Tender 13140

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 119

Tender reference No : CRFQ1000257169 System ID : 13140

Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Domain : bpcleproc.in

Parent department: BPCL

Tender Document
Department : CPO (M) - Department officer : D Manimaran
Procurement
Group 3

System ID : 13140 Tender Reference No. : CRFQ1000257169

Tender Title : GLOBAL 2- BID Tender Date : 15/06/2016


TENDER FOR
DESIGN,
SUPPLY,
INSTALLATION,
TESTING &
COMMISSIONIN
G OF 4 NOS.
AUTOMATIC 24
STATION
ELECTRONIC
CAROUSEL
WITH
INTEGRATED
ELECTRONIC
DOWN STREAM
FACILITIES
INCLUDING
VISION UNIT
FOR
MANGALORE,
BAITALPUR,
RAIPUR & NRL
LPG PLANTS.

Tender Description : 1. Global TENDER for Design, Supply, Installation, testing & commissioning
of 4 nos. Automatic 24 station Electronic Carousel with Integrated Electronic
Down Stream facilities including vision unit & Annual Maintenance Contract
for 3 years at BPCL Mangalore, NRL, Baitalpur & Raipur LPG Bottling Plant,
is floated in Two part bid through E-Tender system, consisting of Bid
Qualification, Technical plus Commercial qualification & Price Bid floated
together.
2. Evaluation of offers and award will be on location-wise lowest landed cost
basis including AMC for 3 years. Bidders should qualify in BQC, Technical &
Commercial bids , in order that their price bid is opened. First the Bid
Qualification Criteria will be evaluated. Technical cum commercial bids of only
those vendors who meet the BQC will be taken up further. Price bids of only
techno-commercially qualified bidders will be opened.
3. A Pre-bid meeting is scheduled for 24.06.16 at 11:00 hrs IST at the office of
BPCL. All prospective bidders can participate in the same. All queries to reach
us before pre-bid meeting date. No queries will be entertained post pre-bid
meeting date.
BPCL reserves the right to extend the Due Date of Tender.
4. Forms/ Attachments to this tender may be noted while bidding.
5.Please note that foreign bidders quotes should be either in USD or EURO
only. Please mention the currency in which you have quoted (USD/EURO).
6.In price bid, wherever CST is applicable, vendor has to quote the CST (with
form-c). Octroi/Entry tax shall be paid extra at actuals against documentary
evidence in original.

page 1 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
7. Contract will be placed by us. Actual Call-Off Shall be placed from Mats
E&PNOIDA/LPG SBU/NRL. Payment shall be processed by the Originator of
Call-off/ BPEC & NRL for their requirement. For the NRL requirements , M/s
NRL will be placing the contract/order & payments will also be made by them.
8. Price will be firm till execution of order and no escalation will be entertained
on any ground. BPCL reserves the right to vary the quantities of the tender.
9. Packing and Forwarding: The materials should be properly packed so as to
with stand all transit hazards till our sites.
10.OCTROI/Entry Tax : Octroi/Entry Tax, if, applicable will be reimbursed to
vendor extra at actuals against documentary evidence.
11. Unloading & stacking 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
call-off.
12. IN CASE OF ANY CLARIFICATION PERTAINING TO E-
PROCUREMENT PROCESS, THE TENDERER MAY CONTACT THE
FOLLOWING PERSONNEL OF M/S BPCL.
PROCUREMENT LEADER :
MR.MANIMARAN DASARAJ
LANDLINE NO. : 022 24176408 / MOBILE NO. 8220002889 / E-MAIL :
manimarand@bharatpetroleum.in
PROCUREMENT MANAGER : MRS. SRINIVAS SONIA
LANDLINE NO. : 022 24176418 / MOBILE NO. 9820067543 / E-MAIL :
srinivass@bharatpetroleum.in

Envelope Bidding Type : In 2 Part bidding Envelope Bidding Option : Document fees and
EMD + Technical
bid + Price bid

Bid validity period (in days) : 180 Type of contract : Goods

Project duration / delivery or : 180 Form of Contract : Supply


completion period (in days)

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

page 2 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
400 015, INDIA PHONE
022 24176408/24176418

Dates configuration
Document downloading start : 17/06/2016 Document downloading end : 14/07/2016
date 09:00:00 date 14:00:00

Bid submission start date : 25/06/2016 Bid submission end date : 14/07/2016
17:00:00 15:00:00

Pre-bid meeting start date : 24/06/2016 Pre-bid meeting end date : 24/06/2016
11:00:00 14:00:00

Bid opening date : 14/07/2016


15:01:00

Document / EMD / Security fee detail


Tender fees : Not Applicable EMD amount : INR :
750000.00
EURO :
10021.00
USD : 11138.00

EMD payable at : BHARAT Emd Clause :


PETROLEUM
CORPORATION Earnest Money Deposit
LIMITED, (EMD) ( also referred to as
MUMBAI
Bid Security): You shall be
required to submit the
Earnest Money Deposit
(EMD) of Rs. 750000/-(
seven Lakhs,fifty thousand
only) for Indian bidders &
11138 USD or 10021 Euro
for foreign bidders , 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

page 3 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
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.

Wire transfer shall be


allowed only for foreign
bidders.Exemption for
EMD would be in line with
govt. policy for MSE/NSIC
vendors.

EMD Payment Method : Demand Draft

Documents
Sr. File
No. File name File description size (in Date and time Status
MB)

1 DECLARATION declaration 0.083 10/06/2016 Approved


13140.pdf 23:14:52

2 GPC (with PMA GPC 0.308 10/06/2016 Approved


Arbitration clause & 23:14:52
Holiday Listing Link)on
12.10.15.pdf

3 SPC 13140.pdf spc 0.092 10/06/2016 Approved


23:14:52

4 Integrity pact 13140.pdf Ipact 0.325 10/06/2016 Approved


23:14:52

5 Instructions ITB 0.388 10/06/2016 Approved


to_the_vendors13140.pdf 23:14:52

Bidding forms
Document
fees and
EMD
EMD Form
EMD Form

page 4 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Details Bidder's
Response

EMD Amount offering

Currency

EMD Payment Method

Instrument No.

Payment Date

In case of wire transfer by foreign vendor, pl submit details

In case of MSE vendor for the tendered item , submit EMII document & it
should mention the tendered item

Document
fees and
EMD
EMD Form
EMD Form

Details Bidder's Response

EMD Amount offering

Currency

EMD Payment Method

Instrument No.

Payment Date

Technical
bid
BID-QUALIFICATION CRITERIA (BQC)
BID-QUALIFICATION CRITERIA

BID-QUALIFICATION CRITERIA

S.No Bid-Qualification Requirement Bidders


Response

page 5 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

1 1.The Vendor should be a manufacturer of 24 station electronic carousel


with integrated electronic down- stream facilities including vision unit. The
vendor should have supplied and successfully commissioned at least one
number of 24 station electronic carousel with integrated electronic down-
stream facilities including vision unit in the last seven years prior to due
date of tender.Documents required:Vendor should furnish copies of the
purchase order/s along with successful commissioning certificate from the
buyer in proof of above.Indian vendor to submit central excise registration
certificate for manufacturer & foreign vendor to submit certificate from the
country of origin’s chamber of commerce in support of them being a
manufacturer of above mentioned equipment.

2 2.The vendor should have achieved a minimum average Annual financial


turnover of Rs.5 Cr (For Indian vendors) / USD 0.74 Million or Euro 0.67
Million (For Foreign vendors) as per Audited financial statements
(including Balance Sheet and Profit & Loss account), during the last three
consecutive accounting years prior to due date of tender The vendor’s net
worth should be positive as per last available Audited financial statements
(including Balance Sheet and Profit & Loss account). The net worth is
defined as TOTAL ASSETS MINUS TOTAL LIABILITIES.Documents
required:Audited Balance Sheets & Profit & Loss account of the vendor for
the last three consecutive accounting years (English language only) prior to
due date of tender.

Technical
bid
Acceptance Of ITB and GPC and SPC
Acceptance Of ITB and GPC and SPC

Acceptance Of ITB and GPC and SPC

Sr Document File I / We have read, understood and accepted the following


No Name Name Annexure of the Tender Document. (To read the
Document please click the corresponding Download link)

1 General gpc.pdf
Purchase
Conditions

2 Instructions to ITB
Bidders

3 special SPC
conditions

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

page 6 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Annexures for acceptance

I / We have read, understood and accepted the


Sr Document File Name following Annexure of the Tender Document. (To
No Name read the Document please click the corresponding
Download link)

1 Declaration Declaration.pdf

2 Integrity IP.pdf
Pact (IP)

Technical
bid
Particulars of Bidder for tender
Particulars of Bidder for tender

Particulars of Bidder

. .

1. Name of the Tenderer

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 information
shared/ advise issued/ other mails sent to this ID shall be treated as official communication
from 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 FOREIGN
BIDDERS)

Sales Tax Registration No

page 7 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
. .

a) State Sales Tax

b) Central Sales Tax

c) Service tax registration

Technical
bid
DETAILS OF RELATIONSHIP WITH BPC
DIRECTORS
A.DETAILS OF RELATIONSHIP WITH BPC DIRECTORS

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 Bidders
Response

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.

page 8 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

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 Partners
relationship with him/her.

Put NA whichever is not applicable

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

Descrition Bidders
Response

1. Name of the Company

2.a.Address of Regd. Office

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 the
Directors of BPC.

.If Yes to (7) state the name(s) of Director and the concerned Director's (of the
Vendor) 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

Technical
bid
DEVIATION
DEVIATION

Sr. Tender clause BPCL Requirements/ Deviations with


No. No. specification JUstification

page 9 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
Technical
bid
GENERAL DESCRIPTION OF DESIGN, SUPPLY,
INSTALLATION, TESTING AND COMMISSIONING
OF 24 STN ELECTRONIC CAROUSEL
GENERAL DESCRIPTION OF DESIGN, SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF 24 STN ELECTRONIC CAROUSEL

DESCRIPTION Bidder's
Confirmation

1.1This Specifications mainly indicates the parameters, conditions and


requirements of BPCL as per which the manufacturer has to design, procure raw
materials, manufacture, shop test/inspect and supply the equipment suitable for
filling, testing, conveying & transporting LPG cylinders. The specifications are
intended to give the vendor the functions and the operating characteristics to
which the equipment shall be manufactured.

1.2The design capacity of 24 machine Electronic Type Carousel shall be


guaranteed for minimum 1570 Cylinders per hour for filling of 14.2 Kgs capacity
at a carousel speed of 55 seconds per revolution and 1000 Cylinders per hour for
filling of 19 Kgs capacity filling, with minimum 95% filled cylinders having
filling accuracy of(-)50 to (+)50 gms range. The overfilled and under filled
cylinders beyond +/- 50gms should not exceed 5% of the gross filling.

1.3 The quantity of LPG leakage during each detachment/cut off operation from
each filling gun to be advised to BPCL.

1.4 The carousel type 24 machine Electronic Filling Machine is to be designed


requiring minimum manual intervention with production and monitoring
functions carried out with the help of PLC, ensuring automatic and continuous
filling operation of the LPG cylinder.

1.5 Vendor must confirm the guaranteed system accuracy which will be proven at
the time of handing over the system and the same shall be guaranteed for Indian
climatic conditions (viz. temperature/ moisture/ dust/wind/ open sheds). Due to
handling conditions prevailing in Indian markets the cylinders may not hold the
same dimensional tolerances after repeated circulation. The carousel should be
able to fill the cylinders as long as the cylinders are able to stand on the foot ring
/ conveyor & the latching system of carousel should be designed to latch the
cylinders on to the platforms. The guns should also be made with self aligning
facility to accommodate such cylinders. The system should perform satisfactorily
under the ambient temp range of 5 Deg C to 50 Deg C.

1.6 The Scope of Supply & Works for the 24 station Electronic Carousel filling
system shall include design, procurement of raw materials, manufacturing, testing
and delivering equipment and accessories and as follows:-

i. The ELECTRONIC Carousel Filling system shall consist of the following:-

a. 24 Electronic Filling Machines mounted on a steel frame with rails including


foundation bolts & central column, swivel joints for instrument air, LPG, power .

b. Distribution piping network for each filling machine,

page 10 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

c. Suspension/supporting structure for SC type cylinders -24 nos.

d. Automatic centering and clamping device – 24 nos.

e. Automatic filling head for SC type of valve – 24 nos.

f. Electronic control system with data communication i.e. Power & data transfer
arrangement for complete carousel system, data storage, self diagnostic,
electronic hardware & software etc complete PC of
HP/COMPAQ/IBM/HCL/WIPRO/DELL Brands , with minimum following
configuration

I7 or higher with latest CPU configuration 8 GB or higher RAM & 1 GB cache

2 TB hard disk

29" High resolution LCD flat screen monitor

Inbuilt DVD / Combo Drive Multimedia system

Keyboard and optical mouse (3 Button)

Licensed Windows OS latest

Including laser jet color printer min 22 Pages per minute


(HP/CANON/WIPRO/EPSON/PANASONIC/TVS Network interface card
10/100 base-T, minimum 3 extra USB 3.0 ports for future use, hot Standby
machine with KVM switch (sharing key board mouse & monitor) with pre-loaded
operating system along with workstation cabinet.

Hard disk device of 2 TB (or more) with Spin Speed of min 7200 rpm and
sufficient for storing at least 60 Working days data (considering two shift
operation of 8.5 Hours each, 1.5Hour Overlap, 6 Days per Week).

g. Tangential or Radial Type Automatic Ejection Unit – 01 no.

h. A Central Encoding station for tare weight input – 01 no.

i. Provision for Tare weight entry.

j. Filling guns & hoses for all filling machines 24 nos.

k. Carousal drive unit with FLP motor – 01 no.

l. Post filling Automatic Electronic Check Scale of 1600 cylinders per hour
capacity, to check weigh the filled cylinders with a provision of rejecting the
under& over filled cylinders –1 no.

m. Pneumatic/ Photo Sensors and internal wiring.

n. Uninterrupted power Supply Unit (UPS) for minimum 30 minutes. Minimum


2000VA. Recommended Makes EPM, DB POWER, HIREL, APLAB, APC, GE,
ABB.

page 11 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
o. The necessary pipe manifold, valves including differential pressure valve,
pressure gauge, safety valve, micro filter, earthing devices for the rotary carousel
frame , machine and drive unit etc. including bolts & nuts complete.

p. Other accessories like photo sensor, diverters/pushers, complete.

q. Supply of all communication cables for equipments in the filling shed.

r. Equipments for SQC. Automatic SQC sequencing with least count of 10 gms to
be provided.SQC checking shall include checking of cylinder weight, valve leak,
O-ring leak. MIS to be generated for cylinder weight, valve leak, O-ring leak
along with the time and date of checking of cylinder. Serial number of cylinder
shall also be part of MIS which shall be punched by the operator.

s. Spares for commissioning and trouble free operation of the entire systems
during the warrantee period of two years.

ii. Each filling machine shall be provided with automatic filling guns for ‘SC’
types of valves. ONE EXTRA GUN TO BE PROVIDED WITH EACH
CAROUSEL TO FACILITATE SERVICING OF GUNS.

??? iii.??????? All the necessary air service units comprising of filter,
regulator and lubricator units along with all the interconnection piping to all the
equipment shall be under the scope of Vendor.

iv. Approval of Chief Controller of Explosives of Petroleum & Explosives Safety


Organization (PESO) Nagpur, India for the Electronic carousel system to be
obtained & submitted with the offer by the vendor or to be provided before
dispatch of equipment.

v. A detailed drawing showing complete arrangement of the system along with


measurement should be enclosed.

vi. 6 sets of Erection, Operation & Maintenance Manuals in CD form and 3 sets
of hard copies for each system.

vii. 6 sets of detailed drawing for civil foundation and general arrangement
drawing for each Carousel filling system.

viii. 6 sets of Electrical and pneumatic circuit diagram for the entire Carousal
filling system.

However, the Vendor shall be responsible to complete the work in all respects
and in doing so, provide/supply all facilities not covered below specifically, but
nevertheless required for the satisfactory performance of complete system

ix. The following supply/works shall be carried out by BPCL.

a. All Civil Works. However, Vendor should furnish the details of foundation
drawings for all equipment within 2 months from the date of purchase order.

b. Erection/installation of all equipment supplied by the vendor shall be carried


out under the direct supervision of the vendor and BPCL will provide the
required semiskilled/unskilled manpower, power/ instrument air. The vendor
should specify the actual requirement of the same in advance.

page 12 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
c. Vendor should specify the equipment-wise requirement of power/cables sizing
etc.

