Upload
others
View
18
Download
3
Embed Size (px)
Citation preview
CRFQ NO: 1000252602-- E-tender System ID:11295
CCCPPPOOO (((RRREEEFFFIIINNNEEERRRIIIEEESSS)))
REQUEST FOR QUOTATION -CRFQ NO. 1000252602)
(E-Tender System ID. 11295)
Tender Calendar Details
Stage Name Start Date End Date And Time
Tender Release 11.04.2016 02.05.2016 (11:00 Hrs IST)
Site Visit 18.04.2016 Between 09:00 to 15:00 Hrs
Pre-qualification bid opening 02.05.2016
(11:15 Hrs IST) ______
Un-priced Bid Opening Will be intimated Will be intimated
Priced Bid Opening Will be intimated Will be intimated
RATE CONTRACT FOR CARRYING OUT REPAIR WORKS OF FLOATING ROOF
AND INTERNAL FLOATING ROOF (IFLR) PETROLEUM STORAGE TANKS OF
DIAMETER GREATER THAN 60 Mtrs AT BPCL-KOCHI REFINERY
Bharat Petroleum Corporation Limited
Central Procurement Organisation (Refineries), Mumbai Refinery,
Mahul, Mumbai-400 074, Phone: 91-484-2821654
NOTICE INVITING TENDER (CRFQ NO: 1000252602)
BPCL, CPO (R) invites 3 part bids for “Rate Contract for repair works of Floating Roof & Internal
Floating Roof Petroleum Storage Tanks of diameter greater than 60 Mtrs at BPCL-Kochi Refinery,
for a period of 2 years” (E-Tender System ID: 11295).
Details of the Tender can be downloaded from any of the following websites:
• https://www.bharatpetroleum.in/tender/view tenders.aspx →Select Department →
CPO(Refineries)
• E-tendering website: https://bpcleproc.in
• Central Public Procurement Portal: http://eprocure.gov.in/cppp
Site Visit/Pre-bid meeting: 18th
April 2016.
Tender due date: 2nd
May 2016, 11: 00 Hrs. IST.
Important: All updates, amendments, corrigenda etc, (if any) will be posted only on the above
websites. There will not be any publication of the same through newspapers or any other media.
Place: Mumbai
11th
April 2016 (f) CPO-Refineries
NOTICE INVITING TENDER
CRFQ NO: 1000252602 – E-tender System ID: 11295.
TENDER FOR RATE CONTRACT FOR CARRYING OUT REPAIR WORKS OF FLOATING ROOF AND INTERNAL FLOATING ROOF (IFLR) PETROLEUM STORAGE TANKS OF DIAMETER
GREATER THAN 60 Mtrs AT BPCL-KOCHI REFINERY (BPCL-KR) FOR A PERIOD OF 2 YEARS
1.0 E-Bids in 3 parts are invited for the tender for “Rate Contract for for carrying out repair works of
Floating Roof and Internal Floating Roof (IFLR) Petroleum Storage Tanks of diameter greater than 60
mtrs at BPCL-Kochi refinery, for a period of 2 years” in complete accordance with tender documents
and its attachments.
1.1 All prospective bidders are requested enroll onto our e-tendering platform https://bpcleproc.in
maintained by M/s. E-Procurement Technologies Ltd, our authorised Service Provider for E-tendering.
1.2 Upon logging in to the e-procurement website, bidder can download the bid documents and shall
thoroughly go through the same. All documents required for the bid, shall be uploaded on the
appropriate place in the E-Procurement web site, digitally signed. No physical scanned documents
need to be uploaded except those specifically indicated.
1.3 Bidder is advised to read the Instructions for participating in the electronic tenders directly through
internet (Bid Submission Manuals are available on the above mentioned e-procurement site) and get
conversant with the process of online submission of the offer well in time so as to submit offer by the
due date.
1.2 E-Bidding instructions are also provided along with the tender document for reference and guidance
2.0 BRIEF DESCRIPTION:
The scope of work under this contract mainly consists of repair /replacement works on floating roof
tanks including the design of the new roof, shell, bottom plates, repair/modification of wind girders,
tank berm replacement, structural works inside and outside tank, external and internal shot-blasting
and painting etc, submission of Mechanical design calculations and fabrication drawings, procedure
for review by BPCL-KR. The mentioned jobs are to be carried out during decommissioning of the tank
and to complete the same as per the approved schedule and time frame
Detailed Scope of work shall be as specified in the tender document.
3.0 SITE VISIT/ PRE-BID MEETING:
3.1 Site visit/ Pre-bid meeting is scheduled on 18th April 2016 between 9 AM to 3 PM IST at BPCL- Kochi
Refinery. All interested bidders are requested to reach the site before 9 AM. The purpose of the pre-
bid meeting is to clarify any doubts of the Bidders on the interpretation of the provisions of tender.
Bidder(s) are requested to submit their queries, mentioning firm name, clause no. & clause by a
letter/ e-mail to the Engineer-in-charge in order to have fruitful discussions during the meeting. All
Bidders are requested to acquaint themselves for better clarity about the site and tender conditions,
before submitting their bids. Necessary clarifications (if any), may be obtained prior to submission of
the bid.
3.2 Contact Persons:
- Shri. Hareesh.V, Asst Mgr. (Maint), BPCL – Kochi Refinery, Ambalamugal, Kochi. Tel. No. 0484 -
2822186. Email: [email protected]
- Shri. R.J.Sampath Kumar (CM-Maint), BPCL – Kochi Refinery, Ambalamugal, Kochi. Tel. No. 0484 -
2822103. Email: [email protected]
3.3 Bidders shall visit the location, at their own expense to see the site conditions before quoting for the
job. Bidders should contact Engineer-in-charge for getting information required for visiting the site
locations well in advance. Bidders to obtain all the information required for executing the contract
from site. No request will be entertained on this count even if bidders choose not to visit. No claim
what so ever may be shall be entertained on this ground.
4.0 PRE-QUALIFICATION CRITERIA:
4.1 Bidders meeting the technical & commercial qualifying criteria as per the pre-qualification document
attached, shall only be considered for further evaluation of bids.
5.0 EARNEST MONEY DEPOSIT (EMD) :
5.1 The interest-free Earnest Money Deposit (EMD) of Rs 10,00,000/- (Rupees Ten Lakhs Only) to be
submitted by way of crossed account payee Demand Draft drawn on any nationalized / scheduled
bank in favour of "BHARAT PETROLEUM CORPORATION LTD" payable at Mumbai. The EMD shall be
arranged prior to the due date & time of opening of the "Pre-qualification Bid".
The following categories of bidders are however exempted from depositing EMD:
a) Units registered with National Small Industries Corporation (NSIC);
b) Units falling under Micro & Small Enterprises (MSEs) category and registered with authorities
specified under Public Procurement Policy for MSEs and as defined under the MSMED Act
2006. Vendor shall submit the EMI and EMII certificate from DIC along with their offer.
The above are subject to the fulfilling of under mentioned conditions:
a) Units should be registered with National Small Scale Industrial Corporation Limited (NSIC) or
with any of the Authorities specified under the Public Procurement Policy for MSE’s.
(DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts and Handloom or any other body
specified by Ministry of MSME.)
b) The Unit should be registered for the item tendered.
c) The monetary limit, if any, indicated in the registration certificate should cover value of items
ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted in support.
f) Registration with DGS&D will not entitle a Tenderer to claim above exemption.
g) Units registered with National Small Industries Corporation (NSIC) or MSE subject to:
Such bidders must upload appropriate proof along with their "Technical Bid", to show that they are
eligible for the exemption from EMD (application for registration as NSIC / MSE or for renewal will
not be acceptable), failing which such bid will be treated as bid received without EMD and liable to be
rejected.
h) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be given all benefits
available under Public Procurement Policy for MSEs order 2012. Therefore, UAM shall also be
accepted as a valid document for vendors seeking benefits under PPP for MSEs order 2012
i) Registration with DGS&D will not entitle the Bidder to claim exemption from payment of EMD.
5.2 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid separately by Demand Draft
(DD) / Banker’s Cheque drawn in favour of Bharat Petroleum Corporation Limited and payable at
Mumbai, or by electronic funds transfer or bank guarantee.
5.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper of appropriate
value and in the prescribed Performa given in the Tender Document.
5.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by Reserve Bank of India as
per the proforma. The BG shall remain valid for a period of six months from the due date of opening
the tender.
5.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be sent separately to
DGM, CPO-Refineries, BPCL. Copy the DD/ Banker's cheque/ BG as the case may be, along with proof
of dispatch to be uploaded along with "Pre-qualification Bid". Bids without EMD are liable to be
rejected.
