Haziratender For Road Transportation of Bulk Pol Products Eproc Site 3270d5
Haziratender For Road Transportation of Bulk Pol Products Eproc Site 3270d5
FUELS) EX BPCL HAZIRA DEPOT (SURAT) IN THE STATE OF GUJARAT BY TOP LOADING TANK
LORRIES.
Following Payments should be made through NEFT in favor of “Bharat Petroleum Corporation
Limited”. The NEFT Mandate form is enclosed as Attachment 17.
1|Page
BHARAT PETROLEUM CORPORATION LIMITED
NOTICE INVITING TENDER
TENDER FOR TRANSPORTATION OF POL PRODUCT BY TOP LOADING TANK LORRIES
REQUIREMENT FOR ROAD TRANSPORTATION OF POL: TENDER NO:
BPCL/WR/POL/BULK/HAZIRA (SURAT)/2021-2026-03
BHARAT PETROLEUM CORPORATION LIMITED (BPCL), a Public Sector Undertaking, invite sealed
tenders under Two-Bid system from tank-lorry owners, quoting minimum 5 tank lorries for award of
contracts for road transportation of bulk petroleum products for a period of 5 years. The effective date of
tender shall be date of LOI/Work Order issued, subject to finalization of rates and approvals from
appropriate authorities.
Please note that, only the Technical (Pre-Qualification) Bid is to be submitted in the first stage through on
line and the Price Bids are to be submitted directly on line through Electronic Bidding (Reverse Auction)
process which will be conducted by “M/s. E Procurement Technologies Ltd.” The details of tender is as
under
2|Page
Contract Unless otherwise specified or agreed to, the contract will be awarded for 5
Period (Five) years from the Date as mentioned in Letter of Intent (LOI)/Work Order,
Tender All the documents of the Technical (Pre-Qualification) bid are to be Uploaded
documents to titled Tender No. BPCL/WR/POL/BULK/HAZIRA (SURAT)/2021-2026-03 and
be uploaded marked as “Technical (Pre-Qualification) Bid – HAZIRA (SURAT)”.
in Tender application with attachments {Technical (Pre-Qualification) Bid} shall
BPCLEPROC be uploaded through on line in the BPCL ePROC site before the closing time
site and date mentioned above in this document.
Note: Tender details {Technical (Pre-Qualification) Bid} should contain Tender
Name/Address/E-mail ID/Contact Phone Nos. and seal of the tenderer.
Required documents not updated/ enclosed as per tender list in page 28/29 in
TENDER COVERING LETTER (2.1) the tender application shall be rejected.
Location for BPCL Supply Location– HAZIRA DEPOT,SURAT (Lowest HSD Retail Selling
RSP of HSD Price prevalent in any Retail Outlet at the reference Supply location)
for escalation
/ de-
escalation
Date from Date of Retail Selling Price of HSD of date 01.06.2021 which was considered
which the for BMR working shall be the base price. The Transportation rates shall be
escalation / finalized based on this base price of HSD.
De-escalation
is applicable
A. GENERAL:
The estimated requirement of tank Lorries is as given below:
Tank Lorries of capacity other than capacities mentioned above shall not be considered
The number of tank-lorries/volumes shown above is indicative and is subject to change. Total
number of Tank Lorry requirement may be reduced / increased at the time of final
3|Page
allocation. BPCL does not give any commitment/guarantee of business volumes. BPCL
reserves the right to contract additional tank-lorries, if required.
2. For registration on the e-tender site https://bpcleproc.in, you can be guided by the
“Instructions to Vendors” available under the download section of the homepage of the
website. As the first step, participant shall have to click the “Register” link and fill in the
requisite information in the “Participant Registration Form”. Kindly remember your e-mail
id (which will also act as the login ID) and the password entered therein. Once you
complete this process correctly, you shall get a system generated mail. Login in to the
portal using your credentials. When you log in for the first time, system will ask you to add
your Digital Signature. Once you have added the Digital Signature, please inform us by
mail to the vendor administrator [email protected] with a copy to
[email protected] for approval. Once approved, participants can login in to the
system as and when required.
3. As a pre-requisite for participation in the TENDER, vendors are required to obtain a valid
Digital Certificate of Class IIB and above (having both signing and encryption certificates)
as per Indian IT Act from the licensed Certifying Authorities operating under the Root
Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of
obtaining the digital certificate shall be borne by the vendor.
4. In case any vendor so desires, he may contact our e-procurement service provider M/s.
E-Procurement Technologies Limited, Ahmadabad, Kolkata & Delhi (Contact No.: 079
68136861, 033 24293447 & 0120 2474951) for obtaining the digital signature certificate.
4|Page
6. Directions for submitting online offers, electronically, against e-procurement System ID
directly through internet:
Participants are advised to log on to the website (https://bpcleproc.in) and arrange to
register themselves at the earliest, if not done earlier.
7. 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.
8. Participants 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 vendor intends to
change/revise the bid already submitted, they shall have to withdraw their bid already
submitted, change / revise the bid and submit once again. In case Participant is not able
to complete the submission of the changed/revised bid within due date & time, the system
would consider it as no bid has been received from the vendor against the tender and
consequently the Participant will be out of contention. The process of change / revise may
do so any number of times till the due date and time of submission deadline. However, no
bid can be modified after the deadline for submission of bids.
9. Once the entire process of submission of online bid is complete, they will get an auto mail
from the system stating you have successfully submitted your offer in the following tender
with tender details.
10. Offers shall not be permitted in e-procurement system after the due date / time of tender.
Hence, no offer can be submitted after the due date and time of submission has elapsed.
12. No responsibility will be taken by BPCL and/or the e-procurement service provider for any
delay due to connectivity and availability of website. They shall not have any liability to
vendors for any interruption or delay in access to the site irrespective of the cause. It is
advisable that vendors who are not well conversant with e-procurement procedures, start
filling up the TENDER much before the due date /time so that there is sufficient time
available with him/her to acquaint with all the steps and seek help if they so require. Even
for those who are conversant with this type of e-tendering, it is suggested to complete all
the activities ahead of time. It should be noted that the individual offer becomes viewable
only after the opening of the bid on/after the due date and time. Please be reassured that
your offer will be viewable only to you and nobody else till the due date/ time of the tender
opening. The non-availability of viewing before due date and time is true for e-tendering
service provider as well as BPCL officials.
13. BPCL and/or the e-procurement service provider shall not be responsible for any direct or
indirect loss or damages and or consequential damages, arising out of the TENDER
process including but not limited to systems problems, inability to use the system, loss of
electronic information etc.
14. Singular and Plural: In these tender documents unless otherwise stated specifically, the
singular shall include the plural and vice-versa wherever the context so requires. Words
indicating persons shall include relevant incorporated companies/ registered as
associations/ body of individual/ firm or partnership.
5|Page
15. Participants are requested to accept the Integrity Pact (IP) document by signing it. This
document is essential & binding. Participant’s failure to accept the IP document shall result
in the bid not being considered for further evaluation.
16. All the supporting documents should be legible and duly signed, stamped and attested by
the authorized signatory as specified in clause (17) below, before uploading them online.
17. Techno-commercial details shall be required to be digitally signed with a class IIB or above
digital signature by the authorized signatory. The authorized signatory shall be:
Proprietor in case of proprietary concern.
Authorized partner in case of partnership firm.
Director, in case of a limited Company, duly authorized by its board of directors to sign.
18. If for any reason, the proprietor or the authorized partner or director as the case may be
are unable to sign the document, the said document should be signed by the constituted
attorney having full authority to sign the tender document and copy of such authority letter
as also the power of attorney, duly signed in the presence of a Notary public should be
submitted online with the bid.
20. Any neglect or failure on the part of the participant in obtaining necessary and reliable
information upon the foregoing or any other matters affecting the contract shall not relieve
him from any risk or liabilities or the entire responsibility from completion of the works at
the scheduled rates and time in strict accordance with the contract documents.
21. No verbal agreement or inference from conversation with any officer or employee of the
owner either before or after the execution of the contract agreement shall in any way affect
or modify any of the terms or obligations herein contained.
22. Tenderers are required to complete the entire Technical (Pre-Qualification) Bid process
online on or before the due date of closing of the tender.
23. Price bidding of only those Tenderers shall be permitted whose Technical (Pre-
Qualification) is found to be acceptable to BPCL. The schedule for conducting electronic
price bid (Reverse Auction) shall be advised separately.
6|Page
24. In case of any clarification pertaining to e-procurement process, the tenderer may contact
the following agencies / personnel:
In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies/
personnel:
Escalation Level
The responsible person of the tender is Mr. S N M Nemani of BPCL at contact no. +91-
22-27764436. Mobile No. +91 83369 55114
25. Duly filled tender forms shall be in E Procurement site as mentioned above. All tenderers
should submitted online well before the closing time & date
26. The last date and time of submission of tender documents is 04/10/2021 at 14:30 hrs.
No tender document shall be entertained after due date and time of submission of tender
online. BPCL will not be responsible for the delay under any circumstances whatsoever
if the tender is not submitted before the closing date and time and in Online.
27. The Tenderer would be required to fill separate “Particulars of the tank Lorries offered
(Attachment-2) for which they have offered the tank Lorries.
28. This tender is being invited for road transportation of bulk petroleum products
(MS/HSD/SKO/BRANDED FUELS etc.) through tank lorries confirming to Petroleum Act
1934, Petroleum Rules 2002 and Petroleum amendment rules 2011, OISD 167. Further,
specification of Bottom Loading and Vapor Recovery fittings are also attached as
Attachment-18 from page no 96 to 100 for any future requirement if any.
7|Page
29. SC /ST Tenderers desirous of offering tank lorry through booking slips and not
owning as on the date of advertisement will be allowed to offer the tank lorry
by submitting an affidavit as per attached Attachment-10. Tank Lorries offered
against such affidavit in the prescribed format, should have physical
possession of the vehicle within 60 days from the issue of LOI, failing which
action will be taken as per terms & conditions mentioned in Attachment 21. The
bids with booking slips will be considered only if sufficient ready built TLs are
not offered in the tender
33. Maximum of Two months’ time (from the date of LOI) only shall be permitted
for fabrication of fittings of the Tank Lorries. Further extension if any, will be
given at the sole discretion of the Corporation. The tank lorry tank has to be
new as per PESO.
34. SC/ST bidders can apply with chassis booking slip for the number of TLs
offered. SC/ST bidders will have to produce sale invoice within one month
from the date of issue of Letter of Intent.
35. Min 5 TLs should be offered by the Bidder, out of which 40% TLs should be
owned and rest 60% could be attached TLs for General Bidders. For SC/ST
bidders: minimum 2 with at least 1 own. For higher number of tank Lorries,
40% owned and 60% attached. Attached TL owners to belong to the respective
category.
If any tenderer offers more than 60% attached tank Lorries, in such cases, tank Lorries
shall be restricted to the maximum proportion of 60% attached tank Lorries and 40 %
owned tank Lorries.
i) For the purpose of reckoning the no. of tank lorries, fraction, if any will be
rounded off to the nearest Number (i.e. fraction ranging from 0.5 and above will
be rounded off to next higher number and fraction below 0.5 will be rounded off
to the lower number).
ii) The company reserves the right to engage attached tank lorries from the
successful Tenderers
iii) The owned tank Lorries offered by the tenderer must be in the name of the
Tenderer or in the name of sole Proprietor/Partner/Director of the said Firm.
36. Age of Vehicles: Age of tank-lorry offered should not exceed 14 years as on date of
publishing tender (NIT). In case of statutory orders resulting in change of tank lorry age
norms, the same will be applicable from time to time. Age of Tank lorry shall be
reckoned from the date of manufacture, if only month of manufacture is mentioned in
8|Page
the document the date of registration will be taken from Ist day of month. The tank-
lorries attaining the age of 15 years during the contractual period shall be removed from
the contract. Replacement within 30 days with another tank-lorry having age of less than
15 years will be the responsibility of the concerned carrier.
37. All rates quoted should be as per Price bid format provided on e-procurement website.
38. Rates offered would be valid and binding on the tenderer for 180 days from the closing
date of tender if price bids are offered along with technical bid or else 180 days from the
date of Reverse Auction, 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 action as per terms & conditions mentioned in
Attachment 21 i.e. bid security declaration. Once the tender is accepted and work
awarded, the rates will be valid for the entire contractual period.
39. BPCL reserves the right, at their sole discretion, and without assigning any reason
whatsoever, to:
a) Negotiate with any or all tenderers,
b) Divide the work among contractor(s),
c) Reject any or all tenders either in full or in part,
d) Assign the offered and accepted tank-lorries to any location (preferably within same
region) and
e) Engage additional contractors / tank-lorries at any time without giving any notice
whatsoever to the contractor/s already appointed against this Tender
40. 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.
41. 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.
42. (a) The additional tank-lorries, if required by BPCL, can be offered to the contracted
carriers of the concerned location at the rate felt appropriate by BPCL including the BMR
rate or lowest rate of the location whichever is lower.
(b) In case of requirement of additional tank-lorries by BPCL, the Corporation
reserves the right to induct new tank-lorry operators at the finalized rate for the
concerned location (HAZIRA DEPOT).
43. 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, may be a ground for rejecting the tender.
9|Page
‘Technical bids’, the eligible tenderers only will be notified regarding date, time
for electronic Price bid (reverse auction).
45. Bharat Petroleum Corporation Ltd. 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, or to accept some
or all of the tank-lorries offered.
46. Tank-lorries quoted in the tender should have all valid documents as on date of
application, such as explosives license (PESO), registration certificates etc. Calibration
certificate is a mandatory requirement and same should be made available as on date
of tank lorry positioning at supply location post issue of LOI/Work order. This is not
applicable to Tank Lorries offered with booking slip
47. The tenderers have to quote rates in PRICE BID inclusive of the fuel cost. However, the
successful tenderer may opt for purchasing fuel/lubricants for the TLs engaged by BPCL
at the Smart Fleet Retail Outlets of BPCL. For this the tenderer may be enrolled under
CMS Fleet Card Scheme for his fuelling requirement. Initially, suitable amount of the
billing amount from the carrier’s monthly transportation bill shall be deducted & same
shall be credited to his CMS Fleet Card account. However, the Company reserves the
right to revise the amount of billing amount to be deducted for crediting it to Carriers
CMS account.
48. BPCL will implement an integrated performance management system for T/L’s details
of which are given in Attachment-5 Clause 6 (j) and all successful tenderers will be
bound by it. The said system can include introduction of new practices / scoring system
to assess performance.
a) The tank lorry should be made available for loading all time as per the working hours
& days of the locations (inclusive of working on holidays), except when it is under
delivery. An exemption for a maximum period of 15 days per year may be allowed
for obtaining fitness certificates/calibration tests etc.
b) The tank lorry should report back to the loading locations within the specified trip
timing of the particular load, fixed by the respective locations (HAZIRA DEPOT).
c) The tank lorry should be available for loading at the location in due compliance of
the terms and conditions of the agreement with BPCL.
49. 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.
50. Vehicle Tracking System (VTS) on tank Lorries is a mandatory as specified by the
company from time to time. The tank lorry without working VTS, shall not be loaded &
for such non provision of loads no compensation shall be paid.
