116
Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID : 15878 Tender Reference No. : CRFQ1000263114 Tender Title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basis for Ennore Coastal Installation. Tender Date : 23/09/2016 Tender Description : 1. Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basis for Ennore Coastal Installation. . 2. BPCL reserves the right to extend the Due Date of Tender. 3. . 3. Purchase preference to MSEs (Micro & Small Enterprises) shall be applicable as per tender condition. . 4. DELIVERY PERIOD: Please quote your best delivery period on door- delivery basis, in the Unprice Bidattached with the tender document. 5. Octroi/Entry tax, if any, in the any state of India shall be directly paid by the vendor, if applicable, which shall be reimbursed by BPCL at actuals on submission of documentary proof. . 7. Unloading & stacking at the delivery address will be arranged by consignee. However, advance information regarding expected date of delivery to Site In- charge must be given well in time for making unloading arrangements under advice to originator of ORDER. . 8. Bid validity 120 Days from the final due date of opening of tender. . 9. Pre-bid meeting with prospective bidders is scheduled on 30/09/16 at 11:00 a.m. IST at CPO(M)-Sewree Mumbai. IN CASE OF ANY CLARIFICATION PERTAINING TO E- PROCUREMENT PROCESS/tender, THE TENDERER MAY CONTACT THE FOLLOWING PERSONNEL OF M/S BPCL PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL : [email protected] PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL : [email protected] The IEM should be contacted on their mobile / email, only if there are any complaints related to the tender. For Seeking clarifications / details related to tender, the concerned BPCL official whose name and contact number is given in the tender documents should be contacted. . To facilitate evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only Euro/USD is permitted) in which Bid price is payable, to Indian Rupees from reference rate archive rates as available in Reserve Bank of India, website on the date of Price Bid opening. In case, exchange rate is not available alternative sources viz. Economics Times etc. shall be considered for all the currencies. </br) 3.> Tender Document Tender reference No : CRFQ1000263114 System ID : 15878 Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basis for Ennore Coastal Installation. page 1 of 29

Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

  • Upload
    others

  • View
    11

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Domain : bpcleproc.in

Parent department: BPCL

Department : CPO (M) -ProcurementGroup 3

Department officer : D Manimaran

System ID : 15878 Tender Reference No. : CRFQ1000263114

Tender Title : Global Tender forvarious sizes of150# MotorOperated PressureBalanced PlugValves on firmrequirement basisfor Ennore CoastalInstallation.

Tender Date : 23/09/2016

Tender Description : 1. Global Tender for various sizes of 150# Motor Operated Pressure BalancedPlug Valves on firm requirement basis for Ennore Coastal Installation. .2. BPCL reserves the right to extend the Due Date of Tender. 3. . 3. Purchasepreference to MSEs (Micro & Small Enterprises) shall be applicable as pertender condition. .4. DELIVERY PERIOD: Please quote your best delivery period on door-delivery basis, in the Unprice Bidattached with the tender document.5. Octroi/Entry tax, if any, in the any state of India shall be directly paid by thevendor, if applicable, which shall be reimbursed by BPCL at actuals onsubmission of documentary proof. .7. Unloading & stacking at the delivery address will be arranged by consignee.However, advance information regarding expected date of delivery to Site In-charge must be given well in time for making unloading arrangements underadvice to originator of ORDER. .8. Bid validity 120 Days from the final due date of opening of tender. .9. Pre-bid meeting with prospective bidders is scheduled on 30/09/16 at 11:00a.m. IST at CPO(M)-Sewree Mumbai.IN CASE OF ANY CLARIFICATION PERTAINING TO E-PROCUREMENT PROCESS/tender, THE TENDERER MAY CONTACTTHE FOLLOWING PERSONNEL OF M/S BPCLPROCUREMENT LEADER :MR.MANIMARAND DASARAJLANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL :[email protected] MANAGER : MRS. SRINIVAS SONIALANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL :[email protected]

The IEM should be contacted on their mobile / email, only if there are anycomplaints related to the tender. For Seeking clarifications / details related totender, the concerned BPCL official whose name and contact number is givenin the tender documents should be contacted. .To facilitate evaluation & comparison, BPCL shall convert all Bid prices offoreign Bidder expressed in the amounts in various currencies ( only Euro/USDis permitted) in which Bid price is payable, to Indian Rupees from referencerate archive rates as available in Reserve Bank of India, website on the date ofPrice Bid opening. In case, exchange rate is not available alternative sourcesviz. Economics Times etc. shall be considered for all the currencies.</br) 3.>

Tender Document

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 1 of 29

Page 2: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Document fees andEMD + Technicalbid + Price bid

Bid validity period (in days) : 120 Type of contract : Goods

Project duration / delivery orcompletion period (in days)

: 120 Form of Contract : Supply

Bid submission configuration

Bidding access : Open/Press

Base currency : INR Bidding type : Global

Bidding currencies : INR,EURO,USD

Key configuration

Bidding variant : Buy Mode of pre-bid meeting : Offline

Pre Bid Meeting Venue :

CENTRAL

PROCUREMENT

ORGANIZATION(MKTG),

BPCL, A INSTALLATION,

SEWREE FORT RD,

SEWREE(E), MUMBAI

400 015, INDIA PHONE

022 24176408/24176418

Dates configuration

Document downloading startdate

: 26/09/201615:00:00

Document downloading enddate

: 21/10/201615:00:00

Bid submission start date : 26/09/201615:01:00

Bid submission end date : 21/10/201615:00:00

Pre-bid meeting start date : 30/09/201611:00:00

Pre-bid meeting end date : 30/09/201613:00:00

Bid opening date : 21/10/201615:01:00

Document / EMD / Security fee detail

Tender fees : Not Applicable EMD amount : INR : 250000.00

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 2 of 29

Page 3: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

USD : 3720.00

EMD payable at : BHARATPETROLEUMCORPORATIONLIMITED,MUMBAI

Emd Clause :

Earnest Money Deposit

(EMD) ( also referred to as

Bid Security): You shall be

required to submit the

Earnest Money Deposit

(EMD) of Rs. 2,50,000/- for

Indian bidders & USD

3720/- (for foreign bidders)

, if applicable in physical

form by the way of demand

draft drawn on any

Nationalised or scheduled

bank in favour of M/s

Bharat Petroleum

Corporation Ltd. and

payable at Mumbai at our

office in a sealed cover

addressed to Procurement

Leader Gr 3, with following

boldly super-scribed on the

outer cover CRFQ number,

Item, Closing date,Time,

Name of the tenderer. It

should be dropped in the

tender box or sent by

Registered Post/Courier to

the following address so as

to reach before the due date

& time of the tender.

PROCUREMENT

LEADER GR 3, CENTRAL

PROCUREMENT

ORGANIZATION(MKTG),

BPCL, A INSTALLATION,

SEWREE FORT RD,

SEWREE(E), MUMBAI

400 015, INDIA PHONE

022 24176408/24176418

EMD Payment Method : Demand Draft

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 3 of 29

Page 4: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Bidding forms

Documentfees andEMD

EMD Form

Details Bidder's Response

EMD Amount offering

Currency

EMD Payment Method

Instrument No.

Payment Date

EMD Form

Technicalbid

BQC form FOR BIDDER

BQC form FOR BIDDER

BPCL REQUIREMENT BIDDERSRESPONSE

1.Established manufacturer/ Valid licensesThe vendor should be an established manufacturer of pressure balanced Plugvalves confirming to API 6D and the valves to bear API monogram.Documents Required:Vendor to submit relevant valid (as on bid due date) API 6D certificate

2.Minimum quantity supplied in the pastThe vendor should have supplied at least 12 nos. of motor operated CSPBPVs of100 mm diameter or higher diameters during any continuous 12 months’ periodin the last 5 years prior to the bid due date.Documents required:Bidder to submit copy of excise invoices/ bill of lading along with purchaseorders of the respective sizes for supplies made during any continuous 12months’ period in the last 5 years prior to the bid due date.The price part can be blanked out if the vendor so desires.Above Data/documents required in point 2 should be duly verified by any one ofthe following third party inspection agency viz. SGS /GLISPL / IRS / DNV /LRIS / EIL /TATA Projects / PDIL / ULIPL / RITES LTD / ITSIPL/BV/ICS/Mecon/ TUV. All charges of the third party for attestations and verificationshall be borne by the Vendors

BQC form FOR BIDDER

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 4 of 29

Page 5: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

3.After sales supportThe vendor should have maintenance & service support in India. Details of theagency / company in India who will be extending this support should beprovided. Documents required:a)Letter giving details of the maintenance andservice support base in India on vendor’s letter head.b)In case the servicesupport is by an agency appointed by the vendor, then submit thefollowing:•Agreement copy between the vendor & their service agency.•Declaration by the vendor is to be given that in case at any point of time, theagency appointed by the vendor fails to provide the service support, then vendorwould be responsible to provide such a support.

4.Financial capacity(a)The vendor should have achieved a minimum average Annual financialturnover of Rs. 1.53 Crs. (For Indian vendors) / USD 0.227 Million (For Foreignvendors) as per Audited financial statements (including Balance Sheet and Profit& Loss account), during the last available three consecutive accounting yearsprior to bid due date.(b)The vendor’s net worth should be positive as per last available Auditedfinancial statements (including Balance Sheet and Profit & Loss account. The networth is defined as TOTAL ASSETS MINUS TOTAL LIABILITIES.Documents required:Available Audited Balance Sheets & Profit & Loss account of the vendor for thelast three consecutive accounting years (English language only) prior to bid duedate.

Technicalbid

Annexures for Acceptance

Acceptance Of Annexures

SrNo Document Name File

Name

I / We have read, understood and accepted the followingAnnexure of the Tender Document. (To read theDocument please click the corresponding Downloadlink)

1 Instruction toBidders(ITB)

ITB.pdf

2 General PurchaseConditions

gpc.pdf

3 SPC SPC.pdf

Annexures for Acceptance

Technicalbid

Annexures for acceptance and upload after duly filled, signed & Stamped.

Annexures for acceptance and upload after duly filled,

signed & Stamped.

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 5 of 29

Page 6: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Annexures for acceptance

SrNo

DocumentName File Name

I / We have read, understood and accepted thefollowing Annexure of the Tender Document.(To read the Document please click thecorresponding Download link)

1 Declaration Declaration.pdf

2 Integrity Pact(IP)

IP.pdf

3 ElectricActuator SizingSheet

Electric ActuatorSizing Sheet .pdf

Technicalbid

TECHNICAL SPECIFICATIONS FOR MOTOR OPERATED PRESSURE BALANCED PLUGVALVES - Download

TECHNICAL SPECIFICATIONS FOR MOTOR OPERATED PRESSURE BALANCED PLUGVALVES- Download

Document Description Bidder Response

Technical Specification -Download

TEchnical Specification, -download.pdf

Download the Technical Specifications document from here and copy is to be filled,signed,stamped and then to be scanned and uploaded while Bid Submission.

TECHNICAL SPECIFICATIONS FOR MOTOR

OPERATED PRESSURE BALANCED PLUG VALVES

Technicalbid

Particulars of Bidder for tender

Particulars of Bidder

. .

1. Name of the Tenderer

Particulars of Bidder for tender

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 6 of 29

Page 7: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

2.(a) Office Address/ PAN no.

2.(b) Factory Address

2.(c) Tel No - Office

2.(d) Tel No - Factory

2.(e) Fax No - Office

2.(f) Fax No - Factory

3. Email ID (The email ID should be valid for the full tender period and the informationshared/ advise issued/ other mails sent to this ID shall be treated as official communicationfrom either sides)

4.Name/ designation of personnel handling the email IDs

PL MENTION COUNTRY OF ORIGIN & LOAD PORT Please confirm the Item Number /Description and Part Number / BTN Classification / Custom Tariff Number (FOR FOREIGNBIDDERS)

Year of Establishment/Registration & Date ( Certificate of Registration issued by Registrar offirms/ Companies to be uploaded

Sales Tax Registration No

. .

a) State Sales Tax

b) Central Sales Tax

c) Service tax registration

Bankers Information

. . .

1 Name of Bankers & Full Address

2 Year of Commencement of manufacturing

Technicalbid

A.DETAILS OF RELATIONSHIP WITH BPC DIRECTORS

DETAILS OF RELATIONSHIP WITH BPC

DIRECTORS

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 7 of 29

Page 8: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

PART- A (Applicable where Manufacturer is Sole Proprietor)

Description Bidder response

1.Name of Tenderer

2.a.Office Address

2.b.Residence Address

3.Telephone

4. State whether manufacturer is related to any of the director(s) of BPC

5.If Yes to 4, state the name of the Director and manufacturer

Put NA whichever is not applicable

PART- B (Applicable where the manufacturer is a partnership firm)

Description BiddersResponse

1. Name of the Partnership firm

2.Address :

3.Name of Partners

4.State whether any of the partner is a Director to BPC

5. If Yes to 4 ,state the names(s) of Directors.

6.State whether any of the partner is related to any of the Director(s)of BPC

7.If Yes to 6 state the name(s) of Director(s) and the concerned Partnersrelationship with him/her.

Put NA whichever is not applicable

PART - C (Applicable where the Manufacturer is a Public or Private Ltd. Co.)

Descrition BiddersResponse

1. Name of the Company

2.a.Address of Regd. Office

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 8 of 29

Page 9: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

2.b.Address of Principal Office

3.State whether the company is a Pvt. Ltd. Co. or Public Ltd Co.

4. Names of Directors of the Company

5.State whether any of the Director of your Company is a Director of BPC .

6.If Yes to (5) state the name(s) name(s) of the Director

7.State whether any of the Director of your Company is related to any of theDirectors of BPC.

.If Yes to (7) state the name(s) of Director and the concerned Director's (of theVendor) relationship with him/her.

Put NA whichever is not applicable

For the current list of BPC directors, please check on our website www.bharatpetroleum.in

Technicalbid

UNPRICED BID FORMAT FOR BIDDER

UNPRICED BID FOR VENDOR

BPCL REQUIREMENT BIDDERSRESPONSE

1.DELIVERY : PL QUOTE YOUR BEST DELIVERY PERIOD

2. Rate of Excise Duty including CessCST WITHOUT FORM C (in %)VAT (in %)

3.PLEASE MENTION PLACE FROM WHERE MATERIALS WILL BEDESPATCHED(PL GIVE YOUR WORKS/FACTORY ADDRESS)PLEASEMENTION THE PERSONS NAME /PHONENO./E-MAIL ID FROM WHOMCLARIFICATIONS CAN BE SOUGHT

4) Pl mention Country of Origin & Loading PortPlease confirm the item Number / Description and Part Number/ BTNclassification / Custom Teriff Number(For Foreign Bidders)

5) PLEASE CONFIRM, IF YOU ARE AN MSE (MICRO/SMALLENTERPRISE)? IF YES, PLEASE UPLOAD THE RELEVANT AND VALIDSUPPORTING DOCUMENTS (EM II) THIS IS TO AVAIL PURCAHSEPREFERENCE AS PER TENDER TERMS, IF APPLICABLE.

UNPRICED BID FORMAT FOR BIDDER

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 9 of 29

Page 10: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

BPCL reserves the right to cancel / short close the ARC at any time at its soledescretion without giving any reasons to the vendor. BPCL decision would bebinding & final. The evaluation & award will be on item-wise landed lowest. Plbid according to item description in price bid.

PAYMENT TERM:The following payment terms shall be applicableIndianBidder:a). Our payment terms are 100% on the 30th day from the receipt andacceptance of materials at site, against submission of Performance BankGuarantee (PBG) for 10% of total order value. Please consider this condition inyour quotation, as other payment terms may not be acceptable to BPCL.Payments will be released by originator of call-offs/orders.Foreign Bidder:a) Ourpayment terms are 100% against irrevocable letter of credit with an usance of 75days. (from bill of lading date) (75 days considered based on 21 days sailingtime+10 days for clearance of consignment+ 14 days inland transit time + 30 daysfrom date of receipt of materials at site). Letter of Credit will be opened in yourfavour through our banker. Indicate your Bank address for opening Letter ofCredit. Foreign banker charges will be to the account of beneficiary only.Vendorto submit Performance Bank Guarantee (PBG) for 10% of basic ordervalue.Please consider this condition in your quotation, as other payment termsmay not be acceptable to BPCL.