5.6 EMD can be also submitted through electronic fund transfer to the Account as detailed below;
Details of Bank for Electronic Fund Transfer:
Beneficiary-Bharat Petroleum Corporation Limited
Name of the Bank- Standard Chartered Bank, M G Road, Address-90, M G Road, Fort, Mumbai-400
001,IFSC Code-SCBL0036001,MICR Code-400036002,Type of Account-11(Current), Account
No:22205020115.
5.7 EMD of other unsuccessful bidders shall be released after issuance of FOA/LOA/contract Order
against this tender. However, in case of successful bidder the EMD shall be released on receipt of
performance bank guarantee.
5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted to alter/ amend or
withdraw the bid, not withstanding that the bid(s) has/ have not yet been opened/ finalised. A
tenderer who purports to alter/ modify withdraw their offer after submission, within the validity of
the offer shall be liable to have their offer rejected and their EMD forfeited/encashed.
5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the successful tenderer fails
to honour the offer terms prior to ordering and Contractual terms after issuance of
FOA/LOA/contract Order.
5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate/Bank transfer details) in the
e-tender and physically not received within 7 days after “Pre-qualification Bid” opening date (as
indicated in the NIT or corrigendum thereof) are liable to be rejected.
6.0 OFFER VALIDITY:
The Offers shall be valid for a period of 120 days from Tender Due Date for placement of order.
7.0 TIME OF COMPLETION:
As given in the Scope of work/ Special Conditions of contract.
8.0 GENERAL CONDITIONS OF CONTRACT (GCC):
Attached General Conditions of Contract (GCC) shall be applicable for this contract.
9.0 SCOPE OF WORK & SPECIAL CONDITIONS OF CONTRACT (SCC):
Attached SCC / scope of work along with all attachments thereof shall be applicable for this contract.
10.0 SUBMISSION OF TENDER:
10.1 Bids should be submitted in "THREE BID SYSTEM", i.e., "Pre-Qualification Bid", "Technical/Unpriced
Bid" & "Priced Bid" through e-tendering portal.
10.2 "Pre-Qualification Bid" shall be complete with all the required documents uploaded as given below.
(i) All required documents as per PQ criteria
(ii) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid NSIC Certificate) or Registration/
Exemption Certificate (if any) as indicated above.
(iii) Performa of Holiday List to be submitted properly filled.
(iv) Contact details of Vendor duly filled, signed and stamped.
(v) Integrity Pact Document duly filled, signed and stamped on each page
(vi) Any other supporting documents/ information in support of the bid.
10.3 "Un-Priced Bid", i.e. Techno-Commercial Bid, shall be complete with all technical and commercial
details (other than price) duly filled, signed and stamped essentially containing the following
documents shall be submitted/ uploaded:-
i) Details of taxes and duties as per the format FORM -A attached.
ii) Un-Priced copy of Price Schedule with an indication "Quoted" or "Not-Quoted" against each
item. Please do not indicate prices in Un-Price Bid.
iii) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested to have all their
queries clarified before bidding. Bidders are required to confirm and accept all the terms and
conditions of the RFQ/Tender. However, if they still have deviations from our RFQ/Tender
and the attachments (GCC, SCC, specifications, scope of work, etc.), they can indicate
deviations in the Form-B giving reference to clause no.
iv) Duly signed and stamped RFQ/Tender document, Special conditions of contract, scope of
work etc shall be uploaded as a token of acceptance.
v) Any other supporting documents/ information in support of the Un-priced Bid.
10.4 "Priced Bid" shall be submitted online. Bidders shall input their prices online in the template
created in the E Tendering portal.
10.5 Bids complete in all respects should be uploaded in BPCL e-tendering portal on or before the due
date & time. Each page of all documents, submitted by the bidder, shall be duly signed & stamped,
and then scanned and uploaded in the portal. The offer shall be submitted in the Portal under the
digital signature of the bidder.
10.6 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed covers, shall not be
accepted.
10.7 BPCL shall not be responsible for any delay in uploading of offer.
11.0 TENDER OPENING:-
The deadline for bid submission is 11:00 Hrs on the due date mentioned. The bids can be
submitted in the e-procurement website upto the tender due date and time. The Pre-
qualification bids will be opened online through e-procurement website
https://bpcl.eproc.in, on the same day.
11.1 Pre-qualification Bids: The Pre-qualification bids shall be opened on the due date mentioned.
Bidders, who have submitted their bids, can view/ witness the "Pre-qualification Bid" opening
through the e-portal. The offers of those bidder(s) whose offer meet the Prequalification
requirements, will only be considered for further evaluation, while those not meeting the
Pre-qualification criterion, will be rejected without any clarification.
11.2 Un-priced bids:- The Un-priced Bids (Techno-Commercial Bid) of those bidder(s), whose offers
for "Pre-qualification Bid" are found to be acceptable, will only be opened under advance
intimation to them. Such Qualified Bidders can view/ witness the "Un-priced Bid" opening
through the e-portal.
11.3 Price bids:- The date and time of opening Price Bids shall be intimated separately to the
techno-commercially acceptable bidders and the price bids shall be opened through e-portal.
Such Techno-Commercially accepted bidders can view/ witness the "Price Bids" opening
through the e-portal.
12.0 CONTACT PERSONS:
Please note that offers against tender enquiry are invited through e-tendering mode. In case of any
clarification regarding the tender, following are the contact persons:-
12.1 FOR E-TENDERING RELATED ISSUES:
If tenderers need some clarifications or are experiencing difficulties while enrolling or while
participating in this e-Tender, please E-Mail to the following E-Mail ID along with the snapshots of
the errors being faced to: Mr. Ajay Nandangi - [email protected] with copy to
OR Contact the Common Helpdesk No.
(HQ) +91 - 79 – 40016868, [email protected],Mob: 08484826389/09768298601/7208726400..
12.2 FOR TECHNICAL CLARIFICATIONS:
For any technical clarifications regarding this RFQ, please contact:
Shri. Hareesh.V, Asst Mgr. (Maint), BPCL – Kochi Refinery, Ambalamugal, Kochi. Tel. No. 0484 -
2822186. Email: [email protected]
12.3 FOR COMMERCIAL CLARIFICATIONS:
For any commercial clarifications regarding this RFQ, please contact:
Procurement officer-Shri. P.H.S.Mani, Manager (CPO-R) KR-Coordn, BPCL- Kochi Refinery,
Administartion office, Room No: 230A, Ambalamugal, Kochi-682302 Tel no. 0484-2821654, Mob-
09847205529 Email: [email protected]
(OR)
Shri. A.R.Menon, Senior Manager (CPO-R), BPCL - Mumbai Refinery, Mahul, Mumbai,Tel no. 022 -
25533142. Email: [email protected]
13.0 INTEGRITY PACT (IP):
13.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the PQ bid documents,
duly signed by the same signatory who is authorised to sign the bid documents. All the pages of the
Integrity Pact shall be duly signed, scanned and uploaded along with other documents. Bidder's
failure to upload the IP duly signed along with bid documents shall result in the bid not being
considered for further evaluation.
13.2 If the Bidder has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the IP, BPCL shall be entitled to demand and recover from Bidder
Liquidated Damages amount by forfeiting the EMD/ Bid Security as per provisions of IP.
13.3 If the contract has been terminated according to the provisions of the IP, or if BPCL is entitled to
terminate the contract according to the provisions of the IP, BPCL shall be entitled to demand and
recover from Contractor Liquidated Damages amount by forfeiting the Security Deposit/Performance
Bank Guarantee as per provisions of the IP.
13.4 Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor
(IEM). The IEM's name, address & contact number is given below:
Shri Brahm Dutt
1/8 Safdarjung Enclave,
New Delhi - 110 029
Mob. 09871920282
For seeking clarifications /details related to tender, the concerned BPCL official whose name and
contact number is given in the tender document should only be contacted.
14.0 GENERAL POINTS:
14.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in part or full,
without assigning any reason whatsoever. BPCL also reserves its right not to accept the lowest rates
quoted by the bidders and also to give purchase/price preference to eligible Enterprises, as
admissible under the existing policies of Government of India and to JVs/ Subsidiaries as per BPCL
guidelines.
14.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation and submission of
Bid, all activities in connection with bidding. BPCL will in no case be responsible or liable for these
costs regardless of the conduct or outcome of the bidding process. Each Bidder accept and agrees, as
a condition of submitting its Bid that it waives any and all claims against BPCL, its Co-ventures and
their affiliates, for remuneration or restitution relating to its costs and expenses in. BPCL reserves the
right to cancel the tender in part or full at any point during the tender process.
