notice inviting e-tender for … ex chn_tender...the documents in physical form shall be submitted...

60
BPC/I&C/SR/12/BLACK OIL-CHN/2016 Page 1 BHARAT PETROLEUM CORPORATION LIMITED TERRITORY MANAGER (I&C), CHENNAI 1, RANGANATHAN GARDENS, OFF 11 TH MAIN ROAD, ANNA NAGAR, CHENNAI - 600 040 TEL NO: 044-26216869; 26142333. FAX NO. 044-26268389 NOTICE INVITING e-TENDER FOR TRANSPORTATION OF BULK FO / LDO EX BPC’s TONDIARPET / ENNORE TERMINALS, CHENNAI. TENDER NO. BPC/I&C/SR/12/BLACK OIL-CHN/2016 (Published on: 15.06.2016) Tender Name: e-Tender for Road Transportation of Bulk Furnace Oil (FO) & Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) Basis. Tender Meet: All eligible tenderers are invited to a pre-bid meeting for clarifications on tender conditions and e-bidding process on 24.06.2016 at 10:30 am at Bharat Petroleum Corporation Ltd.,1, Ranganathan Gardens, Off 11 th Main Road, Anna Nagar, Chennai - 600 040. e-Procurement System No. 13964 Last date / time for submission of tender bids: 05.07.2016 at 2:00 pm at the address given above. Tender bids Opening on: 05.07.2016 at 2:30 pm at the address given above. Period of Contract: 2 years from the date of award of contract with an option to extend for a further period of 1 year at the same terms & conditions at the sole discretion of BPCL Earnest Money Deposit (EMD): Rs.1,00,000/- (Rupees One lakh only) Tender Fees: Rs.1150/- (Rs One thousand one hundred fifty only) Contact Person: Territory Manager (I&C), Chennai Phone no. 044-26142333 e-mail id: [email protected]

Upload: others

Post on 16-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 1

BHARAT PETROLEUM CORPORATION LIMITED TERRITORY MANAGER (I&C), CHENNAI

1, RANGANATHAN GARDENS, OFF 11TH MAIN ROAD, ANNA NAGAR, CHENNAI - 600 040

TEL NO: 044-26216869; 26142333. FAX NO. 044-26268389

NOTICE INVITING e-TENDER FOR TRANSPORTATION OF BULK FO / LDO EX BPC’s TONDIARPET / ENNORE TERMINALS, CHENNAI.

TENDER NO. BPC/I&C/SR/12/BLACK OIL-CHN/2016 (Published on: 15.06.2016)

Tender Name: e-Tender for Road Transportation of Bulk Furnace Oil (FO) & Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) Basis.

Tender Meet:

All eligible tenderers are invited to a pre-bid meeting for clarifications on tender conditions and e-bidding process on 24.06.2016 at 10:30 am at Bharat Petroleum Corporation Ltd.,1, Ranganathan Gardens, Off 11

th Main Road, Anna

Nagar, Chennai - 600 040.

e-Procurement System No. 13964

Last date / time for submission of tender bids:

05.07.2016 at 2:00 pm at the address given above.

Tender bids Opening on: 05.07.2016 at 2:30 pm at the address given above.

Period of Contract: 2 years from the date of award of contract with an option to extend for a further period of 1 year at the same terms & conditions at the sole discretion of BPCL

Earnest Money Deposit (EMD): Rs.1,00,000/- (Rupees One lakh only)

Tender Fees: Rs.1150/- (Rs One thousand one hundred fifty only)

Contact Person: Territory Manager (I&C), Chennai Phone no. 044-26142333 e-mail id: [email protected]

Page 2: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 2

BHARAT PETROLEUM CORPORATION LIMITED TERRITORY MANAGER (I&C), CHENNAI

1, RANGANATHAN GARDENS, OFF 11TH

MAIN ROAD, ANNA NAGAR, CHENNAI - 600 040

TEL NO: 044-26216869; 26142333. FAX NO. 044-26268389

NOTICE INVITING e-TENDER FOR TRANSPORTATION OF BULK FO / LDO EX BPC’s TONDIARPET / ENNORE TERMINALS, CHENNAI.

TENDER NO. BPC/I&C/SR/12/BLACK OIL-CHN/2016

(Published on: 15.06.2016) E-bids are invited from eligible tenderers for Road Transportation of Bulk Furnace Oil / Light Diesel Oil ex BPC’s Tondiarpet / Ennore terminals for deliveries (i) Within FDZ (ii) Within State of Tamilnadu & (iii) Outside State on Delivery Assistance (DA) Basis. 1. Eligible tenderers are invited to submit their offer in a two-part bid for subject tender. 2. Please visit our website https://bpcleproc.in for participating in the tender and submit your bid online. For viewing / downloading the tender document, please visit our website https://www.bharatpetroleum.in/tender/view-tenders.aspx 3. The Bid consists of the following documents to be submitted on-line.

a) Credential / Technical Bid (Un-priced) b). Price Bid 4. Tender Document fee of Rs 1150/- (inclusive of Service tax + cess) is payable. 5. EMD of Rs. 1 Lakh shall be refunded after placement of work order and its acceptance by successful bidder. Bidders will have to provide Bank Details of their Banker as per our format. EMD shall be refunded to unsuccessful bidders. 6. The DD/Pay Order for EMD/Tender Document Fee should be in favour of Bharat Petroleum Corporation Ltd. payable at Chennai, drawn on any of the Scheduled/ Nationalized Bank.

7. As per order issued by “ Ministry of Micro, Small and Medium Enterprises” on 23.03.2012 on “Public Procurement Policy for Micro, Small and Medium Enterprises ( MSEs) order 2012”, those who have registered with Director of Industries Centres or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicraft and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises are exempted from paying tender fees and Earnest Money Deposit. Such bidders must produce a Notarized copy of MSE registration issued by any one of the authorities mentioned above, if they wish to avail exemption. EM (Part II) certificate, issued by DIC or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises is required for availing exemption from tender fees and EMD. 8. Non- Submission of EMD and Tender Fee or MSE registration certificate, only for those seeking exemption, on or before due date & time of e-tender to the officers mentioned below, shall entail disqualification and their bids cannot be opened in the system. 9. Tenderer is advised to refrain from submitting any false, forged documents, the penalty for

Page 3: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 3

which shall be termination and EMD /SD submitted shall be forfeited. 10. In case the bidder is not able to comply the positioning of Tank lorries within the stipulated period post issuance of LOI, the following will be applicable:

a) Full non-placement of tank lorries – Forfeiture of EMD including on holiday-listing for 2 years.

b) Partial non-placement of tank lorries – (i) Forfeiture of Rs. 1 lakh per lorry from Security Deposit – maximum upto Security Deposit amount. (ii) Withdrawal of LOI and cancellation of contract, if the full complement of the lorries allocated (even if one tank lorry) but not placed by the transporter.

11. Tenderer is also advised to go through the tender documents carefully and understand the terms and conditions completely before bidding. 12. The location wise estimated quantity of work mentioned is only indicative. BPCL does not commit / guarantee any minimum volumes of business. 13. The online portion of the tender shall have to be submitted through the e-procurement system on https://bpcleproc.in as per details below. 14. It is mandatory for the bidders to submit the following documents “on line” and in physical form “off-line documents” before the due date / time of the bid. The documents in physical form shall be submitted in a sealed envelope* at the following address:

Territory Manager (I&C), Chennai Bharat Petroleum Corporation Ltd, 1, Ranganathan Gardens, Off 11

th Main Road, Annanagar,

CHENNAI – 600 040.

Sr. No.

Particulars Submission of Documents Online Only

Submission of Physical Document as part of Technical/ credential Bid in sealed Envelope.

1 Tender documents along with Annexure 1 to 3 under Bidders Login ID through e-procurement system on https://bpcleproc.in

Annexure 1 – FO/LDO transportation contract Agreement along with Schedule B

Annexure 2 – Integrity Pact √

Annexure 3 – Indemnity Bond √

2 Particulars of Bidder as per Attachment-1 √

3 Statement in respect of own/attached tank lorry/lorries as per Attachment- 2

4 Covering letter as per Attachment 3 √

5 General Irrevocable Power of Attorney as per Attachment-4

6 Affidavit as per Attachment-5 √

7 Details of relationship with BPCL Directors as per Attachment-6

8 Caste Certificate (wherever applicable) issued by Competent Authority as per format in Attachment-7.

Page 4: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 4

9 Undertaking for Attached Tank lorry/lorries as per Annexure 8

10 Declaration in A B & C as per Attachment 9 √

11 Format of Bank Guarantee as per Attachment-10

12 Oil Industry Transport Discipline Guideline-2016 as per Annexure 11

13 Process Compliance Statement as Annexure 12 and 12 a.

14 Attested acknowledged copy of the latest Income Tax Return filed and the copy of PAN Card

15 Attested copy of previous 3 years audited annual report i.e. FY 2012-13, 2013-14 & 2014-15, showing annual turnover of more than Rs 25 Lakhs (Profit & Loss account / Balance sheet duly certified by auditor)

16 Attested copies of Partnership Deed or Certificate of Incorporation or Trading License

17 Attested copies of Trading License or Company registration certificate.

18 Self attested copies of RC book, fitness, route permit, Insurance of tank lorry/lorries offered, calibration certificate, etc.

19 Tender Fee by DD of Rs. 1150/- √ √ (*envelope)

20 EMD by DD of Rs. 1,00,000/- √ √ (*envelope)

21 Attested copy of MSE Registration (EM-II certificate)

√ (if

applicable)

√ (*envelope) (if applicable)

22 Tender Compliance Report √

*the sealed envelope must reach / be dropped in the Tender Box at the above address. 15. Tender is to be submitted online only at https://bpcleproc.in The bids received in any other form shall not be accepted (except documents as specified in point 14 above which are to be submitted physically before due date and time of tender) 16. Tenders submitted after the due date and time of closing of tender (i.e. after 2:00 pm on 15.06.2016) and / or not submitted in the prescribed format shall be rejected. BPCL does not take any responsibility for any delay in submission of online bid due to connectivity problem or non-availability of site and postal delay in submitting physical documents such as Tender fee, EMD and/or MSE registration certificate. No claims on this account shall be entertained. Bidders are requested to complete the bidding procedure well on time to avoid connectivity problem, if any. 17. The sealed envelope ( with Tender No. super-scribed) containing the EMD, Tender Fee or EM II certificate (only for those seeking exemption) should reach at above office before the due date and time of the tender. 18. The submission of online bid/Tender shall be up to 02:00 pm on 05.07.2016. 19. Price Bid (to be submitted online) shall be opened only for those tenderers whose credential bid / technical bid is found acceptable as defined in tender document and shall be advised separately to the tenderer who qualify in the credential / technical bid.

Page 5: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 5

20. The online portion of the tender shall have to be submitted through the e-procurement system on https://bpcleproc.in 21. The tender document with detailed terms and conditions is also available on our website https://www.bharatpetroleum.in/tender/view-tenders.aspx but the submission of tender is allowed only through the e-procurement system on https://bpcleproc.in 22. As a pre-requisite for participation in the tender, bidders are required to obtain a valid Digital Signature Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying Authorities operation under the Root Certifying Authority of India (RCIA) Controller of Certifying Authorities (CCA). The cost of obtaining such Digital Signature Certificate shall be borne by the bidder. In case any tenderer so desires, he/she may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd (ETL), at their contact no. in Chennai : 044-26142669 / Mr. Raghuvelan (Mob.: 90430 34311) for obtaining Digital Signature Certificate. 23. SUBMISSION OF E-BID/E-TENDER DOCUMENTS: Tenderer submitting / uploading tender documents thru digitally signed certificate shall be construed as their complete agreement with the terms and conditions and that they have fully understood the tender documents. Directions for submitting online offers, electronically, against e-procurement tenders directly through internet: i. Tenderers are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest. ii. The system time (IST) that will be displayed on e-procurement (e-bid) web page shall be the time considered for determining the expiry of due date and time of the bid and no other time shall be taken into cognizance. iii. Tenderers are advised in their own interest to ensure that their bids are submitted in e-Procurement system well before the closing date and time of bid. If the tenderer intends to change /revise the bid already entered, he may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids. iv. Tenderer submitting / uploading the on-line tender documents thru’ digitally signed certificates shall be construed as their complete agreement with the terms & conditions and that they have fully understood the tender documents. v. Bids/Tender shall not be permitted in e-procurement (e-bid) system after the due date / time of tender. Hence, no bid can be submitted after the due date and time of submission has elapsed. vi. Tenderers shall submit price bids only through e-bidding and no physical documents with respect to price bids should be submitted. In case bidder submits such physical documents for price bids, the same shall not be considered. In case of any clarification pertaining to e-procurement (e-bidding) process, the vendor may contact M/s. E-Procurement Technologies Ltd (ETL), at their contact no. in CHENNAI: 044-26142669 / Mr. Raghuvelan Mob.: 90430 34311

Page 6: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 6

24. For Tender clarification, if any, please feel free to contact the following person on any working day between 10:00 am to 4.00 pm Mr Sriramesh Kumar, Sr. Manager Logistics (Indl), South Contact no 022-26142355 e-mail ID: [email protected] 25. Please note that Corrigendum / Addendum to this tender, if any, shall be published only on our websites https://www.bharatpetroleum.in/tender/view-tenders.aspx and https://bpcleproc.in 26. BPCL reserves the right to withdraw or cancel this tender in full or in part at its sole discretion and without assigning any reason whatsoever at any time during the tender process. Yours faithfully, For BHARAT PETROLEUM CORPN. LTD., Manoj Menon Territory Manager (I&C), Chennai

Page 7: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 7

TENDER NO. BPC/I&C/SR/12/BLACK OIL-CHN/2016 e-Tender for Road Transportation of Bulk Furnace Oil (FO) & Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) Basis. 1.0 COMPANY INTRODUCTION 1) Bharat Petroleum Corporation Limited (BPCL) is engaged in the business of refining and marketing of petroleum products. This transportation tender seeks to move Bulk Furnace Oil/Light Diesel Oil ex Tondiarpet / Ennore terminals to various destinations efficiently to meet market/customer demand. 2.0 TENDER NO. BPC/I&C/SR/12/BLACK OIL-CHN/2016 BHARAT PETROLEUM CORPORATION LIMITED (BPCL) a public sector enterprise, invite Bids through e-tender under Two-Bid System for Road Transportation of Furnace Oil (FO) & Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) basis for a period of 2 (two) years with an option for extension upto 1 (one) more year at the sole discretion of BPCL and will be effective from the date of issuance of LOI/award of contract. 2.1 TENDER DOCUMENTS: 1) As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital Signature Certificate of Class IIB and above as per Indian IT Act from the licensed Certifying Authorities operation under the Root Certifying Authority of India (RCIA) Controller of Certifying Authorities (CCA). The cost of obtaining such Digital Certificate shall be borne by the tenderer. In case any tenderer so desires, he/she may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd (ETL), at their contact no. in CHENNAI: 044-26142669 / Mr. Raghuvelan Mob.: 90430 34311 for obtaining Digital Signature Certificate. 2) The tenderer having valid Digital Signature Certificate and Login ID can download the tender from the website (https://bpcleproc.in). The downloaded documents once read carefully have to be uploaded by the tenderer under their Login ID duly certified with Digital Signature Certificate, in token of acceptance of all tender terms and conditions there-in. 3) Tenderer shall pay Rs. 1,150/- (Rupees One Thousand One Hundred fifty Only) as Tender Fee by Demand Draft (Non-refundable) drawn on any Scheduled Bank / Nationalised Bank payable at Chennai in favour of M/s BHARAT PETROLEUM CORPORATION LTD. This should be submitted in a separate envelope along with the EMD, EM II certificate (if applicable) should reach at above address before due date and time of tender. 4) The tender documents can also be downloaded from BPCL website, http://bharatpetroleum.in/tender/tender.asp but the submission of tender is allowed only through the e-procurement system on https://bpcleproc.in 5) As per order issued by “ Ministry of Micro, Small and Medium Enterprises” on 23.03.2012 on “Public Procurement Policy for Micro, Small and Medium Enterprises ( MSEs) order 2012”, those who have registered with Director of Industries Centres or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicraft and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises are exempted from paying tender fees and Earnest Money Deposit. Such bidders must produce a Notarised copy of

Page 8: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 8

MSE registration issued by any one of the authorities mentioned above, if they wish to avail exemption. EM (Part II) certificate, issued by DIC or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises is required for availing exemption from tender fees and EMD.

