101
NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF STACK MONITORING ANALYZER SYSTEM (SMS) REQUEST FOR QUOTATION CRFQ NO: 1000228619 E-TENDER REF: 976 TENDER DUE DATE: 04.05.2015 P P & & C C S S ( ( M M U U M M B B A A I I R R E E F F I I N N E E R R Y Y ) )

P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

NOTICE INVITING TENDER FOR SUPPLY AND

INSTALLATION OF STACK MONITORING ANALYZER

SYSTEM (SMS)

REQUEST FOR QUOTATION

CRFQ NO: 1000228619

E-TENDER REF: 976

TENDER DUE DATE: 04.05.2015

PPP&&&CCCSSS (((MMMUUUMMMBBBAAAIII RRREEEFFFIIINNNEEERRRYYY)))

Page 2: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

TENDER FOR PROCUREMENT OF STACK MONITORING ANALYZER SYSTEM

(SMS)

1. Bharat Petroleum Corporation Limited is a Fortune 500 Navratna PSU engaged in manufacturing

and Marketing of diverse range of Petroleum Products.

2. BPCL intends to procure STACK MONITORING ANALYZER SYSTEM (SMS). We are pleased to invite the BIDS for the above mentioned job, as per tender specifications (enclosed).

3. EARNEST MONEY DEPOSIT (EMD): EMD of amount as mentioned below as applicable is required to be submitted, in physical form at our office in a sealed cover addressed to Chief Manager P&CS, with following boldly super-scribed on the cover/ envelope:

i. CRFQ Number: ii. E-Tender Ref No: iii. Item: iv. Closing Date/Time: v. Name of the Bidder:

Sr No. Item Value

INR

1 Supply of STACK MONITORING ANALYZER SYSTEM (SMS)

1,00,000/- (or $

1,572.38/-)

The BIDDERS shall ensure that the EMD in the form of DD, drawn in favor of “Bharat Petroleum

Corporation Limited”, payable at Mumbai, from any Branch of Indian Nationalized Banks. It should be delivered to Chief Manager P&CS or sent by Registered Post / Couriered to the following address so as to reach on or before the due date & time of the tender:

P&CS Dept, South Block, Admin Building Mumbai Refinery, Mahul Gaon, Mumbai-400 074.

BPCL will not be responsible for non-receipt of instrument (s) due to postal delay/

loss in transit etc. Bid received without the EMD, if applicable, is liable to be rejected.

Scanned copy of EMD shall be uploaded on BPCL eprocurement website and later

shall be sent to above mentioned address before due date of the tender.

EMD shall be valid for period of 8 months from the date of submission of bids.

4. EXEMPTION FROM EARNEST MONEY DEPOSIT:

o Micro and Small Enterprises registered with District Industries Centers or Khadi and

Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises, are exempted from payment of Earnest Money provided –

Page 3: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

o Vendors have to upload the necessary documents as mentioned above to claim exemption for Earnest Money Deposit. The document should clearly specify the „item Category‟ for which the vendor is registered with MSME.

5. EMD FOREFEITURE AND RETURN OF EMD:

i. EMD submitted shall be returned on finalization of the order. No interest on this

EMD is payable.

ii. EMD will be forfeited in the event of:

1. Withdrawal of offer while the offer is under consideration during the

offer validity period. 2. Bidder not accepting our Purchase Order, if placed without prejudice to

our rights to recover damages on account of breach of contract. 3. 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.

4. Any unilateral revision made by the Bidder during the validity period of the offer.

6. This is a TWO-PART-BID Tender. E-bids should be submitted online through BPCL‟s e-procurement site https://bpcleproc.in “Two Bid System”, i.e. Part-I: Bid Qualification Criteria and Techno-Commercial Un-Priced Bid and Part-II: Priced Bid. Bidders are required to register themselves at BPCL‟s e-procurement site https://bpcleproc.in . For any assistance regarding online submission of e-bids on BPCL E-Procurement web site, bidders may contact Mr. Abhishek on all working days (Mon - Fri) on Tel. Nos. +91-8655885473 / +91 - 22 – 65354113 / +91 - 22 - 65595111 between 09.00 hrs to 17.00 hrs. IST or helpdesk of

M/s. ETL on email [email protected].

7. The Techno-Commercial / Unpriced Bids shall be opened on 04.05.2015 at 14:00 hours

PART - A: QUALIFICATION CRITERIA & TECHNO-COMMERCIAL (OTHER THAN PRICE)

BID

The attached tender document consists of the following Attachments:

BID-QUALIFICATION CRITERIA. TENDER DOCUMENT WITH SCOPE OF WORK AND APPLICABLE TERMS AND CONDITIONS. GENERAL PURCHASE CONDITIONS

COMMERCIAL QUESTIONNAIRE. UNPRICED BID PRICED BID TECHNICAL DEVIATIONS COMMERCIAL DEVIATIONS TYPE OF COMPANY.

Information pertaining to Bid Qualification, Technical, Techno-commercial & Other Details

shall be filled, signed, stamped and uploaded on bpcl eprocurement website under respective categories.

Page 4: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

PART – A: UNPRICED BID

All the applicable taxes and duties shall be quoted (in percentage only) in the unpriced bid format attached only. Completely filled bids should be duly signed

and stamped and to be uploaded on the BPCL eproc website.

NO PRICES SHOULD BE INDICATED IN THE UNPRICED BID. BIDS CONTAINING

PRICES, INDICATED ANYWHERE APART FROM PRICED BID SHALL BE DIRECTLY

REJECTED.

PART - B: PRICE BID.

Vendors have to fill in the Prices in the format attached only. Completely filled

bids should be duly signed and stamped. The same should be uploaded on the BPCL eproc website.

8. All the tender documents and Annexure and Price Bids shall be required to be duly signed and stamped the authorized signatory. The authorized signatory shall be:

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

OPENING OF BIDS: This being Two-Part-Bid, the Qualification Criteria and Techno-Commercial Bid will

be opened first and evaluated. Bidder to note that qualification of bidder and evaluation of bid is being

taken up simultaneously and therefore issue of TQ/CQ and or Techno-commercial discussions shall not be

construed as the bidder is qualified.

Please contact Mr. Krunal Patange for any technical queries on +91-22-2553 3474.

9. The vendors who are on BPCL‟s Black /Holiday List will not be considered.

10. BPCL reserves the right to accept/ reject any or all the Offers at their sole discretion without assigning any reason whatsoever.

11. BPCL decision on any matter regarding Bid qualification of vendors shall be FINAL and any

vendor shall not enter into correspondence with BPCL unless asked for.

12. BPCL would also consider information already available with them regarding Vendor‟s Credentials.

13. BPCL may call for additional documents if required.

14. For clarifications, if any, please feel free to contact undersigned on +91-022-2553 3274 on any working day between 09:00 am to 4:00 pm.

Page 5: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

BPCL P&CS Page 1 of 11

BHARAT PETROLEUM CORPORATION LIMITED, MUMBAI REFINERY, MAHUL,

MUMBAI – 400 074, INDIA

PROCUREMENT AND CONTRACTS SERVICES (P&CS) – MUMBAI REFINERY

E-TENDER FOR THE DESIGN, ENGINEERING, MANUFACTURE, TESTING,

INSTALLATION AND COMMISSIONING OF THE REQUIRED INSITU STACK

ANALYZERS.

For BPCL MUMBAI REFINERY (MR)

TENDER CRFQ No. 1000228619 DT. 26.03.2015

E-TENDER SYSTEM No: 976

DUE DATE 04.05.2015 1400 hrs (IST)

CONTACTS:

Commercial Queries:

Blessingson Kharpran Ganesh Pote

(Officer, P&CS) (Manager, P&CS)

022-2553 3274 022-2553 3277

[email protected] [email protected]

Technical Queries:

Krunal Patange Vinod Gulati

(ASST. MGR. MAINT. (INSTR)) (DY MANAGER (INST))

[email protected] [email protected]

022-2553 3474 022-2553 3447

Page 6: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

BPCL P&CS Page 2 of 11

Description Annexure Page Number 1 Limited Tender Notice ZA 3

2 Instructions to Bidders ZB 4 to 12

3 CRFQ 1000228619 ZC Please find this attached in ETENDER portal

4 BID QUALIFICATION CRITERIA (BQC) ZC-BQC Please find this attached in ETENDER portal

5 SCHEDULE OF RATES (SOR)

for ITEM 10 of CRFQ ZD-10-INDIAN

OR

ZD-10-FOREIGN

Please find this attached in ETENDER portal

6 SCHEDULE OF RATES (SOR)

for ITEM 20 of CRFQ

1000228619

ZD-20-INDIAN

OR

ZD-20-FOREIGN

Please find this attached in ETENDER portal

7 Agreed Terms & Conditions ZE Please find this attached in ETENDER portal

8 List of TECHNICAL & COMMERCIAL

Deviations to the Tender Document ZF-1 & ZF-2 Please find this attached in ETENDER portal

9 FO‘MAT FO‘ BIDDE‘ “ INFO‘MATION ZI Please find this attached in ETENDER portal

10 MORE ATTACHMENTS:

BPCL CRFQ

BPCL GENERAL PURCHASE CONDITIONS

(GPC)

GENERAL TERMS AND CONDITIONS (GTC),

GENERAL CONTRACT CONDITIONS (GCC),

QEHS POLICY,INTEGRITY PACT,

ENERGY POLICY,

MEMORANDUM OF AGRREMENT(MOA)

SPECIAL SAFETY CONDITIONS (SSC),

FINANCIAL DETERENT FOR VIOLATION

ETC..

ZG Please find these attached in ETENDER

portal

Page 7: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

BPCL P&CS Page 3 of 11

ANNEXURE - ZA

BHARAT PETROLEUM CORPORATION LTD

[BPCL] PROCUREMENT AND CONTRACTS SERVICES

(P&CS), MAHUL, MUMBAI - 400 074, INDIA

Phone: +91 22 2553 3274, + 91 22 2553 3277

GLOBAL PRESS TENDER NOTICE

CRFQ No : 1000228619 : DATED 26.03.2015 :System Number - 976

BPCL, P&CS INVITES OFFERS FROM REPUTED & EXPERIENCED MANUFACTURERS FOR THE

DESIGN, ENGINEERING, MANUFACTURE, TESTING, INSTALLATION AND

COMMISSIONING OF THE REQUIRED INSITU STACK ANALYZERS.

DETAILS OF THE TENDERS ARE AVAILABLE AND CAN BE DOWNLOADED FROM ANY OF THE FOLLOWING

WEBSITES:

a. BPCL s e-procurement platform https://bpcleproc.in.

b. BPCL website www.bharatpetroleum.in 4 Energizing Business Tenders

c. Central Procurement Portal http://eprocure.gov.in/cppp

Due date for submission of the tender: 04.05.2015, 14.00 HRS. (IST)

Important: All updates, amendments, corrigendum etc, (if any) will be posted on the above websites

only as and when required. There will not be any publication of the same through courier or any

other media.

Place: Mumbai (P&CS)

Page 8: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

BPCL P&CS Page 4 of 11

ANNEXURE - ZB

INSTRUCTIONS TO BIDDERS

Sub: REQUEST FOR QUOTATION FOR THE DESIGN, ENGINEERING, MANUFACTURE,

TESTING, INSTALLATION AND COMMISSIONING OF THE REQUIRED INSITU STACK

ANALYZERS.

BIDS ARE INVITED FOR THE DESIGN, ENGINEERING, MANUFACTURE, TESTING, INSTALLATION AND COMMISSIONING OF THE

REQUIRED INSITU STACK ANALYZERS.

2.0 Submission of Tender online:

. Bids should e su itted i TWO BID “Y“TEM i.e. U -p i ed Bid / Te h i al Bid & P i ed Bid th ough e-tendering portal.

2.2 "Un-priced bid/Technical Bid o plete ith all te h i al a d o e ial details other

than price shall be submitted. Accordingly, this shall contain the following:

i) Bidde s o e i g lette ith te h i al details / o hu e of the ate ial offe ed by the bidder.

ii) These I st u tio s to idde s (Annexure ZB) duly signed & stamped in all pages in

token of acknowledgement and acceptance.

iii) Bidder should accept all the technical specifications in ANNEXURE ZC and meet the

BQC commitment in ANNEXURE ZC-BQC and upload documents in support of the

same.

iv) SCHEDULE OF RATES (SOR) for ITEM 10

a) (ANNEXURE ZD-10-INDIAN if Indian Bidder) OR

b) (ANNEXURE ZD-10-FOREIGN if Foreign Bidder) and

with an indication "Quoted" instead of prices without mentioning values.

Other information viz. delivery schedule, validity, product names,

quantities, taxes, withholding tax, etc. to be filled up in un-priced bid

i) Agreed Terms and Conditions (Annexure ZE) duly filled in, signed and stamped in all

pages.

ii) List of Technical and commercial Deviations to tender document, if any (Annexure ZF-1

and ZF-2). In case of no deviation NIL statement to be submitted in this format.

iii) Fo at fo Bidde s I fo atio (Annexure ZI) duly filled in, signed and stamped.

iv) Any other document / information which bidder may like to submit, to establish

that the offe ed ate ial ould eet BPCL s e ui e e t.

v) All attachments in ANNEXURE ZG to be accepted in the Acceptance of Documents at

the etender portal.

2.3 Priced Bid:

SCHEDULE OF RATES (SOR) for ITEM 10

Page 9: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

BPCL P&CS Page 5 of 11

c) (ANNEXURE ZD-10-INDIAN if Indian Bidder) OR

d) (ANNEXURE ZD-10-FOREIGN if Foreign Bidder) and

duly filled up without any condition and uploaded in the e-tendering portal in the relevant

space.

2.4 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or before the

due date & time.

2.5 BPCL shall not be responsible for any delay in uploading of your offer.

2.6 Fax / E-Mail offers shall not be accepted.

2.7 Offer shall be valid for a period of 120 days from tender due date / extended due date for

placement of order.

2.8 The rate quoted shall remain firm till the tenure of the contract period.

2.9 In case of a foreign vendor, the order will normally be placed on FOB International Airport

of exit basis.

3.0 Tender Opening:

3.1 The un-priced / technical bid shall be opened on 04.05.2015 at 14.00 hrs (IST) through e-

portal. Bidders, who have submitted their bids, can view / witness result of technical bid

opening through the e-portal or your representative can witness the same in our office. In

ase idde s ep ese tative is attending the bid opening; please inform his/her name and

mobile number to [email protected] or [email protected]

for preparing the entry pass.

3.2 The date and time of opening priced bids shall be intimated separately to the techno-

commercially acceptable bidders only and the priced bids shall be opened through e-

portal. Techno-commercially acceptable bidders can view / witness result of priced bid

opening through the e-portal portal or your representative can witness the same in our

offi e. I ase idde s ep ese tati e is atte di g the id ope i g; please i fo his / he name and mobile number to [email protected] or

[email protected] for preparing the entry pass.

Page 10: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 6 of 11

4.0 Payment Terms:

Two separate orders will be placed for Supply and Services. However, Bid evaluation shall be done

on overall basis including supply and services and the order shall be placed on the single point

responsibility basis.

1) FOR INDIAN BIDDERS

A) Supply of Material:

-70% payment on receipt and acceptance of the materials at BPCL site.

-20% payment after 6 months of receipt and acceptance of the materials at BPCL site.

-10% payment after 12 months of receipt and acceptance of the materials at BPCL site against

PBG for equivalent 10% of total Value of supply valid for 12 months.

B)Installation and commissioning & training

-100% will be paid on completion of installation and commissioning of analysers at BPCL site &

training.

FOR FOREIGN BIDDERS

A) Supply of Material:

-70% payment on receipt and acceptance of the materials at BPCL site.

-20% payment after 6 months of receipt and acceptance of the materials at BPCL site.

-10% payment after 12 months of receipt and acceptance of the materials at BPCL site against PBG

for equivalent 10% of total Value of supply valid for 12 months.

B)Installation and commissioning & training

-100% will be paid on completion of installation and commissioning of analysers at BPCL site &

training.

C) CAMC:

- Payments for CAMC services shall be as per Purchase order. BPCL reserves the

right to invoke part or full bank Guarantee amount in case of poor performance of system or

poor CAMC support provided by the Vendor at any stage during the CAMC period. BPCL’s

decision in this regard shall be final and shall be binding to the Vendor.

- The payment shall be made on monthly basis against the submission of bill along

with certification by BPCL, engineer-in-charge with following documents like calibration

report, detail of activity carried out with data for each analyzer, details of area of concern,

online trends for all analyzers and breakdown deduction clause (if any).

Page 11: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 7 of 11

5.0 Evaluation:

5.1 Quoted prices in Indian Rupees for Indigenous Supply and in Foreign Currency for Imported

supply shall be considered for evaluation. For evaluation purposes, all quoted values would be

converted to Indian Rupees at SBI TT Selling Rates on the date of opening of price bid for comparison of

quotes.

5.2 Loading for Taxes and Duties:

Indigenous supplies:

Excise Duty: As quoted by the bidder (with excise tariff no.). Sales Tax /

VAT: As quoted by the bidder.

Imported supplies:

Customs duty as applicable shall be loaded extra.

5.3 Loading for Entry Tax/ Octroi.

Octroi Charges (Applicable for MUMBAI REFINERY) wherever applicable shall be loaded extra.

5.4 Loading for Transportation and clearing & forwarding:

a) For Indigenous Supply:

Transportation charges quoted by the bidder to BPCL Mumbai Refinery site shall be loaded in price

evaluation.

b) For Imported Supply:

Air freight from international airport of loading to destination Mumbai airport as quoted shal l be

loaded for comparison. Loading of 0.7% shall be done on CFR value for Insurance.

A loading of 3% on CIF value shall be done towards Airport Handling and Clearance charges,

Container de-stuffing charges if applicable would also be loaded extra.

5.5 Services: Service tax at the applicable rate (when payable by BPCL) for Indian bidders or as quoted by

vendor (when payable by vendor) and withholding tax for Foreign bidders, if any on BPCL account would

be loaded extra.

5.6 Loading on account of deviation in commercial terms

a) Payment terms :

If any differential payment terms is offered by the bidder as against BPCL terms mentioned in this

tender, and same is accepted by BPCL, vendor shall be loaded at rate equivalent to benchmark prime

lending rate (BPLR) of State Bank of India applicable on the date of opening of price bid, calculated for

the applicable period for the applicable amount.

Page 12: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 8 of 11

b) No partial shipment will be allowed.

c) Delayed Deliveries (Considering GPC clause of 0.5% per week of delay - max 5% total order value).

In case the bidder does not accept the delayed delivery clause or take exceptions to the % rate mentioned in

GPC, loading shall be done to the extent of maximum of 5% of the order value or the differential % not

agreed by the supplier.

5.7 Cenvat Credit / VAT Credit:

For Materials Portion : Cenvat Credit in respect of Excise duty / Cenvatable portion of Customs

Duty and Input Tax credit in respect of VAT paid as per eligibility of respective Refinery, would be

deducted from gross value for the purpose of comparison.

5.8 Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as

admissible/applicablefrom 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.

The photocopy of the valid NSIC registration certificate/review certificate duly attested by a gazetted

officer/notorised and/or Valid MSE registration with any notified body specified by ministry of micro,

small and medium enterprises should accompany the bid documents.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) 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 and a MSE owned by SC/ST

entrepreneurs shall be decided based on the Net Evaluated Price quoted by the said MSEs as compared

to L1 Vendor at the time of evaluation of the price bid. Bidders claiming purchase preference as MSE

need to submit the following documents:

a.Notarized copy of all the pages of the EM-II certificate issued by the appropriate authorities mentioned

in the Public procurement policy of MSEs-2012.

b.Vendors' declaration on a duly notarized Rs.100 stamp paper stating that, in the event of award of

contract, all the ordered supplies shall be made from the unit for which MSE certificate has been

submitted.

The photocopy of the Valid MSE registration with any notified body specified by ministry of micro, small

and medium enterprises should accompany the bid documents. Failing which no price preference will be

considered in such cases.

