT PETROLEUM CORPORATION LTD.

INDEX

Details Page nos.Cover page for Technical Bid & Covering letter 1- 3Conditions of tender Annexure I 5 – 7Special Terms and Condition of Tender Annexure II 8 – 18Scope of Work Annexure III 19 – 23Special Instructions on Pr. Testing of Cylinders Annexure IV 24Information regarding Tenderers Annexure V 25Tenderers Credential Bio-data Annexure VI 26Tenderers Bank Data Details Annexure VII 27Test Certificate for Hydrotested LPG Cylinders Annexure VIII 28Proforma of List of Cylinders – Pressure Tested Annexure VIII-A 29Proforma of List of Rejected Cylinders Annexure IX 30Proforma of Monthly Reconciliation statement Annexure X 31Specifications of Trucks Annexure XI 32Address of LPG Plant and various Locations Annexure XII 33Drawings Annexure XIII PRICE BID (Schedule of Rates) Annexure XIV 34-36

TENDERER’s SIGNATURE WITH RUBBER STAMP 4

BHARAT PETROLEUM CORPORATION LTD.

ANNEXURE I

CONDITIONS OF TENDER

1) Offers are invited in a sealed envelope in two bid system – Technical Bid and Price Bid for Pressure Testing, Painting and Transportation of our 5 KG, 14.2 KG, 19 KG & 47.5 KG LPG DPT cylinders generated ex following location in Nagpur LPG Territory. The addresses of all locations are indicated in Annexure XII.

a) NAGPUR LPG BOTTLING PLANT, D-1, MIDC, BUTIBORI

2) The Pressure testing job is to be carried out as per present prevailing IS codes with latest amendments and as per our Conditions of Tender, Special Terms and Conditions of tender, Scope of Work etc., as detailed in the Technical Bid.

3) The tender for Pressure testing is not exclusive but inclusive of transportation, hence, a tenderer willing to do the Pressure Testing job at ex any particular Bottling Plant / Location must also do the transportation job for that particular plant.

4) In case the tenderer is not willing to do the job of Pressure testing ex a particular bottling plant/location, then the tenderer should point out the same on his Letter Head and enclose the same in the Technical Bid. In the Price Bid the tenderer should cancel the transportation rate ex that bottling plant/location in which he is not interested to do the job and should sign against the cancellation.

5) This tender should be submitted in two parts namely - Technical Bid & Price Bid.

a) TECHNICAL BID – Annexure I to Annexure XIII with various drawingsb) PRICE BID – Annexure XIV

6) Tenderers should provide correct information & all the required information asked for in the Technical Bid / Annexures and only the Authorised Signatory should sign on all the pages including drawings and affix the Company’s Seal on the Schedule of Rates page (Annexure XIV) and affix official seal on all the other pages from Annexure I to Annexure XIV including all the drawings.

In case at a latter stage, if on cross checking, inspection etc., if it is found out that the information furnished by the tenderer is different / wrong / not matching with the information furnished in the Technical Bid / Annexures then the EMD submitted by the tender will be forfeited & the tenderer may be debarred for applying in the tender in future.

The Technical Bid (Annexure I to Annexure XIII – with all the drawings) should be

put in a separate cover together with required EMD. The cover should be marked “TECHNICAL BID”.

The Price Bid (Annexure XIV only) should be put in a separate cover. Please quote your lowest rate per cylinder for the job items in the “Schedule of Rates” in the Price bid attached. The cover should be marked “PRICE BID”.

TENDERER’s SIGNATURE WITH RUBBER STAMP 5

BHARAT PETROLEUM CORPORATION LTD.

The cover containing the Technical Bid & the cover containing the Price Bid should then be put in a separate cover and sent to the office address as indicated in this tender.

The Price Bid of the those bidders whose bids are technically acceptable will be opened in presence of the bidders and a separate intimation will be sent to all the bidders who are found technically acceptable advising date/time/place of opening of the Price Bid.

Please note that the tender/s received without quotation for transportation rate will not be considered.

7) The rates quoted should be firm and inclusive of all taxes, duties, etc. as explained in clauses 16, 17, 18, 19 of the “Special Terms and conditions of the Tender” enclosed as Annexure II. Revision in the rates of whatever nature will not be allowed during the tenure of the contract.

8) The contract will be valid for a period of two years from the date of awarding the contract. The contract can be extended for a further period of one more year, on the same rates & terms and conditions, on mutual consent, at the discretion of the Corporation.

9) The quantity of cylinders to be pressure tested during the tenure of 2 years shown against each location is purely based on estimation and BPCL does not guarantee any minimum number of cylinders that will be given for pressure testing / to be pressure tested from any of the plant/s/locations. BPCL reserves the right to award the job to one or multiple parties from one or from all location mentioned in the tender at it sole discretion or withdraw the tender at any stage / altogether without assigning any reason.

10) The Corporation reserves the right to increase or decrease the tendered quantity or revise specifications, drawing, and designs of any or every item at any stage of work. The successful tenderer’s claim for compensation or damages on account of these shall not be entertained. Such deviations, if necessary, will be adjusted at the rates contained in the agreement by issuing variation order(s). In case it becomes necessary for the Company to temporarily suspend or postpone the work, partly or fully, due to unforeseen circumstances, the Corporation shall not be liable for payment of any compensation on account of resultant delays.

11) The estimated quantity for pressure testing of cylinders ex various Plants / locations in Nagpur LPG Territory is as detailed below:

Name of LPG Plant Estimated generation of DPT Cyls for 2 years

14.2 KG 19 KG 19 KG (BMCG) 47.5 KG 5 KG

a ) Butibori (Nagpur) LPG Plant 72000 1500 500 300 500

TOTAL 72000 1500 500 300 500

TENDERER’s SIGNATURE WITH RUBBER STAMP 6

BHARAT PETROLEUM CORPORATION LTD.

12) The tenderer shall be required to submit along with the “TECHNICAL BID” an earnest money deposit (EMD) of Rs. 1,00,000/- (Rs. One Lakh only) in form of Demand Draft favoring “BHARAT PETROLEUM CORPN. LTD.,” payable at NAGPUR to be submitted along with the Technical Bid. The Demand Draft should be drawn on a Nationalized Bank / Scheduled Banks (other than Cooperative Banks) only. Quotations received without EMD or with less EMD will not be considered.

13) The company reserves the right to appoint more than one Tenderer for the above said jobs or break / award the job as per its discretion. The company also reserves the right to accept / ignore any quotation in part or full before the award of job, or withdraw this tender altogether, at any stage, without assigning any reason.

14) The technical bid along-with Earnest Money Deposit (EMD) of Rs. 1,00,000/- as explained above together with price bid and all the tender documents including drawings, being sent to you should be returned to us duly signed on each page by an authorized signatory with official seal to reach office of the undersigned at the following address upto 1400 hrs of 18.03.2010. Quotations received after due date and time of tender will not be accepted.

15) The technical bids of the all the tenderer received shall be opened on 18.03.2010 at 1430 hours in the office of TM (LPG), NAGPUR at address as mentioned below.

16) The authorized signatory shall be:

a) Proprietor in case of proprietary concern.b) All the partners in case of partnership firm.c) Director, in case of a limited Company, duly authorized by its board of Directors to

sign.

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

18) The tenders should reach the following address before due date and time of the closing date of the tender mentioned herein before. Tenders/Quotations received after due date and time of tender will not be accepted.

TERRITORY MANAGER (LPG)Bharat Petroleum Corporation LimitedLPG Territory Office & Bottling Plant,

D-1, MIDC, Butibori,Village : Gangapur Post: Takalghat

Tehsil : Hingana Distt. : NagpurPin Code: 441122

Tel No. 07104- 280051, 280100

TENDERER’s SIGNATURE WITH RUBBER STAMP 7

BHARAT PETROLEUM CORPORATION LTD.

