SCM/HDBF Date: 10.8.2010 Dear Sirs,

50
Page 1 of 50 SCM/HDBF Date: 10.8.2010 Dear Sirs, PROCUREMENT OF HEAVY DUTY BRAKE FLUID (HDBF) DOT – 3/DOT 4 Bharat Petroleum Corporation Limited is a Premier Oil manufacturing and marketing company, manufacturing lubricants in the brand name “MAK”. MAK Lubricants are manufactured in various pack size. BPCL also market brake fluid under Mak brand name, which are procured as per BPCL specification and manufactured at the premises of vendors/manufacturers approved by BPCL. Quotations are invited for supplying heavy-duty Brake Fluid (HDBF) DOT-3 in HDPE Barrel, 500 ml, 250 ml and 100 ml size HDPE packs (The HDPE containers are put inside corrugated paper carton box) to our plants at Mumbai, Chennai ,Kolkata and Loni ( Near Delhi). This tender is for a period of 2 years from the date of letter of intent. Please submit your best offer in Two parts, Technical and Commercial , in the envelope provided for. Please submit your Technical Bid & Price Bid separately in separate sealed envelopes marking them & put them in one envelope mentioning the name of the tender and due date. The envelope should be dropped in the tender box kept at the following address before, at 3 PM 7.9.2010 Bharat Petroleum Corporation Ltd., Supply Chain Management (Lubes), 2 nd floor, ERP CC Building, A/K- Installation, Sewree Fort Road, Sewree East, Mumbai – 400 015. The technical bids of the tender will be opened at SCM office at above mentioned address at 1530 hrs on 7.9.2010 in presence of all the bidders. You or your authorized representative may be present at the time of opening of technical bid. No separate intimation will be sent in this regard, unless there is a change in the date/time/place of opening of tender. Commercial bids will be opened at a later date after technical evaluation, for those parties only who are technically qualified. Separate intimation will be provided for this to qualified parties. The technical bid enclosed as Annexure A TO J. The un-priced portion of Price bid is also required to be included in technical bid. The price bid is as per Annexure K-1, K-2, K-3, K-4 & K-5. For any technical query the vendor may contact the undersigned. Kindly sign all the tender pages including all Annexure as token of acceptance and return along with your offer. Thanking you, Yours faithfully, For Bharat Petroleum Corporation Ltd., For Head SCM (Lubes)

Transcript of SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 1: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 1 of 50

SCM/HDBF Date: 10.8.2010 Dear Sirs,

PROCUREMENT OF HEAVY DUTY BRAKE FLUID (HDBF) DOT – 3/DOT 4 Bharat Petroleum Corporation Limited is a Premier Oil manufacturing and marketing

company, manufacturing lubricants in the brand name “MAK”. MAK Lubricants are

manufactured in various pack size. BPCL also market brake fluid under Mak brand name,

which are procured as per BPCL specification and manufactured at the premises of

vendors/manufacturers approved by BPCL.

Quotations are invited for supplying heavy-duty Brake Fluid (HDBF) DOT-3 in HDPE

Barrel, 500 ml, 250 ml and 100 ml size HDPE packs (The HDPE containers are put inside

corrugated paper carton box) to our plants at Mumbai, Chennai ,Kolkata and Loni ( Near

Delhi). This tender is for a period of 2 years from the date of letter of intent.

Please submit your best offer in Two parts, Technical and Commercial, in the

envelope provided for. Please submit your Technical Bid & Price Bid separately in separate sealed envelopes marking them & put them in one envelope mentioning the name of the tender and due date.

The envelope should be dropped in the tender box kept at the following address before,

at 3 PM 7.9.2010

Bharat Petroleum Corporation Ltd.,

Supply Chain Management (Lubes), 2nd floor, ERP CC Building,

A/K- Installation, Sewree Fort Road, Sewree East, Mumbai – 400 015.

The technical bids of the tender will be opened at SCM office at above mentioned

address at 1530 hrs on 7.9.2010 in presence of all the bidders. You or your authorized

representative may be present at the time of opening of technical bid. No separate

intimation will be sent in this regard, unless there is a change in the date/time/place of

opening of tender. Commercial bids will be opened at a later date after technical

evaluation, for those parties only who are technically qualified. Separate intimation will

be provided for this to qualified parties.

The technical bid enclosed as Annexure A TO J. The un-priced portion of Price bid is

also required to be included in technical bid. The price bid is as per Annexure K-1, K-2,

K-3, K-4 & K-5. For any technical query the vendor may contact the undersigned.

Kindly sign all the tender pages including all Annexure as token of acceptance and return

along with your offer.

Thanking you,

Yours faithfully,

For Bharat Petroleum Corporation Ltd.,

For Head SCM (Lubes)

Page 2: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 2 of 50

ANNEXURE-A: GENERAL TERMS AND CONDITIONS 1.VALIDITY OF RATE: Rates offered should remain valid for at least 120 days from the due date. 2.DELIVERY: First delivery to start maximum within 15 days from date of LOI . Subsequent delivery to be done against monthly call up from plants within 7 days We will give you three month’s rolling requirement in advance for estimation purpose The filled packs of brake fluid are to be directly delivered to our plants at the addresses given below.

Plant Manager ,Lubes Wadilube Installation, Bharat Petroleum Corpn. Ltd., Mallet Road, Wadibunder Mumbai- 400 009

Plant Manager ,Lubes Tondiarpet Installation, Bharat Petroleum Corpn. Ltd 35, Vidyanatha Mudali street, P.B. No. 1152, Tondiarpet. Chennai- 600 081.

Plant Manager ,Lubes Budge-Budge Installation, Bharat Petroleum Corpn. Ltd Dist, 24, Pargans, Budge-Budge-700137 West Bengal.

Plant Managr Lubes, Mak Lube Plant, Bharat Petroleum Corp. Ltd., Hastinapur Yojana, Village-Teelasha, Vajpur, P.O. Loni-Ghaziabad.U.P. 201102

DELIVERY SCHEDULE: The supplier is expected to supply required quantity against call ups. The estimated upliftment may vary from month to month. However, the exact requirement will be intimated to supplier from time to time (presently monthly call off and weekly schedules for next week are advised). Suppliers shall be advised about the requirements/ delivery schedules or changes in advance. Supplier shall be required to adhere strictly to the delivery schedule. It is emphasized here that strict adherence to the delivery schedule is of utmost importance to us. Suppliers shall intimate despatch schedule, one day in advance, to the plant. 3.QUANTITY: Estimated requirement during entire contractual period is as given below: ( in litre) DOT 3 brake fluids

Pack Mumbai Chennai Kolkata Loni Grand Total

Barrel 140000 120000 50000 90000 400000

500 ml 100000 90000 75000 85000 350000

250 ml 180000 120000 100000 100000 500000

100 ml 18000 15000 8000 9000 50000

Total 438000 345000 233000 284000 1300000

DOT 4 brake fluids

Pack Mumbai Chennai Kolkata Loni Grand Total

Barrel 32308 27692 11538 20769 92308

500 ml 23077 20769 17308 19615 80769

250 ml 41538 27692 23077 23077 115385

100 ml 4154 3462 1846 2077 11538

Total 101077 79615 53769 65538 300000

Please note that this is only a likely indication of our requirement. The procurement may vary as per our actual demand and is likely to change between locations and pack combination mentioned.

Page 3: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 3 of 50

4.GUARANTEE / SECURITY DEPOSIT: Vendors are required to submit Earnest money deposit along with the tender to the extent of 5% of the value of the total order, subject to maximum of Rs.1,00,000/-. EMD will be returned back after finalization of the order .On placement of order, successful supplier shall be required to give us a security deposit to the extent of 5% of the value of the total order, subject to maximum of Rs.1,00,000/-. The security deposit can be given in the form of Bank Guarantee (as per BPCL format) or by Demand Draft / Pay Order drawn on scheduled bank favouring Bharat Petroleum Corporation Ltd, payable at Mumbai. However, payment in cash / cheque is not acceptable. The Bank Guarantee towards security deposit should remain valid till 18 months from the date of LOI / Contract. Please note that no interest shall be payable on such security Deposit. The same shall be refunded on the completion of the contract to our satisfaction. EXEMPTION FROM EARNEST MONEY DEPOSIT: i) Public Sector Undertakings, State/Central Govt. are exempted from payment of Earnest Money

Deposit. ii) Small Scale Units registered with National Small Industries Corporation Limited (NSIC), are

exempted from payment of Earnest Money provided:-

• The Unit is registered for the item tendered.