VTS end-to-end Service on service delivery model basis is finalized by BPCL centrally
on third party basis. The same shall be mandatory for all successful bidders.
10 | P a g e
(a) The finalized rate of monthly service charges (including GST as applicable) per tank
lorry/VTS device, shall be recovered by BPCL from transporter’s monthly transportation
payments due to them.
(b) Presently, the monthly service charge for providing VTS service per VTS device per tank
lorry is Rs. 324/- plus applicable GST, subject to revision, from time to time (if any), and
in case of change in service provider during the contract period.
(c) The VTS device to be installed on tank lorry, shall remain the property of the VTS service
provider.
(d) The transporter shall bear the risk of accidental loss, theft, damage of any kind to the VTS
device and to this extent, transporter may take necessary insurance for the same.
(e) In the event, a VTS device is lost, destroyed, stolen or damaged beyond repair by the
transporter and or their tank lorry crew, the cost of VTS device fee @ 25% of monthly
service charges multiplied by the outstanding period (months) of the contract, shall be
recovered from the transporter. (as applicable from time to time)
(f) In the event, if BPCL terminates services of VTS service provider or tank lorry is
blacklisted/terminated and not operated by BPCL –
(i) The transporter shall return VTS device to the VTS service provider taking due care to
not damage or destroy the VTS device and transporter shall make the tank lorry with
VTS device available to the VTS service provider for de-TOP of the VTS device.
(ii) In case VTS device is not returned by the transporter to the VTS service provider, the
termination fee @ 50% of the monthly service charges payable multiplied by the
number of months remaining in the contract period, shall be recovered from
transporters.
(iii) In case VTS device in good and working condition is returned by the transporter to the
VTS service provider, no termination fee shall be recovered from the transporter.
51. The Security locking system as specified by the Company from time to time
should be installed at the cost of the tenderer.
52. Relatives (as per list enclosed) of employee/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 employees of the
BPCL or any of its subsidiary companies or IOC or HPC 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.
53. Tank Lorries running in fuel other than HSD will not be eligible to BID.
54. There will be a Pre-Bid meeting on 20/09/2021 at 11.00 hrs. At BPCL HAZIRA DEPOT.
All interested tenderers are requested to attend this meeting, wherein salient features
of the tender/tendering process shall be explained and necessary clarifications
required by the tenderers will be provided. BPCL shall not have any liability to bidders
for any interruption or delay in access to the video conference irrespective of the cause.
55. No Objection Certificate (NOC) from OMCs for Tank lorry running under OMC regular
contract would be submitted by tenderers at the time of the application.
56. In case of tenderer applying as partnership firms, the registration of partnership should
exist prior to date of floating of the transport tender by BPCL.
11 | P a g e
57. Tenderers must be registered under Carriage by Goods Act 2007 or latest (if
applicable) and copy of trading license need to be submitted with tender
document at the time of application.
58. GST shall be applicable as per rates decided by statutory authorities from time
to time on transport related services etc. as mentioned in tender document.
1. This Public Tender is floated in two bid system i.e. technical bid (pre-qualification) and
price bid. First technical bid (Pre-qualification) will be opened on scheduled date/time &
venue, and the same will be evaluated. Electronic Price bidding (reverse auction) will be
held only for the technically qualified tenderers, based on the outcome of technical (pre-
qualification) bid evaluation. Electronic Price bidding (reverse auction) will be done only
on predetermined date/time and the same will be communicated to the technically
qualified tenderers.
2. Price bid includes offer for rates for under following 3 sectors :
Tenderers should quote rates for all the above sectors separately for T/L s offered by
them.
12 | P a g e
3. BPCL shall offer estimated transportation rate i.e. Benchmark rates (BMR) for each
sector. Tenderers shall quote up to +/- 5% of the BPCL offered estimated transportation
rate i.e. Benchmark rates (BMR).The tenderers quoting beyond +/- 5% of any of the BPCL
estimated transportation rate i.e. Benchmark rates (BMR) shall be treated as disqualified
& their tender shall be rejected.
4. T/L capacity wise ranking of the tenderers i.e. L-1, L-2, L-3, etc. will be decided on the
basis of financial outgo to BPCL by considering the rates quoted in all the sectors and
expected volumes of business in each sector of the location
5. Tenderers will be listed in ascending order as per their ranking. Tenderer with minimum
financial outgo to the Company will be ranked L-1. Tenderer with the next lowest 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 them along with the number of tank lorries
offered.
6. In case, rates offered by L-1 tenderers are acceptable to BPCL, number of tank-lorries
quoted by the L-1 tenderers will be allocated up to the requirement.
7. In case, rates offered by L-1 tenderers are on higher side, negotiations / counter offer
exercise will be carried out with such tenderers. Number of tank-lorries quoted by these
tenderers will be allocated at the revised rates accepted during negotiations / counter
offers.
8. In case of the T/Ls offered by L1 tenderers are not meeting full requirement, then the L1
rates/revised rates accepted by L1 tenderers would be offered to all the remaining
tenderers and based on their ranking and acceptance, T/Ls would be inducted at above
rates till the requirement of all T/Ls is met as per criteria below.
9. In spite of the exercise as above, if, full requirement of tank-lorries is not met, then
negotiations / counter offer exercise will be continued with the other tenderers in order of
their ranking till full requirement of tank-lorries is met.
10. In case, for a particular ranking if the tank-lorries offered are more than the requirement
then the tank-lorries will be taken based on the following order of priority;
a) Owned TLs offered shall be considered for allocation subject to maximum allocation
per tenderer not exceeding 10% of the total tender requirement. For this evaluation of
10%, the lowest age Tank lorries offered by each tenderer shall be considered. Age
of the tank lorry shall be reckoned from the date of 1st registration.
b) In case the number of shortlisted TLs as a) above is more than the requirement, then
tank lorries shall be allocated based on lower age of the tank lorries. .
c) In case the number of shortlisted TLs as a) above, is less than the total requirements,
then Own TLs offered by tenderers in excess of 10% of total tender requirement shall
be considered to meet the balance requirements following priority to lower age tank
lorries.
d) In case requirement of tank lorries is not met with above a) & c), then attached Tank
lorries offered by tenderers shall be considered for allocation with priority to lower age
tank lorries till the total tender requirement is fulfilled.
e) In case of tie for the last Own or Attached tank lorry selection, the priority shall be
given to tenderer offering higher total number of tank lorries.
13 | P a g e
f) Allocation for tank lorries offered against chassis booking slips will be considered only
if sufficient ready built tank lorries are not available in a particular ranking/category.
Allocations will be made only till such time that the full requirement of tank lorry is met.
Consequently, transporter who rank lower or whose tank lorries does not meet the criteria
a) to e) above may not get the allocation.
12. In view of the Critical nature of the Transportation Services, the Corporation wishes to
negotiate and award jobs to other than L1 tenderers even if the requirement is fully met
by L1 tenderers. Hence the Corporation may decide at its sole discretion to distribute the
quantities amongst the technically and commercially acceptable tenderers. In such
situations the following distribution pattern will be adhered to:
The Job will be distributed among 3 tenderers, and the percentage allocation among them
would be L1 – 70%, L2 – 20% and L3 – 10%.
In case of only two tenderers, percentage allocation among them would be L1 - 80% and
L2 - 20% respectively.
13. In the event of non-placement of Tank Lorry within 60 days post issue of LOI, the
defaulters will be penalized as follows:
a. Full non placement of Tank lorries – As per terms & conditions of Attachment 21,
including putting transport vendor on holiday for five years.
b. Partial non-placement of Tank lorries –
i. Forfeiture of 1 lakh per lorry from SD- maximum up to SD amount.
ii. Withdrawal of LOI and cancellation of contract, if the full complement of the
tank lorries allocated (even if one TL) but not placed by the transporter.
c. Withdrawal and non-replacement of TLs (including vehicles withdrawn after attaining
maximum age): Forfeiture of 1 lakh per tank lorry from SD- maximum upto SD
amount.
1. As per Department of Public Enterprises (DPE) Govt. directives vide letter no.
DPE/7(4)/2017 –Fin. (Part –i) dated 19th November, 2020, the requirement of Bid
Security/EMD is dispensed and provision of Bid Security Declaration.
2. All vendors other the MSME vendor will submit “Bid Security Declaration ” as per
attachment no. 21, page no. 106.
E. NEGOTIATIONS:
1. BPCL reserves the right to negotiate with any or all the tenderers.
2. Tenderers may be required to visit BPCL or any other office of the BPCL for negotiations
/verification of documents, entirely at the cost of tenderers.
14 | P a g e
3. Only the proprietor of the firm or the legally authorized representative of the firm may
personally attend such negotiations, 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.
4. Originals of the documents submitted as copies along with the tender documents, as well
as documentation to substantiate statements made in the tender document are to be
produced for verification by BPCL during negotiations or at any other time at the discretion
of BPCL.
1. Successful tenderers will be required to furnish Bank Guarantee at the rate of Rs.
8,00,000/- per contract for General bidders and Rs. 50,000/- per contract for SC/ST
bidders. - within 15 days of issuance of LOI/ Work Order. A successful tenderer is
required to submit a Bank Guarantee strictly in specified proforma valid upto six months
beyond contract expiry period.
2. Any loss/claim and/or damage arising out of the performance of the contract would be
adjustable against the SD. Any loss/claims/damages higher than SD will be recovered
from payments due to the contractor under this contract or deposits made by or payments
due to the contractor under any other contract with BPCL.
3. Security Deposit (Bank Guarantee) would be returned after expiry of six months of
completion of the contract on written request from the contractor, subject to satisfactory
performance.
4. There would be separate contract for separate location for one tenderer, irrespective of
the tenderer offering Tank lorries at number of locations. Separate Security Deposit (Bank
Guarantee) is to be submitted for the Tank Lorries offered at separate locations.
5. The tank lorries of the successful tenderer will be engaged only after signing of
Agreement and submission of Security Deposit (Bank Guarantee)
G. CONTRACT PERIOD:
Unless otherwise specified or agreed to, the contract will be awarded for 5 (Five) years
from the Date as mentioned in Letter of Intent (LOI)/Work Order.
H. EXECUTION OF AGREEMENT:
1. Successful tenderer/s will be required, before undertaking the contract, to sign the
Agreement, within 15 days of the date of issue of the LOI and should physically place the
tank-lorries at the location within 60 days from the issue of Work Order/LOI. The Tank
lorries shall be inducted after physical verification, including verification of Engine &
Chassis nos etc. & compliance as per BPCL standard check list (Copy attached as
Attachment 16) available at the BPCL location.
In case of failure, BPCL will have the right to reject the induction of such tank-lorries.
15 | P a g e
2. Tenderers are advised to carefully scrutinize the specimen set of Agreements Forms
enclosed along with tender documents/downloaded from our website before submitting
their tender. One set should be submitted with the tender, duly signed by the tenderer on
all pages over the official seal, in token of acceptance of the terms and conditions thereof,
and other set be retained with the tenderer.
3. In case of Partnership Firms and Limited Companies, when the person signing the tender
is not the authorized signatory, necessary power of Attorney (as per the proforma
enclosed) authorizing the signatory to act on behalf of the partnership/ firm should be
produced before signing the agreement, and an authenticated copy of the power of
Attorney should be submitted for the record of BPCL.
4. Failure to execute the agreement and / or furnish required Security Deposit (Bank
Guarantee) within 15 days of issue of LOI and / or physical placement of Tank lorries at
the location within 60 days of issue of work order 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. All terms & conditions stipulated in the Notice Inviting Tender, Guidelines for Tenderers,
Tender Terms & Conditions, Declarations, Agreement and other documents furnished
with the Tender and related correspondence shall form part of the contract.
I. RESERVATION:
(1) The provision of reservation will be 15% (fifteen percent) & 7 ½ % (seven and a half
percent) for Schedule 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 fulfill all tender conditions, and will not be eligible for any
price preference or relaxation of standards. However, in case of non-availability of
required tank lorries from SC/ST tenderers in a particular ranking, next higher ranking
SC/ST tenderer shall be allowed to match the lowest rate till the % quota is fulfilled as per
norms.
(4) If adequate number of tank-lorries offered by SC/ ST tenderers are not available in any
particular year, the unfilled quota may be allotted to the unreserved categories in that
year. However the unfilled quota may be carried forward to the next Tender also and
offered to SC/ST candidates. If the quota of the previous tender is not filled even in the
next tender, the unfilled quota of the previous tender may be de-reserved and allotted to
general categories.
(5) The SC / ST tenderer/s desirous of operating under partnership firm, or Private Ltd. Co.,
or Public Ltd. Co. 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.
(6) Caste certificate for each individual member of a Partnership / Public / Private /
Cooperative Firm should be enclosed as proof along with the Technical (Pre-Qualification)
bid.
(7) 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.
(8) The registered owner/s of the tank-lorries offered 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 the
tank-lorries offered against the particular LOI/ Work Order must also belong to SC.
16 | P a g e
(9) If any of the tank-lorries offered do not belong to a member of the category concerned,
i.e. SC or ST, as the case may be the tender will be treated as under general category.
(10) Confirmation on applicability of “Micro and Small Enterprises (MSEs) order 2012:
Selection of Vendors for 100% requirement will be based on the lowest financial out go
for the Corporation over the period of contract.
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. Policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 vendor at the time of evaluation of the price bid.
Owner reserves its right to allow Micro and Small Enterprises (MSEs), MSEs owned by
Women Entrepreneurs and MSEs owned by Scheduled Caste(SC) or the scheduled
Tribe(ST) entrepreneurs, purchase preference as admissible/applicable from time to
time under the existing Govt. Policy. Purchase preference to a MSE, a MSE owned by
woman entrepreneurs and a MSE owned by SC/ST entrepreneurs shall be decided
based on the price quoted by the said MSE as compared to L1 vendor at the time of
evaluation of price bid.
J. MISCELLANEOUS:
17 | P a g e
7. No unsolicited correspondence / queries will be entertained while the award of the
transport contract is under review / consideration. BPCL regret their inability to answer
individual queries.
8. 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.
9. Each page of the tender document including notice inviting tender enclosed along with
the tender document must be signed by the legally authorized representative of the
tenderer, with the official seal, for having fully read and understood the terms and
conditions of this tender.
10. The terms “BPC”, “BPCL”, “The Corporation” 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.
11. Tenderer must be registered under Goods and Service Tax Act, as applicable and the
rules made under the Act are binding on the transporter during the validity of the contract
period.
12. Tenderers willing to participate in the tender shall have to necessarily sign the Integrity
Pact Agreement attached with the tender document and submit along with the Technical
Bid.
a) Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents (technical - Pre-Qualification bid in case of 2 part bids), duly signed by the
same signatory who is authorized to sign the bid documents. All the pages of the
Integrity Pact shall be duly signed. Bidder’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 bidder 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 Bidder Liquidated Damages amount by forfeiting the EMD/Bid
Security as per provisions of the Integrity Pact.
c) If the contract has been terminated according to the provisions of the Integrity Pact, or
if BPCL is entitled to terminate the contract according to the provisions of the Integrity
Pact, BPCL shall be entitled to demand and recover from Contractor Liquidated
Damages amount by forfeiting the Security Deposit (Bank Guarantee) as per provisions
of the Integrity Pact.
d) Bidders may raise disputes/complaints if any, with the nominated Independent External
Monitor.