14.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine carefully all instructions,
conditions, forms and terms given in the Bidding Documents. Failure to furnish all information
required by the Bidding Document or not responsive to the requirements of the Bidding Document
will be at the Bidder's risk, and may result in rejection of the bid.
14.4 OWNER'S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves the right to reject any or all the
tenders without assigning any reasons whatsoever. Also BPCL reserves the absolute right to reject
any or all the bids/tenders solely based upon the past unsatisfactory performance by the
bidder/bidders in BPCL, the opinion/ decision of BPCL regarding the same being final and conclusive.
14.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and documents relating
to the bid, exchanged by the Bidder and BPCL, shall be written in the English language. All
information in the "Bid" shall be in English language. Information in any other language shall be
accompanied with its translation in English. Failure to comply with this condition shall disqualify a
"BID". In the event of any contradictions between meanings as derived from various languages of the
"BID", the meaning as derived from English language copy of the "BID" shall govern.
14.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any information contained in the
bid document or otherwise supplied in connection with this bid to any third party, except for the
purpose of preparing its bid and shall require any such third party to treat such information as
confidential
14.7 All changes / alterations / corrections in the BID shall be signed in full by the person or persons signing
the Bid, with date. No erasure, use of correction fluid and / or overwriting is permitted. All blank
spaces shall be filled in by typewriter /printed or in ink and inter-lineations, alterations or erasures, if
any occur, shall be formally explained over the signature of authorized representative. "Non-
compliance/ violation" of this requirement may be cause for the rejection of the Bid.
14.8 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information relating to the examination,
clarification, evaluation and comparison of bids and recommendations concerning to award of
contract shall not be disclosed to Bidders. Canvassing in any form by the Bidder or by any other
Agency on behalf of the Bidder after submission of the Bid may disqualify the said Bid. Any effort by a
Bidder to influence the owner in the process of examination, clarification, evaluation and comparison
of Bids, and in decisions concerning award of contract, may also result in the rejection of the said Bid.
14.9 WRONG INFORMATION: If the Bidder deliberately gives wrong information in his Bid to create
circumstances for the acceptance of his Bid, Owner reserves the right to reject such Bids without any
reference to the Bidder.
14.10 CLARIFICATIONS OF BIDS: In the event of finding any discrepancies in or omissions from the Bid
Documents, or should the Bidder be in doubt as to the meaning of such documents, Bidder shall
immediately notify BPCL, either by facsimile/ letter/ E mail, at the address shown above, who will
thereupon, if required, send necessary written instructions to all Bidders. Any such request shall
reach BPCL not later than seven (7) days prior to the 'closing date". As part of examination,
evaluation and comparison of Bids, the Owner may at his discretion, ask Bidders individually for
clarification or call them for discussion of their Bid. For Techno-Commercial clarifications, bidders
shall normally be given a cutoff date for furnishing clarifications. Clarifications received after the
specified cutoff date are liable not to be considered for evaluation.
Technical Query (TQ)/Commercial Query (CQ) shall be issued to bidders through E-Mail/E Tendering
platform. Reply of TQ/CQ shall also be received through E-Mail/E-Tendering platform.
14.11 SIGNING OF BID: The Bid must contain the name, designation, residence and place of business of the
person or persons submitting the Bid, and must be signed and sealed by the Bidder with his usual
signature. The names of all persons signing should also be typed or printed below their signature
Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished
with the Bid. The Bidder's name stated in the Bid shall be the EXACT LEGAL NAME OF FIRM /
COMPANY / CORPORATION, etc. as registered or incorporated
_________________________________
(For) (CPO-Refineries)
Central Procurement Organisation (Refineries),
Mumbai Refinery, Mahul, Mumbai-400 074
INDIA
Place: Mumbai
Date: 11th
April 2016
INDEX
Section No: Description
1. SCOPE OF WORK & SPECIAL CONDITIONS OF CONTRACT ALONG WITH ATTACHMENTS
2. GUIDELINES FOR SCAFFOLDING
3. PRE-QUALIFICATION CRITERIA
4. INTEGRITY PACT AGREEMENT FORMAT
5. EMD FORMAT
6. GENERAL CONDITIONS OF CONTRACT/GENERAL TERMS AND CONDITIONS
7. E-BIDDING INSTRUCTIONS
8. FORM-B ----- COMPLIANCE-DEVIATION-EXCEPTION FORM
9. PRICE BID FORMAT
10. FORM-A ----- SERVICE TAX/WCT
SECTION-1
SCOPE OF WORK & SPECIAL CONDITIONS OF CONTRACT
ALONG WITH ANNEXURES
SECTION-1: SCOPE OF WORK AND SPECIAL CONDITIONS OF
CONTRACT.
JOB DESCRIPTION : CARRYING OUT REPAIR WORKS OF FLOATING ROOF AND INTERNAL
FLOATING ROOF (IFLR) PETROLEUM STORAGE TANKS OF DIAMETER GREATER THAN 60 Mtrs AT
BPCL-KOCHI REFINERY FOR A PERIOD OF 2 YEARS
1.0 GENERAL
1.1 The special conditions of contract shall be read in conjunction with Our General Conditions of Contract,
specifications of Work, drawings and any other documents forming part of this contract wherever the context
so requires.
1.2 Notwithstanding the sub division of the document into these separate sections and volumes, every part
of each shall be deemed to be supplementary of every other part and shall be read with into the contract so
far as it may be practicable to do so.
1.3 Where any portion of the general conditions of contract is repugnant to or at variance with provisions of
the special conditions of contract, unless different intention appears, the provisions of the special conditions
of contract shall be deemed to over-ride the provision of the general conditions of contract to the extent of
such repugnance, or variations, prevail.
1.4 Wherever it is mentioned in the specifications that the contractor shall perform certain work or provide
certain facilities, it is understood that the contractor shall do at his own cost and the contract price shall be
deemed to have included cost of such performance and provisions, so mentioned.
1.5 The materials, design and workmanship shall satisfy the relevant Indian/ American Standards, the job
specifications contained herein and codes referred to. Where the job specifications stipulate requirements in
addition to those contained in the standard codes and specifications, these additional requirements shall also
be satisfied. In the absence of any standards/specifications/codes of practice for detailed specifications
covering any part of the work covered in this tender document, the instructions/directions of Engineer-in-
charge will be binding on the contractor.
1.6 In the absence of any specifications covering any material, design or works the same shall be
performed/supplied/executed in accordance with the instructions/directions of the Engineer in charge, which
will be binding on the contractor.
1.7 In case of an irreconcilable conflict between Indian standards or any other applicable standards, General
condition of contract, special condition of contract, specifications, drawings, schedule of rates, the following
shall prevail to the extent of such irreconcilable in order of precedence.
• Letter of Acceptance
• Fax/ Telegram of acceptance
• Schedule of rates as enclosure to letter of acceptance
• Drawings
• Technical/ material specifications
• Special condition of contract
• General condition of contract
• Indian & other applicable standards
2.0 CODES AND REFERENCES
The following codes in their latest edition shall form the basis for design, fabrication, inspection, testing and
acceptance of this work.
• American Petroleum Institute Standard API 650 / API 653 with applicable appendices.
• Indian Standard IS 803.
3.0 SITE DETAILS
The entire job has to be carried inside & outside various cone roof tanks inside BPCL-KR, Ambalamugal.
Contractor shall deem to have visited the site and familiarized with site conditions. Non-familiarization of site
shall not be a reason for revising the rates. The list of anticipated tanks for repairs during the contract period
is provided in Annexure-I.
4.0 SCOPE OF WORK.
The scope of work under this contract mainly consists of repair /replacement works on floating roof tanks
including the design of the new roof, shell, bottom plates, repair/modification of wind girders, tank berm
replacement, structural works inside and outside tank, external and internal shot-blasting and painting etc,
submission of Mechanical design calculations and fabrication drawings, procedure for review by BPCL-KR. The
mentioned jobs are to be carried out during decommissioning of the tank and to complete the same as per
the approved schedule and time frame.
The scope of the job under the contract shall consist of but is not limited to the following:
4.1 Plate works:
Transportation of plates from owner’s storage yard to contractor's work shop or work site, fabrication and
erection of plates on floating roofs, bottom plate, Shell, wind girder etc. for tanks, cutting to required size,
shaping, aligning, welding as per BPCL-KR approved drawings etc. The scope also involves patch repair works
on respective areas of tank as per inspection recommendations. Conducting bottom tests, roof tests as per
relevant standards & codes, supply of consumables such as gases, welding electrodes and providing all
equipment’s machinery, lifting and erection tools and tackles, providing all temporary structures, clamps and
wedges etc., preparation of drawings and getting approval from BPCL-KR and all labor for completing the
work as per drawings, specifications and instructions of the owner's Engineer-in-charge.