The Net Evaluated Price is the all inclusive delivered price.

Net Evaluated Price = Quoted Basic Price + Excise duty + Freight +local taxes and duties+ Octroi Charges

and /or entry tax less Cenvat Benefits on Excise and Input Tax Credit on VAT.

Page 13: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 9 of 11

In case the charges like, freight, Octroi charges and/or entry tax are not indicated explicitly in the bid,

BPCL will consider the standard % as deemed fit for estimation.

Criteria for the award of tender quantity to MSE vendors

For general items where 20% is applicable

In case bidder is registered as MSE quotes within the price brand of L1+15 percent, such MSE shall also be

allowed to supply a portion of the requirement by bringing down their price to L1 price where L1 price is

from someone other than a micro and small enterprise. Such MSE shall be allowed to supply 20% of total

tendered value.

In case of more than one such MSE qualify as above; the supply of up to 20% shall be shared

proportionately. Further, if L1 happens to be an MSE, the entire quantity (100%) shall be awarded to MSE

vendor without any share to other MSE vendors.

5.9 Two separate orders will be placed for Supply and Services. However, Bid evaluation shall be

done on overall basis including supply and services and the order shall be placed on the single

point responsibility basis.

6 General Points:

6.1 BPCL reserve the right to extend due date of tender, accept or reject any tender in part or full, without

assigning any reason whatsoever and also to give purchase preference to Public Enterprises, as admissible

under the existing policies of Government of India and to JVs / Subsidiaries as per BPCL guidelines. It also

reserves right to consider inflow of royalty to BPCL during evaluation of bids.

6.2 Each package shall be labeled indicating brief handling procedure and precautions to be taken

6.3 Test and Guarantee Certificate are required along with supply as may be specified in Annexure ZC

6.4 Your offer should be on firm price basis and valid till complete execution of the contract.

6.5 The material shall be packed in accordance with the rule in weatherproof, shipment worthy eco-

friendly packing, labeled and indicating clearly the description of item, hazardous nature if any and

precautions/care to be taken.

6.6 Any effort by bidder or bidde s age ts, o sulta t o ep ese tati e, ho soe e des i ed, to influence

the Owner (BPCL) in any way concerning scrutiny / consideration / evaluation / comparison of the bid

or decision concerning award of contract shall entail rejection of the bid.

6.7 Offers and all correspondence must be in English language only.

6.8 Cutting / Correction: All entries in the tender must be written in permanent ink or typewritten and there

should not be any erasing or overwriting or corrections. Any unavoidable mistake should be neatly cut

Page 14: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 10 of 11

and re-written without over-writing and use of correcting fluid. All corrections should be duly signed by the

Bidder.

6.9 The commercial terms offered by the bidder should be firm, clear and specific as the tenders shall

normally be finalized without seeking further clarification.

6.10 Bidder to confirm that free replacement shall be made in case the material supplied is rejected.

10.0 Instructions to Bidders for e-Tendering

10.1 The bidder is requested to download the te de f o BPCL s e -tendering website

https://bpcleproc.in and participate in the tender as per the instructions given above and herein, on

or before the due date and time of the tender. The tender available on the BPCL website can be

downloaded for reading purpose only. For participation in the tender, please fill up the tender online

on the e-tender system available on https://bpcleproc.in.

10.2 For registration on the e-tender site https://bpcleporc.in, bidder needs to download the User

I st u tio Ma ual f o the site a d ead it. They shall ha e to sele t E oll e t a d complete the

“upplie ‘egist atio Fo y filli g i all the i formation correctly. Kindly remember the login id,

password entered therein. After completing this process, system will generate an e-mail wherein a

syste ge e ated Challe ge Ph ase ill e ailed to you to complete balance registration process.

10.3 As a pre-requisite for participation in the tender, bidders are required to obtain a valid Digital

Certificate of Class IIB and above 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 Bidder. In case any Bidder so desires, he

may contact our e-procurement service provider M/s. C1 India Pvt. Ltd., Mumbai (Contact no. 022-

66865600) for obtaining the digital signature certificate. Please note that generally, it takes 5 working

days for obtaining a digital certificate after the submission of all required documents / fees. Non

availability of Digital Certificate shall be considered as the idde s eg et.

10.4 Corrigendum/ amendment, if any, shall be notified on the site https://bpcleproc.in. In case

any corrigendum/amendment is issued after the submission of the bid by any bidders, then such

Bidders, who have submitted their bids, shall be intimated about the corrigendum / amendment by a

system-generated email. It shall be assumed that the information contained therein has been taken into

account by the Bidder. They have the choice of making changes in their bid before the due date and

time. No communication other than the above will be circulated regarding Corrigendum / amendment,

if any.

10.5 Bidders are required to submit their bid online on or before the due date and time of closing

of the tender as depicted in this document. Bidders shall have to log on to the website

(https://bpcleproc.in) for submitting their bid. The system time (IST) that will be displayed on

eProcurement 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. Bidders 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 Bidder intends to change/revise the bid already entered, he may do so any number of times till

the due date and time of submission deadline. However, no bid can be modified after the deadline for

Page 15: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED, PROCUREMENT AND CONTRACTS SERVICES, MAHUL, MUMBAI 400 074, INDIA

CRFQ NO. 1000228619 Dated: 26.03.2015 DUE ON 04.04.2015 1400 hrs (IST) for STACK MONITORING ANALYSER SYSTEMS

Page 11 of 11

submission of bids. Once the entire process of submission of online bid is complete, the Bidders are

e ui ed to go to optio o id ie th ough dash oa d a d take the p i t of the e elope receipt as a proof of submitted bid.

10.6 Bids / Offers shall not be permitted in e-procurement system after the due date /time of

tender. Hence, no bid can be submitted after the due date and time of submission has elapsed.

10.7 No manual bids / offers along with electronic bids / offers shall be permitted.

10.8 Once the PQ Bid / Technical (or) un-priced bids are opened, bidders can see the list of Bidders

who have participated in the bid by logging on to the portal under their user ID and password and

li ki g o Othe Bids ie . “u se ue tly, i ase the p i e ids a e ope ed i E Tendering

platform, Bidders can see the rates quoted by all the participating bidders using the same option.

10.9 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 Bidders for

any interruption or delay in access to the site irrespective of the cause. It is advisable that Bidders

who are not well conversant with e-tendering procedures, start filling up the tenders 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 bid becomes viewable

only after the opening of the bid on/after the due date and time. Please be reassured that your bid

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.

10.10 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 bidding process including but not limited

to systems problems, inability to use the system, loss of electronic information etc.

10.11 In case of any clarification pertaining to e-procurement process, the Bidder may contact the following

agencies / personnel:

For any assistance regarding online submission of e-bids on BPCL E-Procurement web site, bidders may

contact Mr. Abhishek on all working days (Mon - Fri) on Tel. Nos. +91-8655885473 / +91 - 22 – 65354113 / +91 - 22 - 65595111 between 09.00 hrs to 17.00 hrs. IST or helpdesk of M/s. ETL on email [email protected].

Contact: 07940016816/6848: email id: [email protected]

Contact Persons:

Mumbai Office 1 +91 - 22 – 65354113 [email protected]

Mumbai Office 2 +91 - 22 – 65595111 [email protected]

Mr. Abhishek +91-8655885473 /+91 - 22 – 65354113 /+91 - 22 - 65595111

Page 16: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE ZC-BQC

BID QUALIFICATION CRITERIA

E-Tender FOR THE DESIGN, ENGINEERING, MANUFACTURE, TESTING,

INSTALLATION AND COMMISSIONING OF THE REQUIRED INSITU STACK ANALYZERS FOR

1. TECHNICAL CRITERIA FOR INDIAN BIDDERS

i) Bidder shall be either Original Equipment Manufacturer (OEM) of stack analyzer

systems OR Authorized dealer/distributor/Indian representative of stack analyzer systems.

ii) Authorized dealer/distributor/Indian representative of stack analyzer systems

shall submit a certificate from OEM regarding corporate undertaking to be jointly and

severally responsible with the Indian subsidiary for proper and timely performance of the

contract and discharge of liabilities of its Indian representative.

iii) Foreign bidder must have authorized Indian representative. Indian representative

must have established service set-up with sufficient qualified permanent manpower and

capable of providing regular AMC service for stack analysers. Bidder must submit

documentary proof of executing at least two such service contracts of each min. one year

duration or one such service contract of mmn. two years duration in India.

iv) Similar work means design, supply, erection/commissioning, AMC service of in-situ

type stack analyser systems for S02, NOX and CO in Refinery/ Petrochemicals/ Fertilizer/

thermal power plants which shall be operating without any air conditioning or specific shelter

with HVAC. The offered systems shall have been operating in India or abroad satisfactorily for

a continuous period of 8000 hrs in liquid fuel fired furnace application.

v) Offered system shall qualify Hazardous area certification of CI 1 Div 1 Gas gr. IIA, I IB and

for few stacks Gas Gr IIC also. The system shall be functional without air conditioning. In case,

the supplied system troubleshooting at hazardous area requires use of laptop, the same shall

be hazardous area suitable model only.

vi) Provision with purge / vortex coolers based systems are acceptable, however PC based

systems as controllers in field are not acceptable.

vii) Offered system shall qualify any of the measurement technology / method approved

by CPCB/MPCB.

viii) The Bidder shall not be on the Holiday list of BPCL for past seven years calculated from

the time of bid due date of this tender.

Page 17: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE ZC-BQC

2. FINANCIAL CRITERIA:

i) Bidder shall have supplied, executed and completed at least one single similar order of

stack analyzer systems of value not less than Rs. 3.12 crores or US$ 490566 excluding taxes and

duties in the immediate preceding 7 financial years ending last day of the month previous to

the one in which the last date of submission of bid falls.

OR

Bidder shall have supplied, executed and completed at least two similar orders of stack

analyzer systems of value not less than Rs. 1.95 crores or US$ 306603* excluding taxes and

duties in the immediate preceding 7 financial years ending last day of the month previous to

the one in which the last date of submission of bid falls.

OR

Bidder shall have supplied, executed and completed at least three similar orders of stack

analyzer systems of value not less than Rs. 1.56 crores or US$ 245283* excluding taxes and

duties in the immediate preceding 7 financial years ending last day of the month previous to

the one in which the last date of submission of bid falls.

ii) The average annual turnover of the bidder during the immediate preceding three

financial years ending 31st March of the previous financial year shall be minimum Rs. 1.17

crores or US$ 183962*.

iii) The financial networth of the bidder as per latest annual audited balance sheet shall be

positive.

iv) The bidder shall submit the latest annual audited balance sheets including profit and

loss accounts. In case of Foreign company, CEO / CFO certificate (the parent company for itself

or for its subsidiary) for their turnover or the financial statement to be furnished in original

from the company or from the parent company (in case bidder is a subsidiary) stating the

turnover of the bidding entity along with a declaration that the bidding company is not in a

position to submit its financial statement as per the local / internal regulation (clearly specifying

the applicable regulation) with an endorsement by Chartered Accountant / Statutory Auditor /

Certified Public Accountant (not being an employee or a Director or not having any interest in

the bidder(s) company / firm) OR a reference of the local regulation restricting this

endorsement is given in the CEO / CFO certificate.

v) Bidder shall furnish any of the following documentary evidence in support of the above

points.

a)Purchase Order copy along with proof that supplies against the PO have been

executed.

b)Purchase Order copy along with proof (Bank Certificate) indicating payment against

the PO.

c)Purchase Order copy along with Execution certificate by client with order value.

d)Any other document which fulfills the qualification criteria.

BQC- SMS Page 3 of 3

Page 18: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE ZC-BQC

vi) In case a foreign bidder submits any of the Pre Qualification support documents in any

language other than English, then it will be the responsibility of such foreign vendor to also

provide the English translation copy of the same duly certified, stamped and signed by their

Local Chamber of Commerce.

vii) Submission of authentic documents is the prime responsibility of the bidder. Wherever

BPCL has concern or apprehension regarding the authenticity /correctness of any document,

BPCL reserves the right of getting the documents cross verified from the document issuing

authority. In case of ambiguity or incomplete documents the owner reserves the right to reject

the bidder's tender without assigning any reason.

** ******* **

Page 19: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Material/Services required at:

M/s. BHARAT PETROLEUM CORPN. LTD

MUMBAI REFINERY

MAHUL,

MUMBAI - 400074

India______________________________________________________________________________________________________________________________________________TWO BID BASIS

You are invited to quote online through BPCL E-Procurement website

https://bpcl.eproc.in "On-Two-Bid-Basis" for supply of material as per the

enclosed Tender Documents

Validity of your offer should be 120 days from the tender due date.

PLEASE SPECIFY EXCISE CHAPTER ID AGAINST EACH ITEMS WHEREVER APPLICABLE.

GROSS AMOUNT :- Kindly mention Gross amount in words and figures in the

price bid.

SUBMISSION OF TENDER ON LINE:

Bidders are requested to submit / upload their UNPRICED & PRICED BIDS

alongwith all required documents, on or before the due date by 14.00hrs, on

BPCL E-Procurement website https://bpcl.eproc.in maintained by M/s.

E-Procurement Technologies Ltd.

For any assistance regarding online submission of bids on BPCL E-Procurement

web site, you may contact Mr. Abhishek Parsai on mobile no. 8655885473 on all

working days(Mon - Fri) between 0900 hrs to 1700 hrs.

BPCL support desk numbers for e-tendering is provided below :

All India +91 79 4001 6816/6848/6844/6868

Mumbai : 022 65354113 / 022 65595111.

Hard copies of the bids shall not be submitted,unless specially asked for by

BPCL.

DEVIATION :

You are requested to have all your queries clarified before bidding. However,

if you still have deviations from our RFQ and the attachments (specifications

/ scope of work / Drawings ) etc. please indicate deviations in your offer in

a separate attachment titled 'DEVIATIONS', appearing in Bid common forms,

To,

M/s. BPCL ESTIMATE

MUMBAI . India - 400038.

Ph:,Fax:.

Vendor Code:300648

Quotation Due Date/Time:04.05.2015/10:00:00

For Bharat Petroleum Corporation Ltd.Vendor Sign & Stamp

REQUEST FOR QUOTATION Collective RFQ Number/ Purchase Group

1000228619 / N10-INSTRUMENT ITEMS

Contact person/Telephone

RAI P R (MS)/22-25533281

Fax : 22-25541718

Email:[email protected]

Our ref.:

RFQ No/Date: 6000815283 / 26.03.2015

Page 1 of 9

Page 20: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

giving reference to RFQ clause no, else your offer shall be presumed to be in

line with BPCL enquiry (Both technically and commercially) and no changes in

future shall be entertained. Deviations appearing in seperate attachment

titled 'DEVIATIONS',appearing in Bid common forms, shall only be considered

while evaluating the offer. In case there are no deviations, please submit

"NIL DEVIATIONS". Deviations mentioned elsewhere shall not be considered for

evauation.

Two separate orders for supply and services will be placed and order will be

placed on single point responsibility basis.

BPCL reserves the right to cancel this tender without assigning any reasons._______________________________________________________________________ Item Material Qty Unit Unit Basic Rate

Description Delivery date (in Figures)_______________________________________________________________________00010 60.97.99.480.8 11 set.

STACK MONITORNG ANALYZER SYSTEM 30.06.2015

STACK MONITORING ANALYZER SYSTEM FOR MEASUREMENT

OF SOX NOX AND CO CONCENTRATION IN STACK FLUE GASES

LOCATION: FCCU CCU BOILER HOUSE CPP BBU AROMATICS DHDS. _________________________________________________________________Detail scope shall be enclosed with tender.

Unit Basic Rate (In Words) : ____________________________________________________

Excise Duty % : ________ % VAT% : _________ % CST% : ___________ %

Excise tariff no./Chapter id : ______________

Packing & Forwarding Charges : ________ % per unit OR ____________ (INR) per unit

Freight Charges : ________ % per unit OR ____________ (INR) per unit

Third party Inspection charges : ________ % per unit OR ____________ (INR) per unit

Octroi Charges(If applicable) : ________ %

Other charges (if any ) : Please specify separately

_______________________________________________________________________

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 2 of 9

Page 21: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

1.Pricing typesLOCAL BIDDERS

PRICING TYPE

Firm, inclusive of all packing & forwarding charges, taxes, duties, levies,

transportation up to BPCL Warehouse. However, basic material cost, packing &

forwarding charges, duties, taxes, transportation charges if applicable shall

be indicated in the quotation.

Octroi: We shall reimburse the Octori charges if applicable as per prevailing

rate against the original octroi receipt alongwith B-form. However, you shall

mention the prevailing octroi rate in your quotation.

No deviations will be accepted.

FOREIGN BIDDERS

Please note that your quotation shall Preferable in US $.

Please quote FOB Price upto nearest airport.

Your quoted price should remain firm till completion of order.

2.Deadlines

Please quote the earliest delivery date

3.Terms of deliveryLOCAL BIDDERS:

Material to be delivered on "Door Delivery" basis at our Mumbai Refinery

Warehouse.

NOTE TO TRANSPORTER / DELIVERY MAN :

Driver / Helper / delivery person bringing the material must carry with them

any one of the identity proof viz. driving licence / PAN Card / Adhar card

etc., without which the person will not be allowed to enter inside the

refinery.

FOREIGN BIDDERS:

FOB nearest airport.

4.Shipping instructionsFOREIGN BIDDERS:

Material to be despatched through our Freight Forwarder whose details shall be

made available in our purchase order.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 3 of 9

Page 22: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

5.Terms of paymentPAYMENT TERMS FOR LOCAL AND FOREIGN BIDDERS

A) Supply of Material:

70% payment on receipt and acceptance of the materials at BPCL site.

20% payment after 6 months of receipt and acceptance of the materials at BPCL

site.

10% payment after 12 months of receipt and acceptance of the materials at BPCL

site against PBG for equivalent 10% of total Value of supply valid for 12

months.

B) For Service:Installation and commissioning & training

100% will be paid on completion of installation and commissioning of analysers

at BPCL site & training.

6.Warranties

Material shall be guaranteed for Good Workmanship, Quality of Material and

satisfactory performance for a period of 18 months from the date of despatch

or 12 months from the date of commissioning whichever is earlier.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 4 of 9

Page 23: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

7.Penalty for breach of contractLOCAL BIDDERS

BREACH OF CONTRACT

PRICE REDUCTION CLAUSE :

Contractual delivery date for despatches F.O.R. Destination/ F.O.R. Site, the

date of delivery shall be the date on which the goods/ material are delivered

to nearest destination rail head or owner's warehouse at Site. The time and

date of delivery of stores/ material/ equipment as stipulated in the order

shall be deemed to be the essence of the contract. In case of delay in

execution of the order beyond the date of delivery as stipulated in the order

or any extensions sanctioned, BPCL may at its option:

1.Accept delayed delivery at prices reduced by a sum equivalent to one half of

one percent(1/2%) of the value of any goods not delivered for every week of

delay or part thereof, limited to a maximum of 5% of the total 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 (1) above in respect of goods delivered.

FOREIGN BIDDERS

PRICE REDUCTION CLAUSE :

Contractual delivery date for despatches F.O.B/FCA the date of delivery shall

be the date on which the goods/ material are delivered to our freight

forwarder. The time and date of delivery of stores/ material/ equipment to our

freight forwarder as stipulated in the order shall be deemed to be the essence

of the contract. In case of delay in execution of the order beyond the date

of delivery as stipulated in the order or any extensions sacntioned, BPCL may

at its option:

1. Accept delayed delivery at prices reduced by a sum equivalent to one half

of one percent(1/2%) of the value of any goods not delivered for every week of

delay or part thereof, limited to a maximum of 5% of the total 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 (1) above in respect of goods delivered.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 5 of 9

Page 24: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

8.Contract riders (clauses)FOREIGN BIDDERS

Material if rejected shall be replaced free of cost to BPCL on D.D.P. Basis.

LOCAL BIDDERS

Material if rejected shall be replaced free of cost on F.O.R. BPCL Warehouse

basis.

