CRFQ 1000289354 E-Tender System ID – 29551 CPO REFINERIES TENDER FOR OFC BASED PIPELINE CONDITION MONITORING & SURVEILLANCE (PCMS) SYSTEM FOR MUMBAI - URAN PIPELINE (MUPL) REQUEST FOR QUOTATION CRFQ Number – 1000289354 E-Tender System IDs : 29551 Tender Calendar Details Stage Name Start Date End date and Time Tender release 05.10.2017 02.11.2017, 11:00 Hrs IST Pre-bid meeting 16.10.2017, 10:00 Hrs IST. PQ bid opening 02.11.2017, 11:30 Hrs IST - Technical bid opening Will be intimated later - Priced Bid Opening Will be intimated later -
146
Embed
Tender - MUPL - 29551 · Bharat Petroleum Corporation Limited (BPCL), a MAHARATNA Company, has been one of the leading petroleum refining and marketing company in India since its
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.
Transcript
CRFQ 1000289354 E-Tender System ID – 29551
CPO REFINERIES
TENDER FOR
OFC BASED PIPELINE CONDITION MONITORING
& SURVEILLANCE (PCMS) SYSTEM FOR
MUMBAI - URAN PIPELINE (MUPL)
REQUEST FOR QUOTATION
CRFQ Number – 1000289354
E-Tender System IDs : 29551
Tender Calendar Details
Stage Name Start Date End date and
Time
Tender release 05.10.2017 02.11.2017,
11:00 Hrs IST
Pre-bid meeting
16.10.2017, 10:00 Hrs IST.
PQ bid opening 02.11.2017, 11:30 Hrs IST
-
Technical bid opening Will be intimated later -
Priced Bid Opening Will be intimated later -
CRFQ 1000289354 E-Tender System ID – 29551
NOTICE INVITING E-TENDER
OFC BASED PIPELINE CONDITION MONITORING & SURVEILLANCE
(PCMS) SYSTEM FOR MUMBAI - URAN PIPELINE (MUPL)
1.0 INTRODUCTION
Bharat Petroleum Corporation Limited (BPCL), a MAHARATNA Company, has
been one of the leading petroleum refining and marketing company in India since its
inception in 1956.
The BPCL Group owns a robust network of 2241 km of Product pipelines with
design capacity of 17.84 MMT. Pipelines have achieved a throughput of 14.06
MMT in the year 2016-17 which is the highest so far. Pipelines have transported
about 5072 MMTKM of petroleum products to BPCL’s marketing locations spread
across Northern, Central, Western & Southern parts of the country, which accounts
for approximately 40% of the total primary transportation.
BPCL is having Kota-Jobner Pipeline (KJPL) used for transportation of finished
petroleum products. This pipeline is used for transfer of MS, SKO & HSD products
for a distance of 211 KM from Kota to Jobner (Jaipur). KJPL is branch line of
existing pipeline network and is linked to BKPL and MMBPL at Kota. The 211 KM
stretch of pipeline runs through the eastern part of state of Rajasthan. In this section
there are 6 Nos. of Sectionalizing Valve Stations (called SV-1 to SV-6), 1 No. of
In addition, in any window cursor readout shall be displayed showing channel number,
Amplitude (in histogram), Time (in waterfall) and coordinates. Also displayed on the
histogram windows are the location of the audio markers and any enabled zones.
The user shall have the following controls over the histogram:
Sensor Channel range selection for zoom function
� Ability to Centre to channel, listen to channel or remove / enable highlight
� Reset zoom level back to complete sensor
� Create and Modify zones for the application of alert data
� Ability to select an automatic zoom of the upper portion to new alerts.
The user has the following additional controls over the waterfall:
� Send specific channels to analysis window
� Alter update rate (0.05 to 2 seconds)*** and channel grouping
� Change display colours
� Display Speed of any created vector on waterfall
� Change units for read out of speed
� Highlight a channel for audio and/or position simultaneously in Surveillance Waterfall and
Map Display – and dynamically drag the displayed position
� Lock the display to a specific Interrogator Unit.
*** Note that is constrained also by the system update rate – the stated range is appropriate for
20Hz sampling.
In addition the user shall be able to choose to display or hide individual panes.
6.4.8 Audio Controls
The user shall be able to control a wide range of audio settings:
� Enable audio
� Enable the audio to jump to the newest alert
� Select Mono, independent channel or neighbouring channels for left and right audio
streams
� Band shift audio to improve low frequency audibility
� Lock and modify Left & Right volume controls
SCOPE OF WORK FOR PCMS MUPL
Page 52 of 76
� Enable the audio output to be recorded to a WAV file
6.4.9 Record Controls
The administrator shall be able to configure the system to record the observed data.
Specifically:
� Stop and Start recording of a variety of levels of data:
o Histogram (low data rate processed output)
o Sensor (raw system data)
� Alerts (very low rate output data)
� Whilst recording the status of the file (size and duration, remaining capacity) is displayed.
6.4.10 Replay Controls
The administrator shall be able to configure the system to replay recorded data. Specifically:
� Select a data file to be replayed
� Replay previously recorded data.
� Control the replay of previously recorded data selecting those components desired. If raw
system data is being replayed the analysis functions can all be accessed live. If reduced rate
data is being replayed the system can still be interfaced to but of course not all of the
systems functions are enabled. Additionally, the user shall be able to access a limited, but
very fast perspective on recorded data via the Waterfall Analysis Window – even when the
system is live.
6.4.11 System Manager
The system manager is utilized in distributed systems to provide health check access and
control over deeper level system functions – including those distributed amongst individual
operating nodes.
The schematics shall illustrate the current operating levels of each of the nodes (CPU and
Memory levels).
Controls are provided over both the operating status (ON or OFF) of individual system
functions as follows:
� System Server functions
� Detector Control functions (processing of data)
� Interrogator link control functions
These controls are used primarily for installation, maintenance and diagnosis purposes.
6.4.12 Waterfall Analysis Controls
The waterfall analysis window shall replicate much of the behavior of the previously
referenced Live Waterfall Surveillance window but in a manner configured for detailed data
analysis rather than live surveillance. The Waterfall Analysis window allows the user to
investigate in both time and space historic data from a waterfall window.
The user shall be able to:
� Select previously recorded files for analysis
� Perform a time zoom on sections of recorded history
� Perform a channel zoom to inspect history over a segment of fibre
� Measure Speeds
� Perform a free zoom on any location within the trace
SCOPE OF WORK FOR PCMS MUPL
Page 53 of 76
� Select a span of data and analyze using the analysis toolsets
6.4.13 Analysis Window Controls
The analysis window shall provide the user with the ability to select from a range of discrete
analysis functions on specific channels. The user shall be able to select the following:
� Pause or Resume display during Live / Recorded data
� Select from Live or Recorded Data
� Channel Number to be displayed for all analysis functions selecting from pre chosen aural
traces or as a specific channel
� Control the Size, averaging, overlap percent and frequency bounds on an FFT of the chosen
channel
� Enable FFT and select auto or specific scales (0 to 100 dB)
� Enable Spectrogram with either time or frequency zoom, select colour mapping and scale
between 0 and 100 dB
� Enable Time Series, select time zoom or aural replay and scale (auto or fixed amplitude)
In addition the display shall also read out the X-Y coordinates of the cursor and where
permitted allow zooming on different sections of the graph.
6.4.14 Recording Browser
Users shall be able to launch the recording browser which includes the following functionality:
� Browse to a selected folder (containing recordings) and display the system recordings
contained within
� Select any recording to display a full specification of the recording
� Inspect any comments / time stamps made during the recording.
6.4.15 Additional Controls
The following additional controls are provided:
A facility is provided to allow the user to create and file a snapshot of the user display in jpg
format.
User profiles may be created and launched which when activate shall return the collection of
open windows and settings to within the windows to the status of the last moment at which
the profile was saved or created.
Create a DEFAULT profile for each log in which shall automatically load at start up.