ANNEXURE II

Special Terms and Conditions of the Tender

1) Tenderer should furnish evidence to the effect that the tenderer’s facilities for statutory pressure testing of LPG cylinders & degassing are approved by CCOE & are valid as of date. Tenderer not having the requisite valid CCOE license as on date of the tender shall not be considered for the said job.

2) Tenderer should submit the proof that they have a qualified Mechanical Engineer in their permanent employment for certifying the statutory pressure tested cylinders.

3) Tenderers should provide correct information & all the required information asked for in the Technical Bid / Annexures and only the Authorised Signatory should sign on all the pages including drawings and affix the Company’s Seal on the Schedule of Rates page (Annexure XIV) and affix official seal on all the other pages from Annexure I to Annexure XIV including all the drawings.

In case at a latter stage, if on cross checking, inspection etc., if it is found out that the information furnished by the tenderer is different / wrong / not matching with the information furnished in the Technical Bid / Annexures then the EMD submitted by the tender will be forfeited & the tenderer may be debarred for applying in the tender in future.

The Technical Bid (Annexure I to Annexure XII – with all the drawings) should be put in a separate cover together with required EMD. The cover should be marked “TECHNICAL BID”.

The Price Bid (Annexure XIV only) should be put in a separate cover. Please quote your lowest rate per cylinder for the job items in the “Schedule of Rates” in the Price bid attached. The cover should be marked “PRICE BID”.

The cover containing the Technical Bid & the cover containing the Price Bid should then be put in a separate cover and sent to the office address as indicated in this tender.

The price bid of the those bidders whose bids are technically acceptable will be opened in presence of the bidders and a separate intimation will be sent to all the bidders who are found technically acceptable advising date/time/place of opening of the price bid.

4) Tenderers should fill in all the information pertaining to them in the format given in (Annexure – V, VI & VII).

5) Tenderer should submit correct address/telephone numbers of the registered office, corporate office, factory address with the name of the person-in-charge/responsible for the subject job, correspondence address and name and the designation of the Authorised Signatory with his power of attorney, name of the Directors with their designations, names of the partners, active partners, sleeping partners, their shares and name of the partner sponsored to deal with BPCL and power of attorney in his favour etc. and any other relevant information etc.

TENDERER’s SIGNATURE WITH RUBBER STAMP 8

BHARAT PETROLEUM CORPORATION LTD.

6) Tenderer have compulsorily to furnish the permanent income tax account number of the company and/or the proprietor/partner & also income tax clearance certificate / or income tax return filed for the previous 2 financial years.

7) Tenderer should have past experience in the job of pressure testing & should submit the proof of past experience to this effect.

8) Tenderer should give the correct details with proofs wherever required regarding per month capacity of his pressure testing plant viz. Total capacity of Plant for Pr. Testing of Cyls., Number of Shifts Operated for the Job, Capacity already being utilized, (Cylinders/month), Spare Capacity available of the job proposed under this tender (Cylinder/ month) & future plans to increase the capacity etc.

Indicating wrong spare capacity will entail penal action as per clause 3 above and EMD submitted will be forfeited and/or any other action may be taken as deemed fit by the Corporation.

9) If you are in the business of Cylinder manufacturing, please give the details like cylinder manufacturing per month, capacity already being utilized per month.

10) You are also required to furnish an EMD of Rs. 1,00,000/- while submitting this tender. The EMD should be in the form of a Demand Draft payable at Nagpur. The Demand Draft / Bank Guarantee should be drawn on a Nationalized Bank / Scheduled Banks (other than Cooperative Banks) only. Tenders received without the requisite EMD as stated above shall be summarily rejected.

11) Cheques and / or request for adjustment against any pending dues/ bills will not be accepted as EMD. Any tender with such requests / Cheques shall be treated to have been received without EMD & shall be rejected.

12) EMD will be forfeited if the tenderer :-

a) Modifies / withdraws the offer during the validity period of 180 days from the closing due date of the tender.

b) Refuses to sign the agreement after award of the work by the Corporation.c) Provides wrong information in the Technical Bid.

13) In the case of unsuccessful tenderer, the EMD will be refunded to the party after the finalization of the tender. In case of successful tenderer(s) the EMD will be refunded only after the completion of all the formalities i.e. the submission of the Security Deposit, Insurance cover & signing of the Agreement etc. No Interest will be payable on the EMD.

14) Factory premises should be open to BPCL Officials for ‘On the spot surprise checking’ at any time during the tenure of the contract.

15) Please quote your lowest rates for the job of Pressure Testing / Painting, Rejection, & Transportation etc. per cylinder in the SCHEDULE OF RATES i.e. PRICE BID (Annexure XIV) attached. (Please note that no change and/or addition in the format of the Schedule of Rates are to be made. Changes and/or additions of any nature made will not be considered.

TENDERER’s SIGNATURE WITH RUBBER STAMP 9

BHARAT PETROLEUM CORPORATION LTD.

16) The Rates should be firm throughout the period of the contract, which should be inclusive of cost of all the materials, paint, labour, electricity, water, power equipments, tools/tackles, excise, customs, Sales Tax, VAT, work contract tax, service tax etc. all taxes levied by Local Bodies, State/Central Govt., duties, octroi, octroi surcharge, road / toll tax, loading, unloading at both ends etc., including Inspection/Certification charges etc. and any other charges etc. All materials are to be supplied by the tenderer unless otherwise advised. Revision in rates on account of increase in material cost or increase in cost of any nature etc. and /or increase in any of the taxes, service tax etc. or levy of any new taxes etc. of whatever nature will be not be allowed during the tenure of contract.

17) The rates quoted for transportation should be inclusive of Octroi, Octroi Surcharge, Octroi service charge, cost of fuel, tyres, tubes, lube oil, toll tax, all taxes levied by Local Bodies, State/Central Govt., duties and other levies applicable en-route, between the location/s allocated for pressure testing and your works as well as loading/unloading of cylinders at both the ends & including everything applicable in respect of transportation. Revision / Increase in rates - on account of any of these, or levy of any new taxes/octroi etc. or any increase of whatever nature will not be allowed during the tenure of contract.

18) All the rates quoted will remain firm during the tenure of the contract. No escalation of any nature will be permissible. Also, no reimbursement will be made for any new taxes, duties, levies etc. that may be introduced in future.

19) The rates quoted shall be valid for a period of 180 days from the closing date of the tender. Once the quotation is accepted, the rates quoted shall be firm till the entire work is completed in all respects. Escalation in the rates on any account will not be considered.

20) The cylinders for pressure testing may be awarded to a party based on the capacity available with them. However, in case the quantities are allocated, it will be tenderers responsibility to complete the entire quantity during the period of the contract or the extended period, as deemed fit by the Corporation, immaterial of the contractual period of two years mentioned in this tender. Failure to do so will entail penalty and/or any action as deemed fit by the Corporation. This clause to be read in conjunction with clause no. 43 appearing herein afterwards.

21) The contract ex each plant / location will be valid for a period of two years from the date of awarding the contract. The contract can be extended for a further period of one more year on the same rates, terms and conditions, based on mutual consent. However, in case of failure on the part of the tenderer to complete the allocated quantity/job, completion of the quantity/job will be the essence of the contract and the tenderer cannot take a plea that the contract period has expired. The time period bar of two years will then automatically cease to exist and instead the time period will get extended for completion of the allocated quantity/job by the tenderer, as decided by the Corporation.

22) All entries in the Tender Documents should be in ink/ Typed Corrections, if any, should be attested by full signature of the Tenderer.