The clauses to be included in all the tenders are as given below:

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.

Clause regarding EMD acceptance from NSIC/MSE units

Units registered with National Small Industries Corporation (NSIC) and/or

Micro or small Enterprises (MSE) are however, exempted from payment of EMD

subject to:

1. The unit being registered for the item tendered

2. Registration certificate being valid as on date of quotation

The photocopy of the valid NSIC registration certificate/review certificate

duly attested by a gazetted officer/notorised and/or Valid MSE registration

with any notified body specified by ministry of micro, small and medium

enterprises should accompany the bid documents. Failing which such bid will be

treated as bid received without EMD and liable to be rejected.

Clause regarding purchase preference to Micro and Small Enterprises

Owner reserves its right to allow Micro and Small Enterprises (MSEs) 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 and a MSE owned by SC/ST

entrepreneurs shall be decided based on the Net Evaluated Price quoted by the

said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

Bidders claiming purchase preference as MSE need to submit the following

documents:

a. Notarized copy of all the pages of the EM-II certificate issued by the

appropriate authorities mentioned in the Public procurement policy of

MSEs-2012.

b. Vendors' declaration on a duly notarized Rs.100 stamp paper stating that,

in the event of award of contract, all the ordered supplies shall be made from

the unit for which MSE certificate has been submitted.

The photocopy of the Valid MSE registration with any notified body specified

by ministry of micro, small and medium enterprises should accompany the bid

documents. Failing which no price preference will be considered in such cases.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 6 of 9

Page 25: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

The Net Evaluated Price is the all inclusive delivered price.

Net Evaluated Price = Quoted Basic Price + Excise duty + Freight +local taxes

and duties+ Octroi Charges and /or entry tax less Cenvat Benefits on Excise

and Input Tax Credit on VAT.

In case the charges like, freight, Octroi charges and/or entry tax are not

indicated explicitly in the bid, BPCL will consider the standard % as deemed

fit for estimation.

Criteria for the award of tender quantity to MSE vendors

For general items where 20% is applicable

In case bidder is registered as MSE quotes within the price brand of L1+15

percent, such MSE shall also be allowed to supply a portion of the requirement

by bringing down their price to L1 price where L1 price is from someone other

than a micro and small enterprise. Such MSE shall be allowed to supply 20% of

total tendered value.

In case of more than one such MSE qualify as above; the supply of up to 20%

shall be shared proportionately. Further, if L1 happens to be an MSE , the

entire quantity (100%) shall be awarded to MSE vendor without any share to

other MSE vendors.

9.AttachmentPlease find attachments in Acceptance Of Documents at our eTENDER portal.

10.Other contractual stipulationsThe Bidder shall be agreeable to accepting part order at Owner's option

without any limitation whatsoever and also acceptable to repeat order at the

same unit prices, terms and conditions.

11.DeliveryDelivery period ____________ weeks

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 7 of 9

Page 26: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Important Notice_______________________________________________________________________ Sr.No Description_______________________________________________________________________ 001 Quotation received after due date will not be entertained

002 Your quotation must specify exact amount or percentage discount,

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

as applicable.

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

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

affect your vendor rating.

004 No quotation will be accepted without your rubber stamp and

signature.

005 Your quotation must be strictly in enclosed envelope

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

006 For all future correspondences please mention the vendor code

Collective RFQ Number & RFQ Number.

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 8 of 9

Page 27: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

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

_______________________________________________________________________Collective RFQ No. : 1000228619

Our Reference: Due Date : 04.05.2015

RFQ No. : 6000815283 Due Time : 10:00:00

Subject:

To,

BHARAT PETROLEUM CORPORATION LTD-MUMBAI REFINERY

P & CS DEPT .SOUTH BLOCK, 2ND FLOOR,

MAHUL, CHEMBUR,

MUMBAI

400074

Purchase Group : N10-INSTRUMENT ITEMS_______________________________________________________________________

To:M/s. BPCL ESTIMATE MUMBAI - 400038 India (300648)

For Bharat Petroleum Corporation Ltd.Vendor Sign & StampPage 9 of 9

Page 28: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LIMITED (Mumbai Refinery)

REPLACEMENT OF STACK MONITORING ANALYZER SYSTEM (SMS) OF ELEVEN NUMBERS

OF STACKS

TECHNICAL DETAILS THIS SECTION COVERS ALL TECHNICAL DETAILS, INCLUDING THE SPECIFICATION, SCOPE, TECHNICAL DETAILS FOR THE DESIGN, ENGINEERING, MANUFACTURE, TESTING, INSTALLATION AND COMMISSIONING OF THE REQUIRED INSITU STACK ANALYZERS FOR BPCL MUMBAI REFINERY. HOWEVER, THESE ARE BROAD GUIDELINES AND THE VENDOR SHALL PROVIDE SPECIFIC DETAILS OF THE OFFERED SYSTEM. VENDOR SHALL ACKNOWLEDGE AND ACCEPT THE DETAILS GIVEN HEREIN AND EACH PAGE SHALL BE DULY SIGNED AND STAMPED BY THE VENDOR AS AN ACKNOWLEDGEMENT OF THE SAME. ANY SPECIFIC DEVIATION FROM THE SAME SHALL BE SPECIFICALLY AND SEPARATELY BE BROUGHT OUT IN THE DEVIATION STATEMENT FORMAT ENCLOSED WITH THE REQUEST FOR QUOTATION.

INDEX

Sr.No. Section Page no

1.0 Introduction 2

2.0 General Instructions 2

3.0 Proven Track Record 4

4.0 Logistical Support 4

5.0 Area Classification and Approvals 4

6.0 Scope of Work 4

7.0 Scope of Supply 6

8.0 Installation & commissioning 7

9.0 Spare Philosophy 8

10.0 Inspection & Testing 8

11.0 Delivery Schedule 10

12.0 Training 10

13.0 Warranty 10

14.0 Comprehensive Annual Maintenance Contract (CAMC)

11

15.0 Documentation 15

16.0 Payment Terms 15

17.0 Technical Specifications 17

18.0 Attachments 19

Page 29: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 2 of 19

1.0 INTRODUCTION BPCL proposes to replace the existing continuous emission monitoring system of eleven numbers of stacks with INSITU type stack analyzer systems that requires less maintenance, less sample handling components and do not require Analyzer room / shelter and air conditioning. The proposed analyzer systems shall be installed at the individual stack in the field. Vendor is responsible for the selection of proper analyser, analyser panel and all accessories within the stated performance requirements and to meet the specifications in totality. If at any stage, till the completion of the order, the supplied instruments & accessories are found unsuitable for the specified operating and design conditions, the Vendor shall replace the same with a suitable model no. meeting the specifications without any schedule/cost implication. Vendor shall provide all hardware and software, as necessary, to meet the functional requirements specified in PR. 2.0 GENERAL INSTRUCTIONS 2.1 It is important that the vendor first satisfies the bid qualification criteria (general & financial) to be eligible for further evaluation of technical offer.

2.2 Vendor must submit the main offer in two bid format – technical and priced bid. Technical bid must contain the un-priced format and bill of materials (BOM) stamped and duly signed. Make and model number of the equipments shall be mentioned clearly.

2.3 The offer shall include a schematic block diagram showing all units with model number and interconnecting cabling with size and type included.

2.4 This technical specification covers the minimum requirements for engineering, design, manufacturing, testing, installation, site testing and commissioning of the Continuous Stack Emission Monitoring System. The system is envisaged to continuously measure SO2, NOx and CO concentration levels in the specified stack and provide suitable analog and serial communication to the host system. The supply and configuration of host system is excluded from this tender.

2.5 Analyzer System shall be microprocessor based with self test, calibration, multiplexing of Stacks with diagnostic features.

2.6 The measurement of SO2/NOx/CO shall be done in single analyser. The analyser shall be In-situ type wherein the probe and sample handling system shall be integrated. Process sample shall not be transported beyond the probe.

2.7 SO2, NOx and CO analysers shall be provided with common probe with single analyser.

2.8 System shall have capability to display the measured values both (mg/m3 and ppm) and diagnostic features in a display unit installed near the stack at the ground level.

2.9 Analyzer System shall be supplied complete with sample conditioning, calibration and auto purge unit, Signal cables, Power cables, requisite accessories, spares as required and all other components in fully assembled condition.

2.10 All devices required to ensure safe and satisfactory operation of the system shall be included in supplier’s scope even if not specifically mentioned in this document. Any additional equipment, components and/or changes in design of equipment to fulfill the operational requirements, even though not explicitly mentioned, shall be included in the scope of supply.

2.11 Vendor must quote for all analyser for all stacks, as split ordering shall be avoided to minimize variety of analysers for similar service and future spare requirements. However, owner reserves the right to delete some of the stacks at a later stage during technical evaluation.

2.12 The datasheet and specifications herein indicates the minimum requirement. However this does not absolve the bidder of the responsibility for proper selection with respect to the following:

2.12.1 Vendor shall submit the stamped and signed specification & datasheet attached with the RFQ. 2.12.2 Selection of suitable stack analyzer appropriate for the given range and service.

Page 30: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 3 of 19

2.12.3 Selection of sample handling system including, conditioning facilities like filters etc. 2.12.4 Communication of data between various components supplied. 2.12.5 In case of contradictions among various portions of specifications, datasheets etc. the supplier shall obtain clarification in writing from the owner and the final decision shall be made by the owner.

2.13 Bidders may visit, if required, BPCL Refinery premises, to survey the site before submitting the offer to study the site conditions.

2.14 It is responsibility of vendor to provide all necessary items/ equipments to meet functional requirements as specified in this Tender Spec. If any additional item is found necessary at a later date to meet the Tender Specification requirements, the same shall be supplied by vendor without any time and price implication.

2.15 Owner has listed the approx. flange availability details in Table3. However it is vendor responsibility to verify the details at site to suit the quoted analyser. If any mismatch of flange or obstruction at site is observed, at a later stage, which hinders the installation of the analyser, then it shall be vendor’s responsibility to make necessary modifications to install the analyser without any cost or time implication to the owner.

2.16 The sub-vendor list for bought out items shall be approved by the owner.

2.17 Vendor shall be able to provide after sales service & spare parts support in India. It is important to have good service set up with trained engineers in India and preferably in Mumbai area, for a prompt response and high availability of the analysers. Non-availability of adequate service set-up shall be a rejection criterion.

2.18 CAMC rates shall be clearly indicated in the offer year wise with validity of four years.

2.19 All interconnecting tube & fitting MOC shall be SS316 of Sandvik/Swagelok/Parker.

2.20 Analysers shall be designed for 110VAC, 50 Hz. AC power Supply variation shall be +/-10% in voltage and +/-3 Hz in frequency. All equipment/items shall be suitable for this variation.

2.21 Instrument Air Pressure available at site is Min – 3 kg/cm2, Norm - 4 kg/cm2 & Max - 5 kg/cm2 with due point as - 20 degree C. or better.

2.22 In the event of the Vendor is an Indian representative, OEM (Original equipment manufacturer) shall furnish a Corporate undertaking to be jointly and severally responsible with the Indian subsidiary for proper and timely performance of the contract and discharge of liabilities of its Indian representative. However, it shall be the Single point responsibility of OEM for the satisfactory installation, commissioning, testing and performance of all the Stack Analyzer Systems, along with necessary support for spares, technical knowhow, for ensuring the proper maintenance of the offered Systems during the logistical support period.

2.23 Owner reserves the right to reject any/all offer without assigning any reason or further communication.

2.24 SITE CONDITIONS

All the field instruments/ items shall be suitable for unprotected installation in hot, tropical, humid and corrosive environment having following ambient conditions: Ambient Conditions: The site environmental conditions are as follows: Ambient temperature (Max//min.): 50 deg C/ 5 deg C Relative Humidity: 100%@32 deg C Maximum rainfall: 125 mm for a period of 1 hour

Page 31: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 4 of 19

3.0 PROVEN TRACK RECORD (PTR) 3.1 The analyzers and associated sample handling system shall be of proven design. Prototype or under testing instrument is not acceptable. Analyzer shall have the proven track record (PTR) for the successful operation for a minimum 8000 hrs in similar service in an industrial unit in India or abroad. Similar service would mean fuel oil burner based furnace application. 3.2 Bidders shall provide the list of similar Installations, with PO reference, user name, contact no., email address, year of installation, SAT copy, whether presently ‘in use or not’ status and performance track record certificates from the respective end users.

3.3 Vendor shall provide the certificate from OEM (Original Equipment manufacturer) stating that the analyzer system provided does not require Air conditioned (window, split or HVAC) room for its smooth functioning.

3.4 In addition to the above, the system engineering shall be carried out by the analyser vendor or an agency which has commissioned a similar system and is working satisfactorily for a minimum period of 8000 hrs.

3.5 Vendor shall clearly indicate the MTBF values for probe assembly and the controller unit in the offer.

4.0 LOGISTICAL SUPPORT

Vendor shall be able to provide logistics support for the system for fifteen years. The support shall also include all bought out items within the system supplied. A letter from OEM pledging service and spare parts support for 10 years shall be submitted along with the offer.

5.0 AREA CLASSIFICATION AND APPROVALS Electrical area classification near the process flange shall be IEC Zone-2, Gas Gr IIA/IIB,T3 and at the ground level near stack it shall be IEC Zone-1,Gas Gr. IIA/IIB T3. Vendor shall supply suitable instrument conforming to the above area classification. A copy of approval for intrinsically safe/flameproof/purged enclosure, whenever specified, from local statutory authority, as applicable, such as Chief Controller of Explosives (CCE), Nagpur or Director general of Mines Safety (DGMS) in India, along with:

a Test certificate from recognised house CIMFR/ERTL etc. for flameproof enclosure as per relevant Indian Standard for all Indian manufactured equipments.

b Certificate of conformity from agencies like CSA, BASEEFA, PTB, LCIE, FM, UL etc. for compliance to ATEX directives or other equivalent standards for all equipments manufactured outside India.

c Additionally analyser must be EPA approved. Vendor may note, better performance requirement if called for by the EPA requirements must be supplied by the Vendor.

d Vendor shall submit available approval from CPCB, India. 6.0 SCOPE OF WORK

The vendor shall carry out:-

6.1 Selection of appropriate stack analyzers for each stack, according to the specifications provided elsewhere.

6.2 Design, manufacture, installation and commissioning of the sample conditioning systems for the analyzers.

Page 32: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 5 of 19

6.3 Design of electrical requirement for the entire system, including the accessories. Vendor to note that the power supply shall be made available at one point near to stack and further distribution to individual components via MCB shall be done by vendor. Interposing explosion proof JB shall be supplied by the vendor including supply of cable glands. Vendor shall submit necessary power consumption calculation along with the offer.

6.4 Power supply consumption of the system shall be indicated for each component used in the system. Total load calculation should be done by the vendor and the power requirement for the system shall be specified in the offer. For load calculation maximum current drawn by the analyzer should be considered.

6.5 The installation and commissioning of the offered System shall be in the Vendor’s scope.

6.6 After the placement of Purchase order, Vendor shall start the detailed engineering for the execution and completion of the project with successful Installation & commissioning (I&C) within specified Completion Time.

6.7 Design and System engineering of all Analyzer Systems including sample probe, sample conditioning scheme, calibration related interconnection, mounting accessories & installation materials etc. to meet the specified functional requirements and specifications as given elsewhere in the tender, shall be done during the detailed engineering.

6.8 Detailed engineering should be completed by the Vendor before the receipt of all the Analyzer Systems and requisite I&C materials at the BPCL warehouse.

6.9 Vendor to submit the detailed Time Schedule for the Engineering, Supply, Execution and Commissioning of the project in ‘Bar Chart’ format. It is an important criteria for the technical evaluation. ‘Bar Chart’ shall essentially cover the following milestones:

a Design, engineering, manufacture, inspection (FAT) b Delivery of all the Analyzer Systems to BPCL warehouse c Installation and assembling of all the Analyzer Systems d Successful Commissioning of all the Analyzer Systems e SAT of all the Analyzer Systems

6.10 Conduct FAT with intimation to BPCL and supply the complete system.

6.11 Individual 4-20mA analog outputs (SO2,NOx & CO) from each analyzer shall be made available in a Terminal Block inside signal JB which is to be further connected to owner’s existing system by others using 1.5 sq.mm instrumentation signal cable. Supply of JB and all field cable glands shall be in vendor’s scope.

6.12 Erection and installation of the analyser with other components which as per the vendor are required for the proper functioning of the system.

6.13 Supply and installation of signal & power cable including cable tray between analyser and local display/controller unit shall be in vendor’s scope. Power shall be made available at one point in the field, further distribution is in vendors scope.

6.14 Air line shall be provided at one point near the analyser, further distribution shall be in vendor’s scope.

6.15 Calibration of the analyzers at site and verification of result. Analyzer calibration shall be possible in manual and auto. SS tubing from Stack probe to the ground floor near calibration gas cylinder facility shall be provided by the Vendor. Sample tubing shall be routed, dressed and clamped properly.

6.16 Conduct SAT after successful commissioning and handover the documents.

6.17 Provide necessary training of owner personnel.

6.18 Maintain the system as per maintenance contract scope.

6.19 The scope includes obtaining all statutory certifications / approvals from local regulatory and/or certifying authorities.

Page 33: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 6 of 19

7.0 SCOPE OF SUPPLY 7.1 Analyser system: One analyzer System for one Stack approach shall be adopted for this job. Hence eleven Stacks shall require eleven number of Stack Analyzer Systems. 7.2 Sample handling system: Necessary accessories like gauges, drain/vent valves etc. shall be provided by the Vendor. 7.3 Local display Panel: Supply of local display unit to display measured parameters and system diagnostics near to the stack at ground level. Panel MOC shall be SS316 with min. IP65 weather protection and suitable for hazardous area installation.

7.4 Calibration cylinder:

7.4.1 Supply of calibration gas cylinders as per following table including regulators (for each cylinder) and gas cylinder stand. Cylinder stand shall be supplied for each stack area. 7.4.2 Calibration cylinders shall have valid PESO (Chief Controller of Explosives) approval certificate, manufacturing certificate and Hydro-pressure test certificate of all the cylinders (soft as well as hard copies). 7.4.3 Quantity of total cylinders shall be calculated as per calibration gases required for startup, field testing, commissioning, SAT plus one year normal operation. 7.4.4 Calibration gas accuracy shall be adequate to demonstrate the repeatability of the analysers. It shall be vendor’s responsibility to suitably select accuracy of the calibration cylinder. 7.4.5 The calibration gas cylinders shall be supplied in dual manifold cylinder configuration. 7.4.6 Gas quantity shall be calculated based on a frequency of one calibration at fortnight interval as a minimum. Calibration shall be considered as 30 min for calculation. Vendor to provide the cylinder consumption calculation with the offer.

7.5 Accessories: Vendor scope includes supply of all interconnecting tubes & cables between analyser and local display unit/calibration cylinders, cable trays, supports etc. Vendor shall supply SS studs with necessary gasket for installation of analysers. Vortex cooling for panel shall be provided. 7.6 Canopies shall be used for all instruments, junction boxes, panels in the field. 7.7 Vendor shall provide suitable reducer and matching flange if the required process connection is different from the one indicated in the datasheet.

