Technical Bid: Bharat Petroleum Corporation Limited
Technical Bid: Bharat Petroleum Corporation Limited
TECHNICAL BID
To be submitted at the following address in sealed cover marked
“Tender for Pressure Testing, Painting & Transportation of DPT
LPG cylinders Ex – “ NAGPUR LPG TERRITORY”
Please affix your rubber stamp and sign on each page and
return to us along with all enclosures
M/s
Dear Sir/s,
2) The Pressure testing job is to be carried out as per IS codes with latest amendments and
as per our Conditions of Tender (Annexure I), Special Terms and Conditions of tender
(Annexure II), Scope of Work (Annexure III) etc., as detailed in the attached Technical
Bid.
3) The tender for Pressure testing is not exclusive but inclusive of transportation,
hence, a tenderer willing to do the Pressure Testing job at ex any particular Bottling
Plant/Location must also do the transportation job for that particular plant.
4) In case the tenderer is not willing to do the job of Pressure testing ex a particular
bottling plant / location, then the tenderer should point out the same on his Letter
Head and enclose the same in the Technical Bid. In the Price Bid the tenderer
should cancel the transportation rate ex that bottling plant in which he is not
interested to do the job and should sign against the cancellation.
5) Quoting the transportation rate ex any bottling plant / location will be construed as
the tender is willing to do the job ex that bottling plant / location for which he has
quoted the transportation rate. Once the transportation rate against a plant /
location has been quoted, the tenderer cannot at a latter stage withdraw for doing
the transportation. In that case, the EMD submitted by the tenderer shall be
forfeited and tenderer stands to be black listed from quoting in all the tenders
issued by BPCL.
6) The TECHNICAL BID has to be filled and submitted back to us together with all
drawings, in a separate cover after signing on all the pages including the drawings,
by an authorized signatory after fixing their rubber stamp. An EMD of Rs. 1,00,000/-
as explained in the ensuing pages should be submitted along with the Technical
Bid. The cover should be marked “TECHNICAL BID”.
7) Totally correct information of all the items has to be filled / furnished in the
Technical Bid. If on cross checking, inspection etc., if it is found out that the
information furnished by the tenderer is different / wrong / not matching with the
information furnished in the Technical Bid then the EMD submitted by the tender will
be forfeited & the tenderer may be debarred for applying in the tender in future.
8) Please quote your lowest rate per cylinder for the job items in the “Rate Schedule”
(Annexure XIV) in the Price bid attached. PRICE BID should be put in a separate
cover. The cover should be marked “PRICE BID”.
9) The two covers containing the Technical Bid and the Price Bids should then be put
in a separate cover and sent to the office address as indicated below.
10) The rates quoted should be firm and inclusive of all taxes, duties, etc. as explained in
clauses 16, 17, 18, 19 of the Special Terms and Conditions of Tender (Annexure II) of
the enclosed Technical Bid. No revision will be allowed during the tenure of the contract.
11) The contract for each location will be valid for two years from the date of awarding the
contract. The contract can be extended for a further period of one more year, on the same
rates & terms and conditions through mutual consent.
12) We request you to go through all Tender documents carefully before submitting your
quotations. Any clarifications regarding the work can be sought from our Territory Office on
any working day during normal working hours.
13) The company reserves the right to appoint more than one Tenderer for the above said jobs
or break / award the job as per its discretion. The company also reserves the right to
accept / ignore any quotation in part or full before the award of job, or withdraw this tender
altogether, at any stage, without assigning any reason.
14) The quotation/price bid/s, and all the tender documents including drawings, being sent to
you, should be returned to us duly signed on each page by an authorized signatory with
official seal so as to reach the office of the undersigned upto 1400 hrs of 18.03.2010
and the technical bids of the all the tenderer received shall be opened on 18.03.2010
at 14.30 hours in the office of TM (LPG), Nagpur at the address as mentioned below.
15) The tenders should reach the following address before due date and time of the closing
date of the tender mentioned herein before. Tenders/Quotations received after due date
and time of tender will not be accepted/considered.
Yours faithfully,
For BHARAT PETROLEUM COPRN. LTD.
___________________
SEN P. R.
TERRITORY MANAGER (LPG) - NAGPUR
E/a
TENDERER’s SIGNATURE WITH RUBBER STAMP 3
BHARAT PETROLEUM CORPORATION LTD.
INDEX
ANNEXURE I
CONDITIONS OF TENDER
1) Offers are invited in a sealed envelope in two bid system – Technical Bid and Price Bid for
Pressure Testing, Painting and Transportation of our 5 KG, 14.2 KG, 19 KG & 47.5 KG
LPG DPT cylinders generated ex following location in Nagpur LPG Territory. The
addresses of all locations are indicated in Annexure XII.
2) The Pressure testing job is to be carried out as per present prevailing IS codes with latest
amendments and as per our Conditions of Tender, Special Terms and Conditions of
tender, Scope of Work etc., as detailed in the Technical Bid.
3) The tender for Pressure testing is not exclusive but inclusive of transportation,
hence, a tenderer willing to do the Pressure Testing job at ex any particular Bottling
Plant / Location must also do the transportation job for that particular plant.
4) In case the tenderer is not willing to do the job of Pressure testing ex a particular
bottling plant/location, then the tenderer should point out the same on his Letter
Head and enclose the same in the Technical Bid. In the Price Bid the tenderer
should cancel the transportation rate ex that bottling plant/location in which he is
not interested to do the job and should sign against the cancellation.
5) This tender should be submitted in two parts namely - Technical Bid & Price Bid.
6) Tenderers should provide correct information & all the required information asked
for in the Technical Bid / Annexures and only the Authorised Signatory should sign
on all the pages including drawings and affix the Company’s Seal on the Schedule
of Rates page (Annexure XIV) and affix official seal on all the other pages from
Annexure I to Annexure XIV including all the drawings.
In case at a latter stage, if on cross checking, inspection etc., if it is found out that
the information furnished by the tenderer is different / wrong / not matching with the
information furnished in the Technical Bid / Annexures then the EMD submitted by
the tender will be forfeited & the tenderer may be debarred for applying in the tender
in future.
The Technical Bid (Annexure I to Annexure XIII – with all the drawings) should be
put in a separate cover together with required EMD. The cover should be marked
“TECHNICAL BID”.
The Price Bid (Annexure XIV only) should be put in a separate cover. Please quote
your lowest rate per cylinder for the job items in the “Schedule of Rates” in the Price
bid attached. The cover should be marked “PRICE BID”.