SCOPE OF WORK FOR PCMS MUPL
Page 54 of 76
SECTION - 7
INSPECTION & TESTING
SCOPE OF WORK FOR PCMS MUPL
Page 55 of 76
7.0 INSPECTION AND TESTING
Inspection and Testing of PCMS system will be carried out MUPL.
7.1 INSPECTION
7.1.1 All factory tests will be witnessed by COMPANY.
7.1.2 COMPANY shall have free entry and access at all phases of the project to parts of PCMS
vendor's facilities associated with manufacturing and testing of system.
7.1.3 PCMS vendor shall invite COMPANY well in advance with minimum 1 month notice of the date
at which the system is ready for testing.
7.1.4 The equipment will not be shipped before they have been officially released in the form of
release notes by COMPANY.
7.1.5 PCMS vendor shall provide COMPANY with all reasonable facilities necessary to determine
compliance to the system specification.
7.1.6 PCMS vendor to note that acceptance of the equipments and the system by COMPANY or
exemption of inspection & testing shall in no way absolve the PCMS vendor of his
responsibility to deliver the PCMS system meeting all the requirements specified in the
specification. PCMS vendor shall be responsible till the completion of the warranty, for any
corrections/ modifications including supply and implementation of hardware & software to
fulfill the requirements of the contract / up gradation including supply and implementation of
hardware & software to meet the functionality and performance of the contract.
7.1.7 PCMS vendor personnel shall be actively involved during factory acceptance and site
acceptance testing.
7.2 TESTING
Testing shall concern PCMS equipments placed at all stations. The tests shall consist of:
a) Pre-Factory Acceptance Test (Pre-FAT)
b) Factory Acceptance Testing (FAT)
c) Pre-Site Acceptance Test (Pre-SAT)
d) Site Acceptance Testing (SAT)
e) Trial run
PCMS vendor shall submit to COMPANY detailed test plans and procedures, three months prior
to actual testing for all factory and site acceptance tests for review.
7.2.1 Pre-FAT
Pre-FAT shall be conducted for PCMS system based on the approved FAT document [refer
cl.7.2.2.1] and the same shall be duly witnessed & cleared by the system engineering group
(who has been involved during the engineering phase of the project) of the PCMS vendor.
During the Pre-FAT testing phase, the PCMS vendor shall ensure that the PCMS & system
performs according to the requirements of SPECIFICATIONS, FDS & other finalized engineering
documents and furnishes the written undertaking of compliance to the COMPANY in this
regard, prior to offering the PCMS system for FAT by COMPANY.
SCOPE OF WORK FOR PCMS MUPL
Page 56 of 76
7.2.2 FACTORY ACCEPTANCE TESTING (FAT)
7.2.2.1The FAT document shall be prepared covering all hardware, software including application
software and system functionalities including system expansion requirements of PR & FDS and
submit it 1 months in advance for COMPANY review.
Factory acceptance test will be done based on the stipulations in the approved FAT document,
which shall completely fulfill the contract specifications and approved PCMS FDS documents.
7.2.2.2FAT shall systematically, fully and functionally test all the hardware and software in the
presence of COMPANY inspectors to ascertain compliance with the contract document and
approved FDS documents. TEST BED shall be prepared with all the equipments interconnected
to actual configuration to perform the testing on total integrated PCMS system.
7.2.2.3The PCMS system testing shall cover the following aspects as a minimum:
a) Visual and mechanical testing to ensure correct, proper, good and neat workmanship.
b) Integrated testing of all the PCMS equipments.
c) Demonstration of the system functionalities, hardware & software compliances w.r.t. all the
equipments.
d) Checking of database definitions for the proper system configuration.
e) Checking of displays, graphics and reports w.r.t approved MMI document.
f) Checking of operator & engineering functions.
g) Testing of system passwords and security features.
h) Testing the synchronization of clock between the nodes of PCMS Equipments as per the
specification.
i) Checking of various log formats, reports, archiving and trending functions.
j) Checking of system loading w.r.t. CPU, memory, disk, as per the requirements.
k) Checking of updates of MMI, database updates and display call up timings.
l) Checking of system diagnostics for all the equipments as per the requirements, power failure
and system restarts.
m) Database and alarms synchronization.
n) Network testing
7.2.2.4Factory Acceptance testing for application software shall be exercised after integration with
PCMS system has been carried out and PCMS system factory tested. The tests shall be
controlled from the PCMS MMI
The FAT environment shall allow testing of all functions of application software including the
following on fully interactive basis:
- Configuration Editor functions for all functionalities.
- MMI functions for display.
- Reports/logs
SCOPE OF WORK FOR PCMS MUPL
Page 57 of 76
7.2.3 On line testing, commissioning and Pre-SAT
7.2.3.1Prior to Pre-SAT, all equipments shall be tested online by PCMS vendor with regard to
correctness of complete database using remote diagnostics, proper representation of all PCMS
equipments data on graphics, alarms, reports etc.,.
7.2.3.3PRE-SAT shall be conducted by the PCMS vendor after successful integration & commissioning
of the complete system and after all actual field signals have been interfaced with the PCMS
system and complete system having been made fully operational w.r.t. PCMS functionalities.
7.2.3.4PRE-SAT shall be conducted for integrated PCMS system based on the approved SAT
documentation [cl. 7.2.4.1] and duly witnessed & cleared by the experienced system
engineering group (earlier involved in system design, engineering, integration & FAT phase of
the project) together with commissioning group of the PCMS vendor, prior to offering the
system for SAT.
7.2.4 Site Acceptance Testing (SAT)
7.2.4.1The SAT document shall be prepared for PCMS system and submit it 1 month in advance of
COMPANY review and approval.
7.2.4.2SAT shall involve integrated testing of complete PCMS system. Site Acceptance Testing will be
done based on the stipulations in the approved SAT document. Once the PCMS integrated SAT
test is successfully performed, then the system would be ready for commencement of Trial run.
7.2.4.3SAT for PCMS system shall be done inline with FAT, wherein simulations shall be replaced by
actual field events. SAT shall be conducted by the experienced system engineering group of the
PCMS vendor (earlier involved in system design, engineering, integration & FAT phase of the
project).
7.2.4.4Site Acceptance testing shall be based on Factory Acceptance testing but with live PCMS data.
The functionality of 3rd party interference in pipeline ROU shall be included by PCMS vendor
for site acceptance testing, in order to demonstrate the fulfillment of SPECIFICATIONS
requirements in the field. All the in field tests for demonstrating 3rd party intervention
INSPECTION will be carried out by BPCL.
7.2.5 Trial run
Test for continuous functional operation of the system with the required system reliability and
availability. This test aims at keeping the complete PCMS integrated system operation for a
period of 21 days for all the 24 hours a day. Trial run of 21 days will commence on successful
completion of integrated PCMS system SAT. [The PCMS completion schedule shall be from the
date of issue of FOI to the completion of SAT.]
In case of failure, the tests will be restarted till the system operates without failure of any
system functionality for 21 days. Failure of tests shall be limited to such system failures which
will affect system availability & reliability and shall not be dependent upon established failure
of third party supplied items. After the successful completion of Trial run, the PRE WARRANTY
COMPLETION CERTIFICATE shall be issued by the COMPANY and thereafter Warranty phase
will start as per cl. 4.17.
7.2.6 Test Reports
The observations, exceptions and test results obtained during the various tests shall be
documented and produced in the form of a report by the PCMS vendor.
SCOPE OF WORK FOR PCMS MUPL
Page 58 of 76
7.2.6.1Failure of components
A log of all failed hardware and software modules shall be maintained which shall give date
and time of failure, description of the failed components & cards/ software along with
designation, effect of failure on the system, cause of failure and number of hours of operation
of the part before it failed. Upon failure of the components/ cards/ modules, the same shall be
replaced preferably by better graded components/cards. And the test shall be restarted from
the beginning or the previous logical point as the case may be. If after this one replacement the
unit of sub-system still fails to meet the specifications, the PCMS vendor shall replace the
complete unit or sub-system with the one that meets the requirements and restarts the test all
over again.