Equipment : Power & Cable Size

Electronic Carousal Drive Unit

Other if any.(specify)

d. BPCL shall supply required Air connections for all pneumatics. Vendor should
specify the equipment – wise air consumption/requirement and pressure as given
below. However, vendor should supply internal connections within their
equipment for inter connection.

Equipment : Qty of Air & Pressure Required

Electronic Carousal Filling m/c.

Introduction/Ejection unit

Central Encoding station

Check Weighing Scale

Weight Correction unit

Valve Leak detector

O ring Leak detector

Others if any.(specify)

TOTAL AIR Requirement

e. Power cables from BPCL’s main power supply to carousel Drive unit and to
UPS shall be arranged and laid by BPCL. All other cables including OFC/signal
cables & connectors/ junction boxes shall be supplied by vendor and shall be laid
by BPCL as per direction/ supervision of vendor’s engineer. G.I pipe for
OFC/signal cable shall be provided and laid by BPCL as per direction of
vendor’s engineer.

f . Any other items not specified in the Purchase Order and essential for the
satisfactory commissioning of the total system shall be under the vendor’s scope
of supply.

1.7 An operator will enter the tare-weight of the cylinder by operating on the
keyboard of the Tare weight Central encoding station and thereafter filling shall
be fully automatic.

1.8 The encoded tare weight shall automatically be transferred to the cheek
weighing system downstream of the carousals

1.9 The system is to be equipped with automatic electronic equipment for all
functions with option for any future extension, modernization or any alteration

page 13 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
which could be taken up with the incorporation of cylinder identification (by
RFID ), palletisation etc.

1.10 All equipment should be suitable for filling 14.2Kg as well as 19.0Kg
cylinders.

1.11 The measured static (electric) charge generated during filling of LPG
cylinders to be advised to BPCL.

2. SCOPE OF SUPPLY BY VENDOR FOR ELECTRONIC CAROUSAL

Electronic carousal shall consist of but not limited to the detailed list indicated in
clause no. 1.6 The entire electronic system shall be of FLP/Intrinsically Safe
construction and fit for use in Hazardous Zone 1, for Gas group IIA and IIB with
ambient temperature rating of (–) 10 Deg C to (+)50 Deg C . All Electrical and
Electronic components of equipments being supplied must have specific approval
conforming to the required parameters mentioned above.

3. CENTRAL ENCODING STATION

3.1 There shall be electronic key-board in the encoding station on which the
operator will punch the tare weight of the cylinder and this tare weight will
automatically be transferred to the filling machine as well as check weighing
system without any error. The tare input shall be maximum of two digits.

3.2 The key-board shall be able to punch a tare weight range between 14.0 Kg to
20.9 Kg tare weight cylinders. The key board should have required nos. of key
for punching tare weight. The operator shall punch/encode only the last two digits
on the key-board to transfer the tare weight to the electronic filling machine.

3.3 This equipment is mounted on a chain conveyor upstream of the LPG filling
carousal. The operator will key in the tare weight of the cylinder. The display for
the check scales will be in two digits after the decimal (xx.yy) e.g. 17.95, 16.10,
18.35 etc.

The OEM/ Supplier, type & certification of load cell is to be advised and the
average life of the load cell used in check scales /filling machines is to be
informed.

4. CAROUSEL

4.1 The Carousel can be a steel platform supported by a number of running


wheels fixed underneath the frame and running on a steel rail fastened to the
floor. Alternatively, the wheels may be mounted on the ground and the platform
may rotate above. The carousal shall rotate around a central column, which
serves as the axis of rotation as well as a distributor of LPG, power/data/signal
cables and compressed air to the individual filling machines.

4.2 The Carousel shall have a frame size for accommodating 24 filling machines
mounted on its rotating table. The minimum guaranteed filling capacity shall be
min 1570 LPG cylinders / hour with 14.2 Kg capacity at a carousel speed of 55
seconds per revolution and 1000 cylinders/hour with 19 Kg net weight filling in
cylinders of 33.3 and 45.5 liters water capacity respectively. The SC Valve is
provided at the centre of the cylinder. Please see the attached drawings for details
of cylinders.

4.3 Each filling machine with its filling head shall be of modular type and act as
an independent unit along with its own controls and shall receive LPG, air and

page 14 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
electricity feed from the central column.

I. The base frame shall be fitted with 24 electronic filling machines including a
Central column, LPG/Air/Power distributor rings, with individual LPG and Air
isolating valves, & gas stop valves for individual filling machines.

ii. The power distribution in Central Column carrying power to all filling
machines and communication signals among filling machines/Check Scale/PLC
should be of Flame Proof construction with guaranteed positive segregation
between FLP and Intrinsically Safe, if separate channel for IS is provided.

iii. The carousal shall rotate around the central column, which will serve as an
axis of rotation and distributor of the LPG, electricity and compressed air to the
filling machine,

iv. In center column, there should be positive segregation between LPG and air
portion. This can be obtained using proper leak proof seals, specifically coated &
finished central pipe stems which should be rust resistant. Similarly, there should
be positive segregation between Power/communication channels and LPG/Air.

v. The control/isolation valves used for LPG isolation should be fire safe, anti-
static types. Necessary certificate in support of Fire Safety shall be produced.
LPG. Hoses and compressed air hoses should have anti-static properties.

vi The driving unit shall have speed regulation for controlling rotation speed of
the carousal to match with the filling time of LPG cylinders. Carousel will be
operated at 55 seconds per revolution.

vii. The electronic filling machine shall be of modular construction and electronic
weighing PLS type and shall be incorporable anywhere in the LPG filling system.

viii. The 24 Nos. electronic filling machine shall include:

a. Automatic lowering/raising of the LPG filling head. Automatic connection/


disconnection clamping of filling head.

b. Automatic cylinder centering.

c. Clamping of cylinders covering the circumferential joint using arms/jaws


operated by pneumatic cylinders/valves.

d. Automatic filling operated by electronic weight controller.

e. No leakage from the filling gun if the cylinder valve is covered with safety cap
or gun is not latched on the cylinder valve.

f. The filling machine shall have a weight controller communicating with the
main PLC which transfers the tare weight of cylinders entering through the
Central Encoding Station and controlling all pneumatic movements.

g. Auto calibration facility and auto tareing /zero setting to be provided. The
machine shall also have encoding via PLS/ RFID.

h. In case of malfunction or drift outside the set parameters, the system shall have
automatic shut off facility.

page 15 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
I. Each filling machine shall be provided with quick closing isolation valves to
isolate both LPG & Air supplies to the scale. All air connections should be quick
disconnecting type push in connectors. Air tubing shall be flexible and anti static
construction of the scale should be such that maintenance can be carried out
easily without disturbing other scales.

j. The supply of LPG, electricity and compressed air shall be interrupted, if


required, for any individual filling machine(s) without stopping carousal, which
ensures possibility for repair and maintenance during production.

k. The table of each filling unit shall be made of suitable material to ensure no
spark generation during cylinder movements. All flexible copper jumpers for
earthing shall be included in the scope of supply of vendor. Continuity from
filling gun to the rail should be provided.

l. Each scale shall have individual FRL units to ensure lubricated air supply to the
scale. Also non- lubricated air supply shall be available for use as pilot signal etc.

m. All filling machines shall have self-diagnostic facilities.

ix. CABLES: All cables including fiber- optic /communication cables and
accessories shall be supplied by the vendor. BPCL will supply power cable to
carousel drives. GI pipe for Fibre- optic /communication cables will be provided
by BPCL and same will be laid under the supervision of the vendor’s
representative.

x. The Hardware architecture of the system should be compatible with Windows


7 or higher and able to exchange MS Excel/ txt file.

Interface -Compatibility with SAP R/3 System and plant automation system to be
provided and vendor to inform us the structure of their database, & in which
database the files the filling data are stored, user id, password of the database so
that if required BPCL can develop its interface if required.

a. A back up disc of software of supervisory control and other spare cards


programmed with proven software to be provided at the time of handing over the
system.

b. Provision for accommodating the automatic bar code reader/scanner/RFID for


tare weight registering which may be installed in future.

c. Residual gas should be recorded. Print command should be optional.

d Machine wise accuracy data in form of +/- 0, +/- 50g, +/-100g, +/- 150g ,
+/-200g, , +/-300g, >400 .

e. PLC Make – Allen Bradley (Rockwell)/ Siemens / Honeywell / GE Fanuc/


Schneider Modicon / Yokagawa / Invensys / ABB / Emerson will be preferred
and 20% spare capacity in PLC to be provided.

f. Format of the MIS reports to be provided with the bid and the same will be
revetted again by BPCL after placing the order.

g. Complete filling operation will be automatic having centralized control panel


with CPU to facilitate data generation on all operations. Filling system should not
get disrupted if communication between carousel & Central control room fails.

page 16 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
4.4 In addition to the above, the following features should be incorporated in the
Carousel.

I. Interlocking of Introduction/Ejection unit for :

a. Anti jamming output when exit conveyor is full of cylinders for Ejection
device, for Oring leak & Valve leak detectors.

b. Introduction only when platform empty.

c. Ejection only when cylinder is filled and gun is released.

ii. LPG Stop-Valve - Auto pneumatic.

iii. Emergency Stop - Easily accessible from front and distinctly visible for
individual machine.

iv. Cylinder centering - Auto clamp with Teflon/Non –sparking material/pads


arms with jaws covering the circumferential parts of cylinder with pneumatic
cylinder control.

v. Earthing connection :

a. Filling head – braided copper wire along with hose with insert.

b. Central column.

c. Guide rail.

d. Platforms of filling scales.

e. Frame.

vi. Security Guard - Mesh/steel plate on angle-iron frame all around upto 2 inch
above the platform height.

vii. LPG Entry - From top/ bottom and differential pressure bypass before
Carousal entry. The details of bypass assembly is annexed in the document. The
bypass control valve will be pneumatic/micro- processor operated.

viii. Air Entry - from bottom/top

ix. Filter - 40 mesh SS strainers.

x. Pressure Gauge with needle valve & isolation valve - Before & after Filter.

xi. Guide Rail - 1-section .

xii. 5 micron Air filters where-ever required for each unit will be supplied by the
vendor. The Filter/regulator/lubricator( Filtration 5? - Dimension ) for
introduction, ring , valve leak tester , Check scales to be provide with 25 NB size
Air Filters units for entry /exit so as to ensure that is no drop in air pressure when
the aforesaid equipments are in continuous operation.

page 17 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

4.5 FILLING HEAD

I. The Filling head shall be suitable for filling SC type vales fitted at the center of
on top of LPG cylinders of 14.2 Kg(33.3L) and 19 Kg(45.5L) net weight.

ii. Filling head shall be pneumatically operated, assembled on a special support


that allows a partial free horizontal and vertical movement to facilitate and
guarantee leak proof connection of cylinders even if they slightly off-centered.
The pin travel length of the filling head’s, valve pin shall be 2.8mm+/-0.2mm.

iii. If cylinders with cap on the SC valve get introduced on the filling machine the
flow through the filling head should not start.

iv. Design of the gun should ensure no leak while filling /idling.

4.6 SYSTEM MAINTENANCE ASPECTS

I. ? The machine shall be designed in such a way that routine maintenance shall
not pose any operational problems and all parts requiring major maintenance
shall be easily accessible. Facility of lubrication of the central column is to be
provided.

ii. Central column & LPG distribution pipe & components in filling m/c should
be pressure tested to 30 bars and be suitable for working pressure of 20 bars.

iii. The table of each filling unit shall be made of suitable material to ensure no
spark generation during cylinder movement. All flexible copper jumpers for
earthing form filling head to the rail & earthing grid is in the scope of supply of
the vendor.

iv. Location of Isolation valve /Gas stop valve on distribution pipe-ring should be
such that valves should not get hit by the filling machine frame, if the filling
machine tilts by action due to impact of cylinder. Alternatively, either the
machine should be fixed or suitable protection is to be provided to these valves as
utmost safety measure.

5 AUTOMATIC INTRODUCTION SYSTEM

5.1 PNEUMATICALLY CONTROLLED Tangential or Radial type introduction


unit for automatic introduction of LPG cylinders from the chain conveyor to the
filling carousal is to be provided.

5.2 Proper cylinder centering is to be ensured by means of proper clamping


arrangement. The clamping arms should be robust and their guaranteed minimum
expected life is to be advised. Life time guarantee would be preferred.

5.3 The introduction of cylinders to be in synchronization with the speed of


rotation of the carousal. Also, the complete carousel system is to be synchronized
such that carousel should stop automatically in case introductions & ejections are
not synchronized with the speed of the carousel or any cylinder topples while
entering /ejecting from the filling platform to exit conveyor.

5.4 A safety device is to be provided which will prevent introduction of cylinders


to the carousal, if a cylinder is already present in the filling machine.

5.5 The clamping arrangement shall have the property of anti-toppling and hold
the cylinders firmly along with filling heads.

page 18 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

5.6 The complete introduction assembly should be robust, sturdy & stable.

6. AUTOMATIC EJECTION SYSTEM

6.1 A pneumatically controlled tangential or radial type automatic ejection unit


for ejection of filled LPG cylinders from the filling machines on the carousal to
the outlet of the chain conveyor is to be provided. No cylinder should topple
while entering the ejection conveyor and cylinders should move away before the
next cylinder comes to the ejection conveyor.

6.2 A safety device is to be provided in such a way that if the filling head has not
got fully disengaged from the cylinder, the ejection process is automatically by-
passed.

6.3 Ejection of cylinders should be individual with independent ejection pusher in


each filling unit to isolate the machine without stopping the carousal. In case of
common ejection unit, it should be sturdy & suitable for such continuous
performance & meet the system performance.

6.4 The complete Ejection assembly should be robust, sturdy & stable and any
structural failure will be rectified by replacement/modification in design without
extra cost.

6.5 The speed of chain conveyor will be minimum 18 m/minute.

7. AUTOMATIC ELECTRONIC CHECK WEIGH SYSTEM:

7.1 This equipment is mounted on a chain conveyor downstream of LPG filling


carousal. This check scale will have a capacity of 1600 cylinders per hour & will
continuously check the weight of filled LPG cylinders to determine the over
filled / under filled cylinders.

The weighing platform shall be based on a load cell/strain gauge technology.

The tare weight input from Central Encoding Station to filling machines shall
automatically be transferred to the electronic weighing system and the scale
should be able to recognize the same.

The scale should automatically work out the tare weight considering the gross
weight and pre-set net weight.

The scale should automatically be able to detect under/over weight cylinders


based on the tare input and actual weight and accordingly reject such cylinders
and push them off the main stream.

An explosion proof display to be provided near the scale. This device shall
display the weight of cylinder currently under weighment or the weight of the
previous cylinder that had just passed on the scale.

The electronic unit to have a micro-processing/PLC system which shall be


protected in an intrinsically safe enclosure suitable for hazardous area Zone I,
Class IIA & IIB and weather proof IP 65 and hermetically sealed IP 67.

Load cell capacity of check scales & filling scales should be 200-300 kgs.

page 19 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
7.2 General Description

The Electronic Check Weighing scale shall have a capacity of 1600 cylinders per
hour of min 14.2 Kg cylinders & consist of:-

This device is to also adjust the actual capacity of the machine as well as control
sudden jamming.

The weighing platform to be suitability designed to give more stability to the


cylinders.

A weight device with a digital display located on a control panel beside the
platform.

A sorting unit composed of one ejector for ejecting out, over/under weight
cylinders.

Complete pneumatic and signal/communication circuits including earthing


connection etc

Accuracy should be +/- 50 gms but it should have provision to display in


multiples 10gm whenever required for checking.

Check scale should used as master incase of communication failure for data
logging.

The cylinder should come to the main conveyor on its own till the next cylinder
comes for weighing and this cycle should continue automatically.

The maximum cycle time for checking should be less than 2.25 seconds per
cylinder & the capacity should be 1600 cylinders per hour min. for 14.2 Kg
cylinders.

The net weight of LPG i.e 14.2 Kg or 19 Kg is set as default. The system should
allow changes in these default setting as & when required.

Zero pre-setting when there is no cylinder on the platform.

The display unit should display the tare weight value after taking into
consideration of actual gross weight and the pre-set net weight.