PLEASE NOTE THAT BIDS SHALL NOT BE OPENED ONLINE FOR BIDDERS WHO DO NOT SUBMIT

TENDER FEE / EMD / OR EM II CERTIFICATE ( IN CASE OF MSME (BIDDERS) BEFORE DUE DATE

/ TIME.

2.2 RATE SCHEDULE / ESTIMATED QUANTITY: 1. Lowest rates for transportation of Furnace Oil / Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) Basis in Rs. per KL or Rs. /KL/ RTKM (as applicable) should be quoted in all above categories by the bidder. The Rates in the Price-Bid is to be quoted only “on-line” & no physical document should be submitted. 2. The RTKMs applicable; the estimated quantity of FO/LDO to be transported and the estimated number of tank-lorries required is given in the Schedule below:

CATEGORY EXPECTED QTY [KL]

PER MONTH

TANK LORRY REQUIREMENT

Within FDZ 116 1

Beyond FDZ – within the state of Tamilnadu 1784 8

Outside the state of Tamilnadu 1058 8

TOTAL 2992 17

Contingency 10%

3

Grand TOTAL 2992 20

3. BPCL does not guarantee any minimum volume of business and the estimated quantity / tank-lorry requirement given in the schedule are only indicative and are subject to change depending upon business requirement / demand for product at the customer locations.

4 BPCL reserves the right to induct additional tank-lorries, if so required, from the qualified bidders or from outside to meet business requirement.

5. The RTKMs to BPC storage locations/customers as stated in the Schedule shall be only considered for payment of transportation charges for these locations. In case of addition of new depot/location or for deliveries to a customer location during the tenure of the contract, actual RTKMs shall be established by BPC and same shall be final and applicable for payment of transportation charges. In case of change in RTKM for any location due to diversions, realignment of roads, etc., the same shall be revised upon verification by BPCL and the revised RTKM shall be applicable for freight payments. 6. In case any new location / customers are added to the list during the tenure of contract, the actual RTKMs to such locations shall be established by the Company and the same shall be applicable for payment of transport bills.

2.3 EARNEST MONEY DEPOSIT (EMD): Tenderer shall pay Rs. 1,00,000/- (Rupees One Lakh Only) as EMD per tender by Demand Draft drawn on any Scheduled/Nationalised Bank payable at CHENNAI in favour of BHARAT PETROLEUM CORPORATION LTD. This should be submitted in a separate envelope along with the Documents

Page 9: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 9

to be submitted in physical form as per the list mentioned under Para 5.2 below. Bids received in system without EMD in physical form shall not be opened in system and be rejected. 2.4 SUBMISSION OF TENDER: 1) The Tenderer should download the tender document from e-procurement system on https://bpcleproc.in and after carefully reading the same should be uploaded under his/her login ID, as token of acceptance of all terms & conditions therein. 2) The Bid consisting of the following documents to be submitted online @ https://bpcleproc.in

a. Credential / Technical Bid (Un-priced) b. Price Bid

3) Additionally, it is also mandatory for the tenderer to submit the DD/Pay Order for EMD/Tender Fee and EM II certificate (if applicable) inserted in envelope. The envelope is to be sealed and super scribed with the Tender No. and words EMD/TENDER FEE and to be dropped in the tender box kept at the address given above, before due date of tender. Scanned copy of DD’s for tender fee and EMD should also be uploaded and physical instruments submitted as mentioned in point 14 of NIT above. 4) The closing date & time for submission of online bids as well as submission of documents in physical form is 2:00 pm on 5

th July 2016.

5) Offers may be submitted by:

i. Proprietorship firms / Individuals who are Indian citizens, who have attained the age of majority; or

ii. partnership firm consisting of Indian citizens; or iii. Co-operative society of which all the members are Indian citizens; or iv. Company duly registered under the Companies Act , 1956 provided they comply

with the conditions contained hereinafter. 6) Firms having Partners /Directors / Proprietor who has been convicted in criminal cases or blacklisted or Action for

i. Termination of Contract ii. Withdrawal of LOI / Work Order have been taken for malpractices while

undertaking transportation job, by any of the PSU Oil Companies are not eligible to submit their offers.

2.5 MINIMUM QUALIFICATION CRITERIA 2.5.1 The tenderer must have a minimum average turnover of Rs. 25 Lakhs (Rupees Twenty five Lakhs only) per annum during any of previous 3 financial years i.e. 2012-13, 2013-14 and 2014-15. 2.5.2 The tenderer must offer minimum 1 (one) tank-lorry of minimum 16 KL capacity which should be owned by them and registered in their own name (i.e. Firm or Partner or Proprietor or Director). The offered t/l should have multiple compartments (single compartment t/ls shall not be accepted in this tender). The age of the offered tank-lorries should not exceed 14 (fourteen) years as on the date of opening of tender. 2.6 SIGNING OF AGREEMENT / INTEGRITY PACT: Each successful tenderer will have to sign the Agreement as per the draft attached as Annexure-1 and the Integrity Pact, as per the draft attached as Annexure-2, along with this tender document. The period of agreement with successful tenderer would be 2 (two) years wef from the date of issuance of LOI/award of contract with an option for extension upto 1 more year at the sole discretion of BPCL. Further, Agreement would, however, be subject to the right of BPCL

Page 10: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 10

to terminate it prematurely as per clause 17 of the Contract Agreement. 2.6.1 SIGNING OF INTEGRITY PACT: The tender document must accompany with the Integrity Pact (IP) duly signed by the tenderer as per Annexure-2 a) The Proforma of Integrity Pact shall be returned by the bidder/s along with the tender

documents duly signed by the same signatory who is authorized to sign the tender documents. All the page of the Integrity Pact shall be duly signed. Tenderer’s failure to return the IP duly signed along with the bid documents shall result in the bid not being considered for further evaluation.

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 Liquidated Damages amount by forfeiting the EMD/Bid Security as per provisions of the Integrity Pact.

c) If the contract has been terminated accordingly to the provisions of the Integrity Pact, or if

BPCL is entitled to terminate the contract accordingly to the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from Contractor Liquidated Damages amount by forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the Integrity Pact.

d) Tenderer may raise disputes/complaints, if any, with the nominated Independent External

Monitor. The name/address/contact numbers of Independent External Monitor (IEM) appointed to oversee implementation is given below :

Shri Shantnu Consul No 9 MCHS (IAS Officers Colony) 16

th Main BTM 2

nd stage,

Bangalore – 560076 Mobile no 9740069318 e-mail ID [email protected]

2.7 LOCAL OFFICE & CONTACT DETAILS / e-MAIL IDs:

All tenderers shall be required to have a Contact Office at loading location for convenience of day-to-day operations. If any tenderer does not have a local office, they shall provide a local office within fifteen (15) days of the date of issuance of LOI and the address of the same should be submitted by the tenderer to BPCL before the contract agreement is signed. All tenderers shall also provide their valid e-mail IDs for ease of communication in addition to their office address, contact numbers (phone; mobile, fax etc.). Any change in the address shall be promptly communicated to BPCL by the bidder. Generally, the regular / routine and day-to-day operational communications shall be made on the e-mail IDs provided by the bidders. 2.8 RESERVATION: The provision of reservation will be 15% (fifteen percent) & 7 ½ % (seven and a half percent) for Scheduled Castes (SC) and Scheduled Tribes (ST) respectively on all India basis. The SC/ ST tenderers desirous of offering the Tank lorry will have to participate in the tender and should fulfil all tender conditions. The SC/ ST tenderers will not be eligible for any price preference or relaxation of standards. There is no difference in EMD or any other tender conditions for such tenderers. Details of eligibility of qualifying as SC/ST are given in tender document. 2.9 TENDER OPENING: 1) The due date and time of opening of tender documents (technical documents submitted in e-bidding) is as specified in NIT, which is 05.07.2016 at 02.30 pm at the following address:

Page 11: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 11

Territory Manager (I&C), Chennai Bharat Petroleum Corporation Ltd, 1, Ranganathan Gardens, Off 11

th Main Road, Annanagar,

CHENNAI – 600 040. 2) Envelope with Tender Fee, EMD, EM II certificate (if applicable) received late for whatever reasons / submitted at the wrong address / in open condition / incomplete in any other respect will not be considered. 3) The tenderer can also witness the tender opening through e-procurement (e-bid) system on https://bpcleproc.in IMPORTANT: a. It is mandatory that, before the due date of the tender at 02:00 pm on 05.07.2016, the tenderer should submit the envelope containing Tender Fee, EMD in physical form as specified under Para 5.2 below. b. Tenderer shall submit Price Bids only through e-bidding and no physical documents shall be submitted. c. All revision, clarification, corrigendum, addenda, time extension, cancellation etc, if any, shall be posted on https://www.bharatpetroleum.in/tender/view-tenders.aspx and https://bpcleproc.in only. Bidder should regularly visit this website to keep themselves updated. 2.10 OPENING OF PRICE BID: 1) Price Bid (to be submitted online) shall be opened only for those tenderers whose credential bid / technical bid is found acceptable as defined in tender document. 2) The tenderers meeting minimum qualification criteria will only be considered for opening of price bids after evaluation of Technical bids of all participating and valid tenders. After scrutiny of the technical bids, corrigendum shall be published in the e-procurement site regarding date, time and venue for the opening of price bids. 3) The price bid will be opened only through the e-procurement system on https://bpcleproc.in 4) The price bids will remain valid for 180 days from the date of opening of the Price Bid unless extended by mutual consent in writing. The Corporation reserves the right to accept or reject any or all the tenders in part or in totality, or to negotiate with any or all the tenderers, or to withdraw/ cancel/ modify this tender without assigning any reason whatsoever. 3.0 SCOPE OF WORK: 3.1 NAME OF TRANSPORTION WORK; LOCATION & PERIOD OF CONTRACT:

1) BPCL invites the eligible tenderers to participate in this e-tender for Road Transportation of Furnace Oil (FO) & Light Diesel Oil (LDO) ex BPC’s TONDIARPET / ENNORE TERMINALS for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on Delivery Assistance (DA) basis.

Page 12: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 12

Address of Tondiarpet Installation Bharat Petroleum Corporation Limited No 35, Vaidyanatha Mudali Street Tondiarpet Chennai 600081 Address of ETTPL Bharat Petroleum Corporation Limited Ennore COD C/o ETTPL, Inside Kamarajar Port Lld, West Gate Vallur Post, Ponneri Taluk, Thiruvallur District Chennai 600 120 2) The period of contract shall be for 2 (two) years wef from the date of issuance of LOI/award of contract with an option for extension upto 1 more year at the sole discretion of BPCL. 3.2 PARTICIPATION: (i) Tenderers are requested to view / download the tender document from the website https://www.bharatpetroleum.in/tender/view-tenders.aspx or https://bpcleproc.in and go through the same carefully. ii) If it is found that the tenderer has applied although he/she was not eligible as per conditions laid down in minimum qualification criteria of this tender or has claimed benefit of reservation on the basis of wrong documents or has given false affidavit/ information including quoting wrong PAN number or has suppressed any material fact about trucks etc. whether at the time of application or at the time of execution of agreement, the tender/ allotment will be rejected/ cancelled summarily without issuing any show cause notice for the same. In case of such cancellation, entire amount deposited against EMD/ security deposit amount shall be forfeited. 4.0 TENDER GUIDELINES - TERMS & CONDITIONS: 4.1 GENERAL: 1) Relatives (as per list enclosed) of officer/s responsible for award and execution of this contract in BPCL are not permitted to quote against this tender. The tenderer shall be obliged to report the name/s of person/s who are relatives of any officers of the BPCL & any of its subsidiary Companies such as NRL, BORL etc., IOC or HPC or IBP or any officer in the State or Central Government, and who are working with the tenderer in their employment or are subsequently employed by them. Any violation of this condition even if detected subsequent to the award of contract, would amount to breach of contract on tenderers part entitling BPCL to all rights and remedies available thereof including termination of contract. 2) The tenderer must offer minimum number of 1 multi compartment tank-lorry of minimum 16 KL capacity, which should be owned by the tenderer (i.e. in firm / Partner / Director/ Proprietor’s name). For the attached Lorries offered / quoted, the tenderer must submit the Affidavit from the owners of the lorry in the standard format. 3) All rates quoted should be both in words and figures. In case of any difference between the two, the rates quoted in words shall be considered as final and authentic. Also the rates should be quoted in the same units as mentioned in the tender schedule. 4) The successful tenderer would be required to purchase fuel/lubricants for the T/L’s engaged by BPCL at the smart fleet retail outlets of BPCL. For this the tenderer would have to enrol under CMS fleet card scheme for his fuelling requirement. Initially, a minimum of 40% of the billing amount from the carriers monthly transportation bills shall be deducted and same shall be credited to his CMS fleet card account. However, the company reserves the right to revise the

Page 13: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 13

percentage of billing amount to be deducted for crediting it to carriers CMS account. 5) In case it is observed that all the tenderers or a group of tenderers have quoted in cartel, BPCL reserves the right to reject some or all the bids of the tenderers who have quoted in cartel, without assigning any other reasons for the same. 6) Rates quoted would be valid and binding on the tenderer for 180 days from the date of opening of Price Bid unless extended by mutual consent in writing. During the validity period, tenderer will not be allowed either to withdraw or revise his offer on his own. Breach of this provision will entail forfeiture of the Earnest Money Deposit. Once the tender is accepted and work awarded, the rates will be valid for the entire contractual period. 7) BPCL reserves the right, at their sole discretion, and without assigning any reason whatsoever, to: a. Negotiate with any or all tenderer/s b. Distribute the work among Transporter(s) c. Reject any or all tenders either in full or in part d. Assign the offered and accepted trucks to any of the contracts and engage additional Transporter/s trucks at any time without giving any notice whatsoever to the Transporter/s already appointed against this Tender. 8) The tenderer should study all the operations/ local conditions at the loading/ unloading point/s and route/s. Tenderers would be presumed to have acquainted themselves with the working conditions existing at the location, before submission of the tender. 9) Tenders not meeting the tender terms & conditions or incomplete in any respect or with any additions/ deletions or modifications are liable to be summarily rejected without any further communication to the tenderers and decision of BPCL in this respect will be final and binding. 10) Incomplete or conditional offer and those with counter condition to the prescribed terms and condition of the tender documents are liable to be rejected. 11) The age of the vehicles offered and taken in the contract shall not exceed 14 (fourteen) years as on date of opening of tender. In case the trucks offered by the tenderer attain the age of 14 (fourteen) years during the currency of the contract, the tenderer is bound to replace such trucks within 15 days of such occurrence. 12) The estimated quantity to be delivered given in tender document is indicative and is subject to change. 13) BPCL reserves the right to induct additional tank-lorries, if required, from the existing tenderers / other transporters at the finalised rates for any or all the destinations to meet additional demand for Furnace Oil and Light Diesel Oil during the tender period. 14) Tenderer should submit all the details and enclosures as has been asked for in the tender form. In case any of the information is not applicable to the tenderer, "Not applicable" may be written against such item. Not submitting any information/ enclosure sought for shall be a ground for rejection of tender. 15) The tank-lorries quoted in the tender should have all valid documents such as registration certificates, fitness certificate, calibration certificate, Insurance & Road Permit etc. and should meet all statutory requirements. The loading of the Lorries shall be done based on the RLW as endorsed on the RC book. 16) Public Carrier Vehicle Operators (PCVOs) /Tank Lorries blacklisted by any of the Oil companies are not eligible to participate in the tender. For tank lorry blacklisted at a later date, no replacement will be allowed. Further the following is applicable:

Page 14: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 14

a. Details regarding the tank lorry/lorries which are under contract with other Oil companies and quoted for BPCL are to be furnished. If successful in the tender, necessary NOC from the concerned Oil Company is to be submitted for issuance of Letter of Intent.

b. The documents of the tank lorry/lorries offered shall be liable for verifications. If forged documents are submitted or any information is found to be incorrect, the tender shall be rejected and if the contract is awarded and detected subsequent to award of contract, the contract shall be liable to be terminated and BPC shall be entitled to recover such damages / losses / claims / etc. as the BPCL may undergo.

c. The tank lorry/lorries / contractors placed under suspension in the existing contract are not eligible to participate in the tender.