Sr. no

Analyzer Specification of calibration gas cylinder Qty Cylinder Location

1. SO2 Concentration : SO2 80% of range; Balance nitrogen Cylinder capacity : 10 lit Cylinder material : Aluminium Cyl filled pressure : min 110 kg /cm2g Cyl mixture validity : Minimum 12 months

5 (For 11 stacks)

FCCU, CCU,BBU, ARU,DHDS

2. NOX Concentration : NO 80% of range; Balance nitrogen Cylinder capacity : 10 lit Cylinder material : Aluminium Cyl filled pressure : min 110 kg /cm2g Cyl mixture validity : Minimum 12 months

5 (For 11 stacks)

FCCU, CCU,BBU, ARU,DHDS

3. CO Concentration : CO 80% of range; Balance nitrogen Cylinder capacity : 10 lit Cylinder material : Aluminium Cyl filled pressure : min 110 kg /cm2g Cyl mixture validity : Minimum 12 months

7 (For 11 stacks)

FCCU, CCU, HEB3,HRSG 3,BBU,ARUDHDS

Page 34: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 7 of 19

7.8 JB: Supply of interfacing JBs for power and 4-20 mA signal. JB shall be explosion proof type with required no. of entries. Cable gland at JB side shall be supplied for all cables. 7.9 All analyzer and its components including sample handling system shall be sourced from original equipment manufacturer. In case sample handling system provided by vendor other than equipment manufacturer, vendor shall furnish ‘Proven Track Record’ for the offered sample handling system used with same make/ model of analyzers. 7.10 Carryout FAT, installation & commissioning, SAT and execute comprehensive annual maintenance contract. 7.11 List of Documents to be provided along with the offer:

7.11.1 Submit with offer as per price bid format (Annex-02). 7.11.2 The offer shall include signed and stamped copy of owners specification attached

with the RFQ along with relevant the catalogues giving detailed technical specifications, model decoding details and other related information for each type of analyser and accessories covered in the bid.

7.11.3 Sample conditioning scheme, dimensional and layout drawing, connection diagram, complete datasheet, complete model decoding details, complete bill of material, list of bought out items with vendor name,

7.11.4 List of similar Installations, with PO reference, user name, contact no., email address, year of installation.

7.11.5 Signed and stamped copy of scope matrix (Annex-01) 7.11.6 Signed and stamped copy of performance guarantee certificate (Annex-03) 7.11.7 Signed and stamped copy of logistic support letter (Annex - 04). 7.11.8 Signed and stamped copy of capability assessment certificate (Annex-05) 7.11.9 Signed and stamped copy of compliance statement (Annex-06) 7.11.10 In general deviations are to be avoided. In case of any deviation / non acceptance of

any of the clauses given in the RFQ, the Vendor shall bring out the same and indicate it in the Deviation Statement (Annex-07) with details along with reasons for deviation.

7.12 Exclusions: 7.12.1 Supply and laying of signal and communication cables from interfacing JB to control system

in control room. 7.12.2 Supply and laying power cable from field to host power source. 7.12.3 Supply and laying of air line near to the analyser. 8.0 INSTALLATION & COMMISSIONING: 8.1 It shall be vendor’s responsibility to install at site the complete system including the probe, controller, display unit, cabling and tubing. Vendor may check the site condition before quoting. 8.2 The job of installation, erection and commissioning activities will be initiated immediately, on delivery of materials at site. The Analyzer Systems shall be installed, erected and commissioned sequentially, one after another, to the fullest satisfaction of BPCL engineers. 8.3 The display unit shall be installed at the ground level near stack. Approx. distance from process flange to display unit for one length cable shall be 80-100 mtr. 8.4 The Vendor shall take full responsibility of erection, commissioning and satisfactory performance of the offered System along with all accessories, as detailed in the RFQ. This includes and not limited to all associated civil works, structural steel & fabrication jobs, cabling, termination, etc. along with supply of all materials, labour, supervision, tools, tackles, etc. for completing the job to the satisfaction of BPCL engineer in-charge. 8.5 Supply, laying, terminating, testing and commissioning of Serial communication cables, Signal cables, Power cables, along with requisite accessories, including laying from Stack Analyzers to the respective Junction Boxes (as finalized during detail engineering) shall be in the Vendor’s scope. 8.6 Service requirement like power, air & water shall be provided by BPCL at only one point to be indicated by supplier in their drawings. 8.7 Analyzer sample probe shall be installed at the sample collection point of the respective stacks, as per the directions of BPCL.

Page 35: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 8 of 19

8.8 Control/display unit, if any, of the analyzer shall be installed near the stack at ground level, as per the directions of BPCL. 8.9 Signal Cable shall be laid from the analyzer system to the respective field JB. 8.10 Power supply cables shall be laid from the nearest power junction box in field which shall be decided during the detailed engineering. 8.11 Successful commissioning means all the analyzer Systems’ outputs are available in the owners control system in control room within the defined range as specified in the datasheet and all the analyzer systems provide sustained performance (of min 2 months) as per the BPCL requirement described in this tender. 8.12 Vendor shall deploy trained and experienced personnel for site activities. They shall follow refinery safety rules and regulations as given elsewhere. 9.0 SPARE PHILOSOPHY: Vendor to provide recommended spare list with quotation for all the items required to maintain the instrument in healthy condition. 9.1 Mandatory spares: Supply following mandatory spares, Vendor shall provide the following mandatory spares:

a) All types of cards (electronic): 10% subject to minimum 1 No. of each type. b) Motor chopper: 1 No. c) Pressure sensors: 1 No. d) Temperature sensors: 1 No. e) All types of gaskets and seals: 10%

Wherever % age is identified, Vendor shall supply next rounded figure. 9.2 Commissioning spares: Supply start up and commissioning spare parts as per vendor recommendations. Additional spare parts, if required, during start up and commissioning, even though not listed, shall be supplied by the vendor without any price implications. 9.3 Consumable spares Vendor to quote consumable spares for one year for the total no. of analysers from date of SAT completion. Till SAT all consumables shall be in vendor’s scope. The list shall be included in the offer along with part no. of each item with unit rate. 9.4 2 yrs years O&M spares Two years operational and maintenance spares for each analyser and its accessories as per vendor recommendations, which shall include spare parts like electronic modules, temperature controller, power supply module, flow meter, solenoid valve, pressure regulator, local indicator, tubes, fan assembly, sample cell, detector assembly, UV/IR source/lamps, set of o-rings, set of fuses etc. Validity of rate for these spares shall be 2 yrs from the date material supply. Mandatory, commissioning and consumable spares shall be considered for price evaluation. 10.0 INSPECTION & TESTING: 10.1 Factory Acceptance Test (FAT)

10.1.1 The offered Stack Analyzer Systems shall be tested at the OEM facility for the Factory Acceptance Tests (FAT).

10.1.2 The FAT will be witnessed by BPCL Inspectors/ third party inspection agent prior to dispatch. The FAT shall also include training of BPCL personnel.

10.1.3 Supplier shall be fully responsible for demonstrating the functional requirements of the system supplied.

Page 36: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 9 of 19

10.1.4 Vendor shall provide necessary facilities, utilities, competent manpower and consumables required for carrying out the inspection at the vendor’s works. Material shall be cleared for dispatch only on approval of test reports & Factory Acceptance Test witnessed by our personnel. Third party inspection, if applicable, shall be arranged by owner.

10.1.5 Following tests/ checks shall be carried out on each analyzer as a minimum: a. Physical dimensional verification and workmanship.

b. Bill of material check for each analyzer system including sample handling system.

c. Leakage testing of the complete system using nitrogen or instrument air.

d. Calibration and Repeatability check.

e. Functionality of the system in total.

10.1.6 The QA plan and inspection test plan shall be developed by the vendor and shall be forwarded to purchaser for approval.

10.1.7 The detailed procedure for FAT shall be informed by the Vendor to BPCL at least one month before the FAT.

10.1.8 All internal test reports shall be submitted to BPCL at least 2 weeks prior to FAT. 10.1.9 All equipments, tools, tackles, etc. required for the tests shall be provided by the

vendor. 10.1.10 All transportation, boarding, lodging, etc. for the BPCL Inspectors shall be borne by

BPCL. 10.1.11 The Analyzers shall be dispatched only after approval of the BPCL Inspectors/3 rd

party inspection agent. 10.2 Site Acceptance Test (SAT)

10.2.1 The Site Acceptance Test (SAT) shall be conducted at site after commissioning of the System to establish System performance, as detailed in the Specification. No separate charges shall be payable towards the SAT.

10.2.2 The purchaser will take over the system from the supplier after the SAT, which shall include successful uninterrupted operation of the integrated system for four weeks after commissioning of the system. However, the total care and maintenance of the Analyzer Systems till SAT shall be in the Vendor’s Scope.

10.2.3 Any malfunction of the system component shall be replaced / repaired as required. Once the system failure is detected the acceptance test shall start all over again from the beginning.

10.2.4 Supplier shall submit 3 sets of documents (both hard & soft copies) including As-Built drawings before conducting SAT.

10.3 Quality Control Program All goods supplied by the Vendor shall be subject to Vendor’s quality program. Vendor shall provide a DIN 50049, 2.1 certificates for the completed instrument.

10.3.1 Hydrostatic Test: a Procedure : Vendor standard b Acceptance level : Vendor standard c Extent : Pressure retaining parts d Certificate : DIN 50049, 3.1 B

10.3.2 Physical/Visual Examination:

a Procedure : Vendor standard b Acceptance level : BPCL technical specification/ Vendor drawings c Extent : Dimensional details, tag plates, components

Page 37: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 10 of 19

location, general workmanship, wiring and connection details, connection sizes, cable gland sizes, etc.

d Certificate : DIN 50049, 2.1

10.3.3 Functional Test and Calibration:

a Procedure : Vendor standard b Acceptance level : Purchaser technical specification c Extent : Assembled Analyzer System d Certificate : DIN 50049, 2.1

Each Analyzer System shall be provided with a calibration certificate traceable to national & international standards, as carried out by Vendor, with all results as required by this specification. Calibration shall be done based on approved standard equipment.

10.3.4 Mechanical Testing and Chemical Analysis:

a Procedure : Applicable material standard b Acceptance level : Applicable material standard c Extent : Pressure retaining parts d Certificate : Material certificate, DIN 50049, 3.1 B

11.0 DELIVERY SCHEDULE All the material shall be delivered at M/s BPCL warehouse. Two copies of the Bill of Material shall be shipped along with the material. Delivery of part material shall not be entertained. Necessary precautions shall be taken for adequate protection of the equipments during transit. In general the packing shall be shipment worthy, eco-friendly packing and labelled, indicating clearly the description of the item, hazardous nature if any, precaution and care to be taken.

Material delivery period shall preferably be 4 months. Installation & commissioning period shall preferably be 2 months.

12.0 TRAINING: The Vendor shall provide training for two BPCL personnel for 3 days at OEM works during inspection visit. The training shall cover design details, operation & maintenance. All necessary charges for travel, boarding, lodging, etc. for the BPCL personnel shall be borne by BPCL. Similarly, training at site shall be organized for BPCL staff in three batches, each batch of two days, after commissioning of the System. All requisite facilities along with expert faculty on the system for conducting the training shall be arranged by the Vendor. All necessary charges for travel, boarding, lodging, etc. shall be in vendor scope. The cost of all training shall be quoted separately as indicated in the Price Bid format. 13.0 WARRANTY: Warranty period shall follow after the successful completion of Site Acceptance Test for all the Stack Analyzer Systems. The offered System shall be under Warranty for a period of 12 months from the date of SAT or 18 months from the date of delivery of the System at site, whichever is earlier. During the warranty period all non-performance and breakdown maintenance of the System shall be carried out by the Vendor, along with supply of all spares required for the trouble free performance of the complete offered System, free of charges

Page 38: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 11 of 19

14.0 COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (CAMC) 14.1 Scope of work

14.1.1 After completion of standard warranty, vendor shall be able to provide

comprehensive annual maintenance service for five years for all analysers supplied including accessories. Capability of providing after sales service by the vendor shall be important criteria for bid evaluation. Hence, vendor offer shall clearly justify the capability.

14.1.2 CAMC shall start immediately after completion of SAT. 1st year CAMC rate shall be valid till completion of one year from SAT. 2nd year CAMC rate shall be valid till completion of 1 st year CAMC. Likewise 5th year CAMC rate shall be valid till completion of 4th year CAMC.

14.1.3 The scope of work shall be performed by trained analyzer specialists for maintenance, operations and performance improvement of analyzers. Vendor shall ensure the calibration / proper functioning of Analysers, Sample handling system, and other associated systems.

14.1.4 Attending failure immediately by repair or replacement of the failed component. Provide system maintenance and repair of system or workmanship defects during the contract period free of charge (parts and labor).

14.1.5 Any third party equipment supplied along with the system namely under this project shall be part of the CAMC and shall be maintained by the vendor.

14.1.6 CAMC shall be inclusive of consumables. 14.1.7 Service or maintenance personnel shall be able to receive 24-hour help-desk

technical support provided by the system manufacturer. 14.1.8 In the event of any malfunction of the analysers, experienced service engineer shall

be made available at site within 24 hours on the receipt of such information from BPCL. 14.1.9 Contractor shall carry out the job/activity after obtaining the proper permit from the

user/ operation department. 14.1.10 Contractor Engineers will follow the safety rules, statutory rules and regulations, labor

laws etc.of BPCL. 14.1.11 Contractors engineer and technicians shall report daily to the BPCL engineer/

Engineer-in-charge for reporting /performing the activities. 14.1.12 Contractor needs to go through BPCL safety training before working in plant area

and avail valid safety certificate. 14.1.13 A monthly review meeting of management of Contractor with BPCL will be held at

site to assess the performance of Analyzers and preparation of action plan for immediate implementation.

14.1.14 In case of extreme emergency of the job requirement for working during holidays, compensatory off can be given for the number of worked days in a month.

14.1.15 Calibration shall be witnessed by M/S BPCL officer in-charge for the purpose of establishing availability.

14.1.16 For any modification in the analyzer system the same shall be detailed and carried out after approval from M/s BPCL for which necessary assistance shall be provided by M/s BPCL.

14.1.17 Preventive Maintenance

14.1.17.1 This involves complete periodic overhaul of the analysers, inspection of the sample handling, cleaning/replacement of filters as per schedule, environmental operating condition checks, calibration checks and detailed reporting.

14.1.17.2 Periodic servicing and calibration of analyzer, sample probes, panel. 14.1.17.3 Regular replacement of analyzer consumable as per requirement / agreed

procedures. 14.1.17.4 Checking of leaks in system. 14.1.17.5 Checking of gas cylinder pressure, remove empty cylinder and Connect new cylinder,

if required. 14.1.17.6 Future cylinder requirement is to be given at least one week in advance.

Page 39: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 12 of 19

14.1.18 Breakdown Maintenance

14.1.18.1 Troubleshooting of all instrument failures, In case the problem cannot be identified by the site engineers then analyzer specialist to be organized as early as possible. If problem can not solved by specialist and need OEM support in those circumstances methods of action will be mutually agreed and discussed.

14.1.18.2 Identifying of defective PCBs in analyzers shall be in contractor's scope. 14.1.18.3 Repairing of analyzer e.g. change / cleaning of cuvettes, detectors, lamps etc. 14.1.18.4 BPCL will provide single point power supply of 230/415/110V AC, any breakdown

after that point including analyzer system shall be rectified by the Contractor. 14.1.19 Daily activities

14.1.19.1 It shall include inspection of general healthiness of the system, study and advice on

daily maintenance, inspection of analysers if any problem is reported, and running of test programs, on-line servicing and solving reported problems.

14.1.19.2 Daily Performance checking of analyzers, components, sampling system and other associated accessories.

14.1.19.3 Contractor shall ensure the reliability of the analyzers. The reading should co-relate to standard mixtures, lab results depending on method of lab measurement.

14.1.19.4 Contractor shall make agreed procedures for each analyzer maintenance, calibration and trouble shooting and to follow the same.

14.1.19.5 Removal of analyzer stack probes, cleaning the filters and probe units, re-installation as per preventive schedule.

14.1.19.6 Contractor shall maintain daily LOG BOOK and update records of each analyzer for all activities like calibration, faults observed, action taken, next cal. Schedule and spares utilized and available spares. All these records as per BPCL approved formats.

14.1.19.7 Cleaning of site after/during the servicing/ maintenance job to maintain the necessary ambience.

14.1.19.8 Working hours shall be 8 hours basis, 6 days a week. Contractors engineer/ technician shall follow BPCL list of declared holidays.

14.1.20 Emergency Service

14.1.20.1 In the event of any malfunction of the analysers during this period, service

Engineer must report at site within 24 hours of report of failure (including Saturday/Sunday/holiday), with necessary spares. The system must be brought back within maximum 24 hours after reporting at site.

14.1.20.2 There shall not be any limit on number of visits on emergency call. 14.2 Contractor's scope of supply

14.2.1 All tools, test instruments and tackles required to maintain the analyzers shall be in

contractor's scope. 14.2.2 Minor consumable like Teflon tape, insulation tape and cleaning agents etc. shall be

arranged by contractor. 14.2.3 Supply of spares & consumables shall be in Contractor’s scope. 14.2.4 All personal protective equipments like safety helmet, safety shoes and safety belt

required for working inside battery area shall be in contractor's scope. 14.2.5 Contractor shall ensure availability analyzer specialist Engineer trained from

manufacturer works at BPCL Refinery Site during contract period for carrying out day to day maintenance and troubleshooting of analyzers as mentioned above. Analyzer technicians having minimum of five years experience in analyzer field shall assist your engineer during this Contract period. BPCL shall reserve the right for seeking the replacement of another engineer, in case of their deputed site engineer / technician being found not suitable.

14.2.6 Contractor’s engineers to perform general shift duties of 9 hours duration (08:00 AM to 5:00 pm) and also attend to the problems on odd hours if required to meet the exigencies. During emergencies, the maximum working hours are limited to 12 Hours for any of the

Page 40: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 13 of 19

contractor staff. Compensatory off will be given if worked on Sundays & BPCL declared holidays.

14.2.7 However for any ongoing and continuation jobs and in situation where more than two analyzers are down, the contractor is expected to work on need basis with analyzer specialist to meet the 95% availability.

14.2.8 Contractor shall provide Cycles to their engineer for mobility inside the refinery. 14.2.9 Contractor shall submit bio-data, training details of the regular site engineer, analyzer

technicians & additional analyzer experts for approval from M/s BPCL end. (Minimum requirement is 5 years experience in analytical field).

14.2.10 For major breakdown jobs OEM trained specialist visit for troubleshooting in addition to site engineers is required as per requirement.

14.2.11 Movement of cylinders from one analyzer location to another analyzer location and from W/H to analyzer location and back to W/H shall be in contractor's scope, BPCL will provide three wheeler bicycle for the same.

14.2.12 Contractor to submit the weekly & monthly report of the status of the analyzer.

14.3 Servicing of Analyzers – guidelines

14.3.1 Removing the analyzer from the cabinet/ process. Cleaning the sample cell thoroughly as per the instruction given in manual for removing any dust or contamination occurred.

14.3.2 Cleaning the glass filter and other reference /measuring filters. Cleaning the capillaries if any.

14.3.3 Check the healthiness of the source and detector and rectify/replace the same if required.

14.3.4 Check for the heater and temperature sensor for its healthiness and rectify/replace the same if required.

14.3.5 Clean and Check the main board if applicable for its healthiness and rectify/replace the same if required. Check the signal output card.

14.3.6 Check the system tubing's for any leakage/ choking of sample inside the analyzer and replaces the tubing's if required.

14.3.7 Switch off the analyzer and sampling system and allow the analyzer to cool down before opening heated enclosures to avoid thermal shock.

14.3.8 All jobs required for Cleaning of measuring cell & measuring cell windows shall be done as per the recommendations of the manufacturer's maintenance manual and direction of engineer-in-charge.

14.3.9 Check enclosure purge air pressure as recommended in respective analyzer manual. 14.3.10 Replacement of Source lamps for any unstable lamp voltage or any unstable

analyzer output under zero gas condition. Replacement to be done strictly as per manufacturer's manual/as per need.

14.3.11 Checking of Detector (photodiode/PMT) for its healthiness and replacing/adjusting the same for better response.

14.3.12 Checking 4-20ma output of the analyzer and cross-check the same with respect to the reading.

14.3.13 Check the zero calibration of analyzer as per the instruction in manual after powering on and generate monthly calibration report as per the formats of BPCL.

14.3.14 Checking response of analyzer after completion of Auto / Manual zero. 14.3.15 Record all the findings and the action taken in relevant register and the same should

be certified by the BPCL engineer in the register itself.

