45
Tender reference No : 1000244206 System ID : 8263 Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS Page no. 1 of 45 Department : Central Estimation Cell Department officer : Varun Sharma System ID : 8263 Tender Reference No. : 1000244206 Tender Title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS Tender Date : 06/11/2015 Tender Description : SUPPLY OF STAGE II VAPOUR RECOVERY SYSTEM FOR 47 NOS. OF RETAIL OUTLETS AT DELHI Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Document fees and EMD + Technical bid + Price bid Bid validity period (in days) : 120 Type of contract : Goods Project duration / delivery or completion period (in days) : 90 Accept decimal value up to : 4 Estimated Value : 140000000.0000 Form of Contract : Supply Bid submission configuration Bid evaluation : Lot wise Bidding access : Open/Press Base currency : INR Bidding type : Global Bidding currencies : INR,EURO,USD Key configuration Bidding variant : Buy Mode of pre-bid meeting : Offline Pre Bid Meeting Venue : Pre Bid Meeting Date: 16.11.2015 (11:00 hrs) Venue: BPCL, Central procurment organization (M), A installation, Sewree fort road, sewree (east) Mumbai-400015 Dates configuration Document downloading start date : 09/11/2015 10:00:00 Document downloading end date : 30/11/2015 15:00:00 Domain : bpcleproc.in Parent department: BPCL Tender Document

Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system: Bidder or their group companies either individually or collectively

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 1 of 45

Department : Central Estimation Cell Department officer : Varun Sharma

System ID : 8263 Tender Reference No. : 1000244206

Tender Title : GLOBAL TENDER FOR SUPPLY OFVAPOUR RECOVERY SYSTEM ATRETAIL OUTLETS

Tender Date : 06/11/2015

Tender Description : SUPPLY OF STAGE II VAPOUR RECOVERY SYSTEM FOR 47 NOS. OF RETAIL OUTLETS AT DELHI

Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Document fees and EMD +Technical bid + Price bid

Bid validity period (in days) : 120 Type of contract : Goods

Project duration / delivery or completion period (indays)

: 90 Accept decimal value up to : 4

Estimated Value : 140000000.0000 Form of Contract : Supply

Bid submission configuration

Bid evaluation : Lot wise Bidding access : Open/Press

Base currency : INR Bidding type : Global

Bidding currencies : INR,EURO,USD

Key configuration

Bidding variant : Buy Mode of pre-bid meeting : Offline

Pre Bid Meeting Venue : Pre Bid Meeting Date: 16.11.2015(11:00 hrs)

Venue: BPCL, Central procurmentorganization (M),

A installation, Sewree fort road,sewree (east) Mumbai-400015

Dates configuration

Document downloading start date : 09/11/2015 10:00:00 Document downloading end date : 30/11/2015 15:00:00

Domain : bpcleproc.in

Parent department: BPCL

Tender Document

Page 2: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 2 of 45

Bid submission start date : 09/11/2015 10:00:00 Bid submission end date : 30/11/2015 15:00:00

Pre-bid meeting start date : 16/11/2015 11:00:00 Pre-bid meeting end date : 16/11/2015 13:00:00

Bid opening date : 30/11/2015 15:01:00

Document / EMD / Security fee detail

Tender fees : Not Applicable Mode of EMD payment : Offline

EMD amount : INR : 500000.0000USD : 7667.0000

EMD payable at : EMD PAYBLE TO : BHARATPETROLEUM CORPORATIONLIMITEDPAYABLE AT MUMBAI

Emd Clause : The vendor shall submit an interest-free Earnest Money Deposit of INR 5 lakh Rupees (five lakhs only) by crossed account payeeDemand Draft drawn on any nationalised scheduled bank in favour of BHARAT PETROLEUM CORPORATION LTD payable at Mumbai.

Foreign Bidders are required to deposit Equivalent USD 7667.00 at the BPCL account details mentioned in the Tender.

EMD Payment Method : Demand Draft

Documents

Sr.No. File name File description File size (in

MB) Date and time Status

1 Final Tender Doc..pdf Final Tender 1.277 05/11/2015 12:02:45 Approved

Bidding forms

Document feesand EMD

EMD Form

Details Bidder's Response

EMD Amount offering

Currency

EMD Payment Method

Instrument No.

Payment Date

Technical bid

EMD Form

BID QUALIFICATION CRITERIA

Page 3: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 3 of 45

Biq qualification form

BPCL information BiddersResponse

Suppliers of VRS Stage II system.</b>

Bidder or their group companies should be a supplier of Stage II Vapour Recovery System. Consortium Bidding is not allowed.

Documents Required: </b>

•Approvals/ Certificates from any one of the following authorities indicating that the bidder or their group companies is a Suppliers or Manufacturer orSystem integrator of Stage II Vapor Recovery System:

1.PESO approval 2.EN, UL or FCC certificates3.SIRA ATEX approvals4.ISO certificates5.Certificates from Local chamber of commerce.

•Documents submitted in support of above needs to be certified by Third Party Inspection Agency (LRIS/DNV/IRS/EIL/UL) or Local Chamber of Commercefor Foreign Bidders.

Capability for supplying VRS Stage II system: </b>

Bidder or their group companies either individually or collectively should have supplied at least 65 nozzles for Stage II Vapour Recovery System in a singleyear in any one of the last ten financial years from the due date of this tender.

Documents required:- </b>

•Copies of Work orders/ Contract (s)/ Agreements/ PO copies clearly highlighting the supply of nozzles suitable for Stage II Vapour Recovery System. • Final bills /Invoices •Consolidated statements highlighting PO numbers and Invoices along with the Quantity supplied. •Documents submitted in support of above needs to be certified by Third Party Inspection Agency (LRIS/DNV/IRS/EIL/UL) or Local Chamber of Commercefor Foreign Bidders.

Proven Track record (PTR):</b>

The VRS Stage II system provided by the Bidder or their group companies either individually or collectively must have worked satisfactorily for a period ofat least one year from the date of Supply / Installation in any of the last ten years.

Bidder should submit a performance certificate for satisfactory working of VRS stage II system for at least one year for the unit/ location where it has beeninstalled. This installation should have been done in any one of the last ten years.

Documents required from vendor towards evidence of above criteria:</b>

•Documents submitted by the bidder would be declaration provided by their customers of VRS stage II system about satisfactorily working of their systemfor a period of at least one year. This declaration must contain the relevant PO numbers/ contract nos., installation date and satisfactory performance ofthe system for at least one year from the date of commissioning.

•Documents submitted in support of above needs to be certified by Third Party Inspection Agency (LRIS/DNV/IRS/EIL/UL) or Local Chamber of Commercefor Foreign Bidders

Financial Capability </b>

1.The Bidder or their Group company either individually or collectively should have achieved a minimum average annual turnover of Rs. 4.2 cr. (or USD0.64 million or its equivalent in any other currency) as per the audited financial statement (including the balance sheet and profit and loss account) duringthe last available consecutive three accounting years.

2.Financial Net Worth: Net worth of the vendor should be positive for last financial year. The net worth is defined as TOTAL ASSETS MINUS TOTALLIABILITES.

Documents required from vendor towards evidence of above criteria:</b>

•Audited balance sheet and profit and loss accounts of the vendor or its Group Company for any last three consecutive years. In case of foreign vendors,the annual turnover shall be for financial year or calendar year as reckoned in their country.

•Documents submitted in support of above need to certify by third party agencies (TPIA’s LRIS/DNV/IRS/EIL/UL) / Certified CA or Local Chamber of

Page 4: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 4 of 45

Commerce for Foreign Bidders.

Explanatory notes for Group Company:</b>

In case, bidder is a group company, then credential of Parent/ Group companies shall be considered to establish the bid qualification criteria.

Group companies can either be Parent company, Direct subsidiary or In-direct subsidiaries:

I.Group Company-Parent company and direct subsidiaries: If the parent company holds 51% or more of the equity share capital in their subsidiarycompanies, then such companies are called direct subsidiaries and shall be considered as part of group companies.

II.Group Company-Parent Company and indirect subsidiaries: If 100% subsidiaries of the parent company hold 100% of the equity shares capital in theirsubsidiary companies (including 100% subsidiary companies) are called indirect subsidiaries and shall be considered as part of group companies.

Documents required in evidence of Group Company:</b>

Page 5: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 5 of 45

a.Company Profile & Annual Reportb.Letter from the Parent / Subsidiary giving details of holding.

Technical bid

GENERAL PURCHASE CONDITIONS

GPS

Description Bidder'sConfirmation

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically mentioned in the Special Purchase Conditions.

1.DEFINITIONS2.REFERENCE FOR DOCUMENTATION3.RIGHT OF OWNER TO ACCEPT OR REJECT TENDER4.LANGUAGE OF BID5.PRICE6.TAXES AND DUTIES7.INSPECTION8.SHIPPING 9.INDIAN AGENT COMMISSION10.ORDER AWARD / EVALUATION CRITERIA11.CONFIRMATION OF ORDER 12.PAYMENT TERMS13.GUARANTEE/WARRANTY 14.PERFORMANCE BANK GUARANTEE 15.PACKING & MARKING 16.DELIVERY17.UNLOADING AND STACKING18.TRANSIT INSURANCE19.VALIDITY OF OFFER20.DELIVERY DATES AND PRICE REDUCTION SCHEDULE21.RISK PURCHASE CLAUSE22.FORCE MAJEURE CLAUSE23.ARBITRATION CLAUSE24.INTEGRITY PACT (IP) 25.RECOVERY OF SUMS DUE26.CONFIDENTIALITY OF TECHNICAL INFORMATION27.PATENTS & ROYALTIES28. LIABILITY CLAUSE29. COMPLIANCE OF REGULATIONS30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT31. NON-WAIVER32.NEW & UNUSED MATERIAL33. PURCHASE PREFERENCE CLAUSE34. CANCELLATION35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION36.ASSIGNMENT 37.GOVERNING LAW38.AMENDMENT 39.SPECIAL PURCHASE CONDITIONS40NOTICES41. POLICY ON HOLIDAY LISTING

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India enterprise), a Company incorporated in India having its

GENERAL PURCHASE CONDITIONS

Page 6: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 6 of 45

registered office at Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its successors and assigns (hereaftercalled BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this Request for quotation (RFQ)/purchase order is issued andshall include its successors and assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection, checking/testing of items ordered and for certifying the items conformingto the purchase order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments, supplies, drawing, data and other property and all servicesincluding but not limited to design, delivery, installation, inspection, testing and commissioning specified or required to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION LTD. desires to receive materials any where in India as mentioned inRFQ.

1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between Owner and Vendor, for a fixed period of time (i.e till validity ofRate Contract, with no commitment of contractual quantity) on mutually agreed terms and conditions. The actual supply of goods/ materials shall takeplace only on issue of separate purchase orders for required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually agreed terms and conditions with commitment of QuantityOrdered.

2. REFERENCE FOR DOCUMENTATION :

2.1.The number and date of Collective Request for Quotation (CRFQ) must appear on all correspondence before finalization of Rate Contract /Purchase Order.

2.2.After finalization of Contract / Purchase Order: The number and date of Rate Contract /Purchase Order must appear on all correspondence,drawings, invoices, dispatch advices, (including shipping documents if applicable) packing list and on any documents or papers connected with thisorder.

2.3.In the case of imports, the relevant particulars of the import Licence shall be duly indicated in the invoice and shipping documents as well as on thepackages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :

The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period will be payable by BPCL against documentary evidence.Vendor shall mention in their offer, the percentage of excise duty applicable at present. Any upward variation in excise duty rates, beyond thecontractual delivery period, shall be to vendor’s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is not payable. If applicable in future, the same will beborne by vendor.

6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess component and accordingly Excise duty / Cess should bequoted separately wherever applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice (transporter’s copy) at the time of delivery of goods at owner’ssite.

6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will bepayable by BPCL. Vendor shall give details of local sales taxand/oror central sales tax currently applicable in their offer. The rates applicable for “CST without form C”, “CST with form C" and “VAT” shall beclearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit the TAXinvoice.