Based on tare weight input value from the Central Encoding Station/Filling
machines, the scale should be able to decode the input and compare the tare
weight value worked out by the system, considering gross weight and net weight.
The system should be able to identify the over filled and under filled cylinders
beyond the specified tolerance limits and remove the same from the main line.

Under normal circumstances, the cylinder should automatically be passed on to


the weighing platform and check weighed. In case there is any problem in the
system, there should be a manual override provision for manual sorting so that
the operator can intervene and reject the over/under filled cylinders.

All check weighing process should be linked up with Central Control panel along
with PLC and personal Computer with software for report generation.

7.3 Manual Sorting

page 20 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

To enable manual sorting of cylinders in case of system failure, additional


provisions are to be made. i.e. Provision is to be made for a rejection button, if
the cylinder is not filled within permissible tolerances. An operator can press the
rejection button so that the rejected cylinder is removed from the main conveyor
to a separate conveyor for rectification of under/over filled cylinders.

7.4 Check Weighing System Requirement

The check weighing system shall be fully automatic with a min capacity of 1600
cylinders per hour of 14.2 Kg.

The system shall have automatic transfer of tare weight, automatic sorting out
within preset parameters and statistical report function.

Cylinders that do not fall within the set tolerance shall be automatically sorted out
via the PLC and all relevant data from the check scale shall be transferred to the
central computer system.

Further, the following facilities are to be incorporated:

Decode input including automatic sorting out of incorrectly filled cylinders to a


separate conveyor loop for correction.

Prepare a statistical report of correctly filled cylinders, overfilled cylinders and


under filled cylinders

8. FILLING MACHINE SHOULD HAVE FOLLOWING SPECIFICATIONS:

The filling machine shall have guaranteed output of 95% accurate cylinders with
accuracy of (-) 50 to (+) 50 gms

a. Level +550 mm from the floor level of filling shed.

b. Direction of rotation- Clockwise/Anti clockwise (to be confirmed after Award


of Job)

c. Accuracy shall be (-) 50gms to (+) 50 gms. or better.

d. Method of Filling – Gross weight

e. Gas stop valve to open after fixing of filling gun. NO GAS FLOW FROM
THE FILLING GUN UNLESS THE GUN IS LOCKED ON THE CYLINDER
VALVE.

f. Pneumatic element shall be of standard makes of internationally reputed


companies. Authorized stockiest to be available in India

g. Platform to have tubular guard.

h. Tandem pneumatic cylinder for flexibility to accommodate 14.2 and 19 Kg


cylinders.

I Quick coupling with nylon or equivalent tubing with anti-static property for
pneumatics.

page 21 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

9 AUTOMATIC ELECTRONIC WEIGHT CORRECTION UNIT:

This machine will be similar to filling machine with filling scale of Least count/
resolution of 10gms .The filling & evacuation provision of under/ over filled
cylinders should happen automatically through 3 way valve or similar safety
interlock arrangement and filling accuracy shall be +/-50g .

a. System should be able to detect over & under filled cylinder wrt to tare weight
and fill the cylinder with correct weight. Manual punching of tare weight should
not be required for cylinder correction , data should automatically get transferred
from Post Filling check scale to the cylinder correction unit. The system should
have provision of manually correcting the cylinders ( if required at any stage in
case of system malfunction /overload of the system )

b. Also manual operation of three way valave or similar operation with multiple
Gas Stop valves should be eliminated and this operation of switch over from
filling to evacuation and vice versa should be automatic with suitable safety
interlocks to avoid simultaneous operation of filling and evacuation.

10. FILLING HEAD SHOULD HAVE THE FOLLOWING SPECIFICATION

Gun release: smooth release with hinged arrangement in jaws to facilitate little
downward movement of jaws at the time of release.

Pin travel: 2.8 mm +/- 0.2 mm

Material: Gun Metal (Copper alloy).

Head Cap: Gun metal (Copper alloy) threaded.

Pneumatic cut – off LPG inside the gun during gun release. No leak from the gun
after de-latching from the cylinder valve.

Hose attachment: side elbow.

Self centering horizontal alignment arrangement with cylinder valve.

11. VALVE/BUNG LEAK DETECTOR/TESTER:

11.1 Valve /Bung leak tester should have Sensitivity (0.5 grams/hour of LPG,
equipment calibrated with commercial BUTANE# 0.5 gm/hr) and 100%
repeatability to be established.

11.2 Minimum guaranteed capacity of valve/Bung tester should be 1600


cylinders per hour which could be achieved through a single or double header
device. No extra payment for multi header device.

11.3 100% repeatability is to be proven in the field at the time of acceptance test.

11.4 Tolerance/sensitivity of valve leak tester should be such that “no cylinder is
to get rejected below leakage level of 0.4 gm./Hr” and all cylinders with leak of
0.5 gms/hr must get rejected.

11.5 Calibration, testing and inspection kit for each detection system shall be

page 22 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
provided. For this the vendor should supply suitable test cylinder with fittings (or
fittings which could be fitted on BPCL’s cylinders) which can be put on
conveyor for checking on line accuracy /performance of the valve /bung leak
tester.

11.6 Test cylinders for valve leak detector – To be supplied for different levels of
range from 0. 6gm / hr to 0.3 gm/hr

11.7 Current leak detection system – Must not go out of range between breaks /
starts and stops.

11.8 Separate cylinders/fittings for Valve & Bung testing should be provided.

11.9 Generation of 2% of valve leak cylinders shall not have any significant
impact on the capacity of the complete carousel system.

12. O-RING LEAK DETECTOR/TESTER

12.1 O-ring leak detector shall have a capacity of minimum 1600 cylinders per
hour and Sensitivity (0.5 grams /hour of LPG).

12.2 Tolerance/sensitivity of O-ring leak tester should be such that “no cylinder
is to get rejected below leakage level of 0.4 gm./Hr” and all cylinders with leak
of 0.5 gms/hr & more must get rejected.

12.3 100% repeatability is to be proven in the field at the time of acceptance test.

12.4 Calibration, testing and inspection kit provided for the ‘Valve
Leak.Detector/Tester’ should be suitable for O-ring Leak detection system
otherwise separate such calibration, testing kit shall be provided .

12.5 Test cylinders for valve leak detector should be suitable for on line O-ring
leak testing otherwise separate cylinders are desirable.

12.6 Current leak detection system – Must not go out of range between breaks /
starts and stops.

12.7 Generation of up to 10% of ‘O-ring leak cylinders shall not have any
significant impact on the performance of the complete carousel system.

VENDOR TO provide the details of locations where their O-Ring & Valve Leak
detectors are in operation.

13. BPCL will provide differential pressure of 8 to 8.5 Kg./Cm2 at pump


discharge and 7.0 to 7.5 Kg./Cm2 differential pressure at carousel.

The vendor will provide the necessary system required to keep the differential
pressure in line with requirement of your system by incorporating suitable device
(flow control device/pressure control device). BPC will provide necessary piping
from pump to the carousel and from pressure control device to vessels. The
isolation valves required on either side of the pressure control device will also be
provided by BPCL. 40 mesh SS strainer will be provided by the vendor.

Details of Bypass assembly indicating the scope of valves /pipes /fittings is


attached with document.

page 23 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
Higher requirement of differential filling pressure for the performance of the
offered system is not desirable.

14. STATISTICAL QUALITY CONTROL (SQC) UNIT

Automatic SQC sequencing with least count of 10 gms to be provided.cylinder


weight, valve leak, O-ring leak to be checked at SQC MIS to be generated for
cylinder weight, valve leak, O-ring leak along with the time and date of checking
of cylinder. Serial number of cylinder shall also be part of MIS which shall be
punched by the operator.

15. UN-INTERRUPTED POWER SUPPLY (UPS)

Vendor to supply UPS of adequate rating as the part of the system.

The capacity of UPS shall be a minimum period of 30 minutes (2000VA


minimum)

UPS shall be installed in a safe area in the Office/Control Room.

Power cable from UPS to the filling shed system shall be supplied by vendor and
the same will be laid by BPCL.

Independent Surge Protection for power supply to all electronic components and
data

/control communication system must be provided.

16. SAP INTEGRATION

The carousel data shall be integrated with the existing BPCL SAP system.
Vendor to develop all necessary protocols and software drivers for integration of
carousel data with SAP. All required hardware / software to be provided by the
vendor. Interface -Compatibility with SAP R/3 System and plant automation
system to be provided and vendor to inform us the structure of their database, &
in which database the files the filling data are stored, user id, password of the
database so that if required BPCL can develop its interface if required.

17. GENERAL:

All solenoid valves and limit switches used in the system shall be intrinsically
safe and approved by Chief Controller of Explosives of Petroleum & Explosives
Safety Organization (PESO), Nagpur, India.

All control electronics including electronic weighing systems should be housed in


certified intrinsically safe enclosures.

Load cells used shall be made intrinsically safe in conjunction with certified
zenner barriers.

All cables used shall be of armoured and shielded type as per IS-1554 or
equivalent international standard suitable for this application.

All control electronics shall operate at very low power requirements (Intrinsically
safe) and shall be capable of working upto +55 degree Celcius ambient
temperature.

page 24 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Power supply will be have fluctuation of 220V +/-10% and frequency at 50Hz +/-
6%.

All the cylinder movements to be controlled pneumatically. For operating these


pneumatic equipment. automatically, electro-pneumatic devices like Flameproof
Solenoid Valves of required rating should be used.

Cylinder sensing and identification shall be done by using intrinsically safe limit
switches.

The limit switches and tare weight punching key board shall be intrinsically safe.

Vendor should give commitment to supply spares for ten years from the date of
commissioning.

All pipes/fittings /valves for LPG shall be of minimum #300 psi and above as per
code.

All butt welded joints should be 100% radiographed and shall be cleared by Third
party inspecting Agency.

Only Spiral wound stainless steel gaskets to be used in LPG pipeline joints.

All LPG Piping Central column and other components of filling machine should
be pressure tested to 30 bar.

LPG hoses - Anti-static wire braided reinforced. LPG hoses as per IS 9573/BS
4089/EN 1762:1998. Earthing wire to be provided along with hose. ( working
pressure 25 bars)

Isolation Valves: SS Ball Valves of fire safe and anti-static type. (Necessary
certificate in support of "Fire Safe" to be provided.) Min Pressure
Rating 300#

VENDOR is to advise in the technical bids the list of equipment & components
out sourced for the system, their make & country of origin.

18. Excluded from vendor’s SCOPE

Power connection shall be made available near the encoding station and vendor
to take connection to all other equipment from this station by providing suitable
FLP Junction Box.

The cable for power connection for the terminals upto the carousel in the shed
will be provided by BPCL. Vendor to indicate the size and specifications of the
cable However internal cable within the system in the filling shed shall be
provided by vendor

BPCL will be provide air line of required pressure near carousel, o-ring & valve
leak detector . Vendor to supply & lay airline & air filter units to all required
consumption points.

The required LPG piping shall be provided by BPCL upto their equipment.
Vendor to match their piping with BPCL piping. For this purpose, the vendor
shall provide piping layout to BPCL.

page 25 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Earthing grid in the plant is provided by BPCL. However vendor to supply


earthing elements of equipment and conveyors, etc for connection to the plant
earth grid.

19. SPARES

Vendor to dispatch the spares required during two years actual operation of the
Carousal during warranty as per enclosed list to each plant. The spares required
to be replaced frequently due to normal wear and tear are included in the above
list and same is to be kept at the plant. Additionally, any spare or part which has
to be replaced during Warranty Period is also to be kept at a central location &
made available at the earliest.

20. DRAWINGS AND DATA REQUIREMENTS TO BE SUBMITTED BY


VENDOR FOR CAROUSEL, FILLING MACHINE, CHECK SCALE,
ENCODER AND ACCESSORIES:-

These documents shall have to be submitted by vendor in two sets for bid and six
sets after placement of Order.

General arrangement drawings with outline dimensions including details for


foundation design.

Part list of all equipment.

Certified performance curves.

Certified test records of all equipment,

Diagram of wiring connections.

Piping and instrument diagrams for LPG, Air, water etc.

Test certificates for bought out items.

Assembly and Installation details.

Erection, operation and maintenance manuals.

Erection drawings and Completed Data sheets

Material specifications.

21. PERFORMANCE GUARANTEE

All equipment and component parts shall be guaranteed by Vendor against


defective material, design and workmanship for a period of 24 months from the
date of commissioning or 30 months from the date of receipt at site, whichever is
earlier. Date of Commissioning shall be considered as the date of proving the
system by successfully conducting SAT.

The Vendor shall carry out the performance test run of the complete system at
site after satisfactory erection in line with the detail given in the Data Sheet.
Training to BPCL personnel shall be given at site during erection/commissioning

page 26 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
period without any extra cost to BPCL.

Vendor shall be solely responsible for smooth and trouble free performance of
the plant as a whole during the guarantee period. In case of any problem arising
during guarantee period even after taking over of the plant, Vendor shall have to
carry out any rectification/replacement at his own cost.

22. FACTORY ACCEPTANCE TEST

Factory Acceptance Test (Dry run under simulated conditions) may be witnessed
by BPCL prior to dispatch of one system. For this purpose, a team of 04 (Four)
officers might visit the vendor’s works to witness the tests as per scope of
inspection. However BPCL reserves the right to eliminate the FAT if required at
time of award, ( pl note L1 price evaluation will be done including FAT )
.Accommodation, local conveyance etc. to be arranged by the bidder at no extra
cost. Acceptance of this test will not absolve the vendor from the overall
responsibility of performance of the system at BPCL plants. NO EXTRA COST
WILL BE PAYABLE, if this option is exercised by BPCL. However, all systems
will be self tested at factory premises of the vendor by in-house competent
official without extra charge and documents are to be sent along with invoice.
This includes:-

I. Verification of Explosion proof /intrinsically safe component / sub system,


checking of Vision unit , introduction /latching /filling/delatching /Ejection,
operation of filling machine, safety interlocks as specified in data
sheet/specification, assembling/manufacturing as per in house QAP.

ii. Checking of check scale accuracy and operation parameters

iii. Checking of Automatic weight correction operation.

iv. Checking of ‘O’ ring/vale/bung leak testing operation and ejection sorting
system.

v. Checking Tare weight encoder and tare weight error rejection operations.

vi. Review of manufacture test certificates all bought out items viz., LPG
Pipelines, fittings, valves, flameproof motor, IS components, solenoid valves etc.

vii. All certificates to be provided in ENGLISH.

The entire system shall be inspected by a Third party inspection agency and this
shall be on Vendor's scope considering any one of the reputed third party
inspection agency approved by BPCL viz. LRIS / DNV/ IRS/ EIL/ BV/ UL
INDIA PVT LTD .All equipment shall be dispatched only on certification and
final clearance by third party inspection agency / BPCL.

23. SITE ACCEPTANCE TEST (SAT)

SAT shall be conducted by Vendor and Witnessed by BPCL at plant after


installation of complete system

Scope of inspection at site shall be:

1. Functional test under rotating conditions at site. All performance parameters


such as rated production (cylinder per hour), filling accuracy (95% of cylinders
within +/- 50 gms;), functioning of Tare Weight Entry Unit& Vision unit,

page 27 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
functioning of Weight correction unit, detection of O-ring and Valve Leak
Cylinders (for leakage of 0.5 gm / hr), repeatability of detection of leaky
cylinders, recording of data in software etc.

2. Working of all safety interlocks.

3. Working of encoding station, transfer of data to fillings m/c check scale etc.

4. Hydraulic pressure testing of central column and complete assembled LPG


piping system including inlet manifold.

5. Functioning of electronic check scale.

6. Witnessing of running of complete conveyor system for its smooth operation.


Jamming of cylinders to be avoided.

7. The inspection procedures mentioned in Special Terms and Conditions.

8. Verification of software data recorded in MIS for regular production as well as


for SQC.

9. Verification of CIMFR certificate for flameproof Enclosures.

10. Verification of PESO certificate and other statutory certificates as applicable


for complete system.

Inspection (FAT & SAT) will be regarded as a check-up and shall not relieve the
Vendor of any of the contractual obligations and performance guarantee. The
third party inspection charges shall be as per the price bid format and tender
conditions.

24. APPROVAL OF DRAWINGS

Vendor will get all drawings approved from Corporation before supply and the
approval of drawing by Corporation does not absolve the vendor from his
responsibility/ obligations towards the performance guarantee of the entire filling
system covered under this tender.