Price bid

Rates to be quoted in INR .

PRICE BID (FOR INDIAN BIDDER)

Column name Bidder response

Item Sl. No. 1

Item Description VLV PBPV FLG 150# CS MOV 100NB

Quantity 4.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

PRICE BID (FOR INDIAN BIDDER)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 10 of 29

Page 11: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 2

Item Description VLV PBPV FLG 150# CS MOV 150NB

Quantity 1.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 3

Item Description VLV PBPV FLG 150# CS MOV 250NB

Quantity 20.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 11 of 29

Page 12: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 4

Item Description VLV PBPV FLG 150# CS MOV 300NB

Quantity 35.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 5

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 12 of 29

Page 13: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Item Description VLV PBPV FLG 150# CS MOV 350NB

Quantity 16.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 6

Item Description VLV PBPV FLG 150# CS MOV 400NB

Quantity 3.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges per

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 13 of 29

Page 14: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

UOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 7

Item Description VLV PBPV FLG 150# CS MOV 450NB

Quantity 1.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 8

Item Description VLV PBPV FLG 150# CS MOV 500NB

Quantity 2.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 14 of 29

Page 15: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 9

Item Description VLV PBPV FLG 150# CS MOV 600NB

Quantity 6.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 10

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 15 of 29

Page 16: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Item Description VLV PBPV FLG 150# SS MOV 100NB

Quantity 7.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 11

Item Description VLV PBPV FLG 150# SS MOV 150NB

Quantity 6.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges per

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 16 of 29

Page 17: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

UOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 12

Item Description PBPV FLG 150# CS MOV 600NB WITH FLP PB

Quantity 12.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Column name Bidder response

Item Sl. No. 13

Item Description PBPV FLG 150# CS MOV 150NB WITH FLP PB

Quantity 6.00

Unit of Measurement (UOM) each (EA)

Basic price in Rs per UOM

Basic price in Rs per UOM (InWords)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 17 of 29

Page 18: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TPIA charges per UOM in INR

Packing & Forwarding per UOMin INR

Excise duty in %

CST without Form 'C' in %

Freight Charges perUOM(including all taxes andduties) in INR

Inland Transit Insurance per UOM(incl of any taxes or duties) in INR

Price bid

.

Column name Bidder response

Item Sl. No. 1

Item Description VLV PBPV FLG 150# CS MOV 100NB

Quantity 4

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

PRICE-BID (FOR FOREIGN BIDDER)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 18 of 29

Page 19: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 2

Item Description VLV PBPV FLG 150# CS MOV 150NB

Quantity 1

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOM

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 19 of 29

Page 20: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

in INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 3

Item Description VLV PBPV FLG 150# CS MOV 250NB

Quantity 20

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 20 of 29

Page 21: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Item Sl. No. 4

Item Description VLV PBPV FLG 150# CS MOV 300NB

Quantity 35

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 5

Item Description VLV PBPV FLG 150# CS MOV 350NB

Quantity 16

Unit of Measurement (UOM) each (EA)

Please mention the Currency in

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 21 of 29

Page 22: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

which you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 6

Item Description VLV PBPV FLG 150# CS MOV 400NB

Quantity 3

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 22 of 29

Page 23: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 7

Item Description VLV PBPV FLG 150# CS MOV 450NB

Quantity 1

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 23 of 29

Page 24: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 8

Item Description VLV PBPV FLG 150# CS MOV 500NB

Quantity 2

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOM

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 24 of 29

Page 25: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

in INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 9

Item Description VLV PBPV FLG 150# CS MOV 600NB

Quantity 6

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 25 of 29

Page 26: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Item Sl. No. 10

Item Description VLV PBPV FLG 150# SS MOV 100NB

Quantity 7

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 11

Item Description VLV PBPV FLG 150# SS MOV 150NB

Quantity 6

Unit of Measurement (UOM) each (EA)

Please mention the Currency in

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 26 of 29

Page 27: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

which you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 12

Item Description PBPV FLG 150# CS MOV 600NB WITH FLP PB

Quantity 12

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 27 of 29

Page 28: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Column name Bidder response

Item Sl. No. 13

Item Description PBPV FLG 150# CS MOV 150NB WITH FLP PB

Quantity 6

Unit of Measurement (UOM) each (EA)

Please mention the Currency inwhich you have quoted(should beeither in USD or EURO)

Basic Price per UOM (in yourcurrency)

Basic Price per UOM (In Words inyour Currency)

TPIA charges per UOM (in yourcurrency)

Packing & Forwarding charges andany other charges per UOM ( inyour currency)

Sea Freight Charges per UOM (Inyour Currency)

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 28 of 29

Page 29: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Marine Insurance per UOM(inyour Currency)

Port/Landing Charges per UOM inINR

Clearing Charges per UOM in INR

Inland Freight Charges per UOMin INR((including all taxes andduties)

Inland Transit Insurance per UOMIncl of any taxes or duties in INR

Prebid committee published

Start date 30/09/2016 11:00:00 End date 30/09/2016 13:00:00

Mode of pre bid Offline Published date 26/09/2016 10:09:12

Published by D Manimaran (CPO (M) -Procurement Group 3)

Remarks Approved to publish

Tender reference No : CRFQ1000263114 System ID : 15878

Tender title : Global Tender for various sizes of 150# Motor Operated Pressure Balanced Plug Valves on firm requirement basisfor Ennore Coastal Installation.

page 29 of 29

Page 30: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

CENTRAL PROCUREMENT ORGANISATION - MKTG

BHARAT PETROLEUM CORPORATION LIMITED SEWREE FORT ROAD, SEWREE – EAST, MUMBAI

PRESS TENDER

supply of 150# Pressure Balance Plug valves conforming to API 6D (MOV) to BPCL Ennore coastal Installation .

CRFQ NO.: 1000263114

DUE ON: 21/10/16 AT 1500 HRS IST

Page 31: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Dear Sir/Madam,

Subject: Global Press tender for supply of 150# Pressure Balance Plug valves conforming to API 6D (MOV) to BPCL Ennore Coastal

Installation.

(CRFQ no. 1000263114 due on 21/10/16 at 3 pm IST)

1 Objective

BPCL intends to procure 150# Pressure Balance Plug valves conforming to API 6D

(MOV) for BPCL Ennore Coastal Installation on firm requirement Basis. The

objective of this tender is to invite BQC, technical and commercial proposals from

bidders and Contract will be awarded to the successful bidder(s).

2. About the Company: Bharat Petroleum Corporation Limited, a vertically

integrated Navaratna energy company in India with a place in the Fortune 500

Company for last many years. BPCL has a strong network of Gasoline stations

spread across India.

3. Central Procurement Organization (Mktg), Bharat Petroleum Corporation

Limited invites your most competitive offer in accordance with this e-tender

document

4. This e-tender document consists of: a) Un-price format • Particulars of Bidder • Bid

Qualification Criterion • Technical Specifications /Scope of Inspection • Special Purchase

Conditions • General Purchase Conditions • Integrity Pact • Relevant Documents Upload

(Extensible Document) etc. b) Price bid: • Two formats of the price bid i.e. one for the

Indian vendor and the other one for the foreign vendor are attached. Price bid shall have to

be submitted online as per the format provided

5. All the documents associated with Techno-Commercial bid (consisting of all the

afore-mentioned, documents uploaded by the vendor and Techno-Commercial Information

for Imports, if applicable) and price bid shall form the part of the tender. The entire bid shall

be online only. General Instructions to vendors for e-tendering are as given in one of the

Annexure of this tender. Offers should strictly be in accordance with the tender terms &

conditions and our specifications. Vendors are requested to carefully study all the

documents/annexure and understand the conditions, specifications & drawings, before

quoting the rates and submitting this tender. In case of doubt, written clarifications should

be obtained, but this shall not be a justification for request for extension of due date for

submission of bids.

6. Valves shall be required to be supplied as specified in the tender document, specifications / Bill of quantities. BPCL invites bids from reputed manufacturers,

experienced in manufacturing & supplying of such valves. The details of

Page 32: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

specifications of valves required to be procured is enclosed along with this tender document.

7. Please visit the website https://bpcleproc.in for participating in the tender

and submitting your bid online. The bid documents are be submitted online thru e-proc portal only.

8. The e-tender is floated in Two Part Bid through E-Tender system, consisting

of Bid Qualification Criteria (BQC) and Technical plus Commercial and Price Bid, all

floated together.

BQC (Bid qualification criteria) duly filled in & along with all supporting as requested

to be submitted online against the e-tender. Technical & commercial Bid duly filled

in & along with all supporting as requested to be submitted online against the e-

tender.

9. Firstly the BQC and Technical cum commercial bids will be opened. The bids

shall be initially scrutinized by BPCL team as per tender requirements of BQC (Bid

qualification criteria) & technical. The price bids will be opened only for the techno-

commercially qualified bidders for further evaluation. Contract will be awarded on

item-wise lowest landed cost basis.

10. Each page of bid documents meant for uploading by the bidder is to be duly

signed & stamped before uploading the same. Corrigendum & associated

documents if any uploaded by BPCL are also to be signed and stamped and

uploaded before final submission.

11. The bids submitted should be valid for 4 months from the due date of bid

submission for Owner s acceptance. Once accepted it will remain firm till completion

of contracts/orders. Bids should be submitted positively by the due time (IST) &

date as mentioned in this tender. All the bids shall be opened online.

12. The bidders to provide their bank details / PAN / Sales Tax /WCT Registration

numbers/Service Tax Registration No. / VAT registration No., as applicable for

updating vendor master file. You are also requested to keep us informed of any

Page 33: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

change in address / status of your business / contact details including email

address etc.

13. QUERIES AND CLARIFICATIONS: Any query or clarification with regard to this tender may please be

referred to below address & phone nos. on any working day between 10:00 am to 4:00 pm before pre-bid meeting

date.

PROCUREMENT LEADER GR3

Central Procurement Organisation (Mktg)

Bharat Petroleum Corporation Ltd,

A Installation, Sewree Fort Road, Sewree (East),

Mumbai - 400 015.

Fax: 91-22-24117878

PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 /

MOBILE NO. 8220002889 E Mail : [email protected]

PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE

NO. 9820067543 / E-MAIL : [email protected]

14. GOVERNING LAWS: The laws of Union of India shall govern all matters

concerning the tender. Any issue arising related to the tender or the selection

process shall be adjudged by the courts in Mumbai, India alone. BPCL reserves the

right to accept or reject, any or all tenders received at its absolute discretion

without assigning any reason whatsoever.

15. Earnest Money Deposit (EMD) ( also referred to as Bid Security): You shall be required to submit the

Earnest Money Deposit (EMD) as applicable in physical form by the way of demand draft drawn on any

Nationalised or scheduled bank in favour of M/s Bharat Petroleum Corporation Ltd. and payable at Mumbai at our

office in a sealed cover addressed to Procurement Leader Gr 3, with following boldly super-scribed on the outer

cover

CRFQ number

Item

Closing date/Time

Name of the tenderer

It should be dropped in the tender box or sent by Registered Post/Courier to the following address so as to reach

before the due date & time of the tender. BPCL will not be responsible for non-receipt of instrument(s) due to

postal delay/loss in transit etc. for any reason what-so-ever. Bid received without the EMD if applicable is liable

to be rejected. A photocopy of the instrument of EMD to be duly signed & stamped and uploaded against

relevant heading in tender.

Foreign bidders can wire transfer the EMD amount to BPCL before the due date and time. The details are as

under:

Beneficiary

Name Bharat Petroleum Corporation Limited

Bank Name Standard Chartered Bank

Branch Address 90, M G Road, Fort, Mumbai-1

Page 34: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

USD Account no 22205032520

Swift Code SCBLINBBXXX

BSR Code 6470036

a. The bid security is required to protect the Owner against the risk of Bidder’s conduct, which would warrant

the security forfeiture.

b. The bids without requisite EMD will not be considered and bids of such bidder Bidder(s) shall be rejected.

The bidders not submitting EMD by due time & date shall be rejected & their bids shall not be evaluated

further.

c. Even if a bidder is registered/enlisted with BPCL, EMD has to be submitted by them.

d. Firms registered with National Small Scale Industries Corporation (NSIC)/ MSE of India for the item

in tender are exempted from submission of Bid Security. Vendor has to upload the necessary

documents as mentioned above to claim exemption for Earnest Money Deposit.

e. Bidders are advised to instruct their banks not to post EMD directly to Owner as the same has to be

submitted to us before e-bid submission due time & date.

f. The bid security may be forfeited:

i) If a Bidder withdraws/alters his bid during the period of bid validity or

ii) In the case of a successful Bidder, if the Bidder fails or refuses to accept the contract/Purchase

Order in accordance with agreed terms and conditions or

iii) if a Bidder changes the proposed manufacturer after submission of Bid.

g. Unsuccessful Bidders bid security without any interest will be discharged/ returned as promptly as

possible, but not later than 60 days after the expiry of the period of bid validity prescribed by the Owner.

h. The successful Bidder’s bid security if any, without any interest will be discharged, upon the Bidder

accepting the contract.

16. A Pre-bid meeting is scheduled at the office of CPO-MKTG, BPCL, Sewree,

Mumbai. All prospective bidders can participate in the same. Any clarification with

regard to tender shall be sorted out during the pre-bid meeting. The purpose of the

pre-bid meeting is to clarify any doubts of the BIDDER on the interpretation of the

provisions of tender. Bidder(s) are requested to submit their queries, mentioning

form name, clause no. & clause, by a letter / e-mail to our office at least one day in

advance in order to has fruitful discussions during the meeting.

17. Vendors shall also have to essentially sign & upload the Integrity Pact for

participating in this tender as per IP format attached.

18. Bids submitted after the due date and time of closing of tender or not in the prescribed format is liable to be rejected. BPCL does not take any responsibility

Page 35: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

for any delay in submission of online bid due to connectivity problem or non-

availability of site. No claims on this account shall be entertained.