7.2.6.2At least one PCMS vendor engineer fully conversant with the system hardware and software
shall be present at MS during the entire period of Trial run.
7.2.6.3All the PCMS tests as per the approved documents shall be carried out at the PCMS vendor's
works and work sites of the COMPANY at PCMS vendor's cost. The PCMS vendor shall provide
assistance; instruments, labor and materials as are normally required for the examining,
measuring and testing any workmanship as may be selected and required.
7.2.6.4These tests will encompass all the material and equipment delivered and software pertaining
to PCMS system including the equipment and software supplied by PCMS vendor. Pre-FAT
report duly witnessed and cleared by PCMS vendor shall be available during FAT phase.
7.2.6.5If a unit or sub-system has failed during the test and is not repaired and made successfully
operational or not replaced within few hours of active repair time after the failure, the test
shall be suspended and restarted all over again only after the PCMS vendor has placed the
device back into acceptable operation. The COMPANY's approval shall be obtained for any
allowable logistic time required to replace the failed component/sub-system. All cost for
repair/ replacement of defective component/ system shall be to PCMS vendor's account.
7.2.6.6The COMPANY shall be free to request any specific test on any equipment and the system
considered necessary by him, although not listed in the testing documents to verify the
compliance with the specifications.
7.2.6.7Any statutory test/ inspection certificate, as may be required, under any law or directive issued
by competent authority, shall be furnished by PCMS vendor to the COMPANY.
SCOPE OF WORK FOR PCMS MUPL
Page 59 of 76
SECTION - 8
INSTALLATION & COMMISSIONING
SCOPE OF WORK FOR PCMS MUPL
Page 60 of 76
8.0 INSTALLATION AND COMMISSIONING
8.1 The installation and commissioning of all the equipment in PCMS vendor’s scope of supply at
various sites including the corresponding activities of signal interconnections in the respective
control rooms, electrical works with power supply distribution and grounding works and
other necessary facilities and co-ordination/ interfacing with various sub-contractors is the
responsibility of the PCMS vendor.
8.2 a) All cables between respective equipments, power supply & power distribution cables etc.
covering the complete requirements of PCMS system are in PCMS vendor’s scope. In addition
supply of cables, glands and interconnection of cabling and accessories including cable routing
between the following cabinets/ equipments are also included in PCMS vendor's scope, and to
be carried out by the PCMS vendor. The activities of signal identification at site, cable laying &
routing, cable termination, ferruling, glanding, dressing are in PCMS vendor’s scope.
(i) Between PCMS equipments & Fiber terminating cabinets (FTC).
b) The LAN cable from Server to Telecom rack shall be minimum 25 meters for LAN at control
room, with connectors at both ends.
The interconnecting cables with rigid PVC conduit for straight runs of cable and Flexible cable
conduits for ends shall be provided over the interconnecting cables {to provide mechanical
strength and rodent protection} shall be included accordingly.
8.3 All the erection work shall be carried out as per the established recommended practices and
best workmanship.
8.4 PCMS vendor shall bring all installation aids, test equipments and qualified and experienced
personnel, in order to carry out the job successfully. A list of the same shall be submitted to the
COMPANY for the review.
8.5 All technical personnel assigned to the site by PCMS vendor must be fully conversant with the
specific system and its software packages. The PCMS vendor’s field personnel shall have both
hardware and software capability to bring the system on line quickly and efficiently and with a
minimum of interference with other concurrent construction and commissioning activity.
8.6 The commissioning spares for all the items/ equipments shall be included along with
commissioning services as required to commission the complete system. The consumables
required during commissioning of system shall be included as part of commissioning spares.
8.7 To the extent that the Standard of the works has not been specified in the Contract, the PCMS
vendor shall use good quality materials, techniques and standards and execute the Contract
with the care, skill and diligence required in accordance with best engineering practices.
8.8 PCMS vendor shall at his own expense supply and provide all the equipment, tools, temporary
works materials both for temporary and for permanent works, labor, supervisors, engineers
and specialists, movement of the supplied equipment at the site, required for installation,
commissioning, execution and completion of the works. The PCMS vendor shall make his own
arrangements at his own cost for the transport where necessary of his staff and labor to and
from the Site of the works.
SCOPE OF WORK FOR PCMS MUPL
Page 61 of 76
8.9 The PCMS vendor's responsibility at site shall include all the activities necessary to be
performed to complete the entire job as per the contract requirements including the following
as a minimum.
a) Installation of the complete PCMS system including power supply, earthing, cable
terminations, and calibration, civil & electrical works as per the scope of work.
b) Checking of PCMS equipment installation.
c) Checking of interconnection and overall functionality of PCMS system.
d) Online/ offline debugging of the PCMS system.
e) On line testing and commissioning of PCMS system.
PCMS Vendor shall take full responsibility for site management, installation, online testing,
commissioning, Pre-SAT, site acceptance testing and Trial run of PCMS system.
8.10 It is the VENDOR responsibility to ensure that all works and services performed under this
contract shall not have any detrimental effect on current network performance and users do
not experience unnecessary or unexpected interruptions to services over the network.
SCOPE OF WORK FOR PCMS MUPL
Page 62 of 76
SECTION - 9
GENERAL REQUIREMENTS
SCOPE OF WORK FOR PCMS MUPL
Page 63 of 76
9.0 GENERAL REQUIREMENTS
9.1 PROJECT PROGRAM AND DELIVERY REQUIREMENTS
9.1.1 The PCMS vendor shall submit a bar chart showing overall schedule of vendor's program for
delivery, installation & commissioning meeting the following requirements along with his offer
along with the critical path. The detailed schedule will be submitted after placement of the
order.
9.1.2 The time for completion of all the works under this project including supply & delivery of
equipments and systems at all specified stations, installation & commissioning of PCMS system
and handing over to the company shall be within the time schedule specified in the bar chart
decided jointly by COMPANY and the PCMS Vendor after the Purchase order is placed. The
PCMS completion schedule shall be from the date of issue of LOI to the successful completion
of SAT. Thereafter 21 days of Trial run will start and followed by its successful conclusion,
warranty shall commence.
9.1.3 The PCMS vendor shall, within 10 days after receipt of notification of an award of Contract,
provide the COMPANY with the detailed Project Execution Report (PER) diagram for approval
by the COMPANY. After the work is started an updated PER diagram shall be supplied every
week showing changes in scheduling which reflects the project status at the end of the
previous week. The diagram shall cover but is not limited to: -
1. PROJECT EXECUTION ACTIVITIES
2. FUNCTIONAL DESIGN SPEC. (FDS) DOCUMENTS FOR PCMS
3. BALANCE ENGINEERING
4. ORDERING OF EQUIPMENT
5. DRAWING/DOCUMENT REVIEW (COVERING ALL DOCUMENTS AND PLANNING 2 WEEKS
REVIEW TIME STARTING FROM DOCUMENT RECEIVED IN BPCL OFFICE FOR EACH
DOCUMENT)
6. PRE FAT FOR PCMS SYSTEM
7. FAT FOR PCMS SYSTEM
8. PACKAGING
9. TRANSPORTATION
10. INSTALLATION OF EQUIPMENTS
11. PRE- SAT FOR PCMS SYSTEM
12. SAT FOR INTEGRATED PCMS SYSTEM
13. TRIAL RUN
14. TRAINING
15. WARRANTY
9.1.4 The PCMS vendor shall also submit every fortnight [or earlier] a "Hold up & Slippage Report"
wherever necessary. He shall provide additional efforts whenever the PER diagram indicates a
delay in completion date. All extra costs incurred by the PCMS vendor for such additional
efforts in order to prevent a possible delay in the completion date shall be to his account.