23) Tenderer should duly fill in all the required information asked for in the Annexures, sign all the drawings and sign all pages from Annexure I to XIII and affix the Company’s seal on the “Schedule of Rates” Page (Annexure XIV) and affix the Official/Company seal on all other pages & return all the documents back to us.

TENDERER’s SIGNATURE WITH RUBBER STAMP 10

BHARAT PETROLEUM CORPORATION LTD.

24) The tender documents should reach above address upto 1400 hours of the Due Date mentioned above & the quotations received after Due Date and time will not be accepted.

25) The tenders should be strictly in line with our terms and conditions. Any tender not conforming to the terms and conditions prescribed in the Tender document shall be rejected. Counter terms and conditions will not be accepted. Overwriting should be avoided. Corrections if any should be initialed & duly stamped with official seal by the Tenderer.

26) Please ensure that your name or any other identification mark does not appear on the envelope.

27) The tenderer should quote for all items in the tender schedule. The rates should be expressed both in figures and in words; where discrepancy exists between the two, the rates expressed in words shall prevail.

28) The Corporation reserves the right to accept or reject the tender in whole or in part and/or to divide the work amongst Tenderer’s in the manner considered suitable and/or to negotiate with the tender (s) in the manner the Corporation considers suitable, without assigning any reason thereof.

29) The Corporation further reserves its right to allow to the Public enterprises “Price Preference” (facilities as admissible under the existing policy) as may be decided by the Corporation.

30) Acceptance of the offer shall be valid only when advised by the Corporation in writing to the successful Tenderer(s).

31) No unsolicited correspondence/queries will be entertained while award of the contract is under review. Corporation regrets its inability to answer individual queries.

32) Pressure testing has to be carried out in accordance with the requirements of Gas Cylinder Rules, 1981 & Static and Mobile Pressure Vessels (unfired) Rules, 1981 & all the latest amendments issued from time to time by Chief Controller of Explosives, Nagpur.

33) Segregation, rejection, pressure testing and painting will have to be carried out by you as per IS: 5845 (latest) as amended from time to time & as per details, Scope of Work, Special Instruction on Pr. Testing etc. provided in Annexure – III & IV.

34) The successful tender shall coordinate with bottling plants / locations for upliftment of cylinders lying with various LPG Plants / different locations for Pressure Testing and shall arrange to uplift these cylinders to avoid accumulation of inventory at locations and shall be fully responsible for quality/period of execution of work.

35) The successful tenderer on their own shall not undertake any change in specifications mentioned in the tender documents. In case of doubts he will refer the matter in writing to the Corporation and act as per clarification given by the Corporation. Any changes in the work involving changes in original specifications quantities/additional items of work should be covered by obtaining suitable variation orders from the Corporation immediately.

TENDERER’s SIGNATURE WITH RUBBER STAMP 11

BHARAT PETROLEUM CORPORATION LTD.

36) Cylinders will not be accepted back by us unless they are accompanied by Test Certificates as per format (Annexure- VIII). Rejected Cylinders will have to be sent accompanied by a list as per the format enclosed (Annexure - IX).

37) Cylinders rejected on Visual Inspection/Hydro testing must not be deshaped by the party.

38) A monthly statement should be sent to TM, NAGPUR LPG TERRITORY / this office detailing stock of cylinders, Valves lying with you, as per format enclosed (Annexure - X). This statement should reach each location by the 5 th of every month, or else the bills could be held up for want of the same.

39) Cylinders given for pressure testing should be returned after the completion of pressure testing, painting and fixing the valves within a maximum period of 20 days from the date of dispatch from the Plant. For delay in completion of the Job beyond the above period, penalty of 50 paisa per cylinder per day will be charged subject to a maximum of Rupee 10.00 per cylinder per month.

40) The contractor will be testing and cleaning old valves and will reuse them in cylinders. Only sound valves should be fixed on the cylinders. The defective valves will be replaced by sound valves to be provided by the Territory.

41) All the materials required for this job will be supplied by the Tenderer. The tenderer will have to submit an account, on monthly basis, as to the number of cylinders/valves received and dispatched back to the plant. At the end of the contractual period the tenderer will arrange to return to NAGPUR LPG TERRITORY, all cylinders/valves/caps etc., failing which Corporation shall recover cost of these items from the Tenderer’s Bills/any pending dues, at the prevailing penal rates as may be decided by the Corporation.

42) After the award of Contract the successful tenderer shall not be permitted to sub-contract or assign any of the work to any person/party without prior written consent from BPCL.

43) In case the successful tenderer, after the issue of the contract, fails to carry out qualitative pressure testing/transportation within specified time frame mentioned herein-above, Corporation reserves the right to foreclose the contract and/or get the same work done from any other source and if the cost incurred, therefore is more than the party’s rate accepted by the Corporation/mentioned in the agreement, the contractor will be liable to pay the said difference in the cost suffered by the Corporation at the defaulting tenderer's risk, responsibility and cost together with penalty levied if any, at the discretion of the Corporation.

44) The Corporation shall also has a full right to foreclose / terminate the contract anytime during the tenure of the contract without giving any reasons/notice in writing thereof. The tenderer cannot claim compensation for damages nor the tenderer can be exempted from the penalty levied on them for not carrying out timely pressure testing of cylinders and/or if the services &/or the quality of the job/s performed are not found to be satisfactory.

In such cases Corporation also reserves the right to forfeit the Security Deposit/Bank Guarantee provided by the tenderer and/or recover the amount from the bills submitted by the contractor, and/or by lodging claims on the contractor for balance amount as necessary.

TENDERER’s SIGNATURE WITH RUBBER STAMP 12

BHARAT PETROLEUM CORPORATION LTD.

Above is without prejudice to the right of the Corporation to take any other legal / penal action at its sole discretion, as it may deem fit, against the contractor and the contractor shall have no right to dispute the action taken or sum so recovered.

45) On our issuing a letter of Intent, the successful tenderer before signing the Agreement will have to furnish a Security deposit in the form of Demand Draft or a Bank Guarantee of Rs 5, 00,000/- for job awarded to ex BPCL, Nagpur. The Security deposit will have to be submitted on a Nationalized Bank / Scheduled Banks (other than Cooperative Banks) only for performance of the contract which should be valid for thirty months with lodgment of claim period as six months. No interest will be paid on the Security deposit.

46) The tenderer will be required to compensate BPCL at the prevailing penal rates which presently are Rs. 2000/- (Rupees Two Thousand only) per 14.2 Kg cylinder, Rs. 2,250/- (Rupees Two Thousand Two Hundred Fifty only) per 19.0 Kg cylinder, Rs. 6000/- (Rupees Six Thousand only) per 47.5 Kg cylinder, Rs. 700/- (Rupees Seven Hundred Only) and Rs. 172/- (Rupees One Hundred & Seventy Two only) for valve on account of loss or damage of cylinder/valve, or if the cylinder returned to us is found to be OMC or spurious cylinder & Rs. 2/- (Rs. Two only) per safety cap. The relevant penal rates may be decided / revised by the Corporation, from time to time.