19. It shall be understood that every Endeavour has been made to avoid errors which can materially affect the basis of the tender and the successful vendor

shall take upon himself and provide for risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

20. INSTRUCTIONS TO BIDDERS:

1. The bidder shall bear all costs associated with the preparation and submission of the bid and Owner will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 2.A) Vendor is requested to submit their bids taking full notice of all the technical specifications, terms and conditions, forms & attachments to this tender. Bids must be through e-tendering system only and must be filled up by the authorized and competent authority of your firm. 3. Owner reserves the right to accept / reject any or all bid qualification documents at their sole discretion without assigning any reason whatsoever. 4. Owner is not responsible for any delays from bidder end. 5. Owner reserves the right to make any changes in terms and conditions of purchase before due date of bid submission and to reject any or all bids received incomplete. 6. Undertaking by the bidder: a. I/we hereby undertake that the statements made herein/information given in the bids through e-tendering system/annexures/forms/uploaded documents referred are true in all respects and that in the event of any such statement or information being found to be incorrect in any particular, the same may be construed to be a misrepresentation entitling BPCL to avoid any resultant contract. b. I/we further undertake as and when called upon by BPCL to produce, for its inspection, original(s) of the document(s) of which copies have been annexed hereto. 7. The vendors who are already enlisted with BPCL should also bid against this e-tender. 8. Owner, at its discretion reserves the right to verify information submitted by the bidders. 9. Vendors to submit documents/information to satisfy the bid qualification criteria. Bidders should also be in a position to produce further information as and when required by us. 10. BPCL reserves their right to negotiate the quoted prices with lowest bidder. 11. The list of approved Third Party inspection agencies (TPIA) are LRIS/DNV/IRS/EIL/UL INDIA PVT LTD/ BUREAU VERITAS. 12. Vendors would be qualified based on data and documents provided by them and based on Information available with BPCL with regard to their credentials. 13. Owner decision on any matter regarding short listing of vendors shall be final and any bidder shall not enter into any correspondence with owner unless asked for. 14. The vendors who are on BPCL holiday list or delisted will not be considered. a. Evaluation and award will be on item-wise lowest landed cost basis. b. The vendors should have required clearance from all statutory authorities as applicable. c. BPCL reserves the right to accept / reject any or all bid qualification documents at their sole discretion without assigning any reason whatsoever. d. We reserve the right to change the quantity tendered. e. BPCL, at its discretion reserves the right to verify information submitted and inspect the manufacturer facilities, if required to confirm their capabilities. f. BPCL decision on any matter regarding short listing of Vendors shall be final and any applicant shall not enter into any correspondence with BPCL unless asked for. 15. NAMES & ADDRESSES OF INDEPENDENT EXTERNAL MONITORS (IEM): as given in Integrity pact

Page 36: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

16. The bidder is expected to examine all instructions, forms, attachments, terms and specifications in the tender document. The entire tender document together with all its attachments thereto, shall be considered to be read, understood and accepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure to furnish all information required in the tender document or submission of a bid not substantially responsive to the tender documents in every respect will be at bidder risk and may result in the rejection of his bid. The bidder scope of supplies as specified in the material requisition shall be in strict compliance with the scope detailed therein and in the bid document. 17. Bidders in their own interest shall ensure that they submit their e-bid, complete in all respects, well within the specified bid due date and time. No relaxation shall be given for delay due to any unforeseen event in submission of bid. 18. At any time prior to the bid due date, we may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document. The amendment will be notified through e tender portal to all prospective Bidders and will be binding on them. In order to afford prospective Bidder, reasonable time in which to take the amendment into account in preparing their bids, we may, at our discretion, extend the bid due date. 19. The bid prepared by the Bidder and all correspondence/ drawings and documents relating to the bid exchanged by Bidder and the Owner shall be written in ENGLISH language, provided that any printed literature furnished by the Bidder may be written in another language so long as accompanied by an ENGLISH translation, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. 20. Declaration with the bid qualification criteria that bidder has not been banned or delisted by any Government or quasi Government agencies or Public Sector Undertaking (PSU) as per declaration format of the tender document should be downloaded & then suitably filled, signed, stamped & uploaded against relevant heading under BQC DOCUMENTS TO BE UPLOADED BY VENDORS. The vendors who are on holiday list by BPCL,MOPNG, Oil Public Sector Undertaking (PSU) will not be

considered.

21. Bidders are advised to submit bids based strictly on the terms & conditions and specifications contained in the tender document and not to stipulate any deviations. Each Bidder shall submit only one bid. A Bidder who submits more than one bid will be rejected. Alternative bids will not be accepted. 22. The Owner may, at its discretion, extend the bid due date, in which case all rights and obligations of the Owner and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as extended. The same will be hosted on BPCL website. 23. Bids shall be kept valid for 6 months from the bid due date. A bid valid for a shorter period shall be considered as non-responsive and rejected by the Owner. Notwithstanding above, the Owner may solicit the Bidder consent to an extension of the period of bid validity. The request and the responses thereto shall be made in writing. 24. Telex/ Telefax/ E-mail/postal offers will not be considered and shall be rejected. 25. No bid shall be modified subsequent to the due date & time or extension, if any, for submission of bids. Bidder(s) to note that Price changes after submission of bid shall not be allowed. In case any bidder gives revised prices/price implication, his bid shall be rejected. No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Bidder. No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for evaluation of prices but shall be binding on the bidder in case he happens to be a successful bidder for award of work. 26. Bids that do not meet the Bid qualification criteria as specified in the bid document shall be rejected. A bid with incomplete scope of work and/or which does not meet the technical requirements as specified in the bid document, shall be considered as non-responsive and rejected. Conditional bids will be liable for rejection.In order to be considered for the lot (s) (for which the bidders has submitted their offer), the bidder s offer should meet all techno-commercial requirements for all items of that lot (s). 27. The Owner will examine the bids to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed and whether the bids are generally in order. 28. The bids without prescribed proforma will not be considered and bids of such bidder Bidder(s) shall be rejected.

Page 37: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

29. The experience details and financial & technical capabilities of theBidder(s) shall be examined to determine whether the Bidder(s) offer meets the Bid Qualification criteria mentioned. To assist in the examination, evaluation and comparison of Un-priced bids, the Owner may, at its discretion, ask the Bidder clarifications on the bid. The request for such clarifications and the response thereto shall be in writing. Prior to the evaluation and comparison of the bid, the Owner will determine the substantial responsiveness of each bid to the bidding documents. For the purpose of this Article, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding document without material deviations or reservations. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of the works or which limits in any substantial way, inconsistent with the Bidding Document, the Owner rights or Bidder obligation under the Contract and retention of which deviation or reservation would affect unfairly the competitive position of other bidders presenting substantially responsive bids. The Owner determination of bid responsiveness is to be based on the contents of the bid itself without recourse to the extrinsic evidence. A bid determined as substantially non-responsive will be rejected by the Owner and shall not subsequently be allowed by the Owner to be made responsive by the Bidder by correction of the non-conformity. 30. To facilitate evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies in which Bid price is payable, to Indian Rupees at the TT selling rates on the date of Price Bid opening as available in State Bank of India, Mumbai . In case, exchange rate is not available in State Bank of India (Mumbai), alternative sources viz. Economics Times, RBI website etc. shall be considered for all the currencies. 31. Price Evaluation Criteria: Award will be on item-wise landed lowest cost basis. a) In case of Domestic Bidder the evaluated landed price shall include the following:- i) Ex- works basic price + TPIA charges + Packing & forwarding charges as quoted by the Bidder. ii) Excise duty/ taxes / Education Cess as applicable on finished goods as quoted by the Bidder. Tax & duty set-offs as applicable will be considered during evaluation. iii) Freight Charges inclusive of all taxes & duties as quoted by the Bidder iv) Transit Insurance charges inclusive of all taxes & duties as quoted by the Bidder v) ) Octroi, if any b) In case of Foreign Bidder the evaluated landed price shall include the following:- i) FOB Port of Shipment prices (Ex- works basic price + TPIA charges + Packing & forwarding charges as quoted by the Bidder). ii) Ocean/sea freight as quoted by the Bidder. iii) Marine insurance charges as quoted by the Bidder. iv) Port landing charges( should include port levies/ handling charges/THC charges/endorsement/DO charges/stamp duty charges/Port charges ) and clearing charges as quoted by bidder. v) Import duties at prevailing rates in India as applicable on CIF value vi) Inland Freight inclusive of all taxes & duties as quoted by the Bidder. vii) Inland Transit Insurance Charges inclusive of all taxes & duties as quoted by the Bidder viii) Loading on account of bank charges @ 0.5% of CIF prices. ix) Octroi if any. 32. Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder in writing or by e-mail, that his bid has been accepted. The Notification of Award will constitute the formation of the Contract. Delivery Period shall be counted from the date of call off Purchase Order. 33. Any efforts by a Bidder to influence the Owner/ in the Owner bid evaluation, bid comparison or contract award decisions may result in the rejection of their bid. 34. ISSUE OF CONTRACT/ PURCHASE ORDER: After the successful Bidder has been notified that his bid has been accepted, BPCL will send to such Bidder a detailed contract/Purchase Order/s incorporating all the terms and conditions agreed between the parties. Within 15 days of receipt of the detailed Purchase Order, the Bidder shall sign and return to the Owner the duplicate copy of the order as a token of their Acknowledgement. 35. Grievance Redressal Mechanism: Bharat Petroleum Corporation Limited (BPCL) has developed the Grievance Redressal Mechanism to deal with references/ grievances, if any, that is received from bidders

Page 38: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

who participated / intends to participate in the Corporation tender. The details of the same are available on our website www.bharatpetroleum.in 36. VERIFICATION BY OWNER: All statements submitted by Bidder regarding experience, manpower availability, equipment and machinery availability etc., are subject to verification by the Owner either befor placement of order or after placement of order. If any data submitted by the Bidder at the bid stage is found to be incorrect, the offer is liable to be rejected or the Contract/order is liable to be terminated. 37.INDIAN BIDDERS : landed unit price method of calculation BASIC PER VALVE IN INR =A TPIA charges per valve in INR= B Packing & Forwarding charges per valve in INR =C Excise duty Incl cess (in %) =D Excise duty Incl cess in value =E= D x(A+B+C) Central sales Tax in % without C form OR VAT % = F Central sales Tax without C form OR VAT IN VALUE= G= F x(A+B+C+E) Inland Freight per valve inclusive of any tax or duty in INR = H Inland Transit Insurance per valve incl of any tax or duty in INR = I OCTROI if applicable = J = % OF OCTROI x (A+B+C+E +G+H+I) SET OFFs IF ANY= K UNIT LANDED VALUE PER VALVE = A+B+C+E +G+H+I +J-k 38. FOREIGN BIDDERS: landed unit price method of calculation BASIC PER VALVE IN YOUR CURRENCY =M TPIA charges per valve in your Currency = N P&F and any other charges including FOB charges per valve in your Currency =O FOB PRICE IN YOUR CURRENCY=P=M+N+O Sea Freight per Valve in your Currency =Q Marine Insurance per Valve in your Currency = R CIF PRICE IN YOUR CURRENCY=S= P+Q+R CIF PRICE IN INR =T = S x currency conversion rate on date of price bid opening ASSESSABLE VALUE IN INR= a= 101% of T b = BASIC CUSTOM DUTY @ applicable RATE ON (a) c =CVD @ applicable RATE ON (a+b) d =EDU CESS @ applicable RATE ON (c) e =SEC. HIGH ED. CESS @ applicableRATE ON (c) f =CUSTOM ED. CESS @ applicable RATE ON (b+c+d+e) g =CUST SEC. & HIGH ED. CESS @ applicable rate ON (b+c+d+e) h =ADDITIONAL DUTY @ applicable rate ON (a+b+c+d+e+f+g) TOTAL COST per valve in inr= U= a +b+c+d+e+f+g+h Port /landing charges per valve in INR = V CLEARING CHARGES per valve in inr = W BANK CHARGES @ 0.5% OF CIF in INR = X Inland Freight per valve inclusive of any tax or duty in INR = Y Inland Transit Insurance per valve incl of any tax or duty in INR = Z OCTROI if applicable = J = % OF OCTROI * (U)

UNIT LANDED VALUE PER VALVE in inr= (U-a+T)+V+W+X+Y+Z+J

General Instructions to vendors for e-tendering

1. Interested parties may download the tender from BPCL website (http://www.bharatpetroleum.in) or the CPP

portal (http://eprocure.gov.in) or from the e-tendering website (https://bpcleproc.in) and participate in the tender as

per the instructions given therein, on or before the due date of the tender. The tender available on the BPCL website

and the CPP portal 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.

2.For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Vendors”

Page 39: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

available under the download section of the homepage of the website. As the first step, bidder shall have to click the

“Register” link and fill in the requisite information in the “Bidder Registration Form”. Kindly remember your e-mail

id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly,

you shall get a system generated mail. Login in to the portal using your credentials. When you log in for the first

time, system will ask you to add your Digital Signature. Once you have added the Digital Signature, please inform

us by mail to the vendor administrator [email protected] with a copy to [email protected] for

approval. Once approved, bidders can login in to the system as and when required. .

3.As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class

IIB and above (having both signing and encryption certificates) as per Indian IT Act from the licensed Certifying

Authorities operating under the Root Certifying Authority of India (RCIA), Controller of Certifying Authorities

(CCA). The cost of obtaining the digital certificate shall be borne by the vendor. .

In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies

Ltd., Ahmedabad (Contact no. Tel: +91 79 4001 6868 for obtaining the digital signature certificate. .

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, then such vendors 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 vendor. They have the choice of making changes in

their bid before the due date and time. .

5.Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us.

The schedule for opening the price bid shall be advised separately. .

6. Directions for submitting online offers, electronically, against e-procurement tendersdirectly through internet: .

(i)Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the

earliest, if not done earlier. .

(ii)The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for

determining the expiry of due date and time of the tender and no other time shall be taken into cognizance. .

(iii)Vendors are advised in their own interest to ensure that their bids are submitted in e-Procurement system well

before the closing date and time of bid. If the vendor intends to change/revise the bid already submitted, they shall

have to withdraw their bid already submitted, change / revise the bid and submit once again. In case vendor is not

able to complete the submission of the changed/revised bid within due date & time, the system would consider it as

no bid has been received from the vendor against the tender and consequently the vendor will be out of contention.

The process of change / revise may do so any number of times till the due date and time of submission deadline.

However, no bid can be modified after the deadline for submission of bids. .

(iv)Once the entire process of submission of online bid is complete, they will get an auto mail from the system

stating you have successfully submitted your bid in the following tender with tender details. .

(v)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. .

(vi)No manual bids/offers along with electronic bids/offers shall be permitted. .

7.For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can see the rates quoted by all

the participating bidders once the price bids are opened. For this purpose, vendors shall have to log in to the portal

under their user ID and password, click on the “dash board” link against that tender and choose the “Results” tab.\ .

8.No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to

connectivity and availability of website. They shall not have any liability to vendors for any interruption or delay in

access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-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. .

Page 40: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

9.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. .

In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies /

personnel: .

1.For system related issues : .

a.M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-mail to id

[email protected].

Thanking you,

Yours faithfully,

for Bharat Petroleum Corporation Ltd.

D Manimaran

Procurement Leader

Page 41: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 42: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 1   OF  33

 

1 12.07.2016 12.07.2016 Revised as per Comments AA HS SKT0 09.07.2016 09.07.2016 Revised as per Comments AA HS SKTP 17.02.2016 17.02.2016 First Issue AA HS SKT

REV REV DATE EFF DATE PURPOSE PREPD REVWD APPD  

                                                                                                                                                                                                                                                                                                            

TECHNICAL SPECIFICATION FOR

MOTOR OPERATED PRESSURE BALANCED PLUG VALVES   

BPCL ENNORE COASTAL TERMINAL, CHENNAI

PROJECT NO.- EM-0177

PREPARED BY

PROJECTS & DEVELOPMENT INDIA LIMITED

(A GOVT. OF INDIA UNDERTAKING) PDIL BHAWAN, A-14, SECTOR -1

NOIDA – 201301 DISTT. GAUTAM BUDH NAGAR

UTTAR PRADESH, INDIA

Page 43: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 2   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

TABLE OF CONTENT

1. INTRODUCTION

2. APPLICABLE CODES, SPECIFICATIONS AND STANDARDS

3. WHITE OIL PRODUCT DETAILS

4. HAZARDOUS AREA CLASSIFICATION AND PROTECTION

5. SCOPE OF SUPPLY

6. DESIGN & CONSTRUCTION

7. ELECTRIC ACTUATOR

8. INSPECTION , TESTING & ACCEPTANCE

9. SPARES &ACCESSORIES

10. DOCUMENTATION [ In English language only]

11. COMMISSIONING ASSISTANCE & WARRANTIES AND TRAINING

12. PAINTING , MARKING AND SHIPMENT ATTACHMENTS:-

DATA SHEET- PRESSURE BALANCED PLUG VALVE DATA SHEET FOR MOV ACTUATOR –PART-I DATA SHEET FOR MOV ACTUATOR –PART-II ( To be filled by actuator vendor) DATA SHEET- EMERGENCY STOP PUSH BUTTON STATION OUTSUDE TANK DYKE WALL SCHEDULE OF QUANTITY

Page 44: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 3   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

1.0 INTRODUCTION 1.1 This specification covers the minimum requirements for the design, manufacture, assembly,

Inspection, testing, certification & delivery of Motor Operated Pressure Balanced Plug Valves

for New Green Field Terminal Project for M/s BPCL at Ennore, Chennai.

1.2 Definitions • Owner/s : M/s Bharat Petroleum Corporation Limited (BPCL)

• Bidder / Manufacturer – Valve Manufacturer

• Engineer In Charge - Resident Engineer or a person acting on behalf of BPCL.

• Shall - This is to be understood as a mandatory in relation to the requirements of this

document

• Should - This is to be understood as a strong recommendation to comply with the

requirements of this document.