Page 7: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 7 of 45

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also claim CENVAT Credit on service tax. The vendor should quote servicetax separately, if applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially numbered and signed invoice / bill / challancontaining the following details:

a)Name, address and registration number of the service providerb)Name and address of person receiving taxable servicec)Description, classification and value of taxable service providedd)Service Tax Payable6.4FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight shall be payable after receipt of the Material(s) at thesite, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by BPCL at actuals after receipt of the Material(s) at the Siteagainst the submission of original documentary evidence for proof of payment of the related octroi and entry taxes, as the case may be.

6.5.NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are payable extra by BPCL against documentary proof, within thecontractual delivery period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery during the scheduled delivery period on finished materialswill be on BPCL's account. Any upward variation in statutory levies after contractual delivery date shall be to vendor’s account.

6.7 Income Tax (Withholding tax)

In the case of availment of services from Non Resident Vendors who are claiming benefits offered under the Double Taxation Avoidance Agreementssigned by India with the Government of the other country (i.e the country of the Vendor), such Non Resident Vendors are required to provide the TaxResidency Certificates at the time of submission of Bid documents. The Tax Residency Certificates shall contain the following details :

a) Name of Vendor (assessee) ; b) Status (Individual, Company, firm etc.) of assessee; c ) Nationality (in case of individual); d) Country or specified territory of incorporation or registration (in case of others); e) Assessee’s tax identification number in the country or specified territory ofresidence or in case no such number, then, a unique number on the basisof which the person is identified by the Government of the country or the specified territory; f) Residential status for the purpose of tax; g) Period for which the certificate is applicable; and h) Address of the applicant for the period for which the certificate is applicable.

The Tax Residency Certificate shall be duly verified by the Government of the Country or the specified territory of the assessee of which the assesseeclaims to be a resident for the purposes of tax.

7.INSPECTION :

7.1. Materials shall be inspected by BPCL approved third party inspection agency if applicable before dispatch of materials. However, arranging andproviding inspection facilities is entirely vendor’s responsibility and in no way shall affect the delivery schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATAProjects/PDIL/ULIPL/RITES LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant standards/scope of inspection provided alongwith the TenderEnquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection. In order to enable BPCL’s representative(s) to witness thetests/inspections. BPCL will advise the Vendor in advance whether it intends to have its representative(s) be present at any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved from its responsibilities to ensure that the Material(s), rawmaterials, components and other inputs are supplied strictly to conform and comply with all the requirements of the Contract at all stages, whetherduring manufacture and fabrication, or at the time of Delivery as on arrival at site and after its erection or start up or consumption, and during thedefect liability period. The inspections and tests are merely intended to prima-facie satisfy BPCL that the Material(s) and the parts and componentscomply with the requirements of the Contract. The Vendor’s responsibility shall also not be anywise reduced or discharged because BPCL or BPCL’srepresentative(s) or Inspector(s) shall have examined, commented on the Vendor’s drawings or specifications or shall have witnessed the tests orrequired any chemical or physical or other tests or shall have stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt of the Material(s) at the location, any Material(s) arefound not to be in strict conformity with the contractual requirements or specifications, BPCL shall have the right to reject the same and hold theVendor liable for non-performance of the Contract.

8.SHIPPING :

Page 8: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 8 of 45

8.1SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the chartering wing, Ministry of Surface Transport as per proceduredetailed hereunder. The Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper storage of the entire Cargo intended forthe project in a specific manner so as to faciliate and to avoid any over carriage at the port of discharge. All shipment shall be under deck unlesscarriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd.. or order'.All columns in the body of the Bill of Lading namelymarks and nos., material description, weight particulars etc., should be uniform and accurate and such statements should be uniform in all theshipping documents. The freight particulars should mention the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly andseparately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of origin certificates, test certificate, drawings and catalogues should bein English language.

In addition of the bill of lading which should be obtained in three stamped original plus as many copies as required, invoices, packing list, freightmemos,(if the freight particulars are not shown in the bills of lading), country of origin certificate, test / composition certificate, shall be made outagainst each shipment in as many number of copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark and numbers, contents case wise, country of origin, consigneesname, port of destination and all other particulars as indicated under clause 2. The invoice shall show the unit rates and net total F.O.B. prices. Itemspacked separately should also be invoiced and the value shown accordingly. Packing list must show apart from other particulars actual contents ineach case, net and gross weights and dimensions, and the total number of packages. All documents should be duly signed by the Vendor's authorisedrepresentatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering WingOf the Ministry of Surface Transport, New Delhi through theirrespective forwarding agents. The names and addresses of forwarding agents shall be as per Special Purchase Conditions. Supplier shall furnish to therespective agents the full details of consignments such as outside dimension, weights (both gross and net) No of packages, technical description anddrawings, name of supplier, ports of loading, etc. 6 weeks notice shall be given by the supplier to enable the concerned agency to arrange shippingspace.

The bill of lading shall indicate the following :

Shipper :Goverment of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American Authorities shall be Obtained by the U.S. Suppliers. If need beassistance for obtaining such export licences would be available from India Supply Mission at Washington.

8.2AIRSHIPMENT :

In case of Airshipment, the materials shall be shipped through freight consolidator (approved by us). The airway bill shall be made out in favour ofBHARAT PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

Foreign Supplier shall obtain the shipping documents in seven complete sets including three original stamped copies of the Bill of Lading as quickly aspossible after the shipment is made, and airmail as shown below so that they are received at least three weeks before the Vessels arrival. ForeignSupplier shall be fully responsible or any delay and / or demurrage in clearance of the consignment at the port due to delay in transmittal of theshipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to be sent to BPCL through Bank the distribution indicatedbelow will confine to copies ofdocuments only minus originals.

Documents BPCL (Mumbai)

Bill of Lading 4 (including 1 original) Invoice 4Packing List 4Freight Memo 4Country of Origin Certificate 4Third party inspection certificate 4Drawing 4Catalogue 4Invoice of Third Party 4for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION:

Any offer through Indian agents will be considered only after authorization mentioning them as Indian agents, is received from Vendor. Indian agentscommission if applicable will be payable only in Indian currency. Indian agents should be registered with Directorate General of Supplies and Disposals,Government of India and agency commission will be payable only after registration with DGS&D, New Delhi.

Page 9: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 9 of 45

Government of India and agency commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price basis. Landed price will be summation of Basic Price, Packing &Forwarding Charges, Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation & Commissioning and other taxes & levies, loadingetc, if any, reduced by cenvat/vat credit as applicable.

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the same. The vendor shall sign, stamp theacknowledgement copy of the purchase order and return the same to BPCL.

12. PAYMENT TERMS :

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of receipt and acceptance of materials at Site againstsubmission of Peformance Bank Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents directly to Owner (Telegraphic Transfer-TT) or through Bank(Cash against documents-CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one original and two copies)) should be submitted tooriginator of P.O. (the name and contact details of whom are given in PO) and payments for despatches will be made by the originator of PurchaseOrder :

a) Invoiceb) Excise invoicec)The Lorry Receipt of the consignmentd) Packing list for the consignmente) Third Party Inspector’s Certificate covering the invoiced Material(s)/ Release Note, wherever applicablef) Manufacturers Test/Composition Certificate, wherever applicableg) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicableh) Guarantee/Warranty Certificate(s), wherever applicable. i) Original Receipt for Octroi/other statutory levies as applicable. j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 12 months from the date ofcommissioning or 18 months from the date of dispatch whichever is earlier. Warranty for replacement of material / accessories should be providedfree of charges at our premises. The above guarantee/warranty will be without prejudice to the certificate of inspection or material receipt noteissued by us in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by the vendor within the warranty period mentionedabove. In the event of any defect in the material, the vendor will replace / repair the material at BPCL’s concerned location at vendor’s risk and cost ondue notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will be sent to the vendor on “Freight to pay” basis for freereplacement. Material after rectification of defects shall be dispatched by the vendor on “Freight Paid” basis. Alternatively, BPCL reserves the right tohave the material repaired / replaced at the locations concerned, at the vendor’s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings, accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of purchase order unless otherwise specified. This bankguarantee shall be valid (shall remain in force) for guarantee period (as mentioned in the guarantee clause), with an invocation period of six monthsthereafter. In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate value(currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee and claim period.

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per Annexure I) through the following :

a)Branches of Indian scheduled banks operating in their Country. b)Foreign bank operating in their Country which is counter guaranteed by branches of Indian scheduled banks operating in their Country/India. c)Indian branches of foreign banks. d)Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG (i.e. PBG issued against every purchase/call off order) thenthe validity of PBG will be calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate Contract Period (validity of Rate Contract) + Contractual DeliveryPeriod of material + Contractual Guarantee period + 6 month (for invocation / Claim).

Page 10: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 10 of 45

Period of material + Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :

15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transport for the goods of this purchase order including loadingand unloading operation both by crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather proof, seaworthy packing for ocean transport under tropicalconditions and for rail or road or other appropriate transport in India. The packing shall be strong and efficient enough to ensure safe preservanceupto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated & marked as per International Standard of PhytosanitaryMeasures (ISPM-15") for material originating from the contracting countries to the International Plant Protection Convention or the members ofFood & Agriculture Organization. Material from non-contracting parties would have to be accompanied by a phytosanitary certificate of the treatmentendorsed. The Custom Officer at Indian Port shall not release the material without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and external packing methods and standards as per currentgeneral rules of J.R.A. Good Tariff Part-I. All packaging shall be done in such a manner as to reduce volume as much as possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of Materials and the packing shall bear the words"HANDLE WITH CARE GLASS FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in drums, cans and tins only. However, Catalyst may besupplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules, regulations and tariff of all cognizant Government Authoritiesand other Governing bodies. It shall be the responsibility of the seller of hazardous materials to designate the material as hazardous and to identifyeach material by its proper commodity name and its hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place to put sling of suitable dia (strength). Iron/Steel angleshould be provided at the place where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel reinforcing rods, bars, pipes, structural members etc. shall bebundled in uniform lengths and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or similar tag and wired securely on each end. 15.1.8 All delicate surface on equipment/materials should be carefully protected and printed with protective paint/compound and wrapped to preventrusting and damage. 15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely fastened to the case bottom and shall be blocked and bracedto avoid any displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately in wooden cases with adequate protection insidethe case and wherever possible should be sent along with the main equipment. Each item shall be suitably tagged with identification of mainequipment, item denomination and reference number of respective assembly drawing. Each item of steel structure and furnaces shall be identifiedwith two erection markings with minimum lettering height of 15mm. Such markings will be followed by the collection numbers in indelible ink/paint. Acopy of the packing list shall accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly bolted wooden disc on the flanges. All nozzles, holes andopenings and also all delicate surfaces shall be carefully protected against damage and bad weather. All manufactured surfaces shall be painted withrust proof paint.

In the case of imports, for bulk uniform material when packed in several cases, progressive serial numbers shall be indicated on each case.

15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene bags containing silicagel or similar dehydratingcompound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimumthree places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, beforepacking.

In the case of imports, all pipes and sheets shall be marked with strips bearing progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together with equipment/materials. One copy of the detailedpacking list shall be fastened outside of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the defective or insufficient packing as well as for corrosion

Page 11: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 11 of 45

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the defective or insufficient packing as well as for corrosiondue to insufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting fromimproper packaging materials or packing procedures orhaving concealed damages orshortages, at the time of unpacking shall be to the supplier’s account.

All packages which require special handling and transport should have their Centres of Gravity and the points at which they may be slung or grippedclearly indicated and marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate / bundle shall be given for identification.

15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions and also the Inspection certificate/release note,wherever applicable.

15.2.MARKING :

The following details to be written on the side face of packing:

a)Purchase Order Numberb)Vendor Namec)Batch no with Manufacturing dated)Procedure (in brief) for handlinge)Date of dispatch etc. 15.3Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no. Item :Equipment Nomenclature : Net weight : Kgs. Gross weight : Kgs. Case No. of Total cases : Dimensions :Import Licence No.