14.4 Maintenance & Calibration of Analyzer. 14.4.1 Record the reading of analyzer before calibration and ensure that there is no alarm in

the analyzer w.r.t to sample flow, detector/cell temperature, pressure or any other fault/alarm which can affect the operation of analyzer. Rectify the fault if observed in the analyzer or its sampling system.

14.4.2 Check the Analyzer for any moisture carry over wherever applicable. Check whether air is going to analyzer.

Page 41: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 14 of 19

14.4.3 Feed the standard zero/low and span/high gas one by one. Allow the readings to stabilize and adjust the true readings in the analyzer automatically/manually or as per the instruction in manual / engineer in-charge if required.

14.4.4 Put the analyzer back to the sample and record the readings.Check the mA output with respect to the present reading. Adjust the 4 to 20 mA output of analyzer if not matching with standard gas.

14.4.5 Generate calibration report strictly as per the format given by BPCL and as per the direction of Engineer In-charge specifically mentioning the Drift, Faults, Action taken, Spares used, if any.

14.4.6 Record all the observations and action taken in a register duly signed and certified by BPCL engineer.

14.5 AMC start up initial activities

Following jobs are to be completed within 15 days of start up of contract jobs. 14.5.1 Yearly preventive maintenance schedule to be submitted. 14.5.2 List of annual spares / consumables consumption, adequate stock of spares required

for all the analyzers, covered under this contract to be submitted.

14.6 Analyser availability: 14.6.1 Vendor shall be able to maintain analyser availability of 95% per month. Availability

of analyser shall be ascertained through DCS historical trending and section 16.4(deductions).

14.6.2 It is vendor’s responsibility to deploy necessary manpower on daily basis or visit basis to fulfill the requirement of 95% availability. As per our experience it is preferable to deploy vendor’s service manpower at site on daily basis. Vendor must clearly indicate the proposed methodology in their offer. Vendor’s offer shall be liable for rejection without this information.

14.7 Spares availability

14.7.1. It shall be obligatory on the part of the vendor to modify and/or replace any hardware and modify the operating, application and diagnostic software free of cost, in case of any malfunction is revealed during normal operation within warranty period and/or CAMC period.

14.7.2. Contractor shall maintain spares to facilitate immediate replacement of parts in case of failure and meet the schedule of rectification of fault during emergency/maintenance.

14.7.3. Vendor may utilize the spare modules available with BPCL in case of urgent requirement.

14.7.4. In case any hardware /software used from BPCL stock, it shall be replaced by Vendor within 7 days with no cost to BPCL. Replaced spare shall be new and unused.

14.7.5. Firmware / Software up-gradation shall be done for analysers & controllers during AMC period without additional cost.

14.7.6. The cylinders shall be supplied for one year consumption under main supply. Re-filling of cylinders during CAMC period shall be under purchaser’s scope.

14.8 Reporting

14.8.1. Maintain the records for monthly calibration, preventive maintenance and breakdown maintenance.

14.8.2. Maintain and submit calibration, maintenance activity carried on each analyzer, history, time sheet of analyzer activity down time due to material/resource, maintenance procedure, pending issues and Monthly planning sheet to be submitted on first day of every month indicating spares /Cylinders required.

14.8.3. Vendor shall maintain a record of all faults during CAMC period and submit root cause analysis report as and when any failure occurs.

14.9 In case of failure on part of Vendor, to attend to the complaints that are raised by BPCL or to replace any component/equipment for ensuring desired performance from the analyser within the CAMC period, BPCL reserves the right to cancel the CAMC and withhold any payments payable to the party irrespective of the value of the items which need to be replaced /rectified.

Page 42: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 15 of 19

14.10 Vendor to note that while carrying out the CAMC activities, BPCL engineers shall oversee/associate with the Vendor’s service engineer. Also, on-job, training to BPCL’s engineers shall be covered under this scope if required by BPCL. 15.0 DOCUMENTATION: Vendor must take due approval of all detail engineering documents from owner.

Sr. no

Details Review

Hard copy

As built Hard copy

As built Soft copy

Y N

1 Internal inspection report 2 3 2 2 Factory Acceptance Test (FAT) reports 2 3 2

3 Sample conditioning scheme (if any) 2 3 2

4 Component list 2 3 2 5 Dimensional and layout drawing 2 3 2

6 Complete model details technical specifications, datasheet, loop diagram,

2 3 2

7 Complete Schematic drawings, Power distribution & Wiring drawings

2 3 2

8 Complete Bill of Material 2 3 2

9 Engineering "As built" drawings list with individual drawing number

2 3 2

10 Installation manual 2 3 2 11 Operations & Maintenance Manual 2 3 2

12 Trouble-shooting Manual with Error codes & Trouble-shooting details

2 3 2

13 Spare parts list with part number details 2 3 2

14 List of bought-out items with PO details, contact details, model decoding details, etc.

2 3 2

15 Letter from Vendor for logistics support (spares & services for min.10yrs)

2 3 2

16

Documents (OEM, CCOE, Test certificates etc. of Calibration gas cylinders for subsequent re-use by BPCL)

2 - -

17 Proven Track Record (PTR. details with performance data)

2 - -

18 Interlock/Alarm settings details. Interlock/Alarm checking report

2 - -

19 Special tools, CDs, License / Password details etc. 2 - - 20 Earthing requirements 2 - -

21 Site Acceptance Test (SAT report / MOM with parameter settings)

2 - -

22 Details on Warranty completion 2 - - 16.0 PAYMENT TERMS: 16.1 Supply 70% payment on receipt and acceptance of the materials at BPCL site. 20% payment after 6 months of receipt and acceptance of the materials at BPCL site. 10% payment after 12 months of receipt and acceptance of the materials at BPCL site against PBG for equivalent 10% of total Value of supply valid for 12 months.

Page 43: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 16 of 19

16.2 Installation and commissioning & training 100% will be paid on completion of installation and commissioning of analysers at BPCL site & training. 16.3 CAMC

16.3.1. Payments for CAMC services shall be as per Purchase order. BPCL reserves the right to invoke part or full bank Guarantee amount in case of poor performance of system or poor CAMC support provided by the Vendor at any stage during the CAMC period. BPCL’s decision in this regard shall be final and shall be binding to the Vendor.

16.3.2. The payment shall be made on monthly basis against the submission of bill along with certification by BPCL, engineer-in-charge with following documents like calibration report, detail of activity carried out with data for each analyzer, details of area of concern, online trends for all analyzers and breakdown deduction clause (if any).

16.4 Deductions in case of breakdown

16.4.1 Contractor shall ensure the 95% availability of all the analyzers per month as a minimum. 16.4.2 After getting breakdown call due to non-performance of the analyzer systems from BPCL

engineer, contractors engineer shall visit the site within 24 hours time to rectify the problem, else deduction shall be applicable as per below mentioned formula.

16.4.3 If in a calendar day of 24 hours, Analyzer does not work for more than 8 hours then that day shall be considered as a day of non-availability of that particular Analyzer. The same is applicable for all the Analyzers.

16.4.4 100% payment towards AMC charges shall be made only if average availability of all analyzer systems 'A' is equal to or greater than 95% in a month, failing which a deduction shall be made from the AMC charges, as per below mentioned formula: A= (A1+A2+A3+…AX)/X Where, A = average availability of all analyzer systems, A1, A2,A3,…AX = % Availability of a particular analyzer. X = Total no. of analysers under AMC, 11 for this tender

16.4.5 % availability of a particular analyzer (A1, A2,……., A11) shall be calculated as follows:

A1 = ((T-N)/T)*100. Where, T=Total no. of days in a month N= Total no. of days in that month for which Analyzer system was either off or showing erratic readings. Analyzer readings, for the calculation of N days, shall be taken from the DCS / IP 21 for analysis. IP21 system, supplied by M/s ASPEN Tech, is the supervisory management information system. IP21 data is captured from plant DCS through refinery LAN.

Payment per Month = A X Monthly Payment Value as per PO.

16.4.6 For 'A' greater than or equal to 90% but less than 95% then payment factor shall be

(A% / 95%) X 0.9. For e.g. A=92%, then payment factor = (92% / 95%) X 0.9 = 0.8715. For 'A' greater than or equal to 85% but less than 90% then payment factor shall be (A% / 95%) X 0.85. For 'A' greater than or equal to 80% but less than 85% then payment factor shall be (A% / 95%) X 0.8.

16.4.7 In case, the availability of any Analyzer System being less than 80% in a month, then it

shall be considered to be zero in the calculation of 'A' and hence no payment shall be given for that Analyzer for that particular month.

17.0 TECHNICAL SPECIFICATIONS:

Page 44: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 17 of 19

17.1 This specification shall be read in conjunction with SO2/NOX/CO Analyser Datasheet attached with the tender. 17.2 Measuring units must be in microgram/m3 17.3 Analyser shall function smoothly without the requirement of shelter/room or air conditioner. However, vendor may provide vortex cooler in cabinet for longer life of the components. 17.4 Sample handling system shall be integral to the sampling probe. In view of in-situ design, external sample handling system is not envisaged. 17.5 Analyser shall be robust in design requiring minimum maintenance, highly stable and easily maintainable. 17.6 Wall/stand mounted control unit, if any, shall preferably be portable in size. 17.7 System shall have facility to generate reports to meet Environmental Authority requirements for Calibration, Trend, Hourly, Daily and weekly averaging reports. 17.8 Analyser shall have data storage memory for storage of field data, diagnostics, alarms, commands etc. and also to store the above data for min. of 30 days continuously. 17.9 Moisture/H2O content shall be 10 to 16 % of stack flue gas volume. 17.10 Pressure/Draft shall be -5 to -16mm of water column. 17.11 Signal and power cabling/wiring shall be segregated and run in separate raceways with separation distances as recommended as per API RP 552:1994. 17.12 Specifications for the Signal Cable/ Power Cable to be supplied are shown in below table:

17.12.1 General Characteristic 1. type of cable : armoured 2. voltage grade (ac) : 1100 v 3. no. of cores : 12, twisted together 4. twists / meter : ten ( 10 ) 5. conductor size : 1.5 sq mm 6. conductor material : stranded annealed bare copper 7. no.of strands : seven ( 7 ) 8. dia of each strand : 0.53 mm 9. shield element type : aluminium backed mylar tape with metallic side hellically

applied with either side 25% overlap & 100% coverage 10. shield thickness : 0.05 mm 11. drain wire : 0.5 sq mm mulitistranded bare tined annealed copper

conductor in continuous contact with aluminium side of the shield 12. insulation material : pvc-c, as per is 5831 / 84 13. insulation thickness : 0.80 mm 14. insulation color code : black-blue 15. inner sheath material : pvc-st2 as per is 5831 / 84 16. inner sheath thickness : 0.50 mm 17. inner sheath color : black 18. armour type : galvanised steel wire as per is 1554 19. armour size : 1.4 mm as per is 3975 / 99 20. outer sheath material : pvc-st2 as per is 5831 / 84 21. outer sheath thickness : 1.3 mm 22. outer sheath color : blue 23. oxygen index for : over 30% as per astm d 2863 for inner & outer shth 24. a rip cord shall be provided for inner sheath. 25. tolerance in overall diameter of cable shall be within ± 2mm. 26. the incremental length of the cable after each meter shall be clearly marked on the outer

sheath of the cable. 27. Core identification / numbering : Pair no. On each core at every 500 mm

17.12.2 Electrical Characteristics

1. insulation resistance : 100 m ohm / km at 20 deg c (min) 2. conductor resistance : 12.3 ohm / km at 20 deg c (max) 3. capacitance between : 250 pf / m (max) cores at 1 khz 4. capacitance between : 400 pf / m (max) core and screen 5. l / r ratio : 40 uh / ohm (max)

Page 45: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 18 of 19

6. drain wire resisitance : 30 ohm / km at 20 deg c. 7. flame test : as per iec 332-3 part 3 cat a 8. electrostatic noise : over 76 db rejection ratio

17.12.3 Routine Tests

1. these tests shall be carried out by vendor during various stages of manufacture. 2. insulation and sheaths : all tests as per is-5831/84 except insulation resistance, voltage

spark test shall be as per bs-5308 part-ii (1986) 3. armour test as per is-3975 / 99. 4. conductor resistance and cable capacitance and l/r ratio.

17.12.4 Acceptance Test: these tests shall be carried out in presence of purchaser.

1. continuity test. 2. voltage test as per bs-5308 part ii (1986). 3. conductor resistance and drain wire resistance. 4. cable capacitance and l/r ratio test. 5. electrostatic noise rejection ratio test. 6. tests for uniformity of galvanisation of armour as per is-2633. 7. oxygen index test as per astm d 2863 / 1974. 8. dimensional check for overall diameter and under armour / over armour diameter.

17.13 Specifications for the Power/Control Cable to be supplied:

1. Application : CONTROL 2. Voltage grade (AC) : 1100 3. Construction : PVC INS.-EX. PVC-SWA-FRLS 4. Mat-conductor : COPPER 5. Mat-spec-insulation : PVC 6. Mat-spec-inner-sheath : EXTRUDED PVC 7. Mat-spec-outer-sheath : FRLS 8. Armouring : GALV FLAT/ROUND STEEL WIRE 9. Number-cores : 3 10. Cross-section-cores : 2.5 mm2 11. Dielectric test voltage Tests : As per IS- 1554 Part I 12. Core identification / numbering : Pair no. On each core at every 500 mm 13. Insulation Resistance : Ohm/Km >5000 Mega Ohm /Km at 20 Deg C. as per BS-

5308. 14. Conductor Resistance : Ohm / Km @ 200C 12.3 Ohms / Km 15. Colour coding for power Supply wiring shall be red for phase, black for neutral and green

for earth. 17.14 Canopy shall be of Stainless Steel, grade–SS 316. It should be non-corrosive, non-rusting and non-reactive. Life of the canopy shall be long lasting; minimum desirable life is 10 years. Canopy plate thickness shall be 2mm. It shall be sized considering 25% additional spare space on all sides so that the Analyzer System and cabinet shall be protected from the direct exposure to the sun, rainfall and other weathering conditions at any point of time. The canopy designed shall be approved by BPCL site In charge. 17.15 Cabinet shall be of SS 316 with the minimum thickness of 2mm size. It shall be constructed using materials capable of satisfying all the functional requirements and shall not be a cause of any safety hazards at any point of time. Cabinet shall be suitable for outdoor installation with approval from statutory body like ATEX/PESO. 17.16 Glanding, cabling and termination

17.16.1 All cable entries/outlets in the junction boxes/ distribution boxes and to the Analyzer shall be provided with double compression explosion proof cable glands. Provision of all types of requisite glands shall be in the Vendor’s Scope.

17.16.2 All electrical wiring shall be terminated and coded. 17.16.3 When cable glands have been specified in the data sheets, they shall meet the

following requirements: i) When applied with EEx‘d’ equipment, cable glands shall be brass, nickel plated.

Page 46: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 19 of 19

When applied with EEx‘i’ equipment, cable glands shall be of reinforced polyamide, colored blue and IP65. ii) All cables from Vendor’s Scope shall have armored glands and shall be suitable for the same.

17.16.4 Vendor shall furnish following Certificates confirming the quality of the Glands used: i) Certification from approving authority like CMRI etc. for use in specified hazardous area. ii) Statutory Approval certificate from BIS & Chief Controller of Explosive (CCOE) for use in specified hazardous area.

17.17 Grounding: 17.17.1 All the electrical equipments of the Analyzer System (in the Vendor Scope) shall be

grounded properly. 17.17.2 Cylinder racks, sample conditioning enclosures, Analyzer racks, shall also be

grounded directly to the AC ground bus. 17.17.3 All necessary ‘grounding bus’ requirements for Equipment grounding and shields

shall be provided by the owner near each Analyzer System at one point. Vendor shall provide all earthing arrangements for the Analyzer System.

17.18 Junction boxes should be explosion proof with ATEX certification. 17.19 Supply of cable tray of 3 inch size and 2 mm thickness is in vendor scope. 17.20 Each item, like sensor, cabinet, etc., shall be provided with a corrosion resistant metal identification plate, attached to it by means of rivets or screws. The following information, as a minimum, shall be clearly and deeply stamped or engraved on the plate:

a. Tag number b. The Manufacturer’s name c. Model d. Type e. Serial Number f. Hazardous Area Classification g. PO reference & date

18.0 ATTACHMENTS Annexure 1 – Scope Matrix Annexure 2 – BOM Price Bid Format Annexure 3 – Performance Guarantee Annexure 4 – Logistic Support Annexure 5 – Compatibility Assessment Annexure 6 – Compliance Statement Annexure 7 – Deviations Statement Annexure 8 – Approved Vendor List

Page 47: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LTD, MR

PLANT : SMS ANALYSER PROJECT

UNIT :

OWNER : BPCL

REV

STACK ANALYSERS 0

Page 1 of 2

SO2/NOX/CO Analyser Datasheet

1. Analyser Type

In-situ type (IR/UV) capable of measuring NOx SOx and CO for furnace & boiler stacks Note 1

2. Location of Analyser Stack of Heaters as per Table-1 attached 3. Process condition Refer Table-2 4. Electrical Area Classification of

probe IEC Zone-2, Gas Gr IIA/IIB,T3

5. Electrical Area Classification below the stack at ground level

IEC Zone-1,Gas Gr. IIA/IIB T3

6. Type In-situ 7. Probe Material SS316L or better Note- 6 8. Process Connection Refer Note-2 9. Flange size Refer Note-2 10. Installation In-situ 11. Probe Length / Diameter mm By vendor Note-2 12. Probe Filter/ Type By vendor 13. Filter Material Min. SS 14. Filter Mesh size Less than 0.5 micron 15. Type of Sampling

By vendor. Necessary sample handling systems shall be integral to the analyser. Vendor to furnish details in the offer.

16. Enclosure Class Weather Proof to IP 65 17. Interconnecting tubing / fittings

between probe and Calibration gas cylinder skid

In Vendor scope of supply.

18. Size of tubing mm By vendor 19. Material of tubing SS316 Note-3 20. Material of fittings

Suitable for tubing (SS316 as a minimum), Double compression (Swagelok/Parker)

21. Transportation Time Actual By vendor 22. Control Unit Type Microprocessor Based

23. Display of measured parameters

At the ground level near to stack. Digital alpha numeric display with engineering units

24. Location of control unit/display At site suitable to area classification. 25. Data storage facility

Calibration records, alarms, report, trend storage in local display unit

26. Area classification at ground level IEC Zone-1,Gas Gr. IIA/IIB T3 27. Controller type Microprocessor based. 28. Memory Type Non-volatile type or RAM with battery backup. 29. Self Diagnostics facility Required. 30. Configuration changes

Through inbuilt keypad, remote display unit or external handheld configurator Note-4

31. Output

- One no. 4-20 mA DC isolated linear with conc. for Sox

- One no. 4-20 mA DC isolated linear with conc. for NOx.

- One no. 4-20 mA DC isolated linear with conc. for CO.

- Dual redundant RS-422/485 serial output (for data and diagnostic transmission) MODBUS Protocol (RTU) for connectivity with DCS.

- Analyser common fault alarm (Pot free) - Analyser conc. High contact alarm (Pot free)

32. Measuring components SOx, NOx, CO 33. Measuring unit micro gm/m³ 34. Measurement range Refer Table-1 35. Stack Temperature(°C) Refer Table-2 36. Stack Pressure -5 to -16 mm HG 37. Stack Moisture/H2O 10 to 16 % of stack flue gas volume 38. Zero drift / Span drift ± 2.0 % of full scale per month

Page 48: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

BHARAT PETROLEUM CORPORATION LTD, MR

PLANT : SMS ANALYSER PROJECT

UNIT :

OWNER : BPCL

REV

STACK ANALYSERS 0

Page 2 of 2

39. Repeatability ± 0.5% of full scale or better 40. Linearity ± 2.0 % of full scale or better per month 41. Least detectable limit ± 2 % of full scale or better 42. Temperature Drift Automatic Temperature Compensation 43. Response time (Overall) Less than 90 Secs for 90% of the measured value 44. Signal Noise Level Less than 1.0% of full scale. 45. Sample flow rate By vendor 46. Automatic Zeroing Facility Required 47. Automatic calibration Facility Required 48. Automatic Blow back facility Required 49.

