+ All Categories
Home > Documents > are invited from a limited set of ven dors registered/ enlisted for RVI jobs with BPCL, with...

are invited from a limited set of ven dors registered/ enlisted for RVI jobs with BPCL, with...

Date post: 20-Jun-2018
Category:
Upload: trinhtuyen
View: 213 times
Download: 0 times
Share this document with a friend
65
COMPLETE CORRIGENDUM DOCUMENT (This document supersedes the original tender document.) 2011 ISSUED BY:- BHARAT PETROLEUM CORPORATION LIMITED, AMM HARYANA & HIMACHAL, MANAGER CONSTRUCTION GROUP, PANIPAT, BHARAT PETROLEUM CORPORATION LIMITED, PANIPAT INSTALLATION, NEAR IOC REFINERY, VILLAGE DADLANA, PANIPAT, HARYANA – 132140. REQUEST FOR QUOTATION CRFQ -1000137330 ANNUAL RATE CONTRACT FOR NEW RVI JOBS AT BPCL RETAIL OUTLETS IN THE STATES HARYANA & HIMACHAL PRADESH
Transcript

COMPLETE CORRIGENDUM DOCUMENT (This document supersedes the original tender document.)

2011

ISSUED BY:-

BHARAT PETROLEUM CORPORATION LIMITED,

AMM HARYANA & HIMACHAL,

MANAGER CONSTRUCTION GROUP, PANIPAT,

BHARAT PETROLEUM CORPORATION LIMITED,

PANIPAT INSTALLATION,

NEAR IOC REFINERY, VILLAGE DADLANA,

PANIPAT, HARYANA – 132140.

REQUEST FOR QUOTATION CRFQ -1000137330

ANNUAL RATE CONTRACT

FOR NEW RVI JOBS

AT BPCL RETAIL OUTLETS

IN THE STATES

HARYANA & HIMACHAL PRADESH

Rajesh Mathur
Typewriter
Page 01 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

ANNUAL RATE CONTRACT FOR RVI JOBS AT BPCL RETAIL OUTLETS IN

IN THE STATES OF HARYANA & HIMACHAL PRADESH

ISSUED BY:- BHARAT PETROLEUM CORPORATION LIMITED, AMM HARYANA & HIMACHAL, MANAGER CONSTRUCTION

GROUP, PANIPAT, PANIPAT INSTALLATION, NEAR IOC REFINERY, VILLAGE DADLANA, PANIPAT, HARYANA – 132140.

TABLE OF CONTENTS

1) Annexure I Preamble

2) Annexure II Instructions to Tenderers

3) Annexure III Terms & Conditions

4) Annexure IV Pre-Qualification Bid Criteria

5) Annexure V Declaration of statutory Compliances

6) Annexure VI Integrity Pact

7) Annexure VII DSC Application forms.

8) Annexure VIII BPCL STANDARD NOTICE INVITING TENDER.

9) Annexure IX PRICE BID DOCUMENT WITH COMPLETE TECHNICAL SPECIFICATIONS AND DRAWINGS.

10) Web Link for BPCL RVI Standard Drawings.

(https://docs.google.com/leaf?id=0B_tS3CJO5t2TYWQxZDc1OTAtNzVhZi00NjlhLTk4NjMtYjhjNzU1MThiZWI2&hl=en )

TENDER CALENDAR

Activity Start Date/Time End Date/Time

TenderRelease 19-04-2011 18:30 19-04-2011 20:30

Bid Preparation and Submission 19-04-2011 21:00 20-05-2011 15:00

Unpriced Bid Opening 20-05-2011 15:30 30-05-2011 17:00

Unpriced Bid Evaluation 20-05-2011 15:30 30-05-2011 17:00

Priced Bid Opening 20-05-2011 15:30 30-05-2011 17:00

Priced Bid Evaluation 20-05-2011 15:30 30-05-2011 17:00

Rajesh Mathur
Typewriter
Page 02 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

Annexure I - Preamble

1. Quotations are invited from a limited set of vendors registered/ enlisted for RVI jobs with BPCL,

with keenness to work in the states of Haryana & Himachal Pradesh. Please quote your best rates. 2. Vendors who have been enlisted for RVI jobs with BPCL are also invited to quote for this tender.

Such vendors who are enlisted, but not duly registered with BPCL, will have to deposit Earnest Money (EMD) of an amount of Rupees One Lakh only, to participate in this tender. This is mandatory failing which the tender will be rejected.

3. Vendors who have been “Black listed” or have currently been put on “Holiday List”, by virtue of unsatisfactory performance, by any office of BPCL, are not eligible to quote for this tender. Quotations received from such vendors, shall be rejected.

4. SERVICE TAX shall be payable extra as per prevalent norms. Currently it is at the rate of 10.3% of 33% of Invoice value.

5. The tender document has been created vide BPCL SAP Collective RFQ no. 1000137330 To

ensure equal opportunity for all & to demonstrate transparency in our systems, this document has been uploaded on the BPCL website http://www.bharatpetroleum.in , and is accessible from the tenders section, under the category AMM, HRY & H.P. From this site the tenderers can only view/ download the document. Guidance for participating in the tender process or any clarifications can also be made by e-mail addressed to [email protected] or [email protected].

6. The tender document has also been uploaded on the BPCL E-Procurement web site http://bpcl.eproc.in. For participating in the tender and submitting the bid, tenderers have to visit this web site.

7. Interested tenderers need to have/ or obtain the digital signing certificate from any suitable

certifying agency. For your ready reference the Digital Signing Certificate Application forms are enclosed with this tender document and you may apply for the same as prescribed in the pertinent annexure, if required.

8. For participating in the bid the tenderers have to download the entire document from the web site http://bpcl.eproc.in by using their digital signatures. And after carefully going through all the documents and filling the bids, the same have to be uploaded on the appropriate place on this web site & encrypt the same with their digital signatures.

9. All the bids shall be evaluated from the bids/ documents submitted by the tenderers on the E-

Procurement portal. Hard copies of the bids need not be submitted to this office. 10. Tenderers who are enlisted with BPCL for RVI jobs ARC, but not registered with BPCL will have to

deposit Earnest Money Deposit of Rupees One Lakh by Demand Draft in favour of Bharat Petroleum Corporation Limited, payable at Panipat. Bids from such tenderers shall be considered for evaluation only if appropriate EMD is submitted in an envelope pasted with the cut out label, as provided in Annexure IV. EMD has to be submitted or dropped in the tender box in this office, on or before the due date and time of tender closing. A scanned copy of the EMD instrument shall have to be uploaded by the tenderers on the BPCL E-Procurement portal.

11. Tenderers can witness the tender opening on the E-Procurement portal. However, we request all

tenderers to be present in this office, at the address as mentioned above to witness the tender opening.

12. The Annexure VII pertains to E-Tendering process. This is for information of tenderers & to prepare

them for this E-tendering process, hosted through BPCL’s E-Procurement portals. All bids uploaded by the tenderers on the E-Procurement web site shall be considered for evaluation.

Rajesh Mathur
Typewriter
Page 03 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

13. You are invited to submit your offer in the bid for RVI job as per BPCL specifications at various

retail outlet locations, in the state of Haryana & Himachal Pradesh, and on the terms and conditions contained in this tender document.

14. Tenderers shall also have to essentially sign an Integrity Pact (IP) for participating in this tender, as per the following procedure:

a. Tenderer shall be required to download the Performa Integrity Pact (IP), print it, duly sign and stamp all the pages, (including signature of two witnesses). It should be signed by the same signatory who is authorized to sign the bid documents. Tenderer's failure to submit the IP duly signed along with the bid documents shall result in the bid not being considered for further evaluation. After physically signing the document, the same shall have to be scanned & uploaded on the E-Procurement portal.

b. If the tenderer has been disqualified from the tender process prior to the award of the contract in accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Tenderer Price reduction amount by forfeiting the EMD/Performance Guarantee as per provisions of the Integrity Pact.

c. If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled to terminate the contract according to the provisions of the Integrity pact, BPCL shall be entitled to demand and recover from contractor, Price reduction amount by forfeiting the Performance Guarantee amount as per provisions of the Integrity Pact.

d. Tenderers may raise disputes/complaints, if any, with the nominated Independent External Monitor.

e. The name, address and contact numbers of the nominated Independent External Monitor is as follows:

Mr.Uppiliappan Sundararajan, Flat no.3A-1302, Whispering Palms, Lokhandwala Complex, Akurli Road, Kandivali (east), Mumbai – 400 101 Contact no.022-29650600 Mobile: 9820503000

15. Bids/ instruments submitted after the due date and time of closing of tender or not in the prescribed format will be rejected. BPCL does not take any responsibility for any delay in submission of bid due to connectivity problem or non-availability of site and/ or other documents to be submitted in physical form due to postal delay. No claims on this account shall be entertained.

16. For clarifications, if any, please feel free to contact the undersigned on any working day between

10:00 am to 3:00 pm before the closing date of the tender. Rajesh Mathur, MANAGER CONSTRUCTION -Panipat, BHARAT PETROLEUM CORPORATION LIMITED, AMM HARYANA & HIMACHAL, MANAGER CONSTRUCTION GROUP, PANIPAT, PANIPAT INSTALLATION, NEAR IOC REFINERY, VILLAGE DADLANA, PANIPAT, HARYANA – 132140. [email protected] Manager Construction Group Gurgaon Mr. Soumen Dhar [email protected]

Rajesh Mathur
Typewriter
Page 04 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

Annexure II - Instructions to Tenderers

1. Competitive offers are invited from all parties registered/ enlisted with BPCL for Fabrication, supply &

erection of RVI jobs at Various Retail Outlets in the states of Haryana and Himachal Pradesh. These states are managed under BPCL Retail Rewari & Ambala Territories respectively. Detailed geographical area details, classified district wise, has been provided in the CRFQ Document. Detailed technical specifications, quantities etc. have been provided in this tender document.