The name, address and contact numbers of Independent External Monitor (IEM) appointed
to oversee implementation is given below:
Shri. Anupam Kulshreshtha Shri. Ramabhadran Ramanujam Shri. Virendra Bahadur Singh
18 | P a g e
K. REJECTION CRITERIA:
Tenders will be rejected in the event of the bidders not complying with any of the
following tender guidelines.
a. Non-Payment towards the cost of tender document downloaded from web site.
b. Non-submission of BID declaration as per Attachment 21.
c. Number of tank lorries offered is not in line with the tender requirement.
d. Age of tank lorry is not in line with the tender requirement.
e. Tender document not uploaded in BPCL EPROC Site in stipulated format.
f. Insufficient Tender documents.
g. Tender document uploaded in BPCL EPROC Site without signature and seal in all
pages.
h. Tenders not meeting any of the Tender Terms and conditions or incomplete in any
respect or with any additions, deletions or modifications are liable to summarily
rejected without any further communication to the tenderer and decision of BPCL in
this regard shall be final and binding.
i. Failure to quote rates in all sectors (i.e. FDZ, BFDZ within & outside State for the
offered capacity of T/L) of the price bid.
j. Any discrepancy /mismatch of details provided at the time of e-tendering and the
details provided in Attachment-2 Particulars of Tank Lorry will disqualify and the tender
will be rejected, if clarifications provided within specified time limit by the tenderers is
found not satisfactory.
L. 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.
Signed in acceptance of the aforesaid tender conditions.
Date:
Signature ____________________
Name of Person signing ____________________
Tenderer's Name and address with seal ____________________
1. GENERAL:
a. This tender is being invited for Tank lorry requirement for road transportation of
POL from BPCL HAZIRA DEPOT.
b. Each page of the tender document should be read and understood fully, A
declaration confirming the same must be uploaded.
c. If additional sheets are required, photocopies may be used and pasted accordingly.
The number of such extra pages used should be indicated in the Covering letter
(ref item 2.1 hereafter).
19 | P a g e
d. All entries are to be made in ink. No over-writing/ whitening/ erasing out is
permitted. All corrections are to be made by scoring out incorrect entries, and such
corrections are to be signed by the legally authorized representative of the
tenderer, with the official seal. Tenders deficient in this respect are liable to be
rejected.
e. For any further clarification, concerned officials at BPCL Western Regional Office
at Kharghar, Navi Mumbai or BPCL HAZIRA DEPOT may be contacted.
f. Copies of Registration Certificate, Certificate of Fitness, PESO License, etc,
enclosed along with Tender Form, shall be attested by a Gazette Officer/ self-
attestation.
g. This e-tender is in Two part bid system, comprising of Technical (Pre-Qualification)
Bid and on line Electronic Price Bid (reverse auction) separately.
2. TECHNICAL(PRE-QUALIFICATION) BID:
20 | P a g e
All the documents of the Technical (Pre-Qualification) bid are to be Uploaded in BPCL
ERPROC Site as Tender No. BPCL/WR/POL/BULK/HAZIRA (SURAT)/2021-2026-03 and
marked as “Technical (Pre-Qualification) Bid – HAZIRA (SURAT) POL TENDER”’.
Tender {Technical (Pre-Qualification) Bid} shall be uploaded in BPCL EPROC site before
the closing time and date as mentioned in the website as Bharat Petroleum Corporation
Ltd. HAZIRA POL Tender,.
3. PRICE BID:
The prices as per the bid basis described in Attachment 12 are to be quoted directly on
line during the electronic bid to be conducted by “M/s. E Procurement Technologies Ltd.”.
Schedule for transportation rate Segment/sector wise is given in Para 4.3 (c) below.
Details of the process are given in the subsequent paragraphs
IMPORTANT:
a) Tenderers should not upload price bid confirmation format / rate schedule
document in the Technical (Pre-Qualification) bid.
b) Bid confirmation should be sent to BPCL, only after completion of on-line
Electronic Bidding (Reverse Auction).
4.1 BPCL intends to finalize the transportation rates through the process of
Electronic Bidding (Reverse Auction). The tendering procedure will be the same
as is normally being done by BPCL. The Electronic Bidding (Reverse Auction)
will be done for determining the price bid.
4.3 Business Rules for finalization of Transportation of Bulk POL ex. HAZIRA
(SURAT) TOP are as given below:
BPCL shall finalize the Transportation of POL through Electronic Bidding
(Reverse Auction). BPCL has made arrangement with M/s. E Procurement
Technologies Ltd. , who shall be BPCL’s authorized service provider for the
same. Please go through the guidelines given below and submit your
acceptance of the same.
a) Electronic Bidding (Reverse Auction) shall be conducted by M/s. E
Procurement Technologies Ltd. on behalf of M/S BPCL, on a pre-specified
21 | P a g e
date, while the tenderers shall be quoting from their own offices / place of their
choice. Internet connectivity shall have to be ensured by each agency.
12 14 20 24 12 14 20 24 12 14 20 24
KL KL KL KL KL KL KL KL KL KL KL KL
BENCH MARK 155.00 150.00 145.00 135.00 2.59 2.55 2.18 2.05 2.61 2.57 2.20 2.07
RATE*
LOWER BAND 147.00 143.00 138.00 128.00 2.46 2.42 2.07 1.95 2.48 2.44 2.09 1.97
(-5%) OF BMR
UPPER BAND 163.00 158.00 152.00 142.00 2.72 2.68 2.29 2.15 2.74 2.70 2.31 2.17
(+5%) OF BMR
In the event of conversion of location from Top loading to Bottom loading with all bottom
loading fittings as prescribed by BPCL, Company reserves the right to direct the existing
contractor to convert their Top loading TLs to Bottom loading TLs. The following
incremental transportation rates will be applicable for conversion of TOP loading TLs to
Bottom Loading TLs.
22 | P a g e
Particulars 12 KL 14 KL 20 KL 24 KL
BFDZ RATES Rs/KL/KM : 0.17 0.17 0.17 0.17
FDZ RATES : Rs/KL 11 11 11 11
The incremental rates pertaining to BVLR shall not be paid till the Tank Lorries under the
transporter comply with BVLR fitments as per company requirement, as and when
required.
*In case of induction of any TL of capacities in between other than specified above in
future if required , incremental rates will be applicable e.g. for 16 kl tank lorry, applicable rate
will be 14 kl rate for 14 kl load and for additional 2 kl load 20 kl rate will be applied to calculate
the final rate for 16 kl. For 24 kl & beyond, only 24 kl’s rate will be applicable.
i) The retail-selling price (RSP) of HSD as on date of 01.06.2021 which was considered for BMR
working, shall be the base price for calculation of escalation/de-escalation on account of HSD
price revision after above mentioned date shall be applicable.
ii) A onetime increment of 5% will be applicable on non-fuel component of the rate at the beginning
of the 4th year of contract period.
iii) BPCL will be paying GST to the Government on the basis of reverse charge mechanism which
is currently 5% of the transport rate. If any bidder opts for GST payment on the basis of forward
charge mechanism which is currently 12%, then the bidder will have to reduce the transport rates
to match with the L1 rates with 5% GST finalized in the tender, failing which the bidder may not
get any allocation.
f) Successful tenderer shall be required to submit the final bids, quoted during
the Electronic Bidding (Reverse Auction) in Attachment 12 after the
completion of Electronic Bidding (Reverse Auction) to BPCL, duly signed and
stamped as token of acceptance without any new condition other than those
already agreed, within 2 working days after conclusion of Electronic Bidding
(Reverse Auction) event.
23 | P a g e
h) During, Electronic Bidding (Reverse Auction), if no bid is received within the
specified time, BPCL, at its sole discretion, may decide to revise the Electronic
Bidding (Reverse Auction) procedures.
i) The bid will be taken as an offer to execute the work. Bids once made by the
bidder, cannot be cancelled/withdrawn. However, they will be permitted to
revise their bids and the last bid put by him shall be taken as his final bid.
Should the bidder back out and not execute the contract as per the price
quoted, BPCL shall take action as appropriate including putting the Vendor on
Permanent Holiday List and forfeiture of EMD.
j) The bidder shall be assigned a Unique User ID (Vendor name) & Digital
Signature by M/s. E Procurement Technologies Ltd. All bids made from the
Login ID/Digital Signature assigned to the bidder will be deemed to have been
made by that bidding company.
k) The bidder shall be able to view the following on their screen along with the
necessary fields in the Electronic Bidding (Reverse Auction).:
1. Bidding schedule.
2. Bidding format along with BPCL’s estimated rates with minimum and
maximum ceilings
3. Bids Placed by the bidder and the L1 rate.
l) At the end of the Electronic Bidding (Reverse Auction), BPCL will decide upon
the winner. BPCL’s decision on award of Contract shall be final and binding on
all the Bidders.
m) BPCL shall be at liberty to call the lowest bidder for negotiations / cancel the
Electronic Bidding (Reverse Auction) process / tender at any time, before
ordering, without assigning any reason.
n) BPCL shall not have any liability to bidders for any interruption or delay in
access to the site irrespective of the cause.
o) Other terms and conditions shall be as per the techno-commercial offers and
other correspondences till date with the bidders.
24 | P a g e
b) BIDS PLACED BY BIDDER: It is mandatory for all the bidders to place their bids on-
line for all the three Sectors, failing which his bids will be rejected. The final bids of the
bidder will be taken to be an offer to execute the work. Bids once made by the bidder
cannot be cancelled but revised. The bidder is bound to execute the work as
mentioned above at their last bid price that they bid. Should any bidder back out and
not make the supplies as per the rates quoted, BPCL and / or M/s. E Procurement
Technologies Ltd. shall take action as appropriate.
c) MULTIPLE BIDS BY THE BIDDER: In case the bidder submits more than one bid,
the last bid as per the time scheduled displayed during the Electronic Bidding (Reverse
Auction) will be considered as the bidder’s final offer to execute the work.
e) DATE AND DURATION OF BIDDING: The date of Bidding will be communicated later
to all the technically qualified tenderers. The duration of Bidding will be for one hour.
(THIS SCHEDULE IS TENTATIVE. IN CASE OF CHANGE IN SCHEDULE, THE
SAME SHALL BE COMMUNICATED TO BIDDERs DURING THE EVENT)
f) VISIBILITY TO BIDDER: The Bidder shall be able to view the following on his screen
along with the necessary fields during on line Bidding:
- Bidding schedule.
- Bidding format along with BPCL’s estimated rates, with minimum and maximum
ceilings.
- Bids Placed by the bidder and the L1 rate.
g) BIDDING WINNER: At the end of the Electronic Bidding (Reverse Auction), BPCL will
evaluate all the bids submitted and subsequently will decide upon the ranking of the
bidders, based on evaluation criteria stated in Tender document.
h) GENERAL TERMS & CONDITIONS: Bidders are required to read the “Terms and
Conditions” section of the Bidding web site (https://bpcleproc.in) using the Login Ids
(i.e. vendor name) and digital signature assigned to them.
25 | P a g e
j) DECREMENTAL VALUE:
1. For FDZ: the value shall be Re.1/- (one) per KL
2. For all other sectors: the value shall be 1 (one) paisa /KL/KM
PARTICULARS DESCRIPTION
Operating System Windows 8 or higher
Processor Pentium 4 and above
Memory Minimum 2GB of RAM and
adequate working disc space
(about 500 MB)
Internet Speed Minimum 512 kbps
Internet Explorer 9 or higher
N.B.
All the Bidders are required to submit the process compliance statement /Training
Form (Attachment- 10A, Attachment-11) duly signed to M/s. E Procurement
Technologies Ltd. on completion of the Training and Demo exercise after the
receipt of the Agreement Form, Log in ID (i.e Vendor name) & Password (i.e.
digital signature) shall be assigned to bidders.
After conclusion of the event, submit Final bid Confirmation as per Attachment 12
duly filled and signed to both BPCL & M/s. E Procurement Technologies Ltd. by
letter or courier within two working days after conclusion of bidding event . Please
note that the prices mentioned in the Attachment 13 should match your last
quoted (final) price in the online Bidding.
Please also note that, if the final bid confirmation (Attachment 12) is not submitted
in the stipulated time, or a variation is observed between on line Bid amount and
the bid confirmation amount it would result in:
a. The offer would be rejected, due to non-compliance with the tender terms and
conditions
b. BPCL would forfeit the EMD of the defaulting bidders on account of
noncompliance.
At the end of the on-line Electronic Bidding (Reverse Auction) event, BPCL will
have a list of all the bidders with their final bids, and will decide on awarding the
business, based on tender procedures enumerated in the Tender document
specifying terms and conditions.
26 | P a g e
BPCL’s decision on the award shall be final and binding.
CONTACT INFORMATION :
M/s. E Procurement Technologies Ltd, BHARAT PETROLEUM
Address : 201/208, Wall street – II, Opp. Orient Club, CORPORATION LIMITED
Nr Gujarat college, Ellis Bridge, Ahmedabad - 380006 Plot No. 6, Sector 2, Behind Cidco
Garden, Kharghar Navi Mumbai,
GUJARAT, Pin - 410210.
Dedicated E-Mail: [email protected] Mr. Ajay Kulkarni
DGM Ethanol & Transport (Retail) West
Ahemdabad Office : Phone 07940270573 Phone : 022-27764445
m-9769936909
Mr. Akash Sakhare e-mail : [email protected]
022-27764464.
Mobile No. 8779425194, Mr. Jagvinder Singh
E-mail: [email protected]; [email protected] Ch. Mgr. Operations (Retail), West
Phone : 022-27764436
M- 9643401693
e-mail : [email protected]
27 | P a g e
TENDERER’S COVERING LETTER (2.1)
TENDER NO. : BPCL/WR/POL/BULK/HAZIRA (SURAT) /2021-2026-01
To:
Dear Sir,
With reference to your subject tender, we confirm having carefully read, studied and
understood various conditions / documents provided with the tender. Details of documents
submitted on-line and in physical form are as under:
28 | P a g e
20 Attested copies of Partnership Deed or Certificate of Incorporation
21 Attested copies of RC Book, Fitness Certificate
22 Attested copy of Insurance Certificate of all the Tank Lorries offered
23 Tender Fee of Rs.1180.00 paid through NEFT (inclusive of GST) as per
tender (proof of NEFT payment to be enclosed)
24 “ Bid Security Declaration” as per Attachment No. 21 by all bidders other
than MSME Bidders
26 Attested copies of last three years audited balance sheet
certified by qualified Chartered Accountant
27 Proforma for Confirmation on applicability of “Micro and Small
Enterprises (MSEs) order 2012
28 Undertaking with respect to Compliance of Restrictions for
Countries which share land border with India – as stipulated by
Govt. of India., as per Attachment No. 20.
Yours faithfully,
Signature: ____________________________________
Date:___________________
29 | P a g e
(2.2) Attachment-1-Technical (Pre-Qualification) Bid
PARTICULARS OF TENDERERS
2 Registered Office
Address of the Tenderer
(With PIN Code)
3 Address for
Correspondence
(with PIN Code)
Phone: Fax Mobile No:
4 Contact Details
5 E-Mail Address
9 Permanent Account
No.( PAN issued by
Income Tax
Department
11 Name of Authorized
Signatory
30 | P a g e
12. Whether tenderer / Prop / any of the Partners / Directors are related (as defined
under Companies Act 1956) to any of Directors of Company to which tender is
being submitted. If so, name of Director of BPCL & nature of relationship.