• The NSIC registration certificate should cover items offered against the tender.

• Registration Certificate is valid as on the date of consideration of tender.

• Quotation is accompanied by a notarized copy of valid NSIC registration certificate. iii) Registration with DGS&D will not entitle the tenderer to claim exemption for Earnest Money

Deposit. EARNEST MONEY DEPOSIT WILL BE FORFEITED IN THE EVENT OF – i) Withdrawal of offer while the offer is under consideration during the offer validity period. ii) Tenderer not accepting our Purchase Order, if placed without prejudice to our rights to recover

damages on account of breach of contract. iii) Non-confirmation of acceptance of order within the stipulated time after placement without

prejudice to our rights to recover damages on account of breach of contract. iv) Any unilateral revision made by the tenderer during the validity period of the offer.The quantitative

capacity per annum of the party as per NSIC certificate should be more than the quantity specified in the tender. Otherwise the party will not be considered for benefit under NSIC certificates.

5. Forming Cartel and quoting rates in groups would disqualify the supplier. 6. Quotes has to be made in figures as well as in amount. Rates should be based on freight paid door

delivery basis. 7. No offer shall be accepted if the same is submitted without your signature and rubber stamp. 8. No counter terms and conditions shall be acceptable to us. In case you disagree to any of our

terms and conditions, kindly specify with your justifications, failing which the same shall be deemed as accepted by you. We reserve the right to accept any offer in whole or part or reject any or all offers without assigning any reason

9. The product is to be supplied, in our 500ml , 250 ml and 100 ml HDPE containers. You will have to

procure the containers/ cartons/barrels as per our specification. Containers which are in approved shape (500 ml and 250 ml) of BPCL and self adhesive labels as per artwork approved by BPCL is required to be procured from BPCL vendors as per list enclosed. Corrugated kraft paper Cartons, HDPE barrels, 100 ml containers ,and BOPP tapes can be procured from any vendor as per your choice as per BPCL specifications.

10. You shall check that all containers received by you, from our suppliers, are brand new with

adequate internal cleanliness to permit filling of containers. Containers should be free from water, dirt, chemicals etc. You shall exercise strict checks on quality and quantity of packaging items received by you. In case, any difference /damage is observed in the quality /quantity of packages and cartons at the time of receipt of filled containers at our Installation or by us any time during

Page 4: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 4 of 50

the currency of the contract, the same has to be replaced by you at your cost including cost of transporting such defective packages .

11. The SKU ( stock keeping unit ) as per present package size for containers is as below:

a) 500 ml – 24 containers in one carton b) 1 litre- 12 containers in one carton c) 100 ml -- 48 containers in one carton

12. Correct quantity shall be filled as per capacity printed on each pack /container. Please note that

any short filling shall be viewed seriously, leading to termination of contract. 13. You will arrange to print the MRP, batch no., date of filling, etc. as per our requirements by ink-jet

printer at your cost. Changes in MRP would be advised when applicable. 14. Price Variation: Escalation/De escalation in Brake fluid cost The rates quoted shall be firm for 30 days from date of LOI . Subsequently, the following items shall be considered for rate revision as per frequency mentioned below a) Escalation / de-escalation, if any, on quoted rate for supply of HDBF DOT-3/DOT 4 in bulk will be

allowed on the basis of following, only after one month from the date of commencement of contract.

b) For the purpose of price variation, your quoted rates of HDBF should be based on the latest basic

price of Ethylene Oxide. Kindly attach proof for the price of Ethylene Oxide. c) For every increase/decrease of Rs. 1.00 Kg in basic price of Ethylene Oxide of RIL, the basic rate

of HDBF will be increased/ decreased by Rs. 0.68 per ltr. d) The revised rate of HDBF will become applicable from the eighth day including the day on which

basic price of Ethylene Oxide marketed by Reliance Industries/ India Glycols Ltd. gets revised. e) The revision if any shall only be on the bulk brake fluid as mentioned above. All other rates

including filling/ packing and delivery shall be firm for the entire contract period.

Escalation/De escalation in Packaging material cost

No escalation/de escalation will be given on cost of 210 litre barrels, self adhesive labels, BOPP tapes. However escalation may be considered for containers ( HDPE) and corrugated paper box( cartons). Price revision for containers will be reviewed once in a quarter. Price revision of cartons will be reviewed once in six months. Suppliers are requested to offer their price based on raw material cost ( HDPE) RIL rate prevailing on 01.08.2010 ex works Hazira. The average of published basic rate of PPCP ex- Hazira plant as applicable on 1st of the 3 previous months shall be considered for working out container rate for the next quarter. The rate change shall be in proportion to the weight of the container. Kindly note that the variation will be only to the extent of change in basic rate. The formula to be applied will be as below Revised raw material rate = Quoted raw material rate + (New average RIL raw material rate – RIL rate as on date of offer)”. For the purpose of RIL rate, we shall consider the published rate ex- Hazira plant only. Vendors should therefore quote their rates accordingly and enclose a copy of the RM published rate as on 1

st August 2010 along with working of landed rates offered .

During the tenure of the contract, the Corporation might revise the design/ specification of the items tendered for. In case of change in weight, revision in the cost of containers/caps will be carried out in proportion to the extent of change in weight. The conversion cost per kg for each item tendered for,

Page 5: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 5 of 50

will remain firm throughout the contract period. BPCL may change masterbatch, in case of color change is required during the tenure of contract. Present masterbatch is Delphi yellow( Plastiblend) .

On account of paper cost: Vendors should submit their carton cost based on approved price list from any major paper mill – to be enclosed along-with invoice copies. Changes in carton cost shall be allowed once in six months in case the increase or decrease is more than 10% from the previous net rate. Vendors shall submit copies of price list from the same paper mill as submitted for tender and copies of invoices for verifying the changes. BPCL reserves the right to compare quoted rates with rates published by standard mills and seek changes suitably in cases of major variation. 15. You shall operate in such a manner so as to give clear indication to any third party that packages,

& other allied items like cartons, BOPP tapes, caps etc. do belong to us. You shall not sell, transfer, alienate, mortgage, change, hypothecate, pledge or otherwise create any encumbrances on all or any of our said goods .A register is required to be maintained by you , which can provide a clear picture of usage analysis of containers/labels used by you at any point of time.

16. You shall maintain sufficient stock cover of all required materials so that call ups are executed

within the scheduled period. Normally call ups shall be placed by the beginning of the month and shall be completed by middle of the month. We would however, suggest that a month’s stocks of all packs based on the demand projected for the offer may be maintained at all time.

17. All supplies shall be accompanied by a test report for the batch confirming that the product and

packages are as per specification required. In case of any failure of product or packages, the entire packed materials should be replaced by you free of cost within 15 days from the date of advice. Any payment made to you for such off-spec product shall be returned to us immediately. Also expenses if, any incurred by us in respect of these off-spec material shall be borne by you. In case of field complaints on product quality, you will make joint visits along with BPCL teams to investigate the complaints and to take necessary corrective actions.

18. You shall make arrangements to have the above filling done with appropriate filling machines

taking due precautions to ensure cleanliness and to avoid contamination. You shall observe all quality control measures and health, safety and environment guidelines as may be laid down by BPCL / statutory bodies from time to time.

19. The quantity filled should be as per the capacity indicated on the container. You should only use

machines suitably approved and duly stamped by Weights & Measures dept for filling and weighing.