SCOPE OF WORK FOR PCMS MUPL
Page 64 of 76
9.2 SHIPMENT, HANDLING, PACKAGING AND TRANSPORTATION
9.2.1 The PCMS vendor shall be responsible for the handling and transportation, installation and
commissioning of the supplied equipment at the sites as specified.
9.2.2 Packing and Marking of the goods to be supplied shall be the responsibility of the PCMS vendor
and shall be such as to protect the equipment from damages due to transportation.
9.2.3 All equipments shall be individually packed in suitable containers/crates along with
cushioning packing designed to avoid damage to the equipments during transit and storage in
accordance with best commercial practices and requirements of application specifications.
9.2.4 The materials for packaging, packing, wrapping, sealers, moisture resistant barriers and
corrosion preventives shall be of recognized brands and shall conform to best standards in the
areas in which the articles are packed.
9.2.5 The packing shall protect the equipments from impact, vibration, static charge, rough handling,
rain dust, damp, insects, rodents etc.
9.2.6 Each container shall be clearly marked with following information at various prominent
places:
Company: ‘Name of the Company’
Project: ‘Name of the Project’ ‘PCMS System’
Description of the equipment: ‘Equipment title’
Serial no.: ‘Serial no. of the equipment’
Address: ‘Destination address as per Purchase order’
9.3 PROJECT EXECUTION ORGANIZATION
9.3.1 PCMS vendor shall furnish as a part of the proposal the project execution organization chart
showing the no., level and category of engineering managers envisaged to carry out the project
execution & management functions including QA/QC support as per the contract requirements
to the satisfaction of the COMPANY.
9.3.2 The project execution shall be carried out by appointing a Project coordinator who will be
responsible for coordinating various activities within the respective disciplines.
9.4 PROJECT SITE ORGANIZATION
9.4.1 PCMS vendor shall furnish, as a part of the proposal, the project site organization chart
showing the no., level and type of engineers & specialists envisaged to carry out the complete
works as per the contract requirements to the satisfaction of the COMPANY.
SCOPE OF WORK FOR PCMS MUPL
Page 65 of 76
9.4.2 PCMS vendor shall ensure that experienced engineers/ specialists shall be available at site,
well conversant in their respective areas of specialization and experienced on system
hardware & software, during installation, online testing, commissioning, Pre-SAT, SAT and
Trial run phases of the project.
PCMS vendor shall engage adequate no. of qualified and experienced engineers on the system
and who were involved in various stages of system design, engineering, integration,
development and FAT, for overall site implementation of PCMS system.
9.4.3 PCMS Vendor shall be fully responsibility for site management, installation, online testing,
commissioning, Pre-SAT, site acceptance testing and Trial run of PCMS system.
SCOPE OF WORK FOR PCMS MUPL
Page 66 of 76
SECTION - 10
SYSTEM DRAWINGS
SCOPE OF WORK FOR PCMS MUPL
Page 67 of 76
10.0 SYSTEM DRAWINGS
10.1 MUPL PCMS System Block Diagram
SCOPE OF WORK FOR PCMS MUPL
Page 68 of 76
NOTE:
1. Distance shown is not in scale
2. Distance shown are OFC length, not pipeline length.
3. Equipment shown are indicative, not mandatory.
4. Architecture is mandatory i.e requirement of two redundant server (one at BPCL MDT & one at Uran).
Three nos. of client (one at BPCL MDT, one at HPCL and one at Uran)
SCOPE OF WORK FOR PCMS MUPL
Page 69 of 76
SCOPE OF WORK FOR PCMS MUPL
Page 70 of 76
10.2 MUPL : Fiber Route
SCOPE OF WORK FOR PCMS MUPL
Page 71 of 76
ANNEXURES
ANNEXURE A: - PCUR FORM
POWER CONSUMPTION & UPS REQUIREMENTS
SCOPE OF WORK FOR PCMS MUPL
Page 72 of 76
ANNEXURE A
POWER CONSUMPTION AND UPS REQUIREMENTS (PCUR) FORM - (AC LOAD AT
MUPL SECTION)
Item Qty
Max. Power consumption In rush current Peak current
Unit
(VA)
Total
(VA)
Power
Factor
Unit
(A)
Total
(A)
Duration
(ms)
Total
(A)
Duration
(ms)
PCMS server
with
peripheral
devices
Graphic
Interface
Unit
PCMS
Equipment
Cabinet
Power
distribution
cabinet
Any Item not
Included
Above
MS
Total Power Consumption = ____________ VA at ______________ power factor.
Total Inrush Current = ____________ A for a period of _____________ msec.
UPS Requirement = ____________ VA
UPS Sizing factor (as applicable) = ___________
UPS Size = __________ VA at ________ power factor with Inrush Current of _______A for______
msec
SCOPE OF WORK FOR PCMS MUPL
Page 73 of 76
POWER CONSUMPTION AND UPS REQUIREMENTS (PCUR) FORM - (DC LOAD AT
SV Station)
Item Qty
Max. Power consumption In rush current Peak current
Unit
(VA)
Total
(VA)
Power
Factor
Unit
(A)
Total
(A)
Duration
(ms)
Total
(A)
Duration
(ms)
PCMS
Equipment
Cabinet
Power
distribution
cabinet
Any Item not
Included
Above
MS
Total Power Consumption = ____________ VA at ______________ power factor.
Total Inrush Current = ____________ A for a period of _____________ msec.
UPS Requirement = ____________ VA
UPS Sizing factor (as applicable) = ___________
UPS Size = __________ VA at ________ power factor with Inrush Current of _______A for______
msec
SCOPE OF WORK FOR PCMS MUPL
Page 74 of 76
ANNEXURE B: - VACR FORM
VENTILATION AND AIR CONDITIONING REQUIREMENTS
SCOPE OF WORK FOR PCMS MUPL
Page 75 of 76
ANNEXURE B
VENTILATION AND AIR CONDITIONING REQUIREMENTS (VACR) FORM - (MUPL SECTION)
Item Qty
Heat Load in
KCal For operation For storage
Operating
time without
air
conditioning Unit Total Temp.
limits° C
Humidity
limits
Temp.
limits° C
Humidity
limits
PCMS server
with
peripheral
devices
Graphic
Interface
Unit
PCMS
Equipment
Cabinet
Power
distribution
cabinet
Any Item not
Included
Above
MS
Total air conditioning heat load in Kcal/hr = ________________________
SCOPE OF WORK FOR PCMS MUPL
Page 76 of 76
VENTILATION AND AIR CONDITIONING REQUIREMENTS (VACR) FORM - (AT SV STATIONS)
Item Qty
Heat Load in
KCal For operation For storage
Operating
time without
air
conditioning Unit Total Temp.
limits° C
Humidity
limits
Temp.
limits° C
Humidity
limits
PCMS
Equipment
Cabinet
Power
distribution
cabinet
Any Item not
Included
Above
SV Station
Total air conditioning heat load in Kcal/hr = ________________________
CRFQ 1000289354 E-Tender System ID – 29551
SPECIAL CONDITIONS OF CONTRACT
GENERAL:
This Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC), including its amendments, specifications of work, drawings and
any other document forming part of this contract wherever the context so requires.
BIDDER / CONTRACTOR shall adhere to all the instructions covered under GCC & SCC
including all design standards, as stipulated in the respective sections and should be in a
position to submit the required records as evidence for review of OWNER as and when
required and shall carry out changes based on PMC / OWNER review.
Not withstanding the sub-division of the document into separate sections and volumes
wherever done, every part of each shall be deemed to be supplementary of every other part
and shall be read with and as part of the contract so far as it may be practicable to do so.
Where any portions of the GCC are repugnant to or at variance with any provisions of the
special conditions of contract, then, unless different intentions appear, the provisions of the
special conditions of contract shall be deemed to override the provisions of the GCC shall to
the extent of such repugnancy, or variations prevail.