The cover containing the Technical Bid & the cover containing the Price Bid should
then be put in a separate cover and sent to the office address as indicated in this
tender.
The Price Bid of the those bidders whose bids are technically acceptable will be
opened in presence of the bidders and a separate intimation will be sent to all the
bidders who are found technically acceptable advising date/time/place of opening of
the Price Bid.
Please note that the tender/s received without quotation for transportation rate will
not be considered.
7) The rates quoted should be firm and inclusive of all taxes, duties, etc. as explained in
clauses 16, 17, 18, 19 of the “Special Terms and conditions of the Tender” enclosed as
Annexure II. Revision in the rates of whatever nature will not be allowed during the tenure
of the contract.
8) The contract will be valid for a period of two years from the date of awarding the contract.
The contract can be extended for a further period of one more year, on the same rates &
terms and conditions, on mutual consent, at the discretion of the Corporation.
9) The quantity of cylinders to be pressure tested during the tenure of 2 years shown against
each location is purely based on estimation and BPCL does not guarantee any minimum
number of cylinders that will be given for pressure testing / to be pressure tested from any
of the plant/s/locations. BPCL reserves the right to award the job to one or multiple parties
from one or from all location mentioned in the tender at it sole discretion or withdraw the
tender at any stage / altogether without assigning any reason.
10) The Corporation reserves the right to increase or decrease the tendered quantity or revise
specifications, drawing, and designs of any or every item at any stage of work. The
successful tenderer’s claim for compensation or damages on account of these shall not be
entertained. Such deviations, if necessary, will be adjusted at the rates contained in the
agreement by issuing variation order(s). In case it becomes necessary for the Company to
temporarily suspend or postpone the work, partly or fully, due to unforeseen
circumstances, the Corporation shall not be liable for payment of any compensation on
account of resultant delays.
11) The estimated quantity for pressure testing of cylinders ex various Plants / locations in
Nagpur LPG Territory is as detailed below:
12) The tenderer shall be required to submit along with the “TECHNICAL BID” an earnest
money deposit (EMD) of Rs. 1,00,000/- (Rs. One Lakh only) in form of Demand Draft
favoring “BHARAT PETROLEUM CORPN. LTD.,” payable at NAGPUR to be submitted
along with the Technical Bid. The Demand Draft should be drawn on a Nationalized
Bank / Scheduled Banks (other than Cooperative Banks) only. Quotations received
without EMD or with less EMD will not be considered.
13) The company reserves the right to appoint more than one Tenderer for the above said jobs
or break / award the job as per its discretion. The company also reserves the right to
accept / ignore any quotation in part or full before the award of job, or withdraw this tender
altogether, at any stage, without assigning any reason.
14) The technical bid along-with Earnest Money Deposit (EMD) of Rs. 1,00,000/- as explained
above together with price bid and all the tender documents including drawings, being sent
to you should be returned to us duly signed on each page by an authorized signatory with
official seal to reach office of the undersigned at the following address upto 1400 hrs of
18.03.2010. Quotations received after due date and time of tender will not be accepted.
15) The technical bids of the all the tenderer received shall be opened on 18.03.2010 at
1430 hours in the office of TM (LPG), NAGPUR at address as mentioned below.
17) If for any reason, the proprietor or all the partners or director as the case may be are
unable to sign the document, the said document should be signed by the constituted
attorney having full authority to sing the tender document and copy of such authority letter
as also the power of attorney, in original, duly signed in the presence of a Notary public
should be submitted with the tender.
18) The tenders should reach the following address before due date and time of the closing
date of the tender mentioned herein before. Tenders/Quotations received after due date
and time of tender will not be accepted.
ANNEXURE II
1) Tenderer should furnish evidence to the effect that the tenderer’s facilities for statutory
pressure testing of LPG cylinders & degassing are approved by CCOE & are valid as of
date. Tenderer not having the requisite valid CCOE license as on date of the tender shall
not be considered for the said job.
2) Tenderer should submit the proof that they have a qualified Mechanical Engineer in their
permanent employment for certifying the statutory pressure tested cylinders.
3) Tenderers should provide correct information & all the required information asked
for in the Technical Bid / Annexures and only the Authorised Signatory should sign
on all the pages including drawings and affix the Company’s Seal on the Schedule
of Rates page (Annexure XIV) and affix official seal on all the other pages from
Annexure I to Annexure XIV including all the drawings.
In case at a latter stage, if on cross checking, inspection etc., if it is found out that
the information furnished by the tenderer is different / wrong / not matching with the
information furnished in the Technical Bid / Annexures then the EMD submitted by
the tender will be forfeited & the tenderer may be debarred for applying in the tender
in future.
The Technical Bid (Annexure I to Annexure XII – with all the drawings) should
be put in a separate cover together with required EMD. The cover should be
marked “TECHNICAL BID”.
The Price Bid (Annexure XIV only) should be put in a separate cover. Please
quote your lowest rate per cylinder for the job items in the “Schedule of Rates”
in the Price bid attached. The cover should be marked “PRICE BID”.
The cover containing the Technical Bid & the cover containing the Price Bid
should then be put in a separate cover and sent to the office address as
indicated in this tender.
The price bid of the those bidders whose bids are technically acceptable will be
opened in presence of the bidders and a separate intimation will be sent to all
the bidders who are found technically acceptable advising date/time/place of
opening of the price bid.
4) Tenderers should fill in all the information pertaining to them in the format given in
(Annexure – V, VI & VII).
6) Tenderer have compulsorily to furnish the permanent income tax account number of
the company and/or the proprietor/partner & also income tax clearance certificate /
or income tax return filed for the previous 2 financial years.
7) Tenderer should have past experience in the job of pressure testing & should submit the
proof of past experience to this effect.
8) Tenderer should give the correct details with proofs wherever required regarding per
month capacity of his pressure testing plant viz. Total capacity of Plant for Pr. Testing of
Cyls., Number of Shifts Operated for the Job, Capacity already being utilized,
(Cylinders/month), Spare Capacity available of the job proposed under this tender
(Cylinder/ month) & future plans to increase the capacity etc.
Indicating wrong spare capacity will entail penal action as per clause 3 above and
EMD submitted will be forfeited and/or any other action may be taken as deemed fit
by the Corporation.
9) If you are in the business of Cylinder manufacturing, please give the details like cylinder
manufacturing per month, capacity already being utilized per month.