NOTE : Marking shall be bold - minimum letter height 5 cm. For every order and every shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be acceptable. However, where packaging material is soiled or dark,a coat of flat zinc white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the documents shall be fastened inside a shell connection, withan identifying arrow sign "documents" using indelible paint.

16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order shall be strictly adhered to and no variation shall bepermitted except with prior authorization in writing from the Owner. Goods should be delivered, securely packed and in good order and condition, atthe place of delivery and within the time specified in the purchase order for their delivery.

16.3.The contractual delivery period is inclusive of all the lead time for engineering /procurement of raw material, the manufacturing, inspection /testing, packing, transportation or any other activity whatsoever required to be accomplished for effecting the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection and/or testing and Release Order/Material(s)Acceptance Certificate issued by the Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect of any Material(s). Any extra expenditure incurred bythe Vendor on this account supported by satisfactory documentary evidence, will be reimbursed to the Vendor by BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL information of the proposed consignment well in advance bytelegram/fax/e-mail/courier to enable BPCL to take necessary action.

Page 12: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 12 of 45

telegram/fax/e-mail/courier to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy.

18.2In the case of imports, insurance against all marine and transit risk shall be covered under the Owner's marine policy. However, the Vendor shallensure that in effecting shipments clear bill of lading are obtained and the carrier's responsibility is fully retained on the Carriers so that theconsignee's interests are fully secured and are in no way jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to takenecessary action for the transit insurance of the consignment. Any failure by the Vendor to do so shall place the consignment at the Vendor’s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send advance information by way of Telex message to BharatPetroleum Corporation Ltd., (with detailed address as given in Special Purchase Conditions) giving particulars of the shipments, vessels name, port ofshipment, bill of lading number and date, total FOB and freight value. 19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date of opening of the tender unless otherwise specified in theSpecial Purchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered to on the clear understanding that the Price(s) of theMaterial(s) has/have been fixed with reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them beyond the stipulated date(s) of Delivery, the Vendorshall forthwith inform BPCL in writing of such anticipated delay and of the steps being taken by the Vendor to remove or reduce the anticipated delay,and shall promptly keep BPCL informed of all subsequent developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful Vendors to execute orders in accordance with the agreeddelivery schedule will entitle BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of the basic value of any goods not delivered for everyweek of delay or part thereof, limited to a maximum of 5% of the total basic order value. LR date will be considered as delivery completion date forcalculation of price reduction in the case of ex works contract. Date of receipt of materials at owners premises shall be considered for calculation ofprice reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment becauseof Buyer’s fault plus one week (to take care of transit time for receipt of L/c) plus the delivery schedule as indicated by the vendors. In case of the shipment taking place on “Cash against documents”, the contractual delivery shall be taken from the date of purchase order plus oneweek (to take care of transit time for receipt of order) plus delivery period.

Further the date of B/L or House airway bill shall be considered to find out the delay with respect to contractual delivery date. In case of FOBshipments if the vessel is not available then the intimation by vendors regarding readiness of the goods for the shipment shall be considered forcalculating the delay if any. So vendor shall inform the readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk and cost of the vendor, withoutprejudice to its right under 20.3.1 above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the vendor fails to comply with the delivery schedule and otherterms & conditions of the order. BPCL also reserves the right to procure the same or similar materials/equipment through other sources at vendor'sentire risk, cost and consequences. Further, the vendor agrees that in case of procurement by the owner from other sources the differential amountpaid by the owner shall be on account of the vendor together with any interest and other costs accrued thereon for such procurement.

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or combination of events or circumstances that affects the performance bythe vendor of its obligations pursuant to the terms of this Agreement (including by preventing, hindering or delaying such performance), but only ifand to the extent that such events and circumstances are not within the vendor’s reasonable control and were not reasonably foreseeable and theeffects of which the vendor could not have prevented or overcome by acting as a Reasonable and Prudent person or, by the exercise of reasonableskill and care. Force Majeure events and circumstances shall in any event include the following events and circumstances to the extent they or theirconsequences satisfy the requirements set forth above in this Clause:

i.the effect of any element or other act of God, including any storm, flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone or othernatural disaster;

ii.fire, accident, loss or breakage of facilities or equipment, structural collapse or explosion;

iii.epidemic, plague or quarantine;

iv.air crash, shipwreck, or train wreck;

Page 13: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 13 of 45

iv.air crash, shipwreck, or train wreck;

v.acts of war (whether declared or undeclared), sabotage, terrorism or act of public enemy (including the acts of any independent unit or individualengaged in activities in furtherance of a programme of irregular warfare), acts of belligerence of foreign enemies (whether declared or undeclared),blockades, embargoes, civil disturbance, revolution, rebellion or insurrection, exercise of military or usurped power, or any attempt at usurpation ofpower;

vi.radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

i.The Vendor shall as soon as reasonably practicable after the date of commencement of the event of Force Majeure, but in any event no later thantwo (7) days after such commencement date, notify BPCL in writing of such event of Force Majeure and provide the following information:

(a)reasonably full particulars of the event or circumstance of Force Majeure and the extent to which any obligation will be prevented or delayed;

(b)such date of commencement and an estimate of the period of time required to enable the vendor to resume full performance of its obligations; and

(c)all relevant information relating to the Force Majeure and full details of the measures the vendor is taking to overcome or circumvent such ForceMajeure.

ii.The Vendor shall, throughout the period during which it is prevented from performing, or delayed in the performance of, its obligations under thisAgreement, upon request, give or procure access to examine the scene of the Force Majeure including such information, facilities and sites as theother Party may reasonably request in connection with such event. Access to any facilities or sites shall be at the risk and cost of the Party requestingsuch information and access.

(C) Mitigation Responsibility:

(i)The Vendor shall use all reasonable endeavours, acting as a Reasonable and Prudent Person, to circumvent or overcome any event or circumstanceof Force Majeure as expeditiously as possible, and relief under this Clause shall cease to be available to the Vendor claiming Force Majeure if it fails touse such reasonable endeavours during or following any such event of Force Majeure.

(ii)The Vendor shall have the burden of proving that the circumstances constitute valid grounds of Force Majeure under this Clause and that it hasexercised reasonable diligence efforts to remedy the cause of any alleged Force Majeure.

(iii)The Vendor shall notify BPCL when the Force Majeure has terminated or abated to an extent which permits resumption of performance to occurand shall resume performance as expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has complied and continues to comply with the obligations of this Clause and subject tothe further provisions:

(i)the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shallbe suspended and the Parties shall not be liable for the non-performance thereof for the duration of the period of Force Majeure; and

(ii)the time period(s) for the performance of the obligations of the Parties under this Agreement to the extent performance thereof is prevented orimpeded by the event of Force Majeure shall be extended for the duration of the relevant period of Force Majeure except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i)If an event or series of events (alone or in combination) of Force Majeure occur, and continue for a period in excess of 60 consecutive days, thenBPCL shall have the right to terminate this agreement, whereupon the Parties shall meet to mitigate the impediments caused by the Force Majeureevent.

23. ARBITRATION CLAUSE:

23.1. Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of BPCL / Vendor against omission or onaccount of any of the parties hereto arising out of or in relation to this Contract shall be referred to the Sole Arbitration of Director (Marketing) /Director (HR) / Director (R) of BPCL as the case may be or to some officer of BPCL who may be nominated by them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the said Directors of BPCL shall designate another personto act as an Arbitrator in accordance with the terms of the said Contract/Agreement. The Arbitrator newly appointed shall be entitled to proceed withthe reference from the point at which it was left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of the Corporation and may be Share holder of theCorporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the parties to the contract and the law applicable toarbitration proceedings will be the Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be Mumbai.

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have jurisdiction to entertain any application or other proceedings inrespect of anything arising under this Agreement and any Award or Awards made by the Sole Arbitrator hereunder shall be filed, if required, in theconcerned Courts in the City of Mumbai alone.

23.7SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./PUBLIC SECTOR UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT

Page 14: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 14 of 45

23.7SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./PUBLIC SECTOR UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT

In the event of any dispute or differences between the VENDOR / CONTRACTOR / SUPPLIER and the OWNER, if the VENDOR / CONTRACTOR /SUPPLIER is a Government Department, a Government Company or a undertaking in the public sector, then in suppression of the provisions of clause23 of the GPC (corresponding clause no of GCC or NIT etc.), stands modified to the following extent:-

All disputes and differences of whatsoever nature arising out of or in relation to this Contract / Agreement or in relation to any subsequent contract /agreement between the parties shall be attempted to be resolved amicably by mutual discussions between the parties. If they are not settled at theimplementation level of officers, then these unresolved disputes/ differences will be referred for resolution by discussions with the concerned Directorof BPCL and the concerned Director of Vendor/Contractor/Supplier. In case same does not resolve the difference within 30 days, arbitration clause ashereunder would apply.

In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or differenceshall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to theGovernment of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable toarbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved bysuch award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law& Justice, Government of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary,when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equallythe cost of arbitration as intimated by the Arbitrator.

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This document is essential & binding. Vendor's failure to return theIP document duly signed along with Bid Document may result in the bid not being considered for further evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or under the contract, the owner shall be entitled to recover suchsums from any sum then due or when at any time thereafter may become due from the vendor under this or any other contract with the owner andshould this sum be not sufficient to cover the recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be returned by the Vendor on demand. The Vendor shall not make useof drawing and specifications for any purpose at any time save and except for the purpose of BPCL. The Vendor shall not disclose the technicalinformation furnished to or organized by the Vendor under or by virtue of or as a result of the implementation of the Purchase Order to any person,firm or body or corporate authority and shall make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technicalinformation imparted and supplied to the vendor by BPCL shall at all time remain the absolute property of BPCL. Imparting of any confidentialinformation by the Vendor will be breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied at all times, against any action, claim or demand, costs andexpenses, arising from or incurred by reasons of any infringement or alleged infringement of any patent, registered design, trademark or name, copyright or any other protected rights in respect of any materials supplied or any arrangement, system or method of using, fixing or working used by thevendor. In the event of any claim or demand being made or action sought against BPCL in respect of any of the aforesaid matter, the vendor shall benotified thereof immediately and the vendor shall at his/its own expense with (if necessary) the assistance of BPCL (whose all expense shall bereimbursed by the vendor) conduct all negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE:

In case where it is necessary for employees or representatives of the Vendor to go upon the premises of owner, vendor agrees to assume theresponsibility for the proper conduct of such employees/representatives while on said premises and to comply with all applicable Workmen'sCompensation Law and other applicable Government Regulations and Ordinances and all plant rules and regulations particularly in regard to safetyprecautions and fire hazards. If this order requires vendor to furnish labour at site, such vendor's workmen or employees shall under no circumstancesbe deemed to be in owner's employment and vendor shall hold himself responsible for any claim or claims which they or their heirs, dependent orpersonal representatives, may have or make, for damages or compensation for anything done or committed to be done, in the course of carrying outthe work covered by the purchase order, whether arising at owner's premises or elsewhere and agrees to indemnify the owner against any suchclaims, if made against the owner and all costs of proceedings, suit or actions which owner may incur or sustain in respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold, dispatched, delivered and furnished in strict compliancewith all applicable laws, regulations, labour agreement, working condition and technical codes and statutory requirements as applicable from time totime. The vendor shall ensure compliance with the above and shall indemnify owner against any actions, damages, costs and expenses of any failure tocomply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment, materials and workmanship do not comply with specificationand requirements, the same shall be removed by the vendor at his/its own expense and risk, within the time allowed by the owner. The owner shall beat liberty to dispose off such rejected goods in such manner as he may think appropriate. In the event the vendor fails to remove the rejected goodswithin the period as aforesaid, all expenses incurred by the owner for such disposal shall be to the account of the vendor. The freight paid by theowner, if any, on the inward journey of the rejected materials shall be reimbursed by the vendor to the owner before the rejected materials areremoved by the vendor. The vendor will have to proceed with the replacement of the equipment or part of equipment without claiming any extra

Page 15: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 15 of 45

removed by the vendor. The vendor will have to proceed with the replacement of the equipment or part of equipment without claiming any extrapayment if so required by the owner. The time taken for replacement in such event will not be added to the contractual delivery period. 31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights orremedies herein, or by law or failure to properly notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder orapproval of design shall not release the Vendor and shall not be deemed a waiver of any right of the Owner to insist upon the strict performancethereof or of any of its or their rights or remedies as to any such goods regardless of when such goods are shipped, received or accepted nor shall anypurported oral modification or revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be effective must be in writing. Any loneincident of waiver of any condition of this agreement by BPCL shall not be considered as a continuous waiver or waiver for other condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recentmanufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under theexisting Govt. policy. Purchase preference to a PSE shall be decided based on the price quoted by PSE as compared to L1 Vendor at the time ofevaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by Scheduled Caste (SC) or the Scheduled tribe (ST)entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt. policy. Purchase preference to a MSE and aMSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluationof the price bid.