2. The tender is for a period of Twelve months from the date of placement of contracts. This is basically a rate contract and quantities are not guaranteed. However, area-wise annual requirement as per best estimate is given in the Price Bid Section.

3. Price bid quotations have been invited for all retail outlets under the AMM Haryana & Himachal Pradesh

area. This comprises of all districts of the state of Haryana and the state of Himachal Pradesh. For the sake of clarity, we give below the district wise categorisation:-

A) BPCL Retail Rewari Territory: - All retail Outlets under the BPCL Rewari Retail Territory. These include the retail outlets located in Haryana state, in the districts of Faridabad, Hissar, Rohtak, Rewari, Palwal, Mewat, Mahendargarh, Jhajjar, Bhiwani, Sirsa, Fatehabad, Gurgaon.

B) BPCL Retail Ambala Territory - Haryana Area:- All retail Outlets under the BPCL Ambala Retail Territory. These include the retail outlets located in Haryana state, in the districts of Sonepat, Panipat, Karnal, Kaithal, Kurukshetra, Jind, Yamunanagar, Ambala, Panchkula.

C) BPCL Retail Ambala Territory - Himachal Area:- All retail Outlets under the BPCL Ambala Retail Territory. These include the retail outlets located in Himachal Pradesh state, in all the districts.

4. Tenderers have to mandatorily quote for the new RVI items for all the three heads as above. For all the

heads as above, comparative evaluations of the Price bids shall be done cumulatively, as described below:- A) Item 00010 NEW RVI Ambala, Rewari Territory - Haryana Area. B) Item 00020 NEW RVI Ambala Territory - Himachal Area.

Cumulative of A) & B), above shall be calculated for all the bids submitted. L1 & L2 bids shall be identified for award of job, or negotiations. Job shall be awarded to the L1 & L2 bidders in the ratio 80:20 respectively.

5. Tenderers are requested to carefully study all the documents/ annexures, and understand the terms & conditions, specifications, etc., before quoting their rates. In case of doubt, written/ e-mail clarifications should be obtained, but this shall not be a justification for late submission of the bid or request for extension of due date. Offers should strictly be in accordance with the tender terms & conditions and our specifications.

6. All the supporting document viz. Integrity Pact submitted by the tenderers should be legible, signed, stamped

and attested by the authorized signatory as specified below in clause 6. 7. The authorized signatory shall be :-

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

7. If for any reason, the proprietor or the authorised partner or director as the case may be are unable to sign

the document, the said document should be signed by the constituted attorney having full authority to sign the tender document and copy of such authority letter as also the power of attorney, duly signed in the presence of a Notary public should be submitted along with the bid.

8. Bids submitted after the due date and time and those not in the format or not in conformity with the

prescribed terms and conditions or specifications shall be summarily rejected and no further correspondence/ enquiries shall be entertained on the issue. No responsibility shall be taken by the Corporation for bids not submitted in time and/or the instruments received late due to postal delay and no claims on this account shall be entertained.

9. The rates quoted should not have any quantity restrictions. Incomplete offers or offers received with

deviations / subjective or counter conditions/ quantity restrictions will be rejected and no further correspondence / enquiries on this issue by the tenderer shall be entertained.

Rajesh Mathur
Typewriter
Page 05 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

10. Unsolicited / conditional discounts if offered by any party will not be considered and offers of parties offering such unsolicited discounts will be rejected.

11. The offer submitted by the tenderer shall be valid for acceptance for a period of 180 days from the date of

closing of the tender. In case of successful tenderers, the finalised rate shall remain valid till conclusion of the contract in all respects.

12. ACCEPTANCE OF THE OFFER BY THE CORPORATION: Based on the offers received, BPCL will place

orders on one or more tenderers whose offer is considered acceptable to BPCL. Any terms and conditions attached/ printed overleaf by the Tenderer in his offer will not be binding on BPCL. Tenders with counter or subjective conditions are liable to be rejected.

a. Evaluation of the Price Bid i. The evaluation of the price bid, in the first instance, will be based on the Net Delivered Price

(NDP) calculated cumulatively for all items of the Price Bid Bill of Quantities. Ranking of vendors, if required for the purpose of negotiations, will be based on the original quotation.

ii. BPCL reserves the right to negotiate with tenderers and counter offer a rate if required. Tenderers may have to attend the concerned office of the Corporation for negotiations/ clarifications if required at their own cost, in respect of their quotations without any commitment from the Corporation.

iii. In the event it becomes necessary for BPCL to carry out RVI jobs at different rates, then BPCL reserves the right to make order allocation in such a way so as to enable BPCL to get the maximum advantage.

iv. Track record or any other parameter considered relevant by BPCL may also form a criterion for order placement.

v. In the event that same rate is quoted by 2 or more tenderers, and even if they are acceptable to BPCL, BPCL is not bound to either accept all such offers or to equally distribute the requirement for RVI jobs amongst the tenderers who have quoted the same rate.

vi. Notwithstanding the above, BPCL is not bound to accept the lowest offer and reserve the right to reject any and / or every tender without assigning any reason whatsoever and /or place order on one or more tenderers and /or carry out negotiations with any tenderer in the manner considered appropriate by BPCL.

vii. BPCL also reserves the right to reject any un-workable offer. Purchase preference would be given to Public Sector Enterprises as per directives of the Government of India.

viii. In the event the tenderer who has offered the best rates, fails to perform the fabrication, supply & erection of the RVI jobs, in the manner as stipulated in the contract, BPCL may place orders with the next best tenderers, if considered necessary.

13. The successful tenderer/s shall be required to submit physical hard copies of the entire tender document

and all the supporting documents submitted online on the portal, signed and stamped on all pages, at the time of award of the job.

14. No mobilisation advance shall be given. The rates shall be firm during the validity period of the contract and

no request will be entertained on any account.

15. No hot work will be allowed inside the site. 16. It shall be understood that every endeavour has been made to avoid errors which can materially affect the

basis of the tender and the successful Tenderer shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

17. Courts in the city of Delhi alone shall have jurisdiction to entertain any application or other proceedings in

respect of anything arising under this tender either before or after or during finalisation of the tender.

18. List of abbreviations used : a. The terms “BPC”, “BPCL”, The Corporation and the Company in the appropriate context means

Bharat Petroleum Corporation Limited, the Company registered under Companies Act 1956 and includes its successors and assignees.

b. The term “PESO” in the appropriate context means Petroleum, Explosive and Safety Organisation. c. The term “BIS” in the appropriate context means Bureau Of Indian Standards. d. The term “OITC” in the appropriate context means Oil Industry Technical Committee. e. The term “OMC” in the appropriate context means PSU Oil Marketing Companies viz. M/s Indian Oil

Corpn. Ltd, M/s Bharat Petroleum Corpn. Ltd. f. The term “UT” in the appropriate context means Union Territory

Rajesh Mathur
Typewriter
Page 06 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

g. The term “PSU” / “PSU Oil Company” in the appropriate context means Public Sector Undertaking Oil Marketing Companies

h. The term “PSE” in the appropriate context means Central Public Sector Enterprise i. The term “LoI” in the appropriate context means Letter of Intent j. The term “PO” in the appropriate context means Purchase Order k. The term “PR” in the appropriate context means Price Reduction l. The term “NDP” in the appropriate context means Net Delivered Price m. The term “VAT” in the appropriate context means Value Added Tax n. The term “ITC” in the appropriate context means Input Tax Credit

Rajesh Mathur
Typewriter
Page 07 of 65

AMM Haryana & Himachal Pradesh,

BPCL Panipat Installation, Near Panipat Refinery, Baholi, Panipat, Haryana – 132140.

Annual Rate Contract for New RVI at Various Retail Outlet sites in Haryana & Himachal Pradesh

BPCL Office in Haryana

One Lakh Only

Request For Quotation CRFQ 1000137330 Annexure III – Terms and Conditions

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 08 of 65

As specified under Special Terms & Conditions

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 09 of 65

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 10 of 65

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 11 of 65

Delhi

Delhi

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 12 of 65

Panipat

Haryana/ Himachal Pradesh

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 13 of 65

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 14 of 65

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 15 of 65

CRFQ1000137330 ANNUAL RATE CONTRACT FOR NEW RVI JOBS AT BPCL RETAIL OUTLETS IN THE STATES HARYANA & HIMACHAL PRADESH

SCOPE OF WORK / SPECIAL TERMS AND CONDITIONS to be read in conjunction with BPCL Standard Agreement above

A. WORK DETAILS: ANNUAL RATE CONTRACT FOR NEW RVI JOBS AT BPCL RETAIL OUTLETS IN THE STATES HARYANA & HIMACHAL PRADESH

i. The job shall be awarded in 80% and 20% ratio to L-1 & L-2 parties respectively, as per the financial bid with requisite execution capacity at the time of evaluation. Bids will be evaluated for all items in totality.

ii. If the L-1 party fails to complete the assigned job within specified timeframe & / or with quality, the same shall be awarded to L-2 party, and the L-1 party shall be de-listed from BPCL. With discontinuation of the balance tender qty.

iii. Similarly, if the L-2 party fails to complete the assigned job (which was earlier awarded to L-1) within specified timeframe and / or with quality, the same shall be awarded to the short listed party of adjoining area and both defaulting parties i.e. L-1 & L-2 parties shall be de-listed from BPCL, with discontinuation of the balance tender qty.

iv. The same applies to L-2 party, for job awarded directly to them.