20. Barrel shall be screen-printed with grade names as required in single colour. Both bottom and top

flaps of the carton / box shall be sealed with BOPP tape after filling with containers. The colour/ design of the tape shall be provided by BPCL.

21. We will have the right to take sample of the product at any time from your premises and also from

the delivered filled containers at our installation and check the same. Also, BPCL will have the right to check physical inventory of product and packages at any time. We shall account for the quantity-as-delivered only as per the quantity received by us at our plants and conforming to our specifications.

22. Statutory Levies: Statutory levies such as Excise Duty, VAT , Central Sales Tax, Octroi etc., will

be paid as applicable at the time of supplies ex- your plant against proof of payment where applicable. In case of change / introduction of new levies, it shall be your responsibility to advise the same to us within a reasonable period of time and shall apply from the date as notified/ circular issued by appropriate

23. Payment: Payment, after any deduction if applicable, shall be made 30 days after the date of

receipt of material. You shall arrange to submit your invoices to our respective Plants. 24. During the contractual period, you may have to reprint with revised MRP etc. on containers

available in your premises at your cost, if there is any revision in our MRP etc. no additional

Page 6: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 6 of 50

charge shall become payable for the same. Such revision in MRP etc. shall be done by you only on specific written advice from Plant Manager of our Installation/ Manager, SCM-Lubes.

25. You shall not infringe, copy, initiate or otherwise deal with brand name, trade, merchandise marks

or devices of designs /copy right belonging to us. 26. You shall maintain business secrecy and our marketing discipline in full. 27. You shall observe formalities relating to excise / sales tax VAT registration/ provident fund

registration etc. You would observe all the necessary statutory regulations for health, safety & environment at your manufacturing / filling plant.

28. Tenders not conforming to the terms and conditions prescribed in the tender documents will be

rejected. Any new terms and conditions included by the tenderer shall not be considered and will not be binding on the Corporation. .

Kindly return, duly signed duplicate copy of this tender enquiry along with your quotation as token of your acceptance of all terms and conditions.

__________________________________________________________________________________________ We have read and understood the above tender enquiry and hereby agree to accept all the tender terms and conditions. SIGNATURE OF THE TENDERER: PLACE: STAMP OF THE TENDERER DATE :

Page 7: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 7 of 50

ANNEXURE- B SYSTEM REQUIREMENT

1. The scope of the job includes procuring of input materials including packaging materials,

manufacturing of brake fluids , filling in containers, induction sealing, capping, stickering of self adhesive labels, inkjet printing on labels for MRP, Batch no., any other statutory requirement, putting containers in corrugated fibre board cartons, BOPP taping, dispatches to respective plant as per monthly call up.

All inputs required for the manufacturing shall be on vendor account. These would include costs of raw material, processing & packing of brake fluids, cost of packages and transportation, transportation of finished grades to our various plants. (Wadilube in Mumbai / Budge Budge in Kolkata or Tondiarpet in Chennai and Loni near Delhi in UP).

We may decide to change / amend the design /artwork during the course of the contract period and no additional charges are payable on this account.

2. The vendor should have adequate spare capacity and all types of filling facility and testing facility

to manufacture brake fluid as per our specified requirement .The indicated requirement may vary month on month basis and vendor should have enough spare capacity to supply at least 150 % of prorated monthly requirement in individual pack.

3. Filling and weighing machines suitably approved and duly stamped by the Weights & Measures

Dept. only shall be used. Filling accuracy shall be as per provisions contained in the Standards of Weights & Measures Act, 1976, Standards of Weights and Measures (enforcement) Act 1985 and Standards of Weights Measures (Packaged Commodities) Rules 1977 and the amendments related to.

4. Vendor is required to submit a valid ARAI certificate , which is not more than 3 years old, and valid

at the time of tender opening certifying that the products meet the stipulated specification provided by us as per present formulation used by the vendor.

5. Copies of all relevant licenses and certificates (Manufacturing licences, VAT, CST and Excise

registration certificates ) , PAN no/certificate are required to be provided 6. Vendor should have minimum 3 year’s experience for supply of brake fluid to any reputed

company. 7. The spare capacity , as per point 2 , the papers required as per point 3 and 4 and the experience

as per point 6 should be verified and certified by a third party agency as approved by BPCL from the following list (given in end of Annexure C) and attached along with the tender papers. Vendor should get certified all papers as required and submit original certification copy duly signed and stamped by them in their letterhead. A certificate from the agency providing detail of machineries/facilities and spare capacity is required to be attached along with the offer. The cost of certification to be incurred in this respect has to be borne by the vendor.

8. The price bid will be opened only for those vendors who are technically approved by BPCL.

Technical evaluation will be based on data submitted. If required cross verification will be done by BPCL.

9. Vendors should submit Balance Sheet/Profit and Loss account along with schedules for last three

financial years along with their offer . 10. The vendor should fill up the following table. Any missing data will be considered as not available

with vendor and hence accordingly will be liable point for rejection in technical bid. BPCL will not follow up again for any missing data.

Page 8: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 8 of 50

Checklist for verifying the Technical Details

Name of the Vendor/contact person and contact no.

Date of Establishment

Office Address/Works address

Brief description of facilities like kettles, storage capacity, filling machine, process used , laboratory testing facility etc.

Excise Registration No.

PAN No.

VAT /Sales Tax Registration No.

If supplied to BPCL in the past, and details of PO if yes.

Present client list with contact reference.( BPCL may cross verify the credibility from the reputed clients.

CCOE approval no/reference/certificate attached or not

All relevant documents including ARAI certificate attached or not.

All financial papers( balance sheet/ Profit & Loss account) for last three years attached or not.

Third party certificate as per point 7 , enclosed or not

RIL price circular as on 1st august and kraft paper

price as per Annexure K5 enclosed or not.

11. Basis of technical evaluation will be certified spare capacity, facilities available, submission of all

relevant documents including ARAI certificate, and other papers as given above, certification from reputed clients ( if required), cross verification by BPCL ( if required). BPCL reserves the right to cross verify/draw sample and test the sample through ARAI if felt necessary to satisfy themselves.

Page 9: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 9 of 50

ANNEXURE- C

Specification sheet I. BRAKE FLUID MAK Brake Fluid DoT 3 (BPCL) Specification Note : Refer the annexure as per IS 8654: 2001

Specification

Method of test, Ref.no. Sl

No

Characteristics Requirements

Annex IS1448

i) Equilibrium reflux boiling point (ERBP),ºC,

Min

220 A -

ii) Wet equilibrium reflux boiling point ,ºC,

Min

140 B -

iii) Kinetic Viscosity cSt (P:25)

a) at -40ºC, Max 1000

b) at 100ºC, Min 1.5

iv) pH value 7.0 to 11.5 C -

v) Brake fluid stability D

a) High temperature Stability, change in

ERBP, ºC, Max

3.0+0.05 each

degree above 225ºC

-

b) Chemical stability, change in ERBP of

mixture ,ºC, max.

3.0+0.05 each

degree above 225ºC

-

vi) Corrosion test at100+2ºC for 120+2h E -

a)Mass change, mg/cm2,

max -

Tinned Iron 0.2

Steel 0.2

Aluminium 0.1

Cast Iron 0.2

Brass 0.4

Copper 0.4

b) Condition of test metal strips No visible pitting or etching -

c) Appearance of test fluid in the jar at

23+5ºC

No jelling -

d) Crystalline deposit on the walls of test jar

test metal strips

None -

e) Sediments, %by volume, Max 0.10 -

f) pH of test fluid 7.0 to 11.5 -

g) Effect on rubber cup (SBR): -

1) Appearance No disintegration as evidenced

by blisters or sloughing

-

2) Hardness decrease (IRHD),

Max

15 -

3) Base diameter increase in

mm, Max

1.4 -

vii) Fluidity & appearance at low temperatures : F -

a) at -40+2ºC for 144+4 h -

1) Sludging, sedimentation

Crystallization, or

stratification

None -

2) Bubble flow time (seconds),

Max

10 -

b) at -50+2ºC for 6+0.2 h -

1) Sludging, sedimentation

crystallization or

stratification

None -

2) Bubble flow time(seconds),

Max

35 -

Page 10: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 10 of 50

viii) Evaporation test at 100+2ºC G -

a) Loss in mass, %, Max 80 -

b) Abrasiveness or grittiness None -

c) Pour point of residue ,ºC, Max 5 -

Ix ) Water tolerance test : H -

a) at - 40+2ºC for 20 + 2h -

1) Clarity Clear -

2) Sludging, sedimentation,

Crystallization or stratification

None -

3) Bubble flow time

( seconds ), max.