13. We confirm that neither tenderer nor any tank -lorry offered is
blacklisted by any BPCL, IOCL, and HPCL.
14. We confirm that neither tenderer nor any TANK LORRY offered are
involved in any litigation, which would render the performance of any obligation
imposed in case, the contract is awarded to us.
15. We confirm that rates offered by us will remain valid for acceptance by you up to
180 days from the date of closing of tender.
Date:
Signature__________________________
31 | P a g e
(2.3) Attachment -2 {Technical Bid}
Owned by
Sr. TL RTO Make Chas Firm
Engine Cap in
No Regn. No. & sis /Partner/ Name of Owner
No. KL
. (WOIL ) Model No. Director /
Proprietor
PARTICULARS
Age of tank-lorry offered should not exceed 15 years during the contractual period. The tank-
lorries attaining the age of 15 years shall be removed from the contract and replacement with
another Tank lorries having age less than 15 years will be the responsibility of the concerned
tenderer.
Date_____________________
Signature___________________
(Note: Any discrepancy/mismatch of details provided at the time of e-tendering and the above
details observed during the technical bid scrutiny will disqualify and the tender will be rejected)
32 | P a g e
(2.4) Attachment-3 {Technical (Pre-Qualification) Bid}
Tenderers should furnish following details in the appropriate part based on their organization
structure.
PART – A
(Applicable where Tenderer is Sole Proprietor)
1. Name:
2. Address:
4. If ‘YES ‘to 3, State the name(s) of BPCL Director(s) and Tenderer’s relationship with him / her.
PART – B
(Applicable where the Tenderer is a partnership firm)
2. Address:
3. Names of partners:
33 | P a g e
6. State whether any of the partner of the tenderer is related to any of the Director(s) of
BPCL: Yes/No
7. If ‘Yes’ to (6) state the name(s) of BPCL Director(s) & the concerned partner’s (of the
tenderer) relationship with him/ her.
Date:
Signature___________________
Name of Person
Signing_________________________________________________________________
PART – C
(Applicable where the Tenderer is a Public/ Private Limited Company/ Co-operative Society)
5. State whether any of the Director of the Tenderer/ Company is a Director of BPCL -
Yes/No.
7. State whether any of the Director of the Tenderer Company is related to any of the
Director(s) of BPCL :
(Yes / No)
8. If ‘Yes’ to (7) state the name(s) of BPCL Director(s) & the concerned Director’s (of the
tenderer Co.) relationship with him/her.
Strike out whichever is not applicable.
Date:
Signature___________________
34 | P a g e
DECLARATION ‘I’
We declare that we have complied with and have not violated any clause of the standard
Agreement.
Date:
Signature___________________
DECLARATION ‘II’
We declare that we do not have any employee who is related to any employee of BPCL/IOC/HPC/
KRL/NRL/Central/ State Government.
OR
We have the following employees working with us who are relatives of the employees of
BPCL/IOC/HPC/ KRL/NRL/Central /State Government.
1. ________________________________________________
2. ________________________________________________
Date:
Signature___________________
35 | P a g e
DECLARATION ‘III’
The Tenderer is required to state whether he / she is a relative of any Director of BPCL or the
tenderer is a firm in which Director of BPCL 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 BPCL is
member or Director, (the list of relative(s) for this purpose is given below)
N.B: Strike off whichever is not applicable. If the tenderer employs any person subsequent to
signing the above declaration and the employee so appointed happens to be relative of the Officer
of BPCL/IOC/HPC/ KRL/NRL/Central/ State Government, the tenderer should submit another
declaration furnishing the names of such employees who is/are related to the Officer/s of
BPCL/IOC/HPC/ KRL/NRL/Central/ State Government.
Date:
Signature___________________
Name of Person signing___________________
Tenderer's Name and address with seal______________
LIST OF RELATIVES
36 | P a g e
(2.5) Attachment-4 {Technical (Pre-Qualification) Bid}
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 tender
opening for the Bulk Petroleum Products transportation contract, 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 himself ordinarily resides otherwise than for the purpose of his own
education.
The enclosed format is to be used for the purpose.
Annexure to Attachment - 4
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 HAZIRA ) Scheduled Castes Order, 1962
@The Constitution (Dadra & Nagar HAZIRA ) 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.:
37 | P a g e
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
Date……………………… Designation…………………...
38 | P a g e
(2.11) Attachment-5
39 | P a g e
normally fed from that base loading location, where the tank-lorry is contracted. In such
cases the transport payment shall be made on mutual consent basis as per the following
rules,
i) In case of change of the base location,temporary or permenent in nature, payment
will be made as per the rate of base location or New location ,whichever is lower.
In case of any disputes arising out of such movements, the terms and conditions including
Arbitration Clause of this Agreement would be applicable.
(e) In case the Company desires to change the basis of loading of tank-lorry i.e. volume to
weight or vise versa, the transportation rates shall be altered considering the standard
conversion factors applied by the Company.
(f) Company shall be free to engage one or more additional Carriers, either to run
concurrently or separately, for transportation jobs from the same loading location.
3. Uniform Specification:
a. The tenderers have to ensure that the tank lorry crew always wears the prescribed
uniform, However in case of a State Legislation in this regard, the same has to be
adhered”. The uniform for the tank lorry drivers and tank lorry helpers shall have the
following specifications:
a. Shirt
b. Trouser.
c. Winter Jacket (for cold weather locations)
Driver:
Shirt: Plain Dark Grey yarn –dyed fabric with half sleeves and double – sided chest
patch- pockets. Left side chest patch pocket with BPCL logo.
Trouser: Plain dark grey yarn dyed with pleats and cross pockets in front and patch
pockets at the back.
Helper:
Shirt: Navy blue yarn-dyed fabric with half sleeves and double sided chest patch
pockets. Left side patch pocket with BPCL logo.
Trouser: Navy blue yarn dyed fabric with pleats and cross pockets in front and patch
pockets at the back.
(a) Maintained in sound mechanical conditions and having all the fittings up to the standards
laid down by the Company from time to time.
(b) Visual Manifestation of Tank lorries : Meeting the following mandatory requirements of
the Company:
I. Tank-lorries are to be painted (including application of Vinyl Stickering) at the cost
of Carrier as per the style and graphic design of Visual Manifestation as advised by
BPCL from time to time, and the specifications/modalities to be obtained from the
loading location,
II. Additional declarations are made in Emergency Information Panel, colour code band
and logos and advertisement of the specified Brand names as directed by BPCL
from time to time, etc is painted, at the cost of Carrier.
40 | P a g e
ABS (Anti Lock Braking System) is a mandatory requirement for every tank lorry. ABS should
be installed in the tank lorry at the cost of the tenderer.
As per the Gazette Notification dtd. 23.01.2015), Clause 2 “(iv) the following categories
of vehicles manufactured prior to the dates specified in clauses (ii) and (iii) shall
be fitted with Anti-lock Braking System conforming to IS: 11852:2003 (Part 9)—
(a) N3 categories of vehicles other than tractor-trailer combination manufactured on and after
the 1st
day of October, 2006 meant for carrying hazardous goods and liquid petroleum gas;
(b) N3 categories of vehicles manufactured on and after the 1st day of October, 2007, that
are double decked transport vehicles;
(c) N3 categories of vehicles manufactured on and after the 1st day of October, 2007, that
are used as tractor-trailer combinations;
(d) M3 categories of buses that ply on All India Tourist Permit, manufactured on and after the
1st day of October, 2007.”.
However, BPCL requires that all the vehicles, irrespective of capacity, offered by the
tenderers for transportation of petroleum products are fitted with the Anti-lock Braking
system (ABS) conforming to IS :11852 : 2003 (part 9) irrespective of the year of
manufacturer.
(i) TLs offered by the tenderers should be fitted with ABS
(ii) TLs shall be certified as fitted with ABS by the approved Vendors of retrofitted ABS
or TL Manufacturers in the case of new TL
These certificates should accompany the tender form. BPCL reserves the right to reject
Tanklorries not fitted with ABS.
I. All tank-lorries must be fitted with standard type retractable safety seat belts for both driver &
cleaner.
II. Bucket type adjustable seats should be provided for the drivers & cleaner.
III. Uniform for the Tank lorry crew members as specified by BPCL at the cost of Carrier. All crew
members should ensure that they report in neat & tidy uniform. The uniform should be of 100%
cotton cloth.
IV. Safety helmets/safety shoes for crew members as specified by BPCL.
V. Crew Insurance : Insurance cover for tank lorry crew (Rs. 5/- lakhs for accidental death and
Rs. 50,000/- for medical cover.
a. Transporters shall enroll all Crew members under Pradhan Mantri Bima Suraksha Yojana
(PMBSY) and renew it every year during the contract period.
b. Transporters shall agree to enroll under any contributory Health Insurance scheme launched
by BPCL from time to time in the overall interest of PCVO crew members/family. Enrollment
under such Health Insurance scheme shall be renewed on yearly basis during the contract
period.
c. Transporters shall ensure fulfilling the tender requirement of Insurance cover for Tank Lorry
crew.
VI. Training to PCVO drivers under Motor Vehicle Act & obtaining the endorsement on the driving
license would be the responsibility of Carrier.
41 | P a g e
VII. The Tank lorry should meet the design of OISD RP 167/API RP 1004 type
Bottom Loading with Vapour Recovery fittings, Operations manual checklist for
safety/ PFS manual which are available at loading location.
VIII. At the time of enrolment and subsequently at once in six months, the transporter
shall get the drivers’ health checked at least for blood pressure, sugar & vision and
a medical certificate is submitted to location.
IX. Carrier shall submit the details of TL crew, antecedents of the TL crew obtained
from the local Police & a copy of valid driving license of the driver to the base
location & obtain entry pass from the location.
X. Speed Governor is mandatory and the speed limit to be fixed is 55 km/hr.
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.
(c) Conforming to the statutory regulations like Indian Petroleum Act , Petroleum Rules, Motor
Vehicle Act, PUC Norms, Carriage by Road Act 2007 etc. as applicable from time to time
and the locking system should be as per BPCL approved drawing in manual available at
supply location
(d) Properly calibrated / stamped under the Weights & Measures Act. These shall be
calibrated for single capacity up to maximum permitted under Motor Vehicles Act.
Company would be entitled for insisting for calibration at Company's premises at the cost
of Carrier.
(e) Dual calibration of tank lorries is not permitted. These shall be calibrated for single
capacity up to maximum permitted under Motor Vehicles Act. Company would be entitled
for insisting for calibration at Company’s premises at the cost of the carrier.
(f) Having adequately trained Crew (driver and cleaner) for efficient operations. The driving
license of the drivers should be endorsed for transportation of hazardous goods.
(g) Equipped with sufficient number of rubber hoses having suitable couplings at both ends,
bonding/earthing with heavy-duty crocodile clips and dip-rods duly certified by Weights &
Measures Department.
(h) Training of the Tank Lorry crew is mandatory as per MV Act and BPCL’s requirement.
Crew who do not possess the training certificate will be not be allowed.
(i) All the compartments of Tank Lorries should be pressure tested once in a year along with
calibration. Tank Lorry without valid pressure testing certificate shall not be loaded.
(j) Covered by Insurance Policy, inclusive of motor insurance as per statutory requirement.
Also, product insurance covering the value of the product transported.
(k) The tank-lorries listed in the LOI / Work Order will be made available to the Company at
all times during the Agreement period at the loading location.
(l) In case any of the tank-lorries is not made available by the Carrier on any day, Company
would be free to use the services of any other tank-lorry and recover the difference in
transportation charges from the Carrier.
(m) In the event of breakdown or major repair of any of the tank-lorry, Company at its sole
discretion, may accept any other tank-lorry of the Carrier for the period of break-down /
major repair. Further, in the event Carrier request for the replacement of tank-lorry/s,
Company at its sole discretion may accept the same. Failure to provide replacement of
T/L or non-acceptance of replacement of T/L by BPCL, shall attract penalty as specified
in 4(b) above.
(n) Age of the tank-lorries offered should not exceed 15 years during the contractual period.
Company shall remove the tank-lorries attaining the age of 15 years during the contractual
period. Carrier will ensure replacement with another tank-lorry having age of less than
7years in 30 days. In case Carrier fails to provide replacement within 30 days, Company
will be free to engage any other tank-lorry.
(o) Meeting the following requirements of the Company:
42 | P a g e
i. 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.
ii. Carriers should ensure that they inform statutory authorities like Police, CCOE etc.
in case of any accident/fire incident.
iii. Minimum wages/ESI/EPF as per local rules should be completely adhered by the
Carrier.
The Officials of the Company would 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 statue/regulation
or this agreement. Further, the Carrier shall submit to the Company certified copies of the
calibration certificate and Explosive License and their renewals for every tank-lorry.
5 (a) Carrier will be responsible for all taxes, levies and other costs of running the tank-lorries,
which shall also include-
i) Salary, minimum wages and other benefits and claims of Crew of tank-lorries and all
members of Carrier's staff; Transporter shall ensure to make payment of Wages to the
Tank Lorry crew through Bank.
ii) Payment of road tax, insurance and any other fees like permit, route fee etc., levied by
statutory authorities;
iii) Cost of lubricants, tyres, repair etc;
iv) Calibration fees and other fee payable to Weights & Measures Department;
v) Compensation or any other benefit payable to tank-lorry Crew and it’s other staff or third
party under any statute or regulation both under regular working and arising from accident
etc.;
5 (b) Carrier shall keep Company indemnified in respect of 5(a) 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.
(c) It is agreed that the tank-lorries covered by this Agreement shall operate at the sole risk
of the Carrier. In no case, Company would 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.
(d) Carrier shall make their own arrangement for parking of their vehicle overnight and / or
during holidays.
(e) 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.
(f) Any new levies on transporters will be borne by the Transporters.
6 (a) The Company will 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.
The successful tenderer may opt for purchasing fuel/lubricants for the TLs engaged by
BPCL at the Smart Fleet Retail Outlets of BPCL. For this the tenderer would have to enroll
under CMS Fleet Card Scheme for his fuelling requirement. Initially, 40% of the billing
amount from the carrier’s monthly transportation bill shall be deducted & same shall be
credited to his CMS Fleet Card account. However, the Company reserves the right to
revise the percentage of billing amount to be deducted for crediting it to Carriers CMS
account. The above rates are subject to escalation/de-escalation as per formula given in
Schedule-A.
(b) (i) Octroi charges levied on the product would be reimbursed by the Company against
production of original receipts.
(ii) Entry / Transit / Bridge / Toll (Pathkar) taxes paid by the Carrier for their tank-lorries while
transporting petroleum products under this Contract would be reimbursed by the Company
on round-trip basis subject to production of original receipts for payment. Company's
43 | P a g e
decision whether any charge is reimbursable or not would be final and binding on the
Carrier.
iii) BPCL will be paying GST to the Government on the basis of reverse charge mechanism which
is currently 5% of the transport rate. If any bidder opts for GST payment on the basis of forward
charge mechanism which is currently 12%, then the bidder will have to reduce the transport
rates to match with the L1 rates with 5% GST finalised in the tender.