The materials, design and workmanship shall satisfy the applicable relevant Indian Standards,
the job specifications contained herein and codes referred. Where the job specifications
stipulate requirements in addition to those contained in the standard codes and specifications,
these additional requirements shall also be satisfied. In the absence of any Standard /
Specifications / Codes of practice for detailed specifications covering any part of the work
covered in this bidding document, the instructions / directions of BPCL will be binding upon
the Contractor.
A. EVALUATION CRITERIA FOR COMPARISON OF BIDS
1.1 Where only Indian Bids are under comparison
• Bids shall be evaluated on the basis of landed cost at Site (including all supplies
and services), all duties, taxes, transportation.
• Commercial loading shall be done on FOT dispatch Point price.
• Suppliers shall dispatch the goods by road to BPCL, through Bank Approved
Transporters only and shall quote firm freight charges accordingly. If a
supplier does not quote freight charges, his offer shall be loaded with
maximum freight charges as quoted by the other bidders.
1.2 Where only Foreign Bids are under comparison
CRFQ 1000289354 E-Tender System ID – 29551
• Bids shall be evaluated on CFR basis considering sea/air freight as under:
Packages/equipments/pipes & plates: Firm freight as quoted by bidders
• If a supplier does not quote freight charges, his offer shall be loaded with
maximum freight charges as quoted by the other bidders.
• Exchange rate for foreign currency conversion to Indian rupees shall be
considered as per the TT selling rate published by The State Bank of India on
the previous working day of opening of the price bids.
1.3 Where Indian as well as Foreign Bids are under comparison
Domestic Bidders:
• Bids shall be evaluated on the basis of landed cost at Site (including all supplies
and services), all duties, taxes, transportation.
• Commercial loading shall be done on FOT dispatch Point price.
Foreign Bidders:
Bids shall be evaluated on the basis of landed cost at Site (including all supplies and
services) including third party inspection by agencies as mentioned in GPC, all duties,
taxes and transportation charges as under
1.4 Transit insurance/Marine Insurance shall be excluded from suppliers’ scope for the
items where only supply involved and the same shall be arranged by the owner. For
purchases involving site work, the Comprehensive (Transit/Marine cum storage,
erection, till handing over of equipment) Insurance shall be arranged by Owner.
B) COMMERCIAL LOADING OF OFFERS IN CASE OF DEVIATIONS
1.1 Basis of Loading
The Foreign Bids on supplies shall be loaded on FOB/FCA Port of Exit prices and the
Indian Bids shall be loaded on FOT Dispatch Point prices. For services loading shall be
on the basic prices without taxes and duties.
1.2 Payment Terms
If any differential payment terms is offered by the vendor as against BPCL terms
mentioned in this tender and the same is acceptable to BPCL, Vendor shall be loaded at
a rate equivalent to benchmark prime lending rate (BPLR) of State Bank of
India applicable on the date of opening price bid, calculated for the applicable
differential period for the applicable amount.
CRFQ 1000289354 E-Tender System ID – 29551
Differential Period of any other stage shall be suitably decided at the time of
evaluation.
1.2.1 Foreign suppliers shall not be permitted to offer differential payment terms as
against the terms specified in the RFQ/ GPC and in case they insist, their offer may
be rejected.
1.2.2 Advance along with FOA/ PO will not be allowed. If a supplier insists for advance
payment along with FOA/PO, his offer may be rejected.
1.3 Performance Bank Guarantee (PBG)
1.3.1 Performance Bank Guarantee shall be required as specified in the SCC. In case a
supplier offers to give a PBG for less than 10% of order value, or for a lesser period
than what is provided in GPC, loading shall be done for the differential amount and/
or the differential period. For differential period/ amount, the following example will
amplify the methodology of loading (if GPC specifies 10% PBG for 18 months + 6
months claim period = Total 24 months):
For differential period:
Period offered by Bidder Loading
10% for 24 months - No loading
10% for 18 months - 10% x 6/24 = 2.5%
10% for 12 months - 10% x 12/24 = 5.0%
10% for 6 months - 10% x 18/24 = 7.50%
For differential Amount:
Other than 10%: To be loaded by percentage by which PBG is short of 10%.
1.4 Penalty for Delayed Deliveries shall be as per the RFQ documents:-
1.4.1 In case a Supplier does not accept the delayed delivery clause and/or takes any
deviation (insists for liquidated damages or indicates penalty clause in place of Price
Reduction Clause) or takes exception to the percentage rate mentioned in GPC or SCC,
the offer of such supplier(s) shall be loaded by 5%. The Foreign Bids on supplies shall
be loaded on FOB/FCA Port of Exit prices and the Indian Bids shall be loaded on FOT
Dispatch Point prices. For services, loading shall be on the basic prices without taxes
and duties
1.5 Price variation:
1.5.1 Bidders must quote firm & fixed prices.
1.6 Indian Freight charges:
1.6.1 Indian bidders shall quote firm freight charges up to destination by road on freight
pre-paid door delivery basis through bank approved transporters for all cases.
CRFQ 1000289354 E-Tender System ID – 29551
1.6.2 If a bidder does not quote freight charges, his offer shall be loaded with maximum
freight charges as quoted by the other bidders.
1.7 Indian taxes / duties
In case a bidder states that taxes/duties are not applicable at present and will be
charged as applicable at the time of delivery then his bid shall be loaded by the
maximum rate of taxes/duties applicable.
1.8 Any other loading not explicitly covered above but as required in the opinion of
OWNER to bring the offers on par shall also be considered for evaluation and
comparison.
**************
CRFQ 1000289354 E-Tender System ID – 29551
SECTION- 7
TECHNICAL DEVIATION FORM
CRFQ 1000289354 E-Tender System ID – 29551
TECHNICAL DEVIATION FORM
Name of vendor: Schedule of Deviations in reference to BPCL SPECIFICATIONS 1. Vendor may give here a consolidated list of technical deviations for all sections of the
SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him. 2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the
COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.
3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be deemed to
be fully complied by the vendor 5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall constitute
the contract requirements for the award of job to the vendor. 6. BPCL reserves the right to reject the offer based on the deviations.
Sr. No.
Page No.
Clause No. Requirement of the SPECIFICATIONS
Deviations to the SPECIFICATIONS
Remarks
1 2 3 4 5 6
Vendor : Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :
CRFQ 1000289354 E-Tender System ID – 29551
SECTION – 8
SPECIAL PURCHASE CONDITIONS FOR
INDIAN BIDDERS And NON-INDIAN BIDDERS
CRFQ 1000289354 E-Tender System ID – 29551
SPECIAL PURCHASE CONDITIONS FOR INDIAN BIDDERS
S NO INSTRUCTIONS VENDOR'S ACTION RESPONSE
1.1 Indicate Despatch point.
TO SPECIFY
1.2 PRICES
1.2.1 Confirm that the Prices shall be FIRM till complete execution of the order and shall not be subject to variation on any account.
TO NOTE AND CONFIRM
1.2.2 Please confirm that the prices quoted in the price bid are inclusive of packing and forwarding charges
TO NOTE AND CONFIRM
1.2.3 Prices quoted shall exclude transit insurance charges as the same shall be arranged by BPCL.
TO NOTE AND CONFIRM
1.3 TAXES & DUTIES
1.3.1 If GST is presently not applicable, kindly give reasons/details for non application of GST. Statutory variation in GST during contractual delivery period shall be to BPCL account. Any increase in the rate of GST beyond CDD shall be to vendor’s account whereas any decrease shall be passed on to BPCL.
TO NOTE,CONFIRM & SPECIFY
1.3.2 Indicate the HSN of the offered Item/s
TO SPECIFY
1.4 TRANSPORTATION
1.4.1 The scope of the vendor includes transportation of all the supplied items to BPCL Site on Door Delivery basis by Road.