10) You are also required to furnish an EMD of Rs. 1,00,000/- while submitting this tender. The
EMD should be in the form of a Demand Draft payable at Nagpur. The Demand Draft /
Bank Guarantee should be drawn on a Nationalized Bank / Scheduled Banks (other
than Cooperative Banks) only. Tenders received without the requisite EMD as stated
above shall be summarily rejected.
11) Cheques and / or request for adjustment against any pending dues/ bills will not be
accepted as EMD. Any tender with such requests / Cheques shall be treated to have been
received without EMD & shall be rejected.
a) Modifies / withdraws the offer during the validity period of 180 days from the closing
due date of the tender.
b) Refuses to sign the agreement after award of the work by the Corporation.
c) Provides wrong information in the Technical Bid.
13) In the case of unsuccessful tenderer, the EMD will be refunded to the party after the
finalization of the tender. In case of successful tenderer(s) the EMD will be refunded only
after the completion of all the formalities i.e. the submission of the Security Deposit,
Insurance cover & signing of the Agreement etc. No Interest will be payable on the EMD.
14) Factory premises should be open to BPCL Officials for ‘On the spot surprise checking’
at any time during the tenure of the contract.
15) Please quote your lowest rates for the job of Pressure Testing / Painting, Rejection, &
Transportation etc. per cylinder in the SCHEDULE OF RATES i.e. PRICE BID (Annexure
XIV) attached. (Please note that no change and/or addition in the format of the Schedule
of Rates are to be made. Changes and/or additions of any nature made will not be
considered.
16) The Rates should be firm throughout the period of the contract, which should be inclusive
of cost of all the materials, paint, labour, electricity, water, power equipments, tools/tackles,
excise, customs, Sales Tax, VAT, work contract tax, service tax etc. all taxes levied by
Local Bodies, State/Central Govt., duties, octroi, octroi surcharge, road / toll tax, loading,
unloading at both ends etc., including Inspection/Certification charges etc. and any other
charges etc. All materials are to be supplied by the tenderer unless otherwise advised.
Revision in rates on account of increase in material cost or increase in cost of any nature
etc. and /or increase in any of the taxes, service tax etc. or levy of any new taxes etc. of
whatever nature will be not be allowed during the tenure of contract.
17) The rates quoted for transportation should be inclusive of Octroi, Octroi Surcharge, Octroi
service charge, cost of fuel, tyres, tubes, lube oil, toll tax, all taxes levied by Local Bodies,
State/Central Govt., duties and other levies applicable en-route, between the location/s
allocated for pressure testing and your works as well as loading/unloading of cylinders at
both the ends & including everything applicable in respect of transportation. Revision /
Increase in rates - on account of any of these, or levy of any new taxes/octroi etc. or any
increase of whatever nature will not be allowed during the tenure of contract.
18) All the rates quoted will remain firm during the tenure of the contract. No escalation of any
nature will be permissible. Also, no reimbursement will be made for any new taxes, duties,
levies etc. that may be introduced in future.
19) The rates quoted shall be valid for a period of 180 days from the closing date of the tender.
Once the quotation is accepted, the rates quoted shall be firm till the entire work is
completed in all respects. Escalation in the rates on any account will not be considered.
20) The cylinders for pressure testing may be awarded to a party based on the capacity
available with them. However, in case the quantities are allocated, it will be tenderers
responsibility to complete the entire quantity during the period of the contract or the
extended period, as deemed fit by the Corporation, immaterial of the contractual period of
two years mentioned in this tender. Failure to do so will entail penalty and/or any action as
deemed fit by the Corporation. This clause to be read in conjunction with clause no. 43
appearing herein afterwards.
21) The contract ex each plant / location will be valid for a period of two years from the date of
awarding the contract. The contract can be extended for a further period of one more year
on the same rates, terms and conditions, based on mutual consent. However, in case of
failure on the part of the tenderer to complete the allocated quantity/job, completion of the
quantity/job will be the essence of the contract and the tenderer cannot take a plea that the
contract period has expired. The time period bar of two years will then automatically cease
to exist and instead the time period will get extended for completion of the allocated
quantity/job by the tenderer, as decided by the Corporation.
22) All entries in the Tender Documents should be in ink/ Typed Corrections, if any, should be
attested by full signature of the Tenderer.
23) Tenderer should duly fill in all the required information asked for in the Annexures,
sign all the drawings and sign all pages from Annexure I to XIII and affix the
Company’s seal on the “Schedule of Rates” Page (Annexure XIV) and affix the
Official/Company seal on all other pages & return all the documents back to us.
24) The tender documents should reach above address upto 1400 hours of the Due Date
mentioned above & the quotations received after Due Date and time will not be accepted.
25) The tenders should be strictly in line with our terms and conditions. Any tender not
conforming to the terms and conditions prescribed in the Tender document shall be
rejected. Counter terms and conditions will not be accepted. Overwriting should be
avoided. Corrections if any should be initialed & duly stamped with official seal by the
Tenderer.
26) Please ensure that your name or any other identification mark does not appear on the
envelope.
27) The tenderer should quote for all items in the tender schedule. The rates should be
expressed both in figures and in words; where discrepancy exists between the two, the
rates expressed in words shall prevail.
28) The Corporation reserves the right to accept or reject the tender in whole or in part and/or
to divide the work amongst Tenderer’s in the manner considered suitable and/or to
negotiate with the tender (s) in the manner the Corporation considers suitable, without
assigning any reason thereof.
29) The Corporation further reserves its right to allow to the Public enterprises “Price
Preference” (facilities as admissible under the existing policy) as may be decided by the
Corporation.
30) Acceptance of the offer shall be valid only when advised by the Corporation in writing to
the successful Tenderer(s).
32) Pressure testing has to be carried out in accordance with the requirements of Gas
Cylinder Rules, 1981 & Static and Mobile Pressure Vessels (unfired) Rules, 1981 &
all the latest amendments issued from time to time by Chief Controller of
Explosives, Nagpur.
33) Segregation, rejection, pressure testing and painting will have to be carried out by you as
per IS: 5845 (latest) as amended from time to time & as per details, Scope of Work,
Special Instruction on Pr. Testing etc. provided in Annexure – III & IV.
34) The successful tender shall coordinate with bottling plants / locations for upliftment of
cylinders lying with various LPG Plants / different locations for Pressure Testing and shall
arrange to uplift these cylinders to avoid accumulation of inventory at locations and shall
be fully responsible for quality/period of execution of work.