2.0 APPLICABLE CODES, SPECIFICATIONS AND STANDARDS Motor Operated PBPV shall be designed and supplied in accordance with this Specification and

the codes and standards referenced herein. The design, manufacture, assembly, inspection,

testing and certification of Motor Operated Pressure Balanced Plug Valves shall be in

accordance with the latest edition of the codes including amendments, specifications and

standards (including standards / specifications mentioned therein) listed in this requisition.

All valves covered herein shall manufacture & supplied in accordance with API-6D 24th edition

specifications and must carry API-6D monogram.

Page 45: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 4   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

API 598 Valve Inspection and Testing

API 6D 24th Edition Specification for Pipeline Valves

API 6 FA Specification for Fire test for Valves

API 607 Fire Test for Soft-Seated Quarter-Turn Valves

API 609 Butterfly Valves : Double Flanged , Lug and Wafer Type

ASME B 1.20.1 Pipe Threads, General Purpose(inch)

ASME B 16.5 Pipe Flanges and Flanged Fittings: NPS 1/2 through NPS 24 Metric/Inch Standard

ASME B 16.10 Face-to-Face and End-to-End Dimensions of Valves

ASME B 16.34 Chemical Plant and Petroleum Refinery Piping

ASME B 31.3 Process Piping : ASME Code for Pressure Piping

ASME B 31.4 Pipeline Transportation Systems for Liquid Hydrocarbons and Other Liquids

ASME B 46.1 Surface Texture(Surface Roughness, Waviness & Lay)

ASTM B 733 Standard Specification for Autocatalytic (Electroless) Nickel-Phosphorus Coatings on Metal

BSEN 12266 Part2 Industrial valves. Testing of metallic valves . Tests, test procedures and acceptance criteria.

Supplementary requirements

BS EN 60079-1:2004 Electrical apparatus for explosive gas atmospheres. Flameproof enclosures 'd'

IEC 60079 Electrical equipment in hazardous areas

IEC 60529 Degrees of protection provided by Enclosures (IP code).

IEC 61000-4-2:1995 Electromagnetic compatibility (EMC) - Part 4: Testing and measurement techniques

IEC 61508 Functional Safety of Electrical/Electronic/ Programmable Electronic Safety Related Systems

IEC 61511 Functional safety – Safety Instrumented Systems for the Process Industry Sector

MSS-SP-61-2009 Pressure Testing of Valves

SSPC-VIS-1 Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning,

2002 Revision

MSS- SP-6 Standard finishes for contact faces of pipe flanges and connecting- end flanges of valves and fittings

MSS-SP-44 Steel pipeline flanges.

IS 325 Three Phase Induction Motors

IS 4691 Degrees of protection provided by enclosure for rotating electrical machinery

IS 4722 Rotating electrical machines. Specification

IS 9334 Electric Motor Operated Actuators

IS 13947 Low Voltage Switchgear and Control gear (Parts -1,3,4 &5)

IS-2148 Flame-proof enclosures for electric apparatus, etc

IS-1271 Specification for Thermal Evaluation & Classification of electric insulation

ASME A 370 Standard test methods and definitions for mechanical testing of steel products 

API 1104 Welding of pipelines and related facilities

OISD Oil Industry Safety Directorate

Page 46: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 5   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

Deviations to Specification

• The Bidder shall provide an itemized list of any deviations to this specification. These shall be

listed on the Compliance sheet with seal & duly signed by authorized signatory & shall be

submitted along with offer by the Bidder.

• Where conflict between standards occurs then the Bidder shall seek a clarification ruling from

the Owner. Where a deviation from the standard is required, then the Bidder shall make a

formal request with full supporting information.

• Only those deviations that are agreed between the Owner and the Bidder will be incorporated

in to the requisition at the time of order.

Conflicting Requirements

In case of conflict between the requirements of this specification, API-6D 24th edition and the

Codes, Standards and Specifications referred above, the requirements of this specification shall

govern. Order of precedence shall be as follows:-

First priority – Data Sheets

Second priority - This Specification (Doc No. - EM0177-TS-7017)

Third priority – API-6D 24th edition

Fourth priority – Other Referred Codes & Standards

Fifth priority – Manufacturer’s Standard

Note - Should any conflict arise before the order placement the Bidder shall immediately

inform the Owner for technical resolution of the conflict. No deviation will be acceptable after

order placement.

Page 47: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 6   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

Abbreviations &Terminology

CE Carbon Equivalent DVC Digital Valve Controller ESDV Emergency Shutdown Valves FAT Factory Acceptance Test FB Full Bore FC Fail Safe Close FMEDA Failure Modes Effects and Diagnostic FO Fail Safe Open GUI Graphical User Interface HFT Hardware Fault Tolerance MOV Motor Operated/ Actuated On-Off Valve IEC International Electro-technical Commission IS Intrinsically Safe ISA International Society of Automation JB Junction Box LO Lock Open/ Full Open LC Lock Close MOS Manual Override Switch MSBT Maximum Spring Break Torque MTBF Mean Time Between Failures MTTR Mean Time To Repair PFD Probability of Failure on Demand PST Partial Stroke Testing PSTD Partial Stroke Testing Device QAP Quality Assurance Plan RC Regular Cycling ROSOV Remote Operated Shut-off Valve SAT Site Acceptance Test SFF Safe Failure Fraction SET Spring End Torque SIL Safety Integrity Level SIS Safety Instrumented System SOV Solenoid Operated Valve SRT Spring Return Torque SST Spring Standing Torque TAS Terminal Automation System TFMS Tank Farm Management System TOBV Triple Offset High Performance Butterfly Valves VAC Volts alternating current VDC Volts direct current CCOE Chief Controller Of Explosives CMRI Central Mining Research Institute

Page 48: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 7   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

3.0 WHITE OIL PRODUCT DETAILS

Product Flash

Point (_C)

Specific Gravity (gm/cc)

Vapor pressure (kg/cm²a)

Viscosity (cST)

Pumping Temp.(_ C)

HSD – High Speed Diesel

> 35

0.82 – 0.86

< 0.4

2-5 @ 40 Deg C

Ambient

Motor Spirit (-) 30

0.73 0.7 <0.7 Ambient

Ethanol 16.6

0.79

0.08

1.2

Ambient

4.0 HAZARDOUS AREA CLASSIFICATION AND PROTECTION

• Instruments located in hazardous area shall be certified to meet or exceed the electrical

hazardous area defined by Area classification.

• The actuator accessories used shall be flame proof and suitable for hazardous area of

Zone1,Group IIA/IIB,T3 or better for applications. Additionally all valve associated instruments

shall be weather proof to IP65 as minimum. Instruments certified for use in the specified

hazardous area classification shall have certifications/ approvals from accredited international

agencies like FM, CENELEC, PTB, BASSEFA, ATEX, etc.

• All enclosures for electrical equipment shall be suitable for use in Hazardous area as per

Hazardous Area Classification and vendor shall submit valid test certificate issued by CMRI &

PESO. Flameproof enclosures and instruments which are manufactured outside India and

certified by accredited international authorities shall also have approval of PESO, India.

• Actuators meant for hazardous areas shall meet the requirements of IS 2148 , IEC 60079 or

equivalent international standards .All indigenous flameproof equipment shall have valid BIS

license and corresponding marking as required by statutory authorities.

5.0 SCOPE OF SUPPLY

• The scope of this tender covers the design, manufacture, testing and supply of Motor

Operated CS / SS316 Pressure Balanced Plug Valves to be installed on the tank body of

petroleum storage tanks and various other applications as per the specifications and data

sheets & SOQ attached herewith.

• This specification also covers the design, manufacture, assembly, shop testing and supply of

electrical motor operated valve actuators intended for fully opening and closing valve duty.

• Each MOV shall be provided with Field Unit with 2 – wire communication (over open protocol)

will be established with the PLC (Control Room).

Page 49: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 8   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• In addition, for Tank Body valve PUSH BUTTON STATION is required OUTSIDE TANK

DYKE WALL to close the valves. (As per SOQ)

6.0 DESIGN AND CONSTRUCTION

• Valve design shall meet the requirements of API-6D specification and shall be suitable for

MS/HSD/ETH service in accordance with conditions stipulated in the valve data sheet. Valve

body shall be designed as per ASME Boiler and pressure vessel code, section 8 , Div-1.

Allowable stress requirements shall comply the provisions of ASME B31.3.

• Valve pattern area shall be short for valves up to 12” and venturi pattern for 14” and above.

• Flanged end shall have dimensions as per ASME B16.5.

• Flange face shall be raised face. Flange face finish shall be serrated or smooth as indicated

in Valve Data Sheet. Smooth finish when specified shall be 63-125AARH smooth finish.

• The valves shall have an inherent feature using line pressure to ensure that the line pressure

cannot cause taper locking of the Plug/ Plug movement in to the taper i.e. the valve design

shall be pressure balanced type.

• Cover shall be bolted to the Body. Screwed connections are NOT permitted.

• Soft seats between Plug and body are not permitted. Valves seats shall be with primary metal

to metal contact.

• All valves shall have the provision for secondary sealant injection under full line pressure for

seat and stem seals through internal Non- Return valve. There shall be provision to replace

the sealant injector fittings under full pressure.

• Valve design shall ensure repair of gland packing under full line pressure.

• All valves shall be for fire safe design.

• Valves shall be provided with plug position indicators and stops of rugged construction at the

fully open and fully closed conditions. Valves to have locking devices to full open and full

closed conditions.

• Materials for Major components shall be manufactured in accordance with valve data sheet.

• Carbon steel used for the manufacture of the valves shall be fully killed.

• The plug shall have a 75 micron thick Electro Nickel Plating (ENP) as per ASTM B733 SC2 ,

type II, Class 2 and the hardness of the coating shall be 50 RC (min.).

• For ethanol service valve, body & trim material shall be SS316.

• Charpy V-Notch test at 0 deg C on each heat of base material shall be conducted as per API

6D 24th edition, for all pressure containing parts such as body, end flanges and welding ends

as well as the bolting material for pressure containing parts.

Page 50: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 9   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Valve pattern shall be short, regular or venturi as specified in the following table:

Class Size Range, NB mm (inch)

Pattern

150 50-100 (2-4) Short 150-300 (6-12) Regular 350 (14) & above Venturi

 

• Valves shall have vent and drain connections as per API 6D.  

7.0 ELECTRIC ACTUATOR • Pressure Balance Plug Valves shall be Motor operated (Electrical actuator with Gear) with

hand wheel.

• Valve design shall such that damage due to malfunctioning of the operator or its controls will

only occur in the operator gear train or power cylinder and that damaged parts can be

replaced without the valve cover being removed.

• Each MOV actuator shall be include the motor, actuator unit, gears, position indicators, limit

switches, hand wheel, electrical starter and controls , terminal box etc. as a self –contained

unit. The actuator shall be sized to provide adequate torque and / or thrust to ensure the

complete intended travel of the valve under the worst operating and electrical power supply

conditions.

• The enclosure of the complete MOV actuator including motor , integral starter , control

transformer unit and all control devices shall have minimum IP-65 degree of ingress

protection.

• Direction of operation of the hand wheel / wrench shall be in clockwise direction while closing

the valve.

• MOTOR :- 3 –Phase squirrel cage induction type unless specified otherwise in the data sheet. It

shall have totally enclosed non-ventilated construction.

Power supply , 415 V +/- 10% , 50 Hz+/-5%, 3 Phase

The motor shall be designed for valve actuator service with high staring torque and

shall be suitable for direct on line starting. It shall rated for S2-15 minute duty shall

confirm to IS-325 or equivalent international standards.

The motor shall be provided with thermostat / thermister embedded in the hot spots of

motor winding for protecting the motor.

The motor shall be able to operate the actuator at 75% of rated voltage.

The motor shall have class “F” insulation with temperature rise limited to class “B”

limits. Motor winding shall be treated to resist corrosive agents and moisture.

Page 51: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 10   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

Motor rotor shall be preferably be die-cast aluminium and, if brazed , shall be free

from phosphorous.

The rated torque output of electric actuator shall be at least 1.5 times the break torque

required to operate the valve under max. Differential pressure corresponding to the

valve class rating. [Vendor shall submit the break torque of the valve & rated torque

output of selected actuator for each MOV].

• INTEGRAL STARTER AND CONTROL TRANSFORMER:- The reversing starter, control transformer and local controls shall be integral with the

valve actuator. Solid state control of valves actuator and electrically isolated interface

for remote control requirement shall be provided, wherever these feature exist in

manufacturer’s design.

The integral starter shall be supplied with the following devices:-

1. Electrically and mechanically interlocked reversing contractors for opening &

closing operations.

2. Control transformer with necessary tappings and protected with suitable easily

replaceable fuses.

3. Terminal block for external cable connection fully prewired for internal devices of

valve actuator.

4. MOV actuators operating with AC power supply shall be provided with

Instantaneous phase reversal protection.

• INTEGRAL PUSH BUTTON , SELECTOR SWITCHES , INDICATIONS AND CONTROL DEVICES

The following local control devices shall be provided integral with the MOV actuator:-

1. Push buttons for “Opening / closing / Stop” or alternatively “Open /close” selector

switch shall be provided. OPEN & CLOSE push buttons should be of green & red

color respectively. Close operation shall be push type & open operation shall be

press & rotate type.

2. “Local / off/ Remote Selector switch” shall be pad-lockable in each position.

3. Local continuous position indication from “Valve fully open” to “ Valve fully closed”

position, which may be of analogous or digital type using mechanical indication/

indicating lamps/LEDs.

Page 52: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 11   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Operation from outside the dyke wall :-

Some MOV-PBBV (Refer SOQ) is required Emergency Close local Station which shall

be located outside the dyke wall which is 20mtrs minimum from the MOV-PBBV.

Supply and laying cables between PBBV & Emergency Close Local Station outside

the tank dyke wall is not in the scope of the vendor. However, supervision of cable

terminations between PBBV & the Emergency Close Local Station is to be done by

the vendor.

Emergency Close Local Station shall be made from LM-6 & having valid CCOE

approval. Controls shall be mounted on front & shall be protected against inadvertent

operation.

• TORQUE AND TRAVEL LIMIT SWITCHES Torque limit switches shall be provided to protect the motor over-loading by cutting-off the

power supply to motor during opening and closing operations. The limit switches shall be

preset. However, it shall be possible to set the value of maximum torque during closing from

50% to 100% of rated torque of actuators. Travel limit switch shall be provided to cut-off the

power supply to the motor at the end of preset limit of valve travel. The switches shall be

provided with requisite number of potential free contacts for valve actuator operation and for

indication on remote panels as specified in data sheet. Instead of mechanical torque limit

switches, magnetic pulse counter / encoders to measure ad control the stroke of actuator

shall be provided, wherever this feature exists in the manufacturer’s design.

• CONTROL FACILITIES :- The internal controls and monitoring circuits shall be incorporated within the integral starter

along with transformer and control unit of valve actuator. Following remote control and

monitoring facilities are to be provided as a minimum:-

MOV open command

MOV close command

MOV open status indication

MOV close status indication

Position status of Remote / Local / Off selector switch

Remote control facilities shall be provided for all the actuators. The remote control circuits

shall be powered from internally derived control supply voltage. In order to cater to remote

control and indication requirements for “Position of Remote / Local / Off selector switch” an

additional Monitoring relay / auxiliary relays shall be provided as a part of the valve actuator.

Page 53: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 12   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

As an alternative , a common status contact indicating the availability of the MOV actuator for

remote control may be provided by the monitoring the following :-

Loss of one or more phase of power supply

Loss of control circuit supply

Selector switch in local mode

Local stop push button set to “OFF”

Motor thermostat tripped

Any other local fault / abnormal condition

• Hand operation: - A hand wheel with hand / auto lockable lever shall be provided for

emergency operation of the MOV. The energisation of the motor shall automatically re-

engage power operation.

• Mandatory Requirement: The ESD port of an Electric Actuator shall have 24 V DC power

supply & provision of hardwiring it with ESD Push Button (remotely located) through 6 x 1.5

sq mm control cable. The MOV is required to Close/ Open (As per pre-defined fail safe

condition) on pressing of ESD PB, irrespective of status of Actuator mounted Local controls

(i.e. Local/ Remote/Off Position Selector switch, Open PB, Close PB ). Actuator shall also

have 24 V DC powered ports for remote visual indication of open / close status of MOVs.