10

b) at 60 + 2ºC for 24+ 2h -

1) Stratification None -

2) Sediments, % by volume,

Max

0.15 -

x ) Compatibility test : J -

a) at - 40+2ºC for 24 + 2h -

1) Clarity Clear -

2) Sludging, sedimentation,

Crystallization or stratification

None -

b) at 60 + 2ºC for 24+ 2h -

1) Stratification None -

2) Sediments, % by volume,

Max

0.05 -

xi) Resistance to oxidation : K

a)Change in mass (mg/cm2),

Max

-

1) Aluminium 0.05 -

2) Cast Iron 0.30 -

b) Condition of metal strips No visible pitting or etching

and no gummy deposits

-

xii) Effects on rubber cups (SBR) : L -

a) at 70+2ºC for 70+2h -

1) Base diameter increase, mm 0.17 to 0.8 -

2) Hardness decrease, IRIID,

Max

6 -

3) Increase in Lip diameter 0.19 – 0.9 -

4) % change in volume, Max. 5

b) at 120+2ºC for 70+2h

1) Base diameter increase, mm 0.17 to 1.3 -

2) Hardness decrease, IRIID,

Max

8 -

3) Increase in Lip diameter 0.18 – 1.4 -

4) % change in volume 5-10

xiii) Simulated performance test (stroking

properties)

a) 70 BAR test at 120°C the rate of

1000±100 cycles per hour for 70 hours. As

per TS 75056

b) (*) 140 BAR test at 120°C at the rate of

1000±100 cycles per hour for 70 hours. As

per TS 75056

No scoring on piston, no

casting failure, no material flow

and no leakage

M

Test method

as per IS

8654 except

that the

pressure to be

also maintained at

140 BAR for

this

additional test

-

� Our specification OF MAK Brake Fluid XT DOT 4 is as per FMVSS 116, DoT4.

Page 11: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 11 of 50

II. CORRUGATED KRAFT PAPER CARTON SPECIFICATION

SR. NO. CHARACTERSTICS DESCRIPTIONS

1

Material: The colour of 180 gsm outer

liner should not vary beyond the

light / dark samples to be approved.

5 Ply Corrugated Board

Outer liner:180 gsm 28BF kraft

Inner liners/ flutes(4):140 gsm 20 BF

2

Adhesive for Ply

Sodium Silicate not to be

Used. Starch gum with dextrin

(Borex and caustic soda) base

Only should be used.

3 Staples Should be electroplated galvanized

MS wire. Staples should not get rusty

4 Type of flute inside/outside B:150 – 185 per meter

B Type should conform to IS 2771 -1965

5 Flute Height (exclusive of liner) 2.1 mm to 2.9 mm – B Type

6 Direction of flute Perpendicular to the base (Vertical along

The stack)

7 Internal Dimension and weight As per pack size and specs

8 Bursting strength of each box (std) 12.5 +/-1.0 kg/cm2. To be tested as per

IS-1060 (Part I) 1977

9 Compression strength- standard 260 - 300 Kgf + -5%

10 Cobb Value outer surface (30 minutes)140gm/m2 +/- 5%

11 Moisture content Wt% 5 +/-2

12 Printing As per approved design and colours.

13 Scoring To be deeply put such that it does not crack

the board, when the flaps are turned through

180 deg.

14 Joints of Boxes Side of box forming joint shall not lap less

than 30 mm and be fastened with staples not

more than 50 mm apart in each row. The first

and the last staples shall be double and are

not to be farther than 25 mm from the begin-

ning and the end of the joint respectively.

Staples not to project inside the box. Staples

shall be centrally located along this overlap.

15 Flaps Boxes shall have 4 flaps each at the top and

bottom. Both inner and outer flaps

when drawn together as closely as possible

shall ensure tight pack.

Recommended sizes of cartons

Sr No Pack Size Dimensions Approximate Wt

1 24 x 500ml 420 x 340 x 185mm 784gms

2 48 x 250 ml (Incl one separator plate) 480 x 195 x290mm 693gms

3 48x 100 ml

To suit shape /size of cont( Tentative 405x300x118 mm) 542 gms

Page 12: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 12 of 50

III. Technical specifications of Containers:

Specification of HDPE containers/caps for which moulds will be provided by BPCL:

Pack Sizes Container (weight in g)

500 ml brake fluid container 45.00 +/- 1.0 g

250 ml brake fluid container 35.00 +/- 1.0 g

Specification of Caps

PACK SIZE Diameter in mm

Weight in gm

Height in mm Cap Ring

Wad type

500 ml /250 ml ( brake fluid ) 5.0 23.0 40.0 40.2 EP wad

a) Samples shall be approved for full specification before commencement of supplies. b) Induction wads shall be applied to caps. Wad thickness shall be 1.0 mm. The foil shall be printed with approved Logo. Wad should be firmly affixed to the inside of the cap. Only wads from approved sources shall be used. Currently, Mandagini Agencies, Mumbai and Printers Den, Hyderabad are approved suppliers. c) Corporation retains the right to change the design / specification of the containers/ caps at any time during the tender. d) Colour of containers will be Delphi yellow as per approved Masterbatch of M/s Plastiblend/ Aloke Industries/Clariant. Colours can be changed by BPCL at any point of time. e) All items shall be made out of prime grade virgin HDPE granules recommended for blow molding jobs manufactured by RIL under grade name B56003 prime grade

Specification of HDPE containers/caps / barrels for which moulds will not be provided by BPCL: 100 ml containers : Containers shall be made out of prime grade virgin HDPE granules recommended for blow molding jobs manufactured by RIL under grade name B56003 prime grade. Tentative weight : 15 g Shape : circular, concentric mouth opening Overfill volume: 125 ml Cap : Circular/threaded Cap weight : tentative 4 gm Wad : required EP wad Please note that the container / shape /quality has to be fit to fill brake fluid and has to be approved by us .Colour of master batch : Delphi yellow. However colour may be changed by BPCL as required.

210 Ltr. HDPE Barrel( Moulds will not be provided by BPCL)

Parameters

Standard requirement

Raw Material

HM-HDPE, IPCL Grade 52GB001

Brimful Capacity

216 Ltr.

Tare Weight

7.8 Kg +/- 0.2 Kg

Standard

Conforming to IS:6312

Page 13: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 13 of 50

Color

Cool Blue/any other colour as approved by BPCL

Opening

50mm 2 Nos Top opening with PPCP bungs

Recommended Stacking Height 1 +2 High

Drop Test

From height of 1.5 meter

Hydraulic Pr. test

To withstand up to 110 kPa

Air Leak Test Air Leak test at 35 kPa

IV. Technical Specifications for Self Adhesive Labels:

To be supplied as a set of front and back label for 500 ml and 250 ml(Winding direction may vary from plant to plant). For 100 ml it is a single piece label. Facestock : 80-85 gsm Fasson/Sinarmas or equivalent chromo paper Adhesive : 24 gsm pure acrylic base Liner : 60 gsm + /- 5 % Core ID : 76 mm Printing : Maxm upto 6 colours including Logo colour Top coating : Scuff –resistant high gloss UV varnish Label Gap : 3 mm + /-0.5 mm Size : As per sample sketch enclosed as annexure 1. The label shall perform as desired on the automatic labeling machine. The labels shall remain on the packs unaffected by weather conditions. The label colour shall not fade in normal storage /exposure in retail outlets for reasonable period of time.