B. ESTIMATED QUANTITIES :- As per enclosed BOQ for both areas

C. SPECIFICATIONS: - As per Price BID BOQ enclosed.

D. COMPLETION TIME & PERIOD OF CONTRACT:

i. The period of the completion will be 30 days for Normal RO & 60 days for OSTS, from the date of LOI (call off) and shall have the capacity to execute at least 5000 M2 simultaneously at any given time against this agreement.

ii. Call off/ Purchase Order will be issued for each location separately depending upon the readiness of the site. Payment shall be made for each location separately after satisfactory completion of the job.

iii. Agreement will be valid for a period of one year from the date of acceptance of tender or till the ordered quantity is completed, which ever is earlier.

iv. The contract may be extended for same quantity on same rates and terms and conditions if the same is mutually agreeable. However, M/s BPCL have the right to award the said job for further periods to any other party at any rates as deemed fit and the decision of M/s BPCL will be final in this regard.

E. RATES AND PRICES:-

i. The rates will be firm and all inclusive (Octroi, any other duties or taxes levied by Government) for the entire period of the contract.

ii. However, Service tax shall be paid extra as applicable.

iii. The payment will be released based on the actual quantum of the work carried out.

iv. M/s BPCL has the sole right to delete or increase the quantity of any item or delete completely any or all the items.

F. PAYMENT TERMS:-

i. As per clause 37 and 38 of the Notice Inviting Tender. Retention money equivalent to 10% of the total value of the work done will be retained for a minimum period of six months from the date of bill of that call off. However, the tenderer can submit the bank guarantee of an equivalent amount in lieu of retention money as per BPCL format

ii. M/s BPCL will be deducting the mandatory deductions i.e. work contract taxes, income tax, etc. from the payments due to the contractor.

iii. The following documents should br submitted along with the invoice:

iv. Submit Test reports for all the materials used, as per advise of the site incharge.

v. The Bill for the completed job have to be raised immediately after completion of the work and the payment will be made within 30 days of submission of the bill with required certificates (Warranty for ACM etc.). bills shall be submitted with complete measurements details, preferably with joint measurements. Bill submitted later then 30 days of completion of work shall not be entertained.

G. INTEGRITY PACT:- As per Annexure I & Annexure VI

H. CO-ORDINATION:- During the tenure of the contract the contracting agency has to co-ordinate the work with other agencies working inside or outside the BPCL retail outlet. Also in case of emergency or major problems the contractor has to provide complete support and assistance to other agencies.

I. STATUTORY REGISTRATION NUMBERS : As per Annexure IV & V.

J. JOB EXECUTION CAPACITY:- As per table below:-

Job Execution Capacity at a Time Completion time with reference to Date of PO/ Call off issue

Normal RO OSTS

6/8 Nos. sites 30 Days 30 Days

Vendor SAP Code _________ Signature & Seal of Vendor______

Rajesh Mathur
Typewriter
Page 16 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

ANNUAL RATE CONTRACT FOR NEW RVI WORLKS AT BPCL RETAIL OUTLETS

IN HARYANA & HIMACHAL PRADESH

Annexure IV - PRE QUALIFICATION BID CRITERIA – MANDATORY SUBMISSION

Vendors keen to participate in this tender have to declare pertinent facts & submit the pertinent supporting documents, to be able to qualify the Pre- Qualification Bid & get their Price Bid to be considered for evaluation. These declarations & documents pertain to the following aspects of the tenderer’s firm:-

1. Statutory registrations.

Please note that all the documents mentioned below are sacrosanct. If any of the documents submitted by the vendor, as below lack in any manner, the vendor shall be disqualified & the Price Bid shall not be opened, for evaluation. A detailed checklist has been provided with this document, in Annexure X, to enable vendors to clearly understand the process of screening the PQ Bids. We request you to make full use of the same. Please ensure that the documents related to the PQ bid are placed in only the envelope with the appropriate label. 1. Statutory Registrations: The Undertaking & Declaration of Facts from the Vendor, as per Declaration I,

ANNEXURE V, has to be duly filled up, signed, stamped & attached with the Prequalification Bid. a. Vendor to submit an Undertaking that declares the following 2 points:-

i. That the vendor is ready & willing to carry out jobs in both the states of Haryana & Himachal Pradesh.

ii. That the vendor is capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI.

It is understood that all tenderers submitting their bids for this tender, agree on the two points above. b. Registration with BPCL as a vendor: - This tender is invited from a limited set of vendors registered/

enlisted with BPCL, for RVI works. Registered vendors are required to upload and submit copy of the registration letter on the E-portal. EMD of Rupees one lakh shall be payable by all vendors who are unregistered.

Vendors who have been enlisted for RVI jobs with BPCL are also invited to quote for this tender. Such vendors who are enlisted, but not duly registered with BPCL, will have to deposit Earnest Money (EMD) of an amount of Rupees One Lakh only, to participate in this tender. The EMD Instrument has to be put in a properly sealed envelope and submitted to this office well in time before the closing of the tender. The envelope shall bear the cut out label as provided below. Tenderers are requested to fill in the pertinent details on the cut out slip. A scanned copy of the EMD Instrument has to be uploaded on the E-Portal at the appropriate place. After the tender closure, this office shall collect and examine all the EMD instruments submitted physically. PQ Bid evaluation shall be done for only those tenderers, whose EMD instruments are found in order. Submitting the EMD is mandatory for all tenderers who are not registered with BPCL, failing which no further evaluation shall be done.

TEAR THIS LABEL TO PASTE ON THE EARNEST MONEY DEPOSIT ENVELOPE

EARNEST MONEY DEPOSIT To, BHARAT PETROLEUM CORPORATION LIMITED AMM HARYANA & HIMACHAL, MANAGER

CONSTRUCTION GROUP, PANIPAT , BPCL PANIPAT INSTALLATION, NEAR PANIPAT REFINERY, BAHOLI, PANIPAT, HARYANA – 132140

FROM: (Tenderer’s Name & Address) REQUEST FOR QUOTATION CRFQ -1000137330

Annual Rate Contract for New RVI works at BPCL retail

outlets in the states of Haryana & Himachal Pradesh,

AMM HARYANA & HIMACHAL PRADESH

CLOSING DATE/TIME: 11TH May 2011, 1500 Hrs.

TENDER OPENING: 11th

May 2011, 1530 Hrs.

Demand Draft Amount

Rajesh Mathur
Typewriter
Page 17 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

c. PF Registration: - This is a mandatory requirement for all Tenderers. Hence kindly submit a copy of

Valid PF Registration & provide details of the same as required in the Annexure V. d. Service Tax Registration: - This is a mandatory requirement for all Vendors. Hence kindly submit a

copy of valid Service Tax registration & provide details of the same as required in ANNEXURE V. e. VAT Registration for carrying out jobs in Haryana, and for carrying out Jobs in Himachal Pradesh.

i. Kindly submit a copy of Valid VAT Registration that entitles the firm for carrying out jobs in the state of Haryana, & in the state of Himachal Pradesh & provide details of the same as required in ANNEXURE V.

OR ii. If this registration is not available readily, kindly submit an Undertaking, confirming that in case

job is awarded, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI.

f. Satisfactory Performance Track Record: - Vendors who are currently “Black listed” or have currently been put on “Holiday List”, by virtue of unsatisfactory performance, by any office of BPCL, are not eligible to quote for this tender. Quotations received from any such vendors, shall be rejected.

The format for the undertakings as mentioned in points above has been enclosed as ANNEXURE V, of this document. Please use this format for the declarations. Please ensure that the declaration form is duly stamped & signed by authorized signatory of the firm. Please enclose copies of all the relevant documents, as prescribed in the declaration forms, to support the declarations. Please be absolutely sure about the correctness of the facts being declared by you. Please fill in all the details as asked in the Declaration form. An illustration for filling up this declaration is enclosed with this document. At the bottom of the declaration space is provided for putting the Vendor’s stamp & signature. Please do the needful. Incomplete declarations shall reflect on the vendor’s lack of sincerity, this shall hamper the vendor’s chances for being considered for evaluation. For helping the tenderers, with filling up the declarations, each declaration has been supported with an illustration. Tenderers are requested in their own interest to thoroughly study the illustrations & use the same while filling in their details. Each of these declarations has been dated as the date of the opening of the Bid. A detailed check list for evaluating the PQ Bid is also enclosed for reference. BPCL Tender opening committee shall strictly be guided by this checklist, for evaluation of the bids. The Price Bid section shall strictly not be opened at all for evaluation, if the PQ Bid documents are found lacking, as per the check list.

Rajesh Mathur
Typewriter
Page 18 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

Annexure V – Declaration I

Date: - 11th

May 2011 To, AMM Haryana & Himachal BHARAT PETROLEUM CORPORATION LIMITED, BPCL PANIPAT INSTALLATION, NEAR PANIPAT REFINERY, BAHOLI, PANIPAT, HARYANA - 132140 Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000137330, Annual rate contract for New RVI at BPCL retail outlets in Haryana & Himachal Pradesh Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:-

1) Email ID (The email ID shall be valid for the full tender period and the information shared/ advise issued/ other mails sent to this ID shall be treated as official communication from either sides) :* ___________________________________________________

2) We declare that we are ready & willing to carry out jobs in the states of Haryana & Himachal Pradesh.