The scope also involves dismantling of existing plates from tank including bottom plate, shell plate and roof
plate and disposal of the same as per the direction of Engineer-in-charge.
4.2 Civil Works:
The scope involves carrying out various civil works for satisfactory completion of tank repair works. The tanks
in KR may or may not be provided with bitumen carpeting under bottom plate. The bidder may be required
to excavate for removal of excess earth from beneath tank bottom to facilitate bitumen carpeting of required
thickness as per the site conditions along with bottom plate replacement.
The scope also involves carrying out various other civil works in and around tank as per the requirement of
BPCL-KR. The scope envisages following activities:
- Providing/repair of tank berm
-Earth work excavation for removal of excess earth for berm/carpeting.
- Earth work excavation works for providing new foundations and other misc. civil works
-Sand Filling
The above mentioned jobs are to be carried out along with other repair works of the tank and to complete
the same as per the approved schedule and time frame.
4.3 Piping Works
The scope of work involves carrying out various piping works inside and outside tank during the tank repair
works. The scope envisages following activities:
- Dismantling of piping inside and outside tank.
- Dismantling of all pipings in and around tank excluding foam and cooling water line works. The bidder to
take necessary measurement and drawings to be furnished.
-Providing new Non IBR CS piping works
This item is for carrying out misc. piping works in and around tank during the tank decommissioning works.
The scope also includes fabrication of new roof drain piping/ modification of existing roof drain to facilitate
one to one replacement of roof drain system. The required pipes, flanges and fittings for this job shall be
supplied by bidder.
-Replacement/providing new tank shell nozzles
The scope envisages providing new nozzles for tanks as per the requirement and instruction of engineer-in-
charge. The bidder to prepare detailed drawings for the job and submit the same for BPCL-KR for approval.
The required pipes, flanges and plates for the job shall be supplied by bidder. Reinforcement pads if any shall
be supplied by BPCL-KR.
-Replacement of gauge well/still well/thermo well pipes
The scope envisages replacement of gauge well, still well and thermo well pipes for the tanks as per the
requirement. The pipes, flanges for the same shall be supplied by Bidder. The pipes supplied shall conform to
IS hot dipped galvanized, min 7 mm thickness
-Hydro-test of various piping works
The scope envisages hydro testing of piping if required for all process and roof drain piping system after
repair/modification.
4.4 Structural Works:
The scope involves carrying out various structural works inside and outside tank during repair works. The
scope envisages following activities:
-Dismantling and erection of existing structural for repair
-Fabrication and erection of new structural
-Fabrication and erection of new galvanized gratings
4.5 Miscellaneous Works:
The scope involves various other miscellaneous repair/replacement works inside and outside tank as per the
requirement. The scope envisages following activities:
-Marking, welding and testing of Submerge Shunts
-Dismantling and Re-erection of rim seal fire protection system
-Supply, Testing and Erection of Swivel joints
-Fabrication, Erection of Bypass conductor cleats
-Servicing of roof rolling ladder and wheel
- Replacement/servicing of floating suction mechanism
-Servicing of swivel joints of floating suction
-Supply, fabrication and erection of roof legs and sleeves
- Dismantling and erection of various valves
-Shielding at the locations instructed by Engineer I/C
-Servicing/replacement of gauge hatch
-FRP application as per the instructions of Engineer I/C
-New foam seal erection
-Weld repair works on all areas of the tank
-Hydro-test of tanks after repair
-Calibration of tanks
-Cone penetration test for accessing soil bearing capacity of tank bottom
-NDT test like diesel chalk test, dye penetrant test, radiography test etc. of existing joints for finalizing repair
requirement.
The above mentioned works are to be carried out based on the requirement and recommendations on each
tank.
Tests conducted by contractor as per the instruction of engineer in charge for any inspection requirement at
a location where the contractor has not done any repairs/modifications/alterations/temporary arrangements
for facilitating other works will be considered as a separate activity
4.6 Painting works:
This scope defines the requirements for surface preparation, supply and application of paints for external &
internal protection of storage tanks. The contractor is fully responsible for carrying out all the necessary
painting on external and internal surfaces as per the tender requirement. He should maintain the
environmental conditions during painting as per document no AE-S-5431, rev 0; even by artificial methods, if
required.
Extend of work:
The following surfaces and materials shall be shot blasted and field painted as per specification
1. Tank roof top surface
2. Tank roof underside
3. Tank shell internal and external surface
4. Tank bottom plate top and under side
5. Tank roof inside pontoon
6. Minor piping works on tank
Surface preparation:
The surfaces shall be blast cleaned using one of the abrasives: copper slag, Chilled cast iron or malleable iron
and steel at pressure of 7 kg/cm2 at appropriate distance and angle depending of nozzle size maintaining
constant velocity and pressure. Chilled cast iron, malleable iron and steel shall be in the form of shot or grit of
size suitable to achieve the minimum surface preparation to SA2.5(Near white metal - Blast cleaning to near
white metal cleanliness, until at least 95% of each element of surface area is free of all visible residues with
desired surface profile). When steel shot is used, it shall be used together with steel grit. The shot content of
such a mix shall not exceed 67 %.Compressed air shall be free from moisture and oil. Adequate separators
and traps shall be provided, installed in the coolest part of the system. The presence of oil and water shall be
determined at least two (2) times per eight hours and following every compressor start-up. The air discharge
temperature shall not exceed 100 °C. The blasting nozzles should be venturi style with tungsten carbide or
boron carbide as the materials for liners. Blasting nozzles shall be replaced when the specified minimum blast
pressure, surface cleanliness and surface roughness can no longer be achieved. Blasting equipment and the
equipment being blasted shall be properly earthed to prevent the occurrence of electrostatic discharges. On
Completion of blasting operation, the blasted surface shall be clean and free from any scale or rust and must
show a grey white metallic luster. Primer or first coat of paint shall be applied within 4 hours of surface
preparation the same day or as per the time frame stipulated in the technical data sheet of the paint,
whichever is earlier. Blast cleaning shall not be done outdoors in bad weather without adequate protection
or when there is dew on the metal, which is to be cleaned. Surface profile shall be uniform to provide good
key to the paint adhesion. If possible vacuum collector shall be installed for collecting the abrasives for
recycling. Recycled shot shall be used only after ensuring that it is clean enough to provide the minimum
surface preparation mentioned above. When working in confined spaces, adequate ventilation and
intrinsically safe lighting shall be used. As a minimum, ventilation shall ensure sufficient air changes such that
the threshold limit value (TLV) of the various coating materials in use shall not be exceeded.
Access for coating work should be constructed so as to provide easy and sufficient access for surface
preparation, painting and inspection of all surfaces. Scaffolding shall be laid as per ROS 20. All edges shall be
ground to a minimum radius of 3.2 mm. Flame cut areas and weld spatter shall have been ground flush. All
rough welds shall be ground to remove sharp edges and other such irregularities. The amount of grinding
performed shall be judicious and performed only to the extent necessary to prepare the weld surface and
surrounding metal surfaces in accordance with the specification. Over grinding, which would result in
decreasing the wall thickness or the integrity of the weld beyond the limitations imposed by good welding
practices, applicable welding codes, or tank or vessel ratings, shall be avoided. All weld spatter and arc strikes
must be removed. (Refer NACE SP 0178). Salt contamination shall be removed by appropriate method.
Blast cleaned steel surfaces shall not be touched by bare hands
If the surface being cleaned is adjacent to a coated surface, the blast cleaning shall cut in to the coated
surface by at least 50 mm. The edges of the existing coating system shall be feathered. The remainder of the
existing coated surface shall be properly protected with shields or screens to prevent any over blast damage.
The surface roughness profile for carbon steel and low alloy steels to be coated shall be in accordance with
the written recommendations of the paint Manufacturer.
Where pitting corrosion has occurred, pressure water/steam washing with fresh water shall be performed
after the initial abrasive blasting. The surface shall be left for approximately 30 min before re-blasting and
priming. Should "rust-back" or black-spotting occur, pressure washing shall be repeated to remove the
residual salts
Mixing and thinning:
All paint spraying equipment, including mixers, shall be thoroughly cleaned before mixing of new materials.
All coating materials shall be mixed and thoroughly stirred in accordance with the instructions of the paint
Manufacturer. Sufficient agitation to maintain good mixing shall be applied until the product is used. If air is
entrapped in the product during mixing/stirring, sufficient time should be allowed for the air bubbles to
escape before application. Only thinners specified by the paint Manufacturer shall be used.