25. LOCAL STATUTORY APPROVALS:

a. Vendor will obtain statutory approval from Chief Controller of Explosives of


Petroleum & Explosives Safety Organization Nagpur India (PESO) within a
period of six weeks from the date of LOI/FOI/e-mail message. Approval must
indicate the acceptability of the intrinsically safe equipment for Ambient
Temperatures of (+)50 Deg C. Approval should be either general or specific for
BPCL plant. Interim approval will not be accepted.

b. In case the above approval is not obtained on time, we may be constrained to


cancel the order and claim damages.

c. Model approval from Legal Metrology department will also be required.

d. In principle approval from Weights and Measures (Legal Metrology)


department and final approval/stamping on erection and commissioning of the
system. All expenses to be borne by vendor. BPCL will reimburse/ bear only
statutory stamping fee.

page 28 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

e. Any other statutory requirement/approvals.

f. Approval for Intrinsic Safe equipment from statutory authority( like


BASEEFA/ CENELEC/ FM) of Country of Origin should certify suitability for
the ambient temperature of +50 degree Celsius.

26. DELIVERY

a. The delivery period shall be as 5 Months from the date of LOI.

b. Two sets of manuals for erection/maintenance/service should be provided/


dispatched with the carousel and two such sets are be provided while handing
over the system.

27. ERECTION

Erection of carousel will be done in the following sequence:

The first phase of erection of the carousel will include all mechanical, electrical,
pneumatics, instrumentation & hardware jobs - to be done by VENDOR.

PESO / safety approvals by BPCL.

Charging of gas & filling on commissioning the plant will be done by vendor.
Vendor will be given intimation in advance for this.

28. WARRANTY

The vendor should familiarize themselves with Indian operating condition like
humidity, dust, temperature, water sprinkler (fire fighting system@ 15 LPM) in
the filling shed and other factors so as to ensure that the system functions in line
with the specified performance parameter under these conditions.

WARRANTY PERIOD:

The system supplied/installed should have performance warranty for the period
of 24 months from the date of commissioning or 30 months from the date of
receipt at site, whichever is earlier. Date of Commissioning shall be considered as
the date of proving the system by successfully conducting SAT. The system has
to perform consistently within the specified parameters while handing over the
system after commissioning & stablising the operating parameters). All Spares
and consumables required during the performance warranty period will be
provided by the vendor free of cost. BPCL will provide consumable like water,
lubricants, stationary & printer’s cartridge during warranty period.

Proving the system/site acceptance test will be done at plant after commissioning
and stabilizing the operations. These will include verification of performance
parameters (Filling rate, Filling accuracy, rejection of cylinders of wrong tare
weight, introduction & rejection operation, Check scale operation and accuracy,
‘O’ ring , valve tester operation and rejection of leak cylinder and repeatability,
verifying the cylinder filling production as specified, Cylinder filling data
collection system etc as per detailed parameters.

29. Vendor must dispatch the list of minimum spares that will be maintained at
each plant during the warranty period and will be hand over to plant in charge at
end of the warranty period. Any intermittent consumption during the warranty

page 29 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
period will be replenished within 15 days on consumption.

30. ANNUAL MAINTENANCE CONTRACT

a. We may enter into an Annual Maintenance Contract with the vendor for a
period of three (03) years after the warranty period is over. Please indicate the
annual cost of AMC separately in your quote. The Maintenance Contract shall
cover all the equipment supplied by vendor

b. The AMC excluding & including the cost of spares and consumables may be
given separately. Quarterly visit of min 03 days may be considered and break
down on per diem basis. The response time will be 24 hrs. and required spare will
be made available from the time of notification for both the warranty and AMC
period within 48 hours. The scope of warranty and AMC both will cover the
supply of spares also by vendor and BPC will not purchase any spare for
maintaining system supplied by vendor during the period of 2+3 = 5 (five) years.

c. Vendor to provide Comprehensive daily , weekly, monthly, quarterly, half


yearly , yearly , beyond checks/ routine preventive predictive and shut down
maintenance to be carried out for each equipment& component and list of critical
components which are likely to get damaged/wear & tear/failure in a year for
each equipment. The spares during warranty period to be provided prior to each
preventive maintenance / servicing activities. Maintenance schedules to be
developed and implemented without any production loss to BPCL

No extra payment shall be made to the vendor towards supply of any spare parts
or replacement/ repair of equipments during defect liability period of two years
from the date of successful commissioning. However, after the expiry of two
years of Defect Liability Period , Vendor shall quote the Annual Maintenance
Charges for subsequent 03 years. These charges shall include the repair of
equipments, providing spares etc and shall be paid on quarterly basis in four
equal installments of quoted rates at the end of each quarter.

AMC shall be renewed by LPG SBU after end of every year subject to conditions
mentioned in this tender. However, renewal of AMC will be on the discretion of
BPCL.

The scope of work shall broadly consist of

I. INSPECTION

a) Adjustment of equipment

b) Optimization

c) Weighing-in

d) Lubrication of equipment e) Safety checks

f) Recommendations for optimization of equipment

g) Any other activity required for smooth operation of the system supplied by the
vendor.

II. PREVENTIVE M AINTENANCE

page 30 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
Preventative replacements of wearing parts according to pre-determined

preventive maintenance plan

III. CORRECTIVE M AINTENANCE

Carrying out of necessary repairs according to need identified by plant operators


and maintenance staff

Plan & identify indent and maintain adequate spare parts inventory in co-
ordination with BPCL.

Carry out necessary replacement of parts

IV. TRAINING AND OPERATIONAL SUPPORT

Monitor the filling operation to secure correct usage of equipment

Training and instructions to BPCL filling staff to secure correct usage of filling
equipment.

V. REPORTING AND PLANNING

Working out complete service report once per month

Conduct Monthly meetings with BPCL maintenance manager to report and plan
maintenance and discuss the issues for optimizing the productivity.

VI. PERFORMANCE

Vendor shall prove the system for the rated productivity of minimum 1570
Cylinders per hour for filling of 14.2 Kgs capacity at a carousel speed of 55
seconds per revolution and 1000 Cylinders per hour for filling of 19 Kgs net
weight filling, with minimum 95% filled cylinders during the maintenance period
along with other parameters such as filling accuracy of (-)50 to (+)50 gms range,
Valve Leak, O-Ring Leak Detection system with repeatability.

BPCL reserves the right to demand capacity performance tests periodically &
shall terminate the contract in case the performance is not satisfactory.

Vendor shall take all necessary steps to prevent unscheduled stoppages and
would make all out efforts to re-commission the machine with least break down
time at no extra cost to BPCL. Necessary labour shall be provided by BPCL to
attend to the same.

VII. SPARE PARTS

Spare parts during defect liability period of 2 years from the date of successful
commissioning shall be supplied by the vendor at no extra cost. However, all
spare parts inventory required for maintaining the highest productivity level shall
planned identified indented and maintained in co-ordination with BPCL.

VIII. GENERAL CONDITIONS

page 31 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
The Service Agreement shall be periodically reviewed .

BPCL reserves the right to terminate the AMC by giving 3 months notice.

The Rates offered shall remain firm during the period of contract

The Vendor shall bring his own hand tools.

Vendor must adhere to applicable statutory laws issued by Govt of India and
provisions applicable must indemnify BPCL against any deviation or lapse on his
part

Vendor shall adhere to adhere all Safety Health Environment and security
Guidelines issued by BPCL time to time.

Vendor shall provide necessary uniform PPE like helmet and shoes at no extra
cost to BPCL.

Vendor shall indemnify BPCL against all claims and liabilities arising out of
performing this contract.

Vendor shall indemnify BPCL against act of negligence by his personnel while
performing this contract.

Free access to the equipment to the necessary extent will be granted by BPCL.

Office for the maintenance staff with common amenities shall be provided by
BPCL

The work will be carried out in agreement with the BPCL service manager.

The work must as far as possible be carried out outside working hours to interfere
as little as possible with the production.

The guarantee covers the work provided during the maintenance service only.

31. PAYMENT TERMS

The payment terms shall be as per Purchase Order & under:-

Supply Portion:

70% - payment against LC on despatch of the equipment.

30% - After erection & commissioning & within 3 weeks after handing over the
full system & on submission of performance bank guarantee for 10% value.

Erection & Commissioning Charges :

Supervision charges for erection of material, dry run & commissioning shall be
released after the commissioning & handing over of the whole system

AMC Charges :

page 32 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

The payment towards Annual Maintenance Contract (AMC) will be made


Quarterly after end of each quarter.

32. MANPOWER REQUIRED FOR ERECTION:

Vendor to advise us the details of skilled/ semiskilled/ unskilled man power


required for erection of the carousel system.

33. TRAINING OF OUR STAFF

Three tier training for our operating staff/maintenance and supervisory staff will
be carried out at our plant during erection, trial, proving & handing over period of
the system.

Technical
bid
DATA SHEET- 24 STATION CAROUSAL &
ASSOCIATED UPSTREAM & DOWNSTREAM
EQUIPMENT
DATA SHEET- 24 STATION CAROUSAL & ASSOCIATED UPSTREAM & DOWNSTREAM
EQUIPMENT

DATA SHEET- 24 STATION CAROUSAL & ASSOCIATED UPSTREAM & DOWNSTREAM


EQUIPMENT

Sr ITEM BPCL REQUIREMENT Bidder's


No Confirmation

. Operating Conditions : .
24 Station Electronic
machine carousel
suitable for filling
14.2/19 KG SC Type
Valve cylinders
simultaneously

1 System performance .
parameters

. i) Production Capacity 1570 Cylinders per hour for filling of 14.2


Kgs capacity at a carousel speed of 55
seconds per revolution and 1000 Cylinders
per hour for filling of 19 Kgs capacity filling

. ii) Filling Accuracy 95% of cylinders within +/- 50 gms or better

. iii) Valve Leak 0.5 gm / hr


Detection

page 33 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

. iv) O-Ring Leak 0.5 gm / hr


Detection

2 Cylinder As per Cylinder Data Sheet provided at the


end of this data sheet

. Dimensions .

3 Installation Under covered roof all sides open

4 Duty Continuous

5 No. of hrs/day 16 hrs /day for 300 days in a year

II Carousel Filling .
Machines :

1 Type Electronic type with individual Gas stops


valve and filling head.

2 Platform Level + 550 mm from floor level.

3. LPG Cylinder 14.2 Kg and 19 Kg

4 Working Pressure of Max. 8.5 Kg/cm2 (Differential pressure)


LPG

5 Filling Time (Max.) at Vendor to Specify considering rotation time


working pressure of 16 55 Seconds
Kg/cm2

6 Valve Details Refer to enclosed drawing

7 Type of Filling Gun Automatic lowering and centering type for


required SC Valve with pin travel of 2.8 +/-0.2mm.

8 Accuracy of filling +/- 50 gms. Or better


(Min.)

9 Filter 40 Mesh SS Strainer.

10 Bourden type 0-25 Kg To be provided before & after the filter


Pressure Gauge

11 Guide Rail I – Section/Square Section.

12 Carousel drive (Anti Preferable – Tyre/Belt driven with hydraulic


Static) motor or Gear type with electric motor
driven. Vendor to specify.

13 Introduction unit Pneumatic / hydraulic operated or Gear type


with electric motor driven unit with
automatic introduction of cylinders

page 34 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
synchronous with the speed of the carousal.
A safety device to be provided to prevent
introduction of cylinders to the carousal if
there is already a cylinder present on the
filling machines i.e. Introduction only when
machines platform empty.

14 Ejection unit Pneumatic / hydraulic operated unit or Gear


type with electric motor driven for automatic
ejection of cylinders from the carousal to the
chain conveyor. A safety device to be
provided such that if the filling head has not
detached from the cylinder then carousel
should stop gradually . By this Anti jamming
output is ensured i.e. Ejection only when
cylinders are filled and gun released. Also
the ejection has to operate only when the
conveyor is free.

15 Emergency stop Easily accessible from front & distinctly


visible .

16 Earthing connection a) Filling gun - braided copper wire along


with hose with insert

. . b) Central column.

. . c) Guide Rail

. . d) Platform

. . e) Frame

17 Safety Guard Mesh or M.S. Flat on angle iron frames all


around 1" above the platform.

18 Table Speed (To be specified by Vendor)

19 Range of speed (To be specified by Vendor)


adjustment

20 Filling accuracy +/- 50 gm. Or better.

21 Utilities required & (To be specified by vendor) Air pressure


consumption per hour supplied is 5-6 Kg/cm2
of operation.
Compressed Air
requirement in LPM &
Air pressure in Kg/cm2

22 Overall size of machine (To be specified by vendor)

23 Paint High quality anti-corrosive

24 Working height Tare weight controls to be accessible from


floor level.

page 35 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

25 Pneumatic control (To be specified by vendor)


circuit diagrams

26 LPG Pressure drop (To be indicated by vendor in Kg/cm2


across filling machines. including quantity)

27 Operating Temperature (To be specified by vendor)


(-10? C to 50? C).

III Empty cylinder pushing .


arrangement.

1 Interlocking provision To be provided

2 Auto-ejection device To be provided

IV Details of Central .
Column & Rotary
Table Design

1 Product feed LPG thru Top and air through bottom of


distribution & by-pass column preferred

2 Sealing arrangement To be provided for positive segregation of


details LPG and Air

3 Table supporting Should be supported on rails


arrangement

4 Table construction Steel frame


arrangement.

5 Leveling arrangement Preferably by tripod

6 Material of Steel
construction.

V Drive Arrangement : .

1 Drive motor type rating Hydraulic or electric with tyre/gear drive


& characteristics Rating & characteristics to be specified by
vendor

2 Speed reducing Through Frequency control


gearbox make type size
& complete details.

3 Final anti-static drive Arrangement to be indicated


arrangement details.

VI Filling Head : .

1 Release Smooth release with hinged arrangement in


jaws to facilitate little downward movement
of jaws at the time of release

page 36 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

2 Liquid pressure 8.5 Kg/Cm2 (Differential)

3 Pin travel 2.8 + /- 0.2 mm

4 Flow rate 150 LPM

5 Material Gun metal

6 Head cap Gun metal threaded

7 Pneumatic cut off of (To be specified by vendor)


LPG inside the gun
during gun release.
Hose attachment- Side
elbow.

8 Self-centering (To be specified by vendor)


horizontal alignment
arrangement with
cylinder valve.

VII General : .

1 Supporting rail size & (To be specified by vendor)


fixing arrangement.

2 Wheel details Steel wheel with sealed bearings.

3 LPG and Air hoses Should be anti-static

4 Details of all To be specified by vendor in brief.


instrument & other
fittings indicating type
make & other
characteristics.

. Micro filter One unit of 5 micron filter with 1100-LPM


capacity at 17.5 Kg/cm2 working pressure.

. Safety relief valve To be provided by vendor

. Differential pressure To be provided by vendor


valve.

. Quick shut off valve -2 To be provided by vendor


Nos.

5 Total weight & To be indicated by vendor


shipment weight &
dimension of packages.

6 All safety features Should be built in by design.

7 Gas cut off system Should be automatic with pneumatic

page 37 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
actuator mounted on ball valves.

8 Ladder for entering To be provided.


inside the carousal for
maintenance .

9 Two years Operation To be provided by vendor (complete list to


and maintenance spares be furnished.)

10 Necessary detailed To be provided by vendor.


drawings

11 Air Service Unit To be furnished by vendor

VIII Other Requirements .