3) We declare that we are capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI/ Purchase Order. We have the capability to execute the New RVI ARC Contract.

4)

We are registered/ enlisted vendors of BPCL. Yes/No (please tick as applicable) (a) Date of Registration/ enlistment letter (b) BPCL office from where the registration/ enlistment is issued (c) Registration/ enlistment letter issued by (d) Copy of Registration/ enlistment letter enclosed Yes/No (please tick as applicable) `

5)

We have a valid PF Registration. Yes/No (please tick as applicable) (a) PF Registration Document Number (b) PF Registration Document date (c) PF Registration document Issued by (d) Copy of PF Registration Document enclosed Yes/No (please tick as applicable)

6)

We have a valid SERVICE TAX Registration. Yes/No (please tick as applicable) (a) SERVICE TAX Registration Document Number (b) SERVICE TAX Registration Document date (c) SERVICE TAX Registration document Issued by (d) Copy of SERVICE TAX Registration Document enclosed Yes/No (please tick as applicable)

7)

OPTION I HARYANA HIMACHAL We do not have a valid VAT Registration for carrying out jobs in the state of Haryana/ Himachal Pradesh. However, this is to confirm that in case job is awarded to us, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI. If we default on this, BPCL office can, at its discretion, invoke clauses 24 & 25 of the General Conditions of Tender.

Yes/No (please tick as

applicable)

Yes/No (please tick as

applicable)

OR

OPTION II HARYANA HIMACHAL I/We have a valid VAT Registration. Yes/No (please tick as applicable) Yes/No (please tick as applicable)

(a) VAT Registration Document Number (b) VAT Registration Document date (c) VAT Registration document Issued by (d) Copy of VAT Registration Document enclosed

8) I/We declare that we have had a satisfactory track record of performance. We have not been blacklisted by any BPCL Office, nor are we currently on the holiday list of any BPCL Office.

Yes/No (please tick as applicable)

9) I/We have in the past, executed NEW RVI works at at least 10 BPCL Retail Outlets. We have enclosed Documents in support of our Pre Qualifying Experience, as per Annexure VII, Declaration III.

Yes/No (please tick as applicable)

10) I/We have thoroughly gone through the Integrity Pact document & we have signed & stamped on all Pages of the document. The same is enclosed along with our submission.

11) I/WE declare that all the above statements have been made true to facts. If any of the statements is found in variance with facts at any later date, we fully understand that BPCL Office can take disciplinary action as it deems fit. We shall produce the entire original documents for verification if & when, so demanded by your office.

Note A: (Between Points 7, OPTION I & OPTION II above, please strike out whichever is not applicable. This means that if VAT registration is already available, then details of the same have to be provided in the declaration & copy of the VAT registration is to be enclosed & OPTION I has to be struck out. Or if VAT Registration is not available, please strike out OPTION II. If point 7 OPTION II is left blank, it will be construed that the vendor has opted for commitment mentioned in OPTION I.) Note B: To help the tenderers fill out the declaration form appropriately, we have compiled an illustration. Please note that all pertinent details are filled in by the tenderers exactly as per the illustration. Note C: To further help the tenderers, with the Pre-Qualification, a check list has also been enclosed. BPCL Tender opening committee shall use this check list to evaluate the bids. The check list clearly indicates the critical parameters on which the bids shall be accepted or rejected. Tenderers are therefore requested to refer the illustrations & the check lists to ensure eligibility. Note D: The illustrations & checklists have been provided to give complete clarity & eliminate any ambiguity regarding the parameters of evaluation. Evaluations shall strictly follow the check lists provided in this document. Note E: All supporting documents have to be scanned and uploaded on the E-Portal for submission.

Rajesh Mathur
Typewriter
Page 19 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

REQUEST FOR QUOTATION CRFQ -1000137330

Annexure V – Declaration I (Illustration)

Date: - 11th

May 2011 To, AMM Haryana & Himachal BHARAT PETROLEUM CORPORATION LIMITED, BPCL PANIPAT INSTALLATION, NEAR PANIPAT REFINERY, BAHOLI, PANIPAT, HARYANA - 132140 Subject: - Declaration of Facts & Submission of PQ Bid Documents pertaining to CRFQ No.:- 1000137330, Annual rate contract for New RVI at BPCL retail outlets in Haryana & Himachal Pradesh Dear Sir, In respect of the subject as above, I/ We, the undersigned, declare the following details, to best of my/ our knowledge:-

1) Email ID (The email ID should be valid for the full tender period and the information shared/ advise issued/ other mails sent to this ID shall be treated as official communication from either sides) :* [email protected]

2) We declare that we are ready & willing to carry out jobs in the states of Haryana & Himachal Pradesh.

3) We declare that we are capable of mobilizing resource, manpower & infrastructure at the site, within a maximum of 20 days of award of LOI/ Purchase Order. We have the capability to execute the New RVI ARC Contract.

4)

We are registered vendors of BPCL. √Yes/No (please tick as applicable) (a) Date of Registration letter Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx (b) BPCL office from where the registration letter is issued Xyz territory officeXyz territory officeXyz territory officeXyz territory office

(c) Registration letter issued by Xyz TM RetailXyz TM RetailXyz TM RetailXyz TM Retail (d) Copy of Registration letter enclosed √Yes/No (please tick as applicable)

5)

We have a valid PF Registration. √Yes/No (please tick as applicable) (a) PF Registration Document Number 123abc123abc123abc123abc

(b) PF Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx (c) PF Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz (d) Copy of PF Registration Document enclosed √Yes/No (please tick as applicable)

6)

We have a valid SERVICE TAX Registration. √Yes/No (please tick as applicable) (a) SERVICE TAX Registration Document Number 123abc123abc123abc123abc

(b) SERVICE TAX Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx (c) SERVICE TAX Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz

(d) Copy of SERVICE TAX Registration Document enclosed √Yes/No (please tick as applicable)

7)

OPTION I HARYANA HIMACHAL We do not have a valid VAT Registration for carrying out jobs in the state of Haryana/ Himachal Pradesh. However, this is to confirm that in case job is awarded to us, VAT Registration shall be applied for & a copy of the Application receipt shall be submitted to this office within 25 working days of award of LOI. If we default on this, BPCL office can, at its discretion, invoke clauses 24 & 25 of the General Conditions of Tender.

Yes (please tick as

applicable)

Yes (please tick as

applicable)

OR

OPTION II HARYANA HIMACHAL I/We have a valid VAT Registration. Yes/No (please tick as applicable) Yes/No (please tick as applicable)

(e) VAT Registration Document Number 123abc123abc123abc123abc 123abc123abc123abc123abc (f) VAT Registration Document date Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx Xx/xx/xxxxXx/xx/xxxxXx/xx/xxxxXx/xx/xxxx

(g) VAT Registration document Issued by Department xyzDepartment xyzDepartment xyzDepartment xyz Department xyzDepartment xyzDepartment xyzDepartment xyz (h) Copy of VAT Registration Document enclosed √Yes/No (please tick as applicable) √Yes/No (please tick as applicable)

8) I/We declare that we have had a satisfactory track record of performance. We have not been blacklisted by any BPCL Office, nor are we currently on the holiday list of any BPCL Office.

√Yes/No (please tick as applicable)

9) I/We have in the past, executed NEW RVI works at at least 10 BPCL Retail Outlets. We have enclosed Documents in support of our Pre Qualifying Experience, as per Annexure VII, Declaration III.

√Yes/No (please tick as applicable)

10) I/We have thoroughly gone through the Integrity Pact document & we have signed & stamped on all Pages of the document. The same is enclosed along with our submission.

11) I/WE declare that all the above statements have been made true to facts. If any of the statements is found in variance with facts at any later date, we fully understand that BPCL Office can take disciplinary action as it deems fit. We shall produce the entire original documents for verification if & when, so demanded by your office.

Note A: (Between Points 7, OPTION I & OPTION II above, please strike out whichever is not applicable. This means that if VAT registration is already available, then details of the same have to be provided in the declaration & copy of the VAT registration is to be enclosed & OPTION I has to be struck out. Or if VAT Registration is not available, please strike out OPTION II. If point 7 OPTION II is left blank, it will be construed that the vendor has opted for commitment mentioned in OPTION I.) Note B: To help the tenderers fill out the declaration form appropriately, we have compiled an illustration. Please note that all pertinent details are filled in by the tenderers exactly as per the illustration. Note C: To further help the tenderers, with the Pre-Qualification, a check list has also been enclosed. BPCL Tender opening committee shall use this check list to evaluate the bids. The check list clearly indicates the critical parameters on which the bids shall be accepted or rejected. Tenderers are therefore requested to refer the illustrations & the check lists to ensure eligibility. Note D: The illustrations & checklists have been provided to give complete clarity & eliminate any ambiguity regarding the parameters of evaluation. Evaluations shall strictly follow the check lists provided in this document. Note E: All supporting documents have to be scanned and uploaded on the E-Portal for submission.

Illustration – For strict Compliance by tenderers please.