47) On receipt of Other Marketing Company (OMC) cylinders following caution will be exercised by Tenderer/Tenderers.

a) When Tenderer is doing transportation: - Tenderer to ensure that the trucks entering the plant premises should strictly confirm to requirements mentioned in Annexure XI. The tender should also ensure that no OMC cylinder Due for Pressure Testing (DPT) is uplifted by them.

b) When Transportation is done by the Corporation :- Tenderer’s to ensure that in case of any OMC DPT cylinder is received by them the Plant-In charge is immediately informed about OMC cylinders received giving full details of the OMC cylinders e.g. : Cylinder No., Manufacturer’s name etc. Along with acknowledgement from the lorry driver concerned for having delivered such cylinders to the Tenderer’s premises.

i) If any OMC DPT cylinder is pressure tested and/ or returned by the party under this contract, it will be dealt with as under :

ii) No pressure testing / painting charges will be paid by the Corporation for the OMC cylinder.

iii) Two ways transportation cost will not be paid in case the transportation is being done by the Tenderer’s.

iv) Corporation at its sole discretion will also recover the prevalent cost of the cylinder/s, valve, caps etc at penal tariff rates which presently is Rs. 2000/- per 14.2 Kg. cylinder, Rs. 2250/- per 19.0 Kg cylinder, Rs 6000/- for 47.5 kg cylinder, Rs.700/- per 5 Kg cylinder, Rs. 172/- per valve & Rs. 2/- per safety cap or as may be decided/revised by the Corporation, from time to time

v) The decision of the Corporation will be final and binding on the Tenderer’s in regard.

TENDERER’s SIGNATURE WITH RUBBER STAMP 13

BHARAT PETROLEUM CORPORATION LTD.

48) It will be the tenderer/contractor’s responsibility to ensure that the cylinders handed over to them are kept safe in their premises free from theft, house breaking, fire, accident or any damage. To safeguard against such loss or damage they will be required to provide for each location / plant an appropriate insurance cover preferably from a Nationalized Insurance Company valid for two years – presently for one year & subsequently to be renewed for one more year, for 300 nos. of Valves & 300 nos. of 14.2 kg Cylinders, 70 nos. of 19 kg cylinders, 50 nos. of 47.5 kg and 30 nos. of 5 Kg cylinders for BPCL, Nagpur LPG Plant. The rate will be @ Rs 2000/- per 14.2 kg cylinder, Rs. 2250/- per 19 Kg cylinder, Rs. 6000/- per 47.5 kg cylinder, Rs.700/- per 5 Kg cylinder and Rs. 172/- per valve. The policy should be taken in favour of BPCL a/c the contractor for loss of cylinder, theft, fire, Burglary & Housebreaking and during transportation.

The policy should be taken in favor of BPCL a/c the Tenderer. The policy should be renewed yearly by the tender on their own accord. Non renewal of the policy will be at the tenderers risk. It will be tenderer’s responsibility to pay to BPCL at penal rates for the inventory lost, stolen etc. taken place on account of non renewal of the insurance policy. The cost of the cylinder / valve etc. shall be recovered at prevalent penal rate as applicable, from time to time as liquidated damages for cylinders/valves not returned or lost at the discretion of the Corporation and the contractor shall have no right to dispute the sum recovered on aforesaid basis.

49) In case of excess inventory per plant or non renewal of the said Insurance policies in time, the safe keeping & transportation of Company’s Assets will be tenderer/contractor’s sole responsibility.

50) The Corporation shall have right to deduct and/or realize the said sum or any dues outstanding against the Corporation in case of loss of any inventory by whatever means, on any account and the Corporation reserves the right to recover the amount by forfeiting Security Deposit or as it may deem fit, or as liquidated damage/s or out of any money payable to the contractor by the Corporation.

51) Safekeeping, Transporting and Handling of the company’s inventory/equipments within the premises and/or to other locations will be the successful tenderers responsibility for which no extra payment shall be made.

52) The factory premises should be open to BPCL officials for on the spot surprise inspections at any time during the day.

53) In case of careless or rough handling of cylinders by the Tenderer’s labour is established, the corporation shall be free to recover the cost of damages/loss from the Tenderer’s at penal rate.

54) The pressure tested cylinder, if found unfit at the time of first filling after the same was pressure tested or if the quality of the painting is found to be improper the Cylinder will be sent back to the Tenderer for rectification / repainting at the Tenderer’s cost and the additional transport charges incurred on these cylinders will be deducted from the Tenderer’s running bills.

55) Bills should be submitted to the respective Plant/Territory within one month after the pressure testing of cylinders are received by the plant, in accordance with the agreement

TENDERER’s SIGNATURE WITH RUBBER STAMP 14

BHARAT PETROLEUM CORPORATION LTD.

and at the rates specified in the schedule of the agreement in such a format as accepted by the Corporation.

56) The payment for the job performed shall be released by NAGPUR LPG Territory for the actual work done on monthly basis after satisfactory completion of the job and after submission of the bills/certificates etc. It will be the contractor’s responsibility to ensure that the bills/certificates reach the respective plant. Corporation will not be responsible for the bills lost in transit.

57) Any deductions/dues to be recovered from the contractor(s) will be directly deducted by the Corporation from the contractor’s pending/running bills and all the balance dues will be deducted from the Contractor’s final bill.

58) The Corporation shall have right to deduct and/or realize the amount due to the Corporation from the Contractor’s EMD/SD/BG/pending bills or any money due to the Contractor or out of any money payable to the contractor or the amount may be recovered by any other means the Corporation may deem fit or as liquidated damage/s. The decision of the Corporation will be final and binding on the contractor in this regard.

59) The final bill of the successful tenderer shall be paid only after recovering / deducting all the dues outstanding against them and all the inventory of each bottling plant is tallied and balance inventory returned to the plant.

60) On awarding the contract, the Tenderer shall immediately nominate / authorize a representative with the representative’s signature for collection of Cheques, letters etc. or else these will not be sent to the Tenderer’s by post.

61) The Tenderer/contractor will undertake to ensure due and complete compliance with all laws, regulations, rules etc. whether of the central govt. or state govt. or any other competent authority applicable to the workmen employed or whose services are otherwise availed of by the tenderer / contractor whether in connection with the job awarded to him or otherwise. The Corporation / Employer shall have the right to inspect the records maintained by the tenderer / contractor concerning such workman from time to time and the contractor/tenderer to produce of the Corporation’s / Employer’s inspection in order to ascertain whether or not the requirements of all such laws regulations, rules etc. have been complied with by the tenderer/contractor. In the event of any contravention of such laws, regulations, rules etc. coming to light whether as a result of such inspection or otherwise, the Employer/Corporation shall have the right to require to the contractor/tenderer to effect such compliance within such time as the Employer/Corporation may prescribe in that behalf and in the event of the contractor /tenderer failing to effect such compliance within the time prescribed by the Corporation / Employer then the Corporation / Employer shall without prejudice to his rights be entitled to withhold from the amount payable to the Tenderer/Contractor any amount payable to the workmen under any such laws, regulations or rules and to make payment thereof to the workmen. The Corporation / Employer shall also have in that even the right to terminate the contract with immediate effect and to exercise powers reserved to the Corporation / Employer under the contract result of termination. The tenderer will be responsible for any consequences for violation of statutory norms.

62) It will be tenderers responsibility to get the works approved and obtain all necessary certificates in connection with above job from municipal, government or any required

TENDERER’s SIGNATURE WITH RUBBER STAMP 15

BHARAT PETROLEUM CORPORATION LTD.

authority and ensure that all works/certificates are approved / valid till the period of the contract.

63) Quotations should be submitted only in the prescribed tender schedule form supplied by the Corporation along with all documents together with drawings, General conditions of tender duly signed by the authorized signatory.

64) The tenderer should visit the plant site to acquaint themselves of the site conditions etc.

65) All materials required for the execution of work and before put to use should conform to the standard ISI specifications. Use of substandard material shall be entirely at the risk and cost of the tenderer. No delay on account of non-availability of materials, tools, equipments etc. will be entertained by the Corporation.

66) The responsibility for the safety, security and accounting of materials and equipments brought or installed by the successful tenderer or handed over to them by the Corporation for completion of work shall remain with them at their responsibility. Any damage caused to the material/equipment during the execution of work will be made good by the successful tenderer at their cost. Loss on above account incurred will be recovered from the tenderer in the manner as deemed fit/decided by the Corporation.