35) The successful tenderer on their own shall not undertake any change in specifications
mentioned in the tender documents. In case of doubts he will refer the matter in writing to
the Corporation and act as per clarification given by the Corporation. Any changes in the
work involving changes in original specifications quantities/additional items of work should
be covered by obtaining suitable variation orders from the Corporation immediately.
36) Cylinders will not be accepted back by us unless they are accompanied by Test
Certificates as per format (Annexure- VIII). Rejected Cylinders will have to be sent
accompanied by a list as per the format enclosed (Annexure - IX).
37) Cylinders rejected on Visual Inspection/Hydro testing must not be deshaped by the
party.
38) A monthly statement should be sent to TM, NAGPUR LPG TERRITORY / this office
detailing stock of cylinders, Valves lying with you, as per format enclosed (Annexure - X).
This statement should reach each location by the 5 th of every month, or else the bills could
be held up for want of the same.
39) Cylinders given for pressure testing should be returned after the completion of pressure
testing, painting and fixing the valves within a maximum period of 20 days from the date of
dispatch from the Plant. For delay in completion of the Job beyond the above period,
penalty of 50 paisa per cylinder per day will be charged subject to a maximum of Rupee
10.00 per cylinder per month.
40) The contractor will be testing and cleaning old valves and will reuse them in cylinders.
Only sound valves should be fixed on the cylinders. The defective valves will be replaced
by sound valves to be provided by the Territory.
41) All the materials required for this job will be supplied by the Tenderer. The tenderer will
have to submit an account, on monthly basis, as to the number of cylinders/valves
received and dispatched back to the plant. At the end of the contractual period the tenderer
will arrange to return to NAGPUR LPG TERRITORY, all cylinders/valves/caps etc., failing
which Corporation shall recover cost of these items from the Tenderer’s Bills/any pending
dues, at the prevailing penal rates as may be decided by the Corporation.
42) After the award of Contract the successful tenderer shall not be permitted to sub-contract
or assign any of the work to any person/party without prior written consent from BPCL.
43) In case the successful tenderer, after the issue of the contract, fails to carry out qualitative
pressure testing/transportation within specified time frame mentioned herein-above,
Corporation reserves the right to foreclose the contract and/or get the same work done
from any other source and if the cost incurred, therefore is more than the party’s rate
accepted by the Corporation/mentioned in the agreement, the contractor will be liable to
pay the said difference in the cost suffered by the Corporation at the defaulting tenderer's
risk, responsibility and cost together with penalty levied if any, at the discretion of the
Corporation.
44) The Corporation shall also has a full right to foreclose / terminate the contract anytime
during the tenure of the contract without giving any reasons/notice in writing thereof. The
tenderer cannot claim compensation for damages nor the tenderer can be exempted from
the penalty levied on them for not carrying out timely pressure testing of cylinders and/or if
the services &/or the quality of the job/s performed are not found to be satisfactory.
In such cases Corporation also reserves the right to forfeit the Security Deposit/Bank
Guarantee provided by the tenderer and/or recover the amount from the bills submitted by
the contractor, and/or by lodging claims on the contractor for balance amount as
necessary.
Above is without prejudice to the right of the Corporation to take any other legal / penal
action at its sole discretion, as it may deem fit, against the contractor and the contractor
shall have no right to dispute the action taken or sum so recovered.
45) On our issuing a letter of Intent, the successful tenderer before signing the Agreement will
have to furnish a Security deposit in the form of Demand Draft or a Bank Guarantee of
Rs 5, 00,000/- for job awarded to ex BPCL, Nagpur. The Security deposit will have to
be submitted on a Nationalized Bank / Scheduled Banks (other than Cooperative
Banks) only for performance of the contract which should be valid for thirty months with
lodgment of claim period as six months. No interest will be paid on the Security deposit.
46) The tenderer will be required to compensate BPCL at the prevailing penal rates which
presently are Rs. 2000/- (Rupees Two Thousand only) per 14.2 Kg cylinder, Rs. 2,250/-
(Rupees Two Thousand Two Hundred Fifty only) per 19.0 Kg cylinder, Rs. 6000/- (Rupees
Six Thousand only) per 47.5 Kg cylinder, Rs. 700/- (Rupees Seven Hundred Only) and Rs.
172/- (Rupees One Hundred & Seventy Two only) for valve on account of loss or damage
of cylinder/valve, or if the cylinder returned to us is found to be OMC or spurious cylinder &
Rs. 2/- (Rs. Two only) per safety cap. The relevant penal rates may be decided /
revised by the Corporation, from time to time.
47) On receipt of Other Marketing Company (OMC) cylinders following caution will be
exercised by Tenderer/Tenderers.
a) When Tenderer is doing transportation: - Tenderer to ensure that the trucks entering
the plant premises should strictly confirm to requirements mentioned in Annexure XI.
The tender should also ensure that no OMC cylinder Due for Pressure Testing (DPT)
is uplifted by them.
i) If any OMC DPT cylinder is pressure tested and/ or returned by the party under
this contract, it will be dealt with as under :
ii) No pressure testing / painting charges will be paid by the Corporation for the
OMC cylinder.
iii) Two ways transportation cost will not be paid in case the transportation is being
done by the Tenderer’s.
iv) Corporation at its sole discretion will also recover the prevalent cost of the
cylinder/s, valve, caps etc at penal tariff rates which presently is Rs. 2000/- per
14.2 Kg. cylinder, Rs. 2250/- per 19.0 Kg cylinder, Rs 6000/- for 47.5 kg cylinder,
Rs.700/- per 5 Kg cylinder, Rs. 172/- per valve & Rs. 2/- per safety cap or as may
be decided/revised by the Corporation, from time to time
v) The decision of the Corporation will be final and binding on the Tenderer’s in
regard.
48) It will be the tenderer/contractor’s responsibility to ensure that the cylinders handed over to
them are kept safe in their premises free from theft, house breaking, fire, accident or any
damage. To safeguard against such loss or damage they will be required to provide for
each location / plant an appropriate insurance cover preferably from a Nationalized
Insurance Company valid for two years – presently for one year & subsequently to be
renewed for one more year, for 300 nos. of Valves & 300 nos. of 14.2 kg Cylinders, 70
nos. of 19 kg cylinders, 50 nos. of 47.5 kg and 30 nos. of 5 Kg cylinders for BPCL,
Nagpur LPG Plant. The rate will be @ Rs 2000/- per 14.2 kg cylinder, Rs. 2250/- per
19 Kg cylinder, Rs. 6000/- per 47.5 kg cylinder, Rs.700/- per 5 Kg cylinder and Rs.
172/- per valve. The policy should be taken in favour of BPCL a/c the contractor for loss of
cylinder, theft, fire, Burglary & Housebreaking and during transportation.