TO NOTE AND CONFIRM
1.4.2 C Form shall not be issued by BPCL. Bidder to confirm that they have indicated the sales tax if applicable) in percentage without C Form in the format for providing freight, taxes and duties
TO NOTE AND CONFIRM
1.5 DELIVERY PERIOD
1.5.1 Delivery period shall be as per clause 3.3 and 3.5 of Scope of Work.
KINDLY CONFIRM
1.5.2 Inspection certificate: Internal Test Certificate, Quality assurance certificate, Conformity certificate and Country of Origin Certificate for the equipment are to be submitted with Invoice during supply.
TO NOTE AND CONFIRM
1.5.3 Owner reserves the right for rejecting the offer/offers not meeting the above delivery period.
TO NOTE AND CONFIRM
CRFQ 1000289354 E-Tender System ID – 29551
1.5.4 In case vendor is ready to provide the items earlier than the above desired period, vendor to indicate the earliest delivery period
TO NOTE AND PROVIDE
1.6 VALIDITY
1.6.1 Confirm quoted prices are valid for acceptance up to 180 days from the tender due date / extended due date.
TO NOTE AND CONFIRM
1.6.2 On account of exigencies, if the bidder is requested to extend the validity of their offer, the same should be extended without any deviation including change in price. Otherwise, in such an event, the offer is liable to be rejected
TO NOTE AND CONFIRM
1.7 PERFORMANCE BANK GUARANTEE
1.7.1 Confirm that you will furnish performance guarantee bond for 10% of supply order value by way of Bank Guarantee in the prescribed format from any Scheduled Indian Bank as per clause 14 of General Purchase Conditions (GPC) and as per format of PBG attached.
TO NOTE AND CONFIRM
1.7.2 The PBG should be valid for a period of 24 months from the date of supply (Guarantee period of 18 months from the date of supply + 6 months claim lodging period) or 18 months from the date of commissioning (Guarantee period of 12 months from the date of commissioning + 6 months claim lodging period) whichever is earlier. The PBG should be sent to us directly by your Banker.
TO NOTE AND CONFIRM
1.7.3 In case submission of PBG is not accepted by the vendor, their offer will be liable for rejection.
TO NOTE AND CONFIRM
1.8 PART ORDER
1.8.1 Part order shall be accepted without any stipulation of minimum order value/ quantity. (However individual quantities will not be split)
TO NOTE AND CONFIRM
1.8.2 In case of part order all lumpsum charges quoted extra if any viz. Documentation, testing, packing, other charges etc., can be considered on prorata value basis. Confirm compliance.
TO NOTE AND CONFIRM
1.8.3 Repeat Order- Vendor to confirm acceptance of repeat order within 12 months from the date of basic P.O
TO NOTE AND CONFIRM
1.9 PRICE REDUCTION SCHEDULE
1.9.1 Acceptance to price reduction for delay in delivery beyond contractually agreed schedule @ ½% of undelivered order value per week of delay or part thereof, subject to a ceiling of 5% of total order value as per Clause No. 20 of BPCL’s GPC.
TO NOTE AND CONFIRM
1.9.2 In case this point is not accepted by the vendor, loading shall be done as per Clause 1.12.1
TO NOTE AND CONFIRM
1.10 PAYMENT TERMS-LOCAL SUPPLY
CRFQ 1000289354 E-Tender System ID – 29551
1.10.1 PAYMENT TERMS :
Payment terms shall be as per clause 3.8.1 and 3.8.2 (for Indian Bidders)
TO NOTE AND CONFIRM
1.10.2 Bank charges shall be to respective Accounts TO NOTE AND CONFIRM
1.10.3 FOR INSTALLATION AND AMC CHARGES, TDS will be applicable. TAX DEDUCTION AT SOURCE (TDS): Tax Deduction at Source (TDS) at the applicable rates will be deducted from the running bills. Necessary certificates in this regard will be issued from BPCL
TO NOTE AND CONFIRM
1.11 EVALUATION CRITERIA
1.11.1 Quoted prices in foreign currency shall be considered for evaluation. Exchange rate as per SBI TT Selling rate on the previous working day to the date of opening of the price bid shall be considered for conversion of the offer to INR for comparison and evaluation of the quotes.
TO NOTE AND CONFIRM
1.11.2 Price evaluation will be done overall landed cost basis as per the special conditions of the contract provided
TO NOTE AND CONFIRM
1.12 LOADING CRITERIA FOR COMMERCIAL DEVIATION
1.12.1
Deviation on Price Reduction for Delayed Deliveries (Considering GPC clause of 0.5% per week of delay- max 5% total order value) :
1.12.2 In case the vendor does not accept the delayed delivery clause or take exceptions to the % rate mentioned in GPC, loading shall be done to the extent of maximum of 5% on the total order value or the differential % not agreed by the supplier
TO NOTE AND CONFIRM
1.12.3 Price evaluation will be done overall landed cost basis as per the special conditions of the contract provided
TO NOTE AND CONFIRM
1.13 GENERAL
1.13.1 Confirm acceptance of BPCL’s `General Purchase Conditions’, holiday listing policy & Special Terms and Conditions in toto.
TO NOTE AND CONFIRM
1.13.2 Indicate relationship with any of our Directors. TO SPECIFY
1.13.3 Please confirm you have not been banned or delisted/holiday listed by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. The declaration of holiday listing is to be signed and submitted along with Pre-qualification Bid (PQ Bid).
TO NOTE AND CONFIRM TO CONFIRM SUBMISSION
CRFQ 1000289354 E-Tender System ID – 29551
1.13.4 You are requested to furnish the following information for e-payment: a) Name of the vendor/contractor party b) Account No. of the party c) Bank & Branch Name where the above account is maintained d) Type of account (current/saving/cash credit A/c) e) Branch code of the above bank branch f) The 9 digit MICR code of the above branch (with is printed in the cheques issued by the Branch available with the A/c holder
TO SPECIFY
1.13.5 If the items are covered under DGS&D rate contract, confirm that a copy of rate contract is enclosed with your offer.
TO NOTE AND CONFIRM
1.13.6 If you are registered under MSE (Micro and Small Enterprises) please provide the certificate towards the same
TO NOTE AND CONFIRM AND PROVIDE SUPPORTING DOCUMENTS
1.13.7 Confirm whether you are registered under MSE (Micro and Small Enterprises)
TO CONFIRM
1.13.8 Bidders claiming purchase preference as MSE need to submit the following documents: a. Notarized copy of all the pages of the EM-II certificate issued by the appropriate authorities mentioned in the Public procurement policy of MSEs-2012. b. Vendors’ declaration on a duly notarized Rs.100 stamp paper stating that, in the event of award of contract, all the ordered supplies shall be made from the unit for which MSE certificate has been submitted.
TO CONFIRM SUBMISSION
CRFQ 1000289354 E-Tender System ID – 29551
SPECIAL PURCHASE CONDITIONS FOR NON INDIAN BIDDERS
SNO INSTRUCTIONS VENDOR'S ACTION RESPONSE 1.0 Confirm that you have quoted firm prices on Ex
works basis in the price bid for imported supplies.
TO CONFIRM
1.1 All FOB Charges/ Inland transportation to FOB International Seaport of Exit shall be quoted as percentage of the Ex works price in the format for Taxes,duties and freight – Non-Indian Bidders
TO CONFIRM
1.2 Indicate International Seaport of Exit TO SPECIFY
1.3 Confirm that the firm OCEAN freight charges (including all service charges) has been quoted as percentage of the Ex works price for Ocean transportation to Mumbai Seaport in the format for Taxes, duties and freight - Imported supply and this freight charges shall remain firm throughout the currency of the contract.
TO NOTE AND CONFIRM
1.4 BPCL will place Order on CFR basis. BPCL reserves the option to place order on FOB during the currency of the contract. Confirm acceptance.
TO NOTE AND CONFIRM
1.5 Service charges to shipping/forwarding agencies shall be borne by the vendor.
TO NOTE AND CONFIRM
1.6 Prices quoted must exclude transit insurance charges from CFR Mumbai Seaport as the same shall be arranged by the Purchaser. However, transit insurance charges for transit up to CFR Mumbai Seaport must be included by you in your prices.