Rajesh Mathur
Typewriter
Page 20 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

ANNEXURE VI

(To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

INTEGRITY PACT

Between Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal",

And

………………………...……………………..hereinafter referred to as "The

Bidder/Contractor/Supplier"

Preamble The Principal intends to award, under laid down organization procedures, contract/s for Annual Rate Contract for New RVI jobs at Retail Outlets in the IN THE STATES OF HARYANA & HIMACHAL PRADESH, CRFQ Reference 1000137330.The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitments of the Principal (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles: a) No employee of the Principal, personally or through family members, will in connection with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled to. b) The Principal will, during the tender process, treat all Bidders with equity and reason. The Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution

c) The Principal will exclude from the process all known prejudiced persons. (2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions. Section 2 - Commitments of the Bidder / Contractor/Supplier (1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution. a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person, any material or immaterial benefit which he/she is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract. b) The Bidder / Contractor/Supplier will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

Rajesh Mathur
Typewriter
Page 21 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

c) The Bidder / Contractor/Supplier will not commit any offence under the relevant Anti-Corruption Laws of India; further the Bidder / Contractor/Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically. d) The Bidder / Contractor/Supplier will, when presenting his bid, disclose any and all payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. (2) The Bidder / Contractor/Supplier will not instigate third persons to commit offences outlined above or be an accessory to such offences. Section 3 - Disqualification from tender process and exclusion from future contracts If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. (1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is also entitled to exclude the Bidder / Contractor/Supplier from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years. (2) A transgression is considered to have occurred if the Principal after due consideration of the available evidences, concludes that no reasonable doubt is possible. (3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice. (4) If the Bidder / Contractor/Supplier can prove that he has restored / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely. Section 4 - Compensation for Damages (1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security. (2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/Supplier liquidated damages equivalent to Security Deposit / Performance Bank Guarantee. (3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder / Contractor/Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder / Contractor/Supplier shall compensate the Principal only to the extent of the damage in the amount proved. Section 5 - Previous Transgression (1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process. (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason. Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/ Subcontractors (1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

Rajesh Mathur
Typewriter
Page 22 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors/Suppliers and Subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or violate its provisions. Section 7 – Punitive Action against violating Bidders / Contractors / Suppliers/ Subcontractors If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office. Section 8 - Independent External Monitors (1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement. (2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal. (3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with confidentially. (4) The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/Contractor/Supplier. The parties offer to the Monitor the option to participate in such meetings. (5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder/Contractor/Supplier to present its case before making its recommendations to the Principal. (6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations. (7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India. (8) The word 'Monitor' would include both singular and plural. Section 9 - Pact Duration This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the Principal. Section 10 - Other provisions (1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.

Rajesh Mathur
Typewriter
Page 23 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made. (3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this agreement must be signed by all partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

For the Principal

For the Bidder/Contractor/ Supplier

Place

Witness 1 : ………………………………………. (Signature/Name/Address)

Date

Witness 2 : ………………………………………. (Signature/Name/Address)

Rajesh Mathur
Typewriter
Page 24 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

Annexure VII – E TENDERING DSC FORM

Introduction to BPCL e-procurement system - https://bpcl.eproc.in

Bharat Petroleum Corporation Limited is introducing online submission of bids through its e-procurement portal on https://bpcl.eproc.in. This is a major leap towards demonstrating transparency of our working & also towards extending equal opportunity to vendors for getting award of jobs. This is also an expectation of the Government of India, from all PSU Companies. Hence in the near future, we shall completely shift over to inviting quotations for our projects through the E-Tendering route. In this scheme of things, we shall host our tenders on the BPCL E Procurement website. Vendors will have to quote their bids on the Web itself. We have enclosed procedure & application form for Digital Signing Certificate (DSC Form) with this tender document. A brief on the same has been compiled for the benefit of vendors as below. We request you to kindly go through the contents of this note. We request you to submit the DSC Application form along with your Bids. This however is not a mandatory requirement for evaluation of this Tender & will not affect your bids for this tender in any manner. We however request you in your own interest, that due attention be paid to this note, since future tender enquiries shall compulsorily require you to place your bids on our portals, which can only be done if you have your DSC in place. A separate label has been provided with this document, to enable you to place your DSC Applications in a separate envelope for submission to us.

To participate on tenders hosted by BPCL on eprocurement site, Vendors are required to have a digital

certificate and do “Enrollment” (Register on site) by creating one User Id on the above site.

To know about the System requirements to work on this portal please download the “New User Instruction

Manual" that is available on Home Page of this portal. Complete Registration process is described in this help

manual.

After creating “User Id” please ask your concerned BPCL officer to approve the same. After approval vendors

can participate in online tenders.

To get the Digital Signing Certificate you have to complete the registration form attached herewith, and please

furnish the necessary documents in hard copy.

The Documents and the required amount of DD as defined below may be submitted to this office, along with

this tender bid, in a separate envelope appropriately labelled or you may directly reach it to: C1 India Pvt. Ltd.

Pradeep Malik C1 India Pvt Ltd.

C-104, Sector-2, Noida,

U.P.-201301, India

Tel: +91-120-4746800

Fax: +91-120-4746810

Mobile: 09958007061

(NOTE: Please mention the BPCL Division Name also on the envelope for which you are participating). Digital Certificate Registration Form details are as below: This form contains 4 sheets divided in two parts: Form A- (Sheet 1) and Form B- (Sheet 2) details as below: Form A: Sheet 1: Fill Applicant’s Details on the 1st sheet from Point No. 1 to 7. Form B: Sheet 2: Fill Organization details. Sheet 3: Authorization letter, required on your company letterhead. Sheet 4: List of documents required along with the registration form. ------------------------------------------------------------- Kindly note the following is the break up for issuing Digital Certificate and USB Token: A) Price for issuing New Digital Certificate Cost of Digital Certificate : Rs. 1750

Rajesh Mathur
Typewriter
Page 25 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

Service Tax @ 10.30% : Rs. 180.25 ----------------------------- ---------------- Price : Rs 1931 -------------------------- ---------------- B) Price for Renewal of Digital Certificate Cost of Digital Certificate : Rs 1750 Service Tax @ 12.30% : Rs 180.25 -------------------------- --------------- Price : Rs 1931 -------------------------- --------------- C) Price for issuing USB Token Cost of USB Token : Rs 1690 VAT@ 4% : Rs 68 -------------------------- ----------- Price : Rs 1758 -------------------------- ----------- Digital Certificate Application fee for vendors with USB Token is Rs. 3706/- including tax. Payment is accepted through DD only. Please make DD in favour of "C1 India Pvt Ltd", Payable at Panipat. Documents Required: (A) Certified True Copy (From Company Secretary / A director / Partner of the organization) of any one:

o Certificate of Incorporation or o Memorandum and Article of Association or o Registered Partnership Deed or o Valid business license document

(B) Certified True Copy of any one:

o Annual Report or o Income Tax Return or o Statement of Income or o Letter from the Bank giving bank details of the organization

(C) These documents are mandatory:

� Authorization Letter in favour of the certificate applicant from the applicant organization (as per the format attached herewith)

� Latest photograph of the applicant � Copy of Applicant’s photo Id proof (Any one of PAN, Voter Id, Driving License)

Rajesh Mathur
Typewriter
Page 26 of 65

Vendor SAP Code_________Sign & Seal of Vendor_________________

GUIDELINES FOR BPCL EPROCUREMENT SYSTEM Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-procurement system on https://bpcl.eproc.in. How to submit On-line Bids / Offers electronically against E-Procurement tenders? Vendors / Bidders are advised to read the Instructions for participating in the electronic tenders directly through internet (Bid Submission Manuals are available on the above mentioned eprocurement site) Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement system. No bid can be submitted after the last date and time of submission has reached. (However if bidder intends to change the bid already entered may change / revise the same on or before the last date and time of submission deadline). The system time (IST) that will be displayed on e-Procurement web page shall be the time and no other time shall be taken into cognizance. Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid. No bid can be modified after the dead line for submission of bids. What is a Digital Signature? This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allot on a regular basis Digital Certificates, Documents which are signed digitally are legally valid documents as per the Indian IT Act (2000). Why is a Digital Signature required? In order to bid for BPCL e-tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India. The Digital Certificate is issued by CA in the name of a person authorized for filing Bids / Offers on behalf of his Company. A Vendor / Bidder can submit their Bids / Offers On-line only after digitally signing the bid / documents with the above allotted Digital Signatures. Submission of Documents Note: Vendor is required to save / store their bid documents for each item into their computers before submitting their bid into e-tender. Bidders shall make their own arrangement for e-bidding. The Price Bid has to be submitted online only. However, documents which necessarily have to be submitted in originals like EMD and any other documents mentioned in the tender documents have to be submitted offline. BPCL shall not be responsible in any way for failure on the part of the bidder to follow the instructions. Further BPCL in any case will not be responsible for inability of the bidder in participating in the event due to ignorance, failure in Internet connectivity or any other reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB) at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission. Submission and Opening of Bids Bid along with all the copies of documents should be submitted in e-form only through BPCL e-Procurement system. Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same.

Rajesh Mathur
Typewriter
Page 27 of 65

ANNEXURE VIII

PRICE BID DOCUMENT WITH COMPLETE

TECHNICAL SPECIFICATIONS CRFQ - 1000137330

Rajesh Mathur
Typewriter
Page 28 of 65

AMM HARYANA & HIMACHAL MANAGER CONSTRUCTION GROUP, PANIPAT BHARAT PETROLEUM CORPORATION LIMITED, PANIPAT INSTALLATION, NEAR IOC REFINERY, VILLAGE DADLANA, PANIPAT, HARYANA - 132140

ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

COLLECTIVE RFQ NO. 1000137330

LIMITED TENDER ENQUIRY.

20TH MAY 2011, 1500 Hrs.

19/04/2011

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

0180-2578881

PLEASE ENCLOSE THIS WITH THE PRICE BID

TENDER OPENING TIME:- 20TH MAY 2011, 1530 Hrs.

ONLINE BIDS ONLY

ANNEXURE VIII

Rajesh Mathur
Typewriter
Page 29 of 65

COLLECTIVE RFQ NO. 1000137330

20TH MAY 2011, 1500 Hrs.