The policy should be taken in favor of BPCL a/c the Tenderer. The policy should be
renewed yearly by the tender on their own accord. Non renewal of the policy will be at the
tenderers risk. It will be tenderer’s responsibility to pay to BPCL at penal rates for the
inventory lost, stolen etc. taken place on account of non renewal of the insurance policy.
The cost of the cylinder / valve etc. shall be recovered at prevalent penal rate as
applicable, from time to time as liquidated damages for cylinders/valves not returned or
lost at the discretion of the Corporation and the contractor shall have no right to dispute
the sum recovered on aforesaid basis.
49) In case of excess inventory per plant or non renewal of the said Insurance policies in time,
the safe keeping & transportation of Company’s Assets will be tenderer/contractor’s sole
responsibility.
50) The Corporation shall have right to deduct and/or realize the said sum or any dues
outstanding against the Corporation in case of loss of any inventory by whatever means,
on any account and the Corporation reserves the right to recover the amount by forfeiting
Security Deposit or as it may deem fit, or as liquidated damage/s or out of any money
payable to the contractor by the Corporation.
51) Safekeeping, Transporting and Handling of the company’s inventory/equipments within the
premises and/or to other locations will be the successful tenderers responsibility for which
no extra payment shall be made.
52) The factory premises should be open to BPCL officials for on the spot surprise inspections
at any time during the day.
53) In case of careless or rough handling of cylinders by the Tenderer’s labour is established,
the corporation shall be free to recover the cost of damages/loss from the Tenderer’s at
penal rate.
54) The pressure tested cylinder, if found unfit at the time of first filling after the same was
pressure tested or if the quality of the painting is found to be improper the Cylinder will be
sent back to the Tenderer for rectification / repainting at the Tenderer’s cost and the
additional transport charges incurred on these cylinders will be deducted from the
Tenderer’s running bills.
55) Bills should be submitted to the respective Plant/Territory within one month after the
pressure testing of cylinders are received by the plant, in accordance with the agreement
and at the rates specified in the schedule of the agreement in such a format as accepted
by the Corporation.
56) The payment for the job performed shall be released by NAGPUR LPG Territory for the
actual work done on monthly basis after satisfactory completion of the job and after
submission of the bills/certificates etc. It will be the contractor’s responsibility to ensure that
the bills/certificates reach the respective plant. Corporation will not be responsible for the
bills lost in transit.
57) Any deductions/dues to be recovered from the contractor(s) will be directly deducted by the
Corporation from the contractor’s pending/running bills and all the balance dues will be
deducted from the Contractor’s final bill.
58) The Corporation shall have right to deduct and/or realize the amount due to the
Corporation from the Contractor’s EMD/SD/BG/pending bills or any money due to the
Contractor or out of any money payable to the contractor or the amount may be recovered
by any other means the Corporation may deem fit or as liquidated damage/s. The decision
of the Corporation will be final and binding on the contractor in this regard.
59) The final bill of the successful tenderer shall be paid only after recovering / deducting all
the dues outstanding against them and all the inventory of each bottling plant is tallied and
balance inventory returned to the plant.
60) On awarding the contract, the Tenderer shall immediately nominate / authorize a
representative with the representative’s signature for collection of Cheques, letters etc. or
else these will not be sent to the Tenderer’s by post.
61) The Tenderer/contractor will undertake to ensure due and complete compliance with all
laws, regulations, rules etc. whether of the central govt. or state govt. or any other
competent authority applicable to the workmen employed or whose services are otherwise
availed of by the tenderer / contractor whether in connection with the job awarded to him or
otherwise. The Corporation / Employer shall have the right to inspect the records
maintained by the tenderer / contractor concerning such workman from time to time and
the contractor/tenderer to produce of the Corporation’s / Employer’s inspection in order to
ascertain whether or not the requirements of all such laws regulations, rules etc. have
been complied with by the tenderer/contractor. In the event of any contravention of such
laws, regulations, rules etc. coming to light whether as a result of such inspection or
otherwise, the Employer/Corporation shall have the right to require to the
contractor/tenderer to effect such compliance within such time as the
Employer/Corporation may prescribe in that behalf and in the event of the contractor
/tenderer failing to effect such compliance within the time prescribed by the Corporation /
Employer then the Corporation / Employer shall without prejudice to his rights be entitled to
withhold from the amount payable to the Tenderer/Contractor any amount payable to the
workmen under any such laws, regulations or rules and to make payment thereof to the
workmen. The Corporation / Employer shall also have in that even the right to terminate
the contract with immediate effect and to exercise powers reserved to the Corporation /
Employer under the contract result of termination. The tenderer will be responsible for any
consequences for violation of statutory norms.
62) It will be tenderers responsibility to get the works approved and obtain all necessary
certificates in connection with above job from municipal, government or any required
authority and ensure that all works/certificates are approved / valid till the period of the
contract.
63) Quotations should be submitted only in the prescribed tender schedule form supplied by
the Corporation along with all documents together with drawings, General conditions of
tender duly signed by the authorized signatory.
64) The tenderer should visit the plant site to acquaint themselves of the site conditions etc.
65) All materials required for the execution of work and before put to use should conform to the
standard ISI specifications. Use of substandard material shall be entirely at the risk and
cost of the tenderer. No delay on account of non-availability of materials, tools, equipments
etc. will be entertained by the Corporation.
66) The responsibility for the safety, security and accounting of materials and equipments
brought or installed by the successful tenderer or handed over to them by the Corporation
for completion of work shall remain with them at their responsibility. Any damage caused
to the material/equipment during the execution of work will be made good by the
successful tenderer at their cost. Loss on above account incurred will be recovered from
the tenderer in the manner as deemed fit/decided by the Corporation.
67) The successful tenderer and his man/men shall abide by all the security/safety rules,
regulations in force at location and the laws, bye-laws and statutes of Govt., semi govt. and
other local authorities such as requirements/liability under enactment like the Workmen’s
Compensation Act, Contract Labour Act etc. and the Corporation shall stand indemnified
against any claims on these scores. The successful tenderer and his men shall strictly
abide by “no smoking” and other petroleum regulations on the premises. The tenderer /
contractor shall be solely responsible for the consequences arising out of any such
violation of statutory norms.