• Two –Wire Control System: -

This feature is required for each MOV. MOV actuators shall be suitable for 2- wire

control system. These actuators shall have individual field control units ( i.e.

Electronics modules located inside electric actuators) connectable to centralized PLC

through a single 2- core cable loop for control and monitoring of the MOVs through

open protocol.

Communication between the MOVs & PLC shall be “Serial RS 485 communication

over MODBUS RTU protocol.

The vendor shall indicate the maximum number of field units that can be connected to

a 2 –wire control loop as well as maximum distance from the field unit to the

centralised PLC.

The vendor shall also indicate maximum number of control inputs and control status

outputs from each field unit can be handled through the 2 – wire control system.

Each field unit / MOV actuator shall be addressable from the PLC through a unique

address code. All the field settable / adjustable parameters of the MOV actuator shall

be settable from the PLC. Similarly all the indications available on the MOV actuator

Page 54: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 13   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

shall be available at the PLC. Full diagnostic features for the MOV actuators shall from

the PLC.

In case of a fault at any location in the cable loop, the field units shall still have

accessibility to / from the master station through the other section of the cable loop.

The master station shall be suitable for hook-up with the plant PLC system.

In case if above functionalities are not possible through PLC , then OEM specific

Portable configuration Device is to be provided for each location as part of MOV

supply. Applicable to bidders having Proprietary protocols in their Field units meant for

2-wire communication Master Station is essentially required for the bidders having

proprietary protocol for their 2-wire control systems.

• Wiring & Terminals:- All devices provided in the actuator shall be wired up to the terminal block. The

contacts for remote operation and indication shall also be wired up to terminal block.

Minimum 10% spare terminals shall be provided for future interlocks.

Internal wiring for power and control circuits shall be appropriately sized for MOV

actuator rating. Each wiring shall be identified at both ends using PVC ferrules. The

terminal compartment shall be separated from the inner electrical components of the

actuator by means of a water tight seal so that the actuator electrical components are

protected from ingress of moisture and foreign materials when the technical cover is

removed during installation and maintenance.

Vendor shall be solely responsible for the compatibility of the MOV actuator with the

valve and for the selection and sizing of the various electrical devices and

components in the actuator.

The actuator shall be provided with minimum three adequately sized cable entries viz.

One for power cable, one for control cable & one for ESD cable .Suitable FLP cable

glands shall be provided with each actuator for all cable entries and sealing plugs for

all cable entries. The cable glands and plugs shall be made of Nickel –plated brass.

(Double compression).

Page 55: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 14   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

8.0 INSPECTION , TESTING & ACCEPTANCE • Valve shall be subject to all the tests and checks required as per relevant clause of API-6D,

API-598 & other standards as per approved QAP. Vendor shall submit their detailed QAP in

line with this technical specification.

• Manufacturer shall furnish all necessary information concerning the supply to BPCL / its

inspector.

• During the course of manufacturing , BPCL or its authorized representative shall be free to

visit the works and assess the progress of work and the manufacturer shall be render all

possible assistance to do so.

• NDE tests shall be carried out in line with Annexure-A of API-6D.Vendor shall be deploying

services of TPIA for witnessing tests as per approved QAP at their (Vendor’s ) cost .

• Approved TPIA are :- [

TUV

Lloyds

Certification Engineers India Ltd.

DNV

SGS

Any other, if specified by BPCL.

• Valves shall be tested prior to shipment in line with requirements of API-6D , API-598 and

agreed QAP. Testing shall be performed in the sequence detailed in API-6D. Pressure testing

shall be carried out before coating of the valves. Test fluid shall be fresh water or , by

agreement , light-weight oil having a viscosity not exceeding that water. Water used for

testing shall contain a corrosion inhibitor.

• Valves shall be tested with the seating and sealing surface free from sealant except where

the sealant is the primary means of sealing. A secondary sealant system, if provided , shall

not be used before or during test.

• Supply pressure shall be stabilized prior to the start of pressure testing and shall be held for

the minimum test durations listed in API-6D 24th edition.

• Fire type testing certification of the design shall be provided. The fire resistance design of

valves shall be qualified by the fire type testing in accordance with ISO 10497. Fire resistance

designs already qualified to ISO 10497, API-6FA, API-6FC, API-6FD or API-607 are also

acceptable as per stipulated in API-6D.

Page 56: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 15   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Hydrostatic shell test:- The test pressure shall be 1.5 or more times of the pressure rating as

per API-6D 24th edition for material at 38 deg C.. No visible leakage is permitted during the

hydrostatic shell test.

• Hydrostatic seat test: - The seat pressure for all seat tests shall not be less than 1.1 times the

pressure rating determined in accordance of API-6D 24th edition for material at 38 deg C.

• Actuator: - Routine and assistance tests shall be carried out at the manufacturer’s work

under – his supervision and at his own cost for all the actuators in line with QAP approved by

the owners.

ROUTINE TEST: - Functional and calibration test for torque and limit switches.

ACCEPTANCE TESTS:- Response time test

Variation of supply voltage

Variation of frequency

Tests for motor (As per relevant IS/IEC)

Life test

Test on output shaft

Following tests shall be provided prior to shipping:-

Actuator operation , Cycle (open /close) each valve with its actuator at least five times

, for proper actuator operation. Verify that valves position coincides with position

indicators.

Opening –closing position

Actuator output speed & Open –Close time

Actuator travel setting

Operational torque test as per API-609. The maximum measured torque shall be less

than 75% of the design torque specified by the valve manufacturer for actuator sizing.

FAT and SAT for the system.

• Routine and acceptance tests shall be carried out at the manufacturers' works under- his

supervision and at his own cost. Two weeks' notice shall be given to BPCL for witnessing the

final testing of the complete assembly to ensure satisfactory operation of the MOV actuators.

Type test certificates shall be furnished with bids. Final acceptance of MOVs at site shall be

subject to successful testing of the MOV actuators with the valves.

• Type test certificate, original drawings referred in certificate and statutory approval certificate

and BIS license, where applicable , shall be shown to the inspection agency on demand , The

certificates and BIS license must be valid at the time of dispatch.

Page 57: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 16   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Test certificate of bought –out components shall be shown to the inspection agency on

demand.

• Valve forgings shall be examined by ultrasonic method. Inspection procedure and acceptance

criteria shall be as per ASME B16.34.

• Areas which cannot be inspected by radiographic methods shall be checked by ultrasonic or

magnetic particle methods and acceptance criteria shall be as per ASME Sec-VIII, Division I,

Appendix 12 and Appendix 6 respectively.

• Weld ends of all cast valves shall be 100% radiographically examined and acceptance criteria

shall be as per ASME B16.34.

• After final machining, all bevel surfaces shall be inspected by dye penetrant, or wet magnetic

particle methods. Any defects longer than 6.35mm shall be rejected and also defects

between 6.35mm and 1.59mm that are separated by a distance less than 50 times their

greatest length. Weld repair of bevel surface is not permitted. Rejectable defects must be

removed.

• All finished wrought weld ends subject to welding in the field shall be 100% ultrasonically

tested for lamination type defects for a distance of 50mm from the end. Laminations shall not

be acceptable.

• A supplementary air seat test as per API 6D shall be carried out for all valves. No leakage is

allowed. Test pressure duration shall be as per API 6D 24th edition.

• Manufacturer who intends bidding must submit at bid stage, certificate and report for

successful fire safe tests for all types of valves in accordance with BS: 6755 (Part-II)/ API

6FA, as applicable in Valve Data sheet/SOQ.

• Failure to comply with the requirement shall be a cause of rejection of the offer.

• AFTER SALES SERVICE SUPPORT FACILITIES

OEMs of Electric Actuators are required to have Service Support Facilities in India along with

Trained Engineers for preventive / breakdown maintenance of the Electric Actuators within 48

Hours after receipt of intimation from BPCL. Details of Service Support Facilities are to be

furnished by Vendors along with Technical Bid.

Page 58: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 17   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

9.0 SPARES & ACCESSORIES

• Vendor shall furnish list of recommended spares and accessories for valves required during

start-up and commissioning.

• Vendor shall furnish list with price of recommended spares and accessories required for two

years of normal operation and maintenance of valves.

• Mandatory Spares POWER CARD- 10 NOS.

COMMUNICATION CARDS- 10 NOS

FUSE ALL TYPES- 20 NOS. EACH TYPE

MECH INDICATOR ASSEMBLY- 10 NOS.

LIMIT SWITCHES -20 NOS.

KNOBS- START/STOP-10 NOS., LOCAL/REMOTE-10NOS.

HANDWHEEL LEVERS-5 NOS, ACTUATOR MOTORS-EACH RATING -1NOS.

10.0 DOCUMENTATION [ In English language only] 

• Vendor shall arrange to retain documents in his works as stipulated in API-6D 24th edition.

• Along with Technical Bid:

1) GA Drawing of the offered valves 2) Certificate of Authority to use official API 6D Monogram 3) Fire Safe Testing Certificate for qualifying all sizes offered 4) Torque details for all operating condition of valve with suitable actuator model/sizing offered 5) Actuator Make, Model, Gear Model, details of selection based on torque, electrical power consumption for each type and size of valve.

• Vendor shall arrange to submit following documents along with the consignment:-

Detailed dimensioned, cross section drawing of each size of valve being offered with

parts/material lists, weight etc. as manufacturer’s /API/other relevant standard.

Drawing for valves with accessories like gear operator, extension bonnet, extended

stems with stands bypass etc. giving major salient dimensions.

Material list certificate (physical property, chemical composition & heat treatment

report, radiography etc.) Of the pressure containing parts & for the other parts shall

also be furnished for verification during inspection.

• Sizing of actuator & selected model with torque details for valves & actuators.

• Actuator Make, Model, Gear Model, details of selection based on torque, air & electrical

power consumption for each type and size of valve.

• Actuator wiring and connection diagrams.

Page 59: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 18   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Following supplementary documentation is required to be provided in line with API-6D as

given below:-

NDE record

Hardness test report on pressure-containing parts

Heat treatment certification records (charts etc.)

Pressure test, leak test (Valve seat & Fugitive) & other test reports ( including

pressure , test duration , test medium etc.)

Coating / plating certification

Fire type test certificates

Material inspection certification in accordance with ISO 10474 or EN 10204 , as

applicable ( the purchaser shall specify the type of certification)

Design verification by certification body / agency

Installation , operation and maintenance instructions /manuals

• Manufacturer shall submit one reproducible and four copies of the following:-

Test certificates as specified in specification. Inspection certificates & test reports shall be

supplied for all mandatory tests as per the applicable codes.

Manual for installation, erection, maintenance and operation instructions, including a list of

recommended spares for the valves.

• Other relevant information/drawings/ documents as required by Owner.

• All the above documents shall be in addition to those mentioned in individual specifications of

valves.

11.0 COMMISSIONING ASSISTANCE & WARRANTIES AND TRAINING:

• Vendor shall depute his commissioning engineer to site location of BPCL. The commissioning

charges shall be paid per diem basis. Per diem shall be based on manday basis ( 8-10 hours

working at site). The rate quoted shall include all to and fro travelling charges, lodging &

boarding charges and any other incidental charges. The representative shall ensure that the

valve is commissioned successfully. Tools tackles, consumable & manpower etc. required at

site for this purpose shall be arranged by manufacturer/vendor bidder. All expenses for site

services shall be borne by manufacturer/vendor.

• Vendor shall provide warranty for the performance of valves for 18 months from date of

dispatch or 12 months from date of installation, whichever is later subject to not exceeding 24

months from date of dispatch.

Page 60: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 19   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Manufacturer shall have / develop adequate service support in India to provide technical after

sales service in India with in 48 hrs. Notice & shall guarantee supply of parts, services for at

least 10 years for all valves supplied by way of an undertaking.

• Site training ( At Owner works) : The scope of work of vendor shall include co-ordination,

arranging faculty, bring them to Owner's training center, arranging lodging and boarding,

transportation etc. for Training of Owner's personnel. Owner's responsibility will be limited to

providing Training hall with all requisite training aids and arranging food / snacks during

training session.

The training program will comprise of classroom training and explanation of details of valves.

The group to be trained will comprise of persons from all disciplines of maintenance,

operation and other associated departments.

The specialist installation / commissioning engineer(s) of valves will conduct the training

covering operational and maintenance aspects.

Training shall be arranged for Multidisciplinary group. Vendor shall arrange to provide two

days trainings at Ennore Site (Chennai) to appraise Purchaser’s engineers / operators on

operations & maintenance of valves. (One day Training at Ennore Site (Chennai) in India for 12-

15 persons each).

• Manufacturer shall guarantee that the materials and machining of valves and fittings comply

with the requirements in this specification and in the Purchase Order.

• Manufacturer is bound to replace or repair all valve parts which should result defective due to

in adequate engineering or to the quality of materials and machining.

• If valve defect or malfunctioning cannot be eliminated, Manufacturer shall replace the valve

without delay.

• Any defect occurring during the period of Guarantee shall be attended to by making all

necessary modifications and repair of defective parts free of charge to the Owner as per the

relevant clause of the bid document. All expenses shall be to Manufacturer’s account.

12.0 PAINTING, MARKING AND SHIPMENT

• Valve markings, symbols, abbreviations etc. shall be accordance with Table 12 of API-6D.

Vendors name, Tag no., valve rating, material designation, nominal size, direction of flow ( if

any) etc. as specified in the table 12 of API-6D shall be integral part on the body.

• PAINTING

Surface Preparation – Shot / Abrasive Blasting to Swedish Std SA 2 ½ or SSPC SP6 2 Coats

of Anti Corrosive Paint as per Mfg Std.

• Each valve shall be marked with API-6D Monogram.

Page 61: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 20   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

• Actuator shall be provided with a stainless steel name plate furnishing the following details :-

Actuator tag number as per data sheet

Motor KW , Motor time rating ,motor supply voltage , nominal motor phase current

,auxiliary switch rating

Maximum torque setting

Actuator enclosure type , lubricant type

Actuator type, wiring diagram number / catalogue number , actuator serial number

A separate nameplate shall be provided for hazardous are classification.

• Apart from the nameplate indicating the Tag No., a separate nameplate shall also be

provided on each actuator to indicate the details of the testing agency (CMRI or equivalent),

test certificate number with date, statutory approval number with date, approval agency

(CCOE / DGMS or equivalent), BIS license number with date, applicable Gas group and

Temperature class etc. The nameplates shall be riveted / fixed with screws and not pasted. In

case any of the standard details listed above are embossed on the enclosures, the same

need not be repeated.

• All the equipment shall be divided into multiple sections for protection and ease of handling

during transpiration. The equipment shall be properly packed for the selected mode

transportation i.e. by ship , rail or trailer. The equipment shall be wrapped in polythene sheets

before being placed in crates / cases to prevent damage to finish. The crates/ cases shall

have skid bottoms for handling/ Special particulars “PO no.” etc. shall be clearly and indelibly

marked on the packages together with details as per purchases as per PO.

• On packages, following shall be marked legibly with suitable marking ink: Order Number

Manufacturer’s Name

Valve size and rating

Tag Number– at least on 3 sides of packing, legible from distance.

Serial Number

• The equipment may be stored outdoors for long periods before installation. The packing shall

be completely suitable for outdoor storage in areas with heavy rains and high ambient

temperature unless otherwise agreed.

• A set of instruction manuals for erection, testing and commissioning ,a set of operation and

maintenance manuals and a set of final drawings shall be enclosed in water proof cover

along with the shipment.