ARC SHALL BE VALID FOR 1 YEAR FROM DATE OF SIGNING AGREEMENT

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

Rajesh Mathur
Typewriter
Page 30 of 65

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 31 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 32 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 33 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 34 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 35 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 36 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 37 of 65

VENDOR SAP CODE _______________________ SIGNATURE & SEAL OF THE VENDOR __________________

CRFQ No.:- 1000137330, ANNUAL RATE CONTRACT FOR NEW RVI WORKS AT BPCL RETAIL OUTLETS IN HARYANA & HIMACHAL PRADESH

PLEASE ENCLOSE THIS WITH THE PRICE BID

Rajesh Mathur
Typewriter
Page 38 of 65

Material/Services required at:

Panipat Installation

Bharat Petroleum Corporation Ltd.

Near IOC Refinery,Village Dadlana

Panipat Panipat- 132140

India_______________________________________________________________________ANNUAL RATE CONTRACT FOR NEW RVI SIGNAGES AT BPCL RETAIL OUTLETS in HARYANA &

HIMACHAL PRADESH.______________________________________________________________________________________________________________________________________________

NEW RVI Rewari Territory

All retail Outlets under the BPCL Rewari Retail Territory. These include the

retail outlets located in Haryana state, in the districts of Faridabad,

Hissar, Rohtak, Rewari, Palwal, Mewat, Mahendargarh, Jhajjar, Bhiwani, Sirsa,

Fatehabad, Gurgaon.

NEW RVI Ambala Territory - Haryana Area

All retail Outlets under the BPCL Ambala Retail Territory. These include the

retail outlets located in Haryana state, in the districts of Sonepat, Panipat,

Karnal, Kaithal, Kurukshetra, Jind, Yamunanagar, Ambala, Panchkula.

NEW RVI Ambala Territory - Himachal Area

All retail Outlets under the BPCL Ambala Retail Territory. These include the

retail outlets located in Himachal Pradesh state, in all the districts.

NOTE:

(1) Canopy fascia - per RM, Total RM will be perimeter of top fascia, i.e.

Blue fascia.

(2) Canopy Column Arches:- The rate for arches on canopy column are for one

arch each (i.e. one no.) and not one set (1 set = 2 arches).

(3) Column cladding - per RM of height per column, total height is height from

cladding lowest end to highest end.

(4) Sales room fascia -

a). Per Square metre of Yellow- total area is what is visible to eye, in the

Front Elevation plane,

To,

BPCL ESTIMATE

MUMBAI . India - 400038.

Ph:,Fax:.

Vendor Code:300648

Quotation Due Date/Time:20.05.2011

For Bharat Petroleum Corporation Ltd.

Change to Collective RFQ Number/ Purchase Group

1000137330 / E76-CONS GRP PANIPAT

Contact person/Telephone

Fax :

Email:

Our ref.:

RFQ No/Date: 6000479626 / 19.04.2011

Page 1 of 5

Rajesh Mathur
Typewriter
Page 39 of 65

b). Per square metre of white (wherever white possible; please refer standard

drawing)-total area is what is visible to eye in the Front Elevation Plane.

c). Per square metre of Blue- total area is what is visible to eye in the

front elevation plane.

d). White vinyl letters are included in the rate.

(5) BPC reserves the right to get ACM sample checked and tested by original

supplier for its original verification at the cost of the successful vendors.

(6) Dimensional checks including flatness and levels will be done after

erection of item at RPO, all correlation with code will also be done at RPO.

(7) If the quality of material or workmanship is not found satisfactory, the

job will stand rejected and BPCL shall not be liable to pay any compensation

for this.

(8)Vendor will submit proof of ACM procurement from approved source.

(9) ACM peel cover will be removed at the RPO, after the item is erected. This

will be done in the presence of BPC staff.

MAKE OF ACM

1. Imported ACM: ACM should be imported from abroad from approved

manufacturers Mitsubishi, Alcan or Alcoa etc. as specified and approved by

BPCL. ACM manufactured in India by these companies of same specifications (RVI

vendors shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing, before procuring

the material.

(a) ACM sheets to be procured from any one of the following vendors as

per the specifications approved by BPCL.

(b) M/s. Alcoa Architectural Products Merxheim, 1, Rue DU Ballon,

F-68500, Merxhein, France.

(c) M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen GMBH,

Alusingen # Platz-1, 78221, Singen, Germany.

(d) M/s. Mitsubishi Chemical Functional Products Inc. Composite material

Division, Tekko Building, No.1, 8-2, Marunouchi 1- Chome Chiyoda-ku,

Tokyo-100-0005, Japan.

2. Indigenous ACM: ACM should be supplied from India by Mitsubishi, Alcan or

Alcoa or Fujibond or Prima Plastics (Aluma Brand) or any other Indian

manufacturer approved by BPC HQ, such that the sandwiching of aluminium skins

is done in India, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 2 of 5

Rajesh Mathur
Typewriter
Page 40 of 65

before procuring the material._______________________________________________________________________*** Text changed ***

*** Quotat. subm. deadline changed ***

Grand Total

In figure:

In Words :

_______________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 3 of 5

Rajesh Mathur
Typewriter
Page 41 of 65

TERMS & CONDITIONS_______________________________________________________________________Important Notice_______________________________________________________________________Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,

Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc.

as applicable.

003 In case you are unable to quote, kindly send the quotation with a

regret for our records. Non-receipt of a regret will adversely

affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and

signature.

005 Your quotation must be strictly in enclosed envelope

indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code

Collective RFQ Number & RFQ Number.

To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 4 of 5

Rajesh Mathur
Typewriter
Page 42 of 65

-------Tear off Portion to be pasted on the envelope containing offer------------

_______________________________________________________________________Collective RFQ No. : 1000137330

Our Reference: Due Date : 20.05.2011

RFQ No. : 6000479626

Subject:

To,

_______________________________________________________________________

To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 5 of 5

Rajesh Mathur
Typewriter
Page 43 of 65

Material/Services required at:

Panipat Installation

Bharat Petroleum Corporation Ltd.

Near IOC Refinery,Village Dadlana

Panipat Panipat- 132140

India_______________________________________________________________________ANNUAL RATE CONTRACT FOR NEW RVI SIGNAGES AT BPCL RETAIL OUTLETS in HARYANA &

HIMACHAL PRADESH.______________________________________________________________________________________________________________________________________________

NEW RVI Rewari Territory

All retail Outlets under the BPCL Rewari Retail Territory. These include the

retail outlets located in Haryana state, in the districts of Faridabad,

Hissar, Rohtak, Rewari, Palwal, Mewat, Mahendargarh, Jhajjar, Bhiwani, Sirsa,

Fatehabad, Gurgaon.

NEW RVI Ambala Territory - Haryana Area

All retail Outlets under the BPCL Ambala Retail Territory. These include the

retail outlets located in Haryana state, in the districts of Sonepat, Panipat,

Karnal, Kaithal, Kurukshetra, Jind, Yamunanagar, Ambala, Panchkula.

NEW RVI Ambala Territory - Himachal Area

All retail Outlets under the BPCL Ambala Retail Territory. These include the

retail outlets located in Himachal Pradesh state, in all the districts.

NOTE:

(1) Canopy fascia - per RM, Total RM will be perimeter of top fascia, i.e.

Blue fascia.

(2) Canopy Column Arches:- The rate for arches on canopy column are for one

arch each (i.e. one no.) and not one set (1 set = 2 arches).

(3) Column cladding - per RM of height per column, total height is height from

cladding lowest end to highest end.

(4) Sales room fascia - Per RM of Yellow, total length is what is visible to

eye, per RM of white (wherever white possible; please refer standard drawing,

total length is what is visible to eye. Per RM of Blue, total length is what

is visible to eye. White vinyl letters are included in the RM rate.

(a) BPC reserves the right to get ACM sample checked and tested by original

To,

BPCL ESTIMATE

MUMBAI . India - 400038.

Ph:,Fax:.

Vendor Code:300648

Quotation Due Date/Time:11.05.2011

For Bharat Petroleum Corporation Ltd.

REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group

1000137330 / E76-CONS GRP PANIPAT

Contact person/Telephone

Fax :

Email:

Our ref.:

RFQ No/Date: 6000479626 / 19.04.2011

Page 1 of 22

Rajesh Mathur
Typewriter
20.05.2011
Rajesh Mathur
Typewriter
(4) Sales Room Facia - This has been revised. Pease refer Page 39-40 of this document.
Rajesh Mathur
Typewriter
Page 44 of 65

supplier for its original verification at the cost of the successful vendors.

(b) Dimensional checks including flatness and levels will be done after

erection of item at RPO, all correlation with code will also be done at RPO.

(c) If the quality of material or workmanship is not found satisfactory, the

job will stand rejected and BPCL shall not be liable to pay any compensation

for this.

(d)Vendor will submit proof of ACM procurement from approved source.

(e) ACM peel cover will be removed at the RPO, after the item is erected. This

will be done in the presence of BPC staff.