68) The successful tenderer shall arrange for at least one competent supervisor to be present
at the bottling plant during loading/unloading or progress of work, who shall be duly
authorized to take instructions and execute them on his behalf.
69) The successful tenderer should ensure the safety of adjoining property and shall make
good any loss to product/property resulting from his negligence.
Payments:
71) The Tenderer (s) shall submit the bills to the Corporation in accordance with the
agreement and at the rates specified in the schedule of the agreement in such a Format as
accepted by the Corporation. It will be the Tenderer’s responsibility to ensure that the Bills
reach the Plant. The Corporation will not be responsible or Bills lost-in-transit.
72) While making the payments against the bills, Income Tax, Work Contract Tax etc at the
prevailing rates/applicable from time to time will be deducted by the Corporation and the
TDS certificates will be issued subsequently.
73) Any deduction/dues to be recovered from the Tenderer’s (s) will be directly Deducted by
the Corporation from the Tenderer’s running bills & all the balance dues will be deducted
from the Tenderer’s final bills or from any other Payment due to the Tenderer/s.
74) The parties hereby agree that the courts in the city of Mumbai alone shall have the
jurisdiction to entertain the application or other proceedings in respect of anything arising
under this agreement & any award or awards made by the Sole Arbitrator hereunder shall
be filed in concerned courts in the city of Mumbai only.
75) Arbitration:
a) Any dispute or difference of any nature whatsoever, any claim, cross claim, counter
claim or set off of the Corporation against the contractor or regarding any right, liability,
act, omission or account of any of the parties hereto arising out of or in relation to this
agreement shall be referred to the Sole arbitration of Director (Marketing) of the
Corporation or of some officer of the Corporation who may be nominated by the Director
(Marketing).
The Contractor will not be entitled to raise any objection to any such arbitrator on the
ground that the arbitrator is an officer of the Corporation or that he has dealt with the
matters to which contract relates or that in course of his duties as an officer of said
Corporation he had expressed views on all or any other matters in dispute or difference.
In the event of the Arbitrator to whom the matter is originally referred being transferred
or vacating his office or being unable to act for any reason, the Director (Marketing) as
aforesaid at the time of such transfer, vacation of office or inability to act, may, in the
discretion of Director (Marketing), designate another person to act as Arbitrator in
accordance with the terms of the agreement to the end and intent that the original
Arbitrator shall be entitled to continue the arbitration proceedings notwithstanding his
transfer or vacation of office as an officer of the Corporation if the Director (Marketing)
does not designate another person to act as Arbitrator on such transfer, vacation of
office or inability of original Arbitrator.
Such persons shall be entitled to proceed with the reference from the point at which it
was left by his predecessor; it is also a term of this contract that no person other than
the Director (Marketing) or a person nominated by such Director (Marketing) of the
Corporation as aforesaid shall act as Arbitrator hereunder. The award of the arbitrator
so appointed shall be final, conclusive and binding on all parties to the agreement
subject to the provision of The Arbitration Act - 1940 or any statutory modification or re-
enactment thereof and the rules made there-under for the time being in force shall
apply to the arbitration proceedings under this clause.
b) The award shall be made in writing and published by the arbitrator within 2 years after
entering upon the reference or within such extended time not exceeding further twelve
months as the Sole Arbitrator shall by writing under his own hands appoint. The parties
hereto shall be deemed to have irrevocably given their consent to the Arbitrator to make
and publish the award within the period referred to herein above and shall not be
entitled to raise any objection or protest thereto under any circumstances whatsoever.
c) The Arbitrator shall have power to order and direct either of the parties to abide by,
observe and perform all such directions as the arbitrator may think fit having regard to
the matters in difference i.e. dispute before him. The arbitrator shall have all summary
TENDERER’s SIGNATURE WITH RUBBER STAMP 17
BHARAT PETROLEUM CORPORATION LTD.
powers and may take such evidence oral and/or documentary, as the arbitrator in his
absolute discretion thinks fit and shall be entitled to exercise all powers under The
Arbitration Act -1940 including admission of any affidavit as evidence concerning the
matter in difference i.e. dispute before him.
d) The parties against whom the arbitration proceedings have been initiated, that is to say,
the Respondents in the proceedings, shall be entitled to prefer a cross-claim, counter-
claim or set off before the Arbitrator in respect of any matter and issue arising out of or
in relation to the Agreement without seeking a formal reference of arbitration to the
Director (Marketing) for such counter-claim, cross-claim or set off and the Arbitrator
shall be entitled to consider and deal with the same as if the matters arising therefore
has been referred to him originally and deemed to form part of the reference made by
the Director (Marketing).
f) The Arbitrator shall have power to make one or more awards whether interim or
otherwise in respect of the dispute and difference and in particular will be entitled to
make separate awards in respect of claim or cross-claim of the parties.
g) The Arbitrator shall be entitled to direct any one of the parties to pay the other party in
such manner and to such extent as the arbitrator may in his discretion determine and
shall also be entitled to require one or both the parties to deposit funds in such
proportion to meet the arbitrators expenses whenever called upon to do so.
h) The parties hereby agree that the courts in the city of Mumbai also shall have
jurisdiction to entertain any application or other proceedings in respect of anything
arising under this agreement and any award or awards made by the Sole Arbitrator
hereunder shall be filed in concerned courts in the city of Mumbai only.
i) In case of dispute relating to contract of Refinery, the word “Director (Marketing)” may
be replaced by “Director (Refinery)”
The tenderer has read carefully the above terms and conditions of Tender and agree to
abide by the same.
ANNEXURE III
SCOPE OF WORK
1) Record name of cylinder manufacturer, serial number of cylinder and date of last test.
a. Cylinders for which either name of manufacturer or serial number is not available
should be rejected.
b. Cylinders which have round holes in the bottom ring and with HPC / IOC
embossing should also be rejected.
c. Cylinders which have oblong cuts in the bottom ring and BPC embossing should
also be rejected.
d. All such rejected cylinders should be sent back to us along with details in the
format – Annexure IX.
2) Clean external surface of the cylinder thoroughly with caustic soda soap solution and rinse
with water. Cylinders bung should be plugged to prevent entry of caustic soda, etc. into
the cylinders.