Application of paint/primer:
Blast cleaned surface shall be coated with one complete application of primer as soon as practicable but in no
case later than 4 hrs. the same day or as per the time frame stipulated in the technical data sheet of the
paint, whichever is earlier.
To the maximum extent practicable, each coat of material shall be applied as a continuous film uniform
thickness free of porous. Any spots or areas missed in application shall be recoated and permitted to dry
before the next coat is applied. Applied paint should have the desired wet film thickness.
No coat shall be applied until the preceding coat has dried and cured as recommended by Paint
Manufacturer. Next coat shall be applied within the time stipulated by the paint manufacturer. Before over
coating, over-runs, drips and smears shall be removed and any coating damage or imperfection shall be
repaired. The material shall be considered dry for re-coating when another coat can be applied without the
development of any film irregularities such as lifting or loss of adhesion of undercoats. Drying time of the
applied coat should not exceed maximum specified for it as a first coat; if it exceeds the paint material has
possibly deteriorated or mixing is faulty.
No paint shall be force dried under conditions, which will cause checking, wrinkling, blistering formation of
pores, or detrimentally affect the conditions of the paint. No drier shall be added to paint on the job unless
specifically called for in the manufacturer's specification for the paint. Paint shall be protected from rain,
condensation and contamination until dry.
All paints and painting materials shall be stored only in rooms to be arranged by contractor and approved by
Engineer-in-charge for the purpose. All necessary precautions shall be taken to prevent fire. Surface
preparation and paint application shall be done in presence of Manufacturer's representative.
Manufacturer's representative shall have necessary certification from agency like NACE to supervise and
ensure the quality of paint applied. All personnel shall be provided with personnel protection, e.g. protective
clothing, safety glasses, safety shoes, hard hats, goggles, respirators, earplugs, fresh air-fed hood and any
other necessary safety equipment. All safety equipment shall be maintained in a good working condition.
Warning signs shall be prominently displayed at all access points to areas where abrasive blasting and
painting is in progress.
To prevent dust and abrasive contamination, blast cleaning shall not be carried out adjacent to painting
operations or wet (painted) surfaces
The Contractor shall protect all equipment, structures and any other areas from mechanical damage,
environmental damage, blockage or obstruction and damage caused by over blasting, dripping paint, paint
splashes and overspray.
To minimize the risk of damage, no lifting, transportation, erection or fabrication operations shall be done
before the paint has been fully dried and/or cured.
Abrasive blast cleaning and coating operations should be carried out during daylight hours. However, grit
blasting and coating may be carried out at night providing the lighting and environmental conditions are
acceptable. Minimum lighting requirements for abrasive blasting, painting and inspection are 500 lux.
No coating work shall be carried out when the temperature of the surfaces is less than 3 °C above dew point
or the relative humidity of the air is greater than 85 % or the air or substrate temperature is below 5 °C. For
maintenance painting a maximum relative humidity of 90 % may be acceptable, in which case coating work
should proceed within 2 hours of surface preparation. Coatings shall not be applied to surfaces exceeding a
substrate temperature of 40 °C.
For internal tank coatings and the external coatings of buried or immersed equipment and structures, pinhole
testing for electrically non-conductive coatings shall be carried out in accordance with NACE SP0188. The high
voltage technique shall be used; nominally set at 5 V/based on DFT, or as agreed with the paint Manufacturer
but not exceeding 25 kV in total. For coating thickness < 500 ì DFT, the low voltage wet sponge technique
shall be used.
Spray application:
Spraying is the required method of application. The painting Contractor shall supply the required range of
spray tips, sizes and fan angles for the work being undertaken. The spray pressure shall be uniform and the
spray pattern smooth.
Brush application:
Brush application may be done for Maintenance operations, In those cases where spray application may
affect other plant, equipment, property or personnel in or near the work site, Where the coating product is
specified as only being suitable for brush application. Manufacturer shall confirm in writing that paint is
suitable for brush application and will able to meet the guarantee period. Brush application shall be done
only with concurrence of Engineer in charge. Coatings applied by brush shall be smooth and even
Roller application:
Roller application shall only be allowed for steel floors and for panels and equipment inside climate
controlled areas. Rollers shall be of good quality to ensure uniformity of the applied coating.
Stripe coat:
Before spray application of each coat, irregular surfaces such as sharp edges, welds, small brackets,
interstices etc. shall be stripe-coated, usually by brush, to ensure the specified film thickness is provided..
Repair of coating defects:
Damaged areas, defects in the coating system such as over-runs, drips and smears that have to be removed
or areas with inadequate dry film coating thickness shall be re-cleaned. The re-cleaning shall carry over on to
the sound coating for not less than 50 mm all round, the edges of which shall be feathered. After the surface
cleaning the specified coating system shall be re-applied. Any additional coats shall blend in with the final
coating at adjoining areas. Paint Manufacturers shall be consulted if the existing coating requires abrading
before over-coating to obtain good bonding.
Inspection and testing:
All painting materials including primers and thinners brought to site by contractor for application shall be
procured directly from manufactures as per specifications and shall be accompanied by manufacturer's test
certificates. Paint formulations without certificates are not acceptable. Coating materials shall be supplied to
the work site in their original unopened containers bearing the paint Manufacturer's label and instructions.
Coating materials shall be stored in accordance with the paint Manufacturer's requirements. No material
shall have been in stock for more than 12 months. Coating materials exceeding these requirements shall not
be used unless subject to re-inspection and written approval by the paint Manufacturer. Coating materials
that have gelled or otherwise deteriorated during storage shall not be used.
Different brands or types of paints shall not be inter-mixed. Each layer of the paint system shall have a visible
difference in color. However, a compatible colored undercoat may be used to achieve coverage of the top
coats containing organic pigments.
The painting work shall be subject to inspection by Engineer-In-Charge at all times. In particular, following
stage-wise inspection will be performed and contractor shall offer the work for inspection and approval of
every stage before proceeding with the next stage. The record of inspection shall be maintained in the
registers. Stages of inspection are as follows:
(a) Surface preparation
(b) Primer application
(c) Each coat of paint
Any defect noticed during the various stages of inspection shall be rectified by the contractor to the entire
satisfaction of Engineer-In-Charge before proceeding further. Irrespective of the inspection, repair and
approval at intermediate stages of work, contractor shall be responsible for making good any defects found
during final inspection / guarantee period / defect liability period as defined in general condition of contract.
Dry film thickness (DFT) shall be checked and recorded after application of each coat and extra coat of paint
should be applied to make-up the DFT specified without any extra cost to owner.
The contractor shall provide standard thickness measurement instrument with appropriate range(s) for
measuring Dry film thickness of each coat, holiday detectors and pinhole detector whenever required for
checking holidays.
Final inspection shall include measurement of paint dry film thickness, Adhesion, Holiday detection check of
finish and workmanship. The thickness should be measured at as many points/ locations as decided by
Engineer-In-Charge and shall be within +10% of the dry film thickness, specified in the specifications.
The contractor shall guarantee the chemical and physical properties of paint materials used. The contractor
shall produce test reports from manufacturer regarding the quality of the particular batch of paint supplied.
Guarantee of painting shall be as mentioned document AE-S 5431 rev 0. Stenciling of date of internal
painting, date of external painting and contractors name on tank shell shall be carried out by the contractor.
5.0 QUALITY ASSURANCE SYSTEM:
Tenderer shall include in his offer the Quality Assurance Program containing the overall quality management
and procedures which is required to be adhered to during the execution of contract. After the award of the
contract, detailed quality assurance program to be followed for the execution of contract under various
divisions of works will be mutually discussed and agreed to. The contractor shall establish document and
maintain an effective quality assurance system as outlined in recognized codes.
Quality Assurance System plans/procedures of the contractor shall be furnished in the form of a QA manual.
This document should cover details of the personnel responsible for the quality assurance, plans or
procedures to be followed for quality control in respect of design, engineering, procurement, supply,
installation, testing and commissioning. The quality assurance systems should indicate organizational
approach for quality control and quality assurance of the construction activities, at all stages of work at site
as well as at manufacturer's works and dispatch of materials.
The owner or their representative shall reserve the right to inspect/witness; review any or all stages of work
at shop/site as deemed necessary for quality assurance.
The contractor has to ensure the deployment of quality assurance and quality control engineers depending
upon the quantum of work. This QA/QC group shall be fully responsible to carry out the work as per
standards and all code requirements. In case Engineer-in-charge feels that contractor's QA/QC engineers are
incompetent or insufficient, contractor has to deploy other experienced engineers as per site requirement
and to the full satisfaction of Engineer-in-charge.