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through a written notice to the vendor if.

34.1.1.The vendor fails to comply with the terms of this purchase order/contract. 34.1.2. The vendor becomes bankrupt or goes into liquidation. 34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly. 34.1.4. The vendor makes a general assignment for the benefit of creditors. 34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the purchase order matters connected with it. BPCL in thatevent will be entitled to procure the requirement in the open market and recover excess payment over the vendor's agreed price if any, from thevendor and also reserving to itself the right to forfeit the security deposit if any, made by the vendor against the contract. The vendor is aware that thesaid goods are required by BPCL for the ultimate purpose of materials production and that non-delivery may cause lossof production and consequentlyloss of profit to the BPCL. In this-event of BPCL exercising the option to claim damages for non delivery other than by way of difference between themarket price and the contract price, the vendor shall pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The provisionof this clause shall not prejudice the right of BPCL from invoking the provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the Act), prohibits anti- competitive practices and aims atfostering competition and at protecting Indian markets against anti- competitive practices by enterprises. The Act prohibits anti- competitiveagreements, abuse of dominant position by enterprises, and regulates combinations (consisting of acquisition, acquiring of control and M&A)wherever such agreements, abuse or combination causes, or is likely to cause, appreciable adverse effect on competition in markets in India. BPCLreserves the right to approach the Competition Commission established under the Act of Parliament and file information relating to anti-competitiveagreements and abuse of dominant position. If such a situation arises, then Vendors are bound by the decision of the Competitive Commission andalso subject to penalty and other provisions of the Competition Act.

36.ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these general purchase conditions without the prior writtenapproval of BPCL.

37.GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38.AMENDMENT Any amendment to these General Purchase Conditions can be made only in writing and with the mutual consent of the parties to these conditions. 39.SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase Conditions and Special Purchase condition, the clauses, terms andconditions of Special Purchase Condition will have an overriding effect over General Purchase Conditions and the same shall be applicable.

40.NOTICESAny notices to be given hereunder by a Party to the other shall be in English and delivered by hand or sent by courier or facsimile to the other Party atthe address or facsimile number stated below or such other address or number as may be notified by the relevant Party from time to time:

41. POLICY ON HOLIDAY LISTING :Bidders will be guided by the BPCL policy on Holiday Listing as given in in our websitehttps://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf

Page 16: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 16 of 45

https://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf

BPCL______________________________________________Vendor______________________________________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms & conditions as mentioned a

Annexure I

PERFORMANCE BANK GUARANTEE(On Non-judicial paper for appropriate value) To,

-----------------------------------------------------------------

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’ which expression shall include its successors andassigns) having awarded to M/s. (Name) ………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor” which expression shallwherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase orderNo…….. dated ………. and the General and Special Purchase Conditions of the Company and upon the condition of vendor’s furnishing security for theperformance of the vendor’s obligations and/or discharge of the vendor’s liability under and / or in connection with the said supply contract upto asum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10% (ten percent)of the total contract value.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly andseverally undertake and guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any andall moneys any wise payable by the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all theCompany’s losses and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by theCompany to the Bank with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i.This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of thevendor arising upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period.

ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any timeotherwise have in relation to the vendor’s obligation/liabilities under and /or connection with the said supply contract, and the Company shall havefull authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of theCompany in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder.

ii.The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any othersecurity in respect of the vendor’s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis thevendor of the said supply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of thetotal contract value or to release or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or theremedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s),increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bankfrom its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or change of constitution or insolvency of thevendor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /Undertaking and the obligations of the Bank in termshereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the vendor (whether or not pendingbefore any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of communication whatsoever by thevendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the vendor or assuffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and theCompany be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable bythe Guarantor to Company in terms hereof.

Yours faithfully, (Signature) NAME & DESIGNATION

Page 17: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 17 of 45

NAME OF THE BANKNOTES:

Technical bid

SPECIAL PURCHASE CONDITIONS

SPC FORM

DESCRIPTION BIDDER'SCONFIRMATION

ANNEXURE-IV: SPECIAL PURCHASE CONDITIONS</b>

1.CURRENCY: </b>Foreign vendors can quote in USD or Euro for the cost of equipment. However, Indian vendors can quote in Indian rupees only. Installation &commissioning and CAMC cost can be quoted in Indian Rupees only irrespective of whether vendor is Indian or foreign.

For the purpose of tender evaluation, BC selling rate of the State Bank Of India as on the date of opening of price bid shall be considered as thecurrency exchange rate.

2.ORDERS ON FOREIGN VENDORS: </b>BPCL will be placing the order CIF Basis . Bidder need to arrange for Insurance, freight, pre-shipment and post shipment charges, security charges orany other charge in the country of export. Import Clearance at the Discharge Port(s) would be carried out by BPCL to take the Delivery at ourWarehouse(s).

Import Clearance at the Discharge Port(s) would be carried out by BPCL to take the Delivery at our Warehouse(s).

3.NAMES AND ADDRESSES OF FORWARDING AGENTS:</b>The details shall be furnished in the purchase order placed on the successful vendor.

4.SITE / LOCATION: </b>In case of foreign vendors, if shipment is under their scope, they shall arrange to deliver it at Delhi dry port and shall be responsible to deliver theGoods to BPCL Loni Warehouse. Freight charges from Port of Loading to Port of Discharge shall be taken in the Price Bid along with the InlandFreight from Port of Discharges till BPCL Loni Warehouse.

In case of Indian vendors, they shall arrange to deliver material at BPCL Loni warehouse.

The information about the location of Retail Outlets where equipment would have to be installed and commissioned shall be provided to thevendor or his subsidiary/agent/service partner at the time of giving the installation plan.

5.ADDRESS OF THE CONSIGNEE:</b>The address of the consignee for the purpose of supply of Vapour recovery system, Stage II shall be as follows:

i.Delivery Port - Delhi Dry Port, Tughlaqabad: </b>Warehouse Manager I/C, Central Procurement Organization (M), Bharat Petroleum Corporation Limited, Loni Warehouse, Gaziabad, Uttar Pradesh, India.

6.PRICE: </b>oBPCL reserves the right to increase or decrease the tendered quantity and payment shall be made as per actual measurements.

7.EVALUATION / ORDER AWARD CRITERIA: </b>

BPCL will award the Rate Contract against this tender to the qualified Single vendor/Bidder with Lowest Evaluated bid including Supply andDelivery, Installation and CAMC. The evaluation will be done based on the total cost to BPCL which includes Supply, Installation & commissioningand CAMC for five years (sample evaluation is enclosed). 100% tendered quantity shall be awarded to the lowest quoted vendor/bidder. BPCLwould determine /establish the Lowest Bid on Single LOT basis. Details of the Single Lot and Bill of Quantities are mentioned in the tender. Thetendered items would be treated as Single LOT for award of Rate Contract (i.e. Price bid evaluation would be carried out for all the tendered Itemsas a Single LOT). Hence vendor shall have to quote for all the tendered items and part quantities will not be entertained.

SPECIAL PURCHASE CONDITIONS

Page 18: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 18 of 45

8.CALL OFFS: </b>oBased on the actual requirements, BPC will be placing the call-offs (also called PO or allocations) from time to time. The delivery schedule is asfollows.

• Supply Part: 90 days from the 1st call off and 60 days for the subsequent call-off; Installations & commissioning to be completed at the rate of 20ROs per month

oCall offs for the supply of equipment shall be raised by Central Procurement Organization (M), Sewree.

oCall offs for installation and commissioning shall be raised by the respective regions/territories of Retail SBU. The time period for installation andcommissioning shall be minimum 20 ROs’ per month after placement of call off/ PO for installation and commissioning.

oAfter receipt of VRS equipment to the mentioned warehouses, the vendor need to report to the respective warehouse and segregate all theequipment’s with respect to each retail outlets. The same package will be transported by BPCL to the respective retail outlets. If any item is foundmissing in this package, the same should be transported to the respective retail outlet by the vendor at their cost.

9.PAYMENT TERMS:</b>

oNo advances will be paid to the vendor by BPCL

oFor Foreign vendors, 100% payment (for Supply Portion) of VRS equipment shall be made through Letter of Credit/ Cash against Documents orTelegraphic Transfer (as per the option given by the bidder in the tender) for the total LOT. This payment shall be released only against submissionof Performance bank Guarantee and Negotiable Documents which are mainly- Invoice, Packing List, IRN, Certificate of Conformity, Bill of Lading /Airway Bill. Additionally If LC mentions any other document then the same will also be required to be submitted.

oPayment to Indian Vendors (for Supply Part) of VRS Equipment shall be made in Indian Rupees within 30 days after the receipt of material at BPCLWarehouse along with submission of PBG and bills/ invoices/ Inspection Release Note (If any)

oForeign Payment for supply of equipment shall be made in the quoted currency by Central Procurement Organization (M), Sewree. Payment toIndian Vendor shall be Made through BPEC (Bharat Petroleum Excellence Centre)

oPayment for Installation and commissioning and CAMC in case of both Foreign and Indian Bidders shall be made in Indian Rupees within 30 daysafter receipt of all Bills/ Invoices duly certified by BPCL, along with requisite Completion Certificate. Completion Certificate will be issued by RetailConstruction Engineer.

10.GUARANTEE / WARRANTY: Materials shall be guaranteed against manufacturing defects, materials, workmanship and design for a period of 1-years from the date of supply oflast lot of VRS systems under this contract. Guarantee for replacement of material / accessories should be provided free of charges at our premisesfor all the units in that lot (s). The above guarantee will be without prejudice to the certificate of inspection or material receipt note issued by us inrespect of the materials.

The warranty support, as detailed in SLA ANNEXURE IV, of technical specification shall cover any defect that may occur/ appear in the work carriedout under the defect liability period/warranty of 1 year from the date of supply of last lot of VRS systems under this contract.

11.Post Warranty Comprehensive Annual maintenance contract : </b>BPCL would like to enter into Comprehensive AMC contract for a period of total five Years post warranty of VRS stage II system.

Comprehensive Annual Maintenance Charges (CAMC) post warranty of VRS stage II system shall not be less than 7% of total cost of supply item(cost of indian as well as foreign supplies divided by 658) per Nozzles per Year in INR. For arriving at the total Supply Cost of Import Supply theexchange rates of USD/INR conversion of 65.22 as on 30.10.2015 can be kept for reference only. Actual evaluation shall be based on exchange ratesas on Price Bid Opening date. The bidders are required to quote the total Basic Value of all items comprising of :

a.Nozzle A/L Regulatorm Coaxial Hose and Breakaway Couplingb.Vacuum Pump & Motor Assembly with accessoryc.P-V Ventd.Controller System along with accessories

BPCL shall be re-evaluating the total Cost of Supply considering USD/INR or EUR/INR exchange rates as on Price Bid opening date and shall beconsidering th CAMC % quoted by the bidder.

Vendor should note that CAMC charges post warranty for VRS stage II system can not be less than 7% ; however vendor is free to quote 7% or anyhigher rate. </b>

12.Service support in india : </b>The vendor should have an established and adequate service set up in Delhi (own or any appointed service provider) and thus be in a position tohandle supervision of integration & commissioning and provide on –site warranty support to the supplied equipments. The vendor who does nothave such service set up currently, is required to submit an undertaking to set up/ appoint the same within one month of the issuance of Letter ofIntent (LOI).