67) The successful tenderer and his man/men shall abide by all the security/safety rules, regulations in force at location and the laws, bye-laws and statutes of Govt., semi govt. and other local authorities such as requirements/liability under enactment like the Workmen’s Compensation Act, Contract Labour Act etc. and the Corporation shall stand indemnified against any claims on these scores. The successful tenderer and his men shall strictly abide by “no smoking” and other petroleum regulations on the premises. The tenderer / contractor shall be solely responsible for the consequences arising out of any such violation of statutory norms.

68) The successful tenderer shall arrange for at least one competent supervisor to be present at the bottling plant during loading/unloading or progress of work, who shall be duly authorized to take instructions and execute them on his behalf.

69) The successful tenderer should ensure the safety of adjoining property and shall make good any loss to product/property resulting from his negligence.

Payments:

70) Bills pertaining to pressure testing/transportation should be submitted to the TM Nagpur LPG Territory within one month after the tested cylinders are received by the Territory Managers, failing which the Bills will be passed only on the Corporation’s direction.

71) The Tenderer (s) shall submit the bills to the Corporation in accordance with the agreement and at the rates specified in the schedule of the agreement in such a Format as accepted by the Corporation. It will be the Tenderer’s responsibility to ensure that the Bills reach the Plant. The Corporation will not be responsible or Bills lost-in-transit.

72) While making the payments against the bills, Income Tax, Work Contract Tax etc at the prevailing rates/applicable from time to time will be deducted by the Corporation and the TDS certificates will be issued subsequently.

TENDERER’s SIGNATURE WITH RUBBER STAMP 16

BHARAT PETROLEUM CORPORATION LTD.

73) Any deduction/dues to be recovered from the Tenderer’s (s) will be directly Deducted by the Corporation from the Tenderer’s running bills & all the balance dues will be deducted from the Tenderer’s final bills or from any other Payment due to the Tenderer/s.

74) The parties hereby agree that the courts in the city of Mumbai alone shall have the jurisdiction to entertain the application or other proceedings in respect of anything arising under this agreement & any award or awards made by the Sole Arbitrator hereunder shall be filed in concerned courts in the city of Mumbai only.

75) Arbitration:

a) Any dispute or difference of any nature whatsoever, any claim, cross claim, counter claim or set off of the Corporation against the contractor or regarding any right, liability, act, omission or account of any of the parties hereto arising out of or in relation to this agreement shall be referred to the Sole arbitration of Director (Marketing) of the Corporation or of some officer of the Corporation who may be nominated by the Director (Marketing).

The Contractor will not be entitled to raise any objection to any such arbitrator on the ground that the arbitrator is an officer of the Corporation or that he has dealt with the matters to which contract relates or that in course of his duties as an officer of said Corporation he had expressed views on all or any other matters in dispute or difference.

In the event of the Arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason, the Director (Marketing) as aforesaid at the time of such transfer, vacation of office or inability to act, may, in the discretion of Director (Marketing), designate another person to act as Arbitrator in accordance with the terms of the agreement to the end and intent that the original Arbitrator shall be entitled to continue the arbitration proceedings notwithstanding his transfer or vacation of office as an officer of the Corporation if the Director (Marketing) does not designate another person to act as Arbitrator on such transfer, vacation of office or inability of original Arbitrator.

Such persons shall be entitled to proceed with the reference from the point at which it was left by his predecessor; it is also a term of this contract that no person other than the Director (Marketing) or a person nominated by such Director (Marketing) of the Corporation as aforesaid shall act as Arbitrator hereunder. The award of the arbitrator so appointed shall be final, conclusive and binding on all parties to the agreement subject to the provision of The Arbitration Act - 1940 or any statutory modification or re-enactment thereof and the rules made there-under for the time being in force shall apply to the arbitration proceedings under this clause.

b) The award shall be made in writing and published by the arbitrator within 2 years after entering upon the reference or within such extended time not exceeding further twelve months as the Sole Arbitrator shall by writing under his own hands appoint. The parties hereto shall be deemed to have irrevocably given their consent to the Arbitrator to make and publish the award within the period referred to herein above and shall not be entitled to raise any objection or protest thereto under any circumstances whatsoever.

c) The Arbitrator shall have power to order and direct either of the parties to abide by, observe and perform all such directions as the arbitrator may think fit having regard to the matters in difference i.e. dispute before him. The arbitrator shall have all summary

TENDERER’s SIGNATURE WITH RUBBER STAMP 17

BHARAT PETROLEUM CORPORATION LTD.

powers and may take such evidence oral and/or documentary, as the arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all powers under The Arbitration Act -1940 including admission of any affidavit as evidence concerning the matter in difference i.e. dispute before him.

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

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

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

g) The Arbitrator shall be entitled to direct any one of the parties to pay the other party in such manner and to such extent as the arbitrator may in his discretion determine and shall also be entitled to require one or both the parties to deposit funds in such proportion to meet the arbitrators expenses whenever called upon to do so.

h) The parties hereby agree that the courts in the city of Mumbai also shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this agreement and any award or awards made by the Sole Arbitrator hereunder shall be filed in concerned courts in the city of Mumbai only.

i) In case of dispute relating to contract of Refinery, the word “Director (Marketing)” may be replaced by “Director (Refinery)”

The tenderer has read carefully the above terms and conditions of Tender and agree to abide by the same.

Signature of the Authorised Signatory : __________________

Date : __________________

Name / Seal of the Tenderer : __________________

Address : ___________________________________

______________________________________________________________________

______________________________________________________________________

TENDERER’s SIGNATURE WITH RUBBER STAMP 18

BHARAT PETROLEUM CORPORATION LTD.

ANNEXURE III

SCOPE OF WORK

1) Record name of cylinder manufacturer, serial number of cylinder and date of last test.

a. Cylinders for which either name of manufacturer or serial number is not available should be rejected.

b. Cylinders which have round holes in the bottom ring and with HPC / IOC embossing should also be rejected.

c. Cylinders which have oblong cuts in the bottom ring and BPC embossing should also be rejected.

d. All such rejected cylinders should be sent back to us along with details in the format – Annexure IX.

2) Clean external surface of the cylinder thoroughly with caustic soda soap solution and rinse with water. Cylinders bung should be plugged to prevent entry of caustic soda, etc. into the cylinders.

3) Segregate on the following basis, the cylinders after visual inspection as per IS 5845-1984 or any other specifications published by BIS authorities during execution of contract.

a) for rejectionb) For hot repairs, andc) For continuing further testing

4) The cylinders must be condemned if

i) It has a dent on the weld.ii) Flattening of the weld (due to wear) shall not be treated as a dent on the weld.

However, if the cylinder body adjacent to a flattened weld shows a sign of dent, the same shall be treated as a dent on the weld and the cylinder shall be rejected.

iii) The mean diameter of any dent on the body is greater than 80 mm, and

iv) The depth of any body dent exceeds 10% of the mean diameter of the dent.

The cylinder must also be condemned when the measured circumference of the cylinder anywhere exceeds the measured circumference adjacent to the centre weld of the cylinder by 1%.

5) Further, the cylinders must also be rejected if any of the following conditions are present:

a) Burns: Cylinder must be condemned if it shows isolated heat affected sections of the cylinder wall caused by electric arc or high temperature flame impingement (for example : oxygen acetylene flame).

TENDERER’s SIGNATURE WITH RUBBER STAMP 19

BHARAT PETROLEUM CORPORATION LTD.

b) Fire Damage: Cylinder must be condemned if it has suffered damage due to fire and has either warped or distorted or shows excessive heat damage marks.

c) General Corrosion: Cylinders must be condemned when the minimum wall thickness remaining under an area of general corrosion is less than 90% of minimum allowable wall thickness.

d) Dig: Cylinder must also be condemned if a “Dig” (a sharp impression where the surface material has not been penetrated) is present.