V. Specification of BOPP Tapes

Product BOPP Self Adhesive Tapes

Film Thickness 30 Microns

Total Thickness 50 Microns

Width in mm 48 (+ / - 1.5 mm)

Length of each roll 650 meter

Colour As per approved colours by BPCL

Minimum Peel Strength 800 gm / 2.5 cm

Minimum Tensile Strength 9 kg / 2.5 cm

Elongation Not less than 100%

Anchorage The adhesive mass should not come off from the BOPP film when tested.

Printing Full width printing of our logo and name in Hindi & English i.e. ‘Bharat Petroleum’ in every meter length of BOPP tape in not more than two colour (Golden Yellow and Azure Blue).

Page 14: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 14 of 50

Vendors recommended for various packaging materials HDPE containers

Vendor Name Address Office Contract Persons

Telephone No. Mobile No.

Flexi Pack India Pvt. Ltd.

113/1/b, Hazra Road, K.K.Bhalotia 033-24758430/23451356

9322408109

Kolkata, 700 026. 33-24740098

Blow Plast Industries

102,Munnarswamy Koli street,

C.M. baid 044-26255051/26246090

Chennai-600013

Paramount Industries

807, Raheja Centre, Kailash Murarka

022-22881818 9322259160/9821215151

214, Free Press Journal Marg,

Arun Tadase 9374525675

Nariman Point, Rahul Chavan 022-22881818

Mumbai - 400 021.

Regent Plast 807, Raheja Centre, Kailash Murarka

022-22881818 9322259160/9821215151

214, Free Press Journal Marg,

0260-2562463,2562962,3255430

Nariman Point, Rahul Chavan 022-22881818

Mumbai - 400 021.

Rajiv Plastics Industries

Residency, Bunglow No.1

Rajiv Seth 022 26302215/26348432/26351819

9324147305

Lokhandwala Complex,

Andheri West, Outer Road,

Mumbai - 400 053.

Wellmac Plastics

204, Amar Business Centre,

Hitesh Shah 022-26763624/26763701

9322531498

Ram Mandir Road, Goregaon,

Nikhil Shah 022-28727894/28723799

9821018993

Page 15: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 15 of 50

Goregaon ( W ), Mum - 104.

Raju Shah 9375969751

Vardhman Plastochem Pvt. Ltd.

Kasturi, Sanghavi Estate,

Vipul Sanghavi 9821546551/9324801414

022-67975551/52

Govandi East, Vishal Sanghavi

9821546552 0260-2244556/57

Mumbai - 400 088.

Pack & Pack Dharamshala Bazar, Gorakhpur,

Bimal Sultania 0551-2260076 / 2260077

9910444348

Gorakhpur - 273 001. 0551 - 255776

Plot no.2 D,Udyog Vihar,Greater

Noida,Gautam Budh Nagar, UP

Triveni Polymers Pvt. Ltd.

698, Sadar Bazar, Subodh Gupta 0130-2219070/72/73 981005277

Delhi - 110 006. Saly Xavier 0130-2219070/72/73 9999991558

Essee Cans 390/2, Self - Help Industrial

C. Ramadurai. 22470912

Estate, Kovilambakkam,

Mr.Krishnan 9840319260

Chennai - 600 117.

Blow Can Plot # 15, Phase II , Block - 7,

Dinesh Baid 044-2554 8963 / 2554 0057

9940622322

TNHB Industrial Estate, 0413-2611314

Kodungaiyur, Chennai - 600 118

Bon Aluplast Pvt.Ltd.

Village -Raigachi,P.P.Rajarhat,

Mr.B.K.Saha 033-25738390/9957 9836180401

Dist-Parganas(North),

Kolkata -700135

HDPE barrels

Vendor Name

Address Office

Contract Persons

Telephone No. Mobile No. E-mail

Time Technoplast Ltd.

102, Todi Complex,

Mahendra Khadayate

022-28570302/28039700

9869366896 [email protected]

Page 16: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 16 of 50

35, Saki Vihar Road,

Mr.Surendra Gondali

0260-2240156/256

Mumbai 400 072

Mr.Vergese

Blow Can Plot # 15, Phase II , Block - 7,

Dinesh Baid 044-2554 8963 / 2554 0057

9940622322 [email protected]

TNHB Industrial Estate,

0413-2611314 www.blowcanind.com

Kodungaiyur, Chennai - 600 118

[email protected]

Balmer Lawrie-Van Leer Limited

L.U. Gadkari Marg, Mahul,

Mr.Yogesh Shukla

022-2763 0035 to 37

9821024615 [email protected]

Mumbai - 400 074.

Shailesh Joshi

9820624417 shailesh [[email protected]]

BOPP Tapes

Vendor Name Address Office Contract Persons

Telephone No. Mobile No.

Mexim Adhesive Tapes P.Ltd.

309/3, Gokul Arcade, Vijay Deora 022-66910120/28244242

93246 44242

Vile Parle ( E ), 022-32913515

Mumbai 0260-3292921/2243004

Amit Enterprises

B/32 Bhanukant Complex,

022-8761166

Aarey Road, Goregaon ( E ),

Mumbai - 400 063.

New Pack Pvt. Ltd.

19,Chanan Singh Park, Delhi Cantt

Sanjay Raizada

011-25691924

Pin-110010 0120-2527726,2527914

0120-2533249

Page 17: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 17 of 50

Self adhesive labels Vendor Name

Address Office Contract Persons Telephone No. Mobile No.

SGRE Labels Pvt. Ltd.

# 196/1, Magadi Main Road,

D.S. Subba Reddy

91-80 - 23284645

Gottarahatti, Bangalore - 560 091

Sujeev G. 9945564556

Syndicate Labels

6 E, Rani Jhansi Road,

Ajay Agarwal 022-23631033 / 23526019

9810098582

Jhandewalan Extn, Mr.Saroj Jha 9717416655

New Delhi - 110 055.

022-32428519/22/23

0250-2230091/93/94

Procam Flexoprints

A-328,Virwani Industrial Estate,Western

Vilas Shende 022-40402323/28762222

9820391628

Express Highway,Goregaon (E) ,

9869457747

Mumbai -400063

Coats and Pack

J-237,Ansa Industrial Estate,Saki Vihar

Ashish Chitle 022-28526553 9821229061

Road,Andheri (E),Mumbai -400072

Harshu Chitale 9821010215

Sunil Haldankar 98210 30123

Page 18: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 18 of 50

LIST OF THIRD PARTY CERTIFYING AGENCIES

SGS India Pvt.Ltd VIKHROLI(W), MUMBAI

Germanischer Lloyds Industrial Services Pvt.

Ltd.

NO. 9, BALAJI AVENUE2ND STREET,

CHENNAI

Indian Register of Shipping 72 MAKER TOWERS, 7TH FLOOR , CUFFE PARADE MUMBAI

Det Norske Veritas 201-D / A WING, 2nd FLOOR, POONAM CHAMBERS, Dr. ANNIE BESANT ROAD, WORLI

Lloyds Register Industrial Services Ltd.