(c) 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. Company would, however, be entitled to revise these RTKMs
from time to time, including retrospectively, which would be binding on the Carrier.
Difference in transportation charges arising out of this revision will be recoverable /
payable from the date of Agreement or effective date of such revision, whichever is later.
(d) 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.
(e) The procedure for payment of transport bills and reimbursement of entry/transit/bridge
/toll tax/Octroi charges prevalent in the Company from time to time would be binding
on the Carrier.
(f) The Company will endeavor to arrange unloading of the tank-lorries within reasonable
time. However, no detention charges etc. are payable if, for any reason, such unloading
is delayed at the receiving location.
(g) The Carrier would provide consignment notes for each consignment loaded on a daily
basis to the loading location.
(h) The Carrier would provide transportation bill along with the consignment notes for each
consignment to the base location for the consignment carried during the month, by 10th of
the following month.
(i) The Company would periodically review the performance of the Transporter/its crew on
operational as well as the health, Safety & environment aspects. If the performance is not
satisfactory then the Company would have the right to take appropriate action.
(j) The Company may implement an integrated performance management system for TLs details
of which are given below and all successful tenderers will be bound by it. The said system
can include introduction of new practices / scoring system to assess performance.
44 | P a g e
In case of national permit lorries logo
B and minimum vm criteria fixed is 2
implemented
C Neatly painted and maintained 2
Safety and other
3 fittings 20 A Spark arrester 2
B Fire extinguisher maintained 4
C Electrical wiring in order 4
D Master switches in order 3
E Earthing Wire provided 2
F Abloy Locking System 5
No untoward delay in reporting to
4 Trip Timings 20 A dealer and back from dealer to Supply 10
Location
B number of trips per month 5
C Prompt Delivery 5
5 Uniform 10 A Clean and Tidy 3
Uniform
B Safety Shoes 2
C Safety Helmets 2
D Person is clean 2
E Identity cards 1
6 Knowledge of crew 10 A assessment in training session 4
B response in time of fire drills 2
C Quizzes 4
7 Licenses / Records 10 A CCOE License 2
B RTO Clearances 2
C Insurance Cover 2
D Weights & Measures Certificate 2
E TREM Cards 2
8 Dealer Complaints 10 Nil Complaints from dealer 10
100 100
Annual performance of the criteria enumerated above will be reviewed and underperforming
transporters are liable for penal action including termination of the contract. BPCL decision shall
be final and binding.
7 (a) The Carrier shall deposit a Bank Guarantee of Rs. 8.00,000/- per Tender for General
Category and Rs. 50,000/- per tender for SC / ST Category as Security Deposit for due
fulfillment of terms of this Agreement. Security Deposit amount shall be paid in the form
of Bank Guarantee strictly in specified proforma, valid for five and half years.
(b) Company shall be entitled to adjust any sum due to it from the Security Deposit (Bank
Guarantee) 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.
45 | P a g e
8 (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 would 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.
9 (a) The Carrier shall be responsible for quantity and quality of the products received by him
for transportation. 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 would be sufficient proof of acceptance of product quantity and quality
by the Carrier.
(b) The Carrier will comply with and give full co-operation to the Company in meeting the
requirements of prevailing “Marketing Discipline Guidelines” as applicable to them.
(c) If any shortage in quantity and / or variation in quality of product is found at any stage after
tank-lorry leaves the Dispatch Storage Point up to Receiving location, the Carrier would
be responsible for the same irrespective of reason and Company would be entitled to
following –
In case of quantity shortage due to any reason like accident, theft, robbery, hijacking of
Tank lorry etc., will be recovered from the Carrier at the following rate:
(i-a) For MS / HSD –
Sales: Invoice value of the product and transport charges for the shortage quantity.
Stock transfer: Average Retail Selling Price of MS/HSD of all four Metros.
(i-b) For SKO - industrial selling price at dispatch location or receiving location, whichever
is higher and transport charges for the shortage quantity.
(i-c) For all other products - as decided by the Company.
(ii) In case of variation in quality, Company at its' discretion may dispose off the contaminated
product. All expenses / losses and cost of product in this connection as determined by the
Company shall be recoverable from Carrier.
Above would be in addition to and without prejudice to the Company's right of termination
of this Agreement as per clause 15.
10. Carrier will be responsible for ensuring that:
(a) Rules and regulations of the Company in force are followed by him, his staff and Crew of
tank-lorry.
(b) All fittings in TANK LORRY should be ISI marked. Each TANK LORRY should 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. Company may ask for additional fittings /
equipments as per requirement.
(c) Each TANK LORRY should have double pole wiring system and should have security
system arrangement as required by the company.
(d) Any security system (for e.g.: locking system) decided by company to guard against
malpractices will be unconditionally accepted by contractor. The modification /
modifications of fittings if any on TANK LORRY would be undertaken at the workshops
nominated by the Company, the cost of which will be borne by the Carrier. Carrier shall
be responsible for safety / maintenance of such security systems.
(e) tank-lorry delivers the product to the consignee specified.
(f) The Crew has the correct delivery documents and TREM-Card.
(g) tank-lorry follows the normal / approved route from loading location to receiving location.
(h) Average trip-time is maintained.
(i) Signature of recipient is obtained on the delivery documents.
(j) Wherever required by Company, collect Cheques / draft / bank-slips etc from the recipient
after ensuring that remittances are correctly drawn.
46 | P a g e
(k) Handover receipted delivery documents and remittances pertaining to deliveries made, to
the Company on the same day and before accepting next load. In case, return of tank-
lorry is delayed for any reason whatsoever, such documents and remittance are reached
to the loading location within 24 hours of completing the delivery.
(l) Vehicle running in fuel other than HSD will not be eligible to participate in the tender.
11. In case any of the tank-lorries meets with an accident while it is loaded with Company's
product, the Carrier shall:
(a) Arrange conveying of information to dispatch storage points as also nearest police station;
(b) Guard the tank-lorry and product till arrival of rescue agencies;
(c) Arrange another fit tank-lorry to salvage the product from Accident tank-lorry;
(d) Bring such transshipped / salvaged product to Dispatch Storage Point or other location as
directed by the Company at Carrier's cost.
(e) Be responsible and liable for loss / claims as determined by the Company.
12 (a) Carrier shall be responsible for any damage or loss caused to the Company’s product or
property by negligence or default of it’s Crew, authorized representative or tank-lorry. This
will also include confiscation of Company's product delivered to the Carriers by any
statutory authorities.
(b) The Carrier should strictly adhere to the “Industry Transport Discipline Guidelines” as
enumerated in Annexure I to this Agreement.
13 (a) The Carrier shall not be entitled to assign, subrogate, sublet or part with it's 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 previous written consent of the Company.
14. 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. This Agreement would be valid for period of five years from the effective date as given in
the LOI / Work Order. However, Company reserves the right to terminate this Agreement
by giving two months advance notice without being liable to give any reason or pay any
compensation.
Notwithstanding anything to the contrary contained hereinabove, Company reserves the
right to terminate this Agreement forthwith upon or at any time after happening of any of
the following -
(a) If the Carrier, its' proprietor or any partner is adjudicated insolvent or become bankrupt or
goes into liquidation whether voluntary or otherwise.
(b) If attachment in execution of a decree is passed against the Carrier, its proprietor or any
of it’s' partners.
(c) If road permits or statutory licenses / permissions granted to Carrier / it's tank-lorries by
transport or any statutory authorities is cancelled or revoked.
(d) If any of the information submitted by the Carrier in the tender is found incorrect at any
time.
(e) Breach of any of the terms or conditions of this Agreement by the Carrier.
47 | P a g e
(f) 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.
(g) If the Carrier causes disruption in transportation of bulk petroleum products. The decision
of Company will be final and binding on the Carrier.
(h) On the death or retirement of proprietor or any of the partners of the Carrier firm. However,
in case, 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 (Bank Guarantee). Company shall
account for Security Deposit (Bank Guarantee) 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.
(i) 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.
(j) 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 the BPCL.
(b) The appointment and arbitration proceedings shall be conducted in accordance with
SCOPE Forum of Arbitration Rules for the time being in force or as amended from time to
time
(c) The Seat of arbitration shall be at Mumbai (Maharashtra )
(d) The proceedings shall be conducted in English language
(e) The cost of the proceedings shall be equally borne by the parties, unless otherwise
directed by the Sole Arbitrator.
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
Arbitration and Conciliation (Amendment) Act, 2015 and the judgment dated 03.07.2017
passed by Hon'ble Supreme Court in Civil Appeal No. 5306 of 2017- 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.
f) 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 summery 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
17.This Agreement covers entire understanding between the parties. No alteration / variation
of any of the terms of this Agreement shall be valid unless made with the consent of both
48 | P a g e
the parties and evidenced in writing duly signed by authorized representatives of both the
parties.
18. 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.
Name of Carrier,
Address,
____________________________________ Self attested
Self-attested
passport
passport
size recent
sizecolour
recent
____________________________________ colour
photograph
photograph
of theof
the
Carrier
Carrier
(Individual
(Individual
or
______________Pin
orAuthorised
Authorized
Signatories)
2.
M/s. _____________________
(Authorized Signatory)
For CARRIERS
WITNESS 1.
2.
M/s. ________________________
49 | P a g e
(2.12) Attachment- 6
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
Carrier(s) of any of the terms and conditions contained in the said agreement or by reason
of the Carrier’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).
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 of 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 Carrier(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.
50 | P a g e
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
Carrier(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 Carrier(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
Carrier(s) or for any forbearance, act or omission on the part of the Company or any
indulgence by the Company to the said Carrier(s) or by any such matter or thing
whatsoever which under the law relating to 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 Carrier(s).
For __________________________
(Indicate name of the Bank and affix seal)
51 | P a g e
(2.13) Attachment - 7
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 the Agreement for Hiring of Tank Lorries
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 agreement for Hiring of Tank Lorries 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 Agreement for Hiring of Tank Lorries, 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/ Agreement
for Hiring of Tank Lorries / or return 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___________________
Before me.
Notary public
(Notary's Stamp)
52 | P a g e
(2.14) Attachment – 8
UNDERTAKING
We declare as under:
1. That the tank-lorries offered under contract to BPCL__________ Location has not been withdrawn
from any other contract with any other Oil Company or any other Location of the BPCL without their
prior consent.
2. That the tank-lorries under reference are not attached with any other Party/ Contractor/ Distributor
and have not been withdrawn without their prior consent.
3. That the subject tank-lorries are not involved in any litigation other than routine cases of road
accident or any violation of Motor Vehicles Act.
5. We further confirm that the details as furnished by us have been verified and found correct. We
undertake to place the tank-lorries at the disposal of BPCL in case the contract is awarded in our
favour. If any information is found to be incorrect, the contract if awarded to us shall be liable to be
cancelled and we shall be liable to pay to BPCL such damages/ losses/ claims as BPCL may put
to due to termination of the contract. We also undertake that, should there be any action against
BPCL resulting in damages of whatsoever nature to BPCL on account of award of contract in our
favour on the basis of the misrepresentations, we shall keep BPCL completely indemnified against
all the claims/ losses/ damages/ litigations/ court action etc.
Date:
Signature______________
53 | P a g e
Attachment-9
AFFIDAVIT
2. That, I / We have attached / shall keep attached the above mentioned tank lorry/lorries
with M/s. ______ (vendor name)_______, till the validity of POL Road Transport Contract
awarded by M/s. Bharat Petroleum Corporation Ltd, in favour of M/s. _____ (vendor
name) _____ .
3. That, during above period, M/s. ____(vendor name)_____ alone shall have all the rights
of operating the said tank lorry and receiving consideration for such operation.
4. That, I / We also declare that , the tank lorry/lorries mentioned in Item 1) above, has not
been withdrawn / not operating / and not black-listed from any other contract with any
other Oil Company, or any other location of M/s. BPCL.
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
Notary Public.
Notary Seal
54 | P a g e
Attachment - 10
AFFIDAVIT FOR OFFER OF T/L AGAINST PROOF OF BOOKING THE CHASIS (applicable
for SC/ST tenderers only)
1. That I / we have booked for _______ Nos. of chassis as per the particulars given below:
.
2. That I / We confirm, if the transport contract is awarded to me / us, the Tank Lorries offered
/ allocated as per above details shall be positioned, within 60 days of the issue of LOI. In
the event of failure to place all the offered / allocated Tank Lorries the Contract will not be
issued for any Tank Lorry. Offered by us.
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
55 | P a g e
Attachment -10A
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.
____________________________________.
3. We will not divulge either our bids or those of other Tenderers 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. 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. 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 made cannot be withdrawn / cancelled under any circumstances but can be revised
downward.
10. BPCL along E-Procurement Technologies Ltd can decide to extend, reschedule or cancel the
Bidding.
11. We shall indemnify and hold BPCL / 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. 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
56 | P a g e
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.
13. 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.
Name:
Mobile Number:
SEAL:
DATE:
57 | P a g e
Attachment -11
5 Digital Signature
9 Server Time
10 Start Time
11 Close Time
13 Bid History-Table
Bidder Organization:
Name (s): 1
2
Signature(s):
Date & Time:
Place:
58 | P a g e
Attachment - 12.
PRICE BID CONFIRMATION (TO BE SUBMITTED ONLY ON COMPLETION OF ON-LINE BIDDING)
TENDER NO : BPCL/WR/POL/BULK/HAZIRA /2021-2026-03
(NOT TO BE ATTACHED ALONG WITH TECHNICAL (PRE-QUALIFICATION) BID OR
TENDER DOCUMENT).
Sr Segments & Sectors BPCL's BPCL Offered Price Confirmation of rate quoted by the
No Estimated Band :Rs./KL or Tenderer in Rs/KL or Rs/KL/KM during
Rate: Rs/KL/KM on-line bid.
Rs/KL or Minimu Maximum In In words
Rs/KL/KM m or or Figure
Closing Opening
1
12 KL FDZ Rs/KL
7 20 KL FDZ RS/KL
10 24 KL FDZ RS/KL
We agree with the formula for working out escalation/ de-escalation in transportation rates on
account of increase/ decrease in retail selling price of HSD as given in the Technical (Pre-
Qualification) Bid.
Signature ________________
Name of person signing__________________
59 | P a g e
Tenderer’s Name _______________________
Address with Seal ______________________
Note: It is mandatory for the Tenderers to quote rates for all the sectors i.e. FDZ,BFDZ within & outside
State for the offered capacity of T/L. In case of failure to quote for all the sectors the price bid may be
rejected
1. Quote by the tenderer shall not be less than the Minimum rate or more than the Maximum rate.
2. Rates in decimals are not acceptable.
3. The minimum amount payable shall not be less than the FDZ rate for any particular shipment
4. 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.
SCHEDULE -A
Increase/ Decrease in 1 litre of HSD Retail Selling Price (RSP) at Supply location (with following
clarifications)
-------------------------------------------------------------------------------------------------------
Qx4
Where Q represents notional capacity of a Tank Truck and it is taken as 12 KL and 4 represent
distance (4 KMs), which a Tank Truck can run with 1 lit of HSD (loaded or otherwise) for the
purpose of calculations.