13.DELIVERY DATES AND PRICE REDUCTION SCHEDULE: </b>oBased on the actual requirements, BPC shall be placing the call-offs (also called PO) on the vendor for supply of equipment. The date of Deliveryfor the purpose of supply of equipment shall be

•90 days from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer’s fault in case of foreign vendors and 90 days from

Page 19: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 19 of 45

•90 days from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer’s fault in case of foreign vendors and 90 days fromthe date of call off in case of Indian vendors, as defined in clause 20.3.1 of General Purchase Conditions. In other cases the delivery for the purposeof supply of Equipments shall be considered from Purchase Order data/ LOI date.

oThe date of delivery for installation and commissioning of VRS stage II should be one month from the date of readiness of the site and placementof the PO. Moreover per month at least 20 RO’s need to be installed and commissioned by the vendor. If vendor is not able to commission 20 RO’sin a month then LD will be applicable on the uncompleted numbers of RO’s. The Completion time will start from the date of readiness of site andplacement of Purchase Order.

oThe vendor and/or his Indian service partner must properly maintain the Vapour recovery system and ensure that it is up and running. For penaltyon down time of VRS stage II system please go through annexure IV and V of technical specification

14.Performance bank guarantee : </b>

For Foreign Vendor: </b>

i. PBG for Supply Portion: Successful Bidders will have to submit Performance Bank Guarantee for the performance of the Bidders Obligation. Asingle PBG will have to be submitted by successful bidder for 10% of the Total CIF Order Value(i.e. Total CIF Value of the complete LOT valid for aperiod of 84 months from date of dispatch (i.e. Bill of Lading) of Last LOT of VRS with additional claim period of 6 months. This PBG will have to besubmitted by the successful as acknowledgment of the Letter of Intent. The vendor may assume 15 days time for opening of LC by BPCL andaccordingly arrive at the expiry date of LC. In case PBG for 10% of CIF value does not reaches BPCL then LC would be opened fr 90% of CIF Value andBPCL reserves the right to retain the balance Amount.

ii.PBG for Maintenance: Successful Bidder will have to submit a fresh PBG for quoted % of Total CIF Order Value(Supply Portion) to Retail Engg. HQat least 1-2 months prior to teh date of expiry of previous 10% PBG. This PBG will be valid for a total of 5 years to cover CAMC period against AnnualMaintenance Contract.

For Indian Bidders: </b>

i.PBG for supply Portion: Successful Bidder has to submit Performance Bank Guarantee for the Performance of the Bidders obligations. A singlePerformance PBG will have to be submitted by the successful bidder for 10% of the total Basic Order Value of the complete LOT valid for a period of84 months from the date of dispatch of LOT of VRS with additional Claim period of 6 Months. This PBG will have to be submitted by the successfulbidder along with the Invoice of LOT of VRS.

ii. PBG for Maintenance Portion: Successful Bidder will have to submit a fresh Performance Bank Guarantee for the quoted percentage of total BasicOrder Value (Supply Portion) to Retail Engg HQ to Retail Engg. HQ at least 1-2 months prior to teh date of expiry of previous 10% PBG. This PBG willbe valid for a total of 5 years to cover CAMC period against Annual Maintenance Contract.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee, CAMC and claimperiod.

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per Annexure) through the following:

(a)Branches of Indian scheduled banks operating in their Country. (b)Foreign bank operating in their Country which is counter guaranteed by branches of Indian scheduled banks operating in their Country/India. (c)Indian branches of foreign banks. (d)Foreign bank operating in their Country counter guaranteed by their Indian branch However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized as scheduled bank by Reserve Bank of India.

15.Downtime PENALTY CHARGES : </b>The vendor and/or his Indian service partner must properly maintain the Vapour recovery system and ensure that it is up and running. For penaltyon down time of VRS stage II system please go through annexure IV and V of technical specification.

16.Validity of offer : </b>The rate quoted against this tender is valid for 120 days from the date of opening of this tender.

17. Loading on Foreign Vendors :</b>

Appropriate loading shall be done on foreign bidders’ offer to arrive at Total Cash out flow to bring their offer at par with Indian vendors onfollowing parameters:

i.Loading of 9 weeks interest on CIF Price of Foreign vendor due to variation in payment terms between Indian (payment on 30th day after receiptof material at Regional warehouse or any one Depot/Installation in every state in respective regions) and Foreign vendor (LC payment againstdispatch documents) considering 5 weeks’ time period towards Shipping Time and Custom clearance of VRS equipments + 4 weeks time periodtowards 30 days payment terms for Indian vendors.

ii.Loading of 1 month interest on Custom Duty due to incurring of financing charges by BPCL for Custom Duty. In case of Indian vendors the same interms of Excise duty and Sales Tax are paid by Indian Vendor and BPCL reimburses the same after one month.

iii.In all the above mentioned loading Interest will be considered based on State Bank of India s Prime Lending Rate (i.e. SBI PLR rate).The PLR maychange based on revision in PLR Rates as informed by the banks.

iv.Additionally following loading would be added to the foreign vendor’s bid on account of Payment terms:

•For payment by Letter of Credit:0.50% of CIF •For payment by Cash against documents:0.25% of CIF

Page 20: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 20 of 45

•For payment by Cash against documents:0.25% of CIF •For payment by Telegraphic Transfer:0.25% of CIF

BPCL reserves the right to change the above loading criteria in case required during tender stage and the same would be informed to Vendors as

Page 21: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 21 of 45

appropriate before the due date of submission of bids.

Technical bid

Deviation

Sr. No. Special Purchase Clause No. EOI Clause Deviation (If Any) Justification for Deviation

In case of no Deviations, pls put No Deviation

Technical bid

ITB FORM

DESCRIPTION BIDDER'SRESPONSE

ANNEXURE V General Instructions to vendors for e-tendering</b>

1. Interested parties may download the tender from BPCL website (http://www.bharatpetroleum.in) or the CPP portal (http://eprocure.gov.in) or fromthe e-tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given therein, on or before the due date of the tender.The tender available on the BPCL website and the CPP portal can be downloaded for reading purpose only. For participation in the tender, please fill upthe tender online on the e-tender system available on https://bpcleproc.in.

2.For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Vendors” available under the download section ofthe homepage of the website. As the first step, bidder shall have to click the “Register” link and fill in the requisite information in the “Bidder RegistrationForm”. Kindly remember your e-mail id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly,you shall get a system generated mail. Login in to the portal using your credentials. When you log in for the first time, system will ask you to add yourDigital Signature. Once you have added the Digital Signature, please inform us by mail to the vendor administrator [email protected] with acopy to [email protected] for approval. Once approved, bidders can login in to the system as and when required.

3.As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB and above (having both signingand encryption certificates) as per Indian IT Act from the licensed Certifying Authorities operating under the Root Certifying Authority of India (RCIA),Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate shall be borne by the vendor.

In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd., Ahmedabad (Contact no. Tel:+91 79 4001 6868 for obtaining the digital signature certificate.

4. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/amendment is issued after the submissionof the bid, then such vendors who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shallbe assumed that the information contained therein has been taken into account by the vendor. They have the choice of making changes in their bidbefore the due date and time.

5.Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us. The schedule for opening the price bidshall be advised separately.

6. Directions for submitting online offers, electronically, against e-procurement tendersdirectly through internet:

(i)Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest, if not done earlier.

(ii)The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining the expiry of due date and timeof the tender and no other time shall be taken into cognizance.

(iii)Vendors are advised in their own interest to ensure that their bids are submitted in e-Procurement system well before the closing date and time ofbid. If the vendor intends to change/revise the bid already submitted, they shall have to withdraw their bid already submitted, change / revise the bidand submit once again. In case vendor is not able to complete the submission of the changed/revised bid within due date & time, the system wouldconsider it as no bid has been received from the vendor against the tender and consequently the vendor will be out of contention. The process of change

Deviation to Special Purchase Conditions (If Any)

GENERAL INSTRUCTIONS TO VENDORS FOR E-TENDERING

Page 22: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 22 of 45

/ revise may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline forsubmission of bids.

(iv)Once the entire process of submission of online bid is complete, they will get an auto mail from the system stating you have successfully submittedyour bid in the following tender with tender details.

(v)Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be submitted after the due dateand time of submission has elapsed.

(vi)No manual bids/offers along with electronic bids/offers shall be permitted.

7.For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can see the rates quoted by all the participating bidders once theprice bids are opened. For this purpose, vendors shall have to log in to the portal under their user ID and password, click on the “dash board” link againstthat tender and choose the “Results” tab.

8.No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and availability of website. Theyshall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are notwell conversant with e-tendering procedures, start filling up the tenders much before the due date /time so that there is sufficient time available withhim/her to acquaint with all the steps and seek help if they so require. Even for those who are conversant with this type of e-tendering, it is suggested tocomplete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the duedate and time. Please be reassured that your bid will be viewable only to you andnobody else till the due date/ time of the tender opening. The nonavailability of viewing before due date and time is true for e-tendering service provider as well as BPCL officials.

9.BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or consequential damages,arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc

In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies / personnel:

1.For system related issues :

Page 23: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 23 of 45

a.M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-mail to id [email protected].

Technical bid

PERFORMANCE BANK GUARANTEE

PERFORMANCE BANK GUARANTEE

Description Bidder'sConfirmation

ANNEXURE-VIII: PERFORMANCE BANK GUARANTEE

PERFORMANCE BANK GUARANTEE(On Non-judicial paper for appropriate value)

To, Bharat Petroleum Corporation Limited --------------------------------- -------------------------------- Dear Sir, In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’ which expression shall include its successors andassigns) having awarded to M/s. (Name) ………. (Constitution)………….. (Address) ……….(hereinafter referred to as “The vendor” which expression shallwherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company’s Purchase orderNo…….. dated ………. and the General and Special Purchase Conditions of the Company and upon the condition of vendor’s furnishing security for theperformance of the vendor’s obligations and/or discharge of the vendor’s liability under and / or in connection with the said supply contract upto asum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10% (ten percent)of the total contract value. We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly andseverally undertake and guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any andall moneys any wise payable by the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all theCompany’s losses and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by theCompany to the Bank with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in words)……………………….only. AND the Bank hereby agrees with the Company that i.This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of thevendor arising upto and until midnight of ………………………………….. This date shall be 6 months from the last date of guarantee period. This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any timeotherwise have in relation to the vendor’s obligation/liabilities under and /or connection with the said supply contract, and the Company shall havefull authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of theCompany in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder. ii.The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any othersecurity in respect of the vendor’s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis thevendor of the said supply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of thetotal contract value or to release or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or theremedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s),increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bankfrom its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank. iii.This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or change of constitution or insolvency of thevendor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. iv.The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee / Undertaking and the obligations of the Bank in termshereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the vendor (whether or not pendingbefore any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of communication whatsoever by thevendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. v.The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the vendor or assuffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and theCompany be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable bythe Guarantor to Company in terms hereof. Yours faithfully, (Signature) NAME & DESIGNATION NAME OF THE BANK NOTES:

PERFORMANCE BANK GUARANTEE

Page 24: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 24 of 45

Technical bid

Integrity Pact Upload

Integrity Pact to be uploaded by bidder

Technical bid

PROFORMA OF DECLARATION OF BLACK LISTING/HOLIDAY LISTING

BPCL information Bidders response

Bidder should download the proforma and upload the form after completely filling the required information.