17) Tenderer/his or her authorised representative may witness the opening of tender on the

scheduled date and time.

18) The company shall reimburse levies like octroi; entry tax; toll / Bridge charges etc. incurred

by the transporter on actual basis while transporting the petroleum products under this contract

on production of original receipts.

19) The bidder who wish to get exemption from paying tender fees / EMD under MSE

registration, shall submit a copy of Registration certificate / Entrepreneur/s Memorandum part II

(EM-II) certificate to avail benefit of excluding from paying tender fee / EMD.

4.2 INSTRUCTION TO BIDDERS: 1. Tenderers are requested to study the tender documents/Annexures carefully and understand

the requirement, conditions etc. Before quoting. Offers should be strictly in accordance with the tender terms and conditions.

2. All the terms and conditions mentioned above, along with all Annexure, including the “Industry Transport Guideline- 2016”, shall form part of this tender.

3. No deletion or overwriting in the documents is permitted. Corrections, if any, should be attested under the full signature of the bidder.

4. Tender submitted after the due date and that not in conformity with the prescribed terms and condition and specification are liable to be rejected. BPCL shall take no responsibility for documents received after last date due to delay or any other reason and no claims on this account shall be entertained

4.3 EVALUATION / RANKING OF THE TENDERERS: 1) This Public Tender is floated in two bid system i.e. technical bid & price bid. Initially, the technical bids will be opened on scheduled date and will be evaluated on the following minimum qualification criteria shall be governed by Sr. No. 2.5 above), and should be available to BPCL for the transportation of Furnace Oil/LDO ex Tondiarpet / Ennore terminals.

a) The tenderer must have a minimum average turnover of Rs. 25 lakhs (Rupees twenty five lakhs) per annum during any of previous 3 financial years i.e. 2012-13, 2013-14 and 2014-15.

b) The tenderer must offer minimum 1 (one) tank-lorry of minimum 16 KL capacity which should be owned by them and registered in their own name (i.e. Firm or Partner or Proprietor or Director). The offered t/l should have multiple compartments (single compartment t/ls shall not be accepted in this tender). The age of the offered tank-lorries should not exceed 14 (fourteen) years as on the date of opening of tender.

2) Price bids of only technically qualified tenderers, based on technical evaluation, will be opened on a notified date which will be communicated vide corrigendum in the e-procurement site. 3) Tenderer should quote rates for all categories separately.

Page 15: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 15

4) BPCL reserves the right to reject the tender application of a tenderer, based on BPCL’s experience with them on their past performance. 5) Tenderers will be listed in ascending order as per their ranking with minimum financial outgo to BPCL will be ranked L-1. Tenderer with next lowest financial outgo will be ranked L-2 and so on. The list will include all the technically qualified tenderers in the ranking based on the rates quoted by the respective tenderers. 6) In case the rates offered by L-1 tenderer are acceptable to the corporation, number of tank lorries quoted by L-1 tenderer will be allocated up to the requirement. In case, rates offered by L-1 tenderer are on the higher side, negotiation, counter offer exercise will be carried out with such tenderer. In case, for a particular ranking, tank lorry/lorries offered are more than the requirement then the tank lorries will be taken on the basis of owned tank lorry and age of the lorry. However, BPCL’s decision on allocation of tank lorry shall be final and binding on all the tenderers. 7) In case tank lorries offered by L-1 tenderers is not meeting the full requirement, then the L-1 rates / revised rates accepted by L-1 tenderer would be offered to all remaining tenderers and based on their ranking and acceptance tank lorries will be allotted up to the requirements. In spite of above exercise, if full requirement is not met, then negotiations / counter offers will be continued with the other tenderers in order of their ranking till the full requirement s is met. 8) The corporation may decide, at its sole discretion, to distribute job among the technically and commercially acceptable tenderers. 9) At a particular ranking, tank lorry/lorries offered by technically qualified SC/ST tenderers shall have preference as per Govt of India directives. 10) In line with “Public Procurement policy for Micro and Small Enterprises (MSEs) order 2012”, 20 % of the total quantity shall be earmarked for procurement from MSEs, with a sub target of 20% (i.e. 4 % out of 20 %) shall be further earmarked for procurement from MSEs owned by Scheduled Caste or the Scheduled Tribe Entrepreneurs. Provided that, in the event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L-1 price, 4 % sub-target for procurement earmarked for Micro and Small Enterprises owned by Scheduled Caste or Schedule Tribe entrepreneurs shall be met from other Micro and Small Enterprises.

The above provision will be subject to MSEs quoting price within price band (L- 1+15%); i.e. L-1 plus 15 % and bringing down their price to L-1 in a situation where the L-1 price is from someone other than an MSEs. In case of more than one such MSEs, the supply shall be shared proportionately from the MSEs party. Necessary certificate issued by Authorized body under the Ministry of Micro, Small & Medium Enterprises shall be valid as on the date of opening of the tender. All the technical specifications / techno commercial terms and conditions and the pre qualification criteria are also to be fulfilled by the MSEs. In the event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L-1 price, the total quantity shall be distributed amongst non MSE bidders as above.

Clarifications if any, on this matter is to be obtained from our office. Note : BPCL’s decision on allocation of tank-lorry shall be final and binding on all the Tenderers. BPCL reserves the right to divide the work among successful Tenderers and BPCL’s decision in this regards shall be final. BPCL reserves the right at its sole discretion to reject unworkable/ unviable rates quoted by tenderers. Such tenderers will be treated as disqualified and will be rejected. The decision of BPCL in this regard will be final and binding. 4.4 EARNEST MONEY DEPOSIT (EMD):

Page 16: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 16

1) Tenderers should submit an EMD of Rs.1,00,000/- (Rupees One Lakh only) by Demand Draft drawn on any Scheduled/Nationalised Bank in favour of “M/s Bharat Petroleum Corporation Limited”, payable at Chennai in a separate envelope marked “EMD/Tender fee” superscripting tender No.: BPC/I&C/SR/12/BLACK OIL-CHN/2016” as stated in Para 5.2 below. Tender without EMD shall not be opened in system and liable to be rejected. 2) Cheques or request for adjustment against any previously deposited EMD/ pending dues / bills / security deposits for other contracts etc. will not be accepted as EMD, and any tender with such stipulation will be treated as without EMD and shall be rejected. 3) No interest shall be payable on EMD. 4) EMD is liable to be forfeited, if the tenderer modifies/ withdraws the offer and / or refuses to accept the LOI/ Work Order after acceptance of BPCL’s offer within the prescribed validity of the tender, or if the tenderer does not furnish the required security deposit, or if the tenderer is unable to position any or all offered truck/s within 15 days after the issuance of Letter of Intent/award of contract. 5) In case tenderer wish to avail exemption from paying EMD under MSEs, they must submit attested copy of registration certificate issued by competent authority. 4.5 NEGOTIATIONS: 1) The Corporation reserves the right to negotiate with any or all the tenderers. In such an event, BPCL shall invite the tenderers for negotiations solely at tenderers cost. 2) Only the proprietor of the firm or the legally authorized representative of the firm will be allowed to attend such negotiations, at their own cost, as commitments made and/ or clarifications given during the negotiations will be binding on the tenderer/s. He/ She should carry the necessary authorization to attend such negotiations and to hand over an authenticated copy of the same to BPCL’s representative/s participating in negotiations. 3) No Tenderer shall be allowed to counter offer rates lower than the L1 rate.

4) Originals of the documents submitted as copies and the documentation to substantiate statements made in the tender document are to be produced for verification by the BPCL during negotiations or at any other time at the discretion of BPCL. 5) Allocation of tank lorry/lorries for tenderer under SC/ST category shall be limited to the aforesaid number as per govt guidelines provided such tenderer match the established L-1 rates. 6) Allocation to MSE is as per the guidelines and as specified in point 9 of 4.3 of reservation policy given above. 7) Any offer received from the tenderer without being asked by the Corporation shall be treated

as unsolicited offer from tenderer and same shall be rejected summarily. Similarly, any offer

received after due date and time stipulated by Corporation, shall not be considered.

4.6 SECURITY DEPOSIT (SD): 1) Successful tenderers will be required to furnish Bank Guarantee (BG) at the rate of Rs.

1,00,000/- per tank lorry subject to a maximum of Rs. 5,00,000/- within 15 days of issuance of LOI/award of contract. Successful tenderer is required to submit a Bank Guarantee strictly as per Annexure 10 within 15 (Fifteen) days of issuance of LOI valid for a period of 3 years and 6 months.

2) The security deposit shall be Rs. 1,00,000/- per tank lorry subject to a maximum of Rs 5,00,000/- shall be paid. Minimum of Rs. 1,00,000/- shall be paid in the form of Demand Draft drawn on any Scheduled Bank in favour of Bharat Petroleum Corporation Ltd., payable at Chennai and balance amount may be deposited in the form of Bank Guarantee

Page 17: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 17

strictly in the specified Proforma, valid for a period 2 (Two) years and 6(six) months from the date of LOI/agreement.

3) Adjustment of EMD towards SD is permissible for the portion of SD payable by DD. Cash receipts for SD paid by DD will be issued by BPCL

4) Any loss/claim and or/damage arising out of performance of the contract would be adjustable against the SD. Any loss/claim/damage higher than the SD will be recovered from the payments due to the contractor under this contract or deposit made by or payments due to the contractor under any other contract with BPCL.

5) Interest is not payable on SD. 6) Security deposit would be refunded after six months of expiry of the contract on written

request from the Transporter and with surrendering of the original receipt, subject to fulfilling all terms and conditions of the contract. In the event of loss/ misplacement of the cash receipt of the SD, the refund would be made only after the transporter furnishes an Indemnity Bond in the prescribed proforma, on non-judicial stamp paper of appropriate value (at transporter’s cost), duly notarized.

7) Successful tenderer will be entrusted with transportation work only after signing of Agreement and payment of Security Deposit amount.

4.7 CONTRACT PERIOD: Unless otherwise specified or agreed to, the contract shall be awarded for 2 (two) years from the date of issuance of LOI/award of contract with an option for extension upto 1 (one) year at the sole discretion of BPCL. 4.8 EXECUTION OF AGREEMENT: 1) Successful tenderer/s will be required, before undertaking the contract, to execute the Agreement, within 15 (fifteen) days of the date of issue of the LOI/award of contract and should physically place the tank lorry/lorries at within 15 days from the issue of LOI/award of contract. In case failure, BPCL will have right to reject the induction of such tank lorries. 2) Tenderers are advised to carefully scrutinize the specimen set of Agreements and Forms attached with tender documents / downloaded from our website before submitting their tender. 3) When the person signing the tender is not the authorized signatory, necessary original Power of Attorney authorizing the signatory to act on behalf of the proprietor/ firm should be produced before signing the agreement, and notarized copy of the power of Attorney of the person authorising should be submitted for the record of BPCL. 4) Failure to execute the agreement and/ or furnish required Security Deposit within 15 (fifteen) date of issue of LOI may render the tenderer liable for forfeiture of Earnest Money Deposit and termination of contract without prejudice to the rights of BPCL to recover the damages under Law. 5) Failure to position tank lorries on the issue of LOI within 15 days will lead to,

a. Full non-placement of lorries/trucks – Forfeiture of EMD including holiday-listing for 2 years.

b. Partial non-placement of lorries – (i) Forfeiture of Rs. 1 lakh per lorry from Security Deposit – maximum upto Security Deposit amount. (ii) Withdrawal of LOI and cancellation of contract, if the full complement of the lorries allocated (even if one T/L) but not placed by the transporter

6) All terms & conditions stipulated in the Notice Inviting Tender, Guidelines for Tenderers, Tender Terms & Conditions, Declarations, Agreement, Integrity Pact and Industry Transport Discipline Guidelines 2016 and other documents furnished with the Tender and related correspondence shall form part of the contract. 4.9 RESERVATION:

Page 18: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 18

1) The provision of reservation will be 15% (fifteen percent) & 7 ½ % (seven and a half percent) for Scheduled Caste (SC) and Scheduled Tribes (ST) respectively on all India basis. 2) The members of SC/ST desirous of offering the tank-lorries will have to participate in the tenders floated by BPCL. 3) The SC/ST members should fulfil all tender conditions, and will not be eligible for any price preference or relaxation of standards. 4) The SC/ ST tenderer/s desirous of operating under partnership firm, or Private Limited Company or Public Limited Company or a Cooperative Society, or any other, should have all the partners or members of private / public / Cooperative firms belonging to the same category without exception, i.e. either SC or ST as the case may be. 5) A copy of Caste certificate for each individual member of a Partnership/ Public/ Private/ Cooperative Firm should be submitted along with tender as proof and for BPCL record purpose. 6) In the event of any of the members failing to submit the caste certificate as proof of belonging to SC/ ST category, the tender will be treated as a general category tender. 7) The registered owner/s of tank-lorries offered/quoted by the SC or ST tenderer/s must also belong to the same category, either SC or ST, as the case may be. In other words, if the tenderer is issued LOI/ Work Order under SC category, all the registered owners of tank-lorries offered / quoted against the particular LOI/ Work Order must also belong to SC. 8) (a) 1. In line with “Public Procurement policy for Micro and Small Enterprises (MSEs) order 2012”, 20% of the total quantity shall be earmarked for procurement from MSEs, with a sub target of 20% (i.e. 4 % out of 20 %) shall be further earmarked for procurement from MSEs owned by Scheduled Caste or the Scheduled Tribe Entrepreneurs. Provided that, in the event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L-1 price, 4 % sub-target for procurement earmarked for Micro and Small Enterprises owned by Scheduled Caste or Scheduled Tribe entrepreneurs shall be met from other Micro and Small Enterprises. (b) 2. The above provision will be subject to MSEs quoting price within price band (L-1+15%); i.e. L-1 plus 15% and bringing down their price to L-1 in a situation where the L-1 price is from someone other than an MSEs. In case of more than one such MSEs, the supply shall be shared proportionately from the MSEs party. Necessary certificate issued by Authorized body under the Ministry of Micro, Small & Medium Enterprises shall be valid as on the date of opening of the tender. All the technical specifications / techno commercial terms and conditions and the pre qualification criteria are also to be fulfilled by the MSEs. In the event of failure of such Micro and Small Enterprises to participate in tender process or meet tender requirements and L-1 price, the total quantity shall be given to non MSE L-1 bidder. Clarifications if any, on this matter is to be obtained from our office. (C) In case of situation (B-1) and (B-2) above, bifurcating of 20% quantity; will be allocated out of 100% of the tendered qty. In such a situation, BPCL shall place two separate POs (one P. O. each on L-1, “Non-MSE-Vendor‟ for 80% of the tendered quantity and another P. O. on “MSE-Vendor‟ falling in the Price Band of (L-1+15%); i.e. L-1 plus 15 % and also subject to bringing down their price to L-1; for the remaining 20% of the tendered quantity). In case of more than one “MSE-Vendor‟ falling in the Price Band of (L-1+15%); i.e. L-1 plus 15 % and also subject to bringing down their price to L-1; the supply shall be shared proportionately from the earmarked quantity, as described in (B-2) above. In such a situation additional POs shall be placed by BPCL. Further, it is also to be noted that in case of MSEs owned by Scheduled Caste or the Scheduled Tribe Entrepreneurs, BPCL shall place an additional P.O. on “MSE-SC-ST‟. However, qualifying terms and conditions for placement of P.O. and the quantity allocation shall be as described in (B-1) and (B-2) above. It is to be noted that choice of delivery locations will not be given to MSE party allocated 20 % of the tendered quantity vide purchase preference clause.