_______________________________________________________________________Item Material Qty Unit Unit rate (in Figures)

Description Delivery date_______________________________________________________________________00010 NEW RVI Ambala, Rewari Territory-Haryana 30.06.2012_______________________________________________________________________ The item 00010 covers the following services:

10 9008817 900 RM

RVI-NON LIT 7M FASCIA (RUNNING METER)

Providing and Fixing Canopy fascia (non - lit) with 7mt waves using imported

ACM with bottom white approved Indian make ACM flashing and with frame made of

25mm square MS pipes of 2mm thick with external powder coating (white colour

only) outside as per our standard drawing & specifications. _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 2 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 45 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________

Service Item 10: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 20 9008816 400 RM

RVI-NON LIT 6M FASCIA (RUNNING METER)

Providing and Fixing Canopy fascia (non - lit) with 6/8mt waves using imported

ACM with bottom white approved Indian make ACM flashing and with frame made of

25mm square MS pipes of 2mm thick with external powder coating (white colour

only) outside as per our standard drawing & specifications _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 20: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 30 9008698 3,800 RM

RVI-LIT 7M FASCIA (RUNNING METER)

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 3 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 46 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________Providing and Fixing Canopy/ Sales building fascia with 7mt waves with

imported ACM including top GI cover of 1mm thick ( min 400mm wide) with bottom

white approved indian make ACM flashing and Canopy / Sales Building Fascia

Tube lights with Copper Ballast of Bajaj/Crompton/Phillips/Wipro and with

frame made of 25mm square MS pipes of 2mm thick with external powder coating

(white colour only) outside as per our standard drawings & specifications _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 30: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 40 9008697 400 RM

RVI-LIT 6M FASCIA (RUNNING METER)

Providing and Fixing Canopy/ Sales building fascia with 6/8mt waves with

imported ACM including top GI cover of 1mm thick ( min 400mm wide) with bottom

white approved indian make ACM flashing and Canopy / Sales Building Fascia

Tube lights with Copper Ballast of Bajaj/Crompton/Phillips/Wipro and with

frame made of 25mm square MS pipes of 2mm thick with external powder coating

(white colour only) outside as per our standard drawings & specifications _________________________________________________________________Make of ACM:

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 4 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 47 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 40: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 50 7007790 2,400 M2

Facia Sales Building FaciaYELL ACM IN M2 (Square meter)

.Yellow Horizontal ACM _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 5 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 48 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 50: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 60 7007851 750 M2

P&F White ACM flashing for Canopy Fascia (Square meter)

.Providing and fixing White ACM flashing for Canopy Fascia as per BPC's

standard specifications and drawing for New RVM

_________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 6 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 49 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 60: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 70 7008427 2,400 RM

Cladding INST COL CLAD INDI (RUNNING METER)

S/I of Column Cladding using Indigenous ACM of approved make with Polyster

coating for Retail Outlets.

_________________________________________________________________Providing and Fixing Column Cladding with approved Indian

ACM Eurobond/Aludecor or equivalent make, as approved by Corporation and as

per specification and drawings. _________________________________________________________________ _________________________________________________________________ Service Item 70: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 80 7008442 800 EA

SIGN . SUP NO SIGN (each)

EMBLEM POLE and SIGNAGES

.

Supplying of No Sign with back lit arrangement as per specifications and

drawings

_________________________________________________________________ _________________________________________________________________ Service Item 80: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 90 7007908 500 EA

SIGN . SIGNATURE FOR MPD (each)

SIGN . SIGNATURE FOR MPD

_________________________________________________________________Supplying and fixing 3mm Signature graphics for

MPD. Surface preparation : Surface preparation of

pump body panels as per enclosed surface

preparation guide of 3M. Signature Graphics :

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 7 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 50 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________Printing BPCL signature design on 3M scotchcal

3650-10 gasoline resistant vinyl using automatic /

semi automatic platform & serical ink INEL inks with

mandatory 59J clear coat. The final graphic to be

edge sealed with 3950 edge seal. It will carry a

warranty of 5 years provided 3M india. This

warranty will include colour fading, adhesive

property & shrinkage etc. Also Supplying and Fixing

Screen printed vinyl stickers of 3M or Avery make

for displaying product name on dispensing units.

Vinyl should be of gasoline resistant type. Ink used

should have 2 years weathering properties. _________________________________________________________________ _________________________________________________________________ Service Item 90: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 100 8000607 800 FT2

Pump Graphics-Any other model (Square foot)

"Providing pump graphics including cleaning & levelling the surface and

providing 2 coats of primer as per standard specification.The standard design

as given in Annexure II to be printed on 3M or Avery make vinyls using

automatic / semiautomatic screen printing platform with the inks and clear

coat as suggested by vinyl manufacturers. The final graphic displaying vinyl

to be edge sealed.

The opacity of such graphics and vinyl combined on a backlit surface will

require to be more than 98%.Such screen printing including vinyl will carry 5

years warranty for outdoor / indoor application, from vinyl supplier only.In

order to have combined warranty for vinyl and screen printing from vinyl

manufacturer i.e. 3M or Avery, screen printing and printers shall be as per

vinyl manufacturer advice. These screen-printed vinyls will have gasoline

resistance property as these are to be fixed in ""all the time vapour present

area"". The warranty will be against print quality failure, colour

fadind,adhesion loss and shrinkages etc."

Pump Graphics-Any other model

Any other model _________________________________________________________________ _________________________________________________________________ Service Item 100: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 110 7007733 800 EA

Arches (each)

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 8 of 22

Rajesh Mathur
Typewriter
Page 51 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________Arches : (2 per column) as per specification . Refer Drg No BP-RVI-CA-P03 TO

P05

_________________________________________________________________ _________________________________________________________________ Service Item 110: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 120 7007856 200 NO

S & Fixing Pump spreaders made of thermo (Number)

Supplying and fixing Pump spreaders made of thermoformed PETG in powdercoated

CRCA Steel frame and Al cover sheet with screen printed 3M Vinyl on PETG as

per BPC's standard specifications and drawing for New RVM

_________________________________________________________________PET-G material should be of Reliance Petroleum or as

approved by BPCL _________________________________________________________________ _________________________________________________________________ Service Item 120: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 130 7007715 240 PC

SIGN . SPRED EXT (Piece)

EMBLEM POLE & SIGNAGES

.

Spreader Extensions _________________________________________________________________ _________________________________________________________________ Service Item 130: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 140 7007734 120 EA

Air Signage Housing (each)

Air signage Housing as per specifications as per our

drawings/specificationsThe rate is inclusive of dismantling charges of the

existing facilities and to keep the same under safe custody as directed by

Engineer/CG in charge.The rate is inclusive of steel frame work as per the

drawings.

_________________________________________________________________ _________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 9 of 22

Rajesh Mathur
Typewriter
Page 52 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________

Service Item 140: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 150 7008004 400 EA

Cladding COLUMN SKIRTING STAINLESS STEEL (each)

Column Skirting using Stainless Steel at the botom of the column as per

specifications and drawings

_________________________________________________________________ _________________________________________________________________ Service Item 150: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 160 7007719 120 PC

SIGN . BAN STFS (Piece)

EMBLEM POLE & SIGNAGES

.

Banner Stand FS (Floor Standing) _________________________________________________________________ _________________________________________________________________ Service Item 160: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 170 7007720 240 PC

SIGN . BAN STPM (Piece)

EMBLEM POLE & SIGNAGES

.

Banner Stand PM ( Pole Mounted) _________________________________________________________________ _________________________________________________________________ Service Item 170: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 180 7008005 200 EA

SIGN SPREADER CONJOINMENT (each)

Suppling & Installing Spreader Conjoint as per specifications (sheet no. 14 &

17) and drawings (BP--RVI-SP-STR-1 & BP--RVI-SP-STR-1) attached.

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 10 of 22

Rajesh Mathur
Typewriter
Page 53 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________

_________________________________________________________________ _________________________________________________________________ Service Item 180: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 190 7008446 200 EA

SIGN . SUP DEALER NAME (each)

EMBLEM POLE and SIGNAGES

.

Supplying of Dealer Name Unit _________________________________________________________________ _________________________________________________________________ Service Item 190: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

_______________________________________________________________________Service Tax%____________ VAT%________________ CST%________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________00020 NEW RVI Ambala Territory - Himachal Area 30.06.2012_______________________________________________________________________ The item 00020 covers the following services:

10 9008817 80 RM

RVI-NON LIT 7M FASCIA (RUNNING METER)

Providing and Fixing Canopy fascia (non - lit) with 7mt waves using imported

ACM with bottom white approved Indian make ACM flashing and with frame made of

25mm square MS pipes of 2mm thick with external powder coating (white colour

only) outside as per our standard drawing & specifications. _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 11 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 54 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 10: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 20 9008816 80 RM

RVI-NON LIT 6M FASCIA (RUNNING METER)

Providing and Fixing Canopy fascia (non - lit) with 6/8mt waves using imported

ACM with bottom white approved Indian make ACM flashing and with frame made of

25mm square MS pipes of 2mm thick with external powder coating (white colour

only) outside as per our standard drawing & specifications _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 12 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 55 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________before procuring the material. _________________________________________________________________ _________________________________________________________________

Service Item 20: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 30 9008698 80 RM

RVI-LIT 7M FASCIA (RUNNING METER)

Providing and Fixing Canopy/ Sales building fascia with 7mt waves with

imported ACM including top GI cover of 1mm thick ( min 400mm wide) with bottom

white approved indian make ACM flashing and Canopy / Sales Building Fascia

Tube lights with Copper Ballast of Bajaj/Crompton/Phillips/Wipro and with

frame made of 25mm square MS pipes of 2mm thick with external powder coating

(white colour only) outside as per our standard drawings & specifications _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 30: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 40 9008697 80 RM

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 13 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 56 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________RVI-LIT 6M FASCIA (RUNNING METER)

Providing and Fixing Canopy/ Sales building fascia with 6/8mt waves with

imported ACM including top GI cover of 1mm thick ( min 400mm wide) with bottom

white approved indian make ACM flashing and Canopy / Sales Building Fascia

Tube lights with Copper Ballast of Bajaj/Crompton/Phillips/Wipro and with

frame made of 25mm square MS pipes of 2mm thick with external powder coating

(white colour only) outside as per our standard drawings & specifications _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 40: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 50 7007790 200 M2

Facia Sales Building FaciaYELL ACM IN M2 (Square meter)

.Yellow Horizontal ACM _________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 14 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 57 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 50: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 60 7007851 80 M2

P&F White ACM flashing for Canopy Fascia (Square meter)

.Providing and fixing White ACM flashing for Canopy Fascia as per BPC's

standard specifications and drawing for New RVM

_________________________________________________________________Make of ACM:

# Imported ACM: ACM should be imported from abroad from

approved manufacturers Mitsubishi, Alcan or Alcoa etc. as

specified and approved by BPCL. ACM manufactured in India

by these companies of same specifications (RVI vendors

shall ensure the same) should be approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material.