Technical bid

Details of Bidders Relationship with BPCL Directors

SRNO. DESCRIPTION VENDERS

RESPONSE

1 NAME OF THE TENDERER / FIRM / COMPANY

2 STATUS OF THE TENDERER / FIRM / COMPANY (PROPRIETORY FIRM or PARTNERSHIP FIRM or PUBLIC/PRIVATE LIMITED COMPANY)

3 NAME/S OF THE PROPRIETOR / PARTNERS / DIRECTORS OF THE FIRM / COMPANY

4 ADDRESS AND CONTACT DETAILS OF THE REGISTERED OFFICE

5 ADDRESS AND CONTACT DETAILS OF YOUR PLANT FROM WHERE MATERIAL IS GOING TO BE SUPPLIED

6 NAME AND CONTACT DETAILS (PHONE, MAIL ID ETC.) OF THE CONTACT PERSON

7 STATE WHETHER THE PROPRIETOR / ANY OF THE PARTNERS / ANY OF THE DIRECTORS OF YOUR FIRM / COMPANY IS RELATED TO ANY OFTHE DIRECTORS OF BPCL

8 IF YES, STATE THE NAME OF BPCL DIRECTOR AND YOUR RELATIONSHIP WITH HIM

9 STATE WHETHER THE PROPRIETOR / ANY OF THE PARTNERS / ANY OF THE DIRECTORS OF YOUR FIRM / COMPANY IS ALSO A DIRECTOR OFBPCL

10 IF YES, STATE THE NAME/S OF SUCH BPCL DIRECTOR/S

Technical bid

INTEGRITY PACT

Holiday Listing/ Black listing

Details of Bidders Relationship with BPCL Directors

Page 25: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 25 of 45

VENDOR MASTER DETAILS

Sr.No. DESCRIPTION VENDER

RESPONSE

1 Company Name along with address

1a Company Name

1b Full Address

1c City

1d District

1e State

1f Pin Code

1g Telephone number (s) with STD Code

1h Mobile number

1i Fax number (s) with STD Code

1j E-mail ID (s)

1k Vendor Code of BPCL (If you know please mention the code else not applicable)

2 Type of Company

2a Please specify type of company: Partnership / Limited liability partnership / Private Limited / Public Limited / Central PSU / State PSU / Individual /HUF / Sole Propritorship Firm / Association of Persons AOP) / Body of Individuals (BOI) / Artificial Judicial Person / State Govt Dept / Cent GovtDept / Local Authority / Co-op Society / Trust / Foreign Company

3 Incorporation Certificate number & Date

3a Incorporation Certificate number

3b Incorporation Date

4 Excise Details

4a ECC NO

4b Excise Regn no

4c Excise commissionerate

4d Excise Range

4e Excise Divison

4f Excise Tax Indicator

VENDOR MASTER DETAILS

Page 26: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 26 of 45

5 PAN Number

6 Service Tax Registration Details

6a Registration number

6b Registration category

6c Registration Valid from

6d Registration City

6e Registration State

7 VAT Registration Details

7a Registration State

7b Registration type

7c Tax Registration number

7d Registration Valid from

8 Sales Tax (CST) Registration Details

8a Registration State

8b Registration type

8c Tax Registration number

8d Registration Valid from

9 MSME Details

9a MSME Registration no.

9b Certificate Date

9c Category of Unit (Manufacturing / Services)

9d Registration State

9e Registration District

9f Valid From

9g MSME Type (Micro / Small / Medium)

9h Registration activities

9i Special Status like SC/ST or others.

10 NEFT Details

Page 27: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 27 of 45

10a Bank Details in BPCL format filled by the vendor and countersigned by Banker and having IFSC code, MICR Code, Account number and Accounttype etc.

Technical bid

Techno-commercial details for FOREIGN Supplies (Encryption)

SR.NO. DESCRIPTION BIDDER'S

ACCEPTANCE/CONFIRMATION

1 Name of the Tenderer (Company Name) , Office & Factory Address, Tel No & Fax No - Office & Factory, Contact PersonsName, Email ID, Designation & Cell No.

2 Vendor is a part of Group company ( Yes/No) If yes, vendor has to provide details of the parent and subsidiaries (direct orindirect) companies or upload in the tender.

3 Constitution of the Firm :Sole Proprietor / Partnership – Registered before Registrar of Firms / Partnership – Unregistered /Pvt Ltd Co / Public Ltd Co / PSU / Govt.

4 Year of Establishment or Incorporation/ Registration & Date, Registration No, Registration under which Act

5 Representative in India and their Contact details if vendor is a Foreign Company.

6 PAN Card No. , Excise, Sales Tax and Service Tax Registration No. as applicable

7 a) MSE Registration document i.e Entrepreneur Memorandum part 2 (EM-2) approved by District industries Centre or anyauthorities b) Indemnity Bond (on Rs.100 Stamp Paper) stating that they shall offer and supply the entire tender quantityfrom the plant (situated at ---- Plant Address ----) having MSE Certification c) The certificate (in English) from PracticingChartered Accountant (or) from one of the BPCL approved TPIAs (LRIS / IRS / DNV / EIL / UL), listing the documents checked/verified [as mentioned in point a) & b) above] and confirming qualification of this criteria

8 Please mention BTN (Brussels Tariff Number) / Custom Classification number for following Equipment of VRS system

9 1.1 Nozzle, A/L Regulator, Coaxial hose and Breakaway Coupling

10 1.2 Vacuum Pump & Motor Assembly

11 1.3 P-V Vent

12 1.4 Controller System along with accessories

13 Please mention Country of Origin

14 Please mention Port of Loading. (Preferably load port should be main airport in your country viz JFK for USA, LHR for UK,Tokyo for Japan, Amsterdam for Netherlands, Zurich for Switzerland, Milano for Italy, Frankfurt for Germany etc)

15 Please mention Gross weight, Net weight and no. of packages.

16 Please Mention the currency in which you have quoted (USD/ Euro)

17 Validity of offer: Your quotation should be valid for 120 days from the due date of this tender and prices will remain firm tillthe supply is completed.

18 Placement of order: the order will be on FOB or CIF basis . All pre shipment and post shipment charges at the country ofexport shall be to shippers account which would include HAWB charges, airport transfer fee, handling charges, loadingunloading charges, security fee if any, export fee and any other charges applicable at the load port. copy of non- negotiable

Techno-commercial details for FOREIGN Supplies (Encryption)

Page 28: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 28 of 45

documents to be submitted along with the invoice.

19 TERMS OF PAYMENT : Payment will be made as per the payment terms mentioned in the special terms and conditions. Bidderto mention 1 option from LC/ CAD/ TT.Loading as mentioned in SPC shall be loaded in Price Bid of Foreign Bidders.

20 Performance Bank Guarantee : Vendor/ bidder shall furnish the Performance Bank Guarantee as per format enclosed in thetender document and as per the special purchase conditions through the branches of Indian Public Sector Banks operating intheir country or these are counter guaranteed by Indian Bank branches in their country. Performance Bank Guarantee fromIndian branches of foreign (vendor's) banks will be accepted only if the Indian Branch of the bank is recognised as scheduledbank by Reserve Bank of India. However, Bank Guarantee from foreign branch bank will be accepted only if the same iscounter signed by their Indian Branch or any Scheduled Indian Bank.

21 Please confirm whether you have uploaded the vendor undertaking as per the SPC.

22 Please confirm that you have uploaded all the required documents as per tender terms and as per the check list fordocuments .

23 Delayed delivery/ Downtime recovery: Refer the delayed delivery clause in GPC or SPC (which shall supersede GPC)anddowntime recovery clause in the SPC.

24 "Force Majeure: Refer this clause in General Purchase Conditions and confirm your acceptance. ARBITRATION :Referthis clause in General Purchase Conditions and confirm your acceptance. "

25 Please confirm that you have quoted Average Freight Charges inclusive of all applicable taxes and Insurance Charges fromyour works to the respective location on Door Delivery basis by Road ;in your Price Bid.

26 Vendor has to provide following Manuals ( in e-Form) for components of the system and for the whole system as mentionedin the SPC. Technical DocumentOperation ManualMaintenance manual

27 Bankers Detail: Please provide bankers details for remittance of payment etc.

28 Please provide the Indian Service Providers Address details; such as Contact persons name, contact no., e-mail address etc

29 Please confirm whether you have uploaded Tender Specific Authorisation letter for your Indian Service Provider

30 Payment Method :Letter of Credit (LC)/ Cash Against Documents /Telegraphic Transfer In case of Letter of Credit (LC), kindlymention the credit period.

31 Vendor to confirm whether Supervision of Erection & Commissioning of VRS system would be carried out by vendorthemselves or through a service provider in India. Note: If Supervision of Erection & Commissioning of VRS systems would becarried out by a service provider in India, a copy of agreement with the Service Provider to be uploaded in the tender anddetail of the service provider e.g. name , address, e-mail ID and contact numbers to be provided.

32 Vendor to confirm whether Annual Maintenance contract post Warranty for VRS stage II systems for 5 years would be carriedout by vendor themselves or through a service provider in India. Note: If Annual Maintenance contract post Warranty for VRSstage II systems would be carried out by a service provider in India, a copy of agreement with the Service Provider to beuploaded in the tender and details of the service provider e.g. name, address, e-mail ID and contact numbers to be provided.

33 Please conform the number of vacuum pump required for total 47 RO's

Technical bid

Techno-commercial details for LOCAL Supplies (Encryption)

SR.NO. DESCRIPTION BIDDER'S

ACCEPTANCE/CONFIRMATION

Techno-commercial details for LOCAL Supplies (Encryption)

Page 29: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 29 of 45

1 Name of the Tenderer (Company Name) , Office & Factory Address, Tel No & Fax No - Office & Factory, Contact PersonsName, Email ID, Designation & Cell No.

2 Vendor is a part of Group company ( Yes/No) If yes, vendor has to provide details of the parent and subsidiaries (direct orindirect) companies or upload in the tender.

3 Constitution of the Firm :Sole Proprietor / Partnership – Registered before Registrar of Firms / Partnership – Unregistered /Pvt Ltd Co / Public Ltd Co / PSU / Govt.

4 Year of Establishment or Incorporation/ Registration & Date, Registration No, Registration under which Act

5 Representative in India and their Contact details if vendor is a Foreign Company.

6 PAN Card No. , Excise, Sales Tax and Service Tax Registration No. as applicable

7 a) MSE Registration document i.e Entrepreneur Memorandum part 2 (EM-2) approved by District industries Centre or anyauthorities b) Indemnity Bond (on Rs.100 Stamp Paper) stating that they shall offer and supply the entire tender quantityfrom the plant (situated at ---- Plant Address ----) having MSE Certification c) The certificate (in English) from PracticingChartered Accountant (or) from one of the BPCL approved TPIAs (LRIS / IRS / DNV / EIL / UL), listing the documents checked/verified [as mentioned in point a) & b) above] and confirming qualification of this criteria

8 Validity of offer: Your quotation should be valid for 120 days from the due date of this tender and prices will remain firm tillthe validity of the contract period.

9 TERMS OF PAYMENT : Payment will be made as per the payment terms mentioned in the special terms and conditions.

10 Performance Bank Guarantee : Vendor/ bidder shall furnish the Performance Bank Guarantee as per format enclosed in thetender document and as per the special purchase conditions through the branches of Indian Public Sector Banks.

11 Delayed delivery/ Downtime recovery: Refer the delayed delivery clause in GPC or SPC (Which supersede GPC) and downtimerecovery clause in the SPC and confirm your acceptance.

12 Force Majeure: Refer this clause in General Purchase Conditions and confirm your acceptance.

13 ARBITRATION :Refer this clause in General Purchase Conditions and confirm your acceptance.

14 Vendor has to provide following Manuals ( in e-Form) for components of the system and for the whole system as mentionedin the SPC. Vendor has to provide following Manuals ( in e-Form) for components of the system and for the whole system asmentioned in the SPC. i)Technical Document ii)Operation Manual iii)Maintenance manual

15 Delivery Schedule: Vendor should refer the delivery schedule as per SPC and confirm their acceptance

16 SUBMISSION OF OFFER: Offers must be submitted by you as per tender requirement & E-tender instructions, in your letterhead/ in respective forms before due date specified by us. Any offer through Indian Agents will be considered only afterproper authorization mentioning them as your Indian agents is received along with the offer or before due date of tender.Indian Agents Commission if applicable will be payable only in Indian Currency. The same will be deducted from your quotedprice shall be paid equivalent Rupee.

17 Your quotation for items/ materials should be strictly in accordance with the specifications mentioned in the tender and incase you offer materials with alternate specifications it should be clearly specified. Submit complete technical literature/catalogue for the item you are offering. deviation if any shall be mentioned in the form provided for the same. deviationmentioned elsewhere shall not be considered and no claim on this account shall be entertained.