1 Air Requirements Vendor to Specify


(CFM) for Carousal &
Associated Equipments
(Pre Filling & Post
Filling) including all
Pneumatic Components
of Chain Conveyor
sytem

2 Air Quality (Moisture 5 Degree Below the Minimum Ambient


Content) Temperature. For all other parameters such
as dust etc, vendor to provide suitable Air
Filter Regulators

3 LPG Pumping Vendor to Specify


Requirements (m3/Hr)

4 Power Requirements Vendor to Specify


(KW) for Carousal &
Associated Equipments
(Pre Filling & Post
Filling) excluding
Drive Units for Chain
Conveyor system

5A Power Requirements .
(KW) for Valve
Changing Machine
Without Evacuation

5B Power Requirements .
(KW) for Drive Units
for Chain Conveyor
system

6 No of Cylinder .
Unloading Points
Required

7 No of Cylinder .
Unloading Points
Required

page 38 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

8 No of Washing Units .
Required

9 No of Test Baths .
Required

Technical
bid
CYLINDER DATA
CYLINDER DATA

CYLINDER DATA

CYLINDER TYPE 14.2 kg 19 kg Bidder's Confirmation

Height 625 mm +/- 5 mm 725 mm +/- 5mm

Dia 314.4 mm +/- 5 mm 330 mm +/- 5 mm

Base ring Dia 265 mm +/- 5 mm 265 mm +/- 5 mm

Shroud Inner Dia 188 mm +/- 5 mm 188 mm +/- 5 mm

Shroud Height 127 mm +/- 5 mm 135 mm +/- 5 mm

Tare weight span) (14-19) Kg 18-23 Kg

Valve Type SC (Ref Drawing ) SC (Refer drawing)

Technical
bid
DATA SHEET- INTRINSICALLY SAFE ZENNER
BARRIERS
DATA SHEET- INTRINSICALLY SAFE ZENNER BARRIERS

DATA SHEET FOR INTRINSICALLY SAFE ZENNER BARRIERS

Sr SPECIFICATIONS BPCL REQUIREMENT Vendor's


No Confirmation

1 Type Double channel. MTL/STAHL make


(Replaceable fuse types preferred)

page 39 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
2 Application & model For interfacing limit & keyboard switches/key
for limit switches boards & loadcells installed in hazardous area
should be in FLP enclosures. Both the
channels should be separate from the earth
circuit of the zener barrier.

3 Area of installation of Zone-I Class IIA/IIB


limit switches

4 Area of installation of At safe area in FLP enclosures


zener barriers

5 Supply Voltage 10 to 35 V DC positive with respect to earth

6 Output current Upto 35 mA

7 Polarity Positively polarised

8 Terminals Should accommodate 1.5 sq. mm.


Conductors.

9 Operating -20 to + 55 degree celcius


Temperature

10 Humidity limit 95% RH

11 Conformity standard IS 10398 of 1982 or equivalent

12 Conformity PESO Nagpur India


Certification

13 Mounting Suitable to mount on the bus bar inside FLP


enclosure.

SPECIFICATION FOR FLP GLANDS

SR.NO. SPECIFICATIONS BPCL'S REQUIREMENT VENDOR'S


CONFIRMATION

1 Type FLP Double Compression


conforming to IEC 60079.

2 Type of Armour Round GI wire

3 Area of use Hazardous Zone-GI Group


IIA/IIB

4 Material .

. a)Gland Brass with Chrome Plating /


Aluminium

5 Protection Class IP 66

page 40 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

6 Size As per requirement.

DATA SHEETS FOR FLP ENCLOSURES

SR.NO. SPECIFICATIONS BPCL'S REQUIREMENT VENDOR'S


CONFIRMATION

1 Type of enclosure for FLP conforming to IEC - 60079


electronics or Equivalent

. a) Size As required

. b) Cover Threaded Gaskets having an


opening of suitable dia. with
toughened flat glass sealed in the
cover on the both sides.

. c) Isolation switch 2Nos. switches for power


ON/OFF

. d) Interconnection to Through FLP nipples


top and bottom
enclosure

. e) Mounting plate Suitable mounting plate shall be


provided for electronics

. f) Cable entry Back / bottom entry for


3/4" NT

2 Area of use Hazardous zone-1 Group IIA/IIB

3 Material LM6

4 Protection Class IP 65

5 Glands Flame proof double compression


made of brass and chrome plated
type

6 Mounting To be mounted on cold bent pipe


structure at about 1.5 M from
floor level.

Technical
bid
Specifications for Chain Conveyor System
Specifications for Chain Conveyor System

Specifications for Chain Conveyor System

page 41 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

DESCRIPTION Bidder's
Confirmation

G.I. Chain Conveyor for 14.2/19 kg cylinders:

Design, Manufacture & Supplying G.I. (Hot dipped galvanized) Chain conveyor
system for handling 14.2 Kg & 19 Kg type of cylinders (Design wt. of cylinder
is approx. 42 Kg.) @ 1800 cyl./hr. net capacity including supply of conveyor
track, leg supports, railing with Supports, chain, PE strips for the bottom of chain
& inside surfaces of railing angles sprockets, shafts, bearings, take ups, gaskets,
GI nut bolts for joining the conveyor sections and other accessories etc. complete
as per the technical specifications detailed in the tender document and as advised
by BPCL. Rate to include carrying out Third Party inspection as per the scope of
inspection detailed in the tender document.

Scope of conveyor system shall be as below:

From : Washing unit (Washing unit shall be supplied by BPCL). Integration of


conveyor system at Washing unit will be under BPCL's Scope.

To : Cylinder test bath (Test bath shall be supplied by BPCL). Integration of


conveyor system at Cylinder Test Bath will be under BPCL's Scope.

Measurement shall be on unit length basis measured through the centre line of
the conveyors. All mainline / branch line provided by the vendor from Washing
Unit to Test Bath will be measured as above.

Design of the system to be completed within 3 weeks of placement of LOI and to


be submitted with detailed calculations of load, weights, selection of
components, motors, drive sections etc. Any changes suggested by BPCL for
smooth operation / maintenance / safety requirements shall be incorporated by
the vendor and final design / drawings to be submitted.

The following material / accessories to be supplied under this item shall be GI


quality and the rest of accessories like sprockets Shafts bearings PE strips
Conveyor Chain counter weights soap trays etc. shall be as per the respective
material quality specified in the tender document.

Design, manufacture, supplying of adequate capacity Conveyor Drive units


consisting of FLP Motor, Gear box, flexible coupling, base frame, pair of
transmission sprockets, transmission chain, MS Protection cover/guard for the
drive unit, FLP Push Button Station with stand etc. complete as per the technical
specifications of tender document and as advised by BPCL

G.I. Quality Material:

Conveyor straight sections, bends, T-sections, Drive sections, Y/T sections, leg
supports railing with supports etc. as per the design of conveyor system are
included in scope and shall not be paid separately.

Galvanization shall be "Hot dip" type meeting the relevant BIS


specifications. Min. Galvanization thickness shall be 50 Microns.

Note:

The top of chain conveyor inside the Filling shed shall be kept normally at 550
mm above the floor level and in all other sheds the chain conveyor shall be laid

page 42 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
on the floor with 50 mm to 100 mm clearance from the floor. However the
height of leg supports in connecting platforms & sheds (if required) shall vary as
per the site requirement.

Part of the conveyor system shall be bi-directional if required. No separate rate is


payable for bi-directional conveyors.

The vendors to consider the above requirement while quoting the rates for this
item.

1.01 The scope of work under this specification shall cover the design,
manufacture, shop test , inspection, erection and commissioning at site of G.I.
chain conveyor system at BPCL LPG Bottling plant.

1.02 Design, manufacture, supply, erection and commissioning of chain


conveyor system and accessories shall be done by the supplier in compliance
with all operating condition specified in the specifications to meet the
performance requirements as specified in the data sheets.

1.03 The vendor shall stand guarantee for the performance of the entire system
and all the equipment supplied by them including all the bought out items.

1.04 The vendor shall submit the manufacturer s test certificates for all the items,
including electrical equipment and other bought out items included in the scope
of supply.

1.05 The equipment shall be inspected during various stages of manufacture at


vendor/sub-vendor s works by the Third Party Inspection Agency. Report of
stage- wise inspection shall be furnished along with supply of the equipments.

1.06 The vendor shall arrange to carry out all necessary tests as advised by the
Third Party Inspection Agency and shall replace materials/ rectify defects
immediately if so advised by the agency. Inspection will be regarded as a check-
up and shall not relieve the vendor of any of the contractual obligations and
performance guarantee.

1.07 All the equipment and accessories shall be tested at the approved /
authorised laboratories of the Third Party Inspection Agency.

1.08 The vendor shall also furnish a complete set of tools required for
maintenance of equipment offered by the vendor.

1.09 All electric motors supplied by the vendor shall be Energy Efficient
Induction Motor as per IS 12615 (EFF1) and FLP as per IEC 60079 & IS 4691
and approved by CIMFR & PESO.

1.10 All push button stations supplied by the vendor shall be as per IEC 60079;
IS 2147 and approved by CIMFR & PESO.

SECTION B

2.00 DETAILED SCOPE AND EXCLUSIONS

2.01 Works included

Scope of work covered in this specification shall generally be as given below.

page 43 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
However, the vendor shall be responsible to complete the work in all respects
and in doing so, provide/supply all facilities not covered below specifically but
nevertheless required for the satisfactory performance of the complete system.

2.02 Equipment to be supplied as below:

i) Chain conveyors (double chain type), bends, Y- sections with polyethylene


wear strip, lubrication system for a capacity of 1800 cylinders/hour along with
tanks for lubrication (length as per layout).

ii) Set of pneumatic pushers and diverters as required.

iii) All the necessary air service units comprising filter, regulator and lubricator
units along with all the inter-connecting piping to the equipment under the scope
of supply of the vendor.

iv) Tools for maintenance purpose (list to be furnished by vendor).

v) Supply of all foundation bolts for equipment under the scope of the vendor.

vi) The vendor shall supply all motors (flameproof) required for all the
equipment under scope along with local start/stop / reverse push button
(explosion proof and flame proof).

vii) Providing continuous earthing of chain conveyor section by braided copper


conductors

viii) Erection, testing and commissioning of chain conveyor system and


accessories.

ix) 6 sets of operation and maintenance manuals for each plant.

2.00 Works excluded

Civil works for foundation of equipments, floor works are excluded from the
scope.

SECTION C

3.00 JOB SPECIFICATION FOR VARIOUS EQUIPMENTS

The main object of this general specification is to outline the condition and
requirement of the purchaser under which the manufacturer shall design,
manufacture, shop test/inspect and supply the equipment suitable for conveying
and transporting LPG cylinders. The specification intends to give the bidder the
function and operating characteristics which the equipment shall fulfill.

3.1 CHAIN CONVEYOR

i) The conveyor shall be designed for continuous duty at full load as specified
under operating conditions and the various components shall conform to relevant
codes. The equipment layout is only indicative, which may undergo changes at
the time of actual execution. Quoted rates of the vendor for the individual items
shall be valid for such changes also.

page 44 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
ii) The performance requirement of the chain conveyor units to be supplied
under this specification shall be as specified in the job specification and data
sheets.

iii) The conveyor shall be compact and robust in construction. The conveyor
shall be designed to withstand the impact of the cylinder conveyed.

iv) The conveyor shall be manufactured in standard lengths suitable for erection
i.e. either direct on the floor, lowered into the floor or by means of special
supports at any convenient height above the floor as well as with rise or fall as
the case may be.

v) The chain conveyor lengths shall be standardized to the extent possible so that
the drive requirements are standard.

Conveyor lenght required at Baitalpur-170M. Bhitoni(Raipur)-85M. NRL -110M


Mangalore -60M

vi) At the bottom of chain rail exchangeable wearing plates shall be provided on
which the chain shall run. In all curved sections, the rail wall shall be reinforced
with a special wear-resisting flat. The wear plates shall be made of polyethylene.
Necessary soap-wash lubrication system shall also be provided.

vii) Constant lubrication of chain to obtain easy running with low frictional
resistance removal of dirt and conducting away of static electricity, if any, shall
be provided on the chain conveyor.

viii) Radius along the curves shall be generously proposed for smooth
conveyance.

ix) The chain conveyors shall be designed such that they can be started on full
load with cylinders.

x) The chain conveyors shall have a minimum overlap of 600 mm.

xi) The chain conveyor railing shall be provided with PE strip on inner flat
surfaces.

NOTE : The chain conveyor system shall be of G.I. material as explained under
schedule of quantities.

3.1.1 CHAIN

i) The chain shall be made of quality material so that the elongation and wear is
kept to a minimum and the chains shall be easily replaceable type.

ii) The chain shall have ample factor of safety for the working load in relation to
the ultimate strength.

iv) The chain shall be guided on tracks welded to the steel frame.

v) The chain shall flex freely around drive sprockets and tail sprockets.

vi) Twisting of chains and such other causes shall be prevented in order to
minimize wear by providing suitable guides.

page 45 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

3.1.2 SPROCKETS

i) Sprockets used shall be of cast steel of proper grade. The sprockets shall be
properly designed to give maximum chain life.

ii) Sprockets shall be of adequate size in order to maintain overlap of chain lines
when flexing around the sprockets.

iii) To ensure equal pull on all chains and their alignment the sprockets shall be
mounted on the driving shaft with strict coincidence of their teeth positions.

iv) All sprockets shall be provided with proper lubrication system and the bidder
shall furnish the relevant details of the same.

3.1.3 SHAFTS & BEARINGS

i) Shafts shall be designed of quality steel of proper grade with closely controlled
tolerances for correct bearing fits. It shall be designed to withstand any shock
load.

ii) The bearings shall be anti-friction type.

iii) The bearings shall be protected effectively from ingress of foreign material
by proper seals. For this, oil seals or labyrinth seals shall be provided on
plummer blocks.

iv) Suitable provision shall be made for proper lubrication.

3.1.4 DRIVE

i) The drive unit shall consist of explosion proof Energy Efficient Induction
Motor as per IS 12615 (EFF1), start/stop push button starter including FLP cable
glands, speed reduction unit (worm reduction gear, oil cooled type) coupling,
roller chains, drive sprocket , base plate and any other component required to
complete the unit.

ii) The vendor shall indicate the rated kW, RPM, voltage frequency etc. of the
motors

iii) Reduction gears shall conform to specifications AGMA 420-02/BS/IS codes.

iv) Couplings shall be of semi-flexible type and provided with safety covers.

v) Safety guards shall be provided as per safety regulations for all rotating parts.

vi) Driving unit shall be provided with a tensioning device for conveyor chain
and a soap water tank where the chain at continuous passage is efficiently
cleaned and lubricated.

vii) Drive shall be preferably located by the side of the conveyor with proper
access for maintenance.

viii) A common adjustable base frame for reduction gear box and FLP motor
shall be supplied.

page 46 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

3.1.5 CONVEYOR FRAMING

i) Conveyor framing shall be fabricated from G.I. steel sections. The conveyor
framing shall be provided with guides of suitable height to guide the LPG
cylinders handled as indicated in the layout drawings.

ii) The drive and take up sections shall preferably have separate frames
accommodating the drive and the take up units. The intermediate sections
supporting the moving parts of the conveyor shall consist of separate standard
sections bolted together.

3.1.6 PNEUMATIC PUSHING DEVICE

The pneumatic pushing device shall be located on the chain conveyor at points
where LPG cylinders are to be sorted out.

The pusher shall be automatic type and on receipt of suitable pulse, the cylinder
shall be pushed out automatically without manual operation.

The pulse shall be sent by a pneumatic sensor located on the chain conveyor
system that is actuated by the flag provided on the cylinder to be ejected. A
pusher device shall also have a stopper to avoid pusher rod getting jammed by
the next on coming cylinder during its retrieval.

3.1.7 MANUAL DIVERTER

At all Y junctions on the conveyor system there shall also be a manual diverter
such that by operating it, the flow of cylinder can be smoothly changed from one
direction to another.

3.1.8 ROLLER CONVEYORS

Wherever there is a transfer of cylinders where roller conveyor is required, the


same shall be provided.

3.1.9 STOPPER UNITS

i) Stoppers shall be rigid enough to contain the load of the cylinders in that
particular section where it is installed.

ii) Both the arms shall be operated by independent pneumatic cylinders mounted
on each arm.

iii) The unit shall include air service units and necessary pneumatics depending
on the operational requirements.

3.1.10 WEAR PLATES

i) The wear plates shall be made of Ultra High Molecular Weight - Poly
Ethylene (UHMW-PE) of thickness 10 mm & 6 mm as per the requirement.

ii) The bidder shall furnish necessary catalogues for the wear plate.

iii) The bidder shall also furnish details like manufacturer's name, previous
locations where it has been installed in chain conveyors attaching copies of

page 47 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
letters confirming satisfactory running of the system in those locations .

SECTION: D

4.1 DRAWINGS AND DATA REQUIREMENTS TO BE SUBMITTED BY


VENDOR

The following documents shall be submitted by vendor in 6 sets:

4.01 General arrangement drawings with outline dimensions, including details


for foundation design.