Page 19: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 19

4.10 ESCALATION / DE-ESCALATION IN TRANSPORTATION RATES: FORMULA FOR WORKING OUT ESCALATION/ DE-ESCALATION IN TRANSPORTATION RATES ON ACCOUNT OF INCREASE/ DECREASE IN RETAIL SELLING PRICE OF HSD (Lowest Retail Selling Price of HSD) AT BPC’S CHENNAI CITY. (A) Increase/ decrease in the transportation rate in Rupees per KL per KM will be as per the following formula: Increase / Decrease in 1 litre of lowest RSP HSD at Chennai city at BPC RO (with following clarifications) ---------------------------------------------------------------------------------------------------------

Q x 3.5 Where Q represents notional capacity of a truck and it is taken as 16 KL and 3.5 represent distance (3.5 kms), which a truck can run with 1 lit of HSD (loaded or otherwise) for the purpose of calculations. NOTE: 1) The escalation / de-escalation of transportation rates shall be allowed every month i.e. on 1st January, 1st February, 1st March etc. as per the formulae given in Schedule-B of the Contract Agreement (Annexure-1) 2) Escalation / de-escalation shall be applicable as per increase / decrease in RSP (Lowest Retail selling price) of HSD, which will be the weighted average of the RSP of Lowest RSP of HSD during immediate previous month, and the new transportation rates arrived at on the above date shall be applicable for subsequent month. 3) Only the increase / decrease in lowest RSP of HSD at Chennai in BPC RO shall be considered and the escalation / de-escalation factor shall apply. 4) The lowest retail-selling price of HSD as on the date is RS.55.37 shall be considered as the base price. 4.11 MISCELLANEOUS: 1) The tenderer shall ensure that all the tank-lorries quoted / offered for the purpose of Furnace Oil/Light Diesel Oil transportation shall be covered under valid National Permit/ State Permits as applicable for all the destinations at their own cost. 2) Octroi or any other charges levied on the product (FO/LDO) would be reimbursed by the Company against production of original receipts. Transit / Bridge / Toll Charges (Pathkar) taxes paid by the Carrier on the movement of Tank lorry while transporting FO products under this Contract would be reimbursed by the Company upon production of original receipt by supply location. 3) All offered Tank lorries must have Locking/sealing arrangement facilities as per company’s norms for sealing the loaded tank lorries with the product. 4) Crash guard on all sides and airbags are required to be provided in all tank lorries. BPCL will give 4 months time for providing both crash guard / airbags after issuance of Letter Of intent to successful bidder. 5) Where the loading/unloading locations are situated and within the same State and sections where axle load restrictions are imposed, they shall supply trucks meeting axle load restrictions.

Page 20: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 20

6) The FDZ shall be considered as 100 RTKM distance ex Tondiarpet and ETTPL. 7) The tank-lorries offered in the contract must comply at all times during the tenure of the contract with valid permits, rules and regulations of Statutory/ Government authorities. 8) BPCL will have the right to assign the tank lorry/lorries offered in any one tender to any contract in any other State/ Region/ Location, on any route, temporarily or permanently, and the decision of BPCL will be final and binding on the successful bidders/ contractors 9) No unsolicited correspondence/ queries will be entertained while the award of the transport contract is under review/ consideration. BPCL regrets their inability to answer individual queries 10) If any of the information submitted by the tenderer is found to be incorrect at any time including the contract period, BPCL reserves the right to reject the tender/ terminate the transportation contract and reserves all rights and remedies available. 11) Neither the tenderer nor the tank-lorries offered should have been blacklisted by any of the public sector oil companies. 12) The contract is subject to compliance of MV Act, 1988, their provisions and also the State Motor Vehicle Rules, and subsequent notifications / amendments etc., by the tenderer. 13) Every offered tank lorry must be fitted with VTS (Vehicle Tracking System) at tenderer’s own cost. 14) On frequent shortage complaints, Corporation is free to take appropriate action including suspension of tank-lorry for any period / termination of the contract in line with Transport Discipline Guidelines 2016 or as Corporation may deem fit. 15) The Transporters to furnish Transporters Legal Liability Insurance Policy against each truck. The policy should cover Riot and Strike clause. 16) Online submission of tender document is a confirmation that the tenderers have fully read and understood the terms and conditions of this tender and have accepted the same in toto. 17) BPCL reserves the right to reject any or all the tenders without assigning any reasons whatsoever. Also BPCL reserves the absolute right to reject any or all the bids/tenders solely based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the opinion/decision of BPCL regarding the same being final and conclusive. 18) The terms “BPC”, “BPCL”, “The Corporation”, “The Company” and “Bharat Petroleum Corporation Limited” in the appropriate context means Bharat Petroleum Corporation Limited, a Company registered under Companies Act, 1956 and having its registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai – 400 001 and its successors and assigns. 19) In the event of discrepancy in tender conditions as stated in this tender document and the on-line forms, the version of this tender document shall hold good. 20) BPCL reserves the right to withdraw or cancel this tender in full or in part at its sole discretion and without assigning any reason whatsoever at any time during the tender process. 4.12 DUPLICATION OF CLAUSE: Whenever there is duplication of clause either in the terms and conditions or in the Agreement, the clause which is beneficial to BPCL, will be considered applicable at the time of any dispute. 5.0 GUIDELINES FOR TENDERERS

Page 21: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 21

5.1 GENERAL: 1) This tender is for road transportation of Furnace Oil and Light Diesel Oil ex BPC’s Tondiarpet / Ennore terminals for deliveries (i) Within FDZ (ii) Within State & (iii) Outside State on DA Basis.

2) Tenderers shall log on to the e-procurement website https://bpcleproc.in and register themselves. 3) The tenderer should download the tender document from e-procurement system on https://bpcleproc.in and after carefully reading the same should be uploaded under his /her login ID, as token of acceptance of all terms & conditions therein. 4) The system time (IST) that will be displayed on e-procurement web page shall be the time considered for determining the expiry of due date and time of the tender and no other time shall be taken into cognizance. 5) For any further tender clarification , please contact

Mr. Sriramesh Kumar, Sr. Manager Logistics (Indl), South Contact no 022-26142355 e-mail ID: [email protected] 6) All eligible tenderers are invited to a pre-bid on 24.06.2016 at 10.30 am at Bharat Petroleum Corporation Ltd.,1, Ranganathan Gardens, Off 11

th Main Road, Anna Nagar, Chennai - 600 040 for

clarifications on tender conditions & e-bidding process 7) Successful tenderer must submit the copies of Registration Certificate, route permits, certificate of Fitness, Insurance Certificate etc., enclosed along with Tender Form, IP, ITDG 2016, agreement and security deposit to the TM (Indl) Chennai at the time of issuance of LOI, at the address given above. 8) This tender is in 2-bid system, comprising of Technical Bid (Un priced) and Price Bid. 9) The tender document shall be obtained / applied by the party in its own name as the tender document is not transferable. 10) The tender should be strictly in line with the terms and conditions. Any tender not conforming to the terms and conditions prescribed in the tender documents shall be summarily rejected. 11) Counter terms and conditions from the tenderer shall not be accepted. Bids with such counter terms & conditions shall be rejected. 12) All documents uploaded in system form should be initialled on each page and signed with seal on the last page. Also, all corrections, if any, should be circled and initialled. Overwriting on any tender document shall not be accepted 13) Tender terms and conditions mentioned in the tender should be carefully studied. The online submission of tender by the tenderer under their Login ID is considered as a token of acceptance of the terms and conditions therein. Tenderer should retain a copy of tender document submitted online for his/her reference / record purpose. 14) Bids submitted after the due date and time of closing of tender (i.e. after 02:00 pm on 05.07.2016) and / or not submitted in the prescribed format shall be rejected. BPCL does not take any responsibility for any delay in submission of online bid due to connectivity problem or non-availability of site and/or other documents (Tenderfee, EMD or EMII) to be submitted physical form due to postal delay etc. No claims on this account shall be entertained.

Page 22: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 22

5.2 TECHNICAL BID: Technical Bid: The documents to be submitted on-line and in physical form are as under:

Sr. No.

Particulars Submission of Documents Online Only

Submission of Physical Document as part of Technical/ credential Bid in sealed Envelope.

1 Tender documents along with Annexure 1 to 3 under Bidders Login ID through e-procurement system on https://bpcleproc.in

Annexure 1 – FO/LDO transportation contract Agreement along with Schedule B

Annexure 2 – Integrity Pact √

Annexure 3 – Indemnity Bond √

2 Particulars of Bidder as per Attachment-1

3 Statement in respect of own/attached tank lorry/lorries as per Attachment- 2

4 Covering letter as per Attachment 3 √

5 General Irrevocable Power of Attorney as per Attachment-4

6 Affidavit as per Attachment-5 √

7 Details of relationship with BPCL Directors as per Attachment-6

8 Caste Certificate (wherever applicable) issued by Competent Authority as per format in Attachment-7.

9 Undertaking for Attached Tank lorry/lorries as per Annexure 8

10 Declaration in A B & C as per Attachment 9

11 Format of Bank Guarantee as per Attachment-10

12 Oil Industry Transport Discipline Guideline-2016 as per Annexure 11

13 Process Compliance Statement as Annexure 12 and 12 a.

14 Attested acknowledged copy of the latest Income Tax Return filed and the copy of PAN Card

15 Attested copy of previous 3 years audited annual report i.e. FY 2012-13, 2013-14 & 2014-15, showing annual turnover of more than Rs 25 Lakhs (profit and loss account / Certification from CA)

16 Attested copies of Partnership Deed or Certificate of Incorporation or Trading License

17 Attested copies of Trading License or Company registration certificate.

18 Self attested copies of RC book, fitness, route permit, Insurance of tank lorry/lorries offered.

19 Tender Fee by DD of Rs. 1145/- √ √ (envelope A)

Page 23: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 23

20 EMD by DD of Rs. 100,000/- √ √ (envelope A)

21 Attested copy of MSE Registration (EM-II certificate)

√ (if applicable)

√ (envelope A) (if applicable)

22 Tender Compliance Report √

5.3 PRICE BID: 1) Tenderer shall submit price bids online only by e-bidding through e-procurement system on https://bpcleproc.in under their login ID only. 2) Online bidding shall be conducted for the following categories of rates:

S.No EX TO RATE

1 BPC’s Tondiarpet / Ennore terminal, Chennai

BPC’s storage locations / customers within FDZ

Rate to be quoted in Rs. Per KL In Words................ In figure................

2 BPC’s Tondiarpet / Ennore terminal, Chennai

BPC’s storage locations / customers beyond FDZ – within the state of Tamil Nadu

Rate to be quoted in Rs. Per KL / RTKM In Words................ In figure................

3 BPC’s Tondiarpet / Ennore terminal, Chennai

BPC’s storage locations / customers outside the state of Tamil Nadu

Rate to be quoted in Rs. Per KL/ RTKM In Words................ In figure................

3) No physical document with respect to Price Bids should be submitted. In case tenderer submits such physical documents for Price Bids, the same shall not be considered. 4) Tenderers should quote rates for all deliveries listed above. In case any tenderer has not quoted for all deliveries, their offer will not be considered. 5) The prices have to be quoted within the price-band of floor price (min. price) & ceiling price (max. price) as stipulated in the on-line price bid. The system will not accept any price < than the floor price or > than the ceiling price. 6) No responsibility will be taken by BPCL for any delay due to connectivity and availability of website. 5.4 No guarantee shall be given by BPCL to any definite quantity of work to be entrusted to transporter. However, the quantities given in schedule are purely indicative without any obligation to the company and cannot be made the subject matter of any claim at any time even if the quantities actually offered for handling during the period of contract are substantially less or more than estimated quantities indicated. ****************************************************************************************************

Page 24: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 24

Technical Bid Annexure-1

BLACK OILS TRANSPORTATION CONTRACT AGREEMENT THIS AGREEMENT made ______________ day of ________ 2016 between Bharat Petroleum Corporation Limited, a Company registered under Indian Companies Act, 1913/ Companies Act, 1956 having registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai 400 001 hereinafter called `THE COMPANY' (which expression unless repugnant to the context shall include its successors and assigns) of the ONE PART And M/S_______________________________________ a Proprietorship / Partnership Firm / Private Limited / Limited Company having registered office / place of business at ___________________________ hereinafter called “THE CARRIER” or Carrier (which expression shall be deemed to include legal heirs and executors of the present constituents in case of firm or official liquidator in case of Company) of the OTHER PART. WHEREAS the Company is engaged in refining Crude oil and storing, distributing and selling of the petroleum products and for this purpose require Tank Lorries for Road transportation of Black oils Oil from their various storage points to customers / other storage points. WHEREAS the Carrier is engaged in the business of operating tank-lorries and are interested in above transportation job of the Company. Now therefore, it is agreed between the parties as follows: - 1. TANK-LORRY OFFERED IN CONTRACT (a) The Carrier shall provide the Company with _____ no. of tank-lorries (as per Schedule-1) for transporting Black oils as per LOI / Work Order issued by the Company. The Carrier affirms that they are the owner and / or sufficiently entitled to operate these tank-lorries throughout the Agreement period and these tank-lorries are not under Agreement with any other party and as such, these Tank Lorries shall remain under exclusive use with the Company throughout the Contract period. (b) Each of the tank-lorry shall be attached to Company’s Tondiarpet / Ennore terminals as per LOI / Work Order issued by the Company. The Tank Lorry shall be required to carry Black oils from these locations to its upcountry storage locations / customer destinations as shall be instructed by the Company from time to time. (c) The carrier defaulting for three consecutive occasions in placement of tank lorry / refusal to take load to the assigned destination within a period of three calendar months shall attract suspension for a period of three months on Industry basis. (d) Any contracted tank lorry, if found to be taking loads from any other Oil Company without BPCL’s written consent even on ex MI basis during the pendency of the contract, shall be black-listed and warning letters will be issued by the Corporation for the failure. 2. AGE, CONDITION OF T/LS, T/L FITTINGS (a) The carrier shall ensure that the age of the tank-lorries offered should not exceed 14 (fourteen) years during the contractual period. The Company shall have the right to remove tank-lorries attaining the age 14 (fourteen) years during the contractual period and the Carrier shall ensure replacement of such tank-lorries with replacement tank-lorry of age less than 14 years within 15 days.