Page 62: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 21   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

DATA SHEET FOR PRESSURE BALANCED PLUG VALVE Valve Size As per SOQ Valve Design Standard API 6D 24th edition Pattern Size Range, NB mm (inch)

50-100 (2-4) – Short 150-300 (6-12)- Regular 350 (14) & above- Venturi

Operation Motor Operated Electrical actuator with Gear End connections Integral Flanges , RF serrated Finish (125 AARH) Drilled to ANSI B

16.5 Face to Face Dimension ANSI B 16.10 Pressure Rating ANSI B 16.5 150# Stem Design Anti Blow Out API- 6D Monogram For Each Valve Fire Safe API- 6FA Body Carbon Steel ASTM A 216 Gr. WCB/ WCC, ASTM 105

SS316 for Ethanol Service Body Cover Carbon Steel ASTM A 216 Gr. WCB/WCC , ASTM 105

SS316 for Ethanol Service , as per SOQ PLUG Carbon Steel ASTM A 216 Gr. WCB /WCC Plug shall be hardened &

impregnated with PTFE based anti-friction agent for greater wear resistance, consistent low operating torque and resistance to seizure (Super Lo Mu treated).SS316 for Ethanol Service , as per SOQ

Seat Metal to Metal Stem (No Casting) ASTM A 479 Type 410, PTFE Coated Super Lo Mu treated.

SS316 for Ethanol Service , as per SOQ Stem Seal Injectable Stem Sealing compound +Graphite Filament. Packing Graphite Cover Gasket SPWD SS +Grafoil Bolting Studs- A193- Gr. B7 & Nuts- A194 Gr. 2H Gear Unit Housing Cast Iron ,Gear - SG Iron and Worm-EN8 Handwheel CS Inspection, Testing & Monogram

API 6D 24th edition, API 6D Monogram should be Embossed on the body.

Test Pressure Body (Hydrostatic) As per API6D&598 Seat (Hydrostatic) As per API6D&598 Seat (Air) As per API6D&598 Allowable leakage No Leakage permitted (API6D/ISO5208)Supplementary tests Antistatic test(Clause H5),Torque/Thrust function test(H6),Drive train

strength test(H7) as per API 6D 24 th edition

Page 63: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 22   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

Notes:- 1. Manufacturer should have ATEX (Atmospheric Explosion Proof Certificate) & CE marking

Certification for the product. 2. Manufacturer must submit valid API 6D certificate along with offer and shall be authorized to use

monogram on the valve body. 3. Besides API monogram, each valve body shall bear following permanent marls through die

casting or die stamping. • Manufacturer’s Name

• Valve size • Pressure Rating • Serial No.

4. All materials of components of the valves should conform to API specification. Materials are to be

accompanied by test certificates of raw materials used. 5. Valve design shall ensure repair of gland packing under full line pressure 6. Valves shall be provided with position indicators and stops of rugged construction at the fully

open and fully closed conditions. Valves to have locking devices to full open and full closed conditions.

7. Valves operation & maintenance manual to be provided along with the offer 8. Lifting lugs shall be provided for valves 6” & above. 9. Vendor has to demonstrate/familiarize concerned persons with their model/valve about the

operation & maintenance aspects after supply & receipt at our stores. Party will be informed the date in advance for the said training class

10. Vendor has to give guarantee that no valves shall pass or leak (i.e., zero leakage) for a period of 18 months from the date of commissioning/ use in service. If any valve leaks/ passes then the party has to replace the defective valve (s) free of cost.

11. Valve Painting Specification should be suitable for Corrosive environment 12. Painting specification may be considered as:

Primer : 1 coat of In-organic Zinc silicate @ 65-75 microns DFT Secondary prime : 1 coat of Epoxy Zinc phosphate primer @ 40 microns DFT Paint first finish : Two coats of solvent free epoxy high build finish paint@ each 100 microns DFT i.e 2 x 100 = 200 DFT Paint finish : One coat of Acrylic Poly-urethane paint @ 40 microns DFT Total DFT 345 micron. Colour code shall be inline with BPCL instructions.

Page 64: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 23   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

DATA SHEET FOR MOV ACTUATOR –PART-I

Site Condition

Altitude Less than 1000 m Design ambient temperature -10 deg to +55 Deg C Humidity Max 100% MOV Tag no. As per SOQ SYSTEM CONDITIONS Supply Voltage 415 V +/- 10%, 3 Phase AC for MOV Supply Frequency 50 HZ+/- 5% System Earthing Solidly Earthed OPERATING ENVIRONMENT Area classification Zone-1 Gas Group IIA / IIB Temperature Class T-3 Construction Flame Proof Ex (d) IP IP-65 Painting Epoxy base Valve Duty , Mode of Control and Devices for control Valve Duty

a) Fully open & fully closed YES b) Partially open and partially closed NO

Control requirement Local / Remote for all MOVs Local / Remote / Off selector switch on MOV actuator

Required

Compatibility for interfacing 2 wire control system

YES

Setting adjustable parameters of Actuator (for 2 wire control system)

From field & remote through Master Control Station /PLC for 2 wire control

Continuous Position indication a) Local Mechanical indication is required. b) Remote – Potentiometer / transducer

for remote continuous indication Not Required

Intermediate travel limit switch Required Potentials free contacts for indication on remote panel and other interlocks

a) For valve Open position Required b) For valve closed position Required c) For remote indication or position of

local / remote selector switch Required

d) For availability of MOV actuator Remote operation (contact from monitoring relay)

Required

Remote emergency stop push button for stopping actuator

Required

DCS / PLC interface for remote control / indication

Remote indication required for all MOVs

Time of Operation

Page 65: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 24   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

Opening 60- 120 sec Closing 60- 120 sec

Make of MOV actuator Rotork , Auma or Limitorque , biffi Double Compression Glands & plug ( for unused entries) , to be supplied with the actuator

Flame proof & weather proof

Test & approval certificate for flame proof actuators – As specified in tender document.

Notes:-

1) Two separate earthing bosses shall be provided in each actuator. All actuators shall be controlled through 2 wire control station. Vendor to quote rates including Field Control Unit (IFCU) for actuators suitable for 2 wire control system.

2) Compliance of above Technical specifications is essential for the validity of above approved makes.

Page 66: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 25   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

DATA SHEET FOR MOV ACTUATOR –PART-II ( To be filled by actuator vendor)

Actuator

Tag no. Make Type & Catalogue no. Wiring Diagram Valve Duty Maximum permissible number of Open/ close cycle per hour

Internal control supply used in actuator Recommended back up HRC fuse rating MOTOR Make kW rating Rated speed in RPM Enclosure Locked rotor (starting) current Rated torque (seating) current Average load current Basis of sizing and selection of actuatorTest and approval certificates Components Makes Contactors Push Buttons Selector switches MOV Actuators suitable for 2 wire control system Maximum no. of field units that can be connected to one master station

Maximum permissible distance from field unit the master station

Maximum no. of control inputs and control/ status outputs from each field unit can be handled through the two wire control system.

Provision of Percentage opening

Page 67: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 26   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

DATA SHEET FOR EMERGENCY STOP PUSH BUTTON STATION OUTSIDE TANK DYKE WALL Some MOV-PBPV (As per SOQ) shall be CLOSE outside the tank dyke wall. Push button station specification shall be as below:-

PRODUCT

FLAME PROOF –WEATHERPROOF ENCLOSURE HAVING 2 INDICATING LAMPS

WITH STOP PUSH BUTTON STATION WITH SEPARATE CABLE TERMINAL BOX

WIRED UPTO THE TERMINAL TO BE LOCATED OUTSIDE TANK DYKE WALL

FLAME PROOF ZONE-1, GAS GROUPS- IIA & IIB AS PER IS:2148/1981,TEMP. CLASS-T6

WEATHERPROO

F

IP-65 DEGREE OF PROTECTION AS PER IS:13947 (PART-1) 1993.IP CERTIFICATE

FOR THE SAME TO BE SUBMITTED

MATERIAL CAST ALUMINIUM ALLOY LM6

FINISH INSIDE &OUTSIDE LIGHT GREY EPOXY POWDER COATED TO SHADE 631 AS PER

IS:5

EARTHING 1NO. INSIDE & 2 NO.

HARDWARE STAINLESS STEEL

GASKET ‘O’ RING ENDLESS NEOPRENE RUBBER GASKET

TERMINALS 10 NOS. FOR 1.5/2.5 SQ MM CLIP-ON TERMINAL

CABLE ENTRIES

3 NOS. ¾” ET CABLE ENTRIES FROM BOTTOM SIDE

FLAMEPROOF & WEATHERPROOF NICKEL PLATED BRASS, DOUBLE

COMPRESSION CABLE GLAND SHALL BE PROVIDED. CABLE GALANDS SHALL BE

COVERED WITH SHROUD. EXTRA CABLE ENTRY SHALL BE PLUGGED WITH

SUITABLE EExd PLUG

INDICATING

LAMP

2 NOS (RED & GREED COLOUR)

230 VAC, 5 WATT LED TYPE INDICATION LAMP

ELEMENT 2 NOS. 5A, 230 VAC (1 NO + 1 NC CONTACT ELEMENT)

ACTUATOR

STOP PUSH BUTTON OF RED MUSHROOM HEAD PRESS TO STOP & REVERSE

TURN TO RELEASE WITH PAD LOCKING ARRANGEMENT IN STOP POSITION.

1 POTENTIAL FREE CONTACT OUTPUT FOR THE PB STATUS

MOUNTING SURFACE MOUNTING TYPE ( MOUNTING ACCESSORIES / CANOPY TO BE

PROVIDED)

APPROVALS PESO, CMRI. CERTIFICATE FOR THE SAME TO BE SUBMITTED FOR APPROVAL

BEFORE PROCUREMENT OF THE SAME.

MAKES BALIGA/FCG/FLEXPRO/EX-PROTECTA/CEAG/SUDHIR SWITCH GEAR.

Page 68: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 27   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

SCHEDULE OF QUANTITY  

Motor Operated Pressure Balanced Plug Valves    

Sr. No. 

TAG NO. P & ID  

LINE NO.  SERVICE SIZE & RATING 

Remarks 

1  MOV‐103  21  16”‐5211‐MS‐III/IV‐102‐B24PL‐P ISOLATION OF MS‐III/IV INLET FROM PIGABLE LINE  

16" 150#RF   

2  MOV‐107  21  16”‐5211‐MS‐III/IV‐104‐B24‐P  ISOLATION OF MS‐III/IV SUPPLY  16" 150#RF   

3  MOV‐203  22  20”‐5211‐HSD‐III/IV‐202‐B24PL‐P ISOLATION OF HSD‐III/IV INLET FROM PIGABLE LINE  

20" 150#RF   

4  MOV‐207  22  20”‐5211‐HSD‐III/IV‐204‐B24‐P  ISOLATION OF HSD‐III/IV SUPPLY   20" 150#RF   

5  MOV‐301  23A  24”‐5211‐HSD‐IV‐1402‐B24‐P ISOLATION OF HSD‐IV INLET FROM TANK‐01  

24" 150#RF Push button station is require outside dyke wall 

6  MOV‐303  23A  6”‐5211‐HSD‐IV‐302‐B24‐P ISOLATION OF HSD‐IV RECIRCULATION LINE FROM TANK‐01 

6" 150#RF Push button station is require outside dyke wall

7  MOV‐306  23A  24”‐5211‐HSD‐IV‐301‐B24‐P ISOLATION OF  HSD ‐IV OUTLET FROM TANK‐01  

24" 150#RF Push button station is require outside dyke wall

8  MOV‐401  23B  24”‐5211‐HSD‐III‐1402‐B24‐P ISOLATION OF HSD‐III INLET FROM TANK‐02  

24" 150#RF Push button station is require outside dyke wall

9  MOV‐403  23B  6”‐5211‐HSD‐III‐402‐B24‐P ISOLATION OF HSD‐III RECIRCULATION LINE FROM TANK‐02

6" 150#RF Push button station is require outside dyke wall

10  MOV‐406  23B  24”‐5211‐HSD‐III‐401‐B24‐P ISOLATION OF  HSD ‐III OUTLET FROM TANK‐02  

24" 150#RF Push button station is require outside dyke wall

11  MOV‐501  23C  24”‐5211‐HSD‐III‐1403‐B24‐P ISOLATION OF HSD‐III INLET FROM TANK‐03  

24" 150#RF Push button station is require outside dyke wall

12  MOV‐503  23C  6”‐5211‐HSD‐III‐502‐B24‐P ISOLATION OF HSD‐III RECIRCULATION LINE FROM TANK‐03

6" 150#RF Push button station is require outside dyke wall

13  MOV‐506  23C  24”‐5211‐HSD‐III‐501‐B24‐P ISOLATION OF  HSD ‐III OUTLET FROM TANK‐03 

24" 150#RF Push button station is require outside dyke wall 

14  MOV‐601  24A  24”‐5211‐MS‐IV‐1402‐B24‐P  ISOLATION OF MS‐IV INLET FROM TANK‐04  

24" 150#RF Push button station is require outside dyke wall 

15  MOV‐603  24A  6”‐5211‐MS‐IV‐602‐B24‐P ISOLATION OF  MS‐IV RECIRCULATION LINE FROM TANK‐04 

6" 150#RF Push button station is require outside dyke wall 

16  MOV‐606  24A  24”‐5211‐MS‐IV‐601‐B24‐P ISOLATION OF   MS‐IV OUTLET FROM TANK‐04  

24" 150#RF Push button station is require outside dyke wall 

17  MOV‐701  24B  24”‐5211‐MS‐IV‐1403‐B24‐P ISOLATION OF MS‐IV INLET FROM TANK‐05  

24" 150#RF Push button station is require outside dyke wall 

Page 69: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 28   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

18  MOV‐703  24B  6”‐5211‐MS‐IV‐702‐B24‐P ISOLATION OF  MS‐IV RECIRCULATION LINE FROM TANK‐05 

6" 150#RF Push button station is require outside dyke wall 

19  MOV‐706  24B  24”‐5211‐MS‐IV‐701‐B24‐P ISOLATION OF   MS‐IV OUTLET FROM TANK‐05  

24" 150#RF Push button station is require outside dyke wall 

20  MOV‐801  24C  24”‐5211‐MS‐III‐1402‐B24‐P  ISOLATION OF MS‐III INLET FROM TANK‐06  

24" 150#RF Push button station is require outside dyke wall 

21  MOV‐803  24C  6”‐5211‐MS‐III‐802‐B24‐P  ISOLATION OF MS‐III RECIRCULATION LINE FROM TANK‐06 

6" 150#RF Push button station is require outside dyke wall 

22  MOV‐806  24C  24”‐5211‐MS‐III‐801‐B24‐P ISOLATION OF  MS ‐III OUTLET FROM TANK‐06  

24" 150#RF Push button station is require outside dyke wall 

23  MOV‐901  25A  10”‐5211‐MS‐III/IV‐1701‐B20‐P ISOLATION OF MS‐III/IV INLET FROM T‐7  

10" 150#RF   

24  MOV‐902  25A  4”‐5211‐MS‐III/IV‐901‐B24‐P ISOLATION OF  MS –III/IV OUTLET FROM MANIFOLD 

4" 150#RF   

25  MOV‐1001  25B  10”‐5211‐MS‐III/IV‐1801‐B20‐P ISOLATION OF MS‐III/IV INLET FROM T‐8 

10" 150#RF   

26  MOV‐1002  25B  4”‐5211‐MS‐III/IV‐1001‐B24‐P ISOLATION OF  HSD –III/IV OUTLET FROM MANIFOLD 

4" 150#RF   

27  MOV‐1101  25C  4”‐5211‐HSD‐III/IV‐1815‐B20‐P ISOLATION OF HSD‐III/IV INLET FROM T‐10  

4" 150#RF   

28  MOV‐1201  26  6”‐5211‐SLP‐1206‐B20‐P  ISOLATION OF SLOP INLET FROM T‐9  

6" 150#RF   

29  MOV‐1202  26  4”‐5211‐SLP‐1201‐B24‐P ISOLATION OF  SLOP OUTLET FROM MANIFOLD  

4" 150#RF 

30  MOV‐1301  27  4”‐5213‐ETH‐1314‐B50 ISOLATION OF PC‐105A DISCHARGE FROM  ETHANOL DISCHARGE HEADER  

4" 150#RF Body MOC SS316 with TRIM SS316  

31  MOV‐1302  27  4”‐5213‐ETH‐1316‐B50 ISOLATION OF PC‐105B DISCHARGE FROM  ETHANOL DISCHARGE HEADER  

4" 150#RF Body MOC SS316 with TRIM SS316  

32  MOV‐1303  27  4”‐5211‐ETH‐1403‐B50 ISOLATION OF PC‐106A DISCHARGE FROM  ETHANOL DISCHARGE HEADER  

4" 150#RF Body MOC SS316 with TRIM SS316  

33  MOV‐1304  27  4”‐5211‐ETH‐1405‐B50 ISOLATION OF PC‐106B DISCHARGE FROM  ETHANOL DISCHARGE HEADER  

4" 150#RF Body MOC SS316 with TRIM SS316  

34  MOV‐1305  27  4”‐5211‐ETH‐1307‐B50  ISOLATION OF ETHANOL INLET FROM T‐11  

4" 150#RF Body MOC SS316 with TRIM SS316  

35  MOV‐1306  27  4”‐5211‐ETH‐1308‐B50 ISOLATION OF ETHANOL INLET FROM T‐12  

4" 150#RF Body MOC SS316 with TRIM SS316  

36  MOV‐1307  27  6”‐5211‐ETH‐1309‐B50  ISOLATION OF ETHANOL OUTLET FROM T‐11  

6" 150#RF Body MOC SS316 with TRIM SS316  

37  MOV‐1308  27  6”‐5211‐ETH‐1310‐B50 ISOLATION OF ETHANOL OUTLET FROM T‐12  

6" 150#RF Body MOC SS316 with TRIM SS316  

38  MOV‐1309  27  6"‐5211‐ETH‐1402‐B50 ISOLATION OF ETHANOL PUMP PC‐106A SUCTION 

6" 150#RF  Body MOC SS316 with TRIM SS316 

Page 70: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 29   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