Increase/ Decrease in 1 litre of HSD Retail Selling Price (RSP) ex at Supply location inclusive of
taxes (with following clarifications)
-------------------------------------------------------------------------------------------------------
Q x 3.5
60 | P a g e
3. Escalation/ de-escalation shall be applicable as per increase/ decrease in RSP (Retail
Selling Price) of HSD, which will be the weighted average of RSPs of HSD during
immediate preceding one month, and the new transportation rates arrived at on the above
dates shall be applicable for a period of subsequent month.
4. Only the increase/ decrease in lowest RSP of HSD in the reference market i.e. FDZ of the
supply location shall be considered. In case of any dispute, the decision of the Oil
Company shall be final and binding.
5. A one time increment at 5% on non fuel component of rate at the end of 3rd year of the
contract period will be given.
SCHEDULE – B
Illustration:
Let us assume for 12 KL TLs:
R, the transportation rate at the end of 3rd year =Rs.2.2670 per KL per KM
H, the RSP of HSD= Rs.53.48 per litre
F=53.48/48=Rs.1.1142 per KL per KM
N, the non-Fuel component = 2.2670 – 1.1142 =1.1528per KL per KM
Applying the increment of 5% on Rs.1.1528, we get
N*= 1.05X1.1528=Rs.1.2104 per KL per KM
Therefore the revised rate for the 4th and 5th years for 12 KL TLs would be N*+F=1.2104 +
1.1142 = Rs. 2.3246 per KL per KM
61 | P a g e
Attachment-13
INTEGRITY PACT
1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
a) No employee of the Principal, personally or through family members, will in connection with
the tender, or the execution of the contract, demand, take a promise for or accept, for
himself/herself or third person, any material or immaterial benefit which he/she is not legally
entitled to.
b) The Principal will, during the tender process, treat all Bidders with equity and reason. The
Principal will, in particular, before and during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential / additional information through which
the Bidder could obtain an advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion
in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary
actions.
62 | P a g e
1) The Bidder / Contractor / Supplier commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the
tender process and during the contract execution.
a) The Bidder / Contractor/Supplier will not, directly or through any other person or firm, offer,
promise or give to any of the Principal's employees involved in the tender process or the
execution of the contract or to any third person, any material or immaterial benefit which he/she
is not legally entitled to, in order to obtain in exchange, any advantage of any kind whatsoever
during the tender process or during the execution of the contract.
b) The Bidder / Contractor / Supplier will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any
other actions to restrict competitiveness or to introduce cartelisation in the bidding process.
c) The Bidder / Contractor / Supplier will not commit any offence under the relevant Anti-
Corruption Laws of India; further the Bidder / Contractor / Supplier will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted electronically.
d) The Bidder / Contractor / Supplier will, when presenting his bid, disclose any and all
payments he has made, is committed to, or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
e) The Bidder / Supplier / Contractor shall make sure that the terms of this Integrity pact are also
adopted by its Sub-Contractors / Sub -Sub-Contractors, etc., if any and submit such adoption
confirmation proof to the Principal.
2) The Bidder / Contractor / Supplier will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
Section 3 – Disqualification from tender process and exclusion from future contracts
If the Bidder, before contract award, has committed a transgression through a violation of
Section 2 or in any other form such as to put his reliability or credibility as Bidder into question,
the Principal is entitled to disqualify the Bidder from the tender process or to terminate the
contract, if already signed, for such reason.
1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of Section
2 such as to put his reliability or credibility into question, the Principal is also entitled to exclude
the Bidder / Contractor / Supplier from future Contract award process. The imposition and
duration of the exclusion will be determined by the severity of the transgression. The severity
will be determined by the circumstances of the case, in particular the number of transgressions,
the position of the transgressors within the company hierarchy
63 | P a g e
of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6
months and maximum of 3 years.
2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidences, concludes that no reasonable doubt is possible.
3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or
question such exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after obtaining
independent legal advice.
4) If the Bidder / Contractor / Supplier can prove that he has restored / recouped the damage
caused by him and has installed a suitable corruption prevention system, the Principal may
revoke the exclusion prematurely.
1) If the Principal has disqualified the Bidder from the tender process prior to the award
according to Section 3, the Principal is entitled to demand and recover from the Bidder
liquidated damages equivalent to Earnest Money Deposit/Bid Security.
2) If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor/Supplier liquidated damages equivalent to Security
Deposit / Performance Bank Guarantee.
3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder / Contractor / Supplier can prove and establish that the
exclusion of the Bidder from the tender process or the termination of the contract after the
contract award has caused no damage or less damage than the amount of the liquidated
damages, the Bidder / Contractor/Supplier shall compensate the Principal only to the extent of
the damage in the amount proved.
1) The Bidder declares that no previous transgression occurred in the last 3 years with any
other Company in any country conforming to the TI approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the tender process.
2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
Section 6 – Equal treatment of all Bidders /Contractors /Suppliers/Subcontractors
1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a commitment
in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
64 | P a g e
Contractors/Suppliers and Subcontractors.
3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.
1) The CVC has appointed competent and credible Independent External Monitors for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what extent
the parties comply with the obligations under this agreement.
2) The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairperson of the Board of the
Principal.
3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor, upon his
request and demonstration of a valid interest, unrestricted and unconditional access to this
project documentation. The same is applicable to Subcontractors. The Monitor is under
contractual obligation to treat the information and documents of the
Bidder/Contractor/Supplier/Subcontractor with 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 Bidder/Contractor/Supplier. The parties offer to the
Monitor the option to participate in such meetings.
5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal the
violation, or to take other relevant action. The Monitor can in this regard submit non-binding
recommendation. Beyond this, the Monitor has no right to demand from the parties that they act
in a specific manner, refrain from action or tolerate action. However, the Independent External
Monitor shall give an opportunity to the Bidder/Contractor/Supplier to present its case before
making its recommendations to the Principal.
6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within
8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the
occasion arise, submit proposals for correcting problematic situations.
7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within
65 | P a g e
reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.
This Pact begins when both parties have legally signed it. It expires for the Contractor/Supplier
12 months after the last payment under the respective contract, and for all other Bidders 6
months after the contract has been awarded.
If any claim is made / lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged / determined by
Chairperson of the Principal.
1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the main
tender document / contract shall not be applicable for any issue / dispute arising under Integrity
Pact.
2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
4) Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement to
their original intentions.
5) Any Bidder / Supplier / Contractor entering into Integrity Pact, aggrieved by any decision /
action of the Principal, shall approach the IEM(s) and await their decision before pursuing any
other remedy available to him in law.
Witness 2 : ………………
(Signature/Name/Address
66 | P a g e
Attachment-14
1.You may aware that “Micro”, Small and Medium Enterprises Development Act 2006”
(„MSMED‟) has been come into force w.e.f. 2nd October 2006, which has repealed the
provisions of the old Act regarding Small Scale Industrial undertakings.
2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods or
rendering / providing of services are to be classified into Micro, Small and Medium enterprises
based on the investment in plant and machinery / equipment.
3.Such Enterprises are required to file a memorandum in the prescribed form to the appropriate
authority as mentioned in the MSMED Act.
4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu undivided
family, Association of persons, Cooperative Society, Partnership firms, undertaking or any other
legal entity.
5. For your ready reference, the definition of Micro, Small and Medium enterprises are given
below:- Classification of enterprises engaged in :
a. Manufacture or production of goods pertaining to any industry specified in the First Schedule
to the industries (Development and Regulation) Act 1951 as :
Small More than Rs.25 lacs but does not exceed Rs.5
Crores
Medium More than Rs.5 Crores but does not exceed Rs.10
Crores.
Small More than Rs.10 lacs but does not exceed Rs.2
Crores
Medium More than Rs.2 Crores but does not exceed Rs.5
Crores.
(#) In calculating the investment in plant & machinery, the cost of pollution control, research and development,
industrial safety devices and such other items as maybe specified will be excluded.
6. You are therefore requested to fill the “Format” (proforma attached below) and submit the
same along with proof of valid document / certificate, (indicating registration no.) in your offer. In
case same is not submitted along with your offer, it will be presumed that your organization is
not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and
consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.
67 | P a g e
CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISES
DEVELOPMENT ACT, 2006 (MSMED ACT 2006)
Date:___________
This is to confirm that we have verified the investment limits and other details of Unit _________
pertaining to M/s ________ and certify that they satisfy the eligibility criteria as per MSMED Act,
2006 and other notifications/circulars issued from time to time in this regard. Accordingly, M/s
_______ is a Micro/Small enterprise under the said Act and are eligible to claim the benefits of
public procurement policy for the tender mentioned above.
In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s
________ meets the eligibility criteria under SC/ST provision of Public Procurement Policy Order
2012 and other notifications/circulars issued from time to time in this regard and are hence eligible
to claim benefits pertaining to SC/ST under the act.
In case applicable:
Based on our verification of share holding pattern and other details, it is certified that M/s
_________ meets the eligibility criteria under Women Entrepreneur provision of Public
Procurement Policy Order 2012 and other notifications/circulars issued from time to time in this
regard and are hence eligible to claim benefits pertaining to Women Entrepreneur under the Act.
68 | P a g e
Attachment-15
VERSION: 4.0
PREAMBLE
The First Oil Industry Transport Discipline Guidelines (ITDG) for transportation of bulk
petroleum products by road was prepared in 2007, which was revised in 2009 and in June
2014. Now, in view of new initiatives taken by OMCs with regards to improving the
effectiveness of Vehicle tracking system and certain changes made in tender conditions
about Marker Testing etc. as advised by MOP&NG.
A need was felt, to revise the existing Oil Industry Transport Discipline Guidelines by way
of issue of an amendment to clauses as explained in annexure-I. Accordingly, a
committee comprising following members studied the issues involved and revised the
existing Oil Industry Transport Discipline Guidelines to be implemented effective
23.03.2016.
COMMITTEE MEMBERS:
69 | P a g e
CONTENTS
1 Introduction 69
2 Transportation 70
3 Product Loading 73
4 Product Receipt 74
8 Adulteration/Malpractices/ 81
Irregularities/Penalties
Annexure – I & II 86
70 | P a g e
OIL INDUSTRY TRANSPORT DISCIPLINE GUIDELINES
1. INTRODUCTION
1.1 Objective
1.2 Purpose
1.2.1 Petroleum products are filled in TT in accordance with Industry Quality Control
Manuals.
1.2.2 Petroleum products are transported and delivered to dealers/direct customers and
receiving locations in good condition conforming to the specifications.
1.2.3 A well defined system of checks exists at various stages of handling of petroleum
products.
1.3 Scope
1.3.1 The procedure/code outlined in these guidelines are only the minimum required in
order to ensure quality and quantity of the petroleum products during receipt,
storage, transit and delivery. Therefore, standard operating procedures with due
regard to safety in handling of petroleum products in general shall be followed as
laid down in the respective safety and operations guidelines/manuals. It is
expected that such standard procedures will be followed at all times in addition to
the instructions contained in the following chapters of these guidelines.
1.3.2 Changes, if any, in these guidelines will be advised through serially numbered
amendments and will be displayed at the location notice board/website. The
amendment record (Annexure-I) of these guidelines shall be updated accordingly.
These changes will be implemented with effect from the date of its amendment.
71 | P a g e
2. TRANSPORTATION
2.1.1 Industry Transport Discipline Guidelines (ITDG) shall be part of the transport
agreement.
2.1.2 TT shall not be used for any product other than the designated petroleum products
and will operate only for the Oil Company with whom the agreement has been
entered into.
2.1.3 Carrier shall ensure that TT is painted and maintained as per the color scheme
advised by the Oil Company from time to time. Carrier shall also ensure that the
name of Oil Company & Logo is prominently displayed on the tank of TT and the
name of the base location in the information panel as per the directions of the Oil
Company.
2.2.1 Carrier shall be responsible for providing a TT fit in all respects to carry petroleum
products and shall be transporting/delivering the same in good condition, as per
specifications, to the dealers/direct customers/receiving locations and shall be held
accountable for any malpractice/adulteration en route.
2.2.2 TT shall be duly approved for its design/fittings by Petroleum and Explosives
Safety Organisation (PESO) Department. The carrier shall be responsible for
ensuring that the integrity of the TT fittings is maintained in accordance with the
conditions laid down by the licensing authority at all times.
2.2.3 The original and a copy of the valid Explosives License shall be submitted to the
loading location. Original certificate shall be returned to the Carrier after
verification. TT shall carry valid Explosive License in original issued by Petroleum
and Explosives Safety Organisation Department at all times.
2.2.4 TT without valid Explosives License shall not be utilized, unless authorized by
Petroleum and Explosives Safety Organisation Department to use the TT pending
renewal.
2.2.5 Carrier shall ensure compliance to various statutory rules and regulations,
including provisions of Motor Vehicle Acts/Motor Vehicle Rules/The Carriage by
Road Act in force at all times during the period of agreement.
2.2.6 Carrier as per the design given by the Oil Company from time to time shall provide
the product sealing/security locking/electronic sealing arrangements (security
locking system) as advised by Oil Company from time to time. The transporter to
72 | P a g e
ensure that, the integrity of the locking arrangements is maintained against any
tampering at all the times.
2.2.7 Carrier shall ensure that the Vehicle Mounted Unit (VMU) along with fittings &
fixtures installed on the TT for tracking of the TT is kept always in working condition
and its on/ off operation is done according to the instructions given by the Oil
Company.
2.3.1 The original and a copy of the valid calibration certificate shall be submitted to the
loading location. Original certificate shall be returned to the Carrier after
verification. TT shall carry valid Calibration Certificate in original issued by Weights
and Measure Department at all times.
2.3.3 Carrier to provide manhole on top of the tank in the geometrical center of the
compartment of TT.
2.3.4 Carrier to provide dip hole/dip pipe in the geometrical center of the manhole with
manhole fittings duly welded.
2.3.5 Datum Plate height should not be more than 10 mm from the bottom plate and
should be shown in the drawing.
2.3.7 The calibration of the TT should be done at the calibration facility provided by the
Oil Company or as directed by the Oil Company. Carrier shall produce TT for
verification/ checking as and when required by the Oil Company.
2.4.1 In case of TT accident, the crew shall inform the nearest Police Station, loading
location, carrier, nearest Oil Company location and shall guard the vehicle as well
as product.
73 | P a g e
2.4.2 Carrier shall arrange to transfer/salvage the product in another fit TT immediately
on receipt of the information, after obtaining permission from the Oil Company and
various statutory authorities. Proper safety precautions are to be followed while
transferring the product from the damaged vehicle.
2.4.3 Carrier shall complete all the statutory formalities including lodging of FIR & shall
submit accident report to the base location. Non-lodging of FIR, not reporting the
accident to the Oil Company shall be construed as a malpractice & penal action
will be taken against the carrier as outlined under clause no. 8.
2.4.4 Spilled or trans-shipped product salvaged in TT/ barrels shall be brought to the
loading location or the receiving location as advised by the Oil Company.