3) Segregate on the following basis, the cylinders after visual inspection as per IS 5845-1984
or any other specifications published by BIS authorities during execution of contract.
a) for rejection
b) For hot repairs, and
c) For continuing further testing
iii) The mean diameter of any dent on the body is greater than 80 mm, and
iv) The depth of any body dent exceeds 10% of the mean diameter of the dent.
The cylinder must also be condemned when the measured circumference of the cylinder
anywhere exceeds the measured circumference adjacent to the centre weld of the
cylinder by 1%.
5) Further, the cylinders must also be rejected if any of the following conditions are present:
a) Burns: Cylinder must be condemned if it shows isolated heat affected sections of the
cylinder wall caused by electric arc or high temperature flame impingement (for
example : oxygen acetylene flame).
b) Fire Damage: Cylinder must be condemned if it has suffered damage due to fire and
has either warped or distorted or shows excessive heat damage marks.
c) General Corrosion: Cylinders must be condemned when the minimum wall thickness
remaining under an area of general corrosion is less than 90% of minimum allowable
wall thickness.
d) Dig: Cylinder must also be condemned if a “Dig” (a sharp impression where the
surface material has not been penetrated) is present.
e) Cut: Cylinder must be condemned if a “Cut” (sharp impression where the surface
material has been penetrated) is present and if the remaining wall thickness within the
area of the cut is less than 90% of the minimum allowable wall thickness is less than
1.5 mm.
f) Pit: Pit is a localized corrosion spot. Cylinder must be condemned if the remaining
wall thickness under the “Pit” is less than 90% of the minimum allowable wall thickness
is less than 1.5 mm.
g) Leaks: Cylinders must be condemned if it has a leak on any part of the body other
than the weld.
Cylinders segregated for hot repairs should be sent back to us under a covering note
along with the list of cylinders as per Annexure – IX.
6) The interior of the cylinder should be examined by a low voltage inspection lamp of flame-
proof type. If internal inspection reveals presence of foreign materials such as rust, dust,
oil, etc., it should be suitably cleaned.
7) Hydrostatic test should be carried out on all the cylinders qualifying for further test after (4)
above. The cylinder should be subjected to hydrostatic pressure of 25.35 kg/cm2 and the
pressure retained for a minimum of 30 seconds.
Any reduction in the pressure noticed during the test, any leak, visible bulge or deformation
should be treated as a case of failure and all such cylinders should be rejected, segregated
and sent to us along with details in format – Annexure IX.
For cylinders passing this test the internal surface should be dried by blowing hot air after
emptying out the cylinder.
8) The old valves after cleaning and reconditioning should be fixed on the cylinders. The
procedure to be followed is:
c) Valves are to be fitted immediately after cleaning of bung thread to avoid rusting
of the bung thread.
d) Fixing of valves on the cylinders should be in accordance with IS 8737 (Part I).
e) Wherever necessary new valves will be fitted on the cylinder instead of the old
defective valve.
f) Old defective valve are to be returned to BPCL separately, along-with the tested
cylinders.
g) While tightening the valve a torque of 20 +/- 2 Kg m must be applied by using a
torque wrench.
9) After fixing of the valve, cylinder should be subjected to air pressure of 10 Kg/cm 2 and the
pressure maintained for 30 seconds. Cylinder should then be immersed in water and
checked for leaks. Soap solution should be applied at valve bung joint to check for leaks.
After this test, the cylinder should be depressurized and the external surface dried by
blowing of air. Pressure gauges used for pneumatic and hydrostatic test should be
calibrated once in 3 weeks and records maintained. The master gauges used for
calibrating these pressure gauges should be calibrated once in 6 months.
10) Check tare weight of each cylinder. If observed tare weight is less than 95% of the original
tare weight, the cylinder shall be rejected as unfit and kept segregated.
a) The weighing scale used shall have a least count of not more than 50 gms and the
value of tare weight may be rounded to the nearest 100 gms as per IS :2 – 1960.
b) The tare weighing shall be carried out including the weight of valve and safety cap.
c) The change in the tare weight within the permissible limit may be stencilled without
altering the original tare weight punching.
11) After satisfactory completion of periodic inspection and testing each cylinder found
acceptable shall be marked with following on the vertical stays on cylinder:
a) The identification mark of the testing unit as registered with Chief Controller of
Explosives, Nagpur.
b) The new test date retaining the previous test dates.
TEST DATES
XXX
YYY
12) The paintings etc. have to be carried out as per specifications indicated in each of the
drawing attached for each type of cylinder to be pressure tested. After painting, the
following markings should be made on the cylinder:
a) New tare weight of the cylinder should be marked on top of the cylinder at 3 locations
120 degrees apart with black paint. Height of the letter should be 25 mm Thickness
should be 6-7 mm
This new tare weight should also be painted on the inner side of two stay plates.
13) To indicate the next quarter and year of the testing the inside of one of the stay plates
should be painted as described in the details of colour coding. If the cylinder has been
tested in “A 08”, the marking on inside of the stay plate will be “A 13”.
14) For distinguishing the quarter and year, A, B, C and D should be used in capital letters
followed by the last two digits of the testing year e. g for January – March 2008 – the
punching will be “A 08”. If the cylinder has been tested in “D – 2008”, the marking on the
inside of the stay plate will be “D – 13”.
15) All 5 KG, 14.2 KG, 19 KG & 47.5 KG cylinders passing the above test should be painted
with zinc chromate primer (30 microns) and super synthetic enamel paint (20 microns) of
the colour indicated and as per specifications given in the cylinder-wise drawing. The valve
should be suitably covered to prevent ingress of paint in the valve. The top of the cylinder
should be painted with yellow IS: 355 – from the bung end to the stay plates. On the
shoulder of the cylinder the following should be painted bilingually with white as per IS:
127.
a) “
“CHECK SEAL ON DELIVERY”
b) “
“SWITCH OFF REGULATOR WHEN NOT IN USE”
For the above two instructions, the size of each letter and the colour coding should be as
per the attached drawing in white colour shade – 127 as per IS: 5
This should be screen printed at 3 equispaced places in Black shade with 2.5 cm height
as applicable.
These 3 should be painted/ stencilled on the shoulder of the cylinder at an angle of 120
degrees as indicated in the attached drawing/sketch.
In case of 47.5 kg cylinders, the cylinders should be painted as per specifications, color
coding mentioned in the attached drawing of each cylinder respectively.
16) After painting of cylinders the 'Bharat Gas Logo' as mentioned in the attached drawing has
to be marked at two places opposite to each other in golden yellow colour (colour No. 356
as per IS 5 : 1994) in accordance with the enclosed drawings. One of the marking shall be
in 'Hindi' and one will be in 'English'.