Power Supply 110V AC ± 10 %, 50 Hz ± 3 %, UPS for the analyser, control/display unit.

50. Power Consumption By vendor 51. Utilities requirement Refer Note-5 52. Statutory Certificates Required (USEPA/MCERTS/CPCB/PESO) 53. Calibration records Required 54. Model No. By vendor 55. Manufacturer By vendor Notes: 1. With local display of measured parameters at ground level. Analyser to be field mounted and should not

require AC.

2. Vendor to calculate probe length considering 30% to 50 % insertion in heater stack and nozzle projection

as given in Table-3 attached with MR. Vendor to use existing flange as the units are in operating condition

and provision of new flange connection will not be possible.

3. Copper material shall not be used for analyser equipment, tubing etc. SS316 tube and fittings of

Sandvik/Parker/Swagelok shall be supplied.

4. In case external configurator is required, the same shall be supplied by vendor

5. Vendor to note that the utilities like instrument air etc. shall be provided by owner at one point near the

analyser shelter. Further distribution with all accessories such as regulators, adaptors etc. shall be in vendor’s

scope of supply.

6. Selection of probe material shall be vendor’s responsibility as per process data given in this specification.

However, vendor shall supply min. SS316L material.

7. Calibration Gas quantity shall be calculated on the basis of Measurement range specified in Table-1.

8. The analyser dimension and weight shall be such that it is easy to remove and convenient to shift during

maintenance work. The dimension shall be such that existing platform modification is not required and

maintenance accessibility is available. The weight shall preferably be less than 35-40 kg to carry it easily.

[ ] DEVIATION [ ] NO DEVIATION [ ] VENDOR SEAL

Page 49: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

SR. NO. SMS UNIT STACK NAME SERVICE TAG NAMERANGE

(mg/m3)

1 SMS-02 FCCU CHARGE HEATER

SO2 AISO201 0-2000

NOX AINOX04 0-900

CO AICO07 0-800

HVU SO2 AISO202 0-2000

NOX AINOX05 0-900

CO AICO08 0-800

COB SO2 AISO203 0-2000

NOX AINOX06 0-900

CO AICO09 0-800

2 SMS-03 CCU CHARGE HEATER

SO2 AR403 0-2000

NOX AR404 0-900

CO AR405 0-400

COB SO2 SAR951 0-2000

NOX NOAR951 0-900

CO COAR951 0-800

3 SMS-04 BOILER HOUSE HEB-3 SO2 B3AI304 0-2000

NOX B3AI305 0-900

CO B3AI306 0-400

4 SMS-05 CPP HRSG3 SO2 W3SOX300 0-2000

NOX W3NOX300 0-900

CO W3CO300 0-400

5 SMS-08 BBU BBU SO2 AI1502 0-2000

NOX AI1501 0-900

CO AI1503 0-400

6 SMS-09 AROMATICS RFU HEATER SO2 PAI103 0-2000

F101/F102 NOX PAI104 0-900

CO PAI105 0-400

ARU HEATER SO2 VAI502 0-2000

F320 NOX VAI503 0-900

CO VAI504 0-400

7 SMS-11 DHDS DHDS SO2 AI103 0-2000

NOX AI104 0-900

CO AI105 0-400

LIST OF SMS ANALYSERS WITH RANGE AND LOCATION

TABLE - 1

Spec-SMS Analysers

Page 50: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Sr. No. Stack Attached to Unit FCCU C/ H FCCU HVU FCCU COB CCU C/ H CCU COB HEB-3 HRSG-3 BBURFU

F102/ 102

ARU

F320DHDS

1 Stack Diameter m 1.45 1.70 2.78 1.8 1.65 1.7 3 1.57 2.08 1.78 0.8

2 Stack Height m 60.8 67.8 60 65 60 70 60 60 94 60 60

3 Stack Area m2

1.65 2.27 6.07 2.54 2.14 2.300 4.53 1.93 3.40 3.4 0.50

4 Temperature of Flue Gas °C 270.00 267.20 212.33 198.50 260.00 160.40 145.5 324.75 253.60 2.57 144.80

5 Velocity of Flue Gas m/ s 2.41 1.89 2.06 2.54 5.01 4.19 11.55 2.49 3.90 3.54 2.07

6 Volumetric Flow of Flue Gas Nm3/ hr 7829.06 9070.61 27840.52 13406.02 21607.24 23265.41 133451.2 8597.90 27263.96 24241.2 3797.56

7 Total Part iculate M atter mg/ Nm3 11.31 9.41 65.53 23.49 58.66 21.17 30.2 12.07 10.77 19.14 9.77

8 Total Part iculate M atter T/ day 0.00 0.0020 0.04 0.01 0.03 0.01 0.0965 0.0023 0.01 0.013 0.0011

9 SO2 mg/ Nm3 259.45 120.78 209.18 245.15 247.45 468.87 63.64 113.35 107.56 128.6 70.20

10 NOX mg/ Nm3 236.55 136.14 104.28 187.65 147.08 193.28 88.9 151.13 139.98 112.3 131.06

11 CO mg/ Nm3 21.48 24.68 27.85 24.43 23.03 58.66 22.28 22.08 22.24 27.4 22.02

12 Nickel mg/ Nm3 0.23 0.20 0.23 0.20 0.23 0.21 0.222 0.22 0.22 0.22 0.22

13 Vanadium mg/ Nm3 0.22 0.24 0.25 0.24 0.23 0.21 0.216 0.25 0.21 0.19 0.23

STACK WISE PROCESS DATA

TABLE - 2

Spec-SMS Analysers

Page 51: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Sr.No

.SM S Stack

Stack ID

(meters)

Flange size /

rating

Stub length flange to

stack (mm)

Stub OD

(mm)

Flange

direction

Flange height from

platform (mm)

Flange to railing

distance (mm)

Platform

Railing height

(mm)

1 SM S-02 FCCU C/ H 1.45 4"150# 260 114 south 1525 1300 1000

2 SM S-02 FCCU HVU 1.7 4"150# 250 114 west 1500 1400 1000

3 SM S-02 FCCU CO BOILER2.78 4"150# 145 114 north 1060 1130 1150

4 SM S-03 CCU CO BOILER1.65 4"150# 1220 114 west NA NA 1000

6"150# 1220 171 south NA NA 1000

5 SM S-03 CCU C/ H1.8 4"150# 120 114 east 1700 750 1000

6 SM S-04 HEB3 1.7 4"150# 120 114 south 1300 1600 1100

4"150# 120 114 east 1300 1600 1100

7 SM S-05 HRSG3 2.4 4"150# 330 114 north 740 660 990

8 SM S-08 BBU 1.57 4"150# 505 114 east 500 1240 1030

9 SM S-09 RFU F-101/ 102 2.08 4"150# 115 114 north 690 980 1000

10 SM S-09 ARU F-320 1.78 4"150# 150 114 west 1525 900 1000

11 SM S-11 DHDS 1.7 4"300# 180 114 south 760 1530 1070

INDICATIVE STACK DIMENSION AND FLANGE AVAILABILITY DETAILS

TABLE - 3

Note: The above data has been provided for better understanding of site condition. Owner does not take responsibility of the correctness of the data. Vendor shall verify the above data

at site before quoting. It shall be vendors responsibility to install the analyser in the existing nozzle. Owner shall not accept any flange modification at site during installation.

Spec-SMS Analysers

Page 52: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex-01 Scope of Work for Analyser system.

Sr.No. Description Scope

Vendor Owner

1 Design, engineering, manufacturing, factory testing, integration, calibration, Factory Acceptance Test, supply of complete analyser system as per PR including:

(a) All Analysers complete with all its accessories x - (b) Complete installation material including (i) Cables, cable glands and accessories for

interconnection of equipments supplied by vendor x -

(ii) Power distribution boxes as necessary for power distribution, junction boxes for termination of the signals.

x -

(iii) Pipes / tube and pipe / tube fittings necessary for utility distribution for vendor supplied equipment

x -

(iv) Cable trays for cable / tube routing within and outside analyzer shelter for the vendor supplied equipment / items (as applicable)

x -

(v) All necessary supports for installation of items supplied by vendor including cable trays, structural support

x -

(vi) Any other material / hardware / software items not specifically listed but necessary for the installation of complete analyzer system

x -

2 Factory Acceptance test of Analyser system x - 3 Packing, forwarding, transportation and storage at site of

complete system including analysers x -

4 Installation of complete system at site including: (a) Installation of Sample probes x -

(b) Installation of all loose supplied items, as applicable x - (c) Laying of all cables, tubes in trays and their support x - (e) Utility distribution to vendor supplied items x - (f) Installation of all junction boxes, power supply distribution

boxes including those required for 110 V AC UPS x -

(g) Termination and interconnection of all cables and tubes for all vendor supplied items

x -

(h) Providing all utilities as specified in PR at analyser near stack at one point - x (i) System and Equipment earthing including all hardware

cable x -

(j) Any other activity necessary but not specifically listed for installation of complete Analyzer system

x -

5 Field testing, calibration and commissioning of complete

analyser system

x -

6 Coordination and approval from Local Pollution Board, as applicable

x -

7 Site acceptance test of complete system including generation of all reports as per pollution board requirements.

x -

8 Mandatory spares x - 9 Supply of commissioning and consumable spares as per

PR requirements x -

10 Supply of special tools and test equipments required for testing, maintenance and calibration of system

x -

11 Site Acceptance Test x - 12 Documentation, training and warranty of complete analyser

system x -

13 Training at vendor works x - 14 Training at site x - 15 Warranty Maintenance x - 16 Comprehensive annual maintenance x - 17 Overall single point Responsibility x -

Page 53: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Sr. No. Items Quantity Units Unit rate Total

1 Insitu Stack analyser with local display unit 11 set

2 SO2 Cylinder with regulator 5 set

3 NOX Cylinder with regulator 5 set

4 CO Cylinder with regulator 7 set

5 Cylinder stand near each stack 11 set

6Interconnection cables and cable trays (power,signal,communication)

1 LS

7Junction boxes including cable glands (power & signal)

22 LS

8 Installation and Commissioning 11 Each

10 Comprehensive AMC 1st year 1 LS

11 Comprehensive AMC 2nd year 1 LS

12 Comprehensive AMC 3rd year 1 LS

13 Comprehensive AMC 4th year 1 LS

14 Comprehensive AMC 5th year 1 LS

15 Training at OEM Site 1 LS

16 Training at Site 1 LS

17 Mandatory Spares 1 LS

2 Years O&M Spares 1 LS

TOTAL

Note: In addition to the above mentioned BOM, if any other hardware/ software/ services are required to fulfill

the system specification as per this tender, it is vendor responsibility to include the same.In case at a later stage

it is observed that to meet the tender scope additional items are required, same shall be supplied free of cost.

PRICE BID FORMAT FOR INSITU STACK MONITORING ANALYSER

Annex-2

SUPPLY

SERVICES

SPARES

OPTIONAL ITEM

Page 54: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex- 03

PERFORMANCE GUARANTEE CERTIFICATE (To be signed by Manufacturer's (OEM) corporate level signatory on company's letter head)

I, ____________________on behalf of M/s. ____________________________, certify that in the event of placement of order for ___________________analyser by BPCL on M/s___________________________. a) The analyser complete with its performance certificate shall be supplied by us.

b) The sample handling system required for offered analyser for specified application shall be supplied by us.

[OR] Sample handling system, if any shall be designed by us and all critical components required for sample handling system shall be supplied by us. c) M/s. _______________________, shall stand guarantee for the performance of the analyser when installed alongwith the sample handling system at site. d) Our involvement shall be ensured during system engineering, analyser testing and factory acceptance testing, site commissioning and site acceptance testing. e) With the methodology proposed herein, we M/s ___________________ shall stand guarantee for the complete analyser/ analyser system as per the specified performance specifications.

SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

Note: 1. For b), tick whichever clause is applicable considering experience of the bidder 2. For c), manufacturer to write their name.

Page 55: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex- 04

CERTIFICATE FOR LOGISTICS SUPPORT

(To be signed by Manufacturer's corporate level signatory on company's letter head)

I, on behalf of M/s______________________________ confirm that the Stack

Analysers Model No. __________________for _______________________

measurement quoted by M/s_______________________________ for M/s BPCL,

Stack Analyser System RFQ NO. ___________ dated ___________ shall continue to

be supported by us for a period of minimum 10 years. The quoted system shall not be

withdrawn from Indian market as a matter of our corporate policy.

I further confirm that in case of placement of order by BPCL on us, we shall continue to

support BPCL in providing back-up engineering, maintenance support and spare part

support for a period of 10 years from the date of placement of order.

SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

Page 56: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex- 05

CAPABILITY ASSESSMENT CERTIFICATE (To be signed by Manufacturer's corporate level signatory on company's letter head)

I, ______________________ on behalf of M/s.______________________ certify that we have evaluated the facilities available with M/s.______________________ and approve them for carrying out the following activities: System Engineering Sample Handling System Assembly Component Procurement System Integration Analyser Testing Analyser Calibration Analyser Installation Analyser Commission (Tick which one is applicable) We also confirm that QA/QC procedure being followed by M/s.__________________ at their works is similar to those being followed by us at our works.

SIGNATURE WITH SEAL AUTHOURIZED SENIOR MANAGEMENT LEVEL SIGNATORY

Page 57: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex - 06

COMPLIANCE STATEMENT (TO BE SIGNED BY VENDOR’S CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s _______________________________ CONFIRM THAT THE

PROPOSAL OF THE STACK ANALYSER SYSTEM AND ACCESSORIES FOR BPCL,

MAHUL REFINERY, MUMBAI (INDIA) AGAINST vide RFQ NO. ___________ DATED

___________ MEETS ALL THE TECHNICAL SPECIFICATIONS LISTED IN THE WITH

THIS RFQ AND ‘NO DEVIATION’HAS BEEN TAKEN BY US TO THE REQUIREMENTS

OF THE MR.

(SIGNATURE WITH SEAL)

Page 58: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Annex - 07

Deviation Statement For Stack Analyser System

Sl.

No.

Document No. Clause No. Deviation Technical Reason

for Deviation

Page 59: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEX-08

LIST OF APPROVED VENDORS

Sr. No. Item – Approved Vendor

1 Terminals and Connectors

Phoenix

Wago

2 Signal and Power Cables

Udey Pyrocables Pvt . Ltd.

Thermo Cables Ltd.

KEI Indust ries Ltd.

Polycab.

3 Tubes and Fittings

Super Technical India Pvt Ltd. (Parker)

Bombay Fluid System (Swagelok)

Sandvik (SS Tube)

4 Cylinders

Super Industrial Gases

Alchemie Gases & Chemicals Pvt. Ltd.

INOX AIR Products Ltd

5 Junction Boxes and cable gland

FCG Flameproof Control Gears Pvt. Ltd.

Flexpro Electricals Pvt. Ltd.

Flameproof Equipments Pvt. Ltd.

6 Cylinder Regulators

Hornbill Equipments

INOX AIR Products Ltd

Page 60: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEX-ZD-SOR

PRICE BID FORMAT FOR INSITU STACK MONITORING ANALYSER

Sr. No. Items Quantity Units Unit rate Total

1Insitu Stack analyser with

local display unit11 set

2 SO2 Cylinder with regulator 5 set

3 NOX Cylinder with regulator 5 set

4 CO Cylinder with regulator 3 set

5Cylinder stand near each

stack11 set

6

Interconnection cables and

cable trays

(power,signal,communication

)

1 LS

7 Junction boxes including

cable glands (power &

signal)

22 LS

8Installation and

Commissioning11 Each

10Comprehensive AMC 1st

year1 LS

11Comprehensive AMC 2nd

year1 LS

12Comprehensive AMC 3rd

year1 LS

13Comprehensive AMC 4th

year1 LS

14Comprehensive AMC 5th

year1 LS

15 Training at OEM Site 1 LS

16 Training at Site 1 LS

17 Mandatory Spares 1 LS

2 Years O&M Spares 1 LS

TOTAL

Note: In addition to the above mentioned BOM, if any other hardware/ software/ services are required to fulfill

the system specification as per this tender, it is vendor responsibility to include the same.In case at a later stage

it is observed that to meet the tender scope additional items are required, same shall be supplied free of cost.

SUPPLY

SERVICES

SPARES

OPTIONAL ITEM

Page 61: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE - ZE

AGREED TERMS & CONDITIONS

(EACH POINT MUST BE CONFIRMED / COMMENTED UPON AND MUST BE SUBMITTED ALONG

WITH TECHNICAL BID)

S.

No.

Tender Requirement Bidder’s o fir atio /

Acceptance / comments to be

mentioned for each item

A TECHNICAL:

1 Confirm that the offer has been submitted strictly as per the enquiry.

2 Confirm that you meet the Specification as indicated in Annexure ZC

and BQC commitment as in ANNEXURE ZC-BQC and proof as

required is submitted along with Technical Bid

3 Confirm that there is no technical deviation and specification of

offered product is same as per tender specification.

4 In case of any TECHNICAL deviation, confirm that the same has been

indicated in Annexure ZF-1.

5 Confirm that any TECHNICAL deviations/ reservations/ notes /

comments etc., givens elsewhere in the offer other than the

Annexure ZF-1 shall not be considered.

B. COMMERCIAL:

1 Confirm acceptance of BPCL General Contract Condition (GCC) ,

General Terms and Condition (GTC), Special Safety Condition (SSC),

Financial Deterent for violation, Energy Policy, QEHS Policy for toto.

2 Indicate the quoted currency.

3 Indicate Country of Origin of goods offered

4 Confirm that there is no COMMERCIAL deviation and specification of

offered product is same as per tender specification.

5 In case of any COMMERCIAL deviation, confirm that the same has

been indicated in Annexure ZF-2.

6 Confirm that any COMMERCIAL deviations/ reservations/ notes /

comments etc., givens elsewhere in the offer other than the Annexure ZF-2

shall not be considered.

7 Confirm that the prices are given strictly as per price schedule.

8 Details of Packing of goods offered.

Page 62: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

9 Confirm that if the material is rejected due to poor quality / not as

per specifications, the same shall be replaced free of cost.

10 For Indian Bidders :

Indicate basis of quoted prices.

(Ex-Works/ FOR Destination/ Free delivery at site) -

11 For Foreign Bidders:

Confirm whether FOB (international airport of exit.) prices and

freight charges from FOB international airport of exit to Mumbai

Airport have been indicated in the offer

12 Indicate earliest firm delivery periods.

This shall be reckoned from the date of Purchase order

13 Confirm that the Prices shall be FIRM till complete execution of the

order and shall not be subject to variation on any account

14 Confirmation that the quoted prices are valid for acceptance 120

days from tender due date / extended due date.

15 On account of exigencies, if the bidder is requested to extend the validity

of their offer, the same should be extended without any deviation

including change in price.

16 For Indian Bidders:

If excise duty / Sales tax is presently not applicable, confirm whether

the same will be borne by you in case it become leviable later.

Also please give reasons for non application of ED / Sales tax.

17 For Indian Bidders:

Wherever CENVAT CREDIT can be availed by BPCL, Excise duty shall

be reimbursed by BPCL after receipt of proper documents to avail

CENVAT benefit.

18 The rates shall be inclusive of works contract tax wherever

applicable.

Not Applicable

19 Indicate the rate of service tax wherever service tax applicable extra

and items on which the same is applicable.

Page 63: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

20 For Indian Bidders: Statutory variation in excise duty rate and Sales Tax /VAT rate during

contractual delivery period shall be to BPCL account. Any increase in the rate of

sales tax eyo d CDD shall e to ve dor’s a ou t. A y increase in the

rates of Excise Duty & VAT beyond the contractual completion date or approved

extended contractual completion date will be borne by BPCL to the extent

CENVATABLE documents passed on to BPCL and BPCL is in a position to get

the CENVAT claim from the authorities. However, the benefit of any

reduction must be passed on to BPCL.