The contractor shall adhere to the quality assurance system as per BPCL-KR specifications.
5.1 Inspection/testing/quality assurance plan
The testing of all weld joints are to be carried out by the Contractor like radiography, D.P test, diesel
penetration test, air test, vacuum box etc. as per the code requirement and as directed by Engineer-in-
charge. Quality assurance plan for the tank works is per the attached document.
5.2 Quality plans:
Contractor shall list all the major activities in their area/ scope and prepare the quality plan accordingly.
5.3 Inspection and test plan (ITP) for detailed activity of the job
Contractor shall develop ITP's for job activities in his scope.
The contractor shall obtain approval of his detailed quality assurance program and quality plans for all woks
under his scope. This quality program is tailored system which contractor shall be using for the job giving
details of JOB PROCEDURES and construction technologies for all major activities
5.4 Test and Inspection
The contractor shall carry out the various tests as enumerated in the technical specifications of the tender
and the technical documents that will be furnished to him during the performance of the work.
All tests, either in field or at outside laboratories concerning the execution of the work and supply of
materials by the contractor shall be carried out by the contractor at his own cost.
The contractor shall carry out all necessary arrangement to clean the weld joints of the roof/shell etc. for
inspection while hydro testing the tank, to the satisfaction of Engineer-in-charge.
The work is subject to inspection at all times by the Owner's Engineer or his authorized representative. The
contractor shall carry out all the instructions given during the inspection and shall ensure that the work is
being carried out according to the technical specifications of this tender, the technical documents that will be
furnished to him during the performance of the work and the relevant codes (latest) of practice.
The contractor shall provide for purposes of inspection access ladders, lighting and necessary instruments at
his own cost.
All results of inspection and tests shall be recorded in the Inspection Reports, proforma of which will be given
by the Owner's Engineer. These shall be submitted along with the completion document.
Inspection and acceptance of the work shall not relieve the contractor from any of his responsibilities under
this contract.
5.5 Electrodes and Welding Wires
All electrodes shall be stored in a dry place and retained in their sealed packages. Basic or low hydrogen
electrodes are to be used when the plate thickness is 0.5 inch or more including attachment of such shell
courses to bottom or annular plates. Baking and retaining of low hydrogen electrodes shall be strictly
adhered to manufacture’s recommendations.
Electrodes for various plates’ material shall be as follows:
IS 2062 >= 12 mm = E7018
IS 2062 < 12 mm = E6013
5.6 WELDER QUALIFICATION
All welding of tank plates, steel framing, structural attachments and mountings done in the field shall be
carried out by qualified welders. The welders employed shall satisfactorily pass welding tests as prescribed
by the BPCL Inspection. The testing shall be conducted in the way as specified in the relevant standards.
Contractor shall make all the arrangements for such tests at his own costs in the presence of BPCL Engineer-
in-charge. Only those welders qualified and certified by BPCL Inspector shall be allowed to carry out the
welding jobs. Each approved welder shall be issued an identify card, which will be required to be carried
while working and produced on demand by any BPCL-KR representative. He will be allocated an
identification number which he shall stamp/mark by the side of each of the joints welded.
BPCL shall monitor on continuous basis the performance of each welder employed. Such welders as
evaluated below the standard shall be debarred from further welding and required to be re-qualified.
5.7 Final Inspection
After completion of all tests as per specification, the whole work will be subject to final inspection to ensure
the job has been completed as per requirement. If any defects noticed in the work, which are attributable to
contractor, these shall be attended by the contractor at his own cost and risk as and when these are brought
to his notice by the owner. The owner shall have the right to have these defects rectified at the risk and cost
of the contractor, if he fails to attend to these defects immediately.
When these works are carried out at the risk and cost of the contractor, the Engineer-in-charge would
recover the actual cost incurred towards labour, supervisors and material, consumables or otherwise, plus
overheads based on actual work done from any pending bill of the contractor or the security deposit.
6.0 SCAFFOLDING SPECIFICATION:
The bidder has to arrange for necessary scaffoldings for the job as per the requirement and job nature. The
scaffolding erected during the job shall meet all the required conditions as per the Refinery Operating System
(ROS 20) as attached (Section-2). All completed scaffolding shall have fit for use display boards and
scaffolding check list displayed
7.0 BPCL-KR's SCOPE OF SUPPLY:
The following materials will be supplied by BPCL-KR, free of cost from the owner's storage point. Contractor
shall have a proper accounting of the materials issued.
1) Steel plates for all plate works
2) Bitumen for tank berm repair and bottom carpeting
3) Valves
4) Submerged Shunt assembly
Contractor shall plan and inform BPCL-KR well in advance about the requirement of materials which are in
BPCL-KR's scope of supply.
BPCL may provide cranes for erection work subject to availability with fuel and operator. The prevailing crane
hire charges on garage to garage basis at the time of requirement will be applicable. Crane and other
equipment hire charges are provided in Annexure-II.
8.0 CONTRACTOR'S SCOPE OF SUPPLY:
The procurement and supply in sequence and at the appropriate time of all materials and consumable
required for the completion of the tank as per drawings and specifications, even though it is not covered in
the below supply list, except for the materials specifically enlisted under Owner's scope of supply at above,
shall be entirely the Contractor's responsibility and his rates for execution of this contract shall be inclusive of
all these items. These items are as follows but not limited to them.
-Hot dipped galvanized gauge well pipe, flanges as per specification
-All structural steel (galvanized and non-galvanized) in various forms, earthling lugs, gratings for stairways
and platforms, etc. all structural required for hand rails etc. Complete
-Swivel Joint as per Specification
-Sand, bricks, cement etc. for all civil works.
-All consumable such as oxygen, acetylene, electrodes, and filler wires etc.
- Approved primer and Finish paints and all other materials required for carrying out shot blasting and
painting
-Blind flanges, plugs, nipples, pipes, bolts, nuts, and metallic gaskets, vacuum box, vacuum/pressure gauges,
etc. required for testing.
- Construction equipment, cables, distribution panels for taking power connection, tools and tackles, all PPE's
(Personnel Protective Equipment’s) required for the work.
For all materials in the scope of contractor, MDF, relevant material test certificate shall be submitted to BPCL-
KR. Any other material not specifically mentioned in BPCL-KR's scope of supply, but required for completion
of the job. All the materials have to be procured from BPCL approved vendors. Approved vendors for vendor
supplied items and approved welding electrodes are as attached in Annexure-III.
9.0 PRE-QUALIFICATION CRITERIA:
Agencies intending to participate shall fulfill the technical and Financial Pre- qualification criteria as provided
in the Pre-Qualification section of the tender document
10.0 FACILITIES PROVIDED BY OWNER:
Three phase 415V, 50Hz power supply for construction shall be made available at the nearest point from the
work site free of cost. The Contractor has to make necessary arrangements for cabling, distribution boards
etc. to the required points near the tank and for further distribution at works through licensed electrical
contractors and should get approval from the concerned authorities to utilize the power supply as per
prevailing practices, at his own cost.
Water required for construction will be available near the site. Temporary pipe connections with separate
valve and taps have to be provided by the contractor at his own cost.
11.0 SITE CLEANING:
The contractor shall clean and keep clean the work site from time to time to the satisfaction of the Engineer-
in-charge for easy access to work site and to ensure safe passage, movement and working. If the work
involves dismantling of any existing structure in whole or part, care shall be taken to limit the dismantling up
to the exact point and/or lines as directed by the Engineer-in-charge and any damage caused to the existing
structure beyond the said line or point shall be repaired and restored to the original condition at the
contractor's cost and risks to the satisfaction of the Engineer-in-charge, whose decision shall be final and
binding upon the contractor. The contractor shall be the custodian of the dismantled materials till the
Engineer-in-charge takes charge thereof. The contractor shall dispose off the unserviceable materials, debris
etc. to any area within refinery premises as decided by the Engineer-in-charge. The contractor shall sort out,
clear and stack the serviceable materials obtained from the dismantling/renewal at places as directed by the
Engineer-in-charge. No extra payment shall be paid on this account.