2.4.5 Draw three (six nos. in case of MS) composite samples (TMB), 1 liter each from
each TT compartment/ barrel in the presence of carrier/TT crew carrying the
salvaged product. Prepare sample tags as per specimen given in Annexure-II.
Locking/ sealing of the TT/ barrel and sample containers and signing on the sample
tags shall be done jointly by the Oil Company representative and carrier/TT crew.
One set of sample shall be sent to the Oil Company’s lab for testing, one set to be
given to carrier/TT crew and one set to be retained at the location.
2.4.6 On receipt of test results from the lab, the carrier shall be suitably advised and
action taken.
2.5.1 Carrier shall engage TT driver who has undergone training on transportation of
hazardous goods as stipulated under the Motor Vehicle Acts/Rules. The driving
license of the driver should be endorsed by Road Transport Authorities to this
effect.
2.5.3 The TT registration number shall be painted on the fire extinguishers carried by
the TT.
2.5.4 Carrier shall submit details of TT crew, verification of antecedents of the TT crew
obtained from local Police and a copy of valid driving license of the driver, duly
endorsed by RTO for having undergone training for transportation of hazardous
goods as per MV Act/Rules, to the base location and obtain entry pass from the
location.
2.5.5 Before embarking for the delivery it will be carrier’s or his representative’s
responsibility to ensure that TT crew has :
74 | P a g e
b. Correct TREM CARD and standing instructions
c. Switched on the VMU.
2.5.6 The crew of the tank truck who are signing the Invoice at the loading location
should deliver product at the destination. In case of substitution of crew due to any
reason, the same should be done only after obtaining permission from the location.
3. PRODUCT LOADING
3.1 Quality Control
3.1.1 Petroleum products shall be received, stored and delivered ex loading locations in
accordance with Industry Quality Control Manual.
3.2.1 Security locking of the TT shall be done in accordance with the guidelines of the
Oil Company.
3.2.2 Carrier to ensure that the integrity of the security locking system is intact at all
times.
3.2.3 Carrier shall ensure that the TT is always in locked condition (as per security
locking system) including on its return journey except during loading/unloading
operation. Any act of tampering with the security locking system shall be construed
as malpractice and action shall be taken against the carrier.
3.3.1 The departure time from the loading location shall be recorded on the invoice/stock
transfer document itself by the loading location and the dealer/direct customer/
receiving location shall record the arrival and departure time of the TT on the same
document.
3.3.2 Carrier shall ensure that the trip time and the VTS route specified for the
destination are strictly adhered to.
75 | P a g e
4. PRODUCT RECEIPT
The procedure outlined hereunder is applicable for the receipts of product at the supply
locations, dealers and direct customers.
Arrival & departure time of the TT shall be recorded in the delivery document. If
a bridging TT is used for deliveries by receiving location, it shall report back at
the receiving location after completion of delivery.
4.1.2.1 The security locking system shall be checked and if it is found O.K then proceed
to clause 4.1.3. If found tampered, then it will be construed as a malpractice and
action shall be taken as mentioned in clause 4.2 and 8.
The dip rod should match the calibration chart provided by Weights & Measures
for markings at the dip level, proof level and the total length.
On arrival of TT, dealer / customer shall check the density @15 deg C of product
from each compartment. If the variation is found to be within +/- 3 kg/cum as
compared with the invoice density, steps as mentioned in clause 4.1.4 to be
followed. However, if variation in the observed density is beyond +/- 3 kg/ cum,
the TT shall not be unloaded and action shall be taken as mentioned in 4.5.1.
76 | P a g e
The transporter will have the option to obtain another set of samples (2x1 liter of
MS and/or 1x1 liter HSD) duly labeled and jointly signed, for retention. On such
request from the transporter, dealer should hand over this set of samples against
payment to the TT driver/transporter’s representative. In addition, the carrier/TT
driver will have to pay a deposit of Rs.300/- per sample container or as revised
from time to time to the dealer.
In case the TT driver refuses to sign the label, TT shall not be unloaded and dealer
shall contact supply location/field officer.
The Marker Test is currently not applicable. However the same clause will be
applicable as and when Marker Test is reintroduced”.
The following procedure shall be followed for dealing with the suspected
irregularities.
77 | P a g e
4.3.1 At the dealer / Direct customer premises
The sales officer / location officer shall draw eight nos. composite samples (TMB)
in case of MS (four in case of other products) of 1 liter each from every TT
compartment in the presence of carrier/ TT crew and consignee/ consignee’s
representative. Prepare sample tags as per specimen given in Annexure-II.
Signing on the sample tags and sealing of the sample containers shall be done
jointly by the sales officer/ loading location officer, TT crew/ carrier’s representative
and consignee/ consignee’s representative. One set of sample shall be sent to the
Oil Company’s lab for testing, one set to be given to carrier/ TT crew, one set to
be given to consignee/ consignee’s representative and one set to be retained by
the sales officer/ loading location
The location officer shall draw six nos. composite samples (TMB) in case of MS
(three in case of other products) of 1 liter each from every TT compartment in the
presence of carrier/ TT crew. Prepare sample tags as per specimen given in
Annexure-II. Signing on the sample tags and sealing of the sample containers shall
be done jointly by the loading location officer and TT crew/ carrier’s representative.
One set of sample shall be sent to the Oil Company’s lab for testing and one set
to be given to carrier/ TT crew and one set to be retained by the loading location.
The TT samples drawn by the sales officer / loading location officer at the
consignee’s premises shall be tested in the lab. If the product passes in the lab
test, the TT shall be decanted at the consignee’s premises. If the product fails in
the lab test, then the corresponding supply location retention sample shall be
tested. If the supply location retention sample passes in the lab test then it would
be construed as malpractice done by the carrier &action shall be taken as outlined
in clause no 8. If the supply location retention sample fails in the test then no action
shall be taken against the carrier. In any case of failure of the TT sample, the TT
shall be sent for the disposal of the product as directed by the Oil Company.
4.5 Testing of “Retained Tank Lorry Samples” at lab as per Clause no. 2.5(D) of
MDG of 2012 effective 08-01-2013.
Laboratory will test the RO sample, the last TT retention sample (TL1) and the
corresponding supply location sample (SL1) simultaneously and compare the
reproducibility / permissible limits of the test values. In case RO sample fails & TL-
1 also fails but SL-1 passes, action shall be taken against the transporter of TL-1
as per clause 8.1 of ITDG. However, in case RO sample and supply location
78 | P a g e
sample (SL1) meet the specification norms, no action is to be taken against the
Tank truck.
In case RO sample fails and TL1 passes, then (the second last retention sample)
TL2 & (supply location sample corresponding to TL2) SL2 will be tested. In case
TL2 fails and SL2 passes, action shall be taken against transporter (TL2) as per
clause 8.1 of ITDG.
Note: While collecting the samples from RO for testing at the lab, the field officer
shall also collect TL2 in addition to TL1 and Nozzle sample so that TL2 can be
tested immediately upon passing of TL1 and failure of RO sample.
If the product sample drawn from the retail outlet is found failing in the marker test
then the last “Retained Tank Lorry samples” kept at the retail outlet shall be tested
for marker test. The marker test of “Retained Tank Lorry samples” will be carried
out after giving prior notice to the dealer & the concerned carrier so that they can
be present at the test venue if they so desire for witnessing the testing. Field officer
or the representative of the divisional office/ regional office/ territory office will also
be present & conduct/ witness the marker test. This team will submit its report in
the approved industry format. If the “Retained Tank Lorry samples” is also failing
in the marker test then the corresponding location sample will be tested. If the
supply location sample is passing in the marker test then it shall be construed as
a malpractice done by the carrier & penal action would be taken against the carrier
as outlined under clause no. 8.
The Marker Test is currently not applicable. However the same clause will be
applicable as and when Marker Test is reintroduced”.
79 | P a g e
5. TANK TRUCK/TANK LORRY MONITORING
5.1 Carrier having agreement with the Oil Company for a TT shall not enter into
agreement with other company for the same TT. Carrier shall not enter into
agreement with the Oil Company for the blacklisted TT. If it is subsequently proved
that the carrier has entered in to agreements with other Oil Company for the same
TT then it shall be construed as malpractice & penal action would be taken against
the carrier as outlined under clause no.8.
5.2 The TT/ Carrier/ transporter blacklisted by any one Oil Company shall be construed
to be black listed by all Oil Companies.
5.3 Carrier shall not enter into agreement with the Oil Company by submitting forged
documents/ false information.
5.4 Bridging TT, only after verifying the product acknowledgement for the previous trip,
and seeking clarification in the cases where trip time has exceeded, the TT will be
accepted for loading.
5.5 In case a TT has not reported for delivery at the receiving location/destination after
a reasonable transit time, carrier shall inform loading location and receiving
location/destination the reasons for delay and likely date/time of reporting. In case
the Corporation does not find the reasons valid, action will be taken as per clause
no. 8.
Even in case of valid reason, not informing the delay as above shall be construed
as a malpractice and action will be taken against the carrier as outlined under
clause no. 8.
5.6 Bridging TT arranged by receiving locations shall be accepted only on the basis of
indent slips issued by receiving locations. The receiving location shall issue a
serially numbered indent slip before it proceeds to the loading location for uplifting
the product. In case of missing of such TT, action as mentioned in item 5.5 above
shall be taken.
5.7 In case a TT is not received at the receiving location, action shall be taken against
the carrier as outlined under clause no. 8.
80 | P a g e
6. VEHICLE TRACKING SYSTEM
6.1 If VMU of the TT is not in working condition, it would be considered that the TT is
not fit for loading.
6.2 Carrier or his representative shall inform the Oil Company within 30 minutes of
stoppage of VMU functioning.
6.3 Carrier shall strictly follow the specified route authorised by the respective Oil
Company. Any repetitive deviation from authorised route shall be construed as
malpractice unless explanation given to the Location In-charge/ nominated officer
is accepted as an established genuine case. In case of any established deviation,
action will be taken against the carrier as outlined under clause no. 8.2.2.
6.4 If it is observed that the VMU, its fittings or fixtures installed on the TT is damaged
deliberately by the carrier or his representative, the VMU is switched of en-route,
VMU is removed from TT, VMU is used on other vehicles then it would be
construed as a malpractice and action will be taken against the carrier as outlined
under clause no. 8. Company’s decision would be final in determining as to
whether it has been damaged deliberately or not.
6.6 Carrier has to ensure that the TT reaches the destination and delivers product to
the consignee within specified trip time. The TT not reaching the destination or
unauthorized delays shall be construed as a malpractice and action will be taken
against the carrier as outlined under clause no. 8.
6.7 Carrier shall ensure that TT does not exceed the speed limits prescribed by the
concerned authorities. In case of repetitive/habitual over speeding, action shall be
taken as per clause 8.2.2. Any accident shall be analyzed for over speeding and
action shall be taken as per clause 8.2.2.
81 | P a g e
7. HEALTH, SAFETY & ENVIRONMENT
7.1 All rules/ regulations and statutory requirements shall be strictly followed by the
carrier and their work force i.e. drivers/ cleaners at the work place and on the road
while transporting petroleum products.
7.2 Driver and cleaner shall wear retractable seat belt and uniform as specified by
respective OMC, while driving vehicle.
7.3 No TT shall be plied by the driver without cleaner, either on the road or at any work
place.
7.4 The TT crew would not be permitted to enter the location premises without use of
the personal protective equipment i.e. safety shoes, helmet, spectacles (wherever
necessary).
7.5 The crew of TT shall check safety fittings, fitness conditions of vehicles to ply on
road before the TT is brought for loading.
7.6 Safety procedures for unloading and loading of vehicles at the supply location as
well as at the destination i.e. retail outlets, direct customer, supply location, etc.
shall be strictly adhered to.
7.7 It shall be mandatory for all drivers to undergo refresher training course / training
programs organized by the location.
7.8 The TT should be driven by driver having valid driving license duly endorsed by
RTO for having undergone training to carry hazardous goods.
7.9 TT crew to undergo routine health checkup once in every six months and certificate
issued by the authorities to be submitted to the loading location.
7.10 The carrier shall ensure that the TT crew are not in intoxicated state while on duty.
82 | P a g e
8.0 ADULTERATION/ MALPRACTICES/ IRREGULARITIES/
PENALTIES
On the first incident (during the tenure of the contract) of adulteration, the
contract with the concerned carrier shall be terminated and the concerned
carrier & the particular TT shall be blacklisted on Industry basis.
On the first incident (during the tenure of the contract) of adulteration, the
particular TT shall be blacklisted on Industry basis along with the TT crew.
In case of second incident of adulteration, the whole contract comprising of
all the TTs belonging to the concerned carrier shall be terminated and the
concerned carrier & their all TTs shall be black listed on industry basis.
83 | P a g e
8.2 Penalties for malpractices/ irregularities
The carrier shall attract penalties for the malpractice/irregularities as given below
and the TT mentioned in the following instances shall be suspended/blacklisted
along with TT crew. However, an investigation, wherever required, shall be
conducted and if the malpractice/ irregularity is established then penal actions
stipulated as under shall be taken, including blacklisting :
84 | P a g e
(b) Repetitive / Habitual Over
speeding.
(c) Driving vehicle without
cleaner / helper.
8.2.2.2 (a) Established repetitive un- TT shall be TT shall be
authorized stoppage en suspended blacklisted.
route. for 3
(b) Established repetitive un- months.
authorized diversion from
specified route.
(c) Refusal to carry loads
allocated by the location.
(d) Irregular reporting of TT at
loading location without
permission of the location.
85 | P a g e
8.2.2.9 Fatal accident at the work place.TT shall be
blacklisted.
8.2.2.10 Irregularities under W&M Act. TT shall be
blacklisted.
8.2.2.11 Tampering with standard fittings TT shall be
of TT including the sealing, blacklisted.
security locks, security locking
system, Calibration.
During the validity of transportation contract, in the first instance of blacklisting for a
transporter, as per the above provisions, damage of Rs.1Lakh will be imposed on the
Transporter apart from blacklisting of the involved TT. In second instance of blacklisting,
a damage of Rs 3 Lakhs will be imposed and the involved TT will be blacklisted. In third
instance of blacklisting, a damage of Rs 5 Lakhs will be imposed and 25% of the
remaining TTs will be blacklisted along with the involved TT. In fourth instance, a penalty
of Rs 8 Lakhs will be imposed and 50% of remaining TTs will be blacklisted along with
involved TT. In case of any further incident of malpractice, the entire fleet will be
blacklisted and the SD will be forfeited and the transportation contract will be terminated.
The percentage of TT blacklisted will be in proportion of own & attached offered and will
be rounded off to the higher numerical.
Above damages imposed are in addition to the recovery of the product quantity found
short or recovery due to contaminated product involving the cost of product, expenses
and losses incurred as determined by the company.
86 | P a g e
However, in case, complicity of the transporter is established even in first instance of
malpractice, the entire fleet will be blacklisted, contract terminated & carrier blacklisted
along with forfeiture of SD.
In the following irregularities, the complicity of the carrier shall be deemed to be existent
and the whole contract comprising of all the TTs belonging to the concerned carrier shall
be terminated, security deposit forfeited and the concerned carrier & their all TTs shall
be blacklisted on Industry basis:
The period of blacklisting for the carrier & TTs shall be minimum 2 years or as per the
respective corporation’s assessment depending upon seriousness of the offence, but not
exceeding 5 years. The TTs, on completion of Black listing period, can ply under the same
contract in case the validity of contract exists and the company so desires.