39  MOV‐1310  27  6"‐5211‐ETH‐1404‐B50 ISOLATION OF ETHANOL PUMP PC‐106B SUCTION 

6" 150#RF  Body MOC SS316 with TRIM SS316 

40  MOV‐1311  27  6"‐5211‐ETH‐1313‐B50 ISOLATION OF ETHANOL PUMP PC‐105A SUCTION 

6" 150#RF  Body MOC SS316 with TRIM SS316  

41  MOV‐1312  27  6"‐5211‐ETH‐1315‐B50 ISOLATION OF ETHANOL PUMP PC‐105B SUCTION  

6" 150#RF  Body MOC SS316 with TRIM SS316  

42  MOV‐1501  29  10”‐5211‐MS‐III‐1404‐B24‐P ISOLATION OF PC‐101A DISCHARGE FROM  MS‐III DISCHARGE HEADER 

10" 150#RF   

43  MOV‐1502  29  10”‐5211‐MS‐III‐1406‐B24‐P ISOLATION OF PC‐101B DISCHARGE FROM  MS‐III DISCHARGE HEADER

10" 150#RF 

44  MOV‐1503  29  10”‐5211‐MS‐IV‐1405‐B24‐P  ISOLATION OF PC‐102A DISCHARGE FROM  MS‐IV DISCHARGE HEADER

10" 150#RF 

45  MOV‐1504  29  10”‐5211‐MS‐IV‐1407‐B24‐P ISOLATION OF PC‐102B DISCHARGE FROM  MS‐IV DISCHARGE HEADER

10" 150#RF 

46  MOV‐1505  29  10”‐5211‐MS‐IV‐1409‐B24‐P ISOLATION OF PC‐102C DISCHARGE FROM  MS‐IV DISCHARGE HEADER

10" 150#RF 

47  MOV‐1506  29  12"‐5211‐MS‐III‐1403‐B24‐P ISOLATION OF MS III PUMP PC‐101A SUCTION 

12" 150#RF 

48  MOV‐1507  29  12"‐5211‐MS‐III‐1405‐B24‐P ISOLATION OF MS III PUMP PC‐101B SUCTION 

12" 150#RF 

49  MOV‐1508  29  12"‐5211‐MS‐IV‐1404‐B24‐P ISOLATION OF MS IV PUMP PC‐102A SUCTION 

12" 150#RF   

50  MOV‐1509  29  12"‐5211‐MS‐IV‐1406‐B24‐P ISOLATION OF MS IV  PUMP PC‐102B SUCTION  

12" 150#RF   

51  MOV‐1510  29  12"‐5211‐MS‐IV‐1408‐B24‐P ISOLATION OF MS IV  PUMP PC‐102C 

12" 150#RF   

52  MOV‐1601  30  12”‐5211‐HSD‐III‐1405‐B24‐P ISOLATION OF PC‐103A DISCHARGE FROM  HSD‐III DISCHARGE HEADER 

12" 150#RF   

53  MOV‐1602  30  12”‐5211‐HSD‐III‐1407‐B24‐P ISOLATION OF PC‐103B DISCHARGE FROM  HSD‐III DISCHARGE HEADER 

12" 150#RF   

54  MOV‐1603  30  12"‐5211‐HSD‐III‐1409‐B24‐P ISOLATION OF PC‐103C DISCHARGE FROM  HSD‐III DISCHARGE HEADER 

12" 150#RF   

55  MOV‐1604  30  12”‐5211‐HSD‐IV‐1404‐B24‐P ISOLATION OF PC‐104A DISCHARGE FROM  HSD‐IV DISCHARGE HEADER 

12" 150#RF 

56  MOV‐1605  30  12”‐5211‐HSD‐IV‐1406‐B24‐P  ISOLATION OF PC‐104B DISCHARGE FROM  HSD‐IV DISCHARGE HEADER

12" 150#RF 

57  MOV‐1606  30  12”‐5211‐HSD‐IV‐1408‐B24‐P ISOLATION OF PC‐104C DISCHARGE FROM  HSD‐IV DISCHARGE HEADER 

12" 150#RF 

58  MOV‐1607  30  14"‐5211‐HSD‐III‐1404‐B24‐P ISOLATION OF HSD III PUMP PC‐103A SUCTION  

14" 150#RF 

59  MOV‐1608  30  14"‐5211‐HSD‐III‐1406‐B24‐P ISOLATION OF HSD III PUMP PC‐103B SUCTION  

14" 150#RF 

Page 71: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 30   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

60  MOV‐1609  30  14"‐5211‐HSD‐III‐1408‐B24‐P ISOLATION OF HSD III PUMP PC‐103C SUCTION   

14" 150#RF   

61  MOV‐1610  30  14"‐5211‐HSD‐IV‐1403‐B24‐P ISOLATION OF HSD IV PUMP PC‐104A SUCTION    

14" 150#RF   

62  MOV‐1611  30  14"‐5211‐HSD‐IV‐1405‐B24‐P ISOLATION OF HSD IV PUMP PC‐104B SUCTION    

14" 150#RF 

63  MOV‐1612  30  14"‐5211‐HSD‐IV‐1407‐B24‐P ISOLATION OF  HSD IV PUMP PC‐104C PUMP  

14" 150#RF 

64  MOV‐1701  31A  12”‐5211‐MS‐III‐1401‐B24‐P ISOLATION OF MS‐III INLET FROM TLF HEADER  

12" 150#RF 

65  MOV‐1702  31A  14”‐5211‐MS‐IV‐1401‐B24‐P ISOLATION OF MS‐IV INLET FROM TLF HEADER  

14" 150#RF 

66  MOV‐1703  31A  4”‐5211‐ETH‐1317‐B50 ISOLATION OF ETHANOL INLET FROM TLF HEADER  

4" 150#RF Body MOC SS316 with TRIM SS316  

67  MOV‐1801  31B  18”‐5211‐HSD‐III‐1401‐B24‐P ISOLATION OF HSD‐III INLET FROM TLF HEADER  

18" 150#RF 

68  MOV‐1802  31B  16”‐5211‐HSD‐IV‐1401‐B24‐P ISOLATION OF HSD‐IV INLET FROM TLF HEADER  

16" 150#RF 

69  MOV‐1401  28  14"‐5211‐HSD‐IV‐1403‐B24‐P ISOLATION OF HSD‐IV  PUMP PC‐104A SUCTION FROM HEADER  

14" 150#RF   

70  MOV‐1402  28  14"‐5211‐HSD‐IV‐1405‐B24‐P ISOLATION OF HSD‐IV  PUMP PC‐104B  SUCTION FROM HEADER  

14" 150#RF   

71  MOV‐1403  28  14"‐5211‐HSD‐IV‐1407‐B24‐P ISOLATION OF HSD‐IV  PUMP PC‐104C SUCTION FROM HEADER  

14" 150#RF   

72  MOV‐1404  28  14"‐5211‐HSD‐III‐1404‐B24‐P ISOLATION OF HSD III PUMP PC 103A SUCTION FROM HEADER  

14" 150#RF   

73  MOV‐1405  28  14"‐5211‐HSD‐III‐1404‐B24‐P ISOLATION OF  HSD III PUMP PC 103A  SUCTION FROM HEADER  

14" 150#RF   

74  MOV‐1406  28  14"‐5211‐HSD‐III‐1406‐B24‐P ISOLATION OF  HSD III PUMP PC 103B  SUCTION FROM HEADER  

14" 150#RF   

75  MOV‐1407  28  14"‐5211‐HSD‐III‐1406‐B24‐P ISOLATION OF HSD III PUMP PC 103B SUCTION FROM HEADER  

14" 150#RF   

76  MOV‐1408  28  14"‐5211‐HSD‐III‐1408‐B24‐P ISOLATION OF HSD III PUMP PC 103C SUCTION FROM HEADER  

14" 150#RF   

77  MOV‐1409  28  14"‐5211‐HSD‐III‐1408‐B24‐P ISOLATION OF HSD III PUMP PC 103C SUCTION FROM HEADER  

14" 150#RF   

78  MOV‐1410  28  12"‐5211‐MS‐III‐1403‐B24‐P ISOLATION OF MS III PUMP PC101A SUCTION FROM HEADER  

12" 150#RF   

79  MOV‐1411  28  12"‐5211‐MS‐III‐1405‐B24‐P ISOLATION OF  MS III PUMP PC101B  SUCTION FROM HEADER  

12" 150#RF   

80  MOV‐1412  28  12"‐5211‐MS‐IV‐1404‐B24‐P ISOLATION OF MS IV  PUMP PC 102A SUCTION FROM HEADER  

12" 150#RF 

81  MOV‐1413  28  12"‐5211‐MS‐IV‐1404‐B24‐P ISOLATION OF  MS IV  PUMP PC 102A  SUCTION FROM HEADER  

12" 150#RF 

Page 72: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 31   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

82  MOV‐1414  28  12"‐5211‐MS‐IV‐1406‐B24‐P ISOLATION OF MS IV PUMP PC 102B  SUCTION FROM HEADER  

12" 150#RF   

83  MOV‐1415  28  12"‐5211‐MS‐IV‐1406‐B24‐P ISOLATION OF MS IV PUMP PC 102B  SUCTION FROM HEADER  

12" 150#RF   

84  MOV‐1416  28  12"‐5211‐MS‐IV‐1408‐B24‐P ISOLATION OF MS IV PUMP PC 102C SUCTION FROM HEADER  

12" 150#RF 

85  MOV‐1417  28  12"‐5211‐MS‐IV‐1408‐B24‐P ISOLATION OF MS IV PUMP PC 102C SUCTION FROM HEADER  

12" 150#RF 

86  MOV‐1418  28  12"‐5211‐HSD‐IV‐1404‐B24‐P ISOLATION OF HSD IV PUMP PC 104A DISCHARGE FROM HEADER  

12" 150#RF 

87  MOV‐1419  28  12"‐5211‐HSD‐IV‐1404‐B24‐P ISOLATION OF HSD IV PUMP PC 104A  DISCHARGE FROM HEADER  

12" 150#RF 

88  MOV‐1420  28  12"‐5211‐HSD‐IV‐1406‐B24‐P ISOLATION OF HSD IV PUMP PC104B DISCHARGE FROM HEADER 

12" 150#RF 

89  MOV‐1421  28  12"‐5211‐HSD‐IV‐1406‐B24‐P ISOLATION OF  HSD IV PUMP PC 104B  DISCHARGE FROM HEADER  

12" 150#RF 

90  MOV‐1422  28  12"‐5211‐HSD‐IV‐1408‐B24‐P ISOLATION OF HSD IV PUMP PC 104C DISCHARGE FROM HEADER  

12" 150#RF 

91  MOV‐1423  28  12"‐5211‐HSD‐IV‐1408‐B24‐P ISOLATION OF HSD IV PUMP PC 104C DISCHARGE FROM HEADER  

12" 150#RF 

92  MOV‐1424  28  12"‐5211‐HSD‐III‐1405‐B24‐P ISOLATION OF HSD III PUMP  PC 103A DISCHARGE FROM HEADER  

12" 150#RF 

93  MOV‐1425  28  12"‐5211‐HSD‐III‐1405‐B24‐P ISOLATION OF HSD III PUMP  PC 103A DISCHARGE FROM HEADER  

12" 150#RF   

94  MOV‐1426  28  12"‐5211‐HSD‐III‐1405‐B24‐P ISOLATION OF HSD III PUMP  PC 103A DISCHARGE FROM HEADER  

12" 150#RF   

95  MOV‐1427  28  12"‐5211‐HSD‐III‐1407‐B24‐P ISOLATION OF  HSD III PUMP  PC 103B DISCHARGE FROM HEADER  

12" 150#RF   

96  MOV‐1428  28  12"‐5211‐HSD‐III‐1407‐B24‐P ISOLATION OF  HSD III PUMP  PC 103B  DISCHARGE FROM HEADER  

12" 150#RF   

97  MOV‐1429  28  12"‐5211‐HSD‐III‐1407‐B24‐P ISOLATION OF  HSD III PUMP  PC 103B DISCHARGE FROM HEADER  

12" 150#RF   

98  MOV‐1430  28  12"‐5211‐HSD‐III‐1409‐B24‐P ISOLATION OF  HSD III PUMP  PC 103C DISCHARGE FROM HEADER  

12" 150#RF   

99  MOV‐1431  28  12"‐5211‐HSD‐III‐1409‐B24‐P ISOLATION OF HSD III PUMP  PC 103C  DISCHARGE FROM HEADER  

12" 150#RF   

100  MOV‐1432  28  12"‐5211‐HSD‐III‐1409‐B24‐P ISOLATION OF HSD III PUMP  PC 103C  DISCHARGE FROM HEADER  

12" 150#RF   

101  MOV‐1433  28  10"‐5211‐MS‐III‐1404‐B24‐P ISOLATION OF MS III PUMP PC101A DISCHARGE FROM HEADER  

10" 150#RF   

102  MOV‐1434  28  10"‐5211‐MS‐III‐1404‐B24‐P ISOLATION OF MS III PUMP PC 101A DISCHARGE FROM HEADER  

10" 150#RF   

103  MOV‐1435  28  10"‐5211‐MS‐III‐1406‐B24‐P ISOLATION OF MS III PUMP PC 101B DISCHARGE FROM HEADER  

10" 150#RF   

Page 73: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 32   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