21 Prices quoted shall exclude transit insurance charges as the same shall

be arranged by BPCL.

22 For Indian Bidders:

Confirm that Octroi and Octroi charges shall be borne by bidder and same will

be reimbursed at actuals by BPCL , against original Octroi receipt and your debit

note

For Foreign Bidders:

Confirm that all Bank charges and Stamp Duties shall be borne by the bidder.

23 For Foreign Bidders:

Confirm that all taxes, duties and levies of any kind up to FOB

International Airport of Exit shall be borne by supplier.

24 Confirm acceptance of BPCL’s General Purchase

Conditions (GPC) in toto for supply.

25 In case of deviation/ reservations etc., to documents stated in no. 1,

and 24, confirm that the same has been given in separate Annexure

ZF-1 or ZF-2 as desired and deviations/ reservations / notes/

comments etc., given elsewhere in the offer shall not be considered.

26 Confirm acceptance of part order without any

stipulation of minimum order value/quantity.

27 Confirmacceptance of repeat purchase order with the same rate and

terms & conditions within 12 months from the date of original

purchase order.

28 Acceptance to price reduction for delay in delivery beyond

contractually agreed schedule @ 1/2% of undelivered order value

per week of delay or part thereof, subject to a ceiling of 5% of total

order value as per Clause No. 20 of BPCL’s Ge eral Pur hase Conditions (GPC).

In case this point is not accepted by the vendor, loading shall be

done as per Annexure ZB CLAUSE 5.6 o loadi g for o er ial deviatio s

Page 64: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

29 Payment term : Supply:

-70% payment on receipt and acceptance of the materials at BPCL site. -20% payment after 6 months of receipt and acceptance of the

materials at BPCL site.

-10% payment after 12 months of receipt and acceptance of the

materials at BPCL site against PBG for equivalent 10% of total Value of

supply valid for 12 months.

Installation and commissioning & training -100% will be paid on completion of installation and commissioning of

analysers at BPCL site & training.

CAMC:

Payments for CAMC services shall be as per Purchase order.

BPCL reserves the right to invoke part or full bank Guarantee amount in

case of poor performance of system or poor CAMC support provided by

the Vendor at any stage during the CAMC period.

BPCL’s decision in this regard shall be final and shall be binding to the

Vendor.

The payment shall be made on monthly basis against the submission of

bill along with certification by BPCL, engineer-in-charge with following

documents like calibration report, detail of activity carried out with data

for each analyzer, details of area of concern, online trends for all

analyzers and breakdown deduction clause (if any).

For any other payment terms necessary loading shall be done on the

quoted price as per Annexure ZB o Evaluatio Criteria

Page 65: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

30 Performance Bank Guarantee (PBG) :

Confirm that you will furnish performance guarantee

bond for 10% of order value by way of Bank

Guarantee in the prescribed format from any Scheduled Indian

Bank as per clause 14 of General Purchase Conditions (GPC) and as

per format of PBG attached.

In case BG is furnished by any foreign bank, the same shall be

countersigned by Indian Branch of the Foreign Bank, which

should be a scheduled bank as per RBI or by any Indian Scheduled

Bank

The PBG should be valid for a period of 12 months from date of

order and with a claim period of 6 months thereafter. The PBG

shall be furnished within 15 days of PO. The PBG should be sent to us

directly by your Banker

In case this point is not accepted by the vendor, the bid is liable to

be rejected.

31 Indicate relationship with any of our Directors.

32 You are requested to furnish the following information for

e-payment:

a) Name of the vendor/contractor party

b) Account No. of the party

c) Bank & Branch Name where the above account is maintained

d) Type of account (current/saving/cash/credit A/c)

e) Branch code of the above bank branch – For Indian Bidders

f) MICR code of the above branch.– F o r Indian Bidders

f) SWIFT Code. – For Foreign Bidders.

Page 66: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

33 For Indian Bidders, claiming purchase preference as MSE need to

submit the following documents:

a.Notarized copy of all the pages of the EM-II certificate issued by the

appropriate authorities mentioned in the Public procurement policy of

MSEs-2012.

b.Vendors' declaration on a duly notarized Rs.100 stamp paper stating

that, in the event of award of contract, all the ordered supplies shall be

made from the unit for which MSE certificate has been submitted.

The photocopy of the Valid MSE registration with any notified body

specified by ministry of micro, small and medium enterprises should

accompany the bid documents. Failing which no price preference will

be considered in such cases.

34 For Foreign Bidders:

Direct offer without the intermediary of an Indian Agent only will be

considered.

35 BQC Commitment: As mentioned in Annexure ZC-BQC

___________________ ___________________

Place:

Date: Signature & seal of the vendor

Page 67: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE – ZF-1

DEVIATION FORM (TECHNICAL)

Enquiry/CRFQ No. : 1000229230 E-tender 604 Name of vendor: Schedule of Deviations in reference to BPCL SPECIFICATIONS 1. Vendor may give here a consolidated list of technical deviations for all sections of

the SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him.

2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be

deemed to be fully complied by the vendor 5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall

constitute the contract requirements for the award of job to the vendor.

Sr. No.

Page No.

Clause No.

Requirement of the BPCL

SPECIFICATIONS

Deviations to the SPECIFICATIONS

Remarks

1 2 3 4 5 6

vendor Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

Page 68: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE ZF-2

DEVIATION FORM (COMMERCIAL)

Enquiry /CRFQ No. : 1000229230 E-tender 604 Name of vendor: Schedule of Deviations in reference to COMMERCIAL TERMS AND CONDITIONS 1. Vendor may give here a consolidated list of Commercial deviations for all

sections of the tender document, which for an appropriate offer is considered unavoidable by him.

2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the COMMERCIAL TERMS AND CONDITIONS (not

mentioned in this form) shall be deemed to be fully complied by the PCMS vendor

5. Only the deviations listed herein, in conjunction with the COMMERCIAL TERMS AND CONDITIONS, shall constitute the contract requirements for the award of job to the vendor.

Sr. No.

Page No.

Clause No.

Commercial terms and conditions

Deviations Remarks

1 2 3 4 5 6

Vendor Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :

Page 1

Page 69: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 1 of 24

Bharat Petroleum Corporation Limited General Purchase Conditions The following conditions shall be applicable for all procurement unless specifically mentioned in the Special Purchase Conditions. INDEX 1. DEFINITIONS 2. REFERENCE FOR DOCUMENTATION 3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER 4. LANGUAGE OF BID 5. PRICE 6. TAXES AND DUTIES 7. INSPECTION 8. SHIPPING 9. INDIAN AGENT COMMISSION 10. ORDER AWARD / EVALUATION CRITERIA 11. CONFIRMATION OF ORDER 12. PAYMENT TERMS 13. GUARANTEE/WARRANTY 14. PERFORMANCE BANK GUARANTEE 15. PACKING & MARKING 16. DELIVERY 17. UNLOADING AND STACKING 18. TRANSIT INSURANCE 19. VALIDITY OF OFFER 20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE 21. RISK PURCHASE CLAUSE 22. FORCE MAJEURE CLAUSE 23. ARBITRATION CLAUSE 24. INTEGRITY PACT (IP) 25. RECOVERY OF SUMS DUE 26. CONFIDENTIALITY OF TECHNICAL INFORMATION 27. PATENTS & ROYALTIES 28. LIABILITY CLAUSE 29. COMPLIANCE OF REGULATIONS 30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT 31. NON-WAIVER 32. NEW & UNUSED MATERIAL 33. PURCHASE PREFERENCE CLAUSE 34. CANCELLATION 35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION 36. ASSIGNMENT 37. GOVERNING LAW 38. AMENDMENT 39. SPECIAL PURCHASE CONDITIONS 40 NOTICES

Page 70: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 2 of 24

Bharat Petroleum Corporation Limited General Purchase Conditions 1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of

India enterprise), a Company incorporated in India having its registered office at Bharat Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom

this Request for quotation (RFQ)/purchase order is issued and shall include its successors and assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,

checking/testing of items ordered and for certifying the items conforming to the purchase order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery,

equipments, supplies, drawing, data and other property and all services including but not limited to design, delivery, installation, inspection, testing and commissioning specified or required to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION

LTD. desires to receive materials any where in India as mentioned in RFQ. 1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between

Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no commitment of contractual quantity) on mutually agreed terms and conditions. The actual supply of goods/ materials shall take place only on issue of separate purchase orders for required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually

agreed terms and conditions with commitment of Quantity Ordered. 2. REFERENCE FOR DOCUMENTATION : 2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all

correspondence before finalization of Rate Contract / Purchase Order. 2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /

Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices, (including shipping documents if applicable) packing list and on any documents or papers connected with this order.

Page 71: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 3 of 24

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :

The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY : 6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery

period will be payable by BPCL against documentary evidence. Vendor shall mention in their offer, the percentage of excise duty applicable at present. Any upward variation in excise duty rates, beyond the contractual delivery period, shall be to vendor‟s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn

over is not payable. If applicable in future, the same will be borne by vendor. 6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and

cess component and accordingly Excise duty / Cess should be quoted separately wherever applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice (transporter‟s copy) at the time of delivery of goods at owner‟s site.

Page 72: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 4 of 24

6.2. SALES TAX / VAT/GST : 6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will

be payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax currently applicable in their offer. The rates applicable for “CST without form C”, “CST with form C" and “VAT” shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit

the TAX invoice. 6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also claim CENVAT Credit on service tax. The vendor should quote service tax separately, if applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable

6.4 FREIGHT AND OCTROI : 6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents.

Freight shall be payable after receipt of the Material(s) at the site, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed

by BPCL at actuals after receipt of the Material(s) at the Site against the submission of original documentary evidence for proof of payment of the related octroi and entry taxes, as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are payable extra by BPCL against documentary proof, within the contractual delivery period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery during the scheduled delivery period on finished materials will be on BPCL's account. Any upward variation in statutory levies after contractual delivery date shall be to vendor‟s account.

7. INSPECTION : 7.1. Materials shall be inspected by BPCL approved third party inspection agency if

applicable before dispatch of materials. However, arranging and providing inspection

Page 73: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 5 of 24

facilities is entirely vendor‟s responsibility and in no way shall affect the delivery schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection

agencies are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant

standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order. 7.4. BPCL may, at its own expense, have its representative(s) witness any test or

inspection. In order to enable BPCL‟s representative(s) to witness the tests/inspections. BPCL will advise the Vendor in advance whether it intends to have its representative(s) be present at any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be

absolved from its responsibilities to ensure that the Material(s), raw materials, components and other inputs are supplied strictly to conform and comply with all the requirements of the Contract at all stages, whether during manufacture and fabrication, or at the time of Delivery as on arrival at site and after its erection or start up or consumption, and during the defect liability period. The inspections and tests are merely intended to prima-facie satisfy BPCL that the Material(s) and the parts and components comply with the requirements of the Contract. The Vendor‟s responsibility shall also not be anywise reduced or discharged because BPCL or BPCL‟s representative(s) or Inspector(s) shall have examined, commented on the Vendor‟s drawings or specifications or shall have witnessed the tests or required any chemical or physical or other tests or shall have stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after

receipt of the Material(s) at the location, any Material(s) are found not to be in strict conformity with the contractual requirements or specifications, BPCL shall have the right to reject the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING : 8.1 SEA SHIPMENT : All shipment of materials shall be made by first class direct vessels, through the

chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper storage of the entire Cargo intended for the project in a specific manner so as to faciliate and to avoid any over carriage at the port of discharge. All shipment shall be under deck unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation

Ltd.. or order'.

Page 74: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 6 of 24

All columns in the body of the Bill of Lading namely marks and nos., material description, weight particulars etc., should be uniform and accurate and such statements should be uniform in all the shipping documents. The freight particulars should mention the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and separately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS : All documents viz. Bill of Lading, invoices, packing list, freight memos, country of

origin certificates, test certificate, drawings and catalogues should be in English language.

In addition of the bill of lading which should be obtained in three stamped original

plus as many copies as required, invoices, packing list, freight memos,(if the freight particulars are not shown in the bills of lading), country of origin certificate, test / composition certificate, shall be made out against each shipment in as many number of copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark

and numbers, contents case wise, country of origin, consignees name, port of destination and all other particulars as indicated under clause 2. The invoice shall show the unit rates and net total F.O.B. prices. Items packed separately should also be invoiced and the value shown accordingly. Packing list must show apart from other particulars actual contents in each case, net and gross weights and dimensions, and the total number of packages. All documents should be duly signed by the Vendor's authorised representatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering

Wing Of the Ministry of Surface Transport, New Delhi through their respective forwarding

agents. The names and addresses of forwarding agents shall be as per Special Purchase Conditions. Supplier shall furnish to the respective agents the full details of consignments such as outside dimension, weights (both gross and net) No of packages, technical description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be given by the supplier to enable the concerned agency to arrange shipping space.

The bill of lading shall indicate the following : Shipper : Goverment of India Consignee : Bharat Petroleum Corporation Ltd. In case of supplies from USA, Export Licences, if any required from the American

Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining such export licences would be available from India Supply Mission at Washington.

Page 75: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 7 of 24

8.2 AIRSHIPMENT : In case of Airshipment, the materials shall be shipped through freight consolidator

(approved by us). The airway bill shall be made out in favour of BHARAT PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS : Foreign Supplier shall obtain the shipping documents in seven complete sets

including three original stamped copies of the Bill of Lading as quickly as possible after the shipment is made, and airmail as shown below so that they are received at least three weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay and / or demurrage in clearance of the consignment at the port due to delay in transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are

required to be sent to BPCL through Bank the distribution indicated below will confine to copies of

documents only minus originals. Documents BPCL (Mumbai) Bill of Lading 4 (including 1 original) Invoice 4 Packing List 4 Freight Memo 4 Country of Origin Certificate 4 Third party inspection certificate 4 Drawing 4 Catalogue 4 Invoice of Third Party 4 for inspection charges whenever applicable. 9. INDIAN AGENT COMMISSION : Any offer through Indian agents will be considered only after authorization

mentioning them as Indian agents, is received from Vendor. Indian agents commission if applicable will be payable only in Indian currency. Indian agents should be registered with Directorate General of Supplies and Disposals, Government of India and agency commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges, Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation & Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit as applicable.

Page 76: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 8 of 24

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order and return the same to BPCL.

12. PAYMENT TERMS : 12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date

of receipt and acceptance of materials at Site against submission of Peformance Bank Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents

directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below

(one original and two copies)) should be submitted to originator of P.O. (the name and contact details of whom are given in PO) and payments for despatches will be made by the originator of Purchase Order :

a) Invoice b) Excise invoice c) The Lorry Receipt of the consignment d) Packing list for the consignment e) Third Party Inspector‟s Certificate covering the invoiced Material(s)/ Release

Note, wherever applicable f) Manufacturers Test/Composition Certificate, wherever applicable g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable h) Guarantee/Warranty Certificate(s), wherever applicable. i) Original Receipt for Octroi/other statutory levies as applicable. j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY : 13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship

and design for a period of 12 months from the date of commissioning or 18 months from the date of dispatch whichever is earlier. Warranty for replacement of material / accessories should be provided free of charges at our premises. The above guarantee/warranty will be without prejudice to the certificate of inspection or material receipt note issued by us in respect of the materials.

13.2. All the materials including components and sub contracted items should be

guaranteed by the vendor within the warranty period mentioned above. In the event of any defect in the material, the vendor will replace / repair the material at BPCL‟s concerned location at vendor‟s risk and cost on due notice.

Page 77: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 9 of 24

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will be sent to the vendor on “Freight to pay” basis for free replacement. Material after rectification of defects shall be dispatched by the vendor on “Freight Paid” basis. Alternatively, BPCL reserves the right to have the material repaired / replaced at the locations concerned, at the vendor‟s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,

accessories etc. so repaired and / or replaced. 14. PERFORMANCE BANK GUARANTEE : 14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value

of purchase order unless otherwise specified. This bank guarantee shall be valid (shall remain in force) for guarantee period (as mentioned in the guarantee clause), with an invocation period of six months thereafter. In the case of Indigenous vendors, the Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in lieu of PBG, till the expiry of guarantee and claim period. In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per Annexure I) through the following : a) Branches of Indian scheduled banks operating in their Country. b) Foreign bank operating in their Country which is counter guaranteed by branches

of Indian scheduled banks operating in their Country/India. c) Indian branches of foreign banks. d) Foreign bank operating in their Country counter guaranteed by their Indian

branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG

(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate

Contract Period (validity of Rate Contract) + Contractual Delivery Period of material + Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING : 15.1 PACKING : 15.1.1 Packing shall withstand the hazards normally encountered with the means of transport

for the goods of this purchase order including loading and unloading operation both by crane and by pushing off.

Page 78: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 10 of 24

In the case of imports, all equipments / materials shall be suitably packed in weather proof, seaworthy packing for ocean transport under tropical conditions and for rail or road or other appropriate transport in India. The packing shall be strong and efficient enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately

treated & marked as per International Standard of Phytosanitary Measures (ISPM-15") for material originating from the contracting countries to the International Plant Protection Convention or the members of Food & Agriculture Organization. Material from non-contracting parties would have to be accompanied by a phytosanitary certificate of the treatment endorsed. The Custom Officer at Indian Port shall not release the material without appropriate compliance of the above provisions w.e.f. 01.11.2004.

15.1.2 The packing specification incorporated herein are supplementary to the internal and

external packing methods and standards as per current general rules of J.R.A. Good Tariff Part-I. All packaging shall be done in such a manner as to reduce volume as much as possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the

type of Materials and the packing shall bear the words "HANDLE WITH CARE GLASS FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be

packed in drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,

regulations and tariff of all cognizant Government Authorities and other Governing bodies. It shall be the responsibility of the seller of hazardous materials to designate the material as hazardous and to identify each material by its proper commodity name and its hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate

place to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel

reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal

or similar tag and wired securely on each end. 15.1.8 All delicate surface on equipment/materials should be carefully protected and printed

with protective paint/compound and wrapped to prevent rusting and damage.

Page 79: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 11 of 24

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely fastened to the case bottom and shall be blocked and braced to avoid any displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be

packed separately in wooden cases with adequate protection inside the case and wherever possible should be sent along with the main equipment. Each item shall be suitably tagged with identification of main equipment, item denomination and reference number of respective assembly drawing. Each item of steel structure and furnaces shall be identified with two erection markings with minimum lettering height of 15mm. Such markings will be followed by the collection numbers in indelible ink/paint. A copy of the packing list shall accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of

tightly bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate surfaces shall be carefully protected against damage and bad weather. All manufactured surfaces shall be painted with rust proof paint.

In the case of imports, for bulk uniform material when packed in several cases,

progressive serial numbers shall be indicated on each case. 15.1.12 Wherever required, equipment/materials instruments shall be enveloped in

polythene bags containing silicagel or similar dehydrating compound. 15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases

irrespective of their sizes. 15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps

covers, before packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package

together with equipment/materials. One copy of the detailed packing list shall be fastened outside of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods

due to the defective or insufficient packing as well as for corrosion due to insufficient protection.

Page 80: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 12 of 24

15.1.18 Packaged equipment or materials showing damage defects or shortages

resulting from improper packaging materials or packing procedures or having concealed damages or shortages, at the time of unpacking shall be to the supplier‟s account.

All packages which require special handling and transport should have their Centres of Gravity and the points at which they may be slung or gripped clearly indicated and marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package

crate / bundle shall be given for identification. 15.1.19 Along with the packed material, supplier should attach material list,

manuals/instructions and also the Inspection certificate/release note, wherever applicable.

15.2. MARKING :

The following details to be written on the side face of packing:

a) Purchase Order Number b) Vendor Name c) Batch no with Manufacturing date d) Procedure (in brief) for handling e) Date of dispatch etc.

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with indelible paint and on Vendor's care and expenses.