Page 25: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 25

(b) The Carrier shall ensure that Tank Lorries in the contract are always maintained in sound mechanical conditions and shall have all fittings as per the standards laid down by the Company from time to time. c) The Carrier shall be responsible for ensuring that all fittings in the tank-lorry shall be ISI marked. Also, each tank-lorry shall carry one portable ISI marked 10 KGs DCP fire extinguisher in an easily accessible position away from the tank-lorry unloading facilities and one portable 1 KG CO2 / DCP / Approved equivalent fire extinguisher in driver’s cabin. The Company shall have the right to ask for additional fittings / equipments in the tank-lorry as per requirement. d). The Carrier shall install the “position tracking system” (for e.g. Global Tracking System Vehicle Tracking System, etc.) decided by the Company to track the movement of the tank-lorry in all tank-lorries offered in the contract unconditionally and the cost of such equipment shall be borne by Carrier. The Carrier shall be responsible for safety and maintenance of this equipment and shall ensure that the same is always in working condition. (e) The Carrier shall provide sealing/Locking arrangement as specified by the Corporation in all tank-lorries offered in the contract. 3. STATUTORY PROVISIONS, SAFETY, COMPANY RULES (a) The carrier shall conform to the statutory regulations like “Indian Petroleum Act”, “Petroleum Rules”, “Motor Vehicle Act” & PUC norms etc. as applicable from time to time. In the event of the contracted tank-lorry is found not meeting these provisions, the company shall be free to initiate appropriate action as deemed fit. (b) The Carrier shall comply with all statutory provisions relating to his trade / business / profession including his own employees or employees engaged by the Carrier and BPCL shall not be responsible for his omission or commission. (c) The Carrier shall ensure valid comprehensive insurance cover for the tank-lorry & its crew at all time during the tenure of the contract. (d) The carrier shall ensure that following mandatory requirements of the Company are met at all times during the tenure of the contract: i) Additional declarations are made in Emergency Information Panel. ii) All tank-lorries must be fitted with standard type retractable safety seat belts. iii) Bucket type adjustable seats shall be provided for the drivers & cleaner. iv) Police Verification of tank lorry crew members. (e) The company reserves the right to take appropriate action as deemed fit, if any of the above safety requirements is not complied by the transporter during the pendency of the contract. (f) The Carrier will ensure pasting/ display of advertisements on the Tank-lorry for display of BPCL Brands as specified / provided by BPCL on regular basis. (g) The carrier shall ensure that the Crew of the tank-lorries in contract are trained under Motor Vehicle Act and their licences are endorsed by the RTO for having attended the training / refresher courses in transportation of Petroleum Products / Hazardous goods. (h) The Carrier shall be responsible for providing: i). Safety helmets/ safety shoes for crew members as specified by BPCL. ii) Uniform for the tank lorry crew members as specified by BPCL at the cost of Carrier. iii) Neat and tidy uniform made of 100% cotton cloth. iv) Minimum wages/ ESI/EPF as per local rules to their employees working under this contract.

Page 26: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 26

(i) Carrier shall provide ABS (Anti-Braking System) to all trucks offered at their own cost. (j) Carrier shall provide Speed Governor fitted in all the offered trucks at their own cost. (k) Carrier shall provide VTS ( Vehicle Tracking System) in all the offered trucks at their own cost. (l) It is Mandatory that the Tank Lorries have to be Pressure Tested once in a year during calibration and necessary rectification if required to be carried out before calibration. (m) Vehicles running in Fuel other than HSD will not be eligible to operate. (n) Carrier to ensure that the Tank Lorry Crew are trained on Safe operating practices and defensive driving. (o) The carrier shall be responsible for following the rules and regulations of the Company in force for himself, his staff and Crew of tank-lorry. (p) The carrier has read and fully aware of the existence of the Oil Industry Transport Discipline Guidelines (ITDG-2016) which is part of the tender documents and the contents therein. The ITDG shall be form a part of this agreement and shall be binding on the Carrier as amended/modified from time to time during the period of this contract, including extension, if any. (q) The Carrier shall undertake that no person working for them is a foreigner, shall enter into the premises declared by the Government of India as “Protected Places”. The transporter(s) further undertake to strictly abide by the Defence of India Act and Rules. (r) The officials of the BPCL shall be entitled to inspect at any time, the tank-lorries and / or the documents of the Carrier / its crew is liable to carry under any statute / regulation of this Agreement. (s) Typical drawings of the tank lorry is given below

4. AVAILABILITY OF T/LS (a) The Tank Lorries listed in the LOI / Work Order shall be made available to the Company at all times during the Agreement period at the loading location.

Page 27: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 27

(b) If at any time during the currency of this agreement the Carrier fails to transport the product as provided herein and / or fails to perform the various other obligations specified in this agreement, the Corporation may in its discretion and without prejudice to its other rights and remedies engage the services of other Agencies/transporters to perform the obligations and transport the products and in such an event the Transporter(s) undertakes to reimburse the Corporation all the additional expenses incurred by the Corporation in this connection. (c) In the event of breakdown or major repair of any of the tank-lorry under the contract, the Carrier shall provide replacement tank-lorry which the Company at its sole discretion, may accept for the period of break-down / major repair. 5. INDEMNITY (a) The Carrier shall be responsible for all taxes, levies and other costs of running the tank-lorry / transportation business, which shall inter-alia include i) salary / wages etc. of the crew and other employees; ii) payment of road tax, insurance, calibration, route permits, iii) cost of fuel, lubricants, tyres, repairs etc & iv) statute or regulation both under regular working and arising from accidents (b) Any loss of product, issued on the basis of the requisition slip signed by an authorised representative of the carrier, shall be at the entire risk, cost and expenses of the carrier. If however, through any mistake, inadvertence, lack of prudence or foresight of the Corporation or its installation, any loading of product is undertaken in the truck in the absence of such requisition slips or in respect of any irregularity therein, the same shall not absolve the carrier from liability in respect of transportation of such products and all the provisions contained in this agreement shall also apply to such products so loaded in such tank-lorries. (c) The Carrier shall keep Company indemnified in respect of a) & b) above. In case, Company is made liable to pay any part of above cost, the same shall be recovered from the Carrier. The Company shall not be obliged to contest any claim made upon it for payment. (d) It is agreed that the tank-lorries covered by this Agreement shall operate at the sole risk of the Carrier and in no case, the Company shall be held responsible for any loss or damage done to / by the Tank Lorry while on the Company's work or parked in their premises or anywhere else. (e) The Carrier shall indemnify the Corporation against the consequences arising out of their or their employees/ agent’s default or negligence or violation or non adherence to Municipal /State /Central Acts relating to the carriage of goods. Should the Corporation be held liable for any loss, damage or compensation to their parties arising from or in relation to the transport operation under this agreement such loss, damage or compensation shall be reimbursed by the Transporter(s) to the Corporation together with the cost incurred on any legal proceedings pertaining thereto. The Transporter(s) shall observe and comply with the requirements of the Minimum Wages Act, the ESI Act and all other Industrial/Labour legislations for the time being in force or may later be brought into force governing the relationship between the employer and the employees and also undertake to hold the Corporation indemnified against all claims, payments, losses that Corporation may have to make or suffer on account therefore (f) The Carrier shall make their own arrangement for parking of their vehicle overnight and / or during holidays. 6. RATES / CHARGES / RTKMs / BILLINGS / TOLL CHARGES (a) The Company shall pay to the Carrier for the transportation work undertaken from the loading location and at the rates detailed in LOI / Work Order. This rate shall be valid for all roads and weather conditions and are calculated from loading location. (b) The above rates are subject to escalation / de-escalation as per formula given in Schedule-B

Page 28: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 28

(c) (i) The Company shall reimburse the Octroi charges, if any levied on the product to the Carrier against production of original receipts. (ii) Entry / Transit / Bridge / Toll Tax paid by the Carrier for their tank-lorries while transporting petroleum products under this Contract, if any, implemented after the commencement of this contract shall only be reimbursed by the Company against submission of original receipt. (d) The transport charges payable under this Agreement are based on shortest route approved by the Company on the round trip basis (called RTKM); a list of current RTKMs applicable to storage points where subject tank-lorries are based are available with concerned storage point. The Company shall, however, be entitled to revise these RTKMs from time to time, including retrospectively, which would be binding on the Carrier and the difference in transportation charges arising out of this revision, shall be recoverable / payable from the date of Agreement or effective date of such revision, whichever is later. (e) The procedure for payment of transport bills and reimbursement of octroi charges, if any prevalent in the Company from time to time would be binding on the Carrier. (f) The Company shall not guarantee any minimum billings / mileage or loads for any period whatsoever and as such, the Company shall not be responsible for their inability in offering any load on any day or during any particular period and no idling charges etc. shall be payable. (g) The Company shall endeavour to arrange unloading of the tank-lorries within reasonable time. However, no detention charges etc. are payable if, for any reason if such unloading is delayed at the receiving location. (h) The Carrier would provide consignment notes for each consignment loaded on a daily basis to the loading location. (i) The Carrier would provide transportation bill to the base location for the consignment carried during the month, by 10th of the following month. (j) Company reserves the right to use the tank-lorries on their return trip based on Company's own operational convenience / requirement for delivery of petroleum products. Payment in such case would be made only to the extent of any additional distance covered beyond the normal RTKM route for which the movement was undertaken. 7. SECURITY DEPOSIT / BANK GUARANTEE (a) The Carrier shall deposit a sum of Rs. 1, 00,000/- (Rupees One Lakh only) per tank lorry subject to a maximum of Rs. 5,00,000/- (Rupees Five Lakhs Only), as security deposit, by way Bank Guarantee for a period of 3 ½ years which shall include inter alia the full period of the contract including the option period and additional six months for due fulfilment of terms of this Agreement. This sum shall not bear any interest. (b) Company shall be entitled to adjust any sum due to it from the Security Deposit amount and / or any transport / other charges / dues pending for payment to the Carrier against any other contract. The decision of the Company will be final and binding on the Carrier. 8. UTILISATION OF T/LS (a) The Carriers will be responsible for loading and discharging of the tank-lorries. All the instructions of the Company with regard to the same shall be binding on the Carrier. (b) Only the Crew of the Tank Lorry and authorized representative of the Carrier shall be allowed entry inside the Company’s loading / unloading locations.

Page 29: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 29

9. QUALITY & QUANTITY (a) The Carrier shall be solely responsible for quantity and quality of the products received by him for transportation and acknowledgement by any member of Crew of the tank-lorry or by any other authorized person of the Carrier by way of signing on the Challan or any other Dispatch Document shall be sufficient proof of acceptance of product quantity and quality by the Carrier. (b) If any shortage in quantity and / or variation in quality of product is found at any stage after the tank-lorry leaves the Dispatch/ Storage location, the Carrier shall be responsible for such shortage in quantity and / or variation in quality of product for whatever reason and the Company shall be entitled to recover the cost thereof from the Carrier at the rate as decided by the Company. This shall also apply in the event of accident, robbery, hijacking etc. of tank lorry. (c) In case of variation in quality, Company at its discretion may dispose-off the contaminated product and recover all expenses / losses and cost of product in this connection as determined by the Company shall be recoverable from the Carrier. This shall be in addition to and without prejudice to the Company's right of termination of this Agreement as per clause 17. (d) If any adulteration/contamination is established, the adulterated/contaminated product will be disposed off at the Corporation’s discretion. All expenses/losses and cost of adulterated/contaminated product in this connection as determined by the Corporation shall be recovered from the transporter. Moreover, no freight payment for such trips will be made to the transporter. In addition to the above, if any deliberate attempt for adulteration/ contamination is established, action shall be initiated by the Corporation as per the Industry Transport Discipline Guidelines. 10. DELIVERY OF PRODUCT (a) The carrier and the crew of the tank-lorry shall be fully responsible for correct delivery to the destination and return of all documents of the Company to the despatching location as required / instructed by the Officer of the Company. b) The Carrier shall ensure that the i) tank-lorry delivers the product to the consignee specified ii) the Crew has the correct delivery documents iii) The tank-lorry follows the normal / approved route from loading location to receiving location iv) the tank-lorry maintains average trip-time & v) the crew of the tank-lorry obtains signature with rubber-stamp of recipient on the delivery documents. 11. TRANSIT LOSS (a) The Transporter(s) shall bear the loss of any of the Corporation’s products while in their charge / custody, irrespective of the reason for such loss. The amounts payable to the Corporation on this account and other incidental out-goings suffered by the Corporation shall be deducted from their bills/ adjusted against the Security Deposit. (b) The Transporter(s) shall operate their vehicles at entirely their own risk and the Corporation shall in no case be held responsible for any damage done to the vehicles while on the Corporation’s work or when parked in their premises. During the course of transit the goods shall remain at the Transporter’s risk until the vehicle carrying the goods reaches the destination as indicated by the Company. The Transporter alone shall be responsible for any accident, damage or loss suffered in respect of the goods during transit. 12. ACCIDENT OF T/L, LOSS OF PRODUCT, TRANSHIPMENT (a) In the event of a tank-lorry containing product meets with an accident en-route to the destination, the Carrier shall immediately inform the Company and the statutory authorities like Police, CCOE etc.