4.02 Cross-section and part list of all equipment.

4.03 Certified performance curves.

4.04 Certified test records of all equipment.

4.05 Diagram of wiring connections.

4.06 Piping and instrument diagrams for air, water etc.

4.07 Test certificates for bought out items.

4.08 Assembly and installation details.

4.09 Erection, operation and maintenance manuals.

4.1 Erection drawings.

4.11 Design calculations of all the equipments offered.

Note : Documents 4.01 to 4.11 to be submitted after placement of order.

4.12 Completed data sheets - along with bid.

4.13 Material specifications - along with the bid.

4.14 Detailed layout drawing and dimensions (GA Drg.) of all equipment along
with the bid.

4.15 Following information to be furnished along with the technical bid;

Air Requirement

LPG Pumping Requirement

Power Requirements for Carousal and Associated Equipments including Chain


Conveyor

No. of Loading & Unloading Conveyors

page 48 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
No. of Washing Units & Test Baths

SECTION : E

5 THIRD PARTY INSPECTION:

5.01 The approved Third Party Inspection agencies are as per General Technical
Terms and conditions.

5.02 Scope of Third Party Inspection includes verifying manufacturer's Test


Certificates visual inspection of components like FLP Motors Reduction Gear
Boxes and other FLP Equipments and chain conveyor system parts and trial runs
of the equipments. This is in addition to the scope specified in the Special Terms
and conditions.

5.03 Scope also includes Physical and Chemical Analysis of following materials
in a laboratory approved by the Third Party Inspection Agency:

i) Conveyor Chain Links and Bush : 3 Samples for every 100 running Meter of
conveyor

ii) Chain Pins : do

iii) Wear Plates : do

iv) Conveyor Track section : 1 Sample for every 100 running Meter of conveyor

v) Sprockets : 10 % of total quantity.

5.1 PERFORMANCE TESTING AND GUARANTEE

All equipment and component parts shall be guaranteed by Vendor against


defective material, design and workmanship for a period of 24 months from the
date of commissioning or 30 months from the date of receipt at site, whichever is
earlier. Date of Commissioning shall be considered as the date of proving the
system by successfully conducting SAT.

The Vendor shall carry out the performance test run of the complete system at
site after satisfactory erection in line with the detail given in the Data Sheet.
Training to BPCL personnel shall be given at site during erection/commissioning
period without any extra cost to BPCL.

Vendor shall be solely responsible for smooth and trouble free performance of
the plant as a whole during the guarantee period. In case of any problem arising
during guarantee period even after taking over of the plant, Vendor shall have to
carry out any rectification/replacement at his own cost.

5.2 APPROVAL OF DRAWINGS

5.21 Vendor after placement of order shall be fully responsible for getting all
arrangements drawings approved from purchaser before supply.

5.22 Approval of drawings by purchaser does not relieve the vendor from his
responsibility of performance guarantee of plant and equipment covered under
this purchase requisition.

page 49 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

1. Scope of inspection for chain conveyor shall be as follows :-

a. Scope includes physical and chemical analyses of following material in a


reputed laboratory :

i. Conveyor chain links and bush – 3 samples for every 100 running meter of
conveyor.

ii. Chain pins - --- do ----

iii. Wear Plates - --- do ----

iv. Conveyor Track Section - 1 samples for every 100 running meter of
conveyor.

v. Sprockets – 10% of total quantity.

b. Verification of test certificates for reduction gear boxes of chain conveyor.

c. Verification of test certificates for motors for charactertics such as insulation


resistance test, high voltage test, no load running motor and reading of current
and voltage in three phases, locked rotor test, reduced voltage running test.

SECTION F

SPECIFICATIONS FOR ENERGY EFFICIENT INDUCTION M OTORS

SCOPE

1.1 This specification covers requirements of flame-proof Energy Efficient


Induction Motor as per IS 12615 (EFF1) and FLP as per IEC 60079 & IS 4691
and approved by CIMFR & PESO for installation of hazardous areas.

1.2 The design, manufacture and performance of induction motors shall comply
with all currently applicable standards, regulations and safety codes.

1.3 Motors shall conform to following latest version of Indian Standards /


Equivalent International Standards :

i)??? IS : 4691 : Degree of protection provided by enclosures for rotating


electric machinery.

ii) IS : 12615 : Energy Efficient Induction Motors

iii) IS : 1257 : Dimensions of post mounted induction motors

iv) IS : 4029 : Testing of induction motors

v) IS : 4278 : Terminal marking for rotating electric machinery

vi) IEC : 60079 : Flame-proof enclosures for electrical appliances.

2.0 GENERAL REQUIREMENTS:

page 50 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

2.1 Motor shall be totally enclosed fan cooled type unless otherwise specified.
Motors shall be suitable for full voltage direct on-line method of starting and
hazardous environment.

2.2 Motors shall be capable of starting and accelerating the load with the
applicable method of starting without exceeding acceptable winding temperature
when the supply voltage is 85% of the rated motor voltage.

2.3The locked rotor current of the motor shall not exceed 600 % (medium 72%
with IS tolerance) unless approved.

2.4 The insulation shall be given tropical and fungicidal treatment for successful
operation of the motor in the hot humid and tropical climate.

2.5 Motors weighing more than 25 Kgs. Shall be provided with eyebolts lugs or
other means to facilitate safe lifting.

2.6 Except as noted horizontal motors shall be foot mounted type and vertical
motors shall be flange mounted type.

2.7 Epoxy treatment shall be given to overhang of the windings of the motor.

3.0 BEARINGS

The motor shall have two end shields housing ball/or roller bearings bearing,
type , size and make for driving and non-driving and shall be clearly specified
and adequate number of bearing chart correlating motor frame sizes and bearing
number and type shall be provided.

4.0 TERMINAL BOX :

4.1 Terminal box shall be flameproof , weather proof construction designed for
outdoor service, to eliminate entry of dust and water. Gaskets of neoprene or
approved equivalent shall be provided at cover joints and between box and motor
frame.

4.2 The terminal box shall be suitable for top or bottom entry of cables and
flame- proof cable glands shall be provided.

4.3 Unless otherwise approved, the terminal box shall be capable of being turned
through 360 degree in steps of 90 degree.

4.4 The terminals shall be of the stud type with necessary plain washers spring
washers and checknuts. They shall be substantially designed for the current
carrying capacity and shall ensure ample phase to phase and phase to ground
clearances.

4.5 Details of Purchaser s cables will be furnished to the successful bidder at the
time of order.

5.0 PAINT AND FINISH :

Motor external parts shall be finished and painted to produce a neat and durable
surface which would prevent rusting and corrosion. The equipment shall be
thoroughly degreased all rust sharp edges and scale shall be removed and painted

page 51 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
as per the painting specifications stated above.

6.0 EARTHING :

Two independent earthing points of belted type shall be provided on opposite


sides of the motor, for connecting purchaser s earthing conductors, as specified
in the Data Sheet. These earthing points shall be in addition to any earthing stud
provided in the terminal box material of bolts shall be SAE – 4140.

7.0 TESTS :

All motors shall be tested as per IS : 12615. The following routine tests shall be
carried out on each motor.

a. Insulation Resistance Test.

b. High Voltage Test.

c. No load running of motor and reading of current in three phases and voltage.

d. Locked Rotor Test at a suitable voltage

e. Reduced Voltage Running up Test.

8.0 INSPECTION :

8.1 Inspection including witness tests will be carried out the TPIA.

9.0 GUARANTEE :

All equipments and components parts shall be guaranteed by vendor against


defective material, design and workmanship for a period of 24 months from the
date of satisfactory commissioning or 30 months from the date of receipt at site
whichever is earlier. Satisfactory commissioning is deemed to have been
achieved after proving the system by successfully carrying out the SAT.

DRAWINGS :

Vendor shall submit six (6) prints of the following certified drawings for
approval after award of contract :

a) Outline dimensions and general arrangement with net weight foundation detail
, cable box entry details etc.

b) Name plate data junction box details.

c) Connection and wiring diagrams.

Vendor shall furnish six (6) sets of maintenance and installation manual before
dispatching motors.

10.3 One print of each drawing will be returned to vendor after making all
necessary correction, changes and required clarifications. Vendor shall
incorporate these and send within fifteen days, six prints of each drawing marked

page 52 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
“Certified for Record and Use “.

11.0 The enclosed data sheet indicates details of technical requirement.

12.0 REQUIREMENT :

Motor is to be used in Class I, Division I, Gas Group Areas A and B and should
comply with IEC : 60079 (Latest Version) and must have FLP certification from
Chief Controller of Explosives, PESO, Nagpur, India. Neccessary approval
certificates issued for the same to be submitted.

DATA SHEET

CHAIN CONVEYOR SYSTEM

OPERATING CONDITIONS :

Chain conveyor Installation : Under roof Duty

Continuous Conveyor length : As per layout

PERFORMANCE DATA & CONSTRUCTION FEATURES : CHAIN


CONVEYOR

Handling Capacity: Min. 1800 cylinders per hour

Speed mtrs/min: As per design of vendor

No. of chains : Two

Take up type : Vendor to specify

No. of conveyors : AS PER LAYOUT

Total length approx. : As per Schedule of quantities/ layout

Chain pitch : 62.5 mm approx.)

Head sprocket dia mm : Vendor to specify

Tail sprocket dia mm : Vendor to specify

Lubricator : Soapy water

Tank for soapy water :Required. A 20 NB nozzle in the top shall be provided in
each soap tray for giving soap water solution connection.(should be able to
accommodation solution for full day operation) Alternate method of lubrication
if any may be suggested.

Conveyor Track (channel)

Thickness : Min 6 mm or as per design of manufacturer , whichever is more.

page 53 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Painting of Conveyor : as per Painting specifications

Deviation in straightness : Max. 3 mm per Metre length

No. of chains :2

Chain make: Vendor to specify

Chain life : 4 years (min)

Wear plate life : 2 years(min)

Chain material - Leaf : EN - 8

- Pin : EN-24

- Bush :EN-8

- Wear plate : MS(COF 0.30)

Hardness : 220BHN

Chain pitch mm : 62.5 mm (approx.)

Distance between chains : 112 mm (approx.)

No. of chain links : 16 per mtr. (approx.)

Working strength : 3000 Kg/ Strand

Breaking strength : 6500 Kg/ Strand

Factor of safety: 2 (min)

Tensioning arrangement : Hinged weight and tension wheel/ counter weight


balanced.

HEAD SPROCKETS

Type : Hubbed

Material : Cast steel as per IS

Sprocket dia : As per design (Vendor to specify)

No. of teeth : As per design (Vendor to specify)

Teeth hardness : 170 -190 BHN Lubricator : Soapy water

TAIL SPROCKETS

page 54 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Type : Hubbed

Material : Cast steel

Dia of sprocket : As per design (Vendor to specify)

No. of teeth : As per design (Vendor to specify)

Teeth hardness : 170 -190 BHN Lubricator : Soapy water

CHAIN CONVEYOR FRAM E - G.I. M aterial

Connection between frame/

Supports : Bolted Bracing of supports : Required Spacing of supports : 1.5 m

Support size : G.I. Material - ISMC 75 of length req. to include

railing support also. No. of supports on curve : 2 (min)

Track space : Bolted

Expansion joint : Vendor to specify

Load data required : To be furnished

Track (channel) material : MS to IS : 226

Thickness of channel : 6 mm or as per design, whichever is more

CONVEYOR RAILING : G.I. Material

Side railing : ISA 50 x 50 x 6 mm with 6 mm thick PE strip on the inner faces.

Railing supports: ISMC 75 @ 1.5 m c/c. ( refer note below): additional extra
supports at bends.

NOTE : CONVEYOR FRAME & RAILING TO BE SUPPORTED BY A


SINGLE G.I. CHANNEL (ISMC 75) SUPPORT. NO SEPARATE SUPPORTS
FOR RAILING ARE ACCEPTABLE.

WEAR PLATE

Material : MS(COF 0.30)

Life : Min. 2 years under normal operating conditions

CHAIN RAIL

Type : Provision for taking side thrust

page 55 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
Rail Material : Vendor to specify Reinforcement of rails on curves - Required

DRIVE No. of drives : To be designed by the vendor.

Location : As per final approved Layout

REDUCTION GEAR BOX

Make : Radicon/Elecon/ Shanthi / BPCL approved equivalent

Type : Worm reducer

Size : Vendor to specify

Ratio : As per design

Drive factor : As per design High speed coupling

Type : Flexible coupling with rubber spider in between.

Make : Fenner / Lovejoy / BPCL approved equivalent

DRIVE CHAIN

Make : TI /Diamond / Rolon / BPCL approved eqv.

Type : Duplex or Triplex

Material : Wear Resistant steel

Hardness : 350 BHN (Min) Pitch : As per design

Working strength : 7500 Kg min. Vendor to submit calculation Breaking


strength : 15000 Kg min. Vendor to submit calculation Factor of safety : 2

Tensioning arrangement : To be provided. Vendor to specify

DRIVE SPROCKET

MAKE : Vendor to specify

Type : Duplex or Triplex

PCD : Vendor to specify

No. of Teeth: To suit speed

Material : IS -2062 with case hardened

Hardness : 200 - 220 BHN (Min.)

page 56 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
SAFETY GUARDS

Material : MS sheet

Thickness : 3 mm (min)

DRIVE BASE

Combined drive base for motor and reduction gear box : Required

HEAD SHAFT & BEARING

Shaft diameter : 60 mm - 80 mm (approx.)

Material : EN - 8

Bearing type : Ball bearing

Make of bearing : SKF / TIMKEN / BPCL approved eqv. Bearing life : 30000
Hrs.

Bearing capacity : Vendor to specify

Type of seal : Vendor to specify

Pressure lubricator : Required

TAIL SHAFT & BEARING

Shaft diameter : 40 mm approx. Material : EN - 8

Make of bearing : SKF / TIMKEN/ BPCL approved eqv. Bearing capacity :


Vendor to specify

Bearing type : Vendor to specify

Type of seal : Vendor to specify

ROLLER CONVEYORS

Roller width : 450 mm measured between two angles. Roller material :


Aluminium

Roller housing : Steel

Size of roller : 50 mm dia Pitch : 50 mm - 55 mm Bearing type : Ball bearing


Bearing capacity : 500 Kg.

Bearing size : Vendor to specify Bearing life : 30000 working hrs.

Conformity to IS : Yes

page 57 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
Shaft size : 12 mm approx. Shaft material : EN-8

Conveyor stringer size : 65 * 65 * 6 thk IS Angle

Conveyor support : ISMC 75

NOTE : Structural steel used for conveyor system will be of TISCO, SAIL,
IISCO or VIZAG make only

INDUCTION MOTORS

GENERAL

1. Supply voltage: 415 V +/- 10% 3 Phase

2. Frequency : 50 Hz +/- 5%

3. Ambient Temperature : 5 deg C - 50 deg C

4. Corrosive Atmosphere : YES

5. Hazardous : Class I Division I Gas Groups IIA & IIB, Zone I.

6. Division of Area : Division I

DATA EQUIPMENT DETAILS

1. Equipment : Flameproof Induction (Energy Efficient Induction Motor as per


IS 12615 (EFF1) and FLP as per IEC 60079 & IS 4691 and approved by CIMFR
& PESO

2. Quantity : As per Layout

3. R.P.M. : 1500 RPM

4. Full Load Torque : VTS

5. Starting Torque : VTS

6. Duty Cycle as per IS : 325 : Direct coupled to reduction gear box.

MOTOR DETAILS

1. Rating : 5.5 3.7 & 2.2 KW

2. R.P.M. : 1500

3. Degree of protection as per IS:4691 : TEFC IP-55

4. Rotor Construction : Squirrel Cage

page 58 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
5. Installation : Indoor

6. Insulation : B Class

7. Momentary Overload capacity: VTS

8. Starting Torque : VTS

GENERAL

1. Supply voltage: 415 V +/- 10% 3 Phase

2. Frequency : 50 Hz +/- 5%

3. Ambient Temperature : 5 deg C - 50 deg C

4. Corrosive Atmosphere : Yes

5. Hazardous : Class I Division I Gas Groups IIA & IIB, Zone I.

6. Division of Area : Division I

DATA EQUIPMENT DETAILS

1. Equipment : Flameproof Induction Motor

2. Quantity : As per Layout

3. R.P.M. : 1500 RPM

4. Full Load Torque : VTS

5. Starting Torque : VTS

6. Duty Cycle as per IS : 325 : Direct coupled to reduction gear box.

MOTOR DETAILS

1. Rating : 5.5 3.7 & 2.2 KW

2. R.P.M. :1500

3. Degree of protection as per IS:4691 : TEFC IP-55

4. Rotor Construction : Squirrel Cage

5. Installation : Indoor

6. Insulation : B Class

7. Momentary Overload Capacity: VTS

page 59 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

8. Starting Torque : VTS

Technical
bid
Additional Requirements
Additional Requirements

Additional Requirements

DESCRIPTION Bidder's
Confirmation

I. VISION UNIT

1.The scope of supply of vendor shall also include supply of Vision Unit along
with the complete Carousel Filling system. The vision unit shall be one common
fully Automatic tare reading System (vision unit) without manual intervention,
with sort out for 'Due for Testing and repairable' cylinders.