12.0 PROTECTION OF EXISTING FACILITIES:
Contractor shall obtain all safety clearance (viz. excavation, hot/cold work permit) from the owner prior to
starting of the work. Work without safety permit shall not be carried out within the existing refinery. Safety
permit and refinery's fire service facility shall be provided on daily allocation basis upon application, if found
necessary by the Engineer in charge. In vulnerable locations inside the refinery, owner's fire services shall be
provided on prior intimation in writing. Contractor shall obtain plans and full details of all existing and
planned underground services from the relevant dept. of owner and shall follow these plans closely at all
times during the performance of work. Contractor shall be responsible for location and protection of all
underground lines and structures at his own cost. Despite all precautions, should any damage to any
structure/utility etc. occur, the owner/authority concerned shall be contacted by the contractor and repair
shall forthwith be carried out by contractor at his expenses under the direction and to the satisfaction of
Engineer-in-charge and the concerned owner/authority. Contractor shall take all precautions to ensure that
no damage is caused to the existing pipelines during construction. Valve cabin of existing pipelines, other
existing structures, existing stone pitching and other stabilization measures, if any damaged
damaged/disturbed during construction shall be repaired and restored to their original condition by
contractor after completion of construction to the complete satisfaction of owner at no extra cost to the
owner. Contractor shall in consultation with owner and the concerned authorities, take adequate measures
for strengthening the existing electric poles, telephone poles etc. in the proximity of the facilities at no extra
cost to the owner.
Contractor shall take adequate protective measures to prevent damage to these facilities during
construction. Contractor shall have to adopt such method of construction as will be suitable for working in
these areas using the limited space available and without causing any damage to these facilities. Contractor
shall be deemed to have taken cognizance of all such constrains, etc. while working in this area and
contractor shall not be entitled to claim any extra at a later stage.
13.0 MEASUREMENT OF WORKS:
Measurement will be taken by the contractor in the presence of Owner's Engineer or his representative.
Payments will be made on these measurements. Weights will be measured in metric tons corrected to the
nearest kilogram and will be calculated as finished weight based on the execution drawing. All other
measurements will be as per actual work executed at site. The weld metal weight will not be taken into
consideration for calculation of weight. Linear measurements will be in Meters corrected to the nearest
centimeter. In the case of any auxiliaries like nozzles etc., the applicable rate shall be rate for plate work.
14.0 CO-ORDINATION WITH OTHER AGENCIES:
The work shall be carried out in such manner that the work of other agencies operating at the site is not
hampered due to any action of the contractor. The contractor will be responsible for ensuring proper co-
ordination with other agencies. In the event of any dispute between the contractor and any other agency
employed at the job site arising out of or related to the performance of the work, the decision of the
Engineer-in-charge shall be final and binding on the contractor.
15.0 GENERAL CONDITIONS:
15.1. The successful bidder have to co-ordinate his activities with other contractors, if any working on the
same tank.
15.2. Relevant drawings / layouts of roof / bottom plate etc. as per availability of Plate in the Refinery
warehouse / within the refinery premises shall be prepared by the contractor and to be submitted for
approval for inspection/ engineer-in-charge prior to executing the replacement jobs and also to be submitted
as built drawing after completion of the job.
15.3. Complete the entire work within the stipulated time. Keeping up the time schedule is vital factor on all
tank repair jobs. Resources shall be mobilized accordingly in order to complete the job as per schedule. If
required by Engineer- in-charge, you will have to work on extended hours / round the clock basis on normal
days and on Sundays/Holidays also to complete the job as per schedule given by and at the discretion of the
Engineer-in-Charge. No additional payment would be made for working beyond normal working hours. Also
contractor has to forward their bar charts covering all the activities and get it approved by the Engineer-in-
Charge.
15.4. During the progress of each job, the site should be kept clean and all equipment/material/debris etc.
shall be properly kept only at locations shown by BPCL. Metal scrap to be sent / deposited to scrap yard
(Warehouse).
15.5. Tank plates are to be shot-blasted as per instruction of the Engineer in charge / BPCL Insp. Dept.
15.6. Bills will be paid on the basis of actual work done on due certification by BPCL Engineer.
15.7. Any defect arising out of poor workmanship / defective material supplied by contractor shall be made
good by contractor free of cost.
15.8. The bidder shall provide necessary assistance to our Inspection Dept. /outside agency deputed for
carrying out inspection at different stages of work. All welding jobs will be subjected to D.P. test /
radiography / hydro test etc. as decided by our Inspection personnel.
15.9. The bidder shall abide by the conditions given in General Terms & conditions attached.
15.10. Steel Scaffolding wherever required for all jobs shall be done by the contractor as per instructions
from site in charge.
15.11. No extra claim shall be made by the contractor on account of unforeseen, unavoidable time lapse due
to process, safety and administrative reasons.
15.12. You shall supply all labor, supervision, equipment, transport, and materials as per scope of supply.
15.13. Any damage done to the BPCL property shall be made good by contractor at contractor cost.
15.14. Contractor to quote as per attached item rates.
15.15. Contractor shall procure all the material required for the job only on the basis of actual site conditions
or physical measurements. BPCL will not entertain any claims regarding surplus or shortfall of material.
15.16. Welding electrodes shall be purchased from BPCL approved parties and relevant certificates to be
submitted.
15.17. Transportation of materials to be shot blasted to and from the site will be arranged by contractor.
15.18. Paints shall be procured from BPCL approved parties. Paints shall be approved by BPCL Inspection.
Required certificates to be provided as per direction of engineer in charge.
15.19. All contractor employees including supervisors have to undergo safety training in BPCL failing which
they will not be accepted as supervisors irrespective of their academic qualifications and work experience. All
safety precautions as per permit conditions and as per instructions from site in charge shall be abided by the
contractor.
15.20. Maintain registers showing workforce employed category wise on daily basis at each work place,
material receipt, quantity used, and also for material used and brought inside the refinery for use.
15.21. All cranes, lifting tools and tackles should have approved certificate & copy of all such certificates to be
submitted to BPCL on request.
15.22. Necessary arrangement of exhaust fans for ventilation suitable to the need shall be arranged by
contractor at his cost. The arrangement shall be approved by BPCL.
15.23. The estimated quantities as per the schedule of rates are approximate.
16.0 SCRAP AND EXCESS MATERIAL:
All off cuts and unused plates/pipes shall be the property of the Owner. The contractor, on completion of the
job, shall promptly return the same at his own cost to the Owner's stores/storage area. The contractor shall
make his own arrangements to weigh the scrap and to measure the pipe lengths to be returned to the
Owner's stores. Non-recoverable scrap shall not exceed 0.5% of the erected weight/length. All scrap/off cuts
excluding non-recoverable scrap shall be returned to the Owner. In case of plates/piping, the salvageable
scrap shall be 3% of erected weight/length (excluding the non-recoverable scrap of 0.5%) and pipes of
lengths 2m and above and in undamaged condition and cut plates of size minimum 1 m2 and 200 mm width
will be accepted by the owner as serviceable material and other smaller length pipes/plates will be
considered as scrap. Accountable scrap for plates used for roof/bottom repair shall be based on cutting
diagram certified by the Engineer-in-charge. Recovery for the following types of
consumption/overconsumption shall be effected at twice the cost of plates/pipes.
a) Non-recoverable wastage beyond 0.5%.
b) Any off-cuts not returned to the Owner.
c) Any new plates/pipes issued to the contractor and used by him in place of plates/pipes damaged due to his
fault. The cost of plates/pipes for the above purpose shall be fixed by BPCL-KR from time to time based on
market price and related overheads.
d) Accountable scrap beyond the certified quantity as mentioned above.
The contractor shall submit every month, an account for all the materials issued to him by the Owner in the
proforma prescribed by the Owner
17.0 WATER FILLING AND WASTE WATER DISPOSAL:
Detailed program shall be drawn up in consultation with Owner's Engineer for filling and wastewater disposal
taking into account tank completion date and necessary time for consolidation of tank foundation. Necessary
piping, pumps etc. as required shall be provided by the Contractor. The final safe disposal of the water after
the hydro testing shall be the contractor's responsibility. Suitable drains shall be provided as directed by the
Owner's Engineer-in-charge.
After the hydro test is completed, inside of the tank shall be thoroughly dewatered and cleaned to the
satisfaction of Owner's Engineer.
18.0 COMPLETION DOCUMENT:
Following documents will also be deemed to form the completion document:
i) Technical documents according to which the work was carried out
ii) Four sets of construction drawing showing therein the execution of the work duly approved by the
Engineer-in-charge and one set of reproducible in 75 micron tracing film. All the drawings shall be of standard
size. The contractor has to supply all the drawings in Compact Disc.
iii) Certificates of tests performed for various works such as bottom, shell and roof tests and radiographs of
welds.
iv) Material appropriation statement.