In case, the same TT is found to indulge in malpractice again (after completion of the first
blacklisting period), the second time blacklisting shall be of 5 years.
87 | P a g e
Annexure – I
Amendment Record
Annexure –II
SAMPLE TAG
Location Name of
Dealer/Direct
Customers
Reasons for
testing
88 | P a g e
Name & Signatures
89 | P a g e
Attachment-16
A Documents
Hydrotesting (at 0.316 Check for each Compartement (Validity 1 year)
1
kg/cm2) certificate
2 PESO Licence Check for availability/ validity (also check from PESO site)
PESO authenticated copy of Check for availability/ validity
3
Tank Truck drawing
4 TL Registration Check for availability/ validity
TL Fitness Certificate from Check for availability/ validity
5
RTO
6 Driving Licence Check for availability/ validity
Endorsement for Check for availability
7 transportation of hazardous
goods from RTO
8 PUC Check for availability/ validity
Check for availability/ validity. Carry out physical
verification of dip rod for correctness of dip marking ;
Check condition W & M seals on manholes ; Check tyre
size , no.of leaf springs, tank dimensions & chamber
9 TL Calibration Certificate capacity as per Calibration Certificate
NB : Random check during TT calibration, the
compartments and fittings are fabricated in line with OISD
std 167. Any deviation shall be recorded and rectified
immediately.
Whether crew members possess TREM card / detailing
10 TREM Card instructions on handling emergencies en route and
understand the contents?
90 | P a g e
B Cabin
1 First aid box Whether TT is carrying a fully equipped first aid box
2 VTS Installed & Functional ( Check with VTS Report)
Installed & Functional ( Check cabin panel ; click Sound on
3 ABS
wheels & availability of OEM Certifcate)
Installed & Functional (Crosscheck cable connections &
4 Speed Governor availability of OEM Certificate); Max. speed setting should
be 55 kmph
5 Safety belt Available and is of retractable type
Check availability alongwith 3 nos. of retroreflective
6
Tool box emergency parking signs
7 Wiring Only conduit wiring shall be available
8 Engine -Self Start Condition Check functionality
9 Headlights /indicators Check functionality
10 Rear View Mirror Check availability
Check functionality ( Check for bypass - drum studs shall
11 Hand Brake
not be outside)
12 Emergency Light Whether TT is carrying an FLP emergency light?
C General
PESO approved Spark Arrestor in Welded Condition. Check
other side for any bypass arranagment /Fitment of Cap.
1 Exhaust & Spark arrestor
Check for any leakages. Exhaust is wholly in front of the
TT?
Distance between cabin and
2
tank 6 inch or 150mm gap is available
3 Fire screen Covers the tank fully and is atleast 12in above the ground
On driver's side , secured with steel frame / jali & in
4 Diesel tank
locked condition
Rubber Hose without Joints ,Painted with Tank Lorry no.
and fitted with standard non-ferrous coupings at both
5 Decantation Hose
ends (2.5" on one side & 3" on other side) with electrical
continuity.
Check condition (cuts/ scars/ worn out/ condition of
6 Conditions of tyres
treads/ fit for safe travel)
7 Tank Whether TT is having any visible dent on the body?
8 Tank Width Check that width of tank body is less than cabin width.
9 Dome cover height Dome cover top height should be less than cabin top.
Check Condition. Whether any visible leak observed from
10 Condition of tank lorry
valves / flange joints?
11 Connection for bonding Check availability of two cleats on both sides of the body
with exposed metal for making connections
12 Manifold in discharge faucet Interconnected manifold is not there
Check for ladder at rear end and catwalk are intact and in
13 Ladder/catwalk
position
14 Side Crash Guard Check availability
91 | P a g e
15 Others No loose clothes should be hanging or loose beddings to
be kept in the cabin; No containers to be present.
D Sealing System
1 Hinges of dome cover Check for Welded or Riveted
Check whether completely coverred with dome cover &
2 Fittings on top of the tank
welded to Manhole cover
sleeve pipe passing through the dome
A cover is in proper place and is correctly
welded
Condition of dome cover in locking lever sits on the locking slot when
3 B
lorry closed
no indication of tampering with dome
C cover is preset such as scratch, paint
removed or repainting
operating shaft and locking pins are not
A
bend due to tampering
check welding joint in sleeve and vertical
B support. Operating shaft and locking pin
should not have any cut marks
is the operating shaft a single piece bar
Conditions of operating shaft C and all locking pin bars are welded with a
4 and locking pin of the locking 90 degree bend to the operating shaft
system locking pin fits properly into the locking
D
slot when in locked position
Is the shaft and pin movement possible in
E closed condition due to which the pin may
slip out of the locking slot
welding joint are checked in both locked
F
and unlocked positions
5 Discharge valve box Check hinge bolts present in discharge valve box is made
of a single rod and both its ends are secured with MS strips
discharge valve wheel to be welded nad
A
painted
Condition of discharge valve B check for modifications in locking slot
manifold box and condition C check welding of door hinges
6 of the flanges of the
is the metal sheet present between
discharge pipe of the D
chassis and valve loose?
compartment
Check if MS bars welded to prevent the
E loosening of the bolts of discharge pipe
flange of the compartments
E VM
HAZCHEM code, name of contractor with address and
1 Emergency information panel telephone no. displayed prominently. Flammable motor
spirit to be mentioned on three sides.
2 Color As per standard BPCL VM Manual.
White in front ,Yellow on the sides and Red on the back
3 Reflective Stickers
sides of tank body.
92 | P a g e
F Electricals
Availability . Check that all electrical wiring through
conduit pipe and there is no loose connection. All junction
1 Double-pole wiring
boxes are properly sealed. Check the return wire is not
connected to chasis/tank body.
Electrical wiring is insulated and provided with suitable
over current protection in the form of fuses / automatic
2 Electrical Wiring
circuit breaker etc have been provided. No electrical fitting
on tank body.
Enclosed in Steel Box /Frame & Terminal are covered with
Rubber Cap. Whether batteries are effectively protected
3 Battery & Terminals against contact with any spillage of flammable liquid and
be fitted with an insulator cover to protect against
inadvertent contact by objects which could cause a spark?
Check all Electrical items such as Fuse /Circuit breakers are
4 Electrical Equipments located in cabin /engine compartment
93 | P a g e
Check Health Check Up Certificate
B
(Shall not be more than 6 months old)
Check Insurance -accidental insurance of
C Rs. 5 lakhs and medical insurance of Rs.
50000/-
Whether driver undergone training on
D “safe driving practices” & “transportation
of hazardous goods”?
Comments on assimilation of above
E
training / knowledge
Check Uniform, Photo ID, Safety Helmet,
A
Safety Shoes
Check Health Check Up Certificate
B
(Shall not be more than 6 months old)
2 Tank lorry Navigator
Check Insurance -accidental insurance of
C Rs. 5 lakhs and medical insurance of Rs.
50000/-
D Has attended Safety / Navigators Training.
J Any other observation ?
94 | P a g e
Attachment-17
95 | P a g e
Attachment-18
3 Air operated 3" size One per Vapor flow out/in to the chamber while
sequential vapor chamber loading /unloading to be fitted on the
vent valve (AL top manhole of each chamber
Construction)
6 Female Gravity 4' size API Two No. To be Fitted on unloading hose for
Discharge drop RP1004 (one each off-loading the product in
Coupler with hose (Aluminum at hose end) underground tank
( API to Cam lock ) Construction )
7 Vapor Recovery 4" size cam & One per tank To be Fitted at the lower end of the
Adaptor Valve (AL groove /API RP truck coaming line to be connected to vapor
Construction) 1004 recovery system while loading the tank
lorry.
8 Vapor Recovery 4" size One For covering the Vapor Recovery
Adaptor cap Adaptor
96 | P a g e
9 Vapor coaming 3" size MS pipe Approx. 12 Air operated sequential Vapor
pipe line IS- 1239- I Class mtr Recovery Valves on manhole of each
Hvy ( with chamber are connected to 3" coaming
a 4" TFMA pipe with vapor hose. The line has
Flange at the Vapor 'Recovery Adaptor at the end
end with TTMA Flange.
10 Vapor. Dump Vent 3" size ' One Pneumatically operated Vapor dump
(AL Construction ) vent valve to be provided on the
common header of the vapor coaming
pipe, to facilitate loading / unloading
where vapor recovery system is not
available. Technical Specs Same as
in item No.3
11 Manhole assembly 18' size with 9" One per Manhole Assembly to be fitted on top
( AL Construction) Fill / Emergency chamber of the chamber having PV Valve, fill
Hatch pipe, emergency vent, dip pipe, fusible
plug, and overfill optical level sensor &
sequential vapor vent valve.
15 Truck Plug /Socket 10 PIN Type One Overfill sensor to be connected to the
Two wire / Five Truck Plug Optic socket to be
wire Optic socket integrated with the Rack Monitor
with cap ( Overfill & Grounding system )
16 Pneumatic Control CMRI approved One The pneumatic control panel having
panel button operated air interlock valves
one for each chamber and a main
pneumatic push button.
97 | P a g e
17 Air interlock valve Two One to regulate the air flow for
pneumatic control panel and second
near vapour recovery adaptor to dose-
the vapor dump vent.
18 Air Filer Regulator One The air supply is taken from the truck
air tank to the pneumatic circuit via a
isolation valve, air filter regulator with
oil bubbler and a pressure protection
valve.
19 Pressure Switch CMRI approved One The pressure switch is located near
the air filter regulator to ensure the
loading starts only if the pressure in
the pneumatic line is adequate.
20 Electroa pneumatic Two One near the driver cabin and second
Shutdown push one near the adaptor box to be
button Provided.
21 PVC Tubing One set All the pneumatically operated
items to be connected via PVC
tubing with standard tubing
connectors
Bottom loading pipelines of the Tank Lorry shall be 4" MS IS1239-I Class Hvy.
The 4" pneumatically operated emergency valve should have a shear groove that
meets the required specifications as per Truck Trailer Manufacturer Association
(TTMA), API RP 1004 & Petroleum Act of India. The seat area of the valve should
be located inside the tank shell. The valve design should prevent development of
dangerous static charges inside the tank during bottom loading. The emergency
valve should have integral splash deflector.
All the 4" dia bottom pipes to converge on the left side of the Tank truck below
98 | P a g e
the chamber at a inter distance in conformity to API RP 1004 from each other so
that 4" API couplers can be fitted on to them and two loading arms can be
simultaneously connected to two adjacent couplers without obstructing each
other. The pipelines from each chamber shall have 4" API standard loading
adaptor.
All the 4"API loading adaptors shall be provided with a cover panel. A cover panel
should have locking arrangement in line with the policy of the corporation. The
API Adaptor should have offset casting which allows no product retention during
unloading along with the free floating poppet.
The 3" Air operated sequential vapor valve should have a poppet hood that is
designed to open into the tank.
Each compartment of a tank lorry shall be equipped with over fill protection
system consisting of a 2 wire / 5 wire optic level sensors, connected to standard
socket to be hooked up with the terminal side matching socket/plug connected
via cable to batch controller.
A 3" vapor collection MS manifold to be installed at the top of the tank lorry along
the length of the tank to which vapor outlets of all the compartments shall be
connected through flexible hose. The vapor collection manifold to come down
along the rear end of the tank and to be fitted with a 4" API vapor recovery
adaptor.
The 4" vapor recovery adaptor to be installed at the bottom end of the tank lorry
This adaptor would operate when hose is connected for vapor collection/delivery.
It should have a poppet made of non-corrosive composite material.
A pneumatically operated vapour dump vent of 3" (three inch) size shall be
provided on the vapour recovery line to be operated through an air interlock valve
provided near the 4" vapor recovery adaptor. This is to facilitate unloading of
product at customer end where vapour recovery provision is not available.
The filtered air shall be supplied to API adaptor box for the pneumatically
operated valves as well as for the Breaking system as per the Pneumatic
System drawing (drawing no. 10NB08- MU-00-09-A3-9000) attached.
The 4" API Bottom loading adaptors to be installed inside the API adaptor Box.
Each adaptor must be covered with a dust cap linked with robust SS chain.
99 | P a g e
An air interlock valve for air supply to pneumatically operated equipments shall
be installed within the API adaptor Box. This valve facilitates the loading/
unloading of the product.
4" API standard female gravity coupler - 2 (two) No. shall be provided along with
4" unloading hose for offloading of the product.
Locking arrangement on the tank truck shall continue to remain as per laid down
guidelines of 10CL.
All other safety fittings on the tanker trucks shall be in line with existing safety norms.
100 | P a g e
101 | P a g e
102 | P a g e
Attachment-19
Declaration
1. I / we hereby certify that I / we have read the entire terms and conditions of the
tender documents from Page No 1 to 103 or the last page (including all
documents like annexure(s), schedule(s), Attachments, etc. .,), which form part of
the contract agreement and" we shall abide hereby by the terms conditions I
clauses contained therein.
2. I/We hereby certify that all the Tender conditions and other terms & conditions
mentioned in Transport Agreement (Attachment 5 ) mentioned in page no 39 to
Page no 49 in the Tender document have read and understood and assure to
abide by the Transport agreement
3. I/We hereby certify that all the Clauses and other terms & conditions mentioned
in Industry Transport Disciplined Guidelines (Attachment 15 ) mentioned in page
no 69 to Page no 89 in the Tender document have read and understood and
assure to abide by the clauses, terms and conditions mentioned in ITDG
Name :
Address:
103 | P a g e
Attachment-20
FORMAT
for
Undertaking with respect to Compliance of Restrictions for Countries which
share land border with India – as stipulated by Govt. of India.
Date:
TENDER NO. : ………………
To,
Bharat Petroleum Corporation Ltd
________,
________,
________
Dear Sir/Madam,
In line with the guidelines issued for compliance of Restrictions for Countries which share land border with India –
as issued by Govt. of India in July’2020,
I/We have read the clause regarding restrictions on procurements from a bidder of a country which shares a land
border with India and on sub-contracting to contractors from such countries.
a. I/We certify that this bidder is not from such a country or if from such a country has been registered
with the competent authority. I hereby certify that this bidder fulfills all requirements in this regard
and is eligible to be considered*.
b. I/We certify that this bidder is not from such a country or if from such a country has been registered
with the competent authority and will not sub-contract any work to a contractor from such countries
unless such contractor is registered with the competent authority. I hereby certify that this bidder
fulfills all requirements in this regard and is eligible to be considered*.(Applicable for works involving
possibility of sub-contracting)
I/We hereby certify that I/We fulfill all requirements in this regard and am/are eligible to be considered.
104 | P a g e
National Electronic Fund Transfer (NEFT) Mandate Form
(Mandate for receiving payments through NEFT from Bharat Petroleum Corporation Ltd)
1 Vendor Name
2 Vendor Code
C. Branch Code
D. Address
E. City Name
F. Telephone No
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
Date: ____________________
Place: Authorised Official of Bank
105 | P a g e
Attachment-21
106 | P a g e
VM FOR RETAIL TANKER AS PER BRAND MANUAL:
107 | P a g e