6A 6TH FLOOR RANGSHARDA,

BUILDINGS BANDRA RECLAMATION, BANDRA

Tata Projects Ltd. SURYODAYA : 1-10-60/3,BEGUMPET,

HYDERABAD

Engineers India Ltd. EIL BHAVAN.1. BHIKAJI CAMA ROAD., NEW DELHI

Projects & Development India Ltd. PDIL BHAVAN, A-14 SECTOR-1, NOIDA

UL India Pvt. Ltd.(For Fire & Safety Items Only) 1st floor, Titanium, 135, Airport Road, BANGALORE

MECON Engineers (ER-U/G Tanks Only) 15TH FLOOR NORTH TOWERSCOPE MINAR, LAXMI NAGAR, DELHI

RITES Ltd. 56, C.R. AVENUE, KOLKATA, 700012

Intertek Testing Services India Pvt.Ltd. ASHA HOUSE, SUREN ROAD, ANDHERI (EAST), MUMBAI

Page 19: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 19 of 50

ANNEXURE D ARBITRATION CLAUSE: 1. Any dispute or difference of any nature whatsoever may claim, cross claim, counter claim or set

off of the company against the contractor or regarding any right, liability, act omission or account of any of the parties hereto arising out of or in relation to this agreement shall be referred to the Sole Arbitration of the Director (Marketing) of the Company or of some Officer of the Company who may be nominated by the Director (Marketing). The Contractor will not be entitled to raise any objection to any such arbitrator on the ground that the arbitrator is an Officer of the Company or that he has dealt with the matters to which the contract relates or that in the course of his duties as an Officer of the Company he had expressed views on all or any other matters in dispute or difference. In the event of the arbitrator to whom the matter is originally referred being transferred or vacating his office or being unable to act for any reason, the Director (Marketing) as aforesaid at the time of such transfer, vacation of office or inability to act may in the discretion of the Director (Marketing) designate another person to act as arbitrator in accordance with the terms of the agreement to the end and intent that the original Arbitrator shall be entitled to continue the arbitration proceedings notwithstanding his transfer or vacation of office as an officer of the company if the Director (Marketing) does not designate another person to act as arbitrator on such transfer, vacation of office or inability of original arbitrator. Such person shall be entitled to proceed with the reference from the point at which it was left by his predecessor. It is also a term of this contract that no person other than the Director (Marketing) or a person nominated by such Director (Marketing) of the company as aforesaid shall act as arbitrator hereunder. The award of the arbitrator so appointed shall be final conclusive and binding on all parties to the agreement subject to the provisions of the Arbitration Act, 1940 or any statutory modification or re-enactment thereof and the rules made hereunder for the time being in force shall apply to the arbitration proceedings under this clause.

2. The award shall be made in writing and published by the Arbitrator within two years after entering

upon the reference or within such extended time not exceeding further twelve months as the Sole Arbitrator shall be writing under his own hands appoint. The parties hereto shall be deemed to have irrevocably given their consent to the Arbitrator to make and publish the award within the period referred to herein above and shall not be entitled to raise any objection or protest thereto under any circumstances whatsoever.

3. The arbitrator shall have power to order and direct either of the parties to abide by, observe and

perform all such directions as the arbitrator may think fit having regard to the matters in difference i.e. dispute before him. The arbitrator shall have all summary powers and may take such evidence oral and / or documentary, as the arbitrator in his absolute discretion thinks fit and shall be entitled to exercise all powers under the Arbitration Act 1940 including admission of any affidavit as evidence concerning the matter in difference i.e. dispute before him.

4. The parties against whom the arbitration proceedings have been initiated, that is to say, the

Respondents in the proceeding shall be entitled to prefer a cross-claim, counter-claim or set off before the Arbitrator in respect of any matter an issue arising out of or in relation to the agreement without seeking a formal reference of Arbitration to the Director(Marketing) for such counter-claim, cross-claim or set off and the arbitrator shall be entitled to consider and deal with the same as if the matters arising there from has been referred to him originally and deemed to form part of the reference made by the Director (Marketing).

5. The arbitrator shall be at liberty to appoint, if necessary any accountant or engineering or other

technical person to assist him, and to act by the opinion so taken. 6. The arbitrator shall have powers to make one or more awards whether interim or otherwise in

respect of the dispute and difference and in particular will be entitled to make separate awards in respect of claims or cross-claims of the parties.

7. The arbitrator shall be entitled to direct any one of the parties to pay the costs of the other party in

such manner and to such extent as the arbitrator may in his discretion determine and shall also

Page 20: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 20 of 50

be entitled to require on or both the parties to deposit funds in such proportion to meet the arbitrators expenses whenever called upon to do so.

8. The parties hereby agree that the courts in the city of Mumbai alone shall have jurisdiction to

entertain any application or other proceedings in respect of anything arising under this agreement and any award or awards made by the sole arbitrator hereunder shall be filed in the concerned courts in the city of Mumbai only.

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

Page 21: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 21 of 50

ANNEXURE E

TERMINATION CLAUSE

Not withstanding anything to the contrary herein contained, BPCL shall also be at liberty at its entire discretion to terminate this agreement forthwith upon or at any time after the happening of any of the following events namely: a) If you commit a delay, breach or default of any of the terms, conditions, covenants and stipulations contained herein. b) Upon death or adjudication as insolvent if you are individual (this clause is to be suitably modified if business is carried on by partnership or by limited company or by a co-operative society). c) If any attachment is levied and continued to be levied for a period of seven days upon your effects. d) If you are involved in any criminal offence relating to Moral Turpitude. e) If a receiver is appointed of any of your property or assets. f) If the License issued to you by the relevant statutory authorities is cancelled or revoked. g) If you have made default in payment of any money of the BPCL without formal approval of the BPCL in writing. h) If you fail to adhere to the instructions issued to you by the BPCL from time to time in respect of the business condition herein. i) If you contaminate or tamper with the quality of BPCL’s product given in you. j) If the ownership / tenancy of the premises from which you are carrying on the business if transferred / terminated for any reason whatsoever. k) If you, yourself or to your servant or agents commit or suffer to committed any act which in the opinion of the Executive Director (Lubes) of the BPCL is prejudicial to the interest or good name of BPCL or its products. Executive Director (Lubes) shall not be bound to give reasons to such decisions. l) The BPCL’s right to terminate the contractual obligations under this clause shall be without prejudice to and without affecting any of its rights and remedies against you. In the event of BPCL terminating this agreement under the provisions of this clause it shall not be liable to pay for any loss or compensation in respect of such termination. Without prejudice to the foregoing provisions or anything to the contrary herein contained BPCL reserves the rights to terminate this agreement on giving 30 days written notice to the other parties without assigning any reasons for such termination.

Page 22: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 22 of 50

ANNEXURE F FORCE MAJEURE CLAUSE If at any time during the continuance of the Purchase Order the performance in whole or part by either party of any obligation under the Purchase Order shall be prevented or delayed by reason of any war, hostility, act of public enmity, civil commotion, sabotage, fires, floods, explosions epidemics, quarantine restrictions, strikes, lockouts or Acts of God (hereinafter referred as event), then provided notice of happening of any such event is given by either party to the other within twenty one days from the date of occurrences thereof, neither party shall by reasons of such event be entitled to terminate this contract nor shall either party have any claim for damage against the other in respect of such non-performance. Deliveries under the Purchase Order shall be resumed as soon as practicable after such event has come to an end or ceased to exist and decision of Executive Director (LUBRICANTS), Bharat Petroleum Corporation Ltd., as to whether the deliveries have been so resumed or not, shall be final and conclusive. Provided further hat the performance in whole or part of any obligation under the contract is prevented/delayed by reason of any such event specified above for period exceeding sixty days, either party may at their option terminate the Purchase Order.

Page 23: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 23 of 50

ANNEXURE G

SUB-LEASING & CENVAT CLAUSE SUB-LEASING You shall not be allowed to sublet or assign any part of the order without our prior written consent. CENVAT Kindly indicate whether you are availing CENVAT. If so. a) The price to be quoted by you should take into account the entire credit on inputs available under the CENVAT Scheme. b) In the event of CENVAT credit being extended by the Government of India to more items than already covered, you should advise us about the additional benefits accrued through a letter containing the following certificate of any variation thereof as may be considered necessary by us. " We hereby declare that we can avail additional duty set offs as per latest CENVAT Scheme in force now and we hereby give a reduction of ______ per unit and agree to revise the prices indicated in the order. The current excise duty of ______ payable on this reduced price. Therefore, we request you to amend the order accordingly.