Page 30: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 30

(b) The carrier shall ensure security of product at the accident site until the rescue arrives. (c) In the event it becomes inevitable for the product in the tank-lorry to be transhipped into another tank-lorry, the carrier shall seek the Company’s permission to do so and arrange for transhipment of product in another tank-lorry arranged by them at their cost and tranship the product in a manner which shall meet safety requirements in order to salvage the product and avoiding spillage of product. (d) The carrier shall transport the salvaged product to the despatch / receiving location or to a location as advised by the Company at their cost. The carrier shall be fully responsible for the quality and quantity of the product and shall be liable for any loss on account of loss / shortage of product which shall be recovered from the Carrier. (e) Carrier shall be responsible for any damage or loss caused to the Company’s product or property by negligence or default of its crew, authorized representative or tank-lorry. This will also include confiscation of Company's product delivered to the Carriers by any statutory authorities. 13. SUB-CONTRACTING & CHANGE IN CONSTITUTION OF FIRM /OWNERSHIP OF T/LS IN CONTRACT (a) The Carrier shall not be entitled to assign, subrogate, sublet or part with its right, title and interest under this Agreement for any reason whatsoever, or change the ownership of / their right on the Tank Lorries. (b) The Carrier shall not cause or allow any change in the constitution of its firm without obtaining the prior written consent of the Company. 14. NON PERFORMANCE, FORCE MAJEURE Neither party to this Agreement shall be liable for the non-performance of any of its obligations under this Agreement so far as such non-performance is occasioned by conditions of the force majeure. The Force Majeure means natural calamities like floods, earthquake and other acts of God and riots, etc. The affected party shall give the notice of occurrence of any such calamities within a period of 24 hours of occurrence of such calamities. The performance of the respective obligations of the parties under this Agreement shall be resumed as soon such calamities, which have resulted in the non-performance, cease to occur. 15. DAMAGES TO CORPORATION’S PROPERTY / EMPLOYEE (a) The Carrier shall remain at all times liable to the Corporation for any loss or damage caused to any building, plant, machinery or the property of the Corporation due to careless, negligent, inexperienced act or default of the Transporter(s), his/their agents, representative or employees. (b) The Corporation shall be the sole judge as regards the quantum of loss or damage and it shall be entitled to deduct from the amounts payable hereunder to the Carrier’s the cost of repairs or the amount of loss or damages. (c) The Carrier shall be liable for any loss, any injury to Corporation’s employee/agents due to careless, negligent, inexperienced act or default of the Transporter(s), his/their agents, representatives or employees. 16. BLACKLISTING OF TRANSPORTER/TANK-LORRY The Corporation reserves the right to black-list the transporter/ tank lorry which are suspected to be indulging in any sort of malpractices or any other acts not conducive to the interest of the Corporation such as misbehaviour, dishonesty, disobedience, pilferage etc as per transport discipline guidelines. Such tank lorry/lorries shall be suspended from the business without giving

Page 31: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 31

any reasons and in all such cases no compensation shall be paid to the Carrier. 17. TENURE OF CONTRACT, TERMINATION (a) This Agreement shall be valid for period of two years with effect from the date of issuance of LOI/award of contract with an option to extend upto one more year at the sole discretion of BPCL. (b) The Company reserves the right to terminate this Agreement by giving 60 days advance notice without being liable to give any reason or pay any compensation. (c) The Agreement, terms & conditions of the contract shall be binding on the carrier from the date of intention of award of contract is made to the party irrespective of the fact as to the actual date of execution of this Agreement and Deed. (d) Notwithstanding anything to the contrary contained hereinabove, the Company reserves the right to terminate this Agreement forthwith upon or at any time after happening of any of the following: i) If the Carrier, its' proprietor or any partner is adjudicated insolvent or become bankrupt or goes into liquidation whether voluntary or otherwise. ii) If attachment in execution of a decree is passed against the Carrier, its proprietor or any of its' partners. iii) If road permits or statutory licenses / permissions granted to Carrier / its tank-lorries by transport or any statutory authorities is cancelled or revoked. iv) If any of the information submitted by the Carrier in the tender is found false at any time. v) Breach of any of the terms or conditions of this Agreement by the Carrier. vi) If the Carrier commits or suffers to be committed any act which in the opinion of the Company whose decision shall be final, is prejudicial to the good name / image of the Company or its’ products or its services. vii) If the Carrier causes disruption in transportation of Black oils, the decision of Company will be final and binding on the Carrier. viii) On the death or retirement of proprietor or any of the partners of the Carrier firm. However, in case, if Company does not exercise this option, the Agreement shall continue as between the Company and surviving / continuing partners of the Carrier. The legal representatives of the deceased partner or the retiring partner himself shall be liable for all the obligation of the carrier incurred up to the date of death or retirement but shall not be entitled to claim from the company any portion of Security Deposit. Company shall account for Security Deposit to the surviving or continuing partners. The death or retirement of any partners shall be notified by the Carriers to the Company in writing within 24 hours of such death or retirement. ix) If the crew of the carrier commits any unsafe act such as rash driving, accident, non adherence to safety guidelines and not using safety/protective equipments etc. within or outside BPCL premises. x) If the Carrier, its proprietor or any partners or tank lorry crew misbehaves (abuse/ threat/ assault/ manhandles) with the consumers/Dealers or with the employee of BPCL. 18. ARBITRATION a) Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of the Company against the Licensee or regarding any right, liability, act, omission or account of any of the parties hereto arising out of or in relation to this agreement shall be refereed to the Sole Arbitration of the Director (Marketing) of the Company or of some Officer of the Company who may be nominated by the Director (Marketing). The licensee will not be entitled to raise any objection to any such arbitrator on the ground that the arbitrator is an officer of the Company or that he has dealt with the matters to which the contract relates or that in the course of his duties as an Officer of the Company, he had expressed view on all or any other matters in dispute or difference. In the event of the arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason, the Director (Marketing) as aforesaid at the time of such transfer, vacation of office or inability to act may in the discretion of the Director (Marketing)

Page 32: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 32

designate another person to act as arbitrator in accordance with the terms of the agreement to the end and intent that the original Arbitrator shall be entitled to continue the arbitration proceedings notwithstanding his transfer or vacation of office as an officer of the Company if the Director(Marketing) does not designate another person to act as arbitrator on such transfer, vacation of office or inability of original arbitrator. Such person shall be entitled to proceed with the reference from the point at which it was left by his predecessor. It is also a term of this contract that no person other than the Director (Marketing) of the Company or a person nominated by such Director (Marketing) as aforesaid shall act as arbitrator hereunder. The award of the arbitrator so appointed shall be final, conclusive and binding on all parties to the agreement subject to the provisions of the Arbitration & Conciliation Act, 1996 or any statutory modification or re-enactment thereof and the rules made thereunder for the time being in force shall apply to the arbitration proceedings under this clause. b) The arbitrator shall have power to order and direct either of the parties to abide by, observe and perform all such directions as the arbitrator may think fit having regard to the matters in difference i.e. dispute, before him. The arbitrator shall have all summary powers and may take such evidence oral and/or documentary, as the arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all powers under the Indian Arbitration & Conciliation Act 1996 including admission of any affidavit as evidence concerning the matter in difference i.e. dispute before him. c) The parties against whom the arbitration proceedings have been initiated, that is to say, the Respondents in the proceeding, shall be entitled to prefer a cross-claim, counter claim or set off before the Arbitrator in respect of any matter in issue arising out of or in relation to the Agreement without seeking a formal reference of arbitration to the Director (Marketing) for such counter-claim, cross claim, or set off and the Arbitrator shall be entitled to consider and deal with the same as if the matters arising therefrom has been referred to him originally and deemed to form part of the reference made by the Director(Marketing).

d) The arbitrator shall be at liberty to appoint, if necessary any accountant or engineering or other technical person to assist him, and to act by the opinion so taken. e)The arbitrator shall have power to make one or more awards whether interim or otherwise in respect of the dispute and difference and in particular will be entitled to make separate awards in respect of claims of cross claims of the parties. f) The arbitrator shall be entitled to direct any one of the parties to pay the costs to the other party in such manner and to such extent as the arbitrator may in his discretion determine and shall also be entitled to require one or both the parties to deposit funds in such proportion to meet the arbitrators expenses whenever called upon to do so. g) The parties hereby agree that the courts in the city of Chennai alone shall have jurisdiction to entertain any application or other proceedings in respect of anything arising under this agreement and any award or awards made by the Sole Arbitrator hereunder shall be filed (if so required) in the concerned courts in the city of Chennai only. 19. JURISDICTION (a)The parties hereby agree that the court in city of Chennai alone shall have jurisdiction to entertain any application or any award/s made by the Sole Arbitrator or other proceedings in respect of anything arising under this Agreement. (b) This Agreement covers entire understanding between the parties and no alteration / variation of any of the terms of this Agreement shall be valid unless made with the consent of both the parties and evidenced in writing duly signed by authorized representatives of both the parties. (c) All notices and other communications to be given under this Agreement by either party to the other shall unless otherwise specifically agreed be given in writing by Registered Post or hand delivery against acknowledgement to the following addresses of the respective parties.

Page 33: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 33

TERRITORY MANAGER (I&C), CHENNAI 1, RANGANATHAN GARDENS, OFF 11

TH MAIN ROAD,

ANNA NAGAR, CHENNAI – 600 040 Name of Carrier,:____________________________ Address, ________ __________ For BPCL: WITNESS: M/s. _____________________ (Authorized Signatory) For CARRIERS WITNESS: M/s. ________________________ (PROP. /PARTNER/DIRECTORS) Self attested passport size recent colour photograph of the Carrier (Authorised Signatories)

Page 34: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 34

Schedule-B FORMULA FOR WORKING OUT ESCALATION/ DE-ESCALATION IN TRANSPORTATION RATES ON ACCOUNT OF INCREASE/ DECREASE IN RETAIL SELLING PRICE OF HSD (Lowest Retail Selling Price of HSD) AT BPC’S CHENNAI CITY. (A) Increase/ decrease in the transportation rate in Rupees per KL per KM will be as per the following formula: Increase / Decrease in 1 litre of lowest RSP HSD at Chennai city at BPC RO (with following clarifications) ---------------------------------------------------------------------------------------------------------

Q x 3.5 Where Q represents notional capacity of a truck and it is taken as 16 KL and 3.5 represent distance (3.5 kms), which a truck can run with 1 lit of HSD (loaded or otherwise) for the purpose of calculations.

FORMULA FOR WORKING OUT ESCALATION / DE-ESCALATION IN TRANSPORTATION RATES ON ACCOUNT OF INCREASE/ DECREASE IN RETAIL SELLING PRICE OF HSD RATES ON ACCOUNT OF INCREASE/ DECREASE IN RETAIL SELLING PRICE OF HSD (Lowest Retail Selling Price of HSD) AT BPC’S CHENNAI CITY. (A) Increase/ decrease in the transportation rate in Rupees per KL per KM will be as per the following formula: Increase / Decrease in 1 litre of lowest RSP HSD at Chennai city at BPC RO (with following clarifications) ---------------------------------------------------------------------------------------------------------

Q x 3.5 Where Q represents notional capacity of a truck and it is taken as 16 KL and 3.5 represent distance (3.5 kms), which a truck can run with 1 lit of HSD (loaded or otherwise) for the purpose of calculations. NOTE: 1) The escalation / de-escalation of transportation rates shall be allowed every month i.e. on 1st January, 1st February, 1st March etc. as per the formulae given in Schedule-B of the Contract Agreement (Annexure-1) 2) Escalation / de-escalation shall be applicable as per increase / decrease in RSP (Lowest Retail selling price) of HSD, which will be the weighted average of the RSP of Lowest RSP of HSD during immediate previous month, and the new transportation rates arrived at on the above date shall be applicable for subsequent month. 3) Only the increase / decrease in lowest RSP of HSD at Chennai in BPC RO shall be considered and the escalation / de-escalation factor shall apply. 4) The lowest retail-selling price of HSD as on the date is RS.55.37 shall be considered as the base price.

Page 35: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 35

TECHNICAL BID ANNEXURE-2

INTEGRITY PACT

Between

Bharat Petroleum Corporation Ltd (BPCL) hereinafter referred to as ‘The Principal”,

And

M/s …………………………………………….. hereinafter referred to as “The Contractor”

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for ……………………………………. The Principal values full compliance with all relevant laws and regulations, and the principal of economic use of resources, and of fairness and transparency in its relations with its Bidders/s and Contractor/s.

In order to achieve this goal, the Principal cooperates with the renewed international Non-Governmental Organization “Transparency International’ (TI). Following TI national and international experience, The Principal will appoint an external independent Monitor who will 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:

1. No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for him/ herself or third person, any material or immaterial benefit which he/ she is not legally entitled to.

2. 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.

3. The Principal will excluded from the process all know 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

(1) The Principal 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.

1. The Bidder/ Contractor 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.

Page 36: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 36

2. The Bidder/ Contractor will not enter with other Bidder 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 bid or any other actions to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder/ Contractor will not commit any offence under the relevant Anti-corruption Laws of India; further The Bidder/ Contractor will not use improperly, for purpose 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 proposal and business details, including information contained or transmitted electronically.

4. The Bidder/ Contractor will, when presenting his bid, disclose any and all payment 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 will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from process and exclusion from further 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 has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder/ Contractor from future contract award processes. The imposition and duration of the exclusive will be determined by the severity of the transgression. The severity will be determined by the circumstance of the case, in particular the number of transgression, the position of the transgressor within the company hierarchy of the Bidder and the amount of the damage. The exclusive 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 evidence, 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 exclusive and further accepts and undertakes not to challenge or question such exclusive 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 can prove that he has restored/ recouped the damage caused by him and his 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 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 to condition that if the Bidder/ Contractor 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 extent of the damage in the

Page 37: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 37

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 terminated for such reason.

Section 6 – Equal treatment of all Bidder/ Contractor/ Subcontractors

(1) The Bidder/ Contractor undertake to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders, Contractors 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 – Criminal charges against violating Bidders/ Contractors/ Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Subcontractor, or of an employee or a representative or a representative or an associate of a Bidder, contractors or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 – External Independent Monitor/ Monitors (three in number depending on the size of the contract) (to be decided by the Chairperson of the Principal)

(1) The Principal appoints competent and credible external independent Monitor for this Pact. The task of the Monitor is to review independently and objectively 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 Contractors accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor. The Contractor 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/ Subcontractor with confidentiality.

(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 Contractor. 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/ contract 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,

Page 38: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 38

should the occasion arise, submit proposals for correcting problematic situations.

(7) Monitor shall be entitled to compensation on the same terms as being extended to/ provided to Outside Expert Committee members/ Chairman as prevailing with Principal.

(8) 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 Commissioner, Government of India.

(9) The word “Monitor” would include both singular and plural.

Section 9 – Pact Duration

This Pact begins when both parties have legally singed it. It expires for the Contractor 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. Chennai Terminals. The Arbitration clause provided in the main tender document/ contract shall not be applicable for any dispute arising under Integrity Pact.

(2) Change and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

(3) If the Contractor 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 reminder 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 Contractor

Place …………………. Witness 1: ……………….

Date…………………..

Witness 2:……………….