- Dig on the cylinder is 75 mm or more in length and depth is more than 5% of the length.

- The remaining minimum wall thickness of the cylinder wall within the area of the Dig is less than 90% of the minimum allowable wall thickness.

e) Cut: Cylinder must be condemned if a “Cut” (sharp impression where the surface material has been penetrated) is present and if the remaining wall thickness within the area of the cut is less than 90% of the minimum allowable wall thickness is less than 1.5 mm.

f) Pit: Pit is a localized corrosion spot. Cylinder must be condemned if the remaining wall thickness under the “Pit” is less than 90% of the minimum allowable wall thickness is less than 1.5 mm.

g) Leaks: Cylinders must be condemned if it has a leak on any part of the body other than the weld.

Cylinders segregated for hot repairs should be sent back to us under a covering note along with the list of cylinders as per Annexure – IX.

6) The interior of the cylinder should be examined by a low voltage inspection lamp of flame-proof type. If internal inspection reveals presence of foreign materials such as rust, dust, oil, etc., it should be suitably cleaned.

7) Hydrostatic test should be carried out on all the cylinders qualifying for further test after (4) above. The cylinder should be subjected to hydrostatic pressure of 25.35 kg/cm2 and the pressure retained for a minimum of 30 seconds.

Any reduction in the pressure noticed during the test, any leak, visible bulge or deformation should be treated as a case of failure and all such cylinders should be rejected, segregated and sent to us along with details in format – Annexure IX.

For cylinders passing this test the internal surface should be dried by blowing hot air after emptying out the cylinder.

8) The old valves after cleaning and reconditioning should be fixed on the cylinders. The procedure to be followed is:

a) The bung thread should be cleaned by using ¾” NGT hand tap.b) The loose rust particles which have fallen inside the cylinder while

cleaning/reforming of the bung thread should be removed by using a magnet.

TENDERER’s SIGNATURE WITH RUBBER STAMP 20

BHARAT PETROLEUM CORPORATION LTD.

c) Valves are to be fitted immediately after cleaning of bung thread to avoid rusting of the bung thread.

d) Fixing of valves on the cylinders should be in accordance with IS 8737 (Part I).e) Wherever necessary new valves will be fitted on the cylinder instead of the old

defective valve.f) Old defective valve are to be returned to BPCL separately, along-with the tested

cylinders. g) While tightening the valve a torque of 20 +/- 2 Kg m must be applied by using a

torque wrench.

9) After fixing of the valve, cylinder should be subjected to air pressure of 10 Kg/cm2 and the pressure maintained for 30 seconds. Cylinder should then be immersed in water and checked for leaks. Soap solution should be applied at valve bung joint to check for leaks. After this test, the cylinder should be depressurized and the external surface dried by blowing of air. Pressure gauges used for pneumatic and hydrostatic test should be calibrated once in 3 weeks and records maintained. The master gauges used for calibrating these pressure gauges should be calibrated once in 6 months.

10) Check tare weight of each cylinder. If observed tare weight is less than 95% of the original tare weight, the cylinder shall be rejected as unfit and kept segregated.

a) The weighing scale used shall have a least count of not more than 50 gms and the value of tare weight may be rounded to the nearest 100 gms as per IS :2 – 1960.

b) The tare weighing shall be carried out including the weight of valve and safety cap.c) The change in the tare weight within the permissible limit may be stencilled without

altering the original tare weight punching .

11) After satisfactory completion of periodic inspection and testing each cylinder found acceptable shall be marked with following on the vertical stays on cylinder:

a) The identification mark of the testing unit as registered with Chief Controller of Explosives, Nagpur.

b) The new test date retaining the previous test dates.

Above is to be punched on the stay as shown in the diagram below.

DETAILS OF MARKING ON STAY PLATE

OLD TEST DATES

XXX : IDENTIFICATION MARK OF TESTING STATIONYYY : MONTH AND YEAR OF TEST DATE

TENDERER’s SIGNATURE WITH RUBBER STAMP 21

TEST DATES

X X X

YYY

BHARAT PETROLEUM CORPORATION LTD.

12) The paintings etc. have to be carried out as per specifications indicated in each of the drawing attached for each type of cylinder to be pressure tested. After painting, the following markings should be made on the cylinder:

a) New tare weight of the cylinder should be marked on top of the cylinder at 3 locations 120 degrees apart with black paint. Height of the letter should be 25 mm Thickness should be 6-7 mm

This new tare weight should also be painted on the inner side of two stay plates.

13) To indicate the next quarter and year of the testing the inside of one of the stay plates should be painted as described in the details of colour coding. If the cylinder has been tested in “A 08”, the marking on inside of the stay plate will be “A 13”.

14) For distinguishing the quarter and year, A, B, C and D should be used in capital letters followed by the last two digits of the testing year e. g for January – March 2008 – the punching will be “A 08”. If the cylinder has been tested in “D – 2008”, the marking on the inside of the stay plate will be “D – 13”.

Details of Colour coding:

DUE DATE FOR TESTING BACKGROUND COLOUR

IS CODE FOR

SHADES

LETTERING COLOUR

YEAR DUE NEXT

QUARTER YEAR        

A / B / C / D 2008 Satin Blue 177 Black 2013A / B / C / D 2009 Bus Green 299 White 2014A / B / C / D 2010 Black 521 White 2015A / B / C / D 2011 Yellow 355 Black 2016A / B / C / D 2012 White 127 Black 2017A / B / C / D 2013 Sea Green 217 Black 2018A / B / C / D 2014 Dove Grey 694 Black 2019A / B / C / D 2015 Aircraft Blue 108 White 2020A / B / C / D 2016 Salmon Pink 443 Black 2021A / B / C / D 2017 Indian Brown 415 White 2022

15) All 5 KG, 14.2 KG, 19 KG & 47.5 KG cylinders passing the above test should be painted with zinc chromate primer (30 microns) and super synthetic enamel paint (20 microns) of the colour indicated and as per specifications given in the cylinder-wise drawing. The valve should be suitably covered to prevent ingress of paint in the valve. The top of the cylinder should be painted with yellow IS: 355 – from the bung end to the stay plates. On the shoulder of the cylinder the following should be painted bilingually with white as per IS: 127.

a) “ “CHECK SEAL ON DELIVERY”

b) ““SWITCH OFF REGULATOR WHEN NOT IN USE”

TENDERER’s SIGNATURE WITH RUBBER STAMP 22

BHARAT PETROLEUM CORPORATION LTD.

For the above two instructions, the size of each letter and the colour coding should be as per the attached drawing in white colour shade – 127 as per IS: 5

NET WT NET WT NET WT NET WT5 KG 14.2 KG 19 KG 47.5 KG

This should be screen printed at 3 equispaced places in Black shade with 2.5 cm height as applicable.

These 3 should be painted/ stencilled on the shoulder of the cylinder at an angle of 120 degrees as indicated in the attached drawing/sketch.

In case of 19 kg cylinders and 19 Kg (BMCG) cylinders, the cylinders should be painted as per specifications, colour coding mentioned in the attached drawing of each cylinder respectively.

In case of 47.5 kg cylinders, the cylinders should be painted as per specifications, color coding mentioned in the attached drawing of each cylinder respectively.

16) After painting of cylinders the 'Bharat Gas Logo' as mentioned in the attached drawing has to be marked at two places opposite to each other in golden yellow colour (colour No. 356 as per IS 5 : 1994) in accordance with the enclosed drawings. One of the marking shall be in 'Hindi' and one will be in 'English'.

17) The painting of the cylinders has to be carried in accordance with above and also in line with all the recent amendments made from time to time in this regard by CCOE.

18) All details of the cylinders received & repaired should be submitted to us in the enclosed format – Annexure X along with the retested / repainted cylinders. A test certificate in the format – Annexure – VIII along with the cylinders returned to us after pressure testing/painting. This certificate should be signed by a Mechanical Engineer. For cylinders rejected at stages, a separate list as per format Annexure - IX should be furnished detailing reasons for rejection. This list should also be signed by the person signing the Test Certificate.

ANNEXURE IVTENDERER’s SIGNATURE WITH RUBBER STAMP 23

BHARAT PETROLEUM CORPORATION LTD.

SPECIAL INSTRUCTIONS ON PRESSURE TESTING OF LPG CYLINDERS

The enclosed schedules on pressure testing of LPG cylinders are guiding instructions to the

contractors. However, the sequence of operation for Statutory Pressure Testing of LPG

cylinders is to be followed strictly as under:

1) Receipt of cylinders2) Depressurizing 3) Recording details (like Sr. No. Test Dates, Tare weight, Manufacturer’s name)4) Degassing5) Valve Removal6) External surface cleaning7) Internal cleaning and internal inspection8) Visual inspections of external surface and bung threads by L-1 and L-9 plug gauges9) Tare Weight checking10) Hydrostatic Testing11) Internal cleaning and checking12) Primer coating13) Signal Red painting14) Punching of new test date and repairer’s identification work.15) Tare weighing16) Colour code painting to indicate ownership of cylinders, stenciling new tare weight, net

weight and next test date.17) Tapping the bung thread, cleaning the same by brass wire brush and checking the bung

thread by L-1 and L-9 plug gauges.18) Valve fixing.19) Pneumatic test.20) Certification and despatches.

Annexure V

TENDERER’s SIGNATURE WITH RUBBER STAMP 24

BHARAT PETROLEUM CORPORATION LTD.

Information Regarding the Tenderer/Contractor

1. Name of the Firm :

2. Registered Office Address with Phone/Fax /e-mail ID:

3. Name of Directors of Company with Designations :In case of Partnership firm Name of Partners withPercentage of profit sharing.

4. Correspondence Address with & Phone/Fax/e-mail ID:

5. Factory Address & Phone/Fax No/e-mail ID :

6. Name of the Authorised Signatory with Designation :Enclose copy of Power of Attorney

Pressure testing / painting of cylinders:-

a) No. of shifts operated for this job :

b) Total Capacity (Cylinders / month) :

c) Capacity already being utilised (Cyls/month) :

d) Spare capacity available for the job proposed :under this tender (Cylinders / month)

e) Party-wise & location-wise breakup of :Capacity already utilised.

Name of the Oil Co

Location Cyls. per month

Contract valid upto

Option for further

extension

f) Any plans to increase the capacity? If yes, please :Specify additional capacity (Cylinders/month) planned

2. Manufacturing of new cylinders :

a) Total Capacity (Cylinders/month) :b) Capacity already being utilised (Cyls/month) :

Annexure VI TENDERER’s SIGNATURE WITH RUBBER STAMP 25

BHARAT PETROLEUM CORPORATION LTD.

TENDERER’S CREDENTIALS, BIO-DATA AND BUSINESS STANDING

1 Name of the Applicant (Authorised Signatory)2 Nationality3 Office Address of the Authorised signatory with Tel.

Nos., Mobile No. Fax, E-mail ID 4 Registered office address of the firm with Telephone

No., Fax, E-Mail ID etc.Enclose copy of Memorandum of Association with all amendments endorsed by Registrar of Companies

5 Residential Address of Authorised Signatory with Telephone No., Fax, E-Mail ID etc.

6 Whether the firm is a private or public limited concern, or Hindu Undivided family, Proprietor/ Individual or a registered partnership firm?

7 Year of establishment8 Registration No. if any.9 PAN Number of the firm/Proprietor - MUST 10 Name of person holding Power of Attorney 11 Office/Residential address of holder of Power of

Attorney12 Nationality of Person holding Power of Attorney13 Liabilities of Person holding Power of Attorney14 Name of Partners /Directors15 Full addresses of the partners/Directors16 Liabilities of the partners/Directors

(Registered copy of partnership deed or Memorandum of Association to be enclosed)

17 Name of Banker and full address with details of Account No., Type of Account, Bank MICR Code. Enclose zerox copy of cheque.

18 Whether applicant has qualified persons with technical and process background to deal with above job concerning safety & security of LPG Plant (List of persons, along-with their qualifications and experience shall be enclosed)

19 Details of jobs executed during last 3 years with supporting.

20 CCOE license Number, date & validity (enclose certified copy of CCOE’s license).

21 Any other relevant information, the entrepreneur may wish to furnish.

We have read the tender documents and understood the same in full and declare that we will abide by the same.

We also enclose the tender document duly signed in token of our acceptance.

SIGNATURE:NAME OF THE APPLICANT (Authorised Signatory)DATE:RUBBER STAMPADDRESS

TENDERER’s SIGNATURE WITH RUBBER STAMP 26

BHARAT PETROLEUM CORPORATION LTD.

Annexure VII

BANK DATA DETAILS

National Electronic Fund Transfer (NEFT) Mandate Form

(Mandate for receiving payments through NEFT from Bharat Petroleum Corporation Ltd) 

1) Vendor Name  2) Vendor Code  3) Permanent Account Number (PAN)  4) Particulars of Bank Account  

a) Name of the Bank  b) Name of the Branch  c) Branch Code  d) Address  

 e) City Name  f) Telephone No  

g) NEFT IFSC Code - Mandatory  

h) 9 digit MICR code appearing on the cheque book  

i) Type of Account (10/11/13)  j) Account No.  

5) Vendor’s e-mail id  6) Date of effect    (Please enclose a photocopy of the cancelled cheque to enable us to verify

the details mentioned above)

We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect information, we would not hold the company responsible.  

___________________Signature of the Vendor

  

Bank Certificate 

We certify that ____________________ has Account No _______________ with us and we confirm that the details given above are correct as per our records. 

Date: _____________________

Place: Authorised Official of Bank

TENDERER’s SIGNATURE WITH RUBBER STAMP 27

BHARAT PETROLEUM CORPORATION LTD.

Annexure – VIII

TEST CERTIFICATE FOR HYDROTESTED LPG CYLINDERS

Name of the Contractor :

Certificate Number : Date :

AA. This is to certify that the LPG Cylinders as per details given in the attached Annexure VIII-A were re-inspected and tested to meet the requirements of Hydrostatic Test and Leak Test as specified in IS : 3196 – 1982. The inspection and tests were carried out at the premises of:

M/s. _____________________________________Located at ___________________________________________________________________________________________________________________________________________________________

BB. Nature of inspection carried out for each cylinder is as under:

1. Checking Tare Weight.2. Visual Inspection as per IS 5845.3. Hydrostatic/Hydrostatic-stretch* test as per IS 5844.4. Checking Bung and valve threads.5. Pneumatic Test.

* Hydrostatic stretch test for cylinders 15 years and above.

CC. Details of cylinders passed are covered in the attached Annexure VIII-A. The total number of cylinders covered by the Certificate is ____________. (Total number in words ___________________).

DD. New code number and other details have been marked on each cylinder as required.

Signature of Inspecting Officer: _______________________________

Name : _______________________________

Designation : _______________________________

TENDERER’s SIGNATURE WITH RUBBER STAMP 28

BHARAT PETROLEUM CORPORATION LTD.

Annexure – VIII-A

LIST OF CYLINDERS – PRESSURE TESTED

Sr.No.

Cylinder Sr. No. Name of the Manufacturer

Test / Mfg Date Next due Pr. Testing date

Signature of Inspecting Officer : _______________________________

Name : _______________________________

Designation : _______________________________

TENDERER’s SIGNATURE WITH RUBBER STAMP 29

BHARAT PETROLEUM CORPORATION LTD.

Annexure - IX

LIST OF CYLINDERS REJECTED

Sr.No.

Cylinder Sr. No. Name of the Manufacturer

Test/Mfg Date Reasons for Rejection

Signature of Inspecting Officer : _______________________________

Name : _______________________________

Designation : _______________________________

TENDERER’s SIGNATURE WITH RUBBER STAMP 30

BHARAT PETROLEUM CORPORATION LTD.

Annexure - X

Monthly reconciliation statement for the month of ___________.

Name of the contractor ____________________________________

FOR THE CUMULATIVE

MONTH RECEIPT:

A) Total Cylinders receivedB) Valves received: 1) Old

2) New

DESPATCHES:

CYLINDERS:

A) Cylinders despatched to plant after hydro testing of Cylinder.B) Rejected cylinders.

VALVES:

C) Old valves sent back to plantD) New valves sent back to plant

BALANCE:

A) Cylinders lying at our factory

1) Hydro Tested.2) Rejected (with reasons for rejection).3) Under various stages of hydro testing.

B) Valves available at our factory

1) Old2) New

SIGNATURE

NOTE: For both receipts from BPC and despatches to BPC, consignment-wise details with document reference nos. should be provided (for both cylinders and valves).

TENDERER’s SIGNATURE WITH RUBBER STAMP 31

BHARAT PETROLEUM CORPORATION LTD.

ANNEXURE XI

SPECIFICATION OF TRUCKS.

The Trucks to be engaged for transportation of Cylinders should strictly confirm to the regulations stipulated in Petroleum Act, 1934 or any amendment or re-enactment thereof, from time to time & the Rules and Orders framed there under.

The Trucks engaged for transportation of LPG cylinders should also conform to the following requirements: -

1. There shall be no sharp projection inside the vehicle, on the platform and sides of the Lorry.

2. The exhaust from the engines should be re-routed under the Driver’s cabin & the exhaust pipe should be fitted with a Spark arrestor.

3. The Cab of the Vehicle shall be preferably of all metal construction and its rear window, if provided shall be fully covered with wired glass. The Cab and the engine shall be separated from the load by a fire-resisting shield, which shall fully cover the load.

4. The Truck should be fitted with a double pole wiring system with the Master switch in the Driver’s cabin.

5. The fuel Tank of every vehicle, if installed behind the cab of the vehicle/ fire screen shall be so designed, constructed, installed so as to present no unusual hazard, and shall be so arranged to permit drainage without removal from their mounting and the same should be protected, against blows by stout steel guards.

6. The truck should be fitted with the fixed body of adequate height so that the cylinders are not stacked beyond the side supports of the body.

7. The trucks must carry, a suitably ISI mark DCP fire extinguisher.

8. The voltage of the electric circuit should not exceed 24 volts.

9. The electrical wiring shall be heavily insulated and be adequate for maximum loads to be carried, also they shall be provided with suitable over-current protection in form of fuses or automatic circuit breakers and also with a master switch to cut off the current supply in an emergency.

TENDERER’s SIGNATURE WITH RUBBER STAMP 32

BHARAT PETROLEUM CORPORATION LTD.

Annexure - XII

LIST/ADDRESS OF LOCATIONS & LPG BOTTLING PLANT WITH CONTACT DETAILS

Sr. No.

PLANT ADDRESS CONTACT NOS. CONTACT PERSON

1 Bharat Petroleum Corporation Ltd. LPG Territory Office & Bottling Plant, D-1, MIDC, Butibori, Village : Gangapur Post: Takalghat Tehsil : Hingana Distt. : Nagpur - 440122

997005856907104 28010007104 280051

Mr. Sen P. R.Mr. Adkar J. P.

TENDERER’s SIGNATURE WITH RUBBER STAMP 33

BHARAT PETROLEUM CORPORATION LTD.

BHARAT PETROLEUM CORPORATION LIMITED

TENDER NO. BPCL:NAGPUR:LPG:DPT:TEND:08/2009-10

TENDER FOR PRESSURE TESTING / PAINTING / TRANSPORTATION OF OUR 5 KG, 14.2 KG, 19 KG AND 47.5 KG DPT LPG CYLINDERS GENERATED EX NAGPUR LPG TERRITORY.

PRICE BID

To be submitted at the following address in sealed cover marked “Tender for Pressure Testing, Painting & Transportation of DPT LPG cylinders Ex – NAGPUR LPG TERRITORY”

TERRITORY MANAGER (LPG)Bharat Petroleum Corporation LimitedLPG Territory Office & Bottling Plant,

D-1, MIDC, Butibori,Village : Gangapur Post: Takalghat

Tehsil : Hingana Distt. : NagpurPin Code: 441122

TENDERER’s SIGNATURE WITH RUBBER STAMP 34

BHARAT PETROLEUM CORPORATION LTD.

Please affix your rubber stamp and sign on each page and return to us along with all enclosures

Please quote rates in Schedule of Rates – Annexure XIV

CLOSING DUE DATE / TIME: 18.03.2010 UPTO 14.00 Hours

ANNEXURE XIV

SCHEDULE OF RATES - FOR NAGPUR LPG TERRITORY

JOB DESCRIPTION RATE PER CYLINDER (Rs)  5 KG 14.2

KG19 KG 47.5

KG1) Degassing of cylinder, recording the details,

cleaning external surface, visually examining the cylinder, removal of valve, removal of internal rust/foreign material, internal cleaning, tare weight verification, conducting hydrostatic test, drying internal surface, fixing the supplied valve, conducting pneumatic test, marking/punching on the V. P. Ring/Foot Ring as per requirement, painting / stencilling Bharat Gas Logo, documentation, issuing test certificates etc..

  

2) Rejection of cylinders on:   

a) Visual inspection   

b) Hydrostatic testing   

3) TRANSPORTATION: TWO-WAY BASIS.(Inclusive of Octroi / Octroi surcharge, octroi Service charges, Taxes and all other Levies payable en-route from your works to the following plants separately inclusive of everything and loading and unloading charges at both ends for each location. 50% of the transportation rate quoted will be applicable for one way movement.

EX NAGPUR (BUTIBORI) LPG PLANT

  

Note: I. Rates should be quoted both in figures and words.II. Wherever ambiguity is observed, rates in words will be considered. III.      Rates quoted for items 1, 2 & 3 should be inclusive of all taxes, duties etc. and no

other duties, taxes etc. will be paid other than the rates quoted here. Further no TENDERER’s SIGNATURE WITH RUBBER STAMP 35

BHARAT PETROLEUM CORPORATION LTD.

revision will be permitted during the tenancy of the contract.IV.      The above jobs are to be carried out as per Conditions of tender, Special

Terms and Conditions of the tender, Scope of work, Special Instructions on Pr. Testing etc. detailed in this Tender.

V.       Rates for all the above items should be quoted. VI. Rates will be governed as indicated in clauses 16, 17, 18, 19 of the Special Terms

and Conditions of Tender (Annexure II) and also as mentioned else where in the tender.

VII. Tender received without quotation for transportation will not be considered.VIII. In case of one way movement of cylinders between BPC LPG Plant at BUTIBORI

MIDC, NAGPUR to your works - only 50% of the to & fro transportation rates quoted under item no. 3) above and finalized will be applicable.

TENDERER’s SIGNATURE WITH RUBBER STAMP 36