Page 24: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 24 of 50

ANNEXURE H RISK PURCHASE CLAUSE & LIQUIDATED DAMAGES CLAUSE:

Whenever a supplier fails to deliver the quantity as stipulated in the delivery schedule, we reserve the right to cancel the order in part or in full and procure such quantity from any other sources at his risk, responsibility and cost of the supplier without prejudice to his rights and remedies under other clauses in this contract. We may also withdraw his name from list of approved suppliers. The time and date of delivery stipulated in the order/call up given by the plants in their monthly/weekly schedule, shall be deemed to the essence of the contract. In case of delay in execution of the order beyond the contractual date of delivery as stipulated in the order or any extension sanctioned, BPCL at its option: 1. Accept delayed delivery at prices reduced by a sum equivalent to one half of one percent(1/2%)

of the basic values of any goods not delivered for every week/month of delay or part thereof, limited to a maximum of 5% of the total basic order value.

2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account

and at the risk of the vendor, without prejudice to its right under (i) above in respect of goods delivered.

Page 25: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 25 of 50

ANNEXURE I

CERTIFICATE FROM SUPPLIER

I certify that –

a. I am not related to any of the Directors of BPCL.

b. I am not a partner of a firm in which BPCL director is also a partner.

c. I am not a partner of a firm in which any other partner is related to BPCL Director.

I also certify that M/s. ______________(name of the firm which is being considered for

the contract) does not have a partner, who is a Director of BPCL or his relative.

Organization

Name

Designation

Signature &

stamp /seal

Date & Place

SIGNATURE OF TENDERER : DATE: PLACE : SEAL:

Page 26: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 26 of 50

ANNEXURE J

INTEGRITY PACT

The Integrity pact document as enclosed to be duly signed and enclosed.

A proforma of the Integrity Pact document is enclosed . Please note:

Proforma of Integrity Pact shall be returned by the bidder/s along with the bid

documents ( technical 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 document duly signed along with the bid

documents shall result in the bid not being considered for further evaluation.

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 from the bidder Liquidated damages amount by forfeiting the

EMD/Bid security as per provisions of the Integrity Pact.

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 the contractor, Liquidated

Damages amount by forfeiting the Security Deposit ./ Performance Bank Guarantee as

per provisions of the Integrity Pact.

Bidders may raise disputes / complaints, if any, with the nominated Independent

External Monitor whose name/ address / contact numbers are as given below:

Shri T.S. Krishnamurthy

Flat No. 9, Gokul Tower, Next to Mookambika Complex,

No. 7, C P Ramaswamy Road, Alwarpet,

Chennai 600018

Tel: 044- 24993077/24993079/ Mobile: 9444999555

Page 27: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 27 of 50

To be executed on plain paper

INTEGRITY PACT

Between

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

Principal",

And

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

Bidder/Contractor/Supplier"

Preamble

The Principal intends to award, under laid down organization procedures,

contract/s for ………………..The Principal values full compliance with all

relevant laws and regulations, and the principles of economic use of

resources, and of fairness and transparency in its relations with its Bidder/s,

Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned

international Non-Governmental Organisation "Transparency International"

(TI). Following TI's national and international experience, the Principal will

appoint an Independent External Monitor who will monitor the tender process

and the execution of the contract for compliance with the principles mentioned

above.

Section 1 -Commitments of the Principal

(1) The Principal commits itself to take

all measures necessary to prevent

corruption and to observe the following principles:

a) No employee of the Principal, personally or through family

members, will in connection with the tender, or the execution of the

contract, demand, take a promise for or accept, for himself/herself

or third person, any material or immaterial benefit which he/she is

not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with

equity and reason. The Principal will, in particular, before and

during the tender process, provide to all Bidders the same

information and will not provide to any Bidder confidential /

additional information through which the Bidder could obtain an

advantage in relation to the tender process or the contract

execution.

Page 28: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 28 of 50

c) The Principal will exclude from the process all known prejudiced

persons.

(2) If the Principal obtains information on the conduct of any of its employees

which is a criminal offence under the relevant Anti-Corruption Laws of

India, or if there be a substantive suspicion in this regard, the Principal will

inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 -Commitments of the Bidder / Contractor/Supplier

(1) The Bidder / Contractor/Supplier commits itself to take all measures

necessary to prevent corruption. He commits himself to observe the

following principles during his participation in the tender process and

during the contract execution.

a) The Bidder / Contractor/Supplier will not, directly or through any

other person or firm, offer, promise or give to any of the Principal's

employees involved in the tender process or the execution of the

contract or to any third person, any material or immaterial benefit

which he/she is not legally entitled to, in order to obtain in

exchange, any advantage of any kind whatsoever during the tender

process or during the execution of the contract.

b) The Bidder / Contractor/Supplier will not enter with other Bidders

into any undisclosed agreement or understanding, whether formal

or informal. This applies in particular to prices, specifications,

certifications, subsidiary contracts, submission or non-submission of

bids or any other actions to restrict competitiveness or to introduce

cartelisation in the bidding process.

c) The Bidder / Contractor/Supplier will not commit any offence under

the relevant Anti-Corruption Laws of India; further the Bidder /

Contractor/Supplier will not use improperly, for purposes of

competition or personal gain, or pass on to others, any information

or document provided by the Principal as part of the business

relationship, regarding plans, technical proposals and business

details, including information contained or transmitted electronically.

d) The Bidder / Contractor/Supplier will, when presenting his bid,

disclose any and all payments he has made, is committed to, or

intends to make to agents, brokers or any other intermediaries in

connection with the award of the contract.

(2) The Bidder / Contractor/Supplier will not instigate third persons to commit

offences outlined above or be an accessory to such offences.

Page 29: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 29 of 50

Section 3 -Disqualification from tender process and exclusion from

future contracts

If the Bidder, before contract award, has committed a transgression through a

violation of Section 2 or in any other form such as to put his reliability or

credibility as Bidder into question, the Principal is entitled to disqualify the

Bidder from the tender process or to terminate the contract, if already signed,

for such reason.

(1) If the Bidder/Contractor/Supplier has committed a transgression through a

violation of Section 2 such as to put his reliability or credibility into

question, the Principal is also entitled to exclude the Bidder /

Contractor/Supplier from future contract award processes. The imposition

and duration of the exclusion will be determined by the severity of the

transgression. The severity will be determined by the circumstances of the

case, in particular the number of transgressions, the position of the

transgressors within the company hierarchy of the Bidder and the amount

of the damage. The exclusion will be imposed for a minimum of 6 months

and maximum of 3 years.

(2) A transgression is considered to have occurred if the Principal after due

consideration of the available evidences, concludes that no reasonable

doubt is possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's

absolute right to resort to and impose such exclusion and further accepts

and undertakes not to challenge or question such exclusion on any

ground, including the lack of any hearing before the decision to resort to

such exclusion is taken. This undertaking is given freely and after

obtaining independent legal advice.

(4) If

the Bidder / Contractor/Supplier can prove that he has restored /

recouped the damage caused by him and has installed a suitable

corruption prevention system, the Principal may revoke the exclusion

prematurely.

Section 4 -Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to

the award according to Section 3, the Principal is entitled to demand and

recover from the Bidder liquidated damages equivalent to Earnest Money

Deposit/Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the

Principal is entitled to terminate the contract according to Section 3, the

Principal shall be entitled to demand and recover from the

Contractor/Supplier liquidated damages equivalent to Security Deposit /

Performance Bank Guarantee.

Page 30: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 30 of 50

(3) The Bidder agrees and undertakes to pay the said amounts without

protest or demur subject only to condition that if the Bidder /

Contractor/Supplier can prove and establish that the exclusion of the

Bidder from the tender process or the termination of the contract after the

contract award has caused no damage or less damage than the amount of

the liquidated damages, the Bidder / Contractor/Supplier shall compensate

the Principal only to the extent of the damage in the amount proved.

Section 5 -Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3

years with any other Company in any country conforming to the TI

approach or with any other Public Sector Enterprise in India that could

justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be

disqualified from the tender process or the contract, if already awarded,

can be terminated for such reason.

Section 6 -Equal treatment of all Bidders / Contractors /Suppliers/

Subcontractors

(1) The Bidder/Contractor/Supplier undertakes to demand from all

subcontractors a commitment in conformity with this Integrity Pact, and to

submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this

one with all Bidders, Contractors/Suppliers and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do

not sign this Pact or violate its provisions.