Page 39: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 39

Technical Bid Annexure-3 (On a non-judicial stamp paper of Rs. 200/-as applicable on date and statute)

INDEMNITY BOND

This Indemnity Bond executed on this ……………. day of …………… 2016 by M/s. …………………………. and having its registered Office at ……………………………………………………… hereinafter called the said Transporter/s (which expression shall mean and include the partner or partners for the time being of the firm and also include their or his respective heirs, executors, administrators, its successors and assigns in law) in favour of Bharat Petroleum Corporation Limited, a Company registered under Indian Companies Act, 1913 having registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai 400 001 hereinafter called `THE COMPANY' (which expression unless repugnant to the context shall include its successors and assigns) of the ONE PART And M/S _______________________________________ a Proprietorship / Partnership Firm / Private Limited / Limited Company having registered office / place of business at ___________________________ hereinafter called “THE CARRIER” or Transporter (which expression shall be deemed to include legal heirs and executors of the present constituents in case of firm or official liquidator in case of Company) of the OTHER PART. WHEREAS the Corporation has awarded transport contract to the said Carrier for transportation of Black oils for the period of 2 years effective from __________ and extendable for another one year at Corporation’s option on the same rates, terms and conditions as per contract agreement signed and WHEREAS the said Transporter has offered ………. Nos. of tank-lorries to the Corporation owned by the said Transporter and ……………No. of tank-lorries attached to their firm but not owned by them and declared under their control as their own. Details of these tank-lorries are given in the list attached to the said transport contract Agreement. AND WHEREAS the Carrier offers the aforesaid number of tank-lorries either owned by them and/or declared by the Carrier claiming as their own or any addition of tank-lorries made subsequent to the award of contract and declared as (either owned directly or attached to the firm). AND WHEREAS the said Carrier has requested the Corporation to accept the said tank-lorries and the additional tank-lorries made available subsequent to the award of contract, offered under the requisition slip of the said Transporter and the said Transporter has agreed to execute this Indemnity Bond. IT IS, therefore, the intent of the Indemnity Bond of M/s._________________ the said Carrier to indemnify and keep indemnified the Corporation as stated hereinafter: 1) The said Transporter hereby agrees and undertakes to abide by all the terms and conditions of the tender and the transport contract agreement and that the said Transporter shall be solely and absolutely responsible and liable with regard to the said tank-lorries and the additional trucks made available subsequent to the award of contract and keep the Corporation indemnified against any loss, damage, liability and/or third party claim, whatsoever, which the Corporation may suffer due to utilisation of the said tank-lorries and the additional tank-lorries made available subsequent to the award of contract, not owned by the said Transporter. 2) M/s. …………………………………., the said Carrier, hereby undertakes to indemnify and keep indemnified the Corporation against all losses, damages and claims of whatsoever nature which may arise against the Corporation by way of utilisation of the said tank-lorries and the additional

Page 40: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 40

tank-lorries made available subsequent to the award of contract, due to accident, negligence of the driver / cleaner or other staff of the truck or due to the truck operator getting involved in any criminal act of whatsoever nature and the said Carrier undertakes and hold himself liable and responsible for all these losses, damages and/or liabilities without involving the Corporation therein. 3) M/s. ………………………………… , the said Carrier further undertakes to indemnify and keep the Corporation indemnified against all suits, litigations / court proceedings, demands, claims or any action which may arise against the Corporation due to utilisation of the said tank-lorries and the additional tank-lorries made available subsequent to the award of contract. 4) Finally, M/s. …………………………….., the said Carrier undertakes that all the terms and conditions of the tender and transport contract agreement dated………………shall be applicable and the said Transporter shall be liable as per these terms and conditions for the utilisation of the said tank-lorries and the additional tank-lorries made available subsequent to the award of contract, offered to the Corporation in the same manner as if these trucks are owned by the said Transporter. SIGNATURE: ………………………….. NAME: (Signed as Proprietor / Partner / Director) NAME & ADDRESS ………………………….. OF THEIR FIRM …………………………… ……………………………… BEFORE ME PUBLIC NOTARY

Page 41: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 41

Technical bid Attachment-1

PARTICULARS OF THE TENDERER

Category: SC ST GENERAL

(Please tick whichever is applicable)

Sr. No Particulars Please provide information here.

1 Name of Tenderer:

2 a. Registered Office Address:

b. Address for Correspondence:

c. E-mail ID:

3 Contact Details:

Telephone No. :

Mobile No.:

4 Status of Tenderer viz. Individual,

Firm, (Proprietor, Partnership Limited

co. etc.)

5 Name/s of Proprietor/Partners/

Directors of the Company:

6 Year of establishment

Registration No.

PAN No.

7 Please provide previous 3 years

annual turn-over in Rs. lakhs.

2012-13:

2013-14:

2014-15:

8 Whether the tenderer

(Proprietor/Partners/ Directors of the

Company) are related to (as defined

under Companies Act 1956) any of

Directors of BPC. If yes, please give

details:

9 Whether the tenderer is existing dealer / distributor of BPC. If yes, please give details.

Page 42: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 42

10 Whether the Tenderer has previous

transportation experience. If yes, pl

provide details as under:

Name of the Oil Company:

Contract Reference No.:

No. of tank-lorries in Contract:

Contract Validity:

11 Whether the Tenderer has ever been

black-listed by any Oil Company. If

yes, please give details:

Name of the Oil Company:

Year of black-listing:

12 Whether any litigation / court case is

pending against the tenderer which

may affect the tenderer’s obligation

to this contract, if awarded.

13 No. of tank-lorries offered by the

tenderer against this tender:

Own tank-lorries:

Attached tank-lorries:

I / We confirm that the information furnished above are true and open for verification at any

time.

Name of Authorised Signatory:

Signature of Authorised Signatory:

Date / Place:

Page 43: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 43

Technical Bid Attachment-2

FORM – ‘B’ STATEMENT TO BE FURNISHED BY TENDERER IN REPSECT OF OWN / ATTACHED TANK-LORRIES OFFERED IN THE TENDER (Particulars to be filled by the tenderer) Name of the Tenderer:________________________________________

Sr No. 1 2 3 4 5

T/L Registration No.(as per RC Book)

Date of Registration

Make & Model

Own or Attached t/l

Engine No.

Chassis No.

Capacity of t/l

Owner’s Name

Relationship with the tenderer:

Affidavit furnished by the Owner (Y/N)

Age of t/l ( as on 05.07.2016)

Hypothecation details of the t/l:

Whether the t/l is running in some other contract (Y/N)

Whether the t/l has been black-listed by any Oil Co (Y/N)

*If more than five t/ls are offered, please use additional sheet. 1. Please attach an attested photocopy of the RC Book of the each tank-lorry offered, both owned & attached t/ls) in the tender. 2. For attached tank-lorries, an affidavit from the Owner/s of the tank-lorry as per the format provided must be attached in original. 3. The tank-lorries offered should not be more than 14 years old as on the date of tender opening i.e., 05.07.2016. Moreover, if any t/l offered in this contract completes 14 years, the tenderer must provide a replacement t/l as per the terms of the contract. This is to certify that the details as furnished by us have been verified and found correct. If any information is found to be incorrect, the contract awarded to us shall be liable to be cancelled by BPCL and we shall be liable to pay to the Corporation such damages as Corporation may be put to due to termination of the contract. We also undertake that should there be any action against the Corporation on account of award of contract in our favour on the basis of misrepresentation, we shall keep the Corporation completely indemnified against all the losses/damages, litigation, court action etc. This undertaking forms a part of contract agreement.

Page 44: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 44

The above certification is true and if subsequently any of above declaration is found false or suppressed, action as deemed fit in respect of the tank-lorry or me as a transporter can be taken by BPCL. Signature: _______________________ (Signed as Proprietor/Partner/Director) Name: _________________________ Name / Seal of the firm: __________________________________

DATE/PLACE: ____________________________________________________

Page 45: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 45

Technical Bid Attachment-3

TENDERER’S COVERING LETTER FROM: M/s. _______________________ _______________________ (Name and Address of the tenderer) To: Territory Manager (I&C), Chennai Bharat Petroleum Corporation Ltd, 1, Ranganathan Gardens, Off 11

th Main Road,

Anna nagar, CHENNAI – 600 040 Dear Sir, Sub: BLACK OILS TRANSPORT CONTRACT EX BPCL’S TONDIARPET / ENNORE TERMINALS: TENDER NO. - BPC/I&C/SR/12/BLACK OIL- CHN/2016 With reference to your subject tender, we confirm having carefully read and understood various conditions / documents supplied with the tender. We confirm having participated in the e-tender and submitted the required documents on-line. We hereby submit the following credential / technical bid documents, duly completed in a sealed envelope as per details given here under:

Sr. No.

Particulars Submission of Documents Online Only

Submission of Physical Document as part of Technical/ credential Bid in sealed Envelope.

1 Tender documents along with Annexure 1 to 3 under Bidders Login ID through e-procurement system on https://bpcleproc.in

Annexure 1 – FO/LDO transportation contract Agreement along with Schedule B

Annexure 2 – Integrity Pact √

Annexure 3 – Indemnity Bond √

2 Particulars of Bidder as per Attachment-1 √

3 Statement in respect of own/attached tank lorry/lorries as per Attachment- 2

4 Covering letter as per Attachment 3 √

5 General Irrevocable Power of Attorney as per Attachment-4

6 Affidavit as per Attachment-5 √

7 Details of relationship with BPCL Directors as per Attachment-6

8 Caste Certificate (wherever applicable) issued by Competent Authority as per format in Attachment-7.

Page 46: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 46

9 Undertaking for Attached Tank lorry/lorries as per Annexure 8

10 Declaration in A B & C as per Attachment 9 √

11 Format of Bank Guarantee as per Attachment-10

12 Oil Industry Transport Discipline Guideline-2016 as per Annexure 11

13 Process Compliance Statement as Annexure 12 and 12 a.

14 Attested acknowledged copy of the latest Income Tax Return filed and the copy of PAN Card

15 Attested copy of previous 3 years audited annual report i.e. FY 2012-13, 2013-14 & 2014-15, showing annual turnover of more than Rs 25 Lakhs (profit and loss account / Certification from CA)

16 Attested copies of Partnership Deed or Certificate of Incorporation or Trading License

17 Attested copies of Trading License or Company registration certificate.

18 Self attested copies of RC book, fitness, route permit, Insurance of tank lorry/lorries offered.

19 Tender Fee by DD of Rs. 1145/- √ √ (envelope A)

20 EMD by DD of Rs. 1,00,000/- √ √ (envelope A)

21 Attested copy of MSE Registration (EM-II certificate)

√ (if

applicable)

√ (envelope A) (if applicable)

22 Tender Compliance Report √

We submit herewith the following DDs: 1. EMD vide DD No._________dated _______drawn on ____________(Name of the Bank) for Rs. 1,00,000 in favour of BPCL, payable at Chennai. 2. Tender Fee vide DD No._________dated _______drawn on ____________(Name of the Bank) for Rs. 1,150/- in favour of BPCL, payable at Chennai. I am / we are authorized to sign this tender as Proprietor or as per Power of Attorney issued by all other Partners / Directors as per Attachment-8. Thanking you, Yours Faithfully, Signature / Seal of the Tenderer: Name and Address of the Tenderer: Place / Date:

Page 47: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 47

Attachment-4

(On Non-Judicial Stamp Paper as prescribed in the respective State)

GENERAL IRREVOCABLE POWER OF ATTORNEY We, the undersigned (1) Shri ________________________________ (2) Shri _________________________ (3) Shri ___________________ all residing at _________________ the Partners / Directors of M/s __________________________ having its registered office at _________________________________ do hereby nominate, authorize and appoint Shri __________________________________ & Shri _____________________ who are our Partners/Directors in the firm to act as attorneys of our firm M/s ____________________ with full power and authority to exercise the following powers or any of them on our behalf and on behalf of our firm: i) To sign, seal, execute, perfect and/or complete the tender document of transportation of petroleum products and also other relevant documents required by M/S __________________ Corporation Ltd. (hereinafter called The Company) in respect thereof. ii) To negotiate, enter into correspondence with the Company and do all and everything necessary suitable or proper with regard to the said tender for transportation of petroleum products. iii) To sign, seal, execute, perfect and/or complete Transport Contract Agreement and all and/or any other document, Indemnity Bond etc. required by the Company in connection with the said Transport Contract Agreement. iv) To do all acts, deeds, as may be necessary for and incidental to the execution of proper performance of the said transport contract agreement with BPCL. We the said partner(s) do hereby agree to allow verify and confirm all and whatsoever the said Shri. __________________, and Shri____________________ shall or may do or cause to be done in or about the said tender and the Transport Contract Agreement, the execution and proper performance thereof by virtue of these presents. This Power of Attorney shall remain irrevocable till the validity period of our quotation/Transport Contract Agreement / or refund of our Security Deposit whichever is later. In witness whereof, we have hereunto set and subscribed our hands at ____________ this _________ day of ____________ Two thousand ______________. Signatures Signed, Sealed and delivered by 1) Shri___________________ the within named partners/ 2) Shri___________________ Directors of M/S ______________________ 3) Shri___________________ Before me. Notary public (Notary's Stamp)

Page 48: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 48

Attachment-5 (On Non-Judicial Stamp Paper of Rs. 100/- or as prescribed in the respective State)

AFFIDAVIT

I/We _________________________, S/O Shri _______________________ resident of _______________________________________, do hereby solemnly affirm and declare as under: 1. That, I am / we are the owner/s of the following tank-lorry / tank-lorries: Registration No. Chassis No Engine No. Make / Model i) ii) iii) iv) v) 2. That, the aforementioned tank-lorries are attached and shall remain attached with M/s____________________ (vendor name) till the validity of Transport Contract for Black oils, if awarded by M/s. Bharat Petroleum Corpn. Ltd in favour of M/s. _____ _______________(vendor name) . 3. That, during the said contract period, M/s. _______________(vendor name) shall have full rights of operating the said tank-lorry / tank-lorries and receiving consideration for such operation. 4. That, I / We also declare that the tank- lorry/tank-lorries mentioned in Item 1) above are not in contract with any other Oil Company. DEPONENT VERIFICATION: Verified that the contents of the above affidavit are true and correct to the best of my knowledge and belief. No part of it is false and nothing has been concealed therein. DEPONENT Verified at ________________ on _____________. Notary Public

Page 49: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 49

Attachment-6

DETAILS OF RELATIONSHIP WITH BPCL DIRECTORS Tenderers should furnish following details in the Part A, B or C as applicable, as under: PART – A -Sole Trader PART – B- Partnership PART – C- Company (Private / Public / Co- operative Society)

PART – A (Applicable where Tenderer is Sole Proprietor)

1. Name: 2. Address: Residence: Office: 3. State whether tenderer is related to any of the Director(s) of BPCL YES / NO 4. If answer is ‘YES‘ to Sr. No. 3, State the name of BPCL’s Director and Tenderer’s relationship with him/her.

PART – B (Applicable where the Tenderer is a partnership firm)

1. Name of the partnership firm responding the tender: 2. Address: 3. Name of partners: 4. State whether any of the partner is a Director of BPCL: YES/NO* 5. If “YES” to Sr. No. 4, State the name(s) of BPCL’s Director. 6. State whether any of the partner is related to any of the Director(s) of BPCL: YES/NO 7.If answer is “YES” to Sr. No.6, State the name(s) of BPCL’s Director and the concerned partner’s relationship with him/her.

PART – C (Applicable where the Tenderer is a Public/Private Ltd. Co./Co-operative Society) 1. Name of the Company responding to the tender: 2. Address of: (a) Registered Office: (b) Principal Office: 3. State whether the Company is a Pvt. Ltd. Co. or Public Co. or Co-operative Society. 4. Names of Directors of the Company/Co-operative Society 5. State whether any of the Director of the Tenderer/Company is a Director of BPCL: Yes/No 6. If answer is ‘Yes’ to Sr. No.5, state the name(s) of the BPCL’s Director. 7. State whether any of the Director of the Tenderer Company is related to any of the Directors of BPCL: Yes/No 8. If ‘Yes’ to (7) state the name(s) of BPCL’s Director & the concerned Director’s (of the tenderer Co.) relationship with him/her. *Strike out whichever is not applicable. DATE / PLACE SIGNATURE OF TENDERER:

Page 50: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 50

Attachment-7

SC/ST CERTIFICATE A tenderer who claims to belong to one of the Scheduled Castes / Schedules tribes should submit in support of his claim a certificate issued within one year preceding the date of the opening for the Tender for transportation of Furnace Oil, in original, with a copy thereof, in the form enclosed from the District Officer or the sub-Divisional Officer or any other Officer as indicated in the enclosed form, of the District in which his parents (or surviving parents) ordinarily reside who has been designated by the State Government concerned as competent to issue such a certificate. If both his parents are dead, the officer signing the certificates should be of the district in which the tenderer ordinarily resides otherwise than for the purpose of his own education. The enclosed format is to be used for the purpose. ---------------------------------------------------------------------------------------------------------------------------------------------- Form of certificate to be produced by a candidate belonging to a Scheduled Caste or Scheduled tribe in support of his claim.