Page 81: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 13 of 24

BHARAT PETROLEUM CORPORATION LIMITED (With detailed address as given in Special Purchase Conditions) From : To : Bharat Petroleum Corpn.Ltd. (With detailed address as given in Special Purchase Conditions) Order no. Rev. no. Item : Equipment Nomenclature : Net weight : Kgs. Gross weight : Kgs. Case No. of Total cases : Dimensions : Import Licence No. NOTE :

Marking shall be bold - minimum letter height 5 cm. For every order and every shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends. When packing material is clean and light coloured, a dark black stencil paint shall be acceptable. However, where packaging material is soiled or dark, a coat of flat zinc white paint shall be applied and allowed to dry before applying the specific markings. In case of large equipments like vessels, heat exchangers, etc. the envelope containing the documents shall be fastened inside a shell connection, with an identifying arrow sign "documents" using indelible paint.

16. DELIVERY : 16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule from the date of receipt of Purchase order. 16.2. Time being the essence of this contract, the delivery mentioned in the purchase

order shall be strictly adhered to and no variation shall be permitted except with prior authorization in writing from the Owner. Goods should be delivered, securely packed and in good order and condition, at the place of delivery and within the time specified in the purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /

procurement of raw material, the manufacturing, inspection / testing, packing, transportation or any other activity whatsoever required to be accomplished for effecting the delivery at the required delivery point.

Page 82: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 14 of 24

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection and/or testing and Release Order/Material(s) Acceptance Certificate issued by the Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in

respect of any Material(s). Any extra expenditure incurred by the Vendor on this account supported by satisfactory documentary evidence, will be reimbursed to the Vendor by BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL information of the proposed consignment well in advance by telegram/fax/e-mail/courier to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned, 18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy. 18.2 In the case of imports, insurance against all marine and transit risk shall be covered

under the Owner's marine policy. However, the Vendor shall ensure that in effecting shipments clear bill of lading are obtained and the carrier's responsibility is fully retained on the Carriers so that the consignee's interests are fully secured and are in no way jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in

advance by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit insurance of the consignment. Any failure by the Vendor to do so shall place the consignment at the Vendor‟s risk.

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall

send advance information by way of Telex message to Bharat Petroleum Corporation Ltd., (with detailed address as given in Special Purchase Conditions) giving particulars of the shipments, vessels name, port of shipment, bill of lading number and date, total FOB and freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date of opening of the tender unless otherwise specified in the Special Purchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE : 20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be

adhered to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with reference to the said Delivery date(s).

Page 83: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 15 of 24

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in writing of such anticipated delay and of the steps being taken by the Vendor to remove or reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful

Vendors to execute orders in accordance with the agreed delivery schedule will entitle BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent

(0.5%) of the basic value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total basic order value. LR date will be considered as delivery completion date for calculation of price reduction in the case of ex works contract. Date of receipt of materials at owners premises shall be considered for calculation of price reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the date of Letter of Credit (L/C) or the date of L/C amendment because of Buyer‟s fault plus one week (to take care of transit time for receipt of L/c) plus the delivery schedule as indicated by the vendors.

In case of the shipment taking place on “Cash against documents”, the contractual delivery shall be taken from the date of purchase order plus one week (to take care of transit time for receipt of order) plus delivery period.

Further the date of B/L or House airway bill shall be considered to find out the delay with respect to contractual delivery date. In case of FOB shipments if the vessel is not available then the intimation by vendors regarding readiness of the goods for the shipment shall be considered for calculating the delay if any. So vendor shall inform the readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier) basis.

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on account at the risk and cost of the vendor, without prejudice to its right under 20.3.1 above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the vendor fails to comply with the delivery schedule and other terms & conditions of the order. BPCL also reserves the right to procure the same or similar materials/equipment through other sources at vendor's entire risk, cost and consequences. Further, the vendor agrees that in case of procurement by the owner from other sources the differential amount paid by the owner shall be on account of the vendor together with any interest and other costs accrued thereon for such procurement.

Page 84: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 16 of 24

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or combination of events or circumstances that affects the performance by the vendor of its obligations pursuant to the terms of this Agreement (including by preventing, hindering or delaying such performance), but only if and to the extent that such events and circumstances are not within the vendor‟s reasonable control and were not reasonably foreseeable and the effects of which the vendor could not have prevented or overcome by acting as a Reasonable and Prudent person or, by the exercise of reasonable skill and care. Force Majeure events and circumstances shall in any event include the following events and circumstances to the extent they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm, flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism or act of public enemy (including the acts of any independent unit or individual engaged in activities in furtherance of a programme of irregular warfare), acts of belligerence of foreign enemies (whether declared or undeclared), blockades, embargoes, civil disturbance, revolution, rebellion or insurrection, exercise of military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

( i ) The Vendor shall as soon as reasonably practicable after the date of commencement of the event of Force Majeure, but in any event no later than two (7) days after such commencement date, notify the BPCL in writing of such event of Force Majeure and provide the following information:

(a) reasonably full particulars of the event or circumstance of Force Majeure and the extent to which any obligation will be prevented or delayed;

(b) such date of commencement and an estimate of the period of time required to enable the vendor to resume full performance of its obligations; and

Page 85: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 17 of 24

(c) all relevant information relating to the Force Majeure and full details of the measures the vendor is taking to overcome or circumvent such Force Majeure.

(ii) The Vendor shall, throughout the period during which it is prevented from performing, or delayed in the performance of, its obligations under this Agreement, upon request, give or procure access to examine the scene of the Force Majeure including such information, facilities and sites as the other Party may reasonably request in connection with such event. Access to any facilities or sites shall be at the risk and cost of the Party requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a Reasonable and Prudent Person, to circumvent or overcome any event or circumstance of Force Majeure as expeditiously as possible, and relief under this Clause shall cease to be available to the Vendor claiming Force Majeure if it fails to use such reasonable endeavours during or following any such event of Force Majeure.

(ii) The Vendor shall have the burden of proving that the circumstances constitute valid grounds of Force Majeure under this Clause and that it has exercised reasonable diligence efforts to remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has terminated or abated to an extent which permits resumption of performance to occur and shall resume performance as expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has complied and continues to comply with the obligations of this Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall be suspended and the Parties shall not be liable for the non-performance thereof for the duration of the period of Force Majeure; and

(ii) the time period(s) for the performance of the obligations of the Parties under this Agreement to the extent performance thereof is prevented or impeded by the event of Force Majeure shall be extended for the duration of the relevant period of Force Majeure except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of Force

Page 86: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 18 of 24

Majeure occur, and continue for a period in excess of 60 consecutive days, then BPCL shall have the right to terminate this agreement, whereupon the Parties shall meet to mitigate the impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE : 23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim or set off of BPCL/Vendor against omission or on account of any of the parties hereto arising out of or in relation to this Contract shall be referred to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R) of BPCL as the case may be or to some officer of BPCL who may be nominated by them. 23.2. In the event the Arbitrator being unable or refusing to act for any reason

whatsoever, the said Directors of BPCL shall designate another person to act as an Arbitrator in accordance with the terms of the said Contract/Agreement. The Arbitrator newly appointed shall be entitled to proceed with the reference from the point at which it was left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an

employee of the Corporation and may be Share holder of the Corporation. 23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all

the parties to the contract and the law applicable to arbitration proceedings will be the Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will

be Mumbai. 23.6. 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, if required, in the concerned Courts in the City of Mumbai alone. (legal)

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This document is essential & binding. Vendor's failure to return the IP document duly signed along with Bid Document may result in the bid not being considered for further evaluation.

Page 87: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 19 of 24

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or under the contract, the owner shall be entitled to recover such sums from any sum then due or when at any time thereafter may become due from the vendor under this or any other contract with the owner and should this sum be not sufficient to cover the recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be returned by the Vendor on demand. The Vendor shall not make use of drawing and specifications for any purpose at any time save and except for the purpose of BPCL. The Vendor shall not disclose the technical information furnished to or organized by the Vendor under or by virtue of or as a result of the implementation of the Purchase Order to any person, firm or body or corporate authority and shall make all endeavors to ensure that the technical information is kept CONFIDENTIAL. The technical information imparted and supplied to the vendor by BPCL shall at all time remain the absolute property of BPCL. Imparting of any confidential information by the Vendor will be breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied at all times, against any action, claim or demand, costs and expenses, arising from or incurred by reasons of any infringement or alleged infringement of any patent, registered design, trademark or name, copy right or any other protected rights in respect of any materials supplied or any arrangement, system or method of using, fixing or working used by the vendor. In the event of any claim or demand being made or action sought against BPCL in respect of any of the aforesaid matter, the vendor shall be notified thereof immediately and the vendor shall at his/its own expense with (if necessary) the assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all negotiations for the settlement of the same and/or litigation which may arise thereof.

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon the premises of owner, vendor agrees to assume the responsibility for the proper conduct of such employees/representatives while on said premises and to comply with all applicable Workmen's Compensation Law and other applicable Government Regulations and Ordinances and all plant rules and regulations particularly in regard to safety precautions and fire hazards. If this order requires vendor to furnish labour at site, such vendor's workmen or employees shall under no circumstances be deemed to be in owner's employment and vendor shall hold himself responsible for any claim or claims which they or their heirs, dependent or personal representatives, may have or make, for damages or compensation for anything done or committed to be done, in the course of carrying out the work covered by the purchase order, whether arising at owner's premises or elsewhere and agrees to indemnify the owner against any such claims, if made against the

Page 88: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 20 of 24

owner and all costs of proceedings, suit or actions which owner may incur or sustain in respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold, dispatched, delivered and furnished in strict compliance with all applicable laws, regulations, labour agreement, working condition and technical codes and statutory requirements as applicable from time to time. The vendor shall ensure compliance with the above and shall indemnify owner against any actions, damages, costs and expenses of any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment, materials and workmanship do not comply with specification and requirements, the same shall be removed by the vendor at his/its own expense and risk, within the time allowed by the owner. The owner shall be at liberty to dispose off such rejected goods in such manner as he may think appropriate. In the event the vendor fails to remove the rejected goods within the period as aforesaid, all expenses incurred by the owner for such disposal shall be to the account of the vendor. The freight paid by the owner, if any, on the inward journey of the rejected materials shall be reimbursed by the vendor to the owner before the rejected materials are removed by the vendor. The vendor will have to proceed with the replacement of the equipment or part of equipment without claiming any extra payment if so required by the owner. The time taken for replacement in such event will not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or failure to properly notify Vendor in the event of breach, or the acceptance of or payment of any goods hereunder or approval of design shall not release the Vendor and shall not be deemed a waiver of any right of the Owner to insist upon the strict performance thereof or of any of its or their rights or remedies as to any such goods regardless of when such goods are shipped, received or accepted nor shall any purported oral modification or revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be effective must be in writing. Any lone incident of waiver of any condition of this agreement by BPCL shall not be considered as a continuous waiver or waiver for other condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent manufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase preference as admissible/applicable from time to time under the existing Govt.

Page 89: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 21 of 24

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) 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 and a MSE owned by SC/ST entrepreneurs shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of the price bid.

34. CANCELLATION : 34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof

through a written notice to the vendor if. 34.1.1. The vendor fails to comply with the terms of this purchase order/contract. 34.1.2. The vendor becomes bankrupt or goes into liquidation. 34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods

promptly. 34.1.4. The vendor makes a general assignment for the benefit of creditors. 34.1.5. A receiver is appointed for any of the property owned by the vendor. 34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on

the purchase order matters connected with it. BPCL in that event will be entitled to procure the requirement in the open market and recover excess payment over the vendor's agreed price if any, from the vendor and also reserving to itself the right to forfeit the security deposit if any, made by the vendor against the contract. The vendor is aware that the said goods are required by BPCL for the ultimate purpose of materials production and that non-delivery may cause lossof production and consequently loss of profit to the BPCL. In this-event of BPCL exercising the option to claim damages for non delivery other than by way of difference between the market price and the contract price, the vendor shall pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The provision of this clause shall not prejudice the right of BPCL from invoking the provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the Act), prohibits anti- competitive practices and aims at fostering competition and at protecting Indian markets against anti- competitive practices by enterprises. The Act prohibits anti- competitive agreements, abuse of dominant position by enterprises, and regulates combinations (consisting of acquisition, acquiring of control and M&A) wherever such agreements, abuse or combination causes, or is

Page 90: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 22 of 24

likely to cause, appreciable adverse effect on competition in markets in India. BPCL reserves the right to approach the Competition Commission established under the Act of Parliament and file information relating to anti-competitive agreements and abuse of dominant position. If such a situation arises, then Vendors are bound by the decision of the Competitive Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT The Vendor can / does not have any right to assign his rights and obligations under these general purchase conditions without the prior written approval of BPCL. 37. GOVERNING LAW These General Purchase Conditions shall be governed by the Laws of India. 38. AMENDMENT Any amendment to these General Purchase Conditions can be made only in writing and with the mutual consent of the parties to these conditions. 39. SPECIAL PURCHASE CONDITIONS In case of a conflict between the clauses, terms and conditions of General Purchase Conditions and Special Purchase condition, the clauses, terms and conditions of Special Purchase Condition will have an overriding effect over General Purchase Conditions and the same shall be applicable. 40. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and delivered by hand or sent by courier or facsimile to the other Party at the address or facsimile number stated below or such other address or number as may be notified by the relevant Party from time to time: BPCL _______________________ _______________________ _______________________

Vendor _______________________ _______________________ _______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms & conditions as mentioned above.

Page 91: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 23 of 24

Annexure I

PERFORMANCE BANK GUARANTEE (On Non-judicial paper for appropriate value)

To, Bharat Petroleum Corporation Limited --------------------------------- -------------------------------- Dear Sir, In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called „the Company‟ which expression shall include its successors and assigns) having awarded to M/s. (Name) ………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor” which expression shall wherever the subject or context so permits include its successors and assigns) a supply contract in terms interalia, of the Company‟s Purchase order No…….. dated ………. and the General and Special Purchase Conditions of the Company and upon the condition of vendor‟s furnishing security for the performance of the vendor‟s obligations and/or discharge of the vendor‟s liability under and / or in connection with the said supply contract upto a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10% (ten percent)of the total contract value. We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which expression shall include its successors and assigns) hereby jointly and severally undertake and guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without protest or demur of any and all moneys any wise payable by the Vendor to the Company under in respect of or in connection with the said supply contract inclusive of all the Company‟s losses and expenses and other moneys anywise payable in respect to the above as specified in any notice of demand made by the Company to the Bank with reference to this Guarantee upto an aggregate limit of Rs(in figures)…………Rs(in words)……………………….only. AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid and irrevocable for all claims of the Company and liabilities of the vendor arising upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period. ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of whatsoever that the Company may now or at any time otherwise have in relation to the vendor‟s obligation/liabilities under and /or connection with the said supply contract, and the Company shall have full authority to take recourse to or reinforce this security in preference to the other security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or requiring enforcement of any other security shall have the effect of releasing the Bank from its liability hereunder.

Page 92: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

Page 24 of 24

ii. The Company shall be at liability without reference to the Bank and without effecting the full liability of the Bank hereunder to take any other security in respect of the vendor‟s obligations and /or liabilities under or in connection with the said supply contract and to vary the terms vis a vis the vendor of the said supply contract or to grant time and / or indulgence to the vendor or to reduce or to increase or otherwise vary the prices of the total contract value or to release or to forbear from enforcement all or any of the obligations of the vendor under the said supply contract and / or the remedies of the Company under any other security(ies) now or hereafter held by the Company and no such dealing(s), variation(s), reduction(s), increase(s) or the indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the Company in terms hereof. v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee / Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or suspended by reason of any dispute or disputes having been raised by the vendor (whether or not pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor or any other order of communication whatsoever by the vendor stopping or preventing or purporting to stop or prevent any payment by the Bank to the Company in terms hereof. vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as liable to be paid to the Company by the vendor or as suffered or incurred by the Company on account of any losses or damages of costs, charges and or expenses shall as between the Bank and the Company be conclusive of the amount so liable to be paid to the Company or suffered or incurred by the Company, as the case may be and payable by the Guarantor to Company in terms hereof. Yours faithfully, (Signature) NAME & DESIGNATION NAME OF THE BANK NOTES:

Page 93: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 94: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 95: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 96: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 97: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 98: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE ZG The Declaration should be produced on Vendor’s Letter Head.

Enquiry No.1000228619 E-tender 976

PROFORMA OF DECLARATION OF HOLIDAY LISTING In the case of a Proprietary Concern: I hereby declare that neither I in the name of my Proprietary concern M/s. ______________ which is submitting the accompanying Bid / Tender nor any other concern in which I am a proprietor nor in any partnership firm in which I am involved as a Managing Partner have been placed on holiday list declared by Bharat Petroleum Corporation Limited or its Administrative Ministry or any other Indian Government Public Sector Undertaking, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). In the case of a Partnership Firm We hereby declare that neither we, M/s. __________________ submitting the accompanying Bid / Tender nor any partner involved in the management of the said firm either in his individual capacity or as proprietor of any firm or concern have or has been placed on holiday list declared by Bharat Petroleum Corporation Limited or its Administrative Ministry or any other Indian Government Public Sector Undertaking, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). In the case of Company We hereby declared that we have not been placed on any holiday list declared by Bharat Petroleum Corporation Limited or its Administrative Ministry or any other Indian Government Public Sector Undertaking, except as indicated below: (Here given particulars of holiday listing and in absence thereof state “NIL”). It is understood that if this declaration is found to be false in any particular, Bharat Petroleum Corporation Limited or its Administrative Ministry, shall have the right to reject my / our bid, and, if the bid has resulted in a contract, the contract is liable to be terminated. Place: ____________ Signature of the Bidder______________ Date: ____________ Name of the Signatory_______________

(This Section to be enclosed with Technical Bid) Page 1

Page 99: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq
Page 100: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

ANNEXURE - ZI

FORMAT FOR BIDDER’S INFORMATION

1 Name of Bidder

2 Address for Communication

3 General contact details viz.

e mail address, telephone no., and fax no.

4 Whether bidder is a manufacturer OR

dealer/trader, for items under this tender

5 Type of Organisation:

Government Dept. / Public Sector

Undertaking / Public Limited Company /

Private Limited Company / Partnership /

Propreitorship / Others (Pl. specify)

6 Location of Registered Office , in the case of

Company

7 Residential status : Indian or Non-resident;

8 Indian Income Tax PAN Number:

(Note : In case where Indian Income Tax

Deduction at Source is applicable, non-

availability of PAN Number will entail a higher

deduction)

9 In case non-resident, whether the bidder is

having any Permanent Establishment in India,

through which business transactions in India

are carried out.

10 IN CASE BIDDER IS A MANUFACTURER FOR

ITEMS UNDER REFERENCE:

10.1 Address of Factory:

10.2 Central Excise Registration Number(For Indian

bidders)

Page 101: P & C S (M U M B A I R EFIN ER Y) - Bharat Petroleum · 2015-04-09 · bharat petroleum corporation limited, procurement and cont racts services, mahul, mumbai 400 074, india crfq

10.3 Service Tax Registration Number , if any (For

Indian Bidders)

10.4 Sales Tax / VAT / CST Registration

Number(For Indian Bidders)

11 IN CASE BIDDER IS A DEALER /

TRADER / SERVICE PROVIDER FOR

ITEMS UNDER REFERENCE:

11.1 Central Excise Registration

Number, if any(for issuing

Cenvatable invoice under Cenvat

Credit Rules) (For Indian Bidders)

11.2 Service Tax Registration Number, if

any (For Indian Bidders)

11.3 Sales Tax / VAT / CST Registration

Number (For Indian Bidders)

12 CONTACT PERSON’S DETAILS:

12.1 Name & Designation

12.2 E-mail id

12.3 Telephone No.- Landline

12.4 Mobile Number.

12.5 Fax number

13 Average Annual Turnover of the

business

14 Whether the bidder falls under the

category of Micro & Small

Enterprises (MSE) as per the

MSME Policy of Govt. of India. If

YES, whether proof for the same

enclosed with the bid?

_____________________ _______________________

Place and Date Sign and Stamp