Section 7 – Punitive Action against violating Bidders / Contractors /

Suppliers/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier

or Subcontractor, or of an employee or a representative or an associate of a

Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or

if the Principal has substantive suspicion in this regard, the Principal will

inform the Vigilance Office.

Page 31: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 31 of 50

Section 8 -Independent External Monitors

(1) The Principal has appointed competent and credible Independent

External Monitors for this Pact. The task of the Monitor is to review

independently and objectively, whether and to what extent the parties

comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the

parties and performs his functions neutrally and independently. He reports

to the Chairperson of the Board of the Principal.

(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to

access without restriction to all Project documentation of the Principal

including that provided by the Bidder/Contractor/Supplier. The

Bidder/Contractor/Supplier will also grant the Monitor, upon his request

and demonstration of a valid interest, unrestricted and unconditional

access to this project documentation. The same is applicable to

Subcontractors. The Monitor is under contractual obligation to treat the

information and documents of the Bidder/Contractor/Supplier/

Subcontractor with confidentially.

(4) The Principal will provide to the Monitor sufficient information about all

meetings among the parties related to the Project provided such meetings

could have an impact on the contractual relations between the Principal

and the Bidder/Contractor/Supplier. The parties offer to the Monitor the

option to participate in such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this

agreement, he will so inform the Management of the Principal and request

the Management to discontinue or heal the violation, or to take other

relevant action. The Monitor can in this regard submit non-binding

recommendation. Beyond this, the Monitor has no right to demand from

the parties that they act in a specific manner, refrain from action or tolerate

action. However, the Independent External Monitor shall give an

opportunity to the Bidder/Contractor/Supplier to present its case before

making its recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of

the Principal within 8 to 10 weeks from the date of reference or intimation

to him by the 'Principal' and, should the occasion arise, submit proposals

for correcting problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a

substantiated suspicion of an offence under relevant Anti-Corruption Laws

of India, and the Chairperson has not, within reasonable time, taken visible

action to proceed against such offence or reported it to the Vigilance

Office, the Monitor may also transmit this information directly to the Central

Vigilance Commissioner, Government of India.

(8) The word 'Monitor' would include both singular and plural.

Page 32: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 32 of 50

Section 9 -Pact Duration

This Pact begins when both parties have legally signed it. It expires for the

Contractor/Supplier 12 months after the last payment under the respective

contract, and for all other Bidders 6 months after the contract has been

awarded.

If any claim is made / lodged during this time, the same shall be binding and

continue to be valid despite the lapse of this pact as specified above, unless it

is discharged / determined by Chairperson of the Principal.

Section 10 -Other provisions

(1) This agreement is subject to Indian Law. Place of performance and

jurisdiction is the Registered Office of the Principal, i.e. Mumbai. The

Arbitration clause provided in the main tender document / contract shall

not be applicable for any issue / dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be

made in writing. Side agreements have not been made.

(3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this

agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid,

the remainder of this agreement remains valid. In this case, the parties will

strive to come to an agreement to their original intentions.

……………………… ……………………………

For the Principal For the Bidder/Contractor/

Supplier

Place ……………… Witness 1 : ………………

(Signature/Name/Address)

Date ……………….

Witness 2 : ………………

(Signature/Name/Address)

Page 33: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 33 of 50

ANNEXURE K 1-(DOT 3) Barrels : Please quote Rs / Litre Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 140000 120000 50000 90000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 34: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 34 of 50

ANNEXURE K 1 (DOT- 4) Barrels : Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 32308 27692 11538 20769

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 35: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 35 of 50

ANNEXURE K 2 (DOT-3) 500 ml containers : Please quote Rs / Litre Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 100000 90000 75000 85000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 36: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 36 of 50

ANNEXURE K 2 (DOT-4) 500 ml containers : Please quote Rs / Litre Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 23077 20769 17308 19615

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 37: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 37 of 50

ANNEXURE K 3( DOT 3) 250 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 180000 120000 100000 100000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 38: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 38 of 50

ANNEXURE K 3( DOT 4) 250 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 41538 27692 23077 23077

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 39: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 39 of 50

ANNEXURE K 4( DOT 3 ) 100 ml containers: Please quote Rs / Litre Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 18000 15000 8000 9000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 40: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 40 of 50

ANNEXURE K 4( DOT 4 ) 100 ml containers: Please quote Rs / Litre Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 4154 3462 1846 2077

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 41: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 41 of 50

ANNEXURE K 5 Break up of costs for packaging materials :

Cost of one 100 ml containers ( per container) with cap

Cost of one carton for 100 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 100 ml containers

Cost of one 250 ml containers ( per container) with cap

Cost of one carton for 250 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 250 ml containers

Cost of one 500 ml containers ( per container) with cap

Cost of one carton for 500 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 500 ml containers

Cost of one 210 l barrels ml containers ( per container) with cap

The break up data is required for ascertaining packaging cost being quoted by the party . The break up cost data sheet is mandatory and should be submitted one copy with price bid and one blank copy with technical bid. Copy of RIL price list for HDPE and paper cost for cartons ar also mandatory along with the above two bids. Name of the Vendor: Signature : Seal : Date :

This is part of Technical bid & please don’t fill your

rates here. Give your quotes only in PRICE BIDS

Page 42: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 42 of 50

PRICE BID ANNEXURE K 1 ( DOT 3 ) Barrels : Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 140000 120000 50000 90000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 43: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 43 of 50

PRICE BID ANNEXURE K 1 ( DOT 4 ) Barrels : Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 32308 27692 11538 20769

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 44: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 44 of 50

PRICE BID ANNEXURE K 2( DOT 3 ) 500 ml containers : Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 100000 90000 75000 85000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 45: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 45 of 50

PRICE BID

ANNEXURE K 2( DOT 4 ) 500 ml containers : Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 23077 20769 17308 19615

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 46: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 46 of 50

PRICE BID ANNEXURE K 3(DOT 3) 250 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 180000 120000 100000 100000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 47: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 47 of 50

PRICE BID ANNEXURE K 3(DOT 4) 250 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 41538 27692 23077 23077

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 48: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 48 of 50

PRICE BID ANNEXURE K 4 ( DOT 3) 100 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 18000 15000 8000 9000

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 49: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 49 of 50

PRICE BID ANNEXURE K 4 ( DOT 4) 100 ml containers: Please quote Rs / Litre

Supply to our plant at

Mumbai Chennai Kolkata Loni

Estimated qty ( Litre) 4154 3462 1846 2077

Offered qty (Litre)

Basic Rate ( in figures)

Basic Rate ( in words)

Package cost( in figure)

Package cost( in words)

Filling cost( in figures)

Filling cost( in words)

Excise Duty @....

VAT / CST @ …

Freight

Octroi @.........

Any other charges ( Please specify)

Total Delivered Rate / litre in figures

Total Delivered Rate / litre in words

Name of the Vendor: Signature : Seal : Date :

Page 50: SCM/HDBF Date: 10.8.2010 Dear Sirs,

Page 50 of 50

PRICE BID ANNEXURE K 5 Break up of costs for packaging materials :

Cost of one 100 ml containers ( per container) with cap

Cost of one carton for 100 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 100 ml containers

Cost of one 250 ml containers ( per container) with cap

Cost of one carton for 250 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 250 ml containers

Cost of one 500 ml containers ( per container) with cap

Cost of one carton for 500 ml container

Cost of BOPP tape 1.3 m reqd for 1 carton sealing per meter

Cost of one set of label for 500 ml containers

Cost of one 210 l barrels ml containers ( per container) with cap in Rs

The break up data is required for ascertaining packaging cost being quoted by the party . The break up cost data sheet is mandatory and should be submitted one copy with price bid and one blank copy with technical bid. Copy of RIL price list for HDPE and paper cost for cartons ar also mandatory along with the above two bids. Name of the Vendor: Signature : Seal : Date :