# ACM sheets to be procured from any one of the following

vendors as per the specifications approved by BPCL.

# M/s. Alcoa Architectural Products Merxheim, 1,

Rue DU Ballon, F-68500, Merxhein, France.

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 15 of 22

Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Make of ACM - This has been revised. Pease refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 58 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________# M/s. Alcan Alcobond (Far East) PTE Ltd. M/s. Alcan Singen

GMBH, Alusingen # Platz-1, 78221, Singen, Germany.

# M/s. Mitsubishi Chemical Functional Products Inc. Composite

material Division, Tekko Building, No.1, 8-2, Marunouchi 1-

Chome Chiyoda-ku, Tokyo-100-0005, Japan.

# Indigenous ACM: ACM should be supplied from India by

Mitsubishi, Alcan or Alcoa or Fujibond or Prima Plastics (Aluma

Brand) or any other Indian manufacturer approved by BPC HQ,

such that the sandwiching of aluminium skins is done in India

with imported PVDF coil, as specified and approved by BPCL.

Successful vendor should confirm the ACM supplier in writing,

before procuring the material. _________________________________________________________________ _________________________________________________________________ Service Item 60: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 70 7008427 60 RM

Cladding INST COL CLAD INDI (RUNNING METER)

S/I of Column Cladding using Indigenous ACM of approved make with Polyster

coating for Retail Outlets.

_________________________________________________________________Providing and Fixing Column Cladding with approved Indian

ACM Eurobond/Aludecor or equivalent make, as approved by Corporation and as

per specification and drawings. _________________________________________________________________ _________________________________________________________________ Service Item 70: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 80 7008442 30 EA

SIGN . SUP NO SIGN (each)

EMBLEM POLE and SIGNAGES

.

Supplying of No Sign with back lit arrangement as per specifications and

drawings

_________________________________________________________________ _________________________________________________________________ Service Item 80: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 16 of 22

Rajesh Mathur
Typewriter
Make of ACM - This item has been revised. Please refer Page 40 of this document.
Rajesh Mathur
Typewriter
Page 59 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________

90 7007908 20 EA

SIGN . SIGNATURE FOR MPD (each)

SIGN . SIGNATURE FOR MPD

_________________________________________________________________Supplying and fixing 3mm Signature graphics for

MPD. Surface preparation : Surface preparation of

pump body panels as per enclosed surface

preparation guide of 3M. Signature Graphics :

Printing BPCL signature design on 3M scotchcal

3650-10 gasoline resistant vinyl using automatic /

semi automatic platform & serical ink INEL inks with

mandatory 59J clear coat. The final graphic to be

edge sealed with 3950 edge seal. It will carry a

warranty of 5 years provided 3M india. This

warranty will include colour fading, adhesive

property & shrinkage etc. Also Supplying and Fixing

Screen printed vinyl stickers of 3M or Avery make

for displaying product name on dispensing units.

Vinyl should be of gasoline resistant type. Ink used

should have 2 years weathering properties. _________________________________________________________________ _________________________________________________________________ Service Item 90: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 100 8000607 10 FT2

Pump Graphics-Any other model (Square foot)

"Providing pump graphics including cleaning & levelling the surface and

providing 2 coats of primer as per standard specification.The standard design

as given in Annexure II to be printed on 3M or Avery make vinyls using

automatic / semiautomatic screen printing platform with the inks and clear

coat as suggested by vinyl manufacturers. The final graphic displaying vinyl

to be edge sealed.

The opacity of such graphics and vinyl combined on a backlit surface will

require to be more than 98%.Such screen printing including vinyl will carry 5

years warranty for outdoor / indoor application, from vinyl supplier only.In

order to have combined warranty for vinyl and screen printing from vinyl

manufacturer i.e. 3M or Avery, screen printing and printers shall be as per

vinyl manufacturer advice. These screen-printed vinyls will have gasoline

resistance property as these are to be fixed in ""all the time vapour present

area"". The warranty will be against print quality failure, colour

fadind,adhesion loss and shrinkages etc."

Pump Graphics-Any other model

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 17 of 22

Rajesh Mathur
Typewriter
Page 60 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________Any other model _________________________________________________________________ _________________________________________________________________

Service Item 100: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 110 7007733 30 EA

Arches (each)

Arches : (2 per column) as per specification . Refer Drg No BP-RVI-CA-P03 TO

P05

_________________________________________________________________ _________________________________________________________________ Service Item 110: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 120 7007856 20 NO

S & Fixing Pump spreaders made of thermo (Number)

Supplying and fixing Pump spreaders made of thermoformed PETG in powdercoated

CRCA Steel frame and Al cover sheet with screen printed 3M Vinyl on PETG as

per BPC's standard specifications and drawing for New RVM

_________________________________________________________________PET-G material should be of Reliance Petroleum or as

approved by BPCL _________________________________________________________________ _________________________________________________________________ Service Item 120: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 130 7007715 20 PC

SIGN . SPRED EXT (Piece)

EMBLEM POLE & SIGNAGES

.

Spreader Extensions _________________________________________________________________ _________________________________________________________________ Service Item 130: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 140 7007734 5 EA

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 18 of 22

Rajesh Mathur
Typewriter
Page 61 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________Air Signage Housing (each)

Air signage Housing as per specifications as per our

drawings/specificationsThe rate is inclusive of dismantling charges of the

existing facilities and to keep the same under safe custody as directed by

Engineer/CG in charge.The rate is inclusive of steel frame work as per the

drawings.

_________________________________________________________________ _________________________________________________________________ Service Item 140: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 150 7008004 50 EA

Cladding COLUMN SKIRTING STAINLESS STEEL (each)

Column Skirting using Stainless Steel at the botom of the column as per

specifications and drawings

_________________________________________________________________ _________________________________________________________________ Service Item 150: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 160 7007719 10 PC

SIGN . BAN STFS (Piece)

EMBLEM POLE & SIGNAGES

.

Banner Stand FS (Floor Standing) _________________________________________________________________ _________________________________________________________________ Service Item 160: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 170 7007720 10 PC

SIGN . BAN STPM (Piece)

EMBLEM POLE & SIGNAGES

.

Banner Stand PM ( Pole Mounted) _________________________________________________________________ _________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 19 of 22

Rajesh Mathur
Typewriter
Page 62 of 65

Item Material Qty Unit Unit rate (in Figures)Description Delivery date_______________________________________________________________________

Service Item 170: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 180 7008005 10 EA

SIGN SPREADER CONJOINMENT (each)

Suppling & Installing Spreader Conjoint as per specifications (sheet no. 14 &

17) and drawings (BP--RVI-SP-STR-1 & BP--RVI-SP-STR-1) attached.

_________________________________________________________________ _________________________________________________________________ Service Item 180: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

______________________________________________________________________________________________________________________________________________ 190 7008446 5 EA

SIGN . SUP DEALER NAME (each)

EMBLEM POLE and SIGNAGES

.

Supplying of Dealer Name Unit _________________________________________________________________ _________________________________________________________________ Service Item 190: Unit rate in words

_________________________________________________________________Amount in words (Quantity x Unit rate)

_______________________________________________________________________Service Tax%____________ VAT%________________ CST%________________

_____________________________________________________________________________________________________________________________________________________________________________________________________________________ Grand Total

In figure:

In Words :

_______________________________________________________________________

RFQ Number :6000479626 Date : 19.04.2011To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 20 of 22

Rajesh Mathur
Typewriter
Page 63 of 65

TERMS & CONDITIONS_______________________________________________________________________Important Notice_______________________________________________________________________Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,

Excise, S.T., Charges, Transport, Packing & forwarding, Octroi, etc.

as applicable.

003 In case you are unable to quote, kindly send the quotation with a

regret for our records. Non-receipt of a regret will adversely

affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and

signature.

005 Your quotation must be strictly in enclosed envelope

indicating Collective RFQ No., RFQ No. and due date.

006 For all future correspondences please mention the vendor code

Collective RFQ Number & RFQ Number.

007 Retention Money 10 % shall stand deducted from each and every

running bill submitted in the event of contract is awarded.

LIST OF ENCLOSURES

To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 21 of 22

Rajesh Mathur
Typewriter
Page 64 of 65

-------Tear off Portion to be pasted on the envelope containing offer------------

_______________________________________________________________________Collective RFQ No. : 1000137330

Our Reference: Due Date : 11.05.2011

RFQ No. : 6000479626

Subject:

To,

_______________________________________________________________________

To: BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Page 22 of 22

Rajesh Mathur
Typewriter
20
Rajesh Mathur
Typewriter
Page 65 of 65

Recommended