2. Automated tare weight reading unit (vision unit) shall automatically read the
tare weight data of the cylinders (without manual punching) and transfer the data
to the filling machines and check scales.

3. The capacity of the vision unit shall be 2000cyl/hr & 97% readability .

4. Vision unit shall be provided for online transfer of tare weight and for
rejection of the DPT ( Due for Pressure Testing) cylinders without any manual
intervention. However, in addition to Vision Unit, central encoding stations of
equal capacity shall also be provided which shall also be connected to the
Carousel Filling system with a provision of bypassing the vision unit incase
vision unit is not working. Operators will enter the tare-weight of the cylinders
by using the keyboard provided on the central encoding station

5. The system shall be designed to ensure automatic and continuous filling


operation of the LPG cylinders, by limiting human intervention only to the
extent of entering tare weights at the encoding station only incase vision unit is
not working. Vision unit & The encoding station shall be connected to each
filling scale as well as the check weigh scale for transmittal of the data taking
into account the filling patterns and sequence of cylinders. However each filling
scale shall also be provided with industrial keyboard for entering tare weights as
stand bye facility. (In case the same is not envisaged in the proposed system;
alternative proposed by vendor should be specified)

6. The tare weight reading shall be from the vision unit & also there shall be
central encoding station through which the operators shall punch only the last
two digits of the tare weight of the cylinder. For example, for entering the
cylinder tare weight of 16.8 Kg, the operator will punch only 6 & 8 on the
keyboard, which would be sufficient to transfer the tare weight to the station
without any error. The encoding station shall work in tandem with the Auto
Entry and Auto Ejection System and shall have complete logic to take care of
any contingency situation in these two systems also. In case of malfunctioning of
the central encoding station, the operator shall be able to punch the necessary
tare weight entries thru the keyboards of each filling scale.

page 60 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

7. The carousal will mainly read the tare weight from Vision unit of capacity
2000 cylinders per hour, central encoding station is used only in case, if vision
unit is not working under bypass mode. The specification of encoding station is
as mentioned elsewhere.

8. There shall be a display unit for sequential display of tare weights read by the
Vision Unit for enabling monitoring of Vision Unit functioning.

9. The software for data acquisition, shall also include on-line monitoring all
operations fromVision unit, DPT Cylinders rejected at Vision unit

10. The scope of Inspection shall also include Checking of Vision unit accuracy
and operations parameters.

11. Site acceptance Test will also include verification of performance parameters
of Vision unit also.

II. VALVE/BUNG LEAK DETECTOR/TESTER :Auto Calibration

1. The system shall have continuous monitoring facility giving early warning of
any problems ahead, thus permitting isolation of machine in case of
malfunction.2. In addition to the standard Test Cylinder for calibration, the
equipment shall have inbuilt online verification unit for regular verification of
machine performance at preset intervals. The same shall be programmed to
verify the machine and record of the same shall be communicated to the PC at
control room.

III. O-RING LEAK DETECTOR/TESTER : Auto Calibration

1. In addition to the standard Test Cylinder for calibration the equipment shall
have inbuilt online verification unit for regular verification of machine
performance at preset intervals. The same shall be programmed to verify the
machine and record of the same shall be communicated to the PC at control
room.

IV. Automatic Speed Control through Variable frequency drive for Carousel

Automatic Speed Control of 14.2 kg and 19kg through Variable frequency drive
to be provided ( wherever Carousel with vision unit is being provided)

Technical
bid
Annual Maintenance Contract
Annual Maintenance Contract

Annual Maintenance Contract

DESCRIPTION Bidder's
Confirmation

We may enter into an Annual Maintenance Contract with the vendor for a period
of three (03) years after the warranty period is over. Please indicate the annual

page 61 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
cost of AMC separately in your quote. The Maintenance Contract shall cover all
the equipment supplied by vendor. The AMC shall cover all the equipments
supplied by vendor under the contract viz. Vision unit (wherever supplied)
Carousal Filling Machine, Associated Upstream & Downstream Equipments,
Chain Conveyor System, Drive Units, Gear Units, etc.

The AMC excluding & including the cost of spares and consumables may be
given separately. Quarterly visit of min 03 days may be considered and break
down on per diem basis. The response time will be 24 hrs. and required spare
will be made available from the time of notification for both the warranty and
AMC period within 48 hours. The scope of warranty and AMC both will cover
the supply of spares also by vendor and BPC will not purchase any spare for
maintaining system supplied by vendor during the period of 2+3 = 5 (five) years.

Vendor to provide Comprehensive daily , weekly, monthly, quarterly, half


yearly , yearly , beyond checks/ routine preventive predictive and shut down
maintenance to be carried out for each equipment& component and list of
critical components which are likely to get damaged/wear & tear/failure in a
year for each equipment. The spares during warranty period to be provided prior
to each preventive maintenance / servicing activities. Maintenance schedules to
be developed and implemented without any production loss to BPCL

No extra payment shall be made to the vendor towards supply of any spare parts
or replacement/ repair of equipments during defect liability period of two years
from the date of successful commissioning. However, after the expiry of two
years of Defect Liability Period , Vendor shall quote the Annual Maintenance
Charges for subsequent 03 years. These charges shall include the repair of
equipments, providing spares etc and shall be paid on quarterly basis in four
equal installments of quoted rates at the end of each quarter.

AMC shall be renewed by LPG SBU after end of every year subject to
conditions mentioned in this tender. However, renewal of AMC will be on the
discretion of BPCL.

The scope of work shall broadly consist of

I. INSPECTION

a) Adjustment of all the equipments supplied by Vendor

b) Optimization

c) Weighing-in

d) Lubrication of equipment e) Safety checks

f) Recommendations for optimization of equipment

g) Any other activity required for smooth operation of the system supplied by
the vendor.

II.PREVENTIVE MAINTENANCE

Preventative replacements of wearing parts according to pre-determined


preventive maintenance plan

III. CORRECTIVE MAINTENANCE

page 62 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

Carrying out of necessary repairs according to need identified by plant operators


and maintenance staff

Plan & identify indent and maintain adequate spare parts inventory in co-
ordination with BPCL.

Carry out necessary replacement of parts

IV.TRAINING AND OPERATIONAL SUPPORT

Monitor the filling operation to secure correct usage of equipment

Training and instructions to BPCL filling staff to secure correct usage of filling
equipment.

V. REPORTING AND PLANNING

Working out complete service report once per month

Conduct Monthly meetings with BPCL maintenance manager to report and plan
maintenance and discuss the issues for optimizing the productivity.

VI.PERFORMANCE

Vendor shall prove the system for the rated productivity of minimum 1570
Cylinders per hour for filling of 14.2 Kgs capacity at a carousel speed of 55
seconds per revolution and 1000 Cylinders per hour for filling of 19 Kgs net
weight filling, with minimum 95% filled cylinders during the maintenance
period along with other parameters such as filling accuracy of (-)50 to (+)50 gms
range, Valve Leak, O-Ring Leak Detection system with repeatability.

BPCL reserves the right to demand capacity performance tests periodically &
shall terminate the contract in case the performance is not satisfactory.

Vendor shall take all necessary steps to prevent unscheduled stoppages and
would make all out efforts to re-commission the machine with least break down
time at no extra cost to BPCL. Necessary labour shall be provided by BPCL to
attend to the same.

VII. SPARE PARTS

Spare parts during defect liability period of 2 years from the date of successful
commissioning shall be supplied by the vendor at no extra cost. However, all
spare parts inventory required for maintaining the highest productivity level
shall planned identified indented and maintained in co-ordination with BPCL.

VIII. GENERAL CONDITIONS

The Service Agreement shall be periodically reviewed .

BPCL reserves the right to terminate the AMC by giving 3 months notice.

The Rates offered shall remain firm during the period of contract

page 63 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

The Vendor shall bring his own hand tools.

Vendor must adhere to applicable statutory laws issued by Govt of India and
provisions applicable must indemnify BPCL against any deviation or lapse on
his part

Vendor shall adhere to adhere all Safety Health Environment and security

Guidelines issued by BPCL time to time.

Vendor shall provide necessary uniform PPE like helmet and shoes at no extra
cost to BPCL.

Vendor shall indemnify BPCL against all claims and liabilities arising out of
performing this contract.

Vendor shall indemnify BPCL against act of negligence by his personnel while
performing this contract.

Free access to the equipment to the necessary extent will be granted by BPCL.

Office for the maintenance staff with common amenities shall be provided by
BPCL.

The work will be carried out in agreement with the BPCL service manager.

The work must as far as possible be carried out outside working hours to
interfere as little as possible with the production.

The guarantee covers the work provided during the maintenance service only.

Technical
bid
LIST OF SPARES FOR SUPPLY, INSTALLATION,
TESTING & COMMISSIONING OF 24 ST.
ELECTRONIC CAROUSEL WITH INTEGRATED
DOWN STREAM FACILITIES
.

Document Description Bidder Response

LIST OF SPARES- Download LIST OF SPATES.pdf

page 64 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

If yes this form is to be downloaded by the vendor, Filled the details of spares(Please do not
indicate price), Signed / Stamped and uploaded during bid submission..)

Technical
bid
UNPRICED BID FORMAT FOR BIDDER
UNPRICED BID FORMAT FOR BIDDER

UNPRICED BID FOR VENDOR

BPCL REQUIREMENT BIDDERS


RESPONSE

Delivery Period : All the equipment shall be supplied within 4 months from the
date of receipt of LOI by the vendor . The completion period of installation,
testing and commissioning at site shall be one month from the date of intimation
from the site on site readiness.

2. CST WITHOUT FORM C (IN PERCENT)VAT (IN PERCENT)CST WITH


FORM C

3.PLEASE MENTION PLACE FROM WHERE MATERIALS WILL BE


DESPATCHED(PL GIVE YOUR WORKS/FACTORY ADDRESS)

4. PLEASE MENTION THE PERSONS NAME /PHONENO./E-MAIL ID


FROM WHOM CLARIFICATIONS CAN BE SOUGHT

5) DEVIATION (PLEASE MENTION DEVIATION, IF ANY, IN ANY OF


THE COMMERCIAL TERMS & CONDITIONS, WITH RESPECTIVE
CLAUSE NO.

6) PLEASE CONFIRM, IF YOU ARE AN MSE (MICRO/SMALL


ENTERPRISE)? IF YES, PLEASE UPLOAD THE RELEVANT AND VALID
SUPPORTING DOCUMENTS (EM II DOCUMENT). THIS IS TO AVAIL
PURCAHSE PREFERENCE AS PER TENDER TERMS, IF APPLICABLE.

foreign bidder to mention Country of Origin

foreign bidder to mention Load Port

foreign bidder to confirm BTN Classification / Custom Tariff Number

foreign bidder to quote prices in USD or EURO only. foreign bidder to confirm
the currency of quote-whether USD or EURO.

Approved Third Party Inspection Agencies(TPIA) : LRIS / DNV/ IRS/ EIL/


BV/ UL INDIA PVT LTD

Loadings will be done as applicable while evaluating the price offer.

page 65 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
In case of conflict, the relevant portion of the clause of technical and
commercial specifications will prevail. No Counter conditions to any of BPCL
terms & conditions will be accepted.

Foreign bidders to nominate a local Indian agency to carry out all activities in
India . All payments in INR will be made to that agency in INR only. Details of
agency to be provided.

Service tax will be applicable on supervision of installation & commissioning


charges & AMC charges.( current rate of service tax is 15%)

Price bid

Price Bid
Price Bid

Column name Bidder response

SL.NO. 1

item description 24 station Electronic Carousel including all equipments


as in tender (except vision unit & conveyor system
)complete including TPIA along with 2 years Spares

bidder to take note of details in this (Ex-works price for Indian bidder/FOB price for
column while bidding foreign bidder)

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 2

item description Vision unit complete including TPIA along with 2


years Spares (Ex-works for indian bidder/FOB for
foreign bidder)

bidder to take note of details in this (Ex-works price for Indian bidder/FOB price for
column while bidding foreign bidder)

QUANTITY 3.00

page 66 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 3

item description Conveyor system including TPIA along with 2 years


Spares----Conveyor length required at Baitalpur-170M.
Bhitoni(Raipur)-85M. NRL -110M Mangalore -60M
including TPIA along with 2 years Spares

bidder to take note of details in this (Ex-works price for Indian bidder/FOB price for
column while bidding foreign bidder) Foreign bidder is free to source this
item from India & if he choses currency as inr then
offer is ex-works location in India

QUANTITY 425.00

UOM Meter (M)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 4

item description FAT charges

bidder to take note of details in this LS per carousel system


column while bidding

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that

page 67 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 5

item description Ocean Freight

bidder to take note of details in this LS per carousel system (only to be quoted by foreign
column while bidding bidder in their currency) not to be quoted by Indian
bidder

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 6

item description marine Insurance

bidder to take note of details in this LS per carousel system (only to be quoted by foreign
column while bidding bidder in their currency) not to be quoted by Indian
bidder

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 7

item description Clearing charges including Port Charges etc.

page 68 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

bidder to take note of details in this LS per carousel system (only to be quoted by foreign
column while bidding bidder in inr)not to be quoted by Indian bidder

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 8

item description Excise duty (ED) on Item ex-works (INR) in %

bidder to take note of details in this quote in %


column while bidding

QUANTITY 0.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 9

item description VAT/CST against form C in % for Mangalore

bidder to take note of details in this quote in %


column while bidding

QUANTITY 0.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/

page 69 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 10

item description VAT/CST against form C in % for NRL

bidder to take note of details in this quote in %


column while bidding

QUANTITY 0.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 11

item description VAT/CST against form C in % for Raipur

bidder to take note of details in this quote in %


column while bidding

QUANTITY 0.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 12

item description VAT/CST against form C in % for Baitalpur

page 70 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.
bidder to take note of details in this quote in %
column while bidding

QUANTITY 0.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 13

item description INLAND TRANSPORTATION CHARGES including


transit insurance from Indian port to site for
Mangalore.

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 1.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 14

item description INLAND TRANSPORTATION CHARGES including


transit insurance from Indian port to site for NRL.

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 1.00

UOM Number (NO)

bidder to quote per unit

page 71 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 15

item description INLAND TRANSPORTATION CHARGES including


transit insurance from Indian port to site for Raipur

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 1.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 16

item description INLAND TRANSPORTATION CHARGES including


transit insurance from Indian port to site for Baital pur.

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 1.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 17

page 72 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

item description supervision of installation & commissioning charges

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 18

item description AMC charges for 1st year after warranty period

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 19

item description AMC charges for 2nd year after warranty period

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

page 73 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Column name Bidder response

SL.NO. 20

item description AMC charges for 3rd year after warranty period

bidder to take note of details in this LS per carousel system in inr


column while bidding

QUANTITY 4.00

UOM Number (NO)

bidder to quote per unit

pl mention currency of quote(INR/


EURO/USD). Also note that
wherever % has been asked, fill na
in the cell in this column.

Note: 1. During the warranty period of two years, no extra charges will be paid to you.
2. The materials are required to be door delivered .
3. Where-ever not applicable in price bid, put zero.
4. Only all custom duties as applicable in India will be reimbursed by BPCL within five working
days after submission of all relevant documents by the bidder s authorized representative in India.

5. Rates quoted should be inclusive of all duties & taxes, where-ever it has not been specifically
sought in price bid

6. Rates quoted should include charges towards callibration, PESO approval or any other statutory
charges & applicable taxes if any.

7. The service tax applicable on AMC & supervision of installation & commissioning will be
payable extra as per applicable rate.