TO NOTE AND CONFIRM
1.6 TAXES & DUTIES
1.6.1 All taxes, duties and levies of any kind payable upto CFR Mumbai Seaport shall be borne by you. Confirm compliance.
TO NOTE AND CONFIRM
1.6.2 Export permit/license if required shall be Bidder’s responsibility & any expenditure towards same will be borne by you. Confirm compliance.
TO NOTE AND CONFIRM
1.7 DELIVERY PERIOD
1.7.1 Delivery period shall be as per clause 3.3 and 3.5 of Scope of Work.
KINDLY SPECIFY DELIVERY PERIOD
CRFQ 1000289354 E-Tender System ID – 29551
1.7.2 Inspection certificate: Internal Test Certificate, Quality assurance certificate, Conformity certificate and Country of Origin Certificate for the equipment are to be submitted with Invoice during supply.
TO NOTE AND CONFIRM
1.7.3 Owner reserves the right for rejecting the offer/offers not meeting the above delivery period
TO NOTE AND CONFIRM
1.7.4 In case vendor is ready to provide the items earlier than the above desired period, vendor to indicate the earliest delivery period
TO NOTE AND PROVIDE
1.7.5 Furnish Country of origin from where the goods have been offered.
TO SPECIFY
1.7.6 Certificate for Country of Origin shall accompany the shipping documents
TO NOTE AND CONFIRM
1.8 CURRENCY OF QUOTE
1.8.1 Furnish the currency of quote. TO SPECIFY
1.8.2 Change in currency once quoted will not be allowed. Confirm compliance.
TO NOTE AND CONFIRM
1.8.3 The offer for imported supplies shall be either in USD or Euro Currency only.
TO NOTE AND CONFIRM
1.9 VALIDITY
1.9.1 Confirm quoted prices are valid for acceptance up to up to 180 days from the tender due date / extended due date.
TO NOTE AND CONFIRM
1.9.2 On account of exigencies, if the bidder is requested to extend the validity of their offer, the same should be extended without any deviation including change in price. Otherwise, in such an event, the offer is liable to be rejected
TO NOTE AND CONFIRM
1.10 CONSIGNMENT DETAILS
1.10.1 Indicate shipping weight (net and gross) & volume of the consignment.
TO SPECIFY
1.10.2 Vendor to provide HSN of the supplies. TO SPECIFY
1.11 PERFORMANCE BANK GUARANTEE
1.11.1 Confirm that you will furnish performance guarantee bond for 10% of order value by way of Bank Guarantee in the prescribed format from any Scheduled Indian Bank as per clause 14 of General Purchase Conditions (GPC) and as per format of PBG attached.
TO NOTE AND CONFIRM
CRFQ 1000289354 E-Tender System ID – 29551
1.11.2 The PBG should be valid for a period of 24 months from the date of supply (Guarantee period of 18 months from the date of supply + 6 months claim lodging period) or 18 months from the date of commissioning (Guarantee period of 12 months from the date of commissioning + 6 months claim lodging period) whichever is earlier. The PBG should be sent to us directly by your Banker.
TO NOTE AND CONFIRM
1.11.3 In case PBG is not accepted by the vendor, the offer will be liable for rejection.
TO NOTE AND CONFIRM
1.11.4 Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account. Confirm compliance.
TO NOTE AND CONFIRM
1.12 PART ORDER
1.12.1 Confirm acceptance of part order without any stipulation of minimum order value/ quantity. (However individual quantities will not be split)
TO NOTE AND CONFIRM
1.12.2 In case of part order confirm all lumpsum charges quoted extra if any viz. Documentation, testing,packing, crating, handling, FCA charges etc., can be considered on prorata value basis. Confirm compliance.
TO NOTE AND CONFIRM
1.12.3 Repeat Order- Vendor to confirm acceptance of repeat order within 12 months from the date of basic P.O
TO NOTE AND CONFIRM
1.13 PRICE REDUCTION SCHEDULE
1.13.1 Acceptance to price reduction for delay in delivery beyond contractually agreed schedule @ ½% of undelivered order value per week of delay or part thereof, subject to a ceiling of 5% of total order value as per Clause No. 20 of BPCL’s GPC.
TO NOTE AND CONFIRM
1.13.2 In case this point is not accepted by the vendor, loading shall be done as per Clause 1.16.1
TO NOTE AND CONFIRM
1.14 PAYMENT TERMS
1.14.1 Payment terms shall be as per clause 3.8.1 and 3.8.2 (for Non- Indian Bidders)
TO NOTE AND CONFIRM. VENDORS TO CONFIRM WHETHER THEY CONFIRM LC OR CAD.
CRFQ 1000289354 E-Tender System ID – 29551
1.14.2 BPCL will not establish LC for value below USD 5,000.00. Preferred payment terms are CAD/TT. However in case of payment by LC, all foreign banker charges will be to the account of beneficiary only.
TO NOTE AND CONFIRM. VENDORS TO CONFIRM WHETHER THEY CONFIRM LC OR CAD.
1.14.3 Please note that in the event of delay in delivery, payment shall be released after making price reduction from your bills and relevant clause in this respect shall be inserted in L/C
TO NOTE AND CONFIRM
1.14.4 Bidder to provide the bank details, Swift code etc for the above purposes along with the unpriced part of the bid.
TO SPECIFY
1.14.5 Vendor to confirm that Duties in India is not included in the price and shall be borne by BPCL and that overseas is included in the price.
TO NOTE AND CONFIRM
1.14.6 Confirm all taxes, duties and levies of any kind payable up to port of shipment shall be borne by supplier
TO NOTE AND CONFIRM
1.14.7 TAXES, DUTIES AND LEVIES IN FOREIGN COUNTRIES-The BIDDER / CONTRACTOR shall accept full and exclusive liability at his own cost for the payment of any and all taxes, duties, cesses and levies howsoever designated, as are payable to any government, local or statutory authority in any country other than India as are now in force or as are hereafter imposed, increased or modified and as are payable by BIDDER / CONTRACTOR, his agents, Sub-Contractors and its/ their respective employees for or in relation to the performance of this Contract. The BIDDER / CONTRACTOR shall be deemed to have been fully informed with respect to all such liabilities and considered and included the same in its bid and the Contract Price shall not be varied in any way on this account
TO NOTE AND CONFIRM
1.14.8 Bidder to confirm that bank charges at respective ends shall be respective accounts. However LC amendment charges due to reasons attributable to bidder shall be borne by the bidder.
TO NOTE AND CONFIRM
1.14.9 In case vendor insists for Confirmed LC, confirmation charges are to be borne by the vendor.
TO NOTE AND CONFIRM
1.15 EVALUATION CRITERIA
CRFQ 1000289354 E-Tender System ID – 29551
1.15.1 Quoted prices in foreign currency shall be considered for evaluation. Exchange rate as per SBI TT Selling rate on the previous working day to the date of opening of the price bid shall be considered for conversion of the offer to INR for comparison and evaluation of the quotes.
TO NOTE AND CONFIRM
1.15.2 Price evaluation will be done overall landed cost basis as per the special conditions of the contract provided
TO NOTE AND CONFIRM
1.16 LOADING CRITERIA FOR COMMERCIAL DEVIATION
Deviation on Price Reduction for Delayed Deliveries (Considering GPC clause of 0.5% per week of delay- max 5% total order value) :
1.16.1 In case the vendor does not accept the delayed delivery clause or take exceptions to the % rate mentioned in GPC, loading shall be done to the extent of maximum of 5% on the total order value or the differential % not agreed by the supplier
TO NOTE AND CONFIRM
1.17 GENERAL
1.17.1 Confirm acceptance of BPCL’s `General Purchase Conditions’, holiday listing policy & Special Terms and Conditions in toto.