18 please confirm whether you have uploaded the vendor undertaking as per the SPC.

19 Please Provide the Vendors contact details and Address of Vendors Works

20 Vendor to note that following commercial elements quoted by them will be uploaded in the system by CPO (Mktg) beforeopening of their price bids.These elements quoted elsewhere in the tender will not be considered by us for evaluation.

21 Please confirm the rate of Excise Duty (inclusive of Cess) applicable on Items offered in percent(%). Vendor to confirm Excise

Page 30: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 30 of 45

duty (inclusive of cess) in % applicable on offered Items.Item 10 : % ;Item 20 : % , Item 30: ??% etc.Vendor should mention Nilif in case Excise duty is not applicable.

22 Please confirm the rate of Central Sales tax applicable on Items offered in percent(%). Vendor to confirm Central Sales Tax in% applicable on offered Items.Item 10 : % ;Item 20 : % , Item 30: ??% etc.Vendor should mention Nil if in case Central SalesTax is not applicable.

23 Please confirm the rate of Service Tax (inclusive of Cess) applicable on Installation and Commissioing Charges ; in percent(%)

24 please confirm % of CAMC charges on which Service Tax is applicable

25 Please confirm the rate of Service Tax (inclusive of cess)applicable on CAMC in %

26 Please confirm the rate of Sales Tax/ VAT applicable on CAMC in %

28 Please conform the number of vacuum pump required for total 47 Retail Outlets

Technical bid

BOQ DATA FORM

SR NO. ITEM DESCRIPTION BIDDERS RESPONSE

1 Nozzle, A/L Regulator, Coaxial hose and Breakaway Coupling with all other accessory

2 P-V Vent

3 Controller System along with accessories

4 Vacuum Pump & Motor Assembly

Technical bid

Technical BID

Technical specification for Supply and Installation of Stage II Vapor Recovery System (VRS)

BPCL Information Biddersresponse

BIDDER SHOULD DOWNLOAD THE TECHNICAL SPECIFICATION AND REQUIRED TO UPLOAD THE SAME AFTER FLILING UP ALL THE REQUIREDINFORMATION WITH THEIR SIGN AND STAMP

Technical bid

TECHNICAL SPECIFICATION/DATA FORM

BOQ DATA FORM

Technical BID

TENDER SPECIFICATION/DATA FORM

Page 31: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 31 of 45

Sr.No. TENDER REQUIREMENT VENDORS’

CONFIRMATION

1 TYPE: VRS Stage II suitable for MPDs with STPs provided at Retail Outlets in BPCL. (Make of MPDs-Gilbarco, Dresser Wayne, N.P, Midco,Tokheim, Tatsuno. Make of STPs- Veeder Root, FE Petro.)

1.a The equipments/ system should confirm to:a. UL/ATEX/ KHK standards b. PESO approval is mandatory.The vendor has to obtain & submit timely approvals/ renewals during the period of supply, installation and AMC as applicableThe vendor isalso to assist BPCL/ party authorized by BPCL in obtaining any other approval, etc., relevant to the system if required.

1.b VRS Stage II – Designed for Motor Spirit (Petrol) dispensing facilities at Retail Outlet to collect MS vapor while fueling vehicle(s) and returnthe same to Under Ground (U/G) Product tank(s) via dedicated pipeline network. MS Vapor emission from U/G product tank(s) is controlledby providing Pressure- Vacuum (PV) valve(s) on vent line(s) of U/G product tank(s).

1.c Minimum Hydrocarbon Recovery efficiency of the system being provided should be 85%.

2 SYSTEM COMPONENTS

2.a Vacuum Pump including motorCo-axial Hose Vapor Recovery Nozzle Breakaway CouplingControllerVapor Control ValveAir-Liquid RegulatorPressure- Vacuum VentOther all requisite components say Copper tubing in Dispensers, Drain check valve, etc.

2.b Vendor to provide Model Nomenclature sheets to interpret the offered Models suitably to our requirement.

3 VACUUM PUMP INCLUDING MOTOR

3.a Vacuum Pump including motor should be able to create vacuum to collect MS vapor while fueling vehicle(s) and return the same to UnderGround (U/G) Product tank(s) via dedicated pipeline network.

3.b Pump Motor should be intrinsically safe and UL/ATEX/ KHK approved.

3.c Pump Motor should have internal thermal protection.

3.d Pump should have UL/ATEX/ KHK/PESO approved flame arrestor at both inlet and exhaust

3.e Earthing – Earthing of Pump should be done as per IS 3043.

4 CO-AXIAL HOSE

4.a 4 M long

4.b To be of petrol resistant type of superior quality suitable for Petrol blended with Ethanol of Max10%

4.c Hose shall be co-axial, steel/textile braided hard wall confirming to BS EN 1360 Type III /UL 330 or Equivalent

4.d Vapor and Liquid shall have separate paths with appropriate end fittings.

4.e Hoses would be Black in color.

5 VAPOR RECOVERY NOZZLE

5a. Pressure sensitive, auto cut-off Unleaded STD Duty with Swivel Joint of ZVA/ OPW/ TATSUNO/CATLOW (USA)/HEALEY (Franklin

Page 32: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 32 of 45

5a. Pressure sensitive, auto cut-off Unleaded STD Duty with Swivel Joint of ZVA/ OPW/ TATSUNO/CATLOW (USA)/HEALEY (FranklinFueling)/HUSKY make with BPCL logo on NOZZLE COVER. Compatible with Vehicle (2W/3W/4W) Fuel Tank Inlet in India.

5b. No flow if Nozzle is lifted above horizontal

5c. Automatic Shut off if nozzle falls out of the fuel tank on the ground.

5d. Nozzle should be UL/ATEX /KHK approved.

5e. Material of Construction for Nozzle should be:Nozzle Body- Aluminum Spout – Stainless Steel/ Aluminum

5f. Nozzle should be “Drip Less” i.e. no product spillage during vehicle fueling.

5g. Nozzle should be fitted with a Vapor Guard and Scuff Guard.

5h. Nozzle Cover Color :Green for Petrol Yellow for Speed

6 BREAK AWAY COUPLING

6.a Breakaway Coupling should be co-axial and Site re-connectable.

6.b. Breakaway Coupling should be UL/ATEX/ KHK approved.

7 CONTROLLER

7.a The controller should sense MPDs / STPs activation/de-activation and should activate/de-activate vacuum pump(s) accordingly dulycertified by European/ USA/ Japanese agencies like TUV/ CARB, etc.

7b. Controller should work on 230 V AC, single phase, 50 HZ power supply.

_ Controller should have Visual Displays and Audible Alarm System along with suitable sensors.Visual indicator should include:i. Power ONii. Vacuum Pump ONiii. AlarmAlarm should get activated when:i. Pressure in U/G tank is not as per the pre-determined pressure.ii. Vacuum pump(s) including motor(s) is beyond the designed operational parameters.Vendor to elaborate the designed operational parameters for Vacuum pump(s) including motor(s).

_ Data recording should include storage of Event records, History records, Alarm records up to minimum of 100 events.Memory should be retrievable and should be retained in case of power failure.Communication ports RS 232/Ethernet/USBData can be downloaded to local PC/Laptop

7.c Enclosure: i. The controller should be housed in an IP- 20 enclosure. ii. Conduit connections: Minimum two openings for conduit should be available.

8 VAPOR CONTROL VALVE

8.a The Vapor Control valve opens when there is liquid flow and closes when liquid flow stops.

9 AIR-LIQUID (A/L) REGULATOR (PROPOTIONAL VALVE)

9.a The A/L regulator/Proportional valve should control the volume of vapor collected and ensure equilibrium between vapor collection andU/G tank pressure.

9.b A/L regulator arrangement should regulate each hose point independently. It should be possible to adjust the A/L ratio in the range of 0.85to 1.20 with minimum System efficiency of 85%. (Vendor to provide relevant certification)

Page 33: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 33 of 45

10 PRESSURE-VACUUM (P-V) VENT VALVE

10.a PV vent valve should be mounted on each vent pipe of tank and should be designed to prevent high vacuum or pressure in the UST. Thedesirable settings should be + 3 inches of water column for pressure and –8 inches of water column in case of vacuum

10.b P-V vent valve should be PESO approved.

11 Product & vapor path separator fitted on dispenser end. Allows product and vapor to flow in respective paths only

12 Other all requisite components as per Model approval to be provided and installed say Copper tubing in Dispensers, Drain check valve, etc.

13 Mandatory Documents Required:i. Copies of A pprovals of equipment from UL/ ATEX, as applicable.ii. Copies of approvals of equipment/ system from PESO.iii. Copy of certificate from authorized Certification agency of UL/ATEX certifying that the system meets minimum efficiency of 85%.

Technical bid

DEVIATION IF ANY (Please write the clause no and Annexure no. of the relevent documents)

CLAUSE NO. DEVIATION

Price bid

price bid form IMPORT SUPPLY

Column name Bidder response

S.No. 1

Item Description Nozzle, A/L Regulator, Coaxial hose and Breakaway Coupling

Currency for Equipment (USD or EURO)

Equipments Quantity 658.0000

Quantity for mumbai region 0.0000

UOM for Equipment each (EA)

CIF Price per UOM

CIF Price per UOM (IN WORDS)

Total CIF Cost of Equipment for total quantity

DEVIATION

Price bid form :IMPORT SUPPLY ( Nozzle, A/L Regulator, Coaxial hose and Breakaway Coupling/

PV Vent/ Controller System along with accessories

Page 34: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 34 of 45

Exchange Rate as on the date of opening of PriceBid

CIF Price per UOM in INR

Port Landing charges in % of CIF price per UOM in INR 1.0000

Assesable value per UOM in INR

Total CIF in INR

Basic Custom Duty Per UOM in %

Basic Custom Duty Per UOM in Amount

CVD Per UOM in %

CVD Per UOM in Amount

Edu. Cess Per UOM in %

Edu. Cess Per UOM in Amount

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM in%

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM inAmount

Custom Ed. Cess Per UOM in %

Custom Ed. Cess Per UOM in Amount

Cust. Sec. & high ed cess Per UOM in %

Cust. Sec. & high ed cess Per UOM in Amount

Additional Duty Per UOM in %

Additional Duty Per UOM in Amount

Custom duty Per UOM in INR

Total Landed cost per UOM

Total Custom duty in INR for total quantity

Bank charges @ 0.5% or as per Payment Terms of CIF price

Clearing charges in % of CIF price per UOM in INR(at 1.50%)

Total Clearing charges in INR for total quantity

Delivered Cost at BPCL Loni Warehouse per UOM in INR

Total Delivered Cost at BPCL Loni Ware House in INR for totalquantity

Octroi for RO's in mumbai region (5.5%)

Page 35: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 35 of 45

Octroi for RO's in mumbai region (5.5%)

Total Landed cost at WH including Octroi

Column name Bidder response

S.No. 2

Item Description P-V Vent

Currency for Equipment (USD or EURO)

Equipments Quantity 188.0000

Quantity for mumbai region 0.0000

UOM for Equipment each (EA)

CIF Price per UOM

CIF Price per UOM (IN WORDS)

Total CIF Cost of Equipment for total quantity

Exchange Rate as on the date of opening of PriceBid

CIF Price per UOM in INR

Port Landing charges in % of CIF price per UOM in INR 1.0000

Assesable value per UOM in INR

Total CIF in INR

Basic Custom Duty Per UOM in %

Basic Custom Duty Per UOM in Amount

CVD Per UOM in %

CVD Per UOM in Amount

Edu. Cess Per UOM in %

Edu. Cess Per UOM in Amount

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM in%

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM inAmount

Custom Ed. Cess Per UOM in %

Custom Ed. Cess Per UOM in Amount

Cust. Sec. & high ed cess Per UOM in %

Page 36: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 36 of 45

Cust. Sec. & high ed cess Per UOM in Amount

Additional Duty Per UOM in %

Additional Duty Per UOM in Amount

Custom duty Per UOM in INR

Total Landed cost per UOM

Total Custom duty in INR for total quantity

Bank charges @ 0.5% or as per Payment Terms of CIF price

Clearing charges in % of CIF price per UOM in INR(at 1.50%)