17) The painting of the cylinders has to be carried in accordance with above and also in line
with all the recent amendments made from time to time in this regard by CCOE.
18) All details of the cylinders received & repaired should be submitted to us in the enclosed
format – Annexure X along with the retested / repainted cylinders. A test certificate in the
format – Annexure – VIII along with the cylinders returned to us after pressure
testing/painting. This certificate should be signed by a Mechanical Engineer. For cylinders
rejected at stages, a separate list as per format Annexure - IX should be furnished detailing
reasons for rejection. This list should also be signed by the person signing the Test
Certificate.
ANNEXURE IV
TENDERER’s SIGNATURE WITH RUBBER STAMP 23
BHARAT PETROLEUM CORPORATION LTD.
The enclosed schedules on pressure testing of LPG cylinders are guiding instructions to the
contractors. However, the sequence of operation for Statutory Pressure Testing of LPG
1) Receipt of cylinders
2) Depressurizing
3) Recording details (like Sr. No. Test Dates, Tare weight, Manufacturer’s name)
4) Degassing
5) Valve Removal
6) External surface cleaning
7) Internal cleaning and internal inspection
8) Visual inspections of external surface and bung threads by L-1 and L-9 plug gauges
9) Tare Weight checking
10) Hydrostatic Testing
11) Internal cleaning and checking
12) Primer coating
13) Signal Red painting
14) Punching of new test date and repairer’s identification work.
15) Tare weighing
16) Colour code painting to indicate ownership of cylinders, stenciling new tare weight, net
weight and next test date.
17) Tapping the bung thread, cleaning the same by brass wire brush and checking the bung
thread by L-1 and L-9 plug gauges.
18) Valve fixing.
19) Pneumatic test.
20) Certification and despatches.
Annexure V
Annexure VI
TENDERER’s SIGNATURE WITH RUBBER STAMP 25
BHARAT PETROLEUM CORPORATION LTD.
We have read the tender documents and understood the same in full and declare that we will abide
by the same.
We also enclose the tender document duly signed in token of our acceptance.
SIGNATURE:
NAME OF THE APPLICANT (Authorised Signatory)
DATE:
RUBBER STAMP
ADDRESS
Annexure VII
(Mandate for receiving payments through NEFT from Bharat Petroleum Corporation Ltd)
1) Vendor Name
2) Vendor Code
3) Permanent Account Number (PAN)
4) Particulars of Bank Account
a) Name of the Bank
b) Name of the Branch
c) Branch Code
d) Address
e) City Name
f) Telephone No
g) NEFT IFSC Code - Mandatory
9 digit MICR code appearing on the
h)
cheque book
i) Type of Account (10/11/13)
j) Account No.
5) Vendor’s e-mail id
6) Date of effect
(Please enclose a photocopy of the cancelled cheque to enable us to verify
the details mentioned above)
We hereby declare that the particulars given above are correct and complete. If the transaction
is delayed or lost because of incomplete or incorrect information, we would not hold the
company responsible.
___________________
Signature of the Vendor
Bank Certificate
We certify that ____________________ has Account No _______________ with us and we
confirm that the details given above are correct as per our records.
Date:
_____________________
Place: Authorised Official of Bank
Annexure – VIII
AA. This is to certify that the LPG Cylinders as per details given in the attached Annexure
VIII-A were re-inspected and tested to meet the requirements of Hydrostatic Test and
Leak Test as specified in IS : 3196 – 1982. The inspection and tests were carried out at
the premises of:
M/s. _____________________________________
Located at ________________________________
_________________________________________
_________________________________________
_________________________________________
CC. Details of cylinders passed are covered in the attached Annexure VIII-A. The total
number of cylinders covered by the Certificate is ____________. (Total number in
words ___________________).
DD. New code number and other details have been marked on each cylinder as required.
Name : _______________________________
Designation : _______________________________
Annexure – VIII-A
Sr. Cylinder Sr. No. Name of the Test / Mfg Date Next due Pr.
No. Manufacturer Testing date
Name : _______________________________
Designation : _______________________________
Annexure - IX
Sr. Cylinder Sr. No. Name of the Test/Mfg Date Reasons for
No. Manufacturer Rejection
Name : _______________________________
Designation : _______________________________
Annexure - X
MONTH
RECEIPT:
DESPATCHES:
CYLINDERS:
VALVES:
BALANCE:
1) Hydro Tested.
2) Rejected (with reasons for rejection).
3) Under various stages of hydro testing.
1) Old
2) New
SIGNATURE
NOTE: For both receipts from BPC and despatches to BPC, consignment-wise details with
document reference nos. should be provided (for both cylinders and valves).
ANNEXURE XI
SPECIFICATION OF TRUCKS.
The Trucks to be engaged for transportation of Cylinders should strictly confirm to the
regulations stipulated in Petroleum Act, 1934 or any amendment or re-enactment thereof, from
time to time & the Rules and Orders framed there under.
The Trucks engaged for transportation of LPG cylinders should also conform to the following
requirements: -
1. There shall be no sharp projection inside the vehicle, on the platform and sides of the
Lorry.
2. The exhaust from the engines should be re-routed under the Driver’s cabin & the
exhaust pipe should be fitted with a Spark arrestor.
3. The Cab of the Vehicle shall be preferably of all metal construction and its rear window,
if provided shall be fully covered with wired glass. The Cab and the engine shall be
separated from the load by a fire-resisting shield, which shall fully cover the load.
4. The Truck should be fitted with a double pole wiring system with the Master switch in
the Driver’s cabin.
5. The fuel Tank of every vehicle, if installed behind the cab of the vehicle/ fire screen
shall be so designed, constructed, installed so as to present no unusual hazard, and
shall be so arranged to permit drainage without removal from their mounting and the
same should be protected, against blows by stout steel guards.
6. The truck should be fitted with the fixed body of adequate height so that the cylinders
are not stacked beyond the side supports of the body.
7. The trucks must carry, a suitably ISI mark DCP fire extinguisher.
9. The electrical wiring shall be heavily insulated and be adequate for maximum loads to
be carried, also they shall be provided with suitable over-current protection in form of
fuses or automatic circuit breakers and also with a master switch to cut off the current
supply in an emergency.
Annexure - XII
PRICE BID
Please affix your rubber stamp and sign on each page and
return to us along with all enclosures
ANNEXURE XIV