FORM OF CASTE CERTIFICATE 1. This is to certify that Shri / SMT / Kumari* son /daughter* of ……………………….of village / town* …………………in district / division*………………………of the State / Union Territory*………………… belongs to the ……………..caste / tribe* which is recognized as Scheduled Caste / Scheduled tribe* under: @The Constitution (Scheduled Castes) Order, 1950 @The Constitution (Scheduled Tribes) Order, 1950 @The Constitution (Scheduled Castes) (Union Territories) Order, 1951 @The Constitution (Scheduled Tribes) (Union Territories) Order, 1951 (As amended by the Scheduled Castes and Scheduled Tribes Lists (Modification) Order, 1956, The Bombay Reorganization Act, 1960. The Punjab Reorganization Act, 1966, The State of Himachal Pr. Act. 1970; the North Eastern Areas (Reorganization) Act, 1971 and Scheduled tribes Orders (Amendment) Act, 1976.) @The Constitution (Jammu & Kashmir) Scheduled Castes Order, 1956 @The Constitution (Jammu & Kashmir) Scheduled Tribes Order, 1989 @The Constitution (Andaman & Nicobar Islands) Scheduled Tribes Order, 1959 @The Constitution (Dadra & Nagar Haveli) Scheduled Castes Order, 1962 @The Constitution (Dadra & Nagar Haveli) Scheduled Tribes Order, 1962 @The Constitution (Pondicherry) Scheduled Castes Order, 1964 @The Constitution Scheduled Tribes (U.P.) Order, 1967 @The Constitution (Goa, Daman & Diu) Scheduled Castes Order, 1968 @The Constitution (Goa, Daman & Diu) Scheduled Tribes Order, 1968 @The Constitution (Nagaland) Scheduled Tribes Order, 1970 @The Constitution (Sikkim) Scheduled Castes Order, 1978 @The Constitution (Sikkim) Scheduled Tribes Order, 1978 2. Application in the case of Scheduled Castes/Scheduled Tribe persons who have migrated from one State / U.T.: This certificate is issued on the basis of the Scheduled Castes / Scheduled tribe Certificate issued to Shri / SMT*…………………………….father / mother of Shri / SMT / Kumari*………………………………in District / Division……………………….of the State / Union Territory*………………………………who belong to the …………………….. Caste / tribe* which is recognized as a Scheduled Caste / Scheduled tribe* in the State / Union Territory*……………………..issued by the ………………………………….. (Name of prescribed authority) vide their no. …………….dated………………….. 3. Shri / SMT /Kumari*……………………….and/or his / her* family ordinarily reside(s) in village / town………………… of………………………..District / Division of the State / Union territory of………………………………….. Signature……………………… Place………………………State/Union Territory

Page 51: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 51

Date……………………… Designation…………………... (With seal of Office) * Please delete the words, which are not applicable. @ Please quote specific Presidential Order. % Delete the paragraph, which is not applicable. Note: The term ‘ordinarily reside(s) used here will have the same meaning as in Section 20 of the Representation of the Peoples Act, 1950. ** List of authorities empowered to issue Scheduled Caste/Scheduled Tribe Certificates: 1. District Magistrate/Additional District Magistrate/Collector /Deputy Commissioner/Deputy Collector/1st Class Stipendiary Magistrate/City Magistrate/Sub-Divisional Magistrate/Taluka Magistrate/Executive Magistrate/Extra Assistant Commissioner (not below the rank of 1

st Class

Stipendiary Magistrate). 2.Chief Presidency Magistrate /Additional Chief Presidency Magistrate/Presidency Magistrate. 3. Revenue Officers not below the rank of Tehsildar. 4. Sub-Divisional Officer of the area where the candidate and/or his family normally resides. 5. Administrator/Secretary to Administrator/Development Officer (Lakshadweep Islands). ---------------------------------------------------------------------------------------------------------------------------

Page 52: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 52

Attachment-8

UNDERTAKING We, hereby, declare as under: 1. That the tank-lorries offered under this contract has not been withdrawn from any other contract of BPCL. 2. That the vehicles under reference are not running in contract with any other Oil Company and not attached with any other Contractor/ Distributor and have not been withdrawn without their prior consent. 3. That the subject vehicles are not involved in any litigation other than routine cases of road accident or any violation of Motor Vehicles Act. 4. That neither we as a transporter nor any of our offered tank lorry have been blacklisted so far by any of the Oil Company. We further confirm that; 1. The details as furnished by us are correct. We undertake to place the tank-lorries offered in this tender, at the disposal of BPCL in case the contract is awarded in our favour. 2. If any information is found to be false / incorrect, the contract if awarded to us shall be liable to be cancelled and we shall be liable to pay to the Corporation such damages as the Corporation may put to due to termination of the contract. We also undertake that should there be any action against Corporation resulting in damages of whatsoever nature to Corporation on account of award of contract in our favour on the basis of the misrepresentations. 3. We shall keep the Corporation completely indemnified against all the losses / damages, litigations, court action etc. Signature / Name of the Tenderer: ___________________ Name of the Firm : _____________________ Address with seal: ________________________

Page 53: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 53

Attachment-9

DECLARATION ‘A’

We declare that we have complied with and have not violated any clause of the standard Agreement Place: Signature & Seal Date:

DECLARATION ‘B’ We declare that we do not have any employee who is related to any officer of the Corporation / Central / State Government OR We have the following employees working with us who are near relatives of the officers of the Corporation / Central / State Government. Name of the employee; Name & designation of the officer of the Corporation /Central / State Government: 1. ________________________________________________ 2. ________________________________________________ 3. ________________________________________________ 4. ________________________________________________ Place: Signature & Seal Date: Strike off whichever is not applicable.

DECLARATION ‘C’ The Tenderer is required to state whether he is a relative of any Director of our Corporation or the tenderer is a firm in which Director of our Corporation or his relative is a partner or is any other partner of such a firm or alternatively the Tenderer is a private company in which Director of our Corporation is member or Director, (the list of relative(s) for this purpose is given overleaf) Place: Signature & Seal Date: N.B: Strike off whichever is not applicable. If the Contractor employs any person subsequent to signing the above declaration and the employee so appointed happen to be near relatives of the Officer of the Corporation/Central/State Government, the Contractor should submit another declaration furnishing the names of such employees who is/are related to the Officer/s of the Corporation/Central/State Government. (Pl refer to the enclosed list of relatives)

LIST OF RELATIVES A person shall be deemed to be a relative of another, if any and only if, i) He / She / They are members of Hindu Undivided family or ii) He / She / They are Husband & Wife or iii) The one is related to the other in the manner indicated below. 1. Father

Page 54: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 54

2. Mother (including Step Mother) 3. Son (including Step Son) 4. Son’s Wife 5. Daughter (including Step Daughter) 6. Father’s Father 7. Father’s Mother 8. Mother’s Mother 9. Mother’s Father 10. Son’s Son 11. Son Son’s Wife 12. Son’s Daughter 13. Son’s Daughter’s Husband 14. Daughter’s Husband 15. Daughter’s Son 16. Daughter’s Son’s Wife 17. Daughter’s Daughter 18. Daughter’s Daughter’s Husband 19. Brother (including Step Brother) 20. Brother’s Wife. 21. Sister (including Step Sister) 22. Sister’s Husband

Page 55: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 55

Technical Bid Attachment 10

(On Non-Judicial Stamp Paper as prescribed in the respective State)

BANK GUARANTEE

1) In consideration of Bharat Petroleum Corporation Limited having its registered office at Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400 001 (hereinafter called "The Company" having agreed to exempt M/S ____________________(Hereinafter called "the said Transporter(s)") from the demand under the terms and conditions of an Agreement dated ___________ made between _________________ the Company______________ and the Transporter(s) ____________for (hereinafter called "the said Agreement") of the Security Deposit for the due fulfilment by the said Transporter(s) of the terms and conditions contained in the said Agreement on production of Bank Guarantee for Rs. _________ (Rupees ________________ only), We ____________________(name of Bank) (hereinafter referred to as "Bank") at the request of M/s ______________________ (Transporter) do hereby undertake to pay to the Company an amount not exceeding Rs__________________(Rupees ______________ only) against any loss or damage caused to or suffered or would be caused to or suffered by the Company by reason of any breach by the said Transporter(s) of any of the terms and conditions contained in the said Agreement. 2) We ______________ (name of the Bank) do hereby undertake to pay the amounts due and

payable under this guarantee without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Company by reasons of breach by the said Transporter(s) of any of the terms and

conditions contained in the said agreement or by reason of the Transporter’s failure to perform the said Agreement. Any such demand on the Bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall

be restricted to an amount not exceeding Rs. _________________ (Rupees _________________ only). 3) We undertake to pay to the Company any money so demanded notwithstanding any dispute or

disputes raised by the Transporter(s) in any suit or proceeding pending before any Court or

Tribunal or Arbitrator relating thereto our liability under this present being absolute and

unequivocal. The payment so made by us under this guarantee shall be a valid discharge of our

liability under this guarantee for payment there under and the Transporter(s) shall have no claim

against us for making such payment. 4) We______________ (name of Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the

said agreement and that it shall continue to be enforceable till all the dues of the Company under by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Company certifies that the terms and conditions of the said Agreement have been fully

and properly carried out by the said Transporter(s) and accordingly discharge this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before _____________ we shall be discharged from all liabilities under this guarantee thereafter. 5) We _______________________ (name of Bank) further agree with the________________

Company that the Company shall have the fullest liberty without our consent and without

affecting in any manner our obligations hereunder to vary any of the terms and conditions of the

said Agreement or to extend time of performance by the said Transporter(s) from time to time

or to postpone for any time or from time to time any of the powers exercisable by the Company

against the said Transporter(s) and to forbear or enforce any of the terms and conditions

relating to the said Agreement and shall not be relieved from our liability by reason of any such

variation or extension being granted to the said Transporter(s) or for any forbearance, act or

omission on the part of the Company or any indulgence by the Company to the said

Transporter(s) or by any such matter or thing whatsoever which under the law relating to

Page 56: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 56

sureties would but for this provisions have effect of so relieving us.

6) This guarantee will not be discharged due to the change in the constitution of the Bank or the

Transporter(s). 7) We ___________________ (name of the Bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the Company in writing.

Dated____________________ day of ____________ 2016.

For __________________________ (Indicate name of the Bank

Page 57: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

B P C / I & C / S R / 1 2 / B L A C K O I L - C H N / 2 0 1 6

Page 57

Technical Bid ATTACHEMENT -11

INDUSTRY TRANSPORT DISCIPLINE GUIDELINES

Version 4.0 attached

“The carrier has read and fully aware of the existence of Oil Industry Discipline Guideline 2016 revised which is part of tender documents and contents therein and further agrees that the said ITDG will be part and parcel of this agreement and the said ITDG will be binding on the carrier as amended/modified from time to time during the period of this agreement including the extensions, if any and for any act/omission from the carrier or ots employees or agents during the period of this agreement including extension, if any.” ***********************************************************************************************************

Page 58: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

[Type text] Page 58

Technical Bid:

Attachment 12 PROCESS COMPLIANCE STATEMENT Name of the Bidder : BPC/I&C/SR/12/BLACK OIL-CHN/2016 (system no : 13964) The following terms and conditions are deemed as accepted by us for participation in the bid event: 1. We have understood and accept the general terms and conditions, technical specifications and bidding process & time line as per tender no. BPC/I&C/SR/12/BLACK OIL-CHN/2016 2. The award decision by BPCL would be final and binding on us. 3. We will not divulge either our bids or those of other Bidders to any other external party. 4. We will not make any Off-line negotiations with BPCL. Technical and other non-commercial queries (not impacting price) shall also be directed to M/s. E Procurement Technologies Ltd . Bidding process related queries could be addressed to M/s. M/s. E Procurement Technologies Ltd personnel indicated in the tender document. 5. We agree to non-disclosure of trade information regarding the purchase, identity of BPCL, bid process, bid technology, bid documentation and bid details. 6. Inability to bid due to telephone line glitch, Internet response issues, software or hardware hangs will not be the responsibility of) M/s. M/s. E Procurement Technologies Ltd or BPCL. 7. M/s. E Procurement Technologies Ltd does not take responsibility beyond the bid event. Order finalization and post order activities such as shipment, payment, warranty etc. would be transacted directly between us and BPCL. 8. Our participation in a bid event is by invitation from BPCL, BPCL is not obliged to place the contract if the expected price of the lots or event is not met. BPCL will be at liberty to cancel the bid event and initiate a fresh one, if necessary. 9. Bids once submitted cannot be modified or withdrawn, but can be modified till last of submission of tender in system. 10. BPCL along M/s. E Procurement Technologies Ltd can decide to extend, reschedule or cancel the Bidding. 11. We shall indemnify and hold BPCL / M/s. E Procurement Technologies Ltd , its subsidiaries, its and their successors and assigns, officers, employees and agents harmless from any direct or indirect loss or damage and or claims for personal injury or property damage caused by any contractual problems or by our negligent or fraudulent act, omission or willful misconduct or breach of any term of this Agreement. 12. M/s. E Procurement Technologies Ltd , nor any related company, nor any of its owners, employees or other representatives will not be liable for damages arising out of or in connection with the use of this site. This is a comprehensive limitation of liability that applies to all damages of any kind, including (without limitation) compensatory, direct, indirect or consequential damages and claims of third parties.

Page 59: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

[Type text] Page 59

13. M/s. E Procurement Technologies Ltd does not guarantee continuous, uninterrupted or secure access to its services, and operation of the site may be interfered with by numerous factors outside of its control. 14. We hereby confirm the following: a) We will participate in online Bid Event which will be conducted by M/s. E Procurement Technologies Ltd , and will quote the net price as per the tender requirements in Rupee per MT for all locations. b) The following person from our organization has been trained to participate in the online bidding and has fully understood the online bidding process: Name: Mobile Number: Contact Number (In absence of mobile number): c) We have read the tender documents “BPC/I&C/SR/12/BLACK OIL-CHN/2016” and all the supporting documents carefully read and all terms & conditions mentioned in the tender and attachments/ annexure are acceptable to us. d) We have signed and submitted compliance statement with this letter. Name of the Bidder: SEAL: DATE: SIGNATURE OF THE BIDDER / AUTHORISED SIGNATORY

Page 60: NOTICE INVITING e-TENDER FOR … ex chn_tender...The documents in physical form shall be submitted in a sealed envelope* at the following address: Territory Manager (I&C), Chennai

[Type text] Page 60

Attachment 12A

Training Conducted by: M/s. E Procurement Technologies Ltd

(TENDER REF : BPC/I&C/SR/12/BLACK OIL-CHN/2016) I /We ______________________ representing M/s. _____________________ had/have attended the training program for Web Tender/ Electronic Bidding conducted by M/s. E- Procurement Technologies Ltd (ETL) held at ________________office on date_______________. I/We have understood the procedure for placing the bids in Electronic Bidding. Bidder Name: Name (s): 1 Name (s): 2 Signature(s): Date & Time: Place: