BHARAT PETROLEUM CORPORATION LIMITED , CPO-REFINERIES MAHUL REFINERY, MAHUL , MUMBAI- 400 074. CRFQ NO. 1000232362 (E Tender Sys No: 1627) Page 1 of 20 BHARAT PETROLEUM CORPORATION LTD (REFINERIES DIVISION) MUMBAI CENTRAL PROCUREMENT ORGANISATION-REFINERIES [CPO – R] TENDER ( CRFQ No. 1000232362), E TENDER SYSTEM NO:1627 FOR MARK*VIe TMR CONTROL SYSTEM FOR FRAME 5 GAS TURBINE (GT#1) AT BPCL-MUMBAI REFINERY ALONG WITH INSTALLATION AND COMMISSIONING OF THE MARK VI e PANEL Due Date 11:00 Hrs (IST) on 11.05.2015 Unpriced Bid Opening : 11:15 Hrs (IST) on 11.05.2015 Address for contact: Bharat Petroleum corporation Limited CPO-Refineries Mumbai Refinery, Chembur, Mahul Mumbai 400 074 Fax No.91-22-25544082 Tel No. 91-484-2821654 Email : [email protected]/[email protected]
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
MK-Vie Control unit technical specifications Specs for up gradation of existing Mark-V control system of GT#1 Frame-V to Mark VIe control system with TME configuration for BPCL, MUMBAI The upgrade shall consist of One (1) Mark* VIe panel with Two (2) desktop HMI’s in Control room. Upgrade of any other system, cabling, instrumentation and any other scope not included in this proposal is the responsibility of BGGTS. The new Mark* VIe TMR control panel shall replace the existing Mark* V panel with Two (02) new desktop HMIs in Control Room. This HMI will provide the operator interface to the new control system. The project shall include a GE factory engineer to convert the operating site software, to perform a software audit of translated code, to perform simulation testing, and to archive software for unit records. The customer shall be provided with an electronic copy of the conversion software so that the Field Engineer will install in the new Mark* VIe hardware and download in the HMI. During the installation, the Field Engineer will exercise off-line and on-line procedures to test the newly enhanced Mark* VIe, HMI, and network solution. The existing FR-V GT currently has Mark* V TMR control system and this shall be upgraded to Mark-VIe TMR. The existing panel shall be replaced with the new Mark-VIe TMR panel. The size of the new panel shall be (2000mmW x 800mmD) NEMA1 with RAL 7035 color. The Mark-VIe platform shall provide a triple modular redundant (TMR). The Mark-VIe shall be with wide variety of I/O that shall allow following functions in addition to turbine controls.
I/O Electronics I/O Processor: 32 Bit RISC CPU 266MHz; QNX operating system
Redundancy: Triple; on-line repair
LEDs: Power status, attention, link status, application-specific
Ambient temperature sensor: Diagnostic alarm
Infrared transceiver: Low level diagnostics monitor I/O, set host/function names
Operating Temperature: 25°C to +48°C
Terminations
Barrier type Full set of boards
Distance to field devices 450 m max
Power Triple redundancy input Power supply Software Format: 32-bit IEEE-854 floating point
Graphic representation: Function blocks and ladder diagrams; multiple block libraries
Programmability: Fully programmable with password protection
On-line downloads: Supported in all configurations
Architechture A single board computer is the heart of the system. It shall include the main processor and redundant Ethernet drivers for communicating with network I/O and additional Ethernet drivers for the control network. In the TMR system three of these single board computers are used in a voting configuration. A QNX real time, multi-tasking operating system shall be used for the main processor and I/O. Application software to be provided in a configurable control block language and is stored in non-volatile memory. The I/O Net shall be dedicated, full duplex, point to point protocol that provides a deterministic high speed 100MB communications network. It shall provide communication between the main processors and network I/O blocks, called I/O packs. Each I/O pack shall be mounted on a board with barrier or box-type terminal blocks. The I/O pack
contains two Ethernet ports, a power supply, a local processor and a data acquisition board. Every I/O pack communicates directly with IO net, which enables each I/O pack to be replaced individually without affecting any other I/O in the system. Also, the I/O pack shall be able to replace without disconnecting any field wiring.
Redundancy Mark Vie shall be provided with following redundancy options
• Power sources and supplies: TRIPLE
• Controllers (main processor) : TRIPLE
• I/O network redundancy: TRIPLE
• I/O electronics: TRIPLE
• I/O packs per terminal board: TRIPLE
• Ethernet Ports / I/O pack: TRIPLE
Controller
The Mark VIe shall be Compact PCI architecture and run the QNX realtime operating system. The Mark VIe controller runs the application code and is the IO Net bus master for communication with the I/O packs. The controller communicates with I/O packs solely via IO Net. The rack and its contents shall be rated for NFPA Class 1, Div. 2 with an operating range of 0 to 60°C. Boards are front-loaded, vertical, and held in position by their connectors with guides on both sides and a faceplate that screws into the rack. The 28 V DC power supply shall be redundant power supplies for each controller of the TMR controllers. Either supply can be inserted or removed from the rack without disturbing controller operation. IO Net
Communication between the controller and the I/O packs is performed with the internal IO Net. This shall be a 100 MB Ethernet network. The IO net for BPCL (MR) shall be of triple configurations. Ethernet Global Data (EGD) and other protocols are used for communication. EGD is based on the
UDP/IP standard (RFC 768). EGD packets are broadcast at the system frame rate from the controller to the I/O packs, which respond with input data. Industrial grade switches shall be used for the IO Net that meet the codes, standards, performance, and environmental criteria for industrial applications, including an operating temperature of -30 to 65°C (-22 to 149°F). Switches shall have provision for redundant 10 to 30 V dc power sources (200/400 mA) and are DIN rail-mounted. LEDs indicate the status of the IO Net link, speed, activity, and duplex. I/O Packs
One or multiple I/O packs are mounted on each board to digitize the sensor signal, perform algorithms, and communicate with a separate controller that contains the main processor. I/O packs shall have a local processor board that runs a QNX operating system and a data acquisition board that is unique to the type of input device. Local processors run algorithms at faster speeds than the overall control system. An infrared transceiver shall be provided for low-level diagnostics. I/O values monitoring, I/O pack host/function names shall be programmed, and error statuses can be checked Specifications • Dual 100 MB Ethernet ports • 100 MB full duplex ports • Online repair per I/O pack • Operation -30°C to 65°C (-22 °F to 149 °F) • Accuracy -30°C to 65°C (-22 °F to 149 °F) • I/O packs rated Class 1, Div. 2 • Ambient temperature sensor • LEDs: power status and attention • LEDs: Ethernet link-connected and communication-active • LEDs: application-specific • Processor: 32-bit RISC CPU 266 mHz • Infrared Transceiver: Low level diagnostics monitor I/O, set host/function names, error status • Power: 28 V dc (typical) • Internal solid-state circuit breaker and soft start The I/O Processor shall contain a temperature sensor that is accurate to within ±2°C (±3.6 °F). Detection of an excessive temperature shall generate a diagnostic alarm, and the logic shall be available in the database (signal space) to facilitate additional control action or unique process alarm messages. In addition, the temperature is continuously available in the database. A power supply shall provide a regulated 28 V dc power feed to each I/O pack. The negative side of the 28 V dc is grounded through the I/O pack metal enclosure and its mounting base. The positive side has solid-state circuit protection built-into the I/O pack with a nominal 2 A trip point. Online repair is possible by removing the 28 V dc connector, replacing the I/O pack, reinserting the power connector, and downloading software from the software maintenance tools. Terminal Blocks T-Type Barrier terminal boards with three I/O packs shall be used in MK-VIe control system of BPCL (MR)
T-type boards shall contain two 24 point, barrier-type, removable, terminal blocks. Each point shall accept two 3.0 mm2 (#12AWG) wires with 300 V insulation per point with spade or ring type lugs. In
addition, captive clamps shall be provided for terminating bare wires. Screw spacing shall be 9.53 mm (0.375inch) minimum, center-to-center. A shield strip shall be provided next to each block, which is actually the left-hand side of the metal base where the board is mounted. Wide and narrow boards are arranged in vertical columns of high and low-level wiring that can be accessed from top and/or bottom cable entrances. T-type boards are normally surface mounted, but can also be DIN-rail mounted. I/O Interface The Mark VIe control shall be designed for direct interface to turbine and generator devices such as vibration sensors, flame scanners, linear variable differential transformers (LVDT), magnetic speed pickups, thermocouples, and resistance temperature detectors (RTD). Direct monitoring of these sensors reduces the need for interposing devices with their associated single-point failures. Direct connection to a field device reduces long-term maintenance, and enables diagnostics to directly monitor the health of devices mounted on the machinery. Contact inputs shall be powered from the 125 V dc battery bus through the Mark VIe terminal boards. Each contact input shall be optically isolated and has a 1ms time stamp for sequence of events monitoring. Terminations for existing contact inputs can be replaced one-for-one or split up for greater alarm resolution. For example, instead of having several field contacts wired to a single contact input, they can be separated into multiple contact inputs to provide a separate alarm message. Contact outputs shall be from plug-in, magnetic relays with dry, Form-C, contacting outputs (optional solid state outputs). Turbine solenoids are to be powered from the 125 V dc battery bus with suppression for each solenoid with a 3.2 A slow-blow fuse on each side of the feeder circuit. Analog inputs shall monitor 4 – 20 mA (250 Ω), which can be configured for self-powered, differential inputs, or as sensors that use a +24 V dc supply from the Mark VIe control. Selected inputs can be configured for 0 – 1mA inputs (5,000 Ω) or ±5, 10 V dc inputs. This shall interface to • Existing 4 – 20mA generator MW and MVAR transducers • Existing 0 – 5 V dc gas fuel and compressor discharge pressure transducers Analog outputs can be configured for 4 – 20 mA output (500 Ω maximum) or 0 –200 mA output (50 Ω maximum). Thermocouple inputs can be grounded or ungrounded. Software linearization shall be provided for type J and K thermocouples used on GE gas turbines plus types E, S, or T thermocouples. Existing control and over temperature thermocouples to be retained and divided between the Mark VIe controller and the backup protection module for temperature control and over temperature protection, respectively. RTD inputs can be grounded or ungrounded. Software linearization shall be provided for 10 Ω copper, 100/200 Ω platinum, or 120 Ω nickel RTDs. The generator or load compressor RTDs can be monitored directly by the Mark VIe with all turbine and driven-load temperatures being collected in a common database with other turbine generator parameters. Speed input direct interface provides redundant, magnetic speed sensor inputs to the controllers for speed control and over speed protection. Backup protection shall be provided with separate processors, and terminal boards to automatically de-energize the fuel solenoids.
Flame input direct interface shall be provided for ultra-violet flame scanners that produce a pulsed output. This eliminates any interposing transducers and enables the diagnostics to monitor the actual light level. An alarm shall be initiated if the light level diminishes below an acceptable level due to carbon or other deposits on the scanner window. Integrating servos shall have a direct interface to the bipolar servo actuator and LVDT valve position feedback. Bi-polar servo current outputs are provided in 10, 20, 40, 80, and 120 mA ranges for fuel valves and Inlet Guide Vane (IGV) control. Mark VIe LVDT excitation shall be 7.0 Vrms at 3.2 kHz. Pulse rate inputs are also provided for servo control loops using liquid fuel-flow, pulse-rate feedback. Vibration protection shall have a direct interface for vibration protection sensors. This includes seismic (velocity) type sensors used on gas turbines. This eliminates the single-point failure of a separate monitoring system, and allows Mark VIe diagnostics to monitor seismic sensors when the turbine is running or stopped. The Mark VIe shall contains accelerometer speed-tracking filters to isolate the appropriate vibration frequencies of each shaft for the display, alarm, and protection. Proximitor input shall have direct interface for monitoring keyphasor, radial proximitor, and axial proximitor data shall be available in a common database with all turbine parameters. The fundamental (1X), first harmonic (2X), and composite vibration signals shall be collected by the Mark VIe and displayed with both magnitude and phase angle on the Human-Machine Interface (HMI). Active isolators provide buffered outputs to BNC connectors on the Mark VIe terminal boards for temporary connection to portable vibration analysis equipment. Synchronizing interface shall use generator and line potential transformers to match the generator frequency (turbine speed) to the line frequency and match the generator voltage to the line voltage through commands to the generator excitation control. The Mark VIe shall provide backup sync check protection, close the generator breaker and monitor actual breaker closure time. Control Functions
The control functions mentioned below shall be provided in the offered MK-Vie system. Startup control is an open-loop system that increases the fuel stroke reference as the turbine startup sequence progresses to preassigned plateaus. Acceleration control adjusts the fuel stroke reference according to the rate of Change of the turbine speed to reduce the thermal shock to the hot gas path parts of the turbine. Speed control uses the median speed from three speed sensors and separate shaft speed-control algorithms for each shaft in multi-shaft machine applications. The Mark VIe shall vary shaft speed reference to control real power (megawatt) output in mechanical and generator drive application. Generator load control compares the load set point with the MW feedback and adjusts the speed set point to regulate load. Mark VIe maintains a constant generator shaft speed to meet the electrical power demand and also controls the generator field through the use of VAR/Power Factor (PF) control algorithms to generate excitation raise and lower commands. A spinning reserve selection allows the machine to start automatically and await an operator input to synchronize to the grid. Selection of fast load start or pre-selected load raises the output to the pre-selected load set point limit. Selection of base or peak raises this set point to the maximum limit. Compressor load control uses the concept of Integrated Turbine Compressor Control (ITCC) and combines turbine prime mover and load compressor surge controls in a single control system. Mark VIe shall be capable of load sharing single stage and multiple stage compressors; as well as providing process controller capability for pressure, temperature, level or flow parameters. The surge control and
protection algorithms allow operation closer to the surge line by anticipating surge events and taking corrective action to prevent surge events before they occur. Exhaust temperature control algorithms sort the input from each thermocouple from the highest to the lowest temperature. They automatically reject bad thermocouple data, average the remaining data values, and execute the control algorithm based upon the average calculated temperature. Redundant transducers monitor the compressor discharge pressure and bias the temperature control to correct for ambient conditions and the corresponding variations in mass flow. Inlet guide vane control modulates the position of the compressor stator vanes to provide optimum compressor and unit operation. During startup, the guide vanes open as the turbine speed increases. When the unit is online, the guide vanes modulate to control turbine airflow temperature to optimize combustion system and combined cycle performance. Emissions control shall be available with diluent (water or steam) injection via a multinozzle quiet combustor to quench flame temperature and reduce thermal NOx formation. Dry Low Nox (DLN) control using lean-burning, pre-mixed flame combustors is available without the need for water or steam injection.
Fuel control is a reference from the governor and feedback of the fuel control valves. The Fuel Stroke Reference (FSR) is determined by the turbine parameter (speed, temperature, and so on) calling for the least fuel. Liquid fuel control establishes the FSR of the bypass valve and is proportional to turbine speed (Fuel Flow = Speed X FSR). Gas fuel control uses a Gas Control Valve (GCV), where fuel flow is a function of pressure (Fuel Flow = Fuel Pressure X FSR). A Speed Ratio Valve (SRV) opens as a turbine speed function, so gas fuel pressure becomes a function of speed. This allows the liquid and gas fuel control systems to have the same characteristic. The fuel control also supports single electric gas fuel metering valve operation for Frame 3 and Frame 5 gas turbines, as well as aero derivative gas turbines. Sequencing The offered MK-Vie control system shall include automated startup and shutdown sequences customized to meet operator requirements, as well as control and monitoring of all gas turbine auxiliary and support systems. Operators shall have the turbine automatically start and synchronize or sequence to intermediate hold points by selecting Crank, Fire, or Auto without enabling automatic synchronization. All ramp rates and time delays shall be pre-programmed for optimum performance. Timers and counters shall record long-term turbine operating information that shall include: • Total fired time
• Separate DLN operating mode timers
• Manually initiated starts
• Total starts
• Fast load starts
• Fired starts
• Emergency trips
Protection The offered MK-VI e control system shall initiate an alarm if an abnormal condition is detected. If the condition exceeds a predefined trip level, the turbine control shall drive the gas/liquid control valves to a zero-flow position and de-energize the fuel shut-off solenoids. Diagnostics monitor the speed and
acceleration, and then verify that all sensors are active. Primary protection is implemented by the controller(s), while backup protection is provided by backup protection I/O packs and terminal boards. Typical Gas Turbine Trip Protection System shall be as given below.
Pre-ignition Post-ignition Protective Status Auxiliary check (Servos) Loss of flame Starting device trouble
Seal oil dc motor under voltage High exhaust temperature Inlet guide vane trouble
Dc lube oil pump under voltage Exhaust thermocouples open Manual trip
Startup fuel flow excessive Compressor bleed valve position
Control speed signal lost
Failure to ignite trouble Exhaust pressure high
Load tunnel temperature high Protective speed signal trouble
Gas fuel hydraulic pressure low Control speed signal trouble
Turbine lube oil header temperature
Breaker failure trip lockout
high Vibration trip
Turbine electronic over speed Loss of protection HP speed inputs
Customer trip
Control system fault
Low lube oil pressure
Fire indication
Generator lockout trip
Operator and Maintenance Tools Operator Interface The HMI is the operator interface. It shall be a pc with a Microsoft® Windows®-based operating system, client/server capability, CIMPLICITY® Graphical User Interface (GUI) and software maintenance tools (ToolboxST). It shall be applied as: • Primary operator station for one unit or the entire plant
• Maintenance station gateway
• Engineers station
• Gateway for communications
The HMI shall communicate with the main processor board in the Mark VIe controller(s) through the Unit Data Highway (UDH) and to DCS control and monitoring systems via the Plant Data Highway (PDH). All control and protection shall be resident in the Mark VIe controller, which allows the HMI to be a non-essential component. With the turbine running, the HMI can be reinitialized or replaced with no impact on the controller. System (process) alarms for fault conditions shall be time tagged at frame rate in the controller(s) and transmitted to the HMI alarm management system. System events are time tagged at frame rate, and sequence of events (SOE) for contact inputs are time tagged at 1ms in the I/O packs. Alarms can be sorted according to ID, resource, device, time, and priority. Operators can add comments to alarm messages or link specific alarm messages to supporting graphics. A standard alarm/event log stores data for 30 days and can be sorted in chronological order or according to the frequency of occurrence. A trip history function shall store key control parameters, alarms, and events for the last 30 trips. A configurable set of data is collected continuously in the controller and saved automatically for upload and analysis. Data is displayed in English or Metric engineering units with a one second update rate and one second to repaint a typical display graphic. Operator commands can be issued to increment/decrement a set point or a numerical value can be entered for a new set point.
Gas turbine control screens shall display a diagram of the turbine with the primary control parameters. The diagram shall be repeated on most of the screens to provide a visual image of the turbine’s performance while changing screens. Typical Gas Turbine Screens to be provided in offered MK-Vie control panel. Control Screens Monitor Screens Auxiliaries Tests Tests
Startup Bearing temperature
Flame Overspeed test
Motors Exhaust temperature
Water wash
FSR control Generator RTDs Start check
Generator/exciter Wheelspace temperature
Trip diagram
Synchronizing Seismic vibration Timers
The main screen shall be Startup screen. Since the gas turbine control provides fully automatic startup including all interfaces to auxiliary systems, all basic commands and all primary control parameters and status conditions shall start from this screen. For example, the Start command can be sent to the Mark VIe control when Ready to start displays in the startup status field. A pop-up window shall be display above the Startup button for verification. Upon verification, the application software shall check the startup permissive and starts a sequence that displays, Starting and Sequence in Progress messages. If startup permissive were not satisfied, the message, Not Ready to Start displays and a message in the alarm field that identifies the reason. Additionally, when the Aux button is clicked and the Start Check screen is selected, it displays graphical information for the Start Check/Ready to Start permissives. To access trip conditions that display in the alarm field and trip diagram by clicking on the Aux button and selecting the Trip Diagram screen. A trip during startup displays the message, Not Ready to Start. Mark VIe control shall also allow to change a numeric set point, such as Megawatts for a generator drive or Speed Reference for a mechanical drive, by entering a set point value rather than issuing continuous discrete raise/lower commands. The set point is compared with acceptable limits and the present output to determine a suitable ramp rate to the new target. The Mark VIe control shall support trending displays for comparing operating parameters. A startup trend can be set pre-assigned parameters, such as mean Exhaust Gas Temperature, speed, maximum vibration, Compressor Discharge Pressure, and Fuel Stroke Reference. More detailed information and trending shall be provided on supporting screens, along with the capability to create customized trends.
Software Maintenance Tools (ToolboxST) The Mark VIe shall be a fully programmable control system. Application software shall be maintained by factory software automation tools that select proven GE control and protection algorithms and integrate them with the I/O, sequencing, and displays for each application. Multiple block libraries shall be provided with general-purpose blocks, math blocks, macros (user blocks), and application-specific blocks. Changes to the application software shall be made with multi-level password protection and downloaded to the controller(s) while the system is running without rebooting the main processors. In redundant control systems, the application software in each controller is identical, and is represented as a single program to maintenance personnel. Downloads of changes are automatically distributed to the redundant controllers by the control system, and any discrepancies between the controllers are monitored by diagnostics. All application software is stored in the controller(s) in non-volatile memory. Application software is run sequentially, and dynamic data displays in function block and ladder diagram formats. Maintenance personnel can add, delete, or change analog loops, sequencing, I/O
assignments, and tuning constants. To simplify editing, data points can be selected, dragged, and dropped on the screen from one block to another. Points can also be dragged from the application software diagrams onto trends. Other features include Boolean (digital) forcing, analog forcing, and trending at the rate the application software is running, frame rate. Application software documentation is created directly from source code and can be compiled and printed at the site. This shall include the application software diagram, I/O assignments, the settings of tuning constants, and such. The software maintenance tools are available for use in the HMI or as a separate software package on a Windows-based computer. System Monitoring High/low (hardware) limit checking shall be provided for each analog input. These limits are not configurable, and are selected to be outside the normal operating range but inside the linear hardware operational range (before the hardware reaches saturation). Diagnostic messages for hardware limit checks and all other hardware diagnostics for the board can be accessed with the software maintenance tools. A composite diagnostic alarm state shall be provided in the database for each I/O pack, and a separate logic state is provided to indicate a high/low (hardware) limit fault of any analog input or the associated communications for that signal. Diagnostic and system (process) alarms are time-stamped in the controller(s) and transmitted to operator and maintenance stations. Communication links to a plant distributed control system (DCS) can contain both the software (system) diagnostics and composite hardware diagnostics. Diagnostic LEDs shall be provided on I/O packs as for the Analog I/O pack. Standard LEDs indicate: power status, attention (abnormality detected), Ethernet link connected, and Ethernet link communicating. LEDs on discrete I/O packs also indicate the status of each point. All boards feature an electronic ID that contains the board name, revision, and a unique serial number. When power is applied to the I/O processor, it reads the ID of the terminal board, application board, and itself. It then uses this information for a start permissive, diagnostics, and system asset management. Since the terminal boards can be mounted remote at the equipment, local temperature sensors monitor the temperature at each I/O pack.
BASIC SCOPE OF SUPPLY
GE Energy Turbine Control Panel Item
Qty Description
1 1 No Mark* VIe TMR Frame 5 Gas Turbine Control System (2000mm W x 800mm D x 2100mm H) Panel
2 2 No HMI-Desktop Mounted w/ 22” Flat LCD Screen (Not Touch Screen) in Control Room – Win 7 HMIs UNIVERSAL POWER CABLE for PC
Turbine control Panel The Mark* VIe system shall be Triple Modular Redundant (TMR) turbine control panel which will replace the existing Mark* V cabinet. The panel for this application shall be designed footprint of 2000mm W x 800mm D x 2100mm H with IP-20, Color RAL-7035 for housing the TMR controllers and the field termination modules with I/O packs. IO Capacity The required IO capacity in the MK-VIe control system shall be designed after carrying out detailed study of the existing IO capacity in MK-V control system of GT#1. Estimated IO Types and Quantities The following is a basic summary of the I/O hardware. Vendor shall study the same w.r.t. the existing IO quantities used in GT#1 MK-V control system and provide the same after considering GT#1 IO quantities.
UCSA TMR Controller
TB TYPE QTY I/O PACKS
QTY
TPRO 1 PPRO 3 Turbine Protection Packs
TREG 1 GT Emergency Trip TB
TRPG 1 GT Primary Trip TB
TTUR 1 PTUR 3 Primary Turbine Protection TB
TBCI 3 PDIA 9 Discrete Input TMR
STCI 2 PDIA 2 Discrete Input Simplex
TRLY 3 PDOA 9 Discrete Output pack - TMR
SRLY 4 PDOA 4 Discrete Output pack - Simplex
TBAI 1 PAIC 3 Analog Input/output Pack
TBTC 2 PTCC 4 Thermocouple Input Pack
TCAT 1 PCAA 3 Core Analog Module
JPDC 1 PPDA 1 Power Distribution Feedback
Unit Total 21 41
Estimated IO types
I/O Type
Qty
Digital Inputs 108
Digital Outputs 90
Analog Inputs 20
Thermocouple Inputs 57
Servo Output 4
LVDT Position Inputs 4
RTD Inputs for Generator Winding Temperature Monitoring
16
Following shall be considered: Note 1: Hardwired interface to the existing, Excitation, Generator protection panel etc. Note 2: Fire detection system (stand-alone) discrete contacts shall be interfaced to Mark* VIe Panel for alarm & tripping of the GT. Fire detection logic build-up and detectors interface shall NOT be in Mark VIe panel. Note 3: Watt and VAR signals shall be wired directly to MK-VIe panel as available in existing MK-V system.
HMI SERVER The Mark* VIe panel shall be provided with one HMI for operator control and monitoring of the turbines in Control Room. The HMI shall be a desktop type with a 22” LCD monitor, keyboard and mouse and shall be located in existing Control Room. The interconnecting network cable shall be provided between the HMIs. All the PC’s shall be loaded with respective software and electronic manuals. The time to transfer to a new screen shall be less than 2 seconds. Data should get refreshed on a screen in 1 second. Operator Workstation HMI Hardware
QTY DESCRIPTION
2 Desktop HMI Operator station computer. The HMI operator stations will consist of one set of electronics supporting one monitor.
2 22”-inch LCD flat screen monitors for operator stations in Control Room
4 100baseT Cat 5 Ethernet cables, For 2 UDH connections per HMI
4 100baseT Cat 5 Ethernet cables, For 2 PDH connections per HMI
2 Speaker pairs for alarm annunciation
Software
QTY DESCRIPTION
2 Tool Support Software, for the Engineering Workstation, including GE Industrial Systems Toolbox Software, control database, and CIMPLICITY HMI server and screen development software, alarm viewer, and CIMPLICITY report and trending, can be used for operator station. Supports 35,000 I/O tags.
2 Microsoft Office Small Business Edition
2 Antivirus software
NETWORK EQUIPMENT Ethernet to be used for MARK* VIe data highways. The network switches shall be Fast Ethernet switches using multiple VLAN configurations. The VLAN configuration should allow the UDH and PDH data to be trunked on the same fiber optic cable. Network switches shall be provided as required to allow connection of the equipment supplied with the Mark* VIe Turbine Controls in Control Room to the UDH and PDH. Ethernet or Fiber optic cable and termination devices shall be a part of GE scope and shall be included. These typically shall be field run and terminated based on equipment installation location. The vendor shall be responsible to supply and install fiber cable to CAT 5 specifications. Independent fiber paths are required to ensure redundancy protection. Network racks and switches shall be provided as detailed below. The connections to the Fiber optic cable shall be supplied with integral FX ports on the switches. Ethernet Network Equipment: The Turbine Control panels shall be provided with two (2) VLAN switches in Control Room to support redundant UDH and PDH.
Instrumentation The vendor shall study the incompatibility of the Mark* VIe with the existing field devices used in our Frame-V GT like four-wire pressure transmitter, the offer shall also includes new three (3) two-wire 96FG and one (1) 96CD transmitter per unit, to replace the existing four-wire transmitters. Vendor to study the existing system and shall replace existing transmitters/other field devices of GT#1 which are not compatible with proposed MK-VIe unit for GT#1. This is in addition to existing 96FG and one-96CD transmitters. Conduit, wiring or piping modifications and installation drawings that might be necessary for the installation of these transmitters shall be included in vendors proposal. Reutor Stokes Flame Detectors Vendor shall supply the GE Reuter-Stokes SiC flame sensors along with MK-VIe control system which utilizes a Silicon Carbide photodiode that is most sensitive to the longer UV wavelength of 275 nm that penetrates the fog of fuel and steam quite easily. It shall have an analog output with very wide dynamic range and fast response time. Conduit, wiring and installation drawing for modifications to install these detectors are in vendor’s scope of supply.
DOCUMENTATION Vendor shall provide three (3) set of hardcopy and (1) set of soft copy of the documentation in addition to electronic media. All drawings and documentation shall be in English.
Sl no. Document To be Supplied
1 Mark-up Drawings (Existing Elementaries)
2 Mark VIe Wiring Diagram (Elementary Drawings)
3 Control Specification
4 Device summary (based on existing device summary) + Additional Instrumentation supplied during current up-gradation
5 Cabinet Layout –Hardware Drawing
6 Network Topology
7 Software PDF
8 Mark VIe Manuals
9 HMI Screens in PDF Format
10 FAT report.
TESTING Factory Acceptance Test (FAT) The FAT shall be scheduled during the Site Kickoff Meeting. Multiple tests shall be scheduled depending on the quantity, complexity and variety of Sellers contract deliverables; final date for the test(s) shall be confirmed by he vendor 2 weeks in advance of test(s). The location for the test(s) shall be at one of the vendors factories, and will be identified during the Kickoff Meeting. The scope of the tests shall be mutually agreed between the Seller and the Buyer no later than one month before the FAT is scheduled to start.
FIELD ENGINEERING SERVICES On-site technical direction for supervision of the installation, start-up & commissioning services shall be provided by vendors as part of scope of supply. In addition to BGGTS service engineer, engineer from M/s BHEL, EDN, BANGALORE shall be provided at BPCL site throughout the commissioning of MK-VIe.
PROJECT MANAGEMENT The Project Manager shall be the Buyer’s single point of contact with the vendor to ensure that the scope and delivery requirements are satisfied. The vendor shall utilize a cross-functional project management team to manage every aspect of a project. A Project Manager is assigned prior to the receipt of a contract or purchase order and continues with the project until the end of the contract. In order to achieve satisfaction, vendor shall use suitably qualified personnel for execution of the project and gets them involved as early as possible. A strong focus shall be placed on understanding the Buyer’s goals and expectations. Additional responsibilities include critical design reviews and/or acceptance tests. The Project Manager shall also coordinate the efforts of A&E firms if they are involved. A typical Project Team shall include:
• Project Manager
• Project Scheduler
• Electrical Engineering
• Drafting (Designers)
• Mechanical Engineering
• Cabinet Design (Packagers)
• HMI Design
Turbine Protection A separate set of three processors shall be used for turbine protection. The protection system shall be TMR type. The turbine control applications shall have primary and backup trip protection for tripping reliability. The Controller and its corresponding I/O control, protect, and monitor the turbine. Primary protection shall include a full set of all trip functions, and backup protection include a small subset of the protection functions to back up the primary. Typical backup functions include emergency over speed protection, manual-emergency trip, and synch check protection for generator drives. Additional backup functions can be added if required after carrying out study of BPCL existing control system. Backup protection shall completely separate and independent from the primary protection including separate power supplies, processors, and I/O. In addition, the hardware and software are sufficiently dissimilar from the primary to dramatically reduce the probability of common mode failures between the primary and backup protection due to common technology. A key tripping reliability feature is cross-tripping. The primary and backup systems initiate a trip independently, but can also initiate a cross-trip for additional tripping redundancy. For example, a trip that originates in the backup protection can be sent to the primary protection to close the control valves and de-energize the trip solenoids from the primary side.
I/O Interface I/O packs shall be mounted on each board to digitize the sensor signal, perform algorithms and communicate with a separate controller that contains the main processor. I/O packs shall have a local processor board that runs a QNX operating system and a data acquisition board that is unique to the type of input device. All common I/O types shall be supported for turbine applications and process control. Turbine specific I/O to be used for direct interface to unique sensors and actuators on turbines to reduce or eliminate a substantial amount of interposing instrumentation and improves reliability and diagnostics. The Contact Input with Group Isolation (TBCI) terminal board shall accept 24 dry contact inputs wired to two barrier-type terminal blocks. Dc power is wired to TBCI for contact excitation. The contact inputs shall have noise suppression circuitry to protect against surge and high-frequency noise. The Core Analog (PCAA) module and associated Core Analog (TCAS and TCAT) terminal board shall provide a large portion of the analog signal I/O required to operate a gas turbine. PCAA and TCAT provide thermocouple inputs, 4-20 mA current loop I/O, seismic inputs, Linear Variable Differential Transformer (LVDT) excitation and inputs, pulse rate inputs, and servo coil outputs. A single TCAT terminal board fans signal inputs to one, two, or three connected PCAA modules. The shield ground and 24 V field power terminals on an adjacent JGPA board supplement the terminals on PCAA and TCAT. PCAA shall contain a processor board common to all Mark* VIe distributed I/O, two application I/O boards, and a terminal board. The complete module shall be regarded as the least replaceable unit and there shall be no support provided to diagnose or replace the individual boards making up the module. Field wire terminal points shall be provided by 120 pluggable Euro-style box terminals. Terminal grouping is a set of 48 terminals, a set of 24, and a second set of 48. A JGPA board adjacent to the TCAT field terminals provides twelve additional 24 V dc outputs for 4-20 mA devices as well as shield wire terminals. Power to JGPA is supplied by TCAT connector P3 or P4 and is the diode-or of power from the connected PCAA modules.
Operator Interface The operator interface (HMI) is a computer with a Windows based operating system, a Cimplicity graphics display system and software maintenance tools (ToolboxST). The HMI can be re-initialized or replaced with the process running with no impact on the control system. It communicates with the main processor boards in the Mk-VIe through the control network Unit Data Highway (UDH) and to third party control and monitoring systems through the information network Plant Data Highway (PDH). System alarm for fault conditions shall be time tagged at frame rate in the controllers and transmitted to the HMI alarm management system. System events are time tagged at frame rate and sequence of events (SOE) for contact inputs shall be time tagged at 1mS in the I/O packs. A standard alarm/event log shall store data for 30 days and can be sorted n chronological order or according to the frequency of the occurrence. In addition, a trip history shall be provided that stores the key control parameters and alarm/events for the last 30 trips. This includes up to 200 alarms, 200 events, 200 SOE messages and analogue data before and after the trip. Security for HMI users is important to restrict access to certain maintenance functions, such as editors and tuning capability, and to limit certain operations. A system called User Accounts is to be provided to limit access or use of particular HMI features.
Codes and Standards Following codes and standards shall be followed for offered MK-VIe control system. Safety Standards: EN 61010-1 Safety Requirements for Electrical Equipment for
Measurement, Control, and Laboratory Use, Part 1: General Requirements CAN/CSA 22.2 No. 1010.1-92 Safety Requirements for Electrical Equipment for Measurement, Control, and Laboratory Use, Part 1: General Requirements ANSI/ISA S82.02.01 1999 Safety Standard for Electrical and Electronic Test, Measuring, Controlling, and Related Equipment – General Requirements
Printed wire board assemblies: UL 796 Printed Circuit Boards
ANSI IPC Guidelines ANSI IPC/EIA Guidelines
Electromagnetic Compatibility (EMC): EMC Directive 89/336/EEC as amended by 92/31/EEC and 93/68/EEC
EN 55081-2 General Emission Standard EN 50082-2 Generic Immunity Industrial Environment EN 55011 Radiated and Conducted Emissions IEC 61000-4-2 Electrostatic Discharge Susceptibility IEC 61000-4-3 Radiated RF Immunity IEC 61000-4-4 Electrical Fast Transit Susceptibility IEC 61000-4-5 Surge Immunity IEC 61000-4-6 Conducted RF Immunity IEC61000-4-11Voltage Variation, Dips & Interruptions ANSI/IEEE C37.90.1 Surge
Low-Voltage Directive 72/23/EEC: EN 61010-1 Safety Requirements for Electrical equipment for Measurement, Control, and Laboratory Use, Part 1: General Requirements
ATEX Directive 94/9/EC: EN 50021 Electrical Apparatus for Potentially Explosive
Atmospheres General Electric Special note:
1. Complete erection, installation and commissioning shall be in vendor’s scope.
2. Base frame details to be furnished.
3. Exact I/O count to be listed.
4. As the existing Branch Cable and Multi-core cable shall be retained , its healthiness to be ascertained and
if required the same shall be replaced for GT#1.
5. Marshaling panel for terminating field cable shall be considered.
6. Details of DCS interface are required. Liaison shall be made with existing DCS vendors for establishing
the communication with DCS.
7. For additional field devices necessary device installation, cabling shall be in vendor’s scope.
8. Use of Honeywell flame scanner to be checked as against the offered flame scanners.
17. Graphic Display capability: Overview display/face plate display/trending display, all the existing graphic
displays shall be provided in addition to above.
18. Historical data storage and retrieval. Real time trending to be provided in the offered MK-VIe control
system.
19. Hardware details of I/O and Processors to be furnished.
20. Vendor shall supply 3-nos gas pressure and 3nos CPD.
21. Mounting and hooking up the flame detector to MK6e is vendor’s scope including its cabling
22. No modification or wiring change requirement for 3-coil Servo valve operation, LVDT position
monitoring, Seismic Vibration monitoring, Turbine and Flow divider speed pickups ,RTD and T/C
monitoring etc.
23. All the modules shall be G3 conformal coated.
24. 21 slot VME rack quantities to be provided.
25. Type of termination boards with built in barrier to be provided.
26. Distance limitation is 300mts from termination boards to i/o devices.15m from termination board to i/o
module.
27. Utility power requirements? Ignition transformer power requirement to be provided.
28. Amongst all three Mk6e and DCS Time synchronization to be established.
29. All necessary programs, wiring and commissioning of auto-synchroniser shall be carried out.
SCOPE OF WORK FOR INSTALLATION AND COMMISSIONING OF NEW MK-VIe CONTROL SYSTEM FOR GT#1. JOB TO BE DONE DURING GT #1 SHUTDOWN DURING SEPT / OCT 15 AS INSTRUCTED BY BPCL IN CHARGE. FOLLOWING MIN JOB HAS TO BE CARRIED OUT IN ADDITION TO JOB SPECIFIED IN DETAILED SPECIFICATION FOR SUPPLY OF THE PANEL. 1. Vendor shall record and note all the control cable connections in existing MK-V control system
of GT. 2. Carry out de-termination of existing control cable connections from MK-V panel after switching
off the power supply. The control cable shall be for analog and digital IO inside MK-V control panel.
3. Remove the existing MK-V control panel from CPP control room and shift the same to CPP hall as directed by BPCL site in-charge.
4. Shifting of MK-VIe control panel from warehouse to CPP control room and install the same in place of EXISTING MK-V control system.
5. To fix the panel to its foundation base frame with necessary welding/nut bolting. 6. To terminate all the analog and digital IO control cables in MK-VIe control panel. 7. To carry out loop checking of all the control cables. 8. To carry out interlock checking with all the field devices connected. 9. To carry out software driver loading in <HMI> and to connect the same to MK-VIe control panel.
10. To set all the control constants and to set all the logics as per BPCL requirement and same shall match with existing logics of MK-V control panel.
11. To commission the MK-VIe panel along with <HMI> 12. To install necessary field devices like flame scanners, CPD transmitter, FG transmitters at field
in GT. 13. To carry out complete off-line testing of MK-VIe panel after powering it ON. 14. Any defects observed during power up shall be attended free of cost this included replacement
of cards if any. 15. Carry out performance guarantee of MK-VIe with GT running at FSNL and Base load. 16. All the other works associated in commissioning of MK-VIe panel shall be done by the vendor. 17. Vendor shall handover all the documents and manuals to BPCL. 18. Trouble shooting of any trips or alarms shall be done by vendor. 19. All the communications like Ethernet, IO interface shall be established and shown to BPCL.
*****************
SNO INSTRUCTIONS VENDOR'S ACTION RESPONSE
1.1 COST OF BIDDING
The Bidder shall bear all costs associated with the
preparation and submission of Bid, all activities in
connection with bidding. BPCL will in no case be
responsible or liable for these costs regardless of the
conduct or outcome of the bidding process. Each Bidder
accept and agrees, as a condition of submitting its Bid that
it waives any and all claims against BPCL, its Co-ventures
and their affiliates, for remuneration or restitution relating to
its costs and expenses in.
To Note and confirm
1.2 CONTENTS OF BIDDING DOCUMENT
The Bidder is expected to examine carefully all instructions,
conditions, forms and terms given in the Bidding
Documents. Failure to furnish all information required by the
Bidding Document or not responsive to the requirements of
the Bidding Document will be at the Bidder’s risk, and may
result in rejection of the bid.
To Note and confirm
1.3 CORRECTIONS IN BID
All changes / alterations / corrections in the BID shall be
signed in full by the person or persons signing the Bid, with
date. No erasure, use of correction fluid and / or overwriting
is permitted. All blank spaces shall be filled in by
typewriter/printed or in ink and inter-lineations, alterations or
erasures, if any occur, shall be formally explained over the
signature of authorized representative. “Non-compliance/
violation” of this requirement may be cause for the rejection
of the Bid.
To Note and confirm
ANNEXURE-1
M/s ____________________________(Bidder)
Signature : ___________________________
Name : ______________________________
BHARAT PETROLEUM CORPORATION LIMITED
(Mumbai Refinery )
Enquiry /CRFQ No. : 1000232362- e Tender sys No:1627
Offer No. ____________________(Bidder’s Ref.)
Tel. No. : _________________________
GENERAL INSTRUCTION TO BIDDERS
Fax No. ___________________________ Official Seal : _________________________
1.4 CONFIDENTIALITY OF BID DOCUMENT
The bidder shall not disclose any information contained in
the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of
preparing its bid and shall require any such third party to
treat such information as confidential
To Note and confirm
1.4 WRONG INFORMATION
If the Bidder deliberately gives wrong information in his Bid
to create circumstances for the acceptance of his Bid,
Owner reserves the right to reject such Bids without any
reference to the Bidder
To Note and confirm
1.5 CLARIFICATIONS OF BIDS
1.5.1 In the event of finding any discrepancies in or omissions
from the Bid Documents, or should the Bidder be in doubt
as to the meaning of such documents, Bidder shall
immediately notify BPCL, either by facsimile or letter, at the
address shown in point no. 1.3.1 above, who will
thereupon, if required, send necessary written instructions
to all Bidders. Any such request shall reach BPCL not later
than seven (7) days prior to the ‘closing date”.
To Note
1.6 CORRECTION OF ERRORS IN PRICE BIDS
Price Bids will be checked by Owner for any arithmetic
errors in computation and summation. Errors will be
corrected by owner as follows1.6.1 Where there is a discrepancy between amounts in figures
and words, the amount in words will govern.
To Note and confirm
SNO INSTRUCTIONS VENDOR'S ACTION RESPONSE
GENERAL INSTRUCTION TO BIDDERS
1.6.2 Where there is a discrepancy between the lump sum prices
and price break up, in that event lump sum prices will be
considered final and break up of prices adjusted
accordingly
To Note and confirm
1.7 SIGNING OF BID
1.7.1 The Bid must contain the name, designation, residence and
place of business of the person or persons submitting the
Bid, and must be signed and sealed by the Bidder with his
usual signature. The names of all persons signing should
also be typed or printed below their signature
To Note
1.7.2 Satisfactory evidence of authority of the person signing on
behalf of the Bidder shall be furnished with the Bid.
To Note and confirm
1.8 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR
ALL BIDS
Notwithstanding what is stated above, Owner reserves the
right to accept or reject the Bid at any time prior to the
award of contract without assigning any reason whatsoever
and without thereby incurring any liability to the affected
Bidder for Owner’s action
To Note
1.9 INDIAN LAWS
Bidder is reminded that they will be subject to Indian laws,
Government of India rules and regulations/ guidelines,
practices and conditions as applicable from time to time
which might affect the MATERIAL supply
To Note
2.0 NOTIFICATION OF AWARD
2.0.1 Prior to the expiring of the period of Bid validity prescribed
by BPCL, BPCL will notify the successful Bidder by Letter of
Intent (LOI) / Purchase Order (PO) that his Bid has been
accepted. This notification of award shall contain the sum
which BPCL will pay to the successful bidder in
consideration of the execution and completion of the work
as per Purchase order. BPCL will be the sole judge in the
matter of award of PO and the decision of BPCL will be final
and binding. Successful bidder shall duly sign and stamp
one copy of the LOI / PO as token of acceptance and
return to BPCL within 10 days from date of LOI / PO.
To Note
2.0.2 The notification of award will constitute the formation of
contract. The successful Bidder shall execute the
requirements of a Purchase Order, which, among other
things, shall include, by reference, all the Sections and
provisions of these Bid Documents. The Purchase Order
To Note
provisions of these Bid Documents. The Purchase Order
shall be signed by the duly authorized representatives of
the Bidder and BPCL2.1 SUBMISSION OF TENDER
Bids should be submitted in “TWO BID SYSTEM”, i.e.
“Technical/Un -Priced Bid” & “Priced Bid” through e-
tendering portal
To Note
2.1.1 TECHNICAL/UNPRICED BID
Except for the price, complete set of documents as listed
below shall be enclosed in Technical/Unpriced bid only
To Note
2.5.1a) General Instructions to Bidders (Annexure-1) shall be duly
filled in and uploaded along with unpriced bid.
To Note and confirm
2.5.1 b) Commercial terms and conditions shall be duly filled
in.(Annexure-2): Vendor shall indicate
Confirmed/Unconfirmed option against each clause. In
case of non confirmation of any of the condition, vendor
shall indicate the deviation in the space allotted for the
same. Vendor shall also input the requisite commercial
details as requested in the document in the space allotted.
To Note and confirm
SNO INSTRUCTIONS VENDOR'S ACTION RESPONSE
GENERAL INSTRUCTION TO BIDDERS
2.5.1 c) Format for freight taxes and duties (Annexure-3): Vendor to
indicate the percentage of freight, taxes and duties: Taxes,
Duties, Freight and any other charges shall be filled in as
% or NIL only without any precondition.
To Note and confirm
2.5.1d) Schedule of price format (Annexure-4) shall be filled in :
You are requested to provide their quote strictly as per the
format without altering the content of it. Bidder shall Indicate
‘Q’ for a Quoted item and ‘NQ’ for items which are not
quoted in all ‘Un-Priced’ copies of the Schedule of price
format. No prices shall be indicated in the document in the
technical bid
To Note and confirm
2.5.1e) General Purchase conditions (Annexure-5)- You are
requested to go through the General Purchase Condition
document in detail. General Purchase conditions document
shall be duly signed, stamped and uploaded along with
unpriced bid
To Note and confirm
2.5.1h) Integrity Pact Document (Annexure-6) shall be duly signed,
stamped and uploaded along with the unpriced bid.
Proforma of Integrity Pact (IP) shall be duly signed by the
same signatory who is authorised to sign the bid
documents. All the pages of the Integrity Pact shall be duly
signed and uploaded along with the unpriced part of the
quotation. Bidder's failure to submit the IP document duly
signed along with bid documents shall result in the bid not
being considered for further evaluation
To Note and confirm
2.6 PRICED BID
2.6.1 Bidders may please note that price bid with prices shall be
uploaded only as per the price bid format (Annexure-9) and
duly filled in the Price Bid Schedule without any condition
whatsoever.
To Note and confirm
2.7 TENDER OPENING
2.7.1 Technical/Unpriced opening shall be on 11.05.2015 at
11:15 Hrs IST on E Tendering platform. Bidder can
view/witness the “Technical/Unpriced Bids” opening through
the e-portal.
To Note and confirm
2.7.2 The date and time of opening the Price bid shall be
intimated later. Bidder can view/witness the “Price bid”
opening through E Portal.
To Note and confirm
2.8 INTEGRITY PACT
2.8.1 Proforma of Integrity Pact (IP) (Annexure-6) shall be
uploaded by the Bidder/s along with the unpriced bid
documents duly signed by the same signatory who is
authorised to sign the bid documents. All the pages of the
To Note and confirm
authorised to sign the bid documents. All the pages of the
Integrity Pact shall be duly signed. Bidder's failure to upload
the IP duly signed along with bid documents shall result in
the bid not being considered for further evaluation
2.8.4 Bidders may raise disputes/complaints, if any, with the
nominated Independent External Monitor (IEM). The IEM's
(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
Page 16 of 24
the BPCL in writing of such event of Force Majeure and provide
the following information:
(a) reasonably full particulars of the event or circumstance of
Force Majeure and the extent to which any obligation will
be prevented or delayed;
(b) such date of commencement and an estimate of the period
of time required to enable the vendor to resume full
performance of its obligations; and
(c) all relevant information relating to the Force Majeure and
full details of the measures the vendor is taking to
overcome or circumvent such Force Majeure.
(ii) The Vendor shall, throughout the period during which it is prevented
from performing, or delayed in the performance of, its
obligations under this Agreement, upon request, give or procure
access to examine the scene of the Force Majeure including such
information, facilities and sites as the other Party may
reasonably request in connection with such event. Access to any
facilities or sites shall be at the risk and cost of the Party
requesting such information and access.
(C) Mitigation Responsibility:
(i) The Vendor shall use all reasonable endeavours, acting as a
Reasonable and Prudent Person, to circumvent or overcome any
event or circumstance of Force Majeure as expeditiously as
possible, and relief under this Clause shall cease to be available to
the Vendor claiming Force Majeure if it fails to use such
reasonable endeavours during or following any such event of Force
Majeure.
(ii) The Vendor shall have the burden of proving that the
circumstances constitute valid grounds of Force Majeure under this
Clause and that it has exercised reasonable diligence efforts to
remedy the cause of any alleged Force Majeure.
(iii) The Vendor shall notify BPCL when the Force Majeure has
terminated or abated to an extent which permits resumption of
performance to occur and shall resume performance as
expeditiously as possible after such termination or abatement.
(D) Consequences of Force Majeure. Provided that the Vendor has
complied and continues to comply with the obligations of this
Clause and subject to the further provisions:
(i) the obligations of the Parties under this Agreement to the extent
Page 17 of 24
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 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
Page 18 of 24
hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.
(legal)
24. INTEGRITY PACT (IP) :
Vendors are requested to sign & return our pre-signed IP document , if applicable. This
document is essential & binding. Vendor's failure to return the IP document duly signed
along with Bid Document may result in the bid not being considered for further
evaluation.
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 :
Page 19 of 24
In case where it is necessary for employees or representatives of the Vendor to go upon
the premises of owner, vendor agrees to assume the responsibility for the proper conduct
of such employees/representatives while on said premises and to comply with all
applicable Workmen's Compensation Law and other applicable Government Regulations
and Ordinances and all plant rules and regulations particularly in regard to safety
precautions and fire hazards. If this order requires vendor to furnish labour at site, such
vendor's workmen or employees shall under no circumstances be deemed to be in owner's
employment and vendor shall hold himself responsible for any claim or claims which
they or their heirs, dependent or personal representatives, may have or make, for damages
or compensation for anything done or committed to be done, in the course of carrying
out the work covered by the purchase order, whether arising at owner's premises or
elsewhere and agrees to indemnify the owner against any such claims, if made against the
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
Page 20 of 24
agreement by BPCL shall not be considered as a continuous waiver or waiver for other
condition by BPCL.
32. NEW & UNUSED MATERIAL :
All the material supplied by the vendor shall be branded new, unused and of recent
manufacture.
33. PURCHASE PREFERENCE CLAUSE :
Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 Vendor at the time of evaluation of the price bid.
Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs
owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as admissible/applicable from time to time under the existing Govt.
policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs
shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor
at the time of evaluation of the price bid.
34. CANCELLATION :
34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through
a written notice to the vendor if.
34.1.1. The vendor fails to comply with the terms of this purchase order/contract.
34.1.2. The vendor becomes bankrupt or goes into liquidation.
34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.
34.1.4. The vendor makes a general assignment for the benefit of creditors.
34.1.5. A receiver is appointed for any of the property owned by the vendor.
34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the
purchase order matters connected with it. BPCL in that event will be entitled to procure
the requirement in the open market and recover excess payment over the vendor's agreed
price if any, from the vendor and also reserving to itself the right to forfeit the security
deposit if any, made by the vendor against the contract. The vendor is aware that the said
goods are required by BPCL for the ultimate purpose of materials production and that
non-delivery may cause lossof production and consequently loss of profit to the BPCL. In
this-event of BPCL exercising the option to claim damages for non delivery other than
by way of difference between the market price and the contract price, the vendor shall
pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The
Page 21 of 24
provision of this clause shall not prejudice the right of BPCL from invoking the
provisions of price reduction clause mentioned in 20.3.1 as aforesaid.
35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :
The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the
Act), prohibits anti- competitive laws 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.
Page 22 of 24
40. NOTICES
Any notices to be given hereunder by a Party to the other shall be in English and
delivered by hand or sent by courier or facsimile to the other Party at the address
or facsimile number stated below or such other address or number as may be
notified by the relevant Party from time to time:
BPCL
_______________________ _______________________
_______________________
Vendor
_______________________
_______________________
_______________________
Please sign & return all the pages of GPC as a token of your acceptance of all the terms &
conditions as mentioned above.
Page 23 of 24
Annexure I
PERFORMANCE BANK GUARANTEE
(On Non-judicial paper for appropriate value)
To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’
which expression shall include its successors and assigns) having awarded to M/s. (Name)
………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”
which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated
………. and the General and Special Purchase Conditions of the Company and upon the
condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or
discharge of the vendor’s liability under and / or in connection with the said supply contract upto
a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%
(ten percent)of the total contract value.
We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which
expression shall include its successors and assigns) hereby jointly and severally undertake and
guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without
protest or demur of any and all moneys any wise payable by the Vendor to the Company under in
respect of or in connection with the said supply contract inclusive of all the Company’s losses and
expenses and other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee upto an aggregate
limit of Rs(in figures)…………Rs(in words)……………………….only.
AND the Bank hereby agrees with the Company that
i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid
and irrevocable for all claims of the Company and liabilities of the vendor arising
upto and until midnight of …………………………………..
This date shall be 6 months from the last date of guarantee period.
Page 24 of 24
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
.. hereinafter referred to as "The Bidder/ Contractor/ Supplier".
PPrreeaammbbllee
The Principal intends to award, under laid down organization procedures, contract/s for “MARK*VIe TMR CONTROL SYSTEM FOR FRAME 5 GAS TURBINE (GT#1) AT BPCL-MUMBAI REFINERY ALONG WITH INSTALLATION AND COMMISSIONING OF THE MARK VI e PANEL” (CRFQ NO: 1000232362), E TENDER No: 1627. The Principal values full compliance with all relevant laws and regulations, and the principles of economic use of resources, and of fairness and transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.
(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:
a) No employee of the Principal, personally or through family members, will in connection
with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/ herself or third person, any material or immaterial benefit which he/she is not legally entitled to.
b) The Principal will, during the tender process, treat all Bidders with equity and reason. The
Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/ additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.
c) The Principal will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.
dduurriinngg tthhee eexxeeccuuttiioonn ooff tthhee ccoonnttrraacctt.. b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.
c) The Bidder/ Contractor/ Supplier will not commit any offence under the relevant Anti-
Corruption Laws of India; further the Bidder/ Contractor/ Supplier will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.
d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any and all
payments he has made, is committed to, or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.
(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts
IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa vviioollaattiioonn
tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn.. (1) If the Bidder/ Contractor/ Supplier has committed a transgression through a violation of Section
2 such as to put his reliability or credibility into question, the Principal is also entitled to exclude the Bidder/ Contractor/ Supplier from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.
(2) A transgression is considered to have occurred if the Principal after due consideration of the
available evidences, concludes that no reasonable doubt is possible.
Page 3 of 5
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to
resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground, including the lack of any hearing before the decision to resort to such exclusion is taken. This undertaking is given freely and after obtaining independent legal advice.
(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the damage
caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.
(1) If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is entitled
to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor/ Supplier liquidated damages equivalent to Security Deposit/ Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur subject
only to condition that if the Bidder/ Contractor/ Supplier can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall compensate the Principal only to the extent of the damage in the amount proved.
(1) The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract, if already awarded, can be terminated for such reason.
Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/
SSuubbccoonnttrraaccttoorrss
(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders,
Contractors/ Suppliers and Subcontractors. (3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact or
violate its provisions.
Section 7 - Punitive Action Against Violating Bidders/ Contractors/
(1) The Principal has appointed competent and credible Independent External Monitors for this
Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.
(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the Bidder/ Contractor/ Supplier. The Bidder/ Contractor/ Supplier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor with confidentially.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/ Contractor/ Supplier. The parties offer to the Monitor the option to participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder/ Contractor/ Supplier to present its case before making its recommendations to the Principal.
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8
to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.
(8) The word 'Monitor' would include both singular and plural.
SSeeccttiioonn 99 -- PPaacctt DDuurraattiioonn
This Pact begins when both parties have legally signed it. It expires for the Contractor/ Supplier 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded. If any claim is made/ lodged during this time, the same shall be binding and continue to be valid despite the
lapse of this pact as specified above, unless it is discharged/ determined by Chairperson of the Principal.
nnoott bbee aapppplliiccaabbllee ffoorr aannyy iissssuuee// ddiissppuuttee aarriissiinngg uunnddeerr IInntteeggrriittyy PPaacctt.. (2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made. (3) If the Bidder/ Contractor/ Supplier is a partnership or a consortium, this agreement must be
signed by all partners or consortium members. (4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.
P.H.S.Mani For the Principal For the Bidder/ Contractor/
Supplier Place: Mumbai Witness 1 :
(Signature/Name/Address)
Date :. 05.05.2015 Witness 2 : (Signature/Name/Address)
Page 1 of 2
Annexure 7
PERFORMANCE BANK GUARANTEE
(On Non-judicial paper for appropriate value)
To,
Bharat Petroleum Corporation Limited
---------------------------------
--------------------------------
Dear Sir,
In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called ‘the Company’
which expression shall include its successors and assigns) having awarded to M/s. (Name)
………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”
which expression shall wherever the subject or context so permits include its successors and
assigns) a supply contract in terms interalia, of the Company’s Purchase order No…….. dated
………. and the General and Special Purchase Conditions of the Company and upon the
condition of vendor’s furnishing security for the performance of the vendor’s obligations and/or
discharge of the vendor’s liability under and / or in connection with the said supply contract upto
a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%
(ten percent)of the total contract value.
We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which
expression shall include its successors and assigns) hereby jointly and severally undertake and
guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without
protest or demur of any and all moneys any wise payable by the Vendor to the Company under in
respect of or in connection with the said supply contract inclusive of all the Company’s losses and
expenses and other moneys anywise payable in respect to the above as specified in any notice of
demand made by the Company to the Bank with reference to this Guarantee upto an aggregate
limit of Rs(in figures)…………Rs(in words)……………………….only.
AND the Bank hereby agrees with the Company that
i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid
and irrevocable for all claims of the Company and liabilities of the vendor arising
upto and until midnight of …………………………………..
This date shall be 6 months from the last date of guarantee period.
ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of
whatsoever that the Company may now or at any time otherwise have in relation to the vendor’s
obligation/liabilities under and /or connection with the said supply contract, and the Company
shall have full authority to take recourse to or reinforce this security in preference to the other
security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or
requiring enforcement of any other security shall have the effect of releasing the Bank from its
liability hereunder.
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
Page 2 of 2
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:
BHARAT PETROLEUM CORPORATION LIMITED
Central Procurement Organisation (Refineries) ANNEXURE-8
GENERAL INSTRUCTIONS TO VENDORS FOR E-TENDERING
1. Bidder/s 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