Total Clearing charges in INR for total quantity

Delivered Cost at BPCL Loni Warehouse per UOM in INR

Total Delivered Cost at BPCL Loni Ware House in INR for totalquantity

Octroi for RO's in mumbai region (5.5%)

Total Landed cost at WH including Octroi

Column name Bidder response

S.No. 3

Item Description Controller System along with accessories

Currency for Equipment (USD or EURO)

Equipments Quantity 47.0000

Quantity for mumbai region 0.0000

UOM for Equipment each (EA)

CIF Price per UOM

CIF Price per UOM (IN WORDS)

Total CIF Cost of Equipment for total quantity

Exchange Rate as on the date of opening of PriceBid

CIF Price per UOM in INR

Port Landing charges in % of CIF price per UOM in INR 1.0000

Assesable value per UOM in INR

Total CIF in INR

Page 37: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 37 of 45

Total CIF in INR

Basic Custom Duty Per UOM in %

Basic Custom Duty Per UOM in Amount

CVD Per UOM in %

CVD Per UOM in Amount

Edu. Cess Per UOM in %

Edu. Cess Per UOM in Amount

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM in%

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM inAmount

Custom Ed. Cess Per UOM in %

Custom Ed. Cess Per UOM in Amount

Cust. Sec. & high ed cess Per UOM in %

Cust. Sec. & high ed cess Per UOM in Amount

Additional Duty Per UOM in %

Additional Duty Per UOM in Amount

Custom duty Per UOM in INR

Total Landed cost per UOM

Total Custom duty in INR for total quantity

Bank charges @ 0.5% or as per Payment Terms of CIF price

Clearing charges in % of CIF price per UOM in INR(at 1.50%)

Total Clearing charges in INR for total quantity

Delivered Cost at BPCL Loni Warehouse per UOM in INR

Total Delivered Cost at BPCL Loni Ware House in INR for totalquantity

Octroi for RO's in mumbai region (5.5%)

Total Landed cost at WH including Octroi

Price bid

Price bid form :IMPORT SUPPLY _Vacuum Pump

Page 38: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 38 of 45

price bid form IMPORT SUPPLY

Column name Bidder response

S.No. 1

Item Description Price bid form IMPORT SUPPLY - Vacuum Pump

Currency for Equipment (USD or EURO)

Equipments Quantity

Quantity for mumbai region

UOM for Equipment each (EA)

CIF Price per UOM

CIF Price per UOM (IN WORDS)

Total CIF Cost of Equipment for total quantity

Exchange Rate as on the date of opening of PriceBid

CIF Price per UOM in INR

Port Landing charges in % of CIF price per UOM in INR 1.0000

Assesable value per UOM in INR

Total CIF in INR

Basic Custom Duty Per UOM in %

Basic Custom Duty Per UOM in Amount

CVD Per UOM in %

CVD Per UOM in Amount

Edu. Cess Per UOM in %

Edu. Cess Per UOM in Amount

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM in%

Sec. High. Ed. Cess Per UOM in %Custom Ed. Cess Per UOM inAmount

Custom Ed. Cess Per UOM in %

Custom Ed. Cess Per UOM in Amount

Cust. Sec. & high ed cess Per UOM in %

Page 39: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 39 of 45

Cust. Sec. & high ed cess Per UOM in Amount

Additional Duty Per UOM in %

Additional Duty Per UOM in Amount

Custom duty Per UOM in INR

Total Landed cost per UOM

Total Custom duty in INR for total quantity

Bank charges @ 0.5% or as per payment terms of CIF price

Clearing charges in % of CIF price per UOM in INR(at 1.50%)

Total Clearing charges in INR for total quantity

Delivered Cost at BPCL Loni Warehouse per UOM in INR

Total Delivered Cost at BPCL Loni Ware House in INR for totalquantity

Octroi for RO's in mumbai region (5.5%)

Total Landed cost at WH including Octroi

Price bid

PRICE FORM LOCAL SUPPLY

Column name Bidder response

Sr.No 1.0000

Item Description Nozzle, A/L Regulator, Coaxial hose and Breakaway Coupling with all other accessory

Currency for Equipment INR

Items Quantity 658

UOM for Equipment each (EA)

Basic Price per UOM including P&F

Basic Price per UOM including P&F (in words)

Excise % (inclusive of cess)

Excise Amount (inclusive of cess)

Sales Tax (CST/VAT) in %

PRICE FORM LOCAL SUPPLY

Page 40: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 40 of 45

Sales Tax Amount

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic Cost

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic price per UOM including P&F

Delivered cost per UOM

Total Delivered Cost at RO site (without octroi)

VAT Set Off Applicable (Sourcing of material fromMaharashtra)

VAT SET OFF ON ACCOUNT OF MAHARSHTRA SUPPLIES (in %)

VAT SET OFF PER UNIT

Quantity Required in Maharashtra 0

Total VAT SET-OFF AMOUNT FOR MAHARASHTRA Quantity

Net Delivered Cost at RO site (without octroi/Entry tax)

Total no of equipment for Mumbai 0

Octroi Applicable in %

Octroi in Rs.

Total Landed cost with octroi

Column name Bidder response

Sr.No 2.0000

Item Description P-V Vent

Currency for Equipment INR

Items Quantity 188

UOM for Equipment each (EA)

Basic Price per UOM including P&F

Basic Price per UOM including P&F (in words)

Excise % (inclusive of cess)

Excise Amount (inclusive of cess)

Sales Tax (CST/VAT) in %

Sales Tax Amount

Page 41: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 41 of 45

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic Cost

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic price per UOM including P&F

Delivered cost per UOM

Total Delivered Cost at RO site (without octroi)

VAT Set Off Applicable (Sourcing of material fromMaharashtra)

VAT SET OFF ON ACCOUNT OF MAHARSHTRA SUPPLIES (in %)

VAT SET OFF PER UNIT

Quantity Required in Maharashtra 0

Total VAT SET-OFF AMOUNT FOR MAHARASHTRA Quantity

Net Delivered Cost at RO site (without octroi/Entry tax)

Total no of equipment for Mumbai 0

Octroi Applicable in %

Octroi in Rs.

Total Landed cost with octroi

Column name Bidder response

Sr.No 3.0000

Item Description Controller System along with accessories

Currency for Equipment INR

Items Quantity 47

UOM for Equipment each (EA)

Basic Price per UOM including P&F

Basic Price per UOM including P&F (in words)

Excise % (inclusive of cess)

Excise Amount (inclusive of cess)

Sales Tax (CST/VAT) in %

Sales Tax Amount

Average Local freight (inclusive of service tax and sales taxes if

Page 42: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 42 of 45

any)and Insurance in % of Basic Cost

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic price per UOM including P&F

Delivered cost per UOM

Total Delivered Cost at RO site (without octroi)

VAT Set Off Applicable (Sourcing of material fromMaharashtra)

VAT SET OFF ON ACCOUNT OF MAHARSHTRA SUPPLIES (in %)

VAT SET OFF PER UNIT

Quantity Required in Maharashtra 0

Total VAT SET-OFF AMOUNT FOR MAHARASHTRA Quantity

Net Delivered Cost at RO site (without octroi/Entry tax)

Total no of equipment for Mumbai 0

Octroi Applicable in %

Octroi in Rs.

Total Landed cost with octroi

Price bid

PRICE FORM LOCAL SUPPLY

Column name Bidder response

Sr.No 1.0000

Item Description Vacuum Pump & Motor Assembly

Currency for Equipment INR

Items Quantity

UOM for Equipment each (EA)

Basic Price per UOM including P&F

Basic Price per UOM including P&F (in words)

Excise % (inclusive of cess)

PRICE FORM LOCAL SUPPLY_Vacuum Pump

Page 43: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 43 of 45

Excise Amount (inclusive of cess)

Sales Tax (CST/VAT) in %

Sales Tax Amount

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic Cost

Average Local freight (inclusive of service tax and sales taxes ifany)and Insurance in % of Basic price per UOM including P&F

Delivered cost per UOM

Total Delivered Cost at Loni Warehouse BPCL

VAT Set Off Applicable (Sourcing of material fromMaharashtra)

VAT SET OFF ON ACCOUNT OF MAHARSHTRA SUPPLIES (in %)

VAT SET OFF PER UNIT

Quantity Required in Maharashtra

Total VAT SET-OFF AMOUNT FOR MAHARASHTRA Quantity

Net Delivered Cost at RO site (without octroi/Entry tax)

Total no of equipment for Mumbai

Octroi Applicable in %

Octroi in Rs.

Total Landed cost with octroi

Price bid

PRICE FORM INSTALLATION & COMMISSIONING

Column name Bidder response

Sr no. 1

Description INSTALLATION & COMMISSIONING OF VRS STAGE II SYSTEM

Total no. of Retail outlets 47

Installation, integration, testing and commissioning chargesper RO in INR

Installation, integration, testing and commissioning charges

PRICE FORM INSTALLATION & COMMISSIONING

Page 44: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 44 of 45

Installation, integration, testing and commissioning chargesper RO in INR (in words)

Service Tax (inclusive of cess) on Installation & commissioningcharges in %

Total Service Tax (inclusive of cess) on Installation &commissioning

Installation & commissioning Charges per RO in INR

Total Installation & commissioning Charges in INR

Price bid

PRICE FORM CAMC

Column name Bidder response

Sr.No. 1

Description CAMC for first 3 YEARS post warranty

Total Basic cost of all the Supply Items (Import Or Local) in INR.For Import Supply the exchange rates of USD/INR conversionof 65.22 as on 30.10.2015 can be kept for reference only.Actual evaluation shall be based on exchange rates as on PriceBid Opening date.

Total Basic cost of all the Supply Items (Import Or Local) in INR(IN WORDS)

Total no of Nozzles 658.0000

Total basic cost Per Nozzles

CAMC Charges per Nozzles per year in % of Total basic cost PerNozzles

CAMC Charges per Nozzles per year

Total no of year upto CAMC is provided 3.0000

% of CAMC charges on which Service Tax is applicable

% of CAMC charges on which VAT or Sales Tax is applicable

Rate of Service Tax (inclusive of cess) on CAMC in %

Rate of Sales Tax or VAT on CAMC in %

CAMC amount per Nozzles per Year in INR inclusive of Taxes

CAMC charges per Nozzles in INR iclusive of all taxes

PRICE FORM FOR CAMC

Page 45: Tender Document - Bharat Petroleum Document_8263.pdf · Capability for supplying VRS Stage II system:  Bidder or their group companies either individually or collectively

Tender reference No : 1000244206 System ID : 8263

Tender title : GLOBAL TENDER FOR SUPPLY OF VAPOUR RECOVERY SYSTEM AT RETAIL OUTLETS

Page no. 45 of 45

Total CAMC amount for all Nozzles in INR

Column name Bidder response

Sr.No. 2

Description CAMC for next 2 YEARS

Total Basic cost of all the Supply Items (Import Or Local) in INR.For Import Supply the exchange rates of USD/INR conversionof 65.22 as on 30.10.2015 can be kept for reference only.Actual evaluation shall be based on exchange rates as on PriceBid Opening date.

Total Basic cost of all the Supply Items (Import Or Local) in INR(IN WORDS)

Total no of Nozzles 658.0000

Total basic cost Per Nozzles

CAMC Charges per Nozzles per year in % of Total basic cost PerNozzles

CAMC Charges per Nozzles per year

Total no of year upto CAMC is provided 2.0000

% of CAMC charges on which Service Tax is applicable

% of CAMC charges on which VAT or Sales Tax is applicable

Rate of Service Tax (inclusive of cess) on CAMC in %

Rate of Sales Tax or VAT on CAMC in %

CAMC amount per Nozzles per Year in INR inclusive of Taxes

CAMC charges per Nozzles in INR iclusive of all taxes

Total CAMC amount for all Nozzles in INR

Prebid committee published

Start date 16/11/2015 11:00:00 End date 16/11/2015 13:00:00

Mode of pre bid Offline Published date 06/11/2015 17:06:39

Published by Varun Sharma (Central Estimation Cell) Remarks ok