Prebid committee published


Start date 24/06/2016 11:00:00 End date 24/06/2016 14:00:00

Mode of pre bid Offline Published date 16/06/2016 11:51:51

Published by D Manimaran (CPO (M) - Remarks ok


Procurement Group 3)

page 74 of 75
Tender reference No : CRFQ1000257169 System ID : 13140
Tender title : GLOBAL 2- BID TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF 4
NOS. AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED ELECTRONIC DOWN STREAM
FACILITIES INCLUDING VISION UNIT FOR MANGALORE, BAITALPUR, RAIPUR & NRL LPG PLANTS.

page 75 of 75
CENTRAL PROCUREMENT ORGANIZATION (MKTG)
BHARAT PETROLEUM CORPORATION LIMITED
‘A’ INSTALLATION, SEWREE FORT ROAD
SEWREE (E), MUMBAI - 400 015

GLOBAL TENDER
FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF
AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH
INTEGRATED DOWN STREAM FACILITIES FOR LPG PLANTS

CRFQ NO.: 1000257169

DUE ON: 14/7/16 AT 1500 HRS IST


Pre – bid meeting on 24/6/16 1100 hrs IST
at Central Procurement Organisation (Mktg),Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),Mumbai - 400 015.
GLOBAL TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF
AUTOMATIC 24 STATION ELECTRONIC CAROUSEL WITH INTEGRATED DOWN
STREAM FACILITIES FOR LPG PLANTS

We are pleased to invite your most competitive offer for the captioned supply in complete accordance with the
tender documents attached herewith.

Bharat Petroleum Corporation Limited is a Fortune 500 Navratna PSU engaged in manufacturing and Marketing of
diverse range of Petroleum Products. BPCL (Bharat Petroleum Corporation Ltd) is a major Indian Government
owned (Public sector) Oil companies engaged in Petroleum sector downstream activities. It operates numerous POL
Terminals and LPG plants spread all across the country for receipt, storage, handling & dispatch of petroleum
products.

1. Materials are required to be supplied as specified in the tender document, specifications / Bill of quantities. The
details of specifications of materials required to be procured is enclosed along with this tender document.
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.

2. BPCL intends to procure and install 4 sets of LPG AUTOMATIC 24 STATION ELECTRONIC CAROUSEL
WITH INTEGRATED DOWN STREAM FACILITIES

3. This is an e-tender. Please visit the website https://bpcleproc.in for participating in this tender and submitting
your Techno-commercial and Price bids online. The bid documents are to be submitted online thru e-proc portal
only. All the bids shall be opened online.

4. The e-tender is floated in Two Part Bid through E-Tender system, consisting of Bid Qualification Criteria
(BQC) , Technical plus Commercial and Price Bids , all floated together.

Part-I : BQC and Techno-Commercial Bid (other than Price Bid)


a) Instructions to Bidders
b) Bid-qualification Criteria
c) General Purchase Conditions with Format for Performance Bank
d) Special Purchase Conditions
e) Technical Specifications
f) Integrity Pact
g) Declaration
h) Form for filling particulars of bidder
i) Form for relationship with Directors
j) Form for Unpriced bid
Each page of bid documents meant for uploading by the bidder is to be duly signed & stamped before
uploading the same. Information pertaining to Particulars of Tenderers and Relationship with Directors and
unpriced bids shall have to be filled online.

Part II: Price Bid


Price bid is enclosed with this tender document. Price bid shall have to be submitted online in the
appropriate form provided.
Foreign Bidders to quote in Euro or USD only for supply items & to quote for supervision of installation in
Indian Rupees(INR). They can source conveyor system from India & quote for the same in inr.

5. Bidders should bid for all the items in this tender and qualify in BQC, Technical & Commercial bids, in order
that their price bid can be opened. Bid Qualification Criteria, Technical & Commercial evaluation will be
carried out before price bid opening. Only Price bids of those bidders, who qualify in the BQC, Technical &
Commercial bids, will be opened.
6. Offers would be evaluated & awarded on location-wise lowest landed price basis considering all the items
for a location. Bidder has to quote for all the items in price bid. 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

7. The Vendors shall be in a position to produce further information as and when required by BPCL. BPCL, at its
discretion reserves the right to verify information submitted and inspect the manufacturer facilities to confirm
their capabilities. The vendors should have required clearance from all statutory authorities as applicable.

8. The bidder should be able to manufacture & supply the entire size/type/quantity/location in the tender. Bidders
cannot bid for part items or part quantity.

9. Firstly the BQC and Technical cum commercial bids will be opened. The bids shall be initially scrutinized as
per tender requirements of BQC (Bid qualification criteria). Technical cum commercial requirements bids of
only those vendors who qualify the BQC will be processed further. Only the price bids of techno-commercially
qualified bidders will be opened and evaluated. After the price bid evaluations & recommendations &
approvals, contract/s will be placed by CPO (M) dept. of M/s BPCL. The placement of orders & further
activities pertaining to order/s fulfillment will be undertaken by BPCL’ s Engg & Projects materials team.

10. The bids submitted should be valid for six months from the due date of bid submission for our acceptance. 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.

11. Once the offer is accepted, it will remain firm till completion of contracts/orders.

12. Bids should be submitted positively by the due time & date as mentioned in this tender. The e-portal system
time, in Indian Standard time, will be the time to be considered.

13. We request the bidder to carefully go through all tender documents before submitting the offer. Please note that
any exceptions or deviations to the tender document is necessarily to be recorded in the deviation statement
attached only. Any exceptions/deviations brought out elsewhere in the bid shall not be considered.

14. The bidders may be invited for a presentation to BPCL during techno-commercial evaluation before price bid
opening.

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

16. 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 .

17. BPCL alone reserves the right to accept or reject, any or all tenders received at its absolute discretion without
assigning any reason whatsoever.

18. A Pre-bid meeting is scheduled for 24/6/16 at 1100 hrs IST at the office of BPCL, Sewree, Mumbai. All
prospective bidders can participate in the same.
a) The purpose of the pre-bid meeting is to clarify any doubts of the BIDDER on the interpretation of the
provisions of tender.
b) Bidder(s) are requested to submit their queries, mentioning form name, clause no. & clause by a letter / e-
mail to our office as per schedule in order to have fruitful discussions during the meeting.
c) All the Bidder(s) are requested to attend the pre-bid meeting to be held at BPCL Office as per schedule.

19. 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 : manimarand@bharatpetroleum.in
PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE
NO. 9820067543 / E-MAIL : srinivass@bharatpetroleum.in

20. Earnest Money Deposit (EMD) ( also referred to as Bid Security): You shall be required to submit the Earnest
Money Deposit (EMD) of Rs. 7,50,000/- for Indian bidders & 11,138 USD or 10,021 Euro 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. 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
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.

21. The bidder shall bear all costs associated with the preparation and submission of the bid and BPCL will in no
case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
22. BPCL is not responsible for any delays from bidder end.
23. BPCL reserves the right to make any changes in terms and conditions of tender before due date of bid
submission and to reject any or all bids received incomplete. BPCL reserves the right to change the quantity
tendered.
24. By submitting the bid, the bidder undertakes as under:
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.

25. BPCL reserves their right to negotiate the quoted prices with lowest bidder.

26. The list of approved Third Party inspection agencies (TPIA) are LRIS / DNV/ IRS/ EIL/ BV/UL INDIA PVT
LTD

27. Vendors would be qualified based on data and documents provided by them and based on information available
with BPCL with regard to their credentials. 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.

28. The vendors who are on holiday list by BPCL,MOPNG, Oil Public Sector Undertaking (PSU) will not be
considered.

29. Tenderers shall also have to essentially sign an Integrity Pact (IP), for participating in this tender. The salient
points to be noted in regard to IP are :
a) Proforma of Integrity Pact shall be uploaded by the Tenderer along with the bid documents duly signed by
the same signatory who is authorized to sign the bid documents. All the pages of the Integrity Pact shall be
duly signed. Tenderer’s failure to upload the IP duly signed along with the bid document shall result in the
bid not being considered for further evaluation.
b) If the tenderer has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from
Tenderer Price reduction amount by forfeiting the EMD/Performance Guarantee as per provisions of the
Integrity Pact.
c) If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled
to terminate the contract according to the provisions of the Integrity pact, BPCL shall be entitled to demand
and recover from contractor, Price reduction amount by forfeiting the Performance Guarantee amount as
per provisions of the Integrity Pact.
d) Tenderers may raise disputes/complaints, if any, with the nominated Independent External Monitor.
30. All the tender documents and Annexures, Techno-commercial details and Price Bids shall be required to be
digitally signed with a class IIB or above digital signature by the authorized signatory. The authorized signatory
shall be:
i. Proprietor in case of proprietary concern.
ii. Authorized partner in case of partnership firm.
iii. Director, in case of a limited Company, duly authorized by its board of directors to sign.
If for any reason, the proprietor or the authorized partner or director as the case may be, are unable to
digitally sign the document, the said document should be digitally signed by the constituted attorney having
full authority to sign the tender document

31. Online submission of the tender shall be considered as token of having read, understood and totally accepted all
the terms and conditions.

32. 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.

33. 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.

34. 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.

35. 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.

36. 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 (provided as
attachment under declaration format) of the tender document should be downloaded & then suitably filled,
signed, stamped & uploaded against relevant heading.

37. 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.

38. 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.

39. Telex/Telefax/ E-mail/postal offers will not be considered and shall be rejected.

40. 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. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder s EMD. 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.
41. 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.

42. 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.

43. The experience details and financial & technical capabilities of the Bidder(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.

44. 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 notification of award (Letter/Fax/e-mail of Intent).

45. 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.

46. 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 before
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.

47. The relevant WCT /TDS if & as applicable will be deducted from the charges quoted by the successful bidder .

48. 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 Owner will not have any additional liability towards payment of
Excise Duty, Education Cess and Sales Tax/VAT which is based on Bidder s wrong assessment / interpretation
of applicability of such Excise Duty and/or education cess and / or Sales Tax/VAT. For Services such as
installation, commissioning activities, bidder’s quoted prices shall be inclusive of Works Contract (WCT) as
applicable till complete execution of the Order/ Contract and Owner shall not have any liability, whatsoever on
this account. Variation, for any reason including statutory levies will be to vendor’s account. Bidder shall quote
rate of Service Tax on the quoted charges. Bidder shall also ensure that the invoice(s) shows the service tax
component separately and is issued in accordance with Service Tax Rules. Octroi/Entry tax, if any, in India
shall be directly paid by the vendor, if applicable, which shall be reimbursed by Owner at actuals on submission
of documentary proof. BPCL shall not be liable, in case the tax authorities assess the tax elements in a different
way on account of any reason, whatsoever. Taxes and duties other than those specified in this document, if any,
shall be included in the quoted prices and no reimbursement shall be made by BPCL.
Owner s liability with respect to taxes and duties will be restricted to the following only:
Excise duty, education cess on excise duty and sales tax/VAT as quoted by the bidder.
Any new or additional taxes or duties levied by statutory authorities during contract shall be borne by the
bidder.

49. ISSUE OF CONTRACT/ PURCHASE ORDER: After the successful Bidder has been notified that his bid has
been accepted, the Owner will send to such Bidder a detailed contract/Purchase Order/s incorporating all the
terms and conditions agreed between the parties. Within 7 days of receipt of the detailed contract/ Purchase
Order, the Bidder shall sign and return to the Owner the duplicate copy of the contract/order as a token of their
Acknowledgement. The contract will be issued by CPO(M) dept. & call-off orders/purchase orders by E&P
dept of BPCL

50. 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 who participated
/ intends to participate in the Corporation tender. The details of the same are available on our website
www.bharatpetroleum.in
51. It shall be understood that every endeavor 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.
52. 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.

INSTRUCTIONS FOR E- TENDER PARTICIPATION

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” 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 vendoradmin@bpcleproc.in with a copy to
support@bpcleproc.in 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 tenders directly 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 andnobody 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.

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:
For system related issues :
M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-mail to id support@bpcleproc.in.
Tender issues:
Procurement Leader/Manager of M/s. BPCL at contact no.022 24176408/24176418 with a e-mail to Id srinivass@bharatpetroleum.in
or manimarand@bharatpetroleum.in

Thanking you.

Yours faithfully,
for Bharat Petroleum Corporation Ltd.
D Manimaran
Procurement Leader,Gr3
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 1 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 2 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 3 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 4 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 5 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 6 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 7 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 8 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 9 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 10 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 11 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 12 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 13 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 14 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 15 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 16 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 17 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 18 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 19 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 20 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 21 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 22 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 23 of 23
CRFQ1000257169 SPECIAL TERMS & CONDITIONS

1. During the warranty period of two years, no extra charges will be paid to you.
2. The materials are required to be door delivered.
3. Where-ever not applicable in price bid, put zero.
4. Only all custom duties as applicable in India will be reimbursed by BPCL within five working
days after submission of all relevant documents by the bidder s authorized representative in
India.

5. Rates quoted should be inclusive of all duties & taxes, where-ever it has not been specifically
sought in price bid

6. Rates quoted should include charges towards callibration, PESO approval or any other
statutory charges & applicable taxes if any.

7. Delivery Period : All the equipment shall be supplied within 4 months from the date of receipt
of LOI by the vendor The completion period of installation, testing and commissioning at site
shall be one month from the date of intimation from the site on site readiness.

8 Payment terms: As per our conditions mentioned in General Technical Requirement.

9. Third party inspection certificate / Inspection by BPCL. Inspection of the complete system
shall be done at vendor’s works and at site as per scope attached. BPCL reserves the right to
inspect the system at vendor’s works as mentioned in addition to TPIA. BPCL reserves the right
to decide if FAT will be done or not.

10. Approval from Chief Controller of Explosives, India for the equipment being supplied to be
submitted along with the bid. In case the vendor is not in a position to submit the Approval along
with the bid he shall produce Firm Undertaking to submit the same within 2 months from the
date of placing the Purchase order by BPCL & bear complete responsibility for financial loss
arising out of the delay. BPCL reserves the right to cancel the Complete Purchase order in case
of non-submission of PESO approval and shall reserve the right to recover all the financial losses
and other associated costs from the vendor. Bid shall be rejected in case the
approvals/undertaking are not submitted along with the bid.

11. In case of conflict between the General Purchase Conditions(GPC) & Special Purchase
Conditions (SPC), the relevant portion of the clause of the SPC will prevail. No Counter
conditions to any of BPCL terms & conditions will be accepted. Clauses in technical
specification sheet will prevail over SPC & GPC.
12.Taxes & Duties : Applicable to foreign bidders : i) It is vendors responsibility to arrange for
delivery of the materials to the respective locations. The rate quoted should include all charges
including port & customs clearances, international freight, local freight, LC charges outside
India, etc. BPCL will only reimburse the customs duty charges to the agency nominated by the
foreign bidder. Bill of entry should be in BPCL name. ii) The foreign bidder is free to source
items available locally from India. This has to be specified while bidding & payment for these
will be in Indian Rupees (INR). iii) Foreign bidders to nominate a local agency to carry out
erection/commissioning of the supplied items. All INR payments will be made to the Indian
agency only.
13. Applicable to All bidders: In case Taxes & duties are quoted separately by the bidder in the
price bid format of the tender, then any variation in taxes & duties by the government during the
execution of Contract will be considered within the contractual delivery period only.
14. In price bid, wherever CST is applicable, vendors will have to quote the CST (with form-c).
15. Approved Third Party Inspection Agencies(TPIA) : LRIS / DNV/ IRS/ EIL/ BV/ UL INDIA
PVT LTD

16. Location addresses are as under:

i. MICRO LPG PLANT- BAITALPUR, BPCL, GORAKHPUR DEORIA ROAD,


BAITALPUR 274201
ii. RAIPUR LPG BOTTLING PLANT BPCL, VILLAGE KHAPRI, TEHSIL -TILDA
RAIPUR 493116 CHHATTISGARH
iii. SENIOR MANAGER (MATERIALS),NUMALIGARH REFINERY LIMITED,
PANKAGRANT, P.O. NUMALIGARH REFINERY COMPLEX, DISTRICT :
GOLAGHAT , ASSAM PIN: 785699.
iv. MANGALORE LPG PLANT, BPCL, BAIKAMPAADY IND AREA, MANGALORE
575011 KARNATAKA

17. This tender does not call for vision unit for Mangalore. However if it is required in future,
then the supplied system should be compatible for provision of vision unit.

18. The contract/order /payments for materials meant for NRL will be handled by NRL directly.

19. Award will be on location-wise lowest basis considering all elements including supervision
& AMC. Evaluation will be done location-wise. All Custom duties will be loaded while
evaluation as applicable. 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.
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

You might also like