19.0 TEMPORARY WORKS:
All temporary and ancillary works connected with the assembly and erection of the above equipment e.g.,
traffic diversions making temporary foundations, anchor blocks levelling and dressing the storage/assembly
yard etc. shall be the responsibility of the bidders and the price quoted for erection shall be deemed to have
included the cost of such works. After the erection is completed, the dismantling of temporary works as well
as restoration of all temporary diversions to their original shape shall be done by the bidder at no extra cost
to BPCL-KR.
20.0 STORAGE OF MATERIALS & CONSTRUCTION SHED:
The contractor had to find a suitable place for storage of all types of materials; working place and storing
place for steel, cement and for site shed. The same has to been approved and numbered through our safety
section to meet the safety requirements.
21.0 SAFETY:
A safety Officer/Engineer should be appointed for this job. All supervisors should attend the fire & safety
training program arranged by BPCL-KR and only such personnel shall be provided with supervisory passes.
The contractor has to provide the following personal protective equipment’s to their employees:
a) Safety helmets & shoes- to all persons engaged in construction works and engaged in work in the process
area.
b) Safety belts - to all persons working at height.
c) Welders PPE's like goggles, welder's gloves, shoes and face shields - to all welders engaged in cutting and
welding
d) All the gas cutting sets to be fixed with flash back arrestors
e) Goggles and hand gloves - to all persons engaged in chipping, grinding etc.
f) Persons working at height of greater than 3 Meters shall wear safety belt and have lifeline.
g) Other safety gadgets like safety nets etc.,
If loss of any kind occur due to negligence on the side of the contractor, the contractor alone shall be
responsible for the same and BPCL-KR in no way is responsible.
First-aid kits must be available at the work spot/site office and the same shall be replenished from time to
time. Safety requirements as per GCC & as issued from time to time shall be complied with.
Flame Arrestor
All vehicles entering into BPCL-KR premises shall have to be fitted with CCI approved flame arrestors at the
contractor's expense.
The contractor's supervisors should undergo safety training conducted by BPCL-KR at least once.
The contractor should make distribution arrangement for clear drinking water outlets and toilet facilities at
the site to their workers.
The contractor should maintain a safety register in which all safety details, details of any accident/incident,
any other observations of the engineer in charge shall be recorded by the contractor.
BPCL-KR's safety trained workmen/ Supervisors only are permitted to work inside.
Contract Safety Management
The Contractor should strictly comply with contract safety management system (8 pages) which enclosed as
annexure to it. The contractor should sign on all the pages in token of acceptance of the same.
22.0 PERMIT SYSTEM:
The contractor has to take hot work permit & cold work permit before the commencement of job. All earth
work excavation shall be covered by earth work permit. The permit shall be always available at site and is the
responsibility of the contractor to strictly comply with the conditions, rules and regulations of permit. The hot
work permit will be restricted to day light hours only.
There could be frequent withdrawal of permit due to safety reasons. Contractor shall not be liable for any
compensation on account of withdrawal of permit due to safety/operational reasons.
Any damages caused to underground piping / cables etc shall be repaired by the contractor at his own cost or
else suitable recovery shall be made from contractor's bill towards rectification charges by BPCL-KR.
23.0 ABNORMAL RATES:
The contractor is expected to quote rates for each item after careful analysis of cost involved for the
performance of the completed item considering all specifications and conditions of contract. This wil l avoid
loss of profit or gain in case of curtailment or changes of specifications for any item. In case it is noticed that
the rates quoted by the tenderer for any item are unusually high or usually low, the owner is convinced about
the reasonablity of the overall tender after the scrutiny of the analysis for such rates to be furnished by the
contractor on demand.
24.0 INSURANCE:
The contractor shall take adequate insurance coverage at his cost for his properties etc. used in the work
against all risks and the owner shall not anyway be liable for the damage or loss caused to such properties
etc. due to whatever cause.
25.0 TEST GAUGES & MEASURING TAPES:
All pressure, measuring tapes for calibration and vacuum gauges shall be calibrated and calibration
certificates shall be available for verification before their use on tests.
26.0 GUARANTEE:
All the works executed, material supplied, equipment shall be guaranteed in accordance with conditions
given in the general/special conditions of contract. Painting guarantee shall be as per document No AE-S-
5431, Rev 0. Any part of the tank found defective during tests, after installation or during operation and not
having been submitted to faulty operation or incorrect service conditions, shall be promptly replaced and re-
assembled by the contractor at his own cost.
27.0 SECURITY & ESI P/F REGULATIONS:
The CONTRACTOR shall abide by all Security & ESI/ PF rules/ regulations & guidelines in vogue at BPCL Kochi
Refinery. All staff employed by the CONTRACTOR shall have valid Police Clearance Certificates (PCC) for
getting permission to work inside BPCL Kochi Refinery. CONTRACTOR shall ensure that all his workmen and
supervisors employed for the job have undergone safety training being imparted by BPCL (KR). Gate Entry
passes shall be issued by BPCL based on the information provided by the CONTRACTOR, however it shall be
the CONTRACTOR’s responsibility to ensure the good character of the staff. BPCL can advise on current
requirements which could include permissions required as per statutory / GOVT. authorities for all
employees.
28.0 TERMINATION/OFFLOADING:
The contractor fully understands that timely completion of the work as per the schedule is of paramount
necessity as otherwise it would lead to adversely affecting the schedules of other works/project with
resultant financial and other losses to the Company. In view of this, the contractor unconditionally agrees and
binds himself to be liable for all the consequences for non-completion of the work within the stipulated time.
In case a situation is brought about by the contractor warranting termination/off-loading of the whole or any
part of the work for any reason whatsoever, the Company shall have the liberty and right to
entrust/engage/award the work so terminated off loaded at the risk and cost of the contractor to any other
agency/contractor by adopting any mode of inviting tenders, i.e. open/limited/single party/negotiation basis
etc. in order to ensure completion of the work as per the schedule or at the quickest possible time.
The contractor shall visit the site and understand the scope of work thoroughly before submitting the offer.
The tenderer shall quote his rates against all service line items of this RFQ.
The item rates are to be read with all the other sections of this tender document.
The quantities shown against the various items are only approximate. No claim for revision of rates shall be
admissible due to any increase / decrease in the quantities in the quantities shown in the tender. Owner
reserves the right to interpolate the rates for such items of work falling between similar items of lower and
higher magnitudes. All works item-wise shall be measured upon completion and paid for, at the rates quoted
and accepted in the line items. Owner reserves the right to cancel the order for any item of group of work
and such step shall not constitute a breach of contract.
29.0 ARC MONITORING:
The value of the contract shall be monitored by the contractor in regular basis and shall be notified to
Engineer-in-charge before taking up any new job
************************
COMMERCIAL CONDITIONS
1. PAYMENT TERMS:
The following payments shall be made to the contractor against his monthly R.A.bills.
a) Plate work
30% after fabrication
50% after erection, welding & radiography
10% after tests
10% after final acceptance
b) Structural
30% on supply of items on pro-rata basis.
40% after fabrication of materials.
20% after complete erection and welding
10% after final acceptance
c) Painting
40% on shot blasting/wirebrushing and primer painting / initial painting.
50% on final painting
10% after final acceptance.
d) Piping works
30% after supply of all items on pro-rata basis.
40% after fabrication on pro-rata basis.
20% after complete erection and welding
10% after final acceptance
e) All other works in the schedule of rates
90% after completion of the work
10% after final acceptance
No Mobilisation advance shall be provided to the bidder.
2. PRICES
Price variation clause shall be applicable on supply price of bulk steel material for site fabrication /
construction for permanent incorporation in work. The contractor price shall be adjusted for any
increase/decrease on account of variation in steel price as provided in Annexure-IV.
3. ITEM RATES
The contractor shall visit the site and understand the scope of work thoroughly before submitting the offer.
The tenderer shall quote his rates against all service line items of this RFQ.
The item rates are to be read with all the other sections of this tender document.
Quantity variation. The quantity indicated in the tender is approximate and tentative and BPCL-KR expects a
variation of +/- 20%. As the quantity is based on the number of tanks being decommissioned, there are
chances of variation in estimated quantity and bidder shall not be eligible for any compensation for variation
even beyond the said 20%. No claim for revision of rates shall be admissible due to any increase / decrease in
the quantities shown in the tender. Owner reserves the right to interpolate the rates for such items of work
falling between similar items of lower and higher magnitudes. All works item-wise shall be measured upon
completion and paid for, at the rates quoted and accepted in the line items. Owner reserves the right to
cancel the order for any item of group of work and such step shall not constitute a breach of contract.
4. CONTRACT DURATION:
The duration of the contract will be TWO Years from the date of award.
5. TIME OF COMPLETION
Validity of the contract shall be two years from the issue of FOA or value contract. However the jobs which
have