104  MOV‐1436  28  10"‐5211‐MS‐III‐1406‐B24‐P ISOLATION OF MS III PUMP PC101B DISCHARGE FROM HEADER  

10" 150#RF   

105  MOV‐1437  28  10"‐5211‐MS‐IV‐1405‐B24‐P ISOLATION OF MS IV PUMP PC 102A DISCHARGE FROM HEADER  

10" 150#RF   

106  MOV‐1438  28  10"‐5211‐MS‐IV‐1405‐B24‐P ISOLATION OF MS IV PUMP PC 102A DISCHARGE FROM HEADER  

10" 150#RF   

107  MOV‐1439  28  10"‐5211‐MS‐IV‐1405‐B24‐P ISOLATION OF MS IV PUMP PC 102A DISCHARGE FROM HEADER  

10" 150#RF   

108  MOV‐1440  28  10"‐5211‐MS‐IV‐1407‐B24‐P ISOLATION OF MS IV PUMP PC102B DISCHARGE FROM HEADER  

10" 150#RF   

109  MOV‐1441  28  10"‐5211‐MS‐IV‐1407‐B24‐P ISOLATION OF MS IV PUMP PC 102B DISCHARGE FROM HEADER  

10" 150#RF   

110  MOV‐1442  28  10"‐5211‐MS‐IV‐1407‐B24‐P ISOLATION OF MS IV PUMP PC 102B DISCHARGE FROM HEADER  

10" 150#RF 

111  MOV‐1443  28  10"‐5211‐MS‐IV‐1409‐B24‐P ISOLATION OF MS IV PUMP PC102C DISCHARGE FROM HEADER  

10" 150#RF   

112  MOV‐1444  28  10"‐5211‐MS‐IV‐1409‐B24‐P ISOLATION OF MS IV PUMP PC 102C DISCHARGE FROM HEADER  

10" 150#RF 

113  MOV‐1445  28  10"‐5211‐MS‐IV‐1409‐B24‐P ISOLATION OF MS IV PUMP PC 102C DISCHARGE FROM HEADER  

10" 150#RF 

114  MOV‐1446  28  24"‐5211‐MS‐IV‐101‐B24‐P ISOLATION OF MS IV  EXCHANGE PIT PIPELINE FROM TANK INLET HEADER

24" 150#RF 

115  MOV‐1447  28  24"‐5211‐MS‐IV‐101‐B24‐P ISOLATION OF MS IV EXCHANGE PIT PIPELINE FROM TANK INLET HEADER

24" 150#RF 

116  MOV‐1448  28  24"‐5211‐MS‐III‐101‐B24‐P ISOLATION OF MS III EXCHANGE PIT PIPELINE FROM TANK INLET HEADER 

24" 150#RF   

117  MOV‐1449  28  24"‐5211‐HSD‐III‐201‐B24‐P ISOLATION OF HSD III EXCHANGE PIT PIPELINE FROM TANK INLET HEADER 

24" 150#RF   

118  MOV‐1450  28  24"‐5211‐HSD‐III‐201‐B24‐P ISOLATION OF HSD III EXCHANGE PIT PIPELINE FROM TANK INLET HEADER 

24" 150#RF   

119  MOV‐1451  28  24"‐5211‐HSD‐IV‐201‐B24‐P ISOLATION OF HSD III EXCHANGE PIT PIPELINE FROM TANK INLET HEADER 

24" 150#RF   

  

 

 

            

Page 74: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

TECHNICAL SPECIFICATION FOR MOTOR OPERATED PRESSURE BALANCED PLUG

VALVE

PDIL DOC. NO. EM0177-TS-7017

DATE 12.07.16

REV 1 SHEET 33   OF  33

FORM NO: 02-0000-0021F2 REV1 All rights reserved 

 

  

A.  CS Pressure Balanced Plug valve  Nos. 

     10" 150#RF  20 

  

     12" 150#RF  35 

      14" 150#RF  16 

      16" 150#RF  3    

     18" 150#RF  1 

      20" 150#RF  2    

      24" 150#RF  6    

     4" 150#RF  4 

  

     6" 150#RF  1 

  

    88 

  

B.  CS Pressure Balanced Plug valve with Push button station is require outside dyke wall 

Nos. 

     24" 150#RF  12 

  

     6" 150#RF  6 

  

    18 

  C.  SS316 Pressure Balanced Plug 

valve Nos 

      4" 150#RF  7 

     6" 150#RF  6 

  

    13 

     

Grand Total  119 

     

Page 75: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 76: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

DECLARATION

(To be submitted along with Unpriced bid)

M/s. __________________________hereby declare that we are not currently serving any Holiday Listing orders issued by BPCL or MOPNG debarring us from carrying any business dealings with the BPCL/MOPNG or serving a banning order by another Oil PSE.

Stamp and Signature of Bidder

P.S. : Offers not accompanied with a declaration may lead to rejection. Any wrong declaration in this context shall make the Agency liable for action under BPCL Holiday Listing procedure.

CONTACT PARTICULARS

NAME OF PERSON

TEL NO. OFFICE

TEL NO. RES.

MOBILE NO.

E-MAIL ID

Page 77: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 78: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 79: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 80: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 1 of 23

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

41. POLICY ON HOLIDAY LISTING

Page 81: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 2 of 23

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 82: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 3 of 23

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.

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

TAXinvoice.

Page 83: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 4 of 23

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.

6.7 Income Tax (Withholding tax)

In the case of availment of services from Non Resident Vendors who are claiming benefits

offered under the Double Taxation Avoidance Agreements signed by India with the Government

of the other country (i.e the country of the Vendor), such Non Resident Vendors are required to

provide the Tax Residency Certificates at the time of submission of Bid documents. The Tax

Residency Certificates shall contain the following details :

a) Name of Vendor (assessee) ;

b) Status (Individual, Company, firm etc.) of assessee;

c ) Nationality (in case of individual);

d) Country or specified territory of incorporation or registration (in case of

others);

e) Assessee‟s tax identification number in the country or specified territory of

residence or in case no such number, then, a unique number on the basis of which the

person is identified by the Government of the country or the specified territory;

f) Residential status for the purpose of tax;

Page 84: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 5 of 23

g) Period for which the certificate is applicable; and

h) Address of the applicant for the period for which the certificate is

applicable.

The Tax Residency Certificate shall be duly verified by the Government of the Country or the

specified territory of the assessee of which the assessee claims to be a resident for the purposes of

tax.

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 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.

Page 85: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 6 of 23

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd.. or order'.

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.

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.

Page 86: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 7 of 23

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.

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.

Page 87: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 8 of 23

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.

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

Page 88: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 9 of 23

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.

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.

Page 89: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 10 of 23

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.

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.

Page 90: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 11 of 23

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.

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 91: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 12 of 23

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.

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).

Page 92: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 13 of 23

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 in the vendor‟s scope in the case of inland transportation of goods.

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 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).

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 :

Page 93: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 14 of 23

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.

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

Page 94: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 15 of 23

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 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

(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.

Page 95: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 16 of 23

(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 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

Page 96: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 17 of 23

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.

23.7 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT./PUBLIC SECTOR

UNDERTAKINGS IN A PURCHASE OR SERVICE CONTRACT

In the event of any dispute or differences between the VENDOR / CONTRACTOR /

SUPPLIER and the OWNER, if the VENDOR / CONTRACTOR / SUPPLIER is a Government

Department, a Government Company or a undertaking in the public sector, then in suppression of

the provisions of clause 23 of the GPC (corresponding clause no of GCC or NIT etc.), stands

modified to the following extent:-

All disputes and differences of whatsoever nature arising out of or in relation to this Contract /

Agreement or in relation to any subsequent contract / agreement between the parties shall be

attempted to be resolved amicably by mutual discussions between the parties. If they are not

settled at the implementation level of officers, then these unresolved disputes/ differences will

be referred for resolution by discussions with the concerned Director of BPCL and the

concerned Director of Vendor/Contractor/Supplier. In case same does not resolve the difference

within 30 days, arbitration clause as hereunder would apply.

In the event of any dispute or difference relating to the interpretation and application of the

provisions of the contracts, such dispute or difference shall be referred by either party for

Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by

the Secretary to the Government of India in-charge of the Department of Public Enterprises.

The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this

clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided,

however, any party aggrieved by such award may make a further reference for setting aside or

revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law &

Justice, Government of India. Upon such reference the dispute shall be decided by the Law

Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law

Page 97: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 18 of 23

Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the

dispute will share equally the cost of arbitration as intimated by the Arbitrator.

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.

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

Page 98: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 19 of 23

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 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.

Page 99: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 20 of 23

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. 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.

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.

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.

Page 100: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 21 of 23

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 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.

41. POLICY ON HOLIDAY LISTING

The guidelines and procedures for Holiday Listing are available separately in BPCL website

and shall be applicable in the context of all tenders floated and consequently all orders/

contracts / purchase orders. It can be accessed using the following link:

http://bharatpetroleum.in/pdf/holidaylistingpolicyfinal.pdf .

Page 101: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 22 of 23

BPCL

_______________________ _______________________

_______________________

Vendor

_______________________

_______________________

_______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms &

conditions as mentioned a

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

Page 102: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Page 23 of 23

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.

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 103: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 104: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 105: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 106: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 107: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 108: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 109: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 110: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 111: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 112: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID
Page 113: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

Special Purchase Conditions

1. This tender is to firm requirements for the valves, the details of which are as under:-

i. Contract will be placed on the successful bidders and will be valid for a period of 30

days from the date of placement of the contract.

ii. No supplies are to be made against the Contract document.

iii. Supplies are to be made only against Call-Offs or Purchase Orders (PO) which shall

be placed by the mats E&P department within BPCL.

2. Award of contract would on item-wise lowest landed cost basis.

3. Purchase preference to MSEs (Micro & Small Enterprises) shall be applicable as per

tender condition.

4. DELIVERY PERIOD: Please quote your best delivery period on door-delivery basis, in

the Unpriced Bid attached with the tender document.

5. PAYMENT TERM:

The following payment terms shall be applicable

(5.1)Indian Bidder:

a). Our payment terms are 100% on the 30th day from the receipt and acceptance of

materials at site, against submission of Performance Bank Guarantee (PBG) for 10% of total

order value.

Please consider this condition in your quotation, as other payment terms may not be

acceptable to BPCL. Payments will be released by originator of orders/BPEC.

(5.2) Foreign Bidder:

a) Our payment terms are 100% against irrevocable letter of credit with an usance of 75

days. (from bill of lading date) (75 days considered based on 21 days sailing time+10 days

for clearance of consignment+ 14 days inland transit time + 30 days from date of receipt of

materials at site)

Letter of Credit will be opened in your favour through our banker. Indicate your Bank

address for opening Letter of Credit. Foreign banker charges will be to the account of

beneficiary only.

Vendor to submit Performance Bank Guarantee (PBG) for 10% of basic order value.

Please consider this condition in your quotation, as other payment terms may not be

acceptable to BPCL.

6. INSPECTION:

(6.1) Material shall be inspected by our registered third party inspection agency before

dispatch of material from vendor works. Charges other than third party inspection charges

will be to vendor account. Vendor to quote firm TPIA charges per unit. However, arranging

& providing inspection facilities is entirely vendor responsibility and in no way should affect

the delivery schedule.

Refer Scope of Inspection attached with the tender.

(6.2) Our APPROVED third party inspection agencies are LRIS / DNV/ IRS/ EIL/ UL

INDIA PVT LTD/ BV for Inspection of Valves.

(6.3) BPCL may, at its own expense, witness any test or inspection. In order to enable

BPCL to witness the tests/inspections BPCL will advise the Vendor in advance whether it

intends to be present at any of the inspections. 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)

Page 114: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

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).

(6.4) 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.

7. Octroi/Entry tax, if any, in the any state of India shall be directly paid by the vendor,

if applicable, which shall be reimbursed by BPCL at actual on submission of documentary

proof.

8. Unloading & stacking at the delivery address will be arranged by consignee.

However, advance information regarding expected date of delivery to Site In-charge must

be given well in time for making unloading arrangements under advice to originator of

ORDER.

9. Bid validity 120 Days from the final due date of opening of tender.

10. Pre-bid meeting with prospective bidders is scheduled at CPO(M)-Sewree Mumbai.

11.0 BID PRICES:

11.1 DOMESTIC (INDIAN) BIDDERS :

11.1.1. Domestic Bidders shall quote their prices in Indian Rupees only. BPCL will place the

order on door delivery basis.

11.1.2 Domestic Bidders to quote Ex-works Basic Price in Rs. per unit, TPIA charges per

unit, P&F charges per unit, rate of Excise duty in percentage, rate of Sales Tax in

percentage, freight charges per unit, transit insurance charges per unit in the price format

of this tender. The freight charges, transit insurance charges should be inclusive of all taxes

& duties and also no taxes, duties, levies and /or any variation thereof shall be payable by

BPCL. It will be the responsibility of the bidder to pay applicable service tax to Government

of India (GOI) as per prevailing rates.

11.1.3 Packing & Forwarding : The materials should be properly packed so as to withstand

all transit hazards. Materials are required to be despatched by the vendor to the locations,

on freight paid DOOR- DELIVERY CONSIGNEE COPY ATTACHED basis along with copies of

Inspection release note & internal test certificates & other documents as mentioned

elsewhere in this tender document.

11.2 FOREIGN BIDDERS

11.2.1 Foreign Bidder shall quote their prices in US Dollars OR Euro. Bidders to quote on

Ex-works Basic Price per unit, TPIA charges per unit, P&F and any other charges including

FOB charges per unit, Marine insurance charges per unit, Ocean/sea freight charges per unit

in US Dollars OR Euro. All pre-shipment and post-shipment charges at the country of export

shall be to bidders account which would include HAWB charges, airport transfer fee if any,

handling charges, loading unloading charges, security fee if any, export fee and any other

charges applicable at the load port. For component of services to be rendered in India

(inland transportation, inland transit insurance, port/landing/clearing charges in India),

foreign Bidder shall quote in Indian rupees only. For carrying out all the activities in India,

the foreign bidder to appoint their duly authorized representative/ agency/ Indian arm in

India & payments will be made to them in Indian rupees. Orders (for activities in India) will

be placed on their authorized Indian agency for payment of INR. Only all custom duties

charges as applicable in India will be paid by BPCL within five working days after submission

of all relevant documents by the bidder s authorized representative in India. The Indian

component of prices shall be inclusive of all Indian Taxes, stamp duty, duties, levies, etc.

and also no taxes, duties, levies and /or any variation thereof shall be payable by BPCL. It

will be the responsibility of the bidder to pay applicable service tax to Government of India

(GOI) as per prevailing rates. Bidders are expected to quote inland freight for each line item

for all the locations of BPCL as mentioned in this tender document.

Page 115: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID

11.2.2 Ocean Transportation: will be arranged/ carried out by the bidders. The

arrangements for shipment can be made through any reputed shipping company by first

class direct vessels approved by Lloyds or any other such Agency applicable in the country

of shipment.

11.2.3 Foreign Bidders shall quote their prices for Ocean transportation and Marine

Insurance to Indian Ports of Entry-Navashava (JNPT-Jawaharlal Nehru Port Trust) Port,

Mumbai, India. Port of entry will be Navashava (JNPT -JawaharlalNehru Port Trust) Port.

11.2.4 BPCL reserves the right to place order on CIF basis on foreign vendor. However it is

the responsibility of bidder to ensure delivery at site through their authorized Indian

representative.

12. TAXES & DUTIES:

12.1 Domestic (Indian Bidders):

12.1.1 Domestic Bidders quoted prices shall be inclusive of all taxes, duties, cess, levies

etc., paid or payable on the raw material/components incorporated or to be incorporated in

the offered finished goods but excluding applicable taxes and duties on finished goods.

12.1.2 Bidder shall furnish the present rate(s) of Excise Duty, Education Cess and sales tax

/ VAT (without Concessional Form applicable) and payable on quoted finished goods. Tax &

duty set-offs as applicable will be considered during evaluation.

12.1.3 The statutory variation in Excise duty, Education Cess and Sales tax / VAT on

finished goods and introduction of new tax, from bid due date till the contractual completion

period shall be to Purchaser account against submission of the documentary evidence.

However, any increase in the rate of these taxes and duties beyond the contractual delivery

period shall be to Seller account. Any decrease in the rate of these taxes and duties shall be

passed on to the Purchaser. Any additional excise duty due to increase in turn-over would

be to seller account.

12.1.4 It is for the Bidder to assess and ascertain the rate of excise duty, education Cess

and sales tax/VAT applicable on quoted items. It is clearly understood that BPCL will not

have any additional liability towards payment of Excise Duty, Education Cess and Sales

Tax/VAT which is based on Bidders wrong assessment / interpretation of applicability of

such Excise Duty and/or education cess and / or Sales Tax/VAT.

12.1.5 Successful vendor shall carry out its obligations towards services at site as

mentioned in technical specifications without any extra charges.

Delivery location address is Ennore Coastal Installation, BPCL, Athipattu Village, Vallur Ponneri Taluk, Chennai 600120

Page 116: Tender Document - Bharat Petroleum 15878.pdf · Domain : bpcleproc.in Parent department: BPCL Department : CPO (M) - Procurement Group 3 Department officer : D Manimaran System ID