TO NOTE AND CONFIRM
1.17.2 Indicate relationship with any of our Directors. TO SPECIFY
1.17.3 Please confirm you have not been banned or delisted/holiday listed by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. The declaration of holiday listing is to be signed and submitted along with unpriced bid
TO NOTE AND CONFIRM TO CONFIRM SUBMISSION
1.18 INDIAN AGENT
1.18.1 Confirm if Indian agent is involved. Please specify the name and details of the Indian agent.
TO NOTE,CONFIRM & SPECIFY
1.18.2 Confirm whether any commission is payable by BPCL to Indian agent.
TO NOTE AND CONFIRM
1.18.3 Confirm whether your quoted price is inclusive of commission.
TO NOTE AND CONFIRM
1.18.4 The commission payable to Indian agents, if any, in Indian Rupees in terms of agreement (enclosing the copy of the same) shall be paid as per government guidelines prevailing for such payments
TO NOTE AND CONFIRM
CRFQ 1000289354 E-Tender System ID – 29551
1.18.5 The commission to be paid to Indian agents shall be made in Indian Rupees only based on the exchange rate prevailing on the day of price bid opening and would not be subject to exchange rate variation.
TO NOTE AND CONFIRM
1.18.6 The tenderers should also furnish the following particulars of the Indian agents/associates/and/or the foreign firms. 1) Name & address of the Indian agent, if any. 2) Confirmation that the Indian agent is registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi (enclosing a copy of their valid registration certificate). 3) If your Indian agent is not registered with DGS&D, New Delhi, confirm that they will get themselves registered with them immediately and forward a copy of the same. 4) Agency commission payable, if any, shall be paid in Indian Rupees only after receipt of material at site subject to furnishing a valid Registration Certificate from DGS&D, New Delhi. 5) The precise relationship between the foreign manufacturer/ principals & their Indian Agents/Associate; 6) The mutual interests which the manufacturer/principals and the Indian agents/associates have in the business of each other. 7) Any payment which the agent/associate receives in India or abroad from the manufacturer/principal whether as a commission for the contract or as a general retainer fee 8) Indian agent’s Income Tax PAN. 9) The foreign supplier’s Income Tax PAN
TO SPECIFY
SEAL AND SIGNATURE OF BIDDER
CRFQ 1000289354 E-Tender System ID – 29551
SECTION 9
FORMAT FOR TAXES AND DUTIES
CRFQ 1000289354 E-Tender System ID – 29551
FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC FOR LOCAL SUPPLY (INDIAN BIDDERS)
Vendor shall provide % rates against each item in response column. If any of the conditions are not
1. Indian bidders are required to indicate GST (in percentage) which will be applicable
on AMC charges.
2. Non-Indian bidders : GST is payable by BPCL directly to the tax authorities.
3. TDS (Tax Deducted at Source) :
a. Indian Bidders : TDS shall be deducted from the invoice value by BPCL and
necessary certificate shall be issued by BPCL.
b. Non-Indian Bidders : Witholding tax shall be deducted from the invoice
value by BPCL and necessary certificate shall be issued by BPCL.
4. If GST rate, SAC Code and Invoicing Location are different/more than one, kindly
provide further details.
CRFQ 1000289354 E-Tender System ID – 29551
SECTION – 10
GENERAL PURCHASE CONDITIONS (ATTACHED)
CRFQ 1000289354 E-Tender System ID – 29551
SECTION 11
COMMERCIAL DEVIATION FORM
CRFQ 1000289354 E-Tender System ID – 29551
COMMERCIAL DEVIATION FORM
Name of vendor: Schedule of Deviations in reference to COMMERCIAL TERMS AND CONDITIONS 1. Vendor may give here a consolidated list of Commercial deviations for all sections of the
tender document, which for an appropriate offer is considered unavoidable by him. 2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the
COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.
3. Vendor shall state the reasons for the deviations in the `Remark' column. 4. All other clauses of the COMMERCIAL TERMS AND CONDITIONS (not mentioned in this
form) shall be deemed to be fully complied by the vendor 5. Only the deviations listed herein, in conjunction with the COMMERCIAL TERMS AND
CONDITIONS, shall constitute the contract requirements for the award of job to the vendor. 6. BPCL reserves the right to reject the offer based on the deviations.
Sr. No.
Page No.
Clause No. Commercial terms and conditions
Deviations Remarks
1 2 3 4 5 6
VENDOR : Signature of the authorized signatory : Name of the authorized signatory : Stamp & Date :
CRFQ 1000289354 E-Tender System ID – 29551
SECTION 12
E-BIDDING INSTRUCTIONS
CRFQ 1000289354 E-Tender System ID – 29551
INSTRUCTIONS TO BIDDERS ON E-TENDERING
1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:
Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-
procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for
participating in the electronic tenders directly through internet (Bid Submission Manuals
are available on the above mentioned e-procurement site).
As a pre-requisite for participation in the tender, vendors are required to obtain a valid
Digital Signature Certificate of Class 3 (Signing and Encryption) and above as per Indian
IT Act from the licensed Certifying Authorities operating under the Root Certifying
Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of
obtaining the digital certificate shall be borne by the tenderer. In case any tenderer so
desires, he may contact our e-procurement service provider M/s. E-procurement
Technologies Ltd, Ahmedabad (Contact no. 079-40270573) for obtaining the digital
signature certificate. Please note that generally, it takes 5 working days for obtaining a
digital certificate after the submission of all required documents / fees. Non availability of
Digital Certificate shall be considered as the vendor’s regret.
To participate on tenders hosted by BPCL on e-procurement site, bidders are required to
have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on
the above site.
Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids
along with all the copies of documents should be submitted in e-form only through BPCL
e-Procurement system. Before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures issued by an acceptable
Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications
are required to be made to a document after attaching digital signatures, the digital
signature shall again be attached to the modified documents before uploading the same.
Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement
system. However if bidder intends to change the bid already entered may change / revise
the same on or before the last date and time of submission deadline. No bid can be
submitted after the last date and time of submission has reached. The system time (IST) that
will be displayed on e-Procurement web page shall be the time and no other time shall be
taken into cognizance. Bidders are advised in their own interest to ensure that bids are
uploaded in e-Procurement system well before the closing date and time of bid. No bid can
be modified after the dead line for submission of bids.
BPCL shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. Further BPCL in any case will not be responsible for inability of the bidder in
participating in the event due to ignorance, failure in Internet connectivity or any other
reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB)
at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any
CRFQ 1000289354 E-Tender System ID – 29551
responsibility in case of failure of the bidder to upload the documents within specified time
of tender submission.
Bidders are required to Login with their User ID & Password (along with Digital
Certificate) on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on
“Action” button against required Tender, If the required tender number/ details are not
available in the first displayed page, then they can click on “more” button, for proceeding
to next page(s). They will get “Download files” as well as “Tender Common Forms” on the
same page. For participating in tender and for download Tender Documents, click on
“Participate”. In the same menu, one can upload the scanned, signed stamped documents in
“Edit Bid Common Forms”.
For downloading Java, please click on “Download JRE 6” on login page or more details
about Bidding steps. Also, “New User Instruction Manual” from log in page can be
referred.
Bidders are required to save / store their bid documents for each item into their computers
before submitting their bid into e-tender.
2.0 CONTACT PERSONS:-
FOR E-TENDERING RELATED ISSUES:
If tenderers need some clarifications or are experiencing difficulties while enrolling or
while participating in this e-Tender, please E-Mail to the following E-Mail ID along with
(OR) Contact the following helpdesk numbers: All India +91 79 40270573.
CRFQ 1000289354 E-Tender System ID – 29551
INSTRUCTION TO BIDDERS FOR REVERSE AUCTION
The techno-commercially acceptable bidders will be required to submit their Price, directly in an online Electronic Reverse Auction, to be conducted through online bidding portal by M/s. E-procurement Technologies Ltd, on behalf of BPCL. M/s. E-procurement Technologies Ltd shall arrange for a live demonstration/ training of the techno-commercially nominated persons of acceptable bidders, without any cost to the bidder. They shall also explain the bidder, all the Rules related to the Electronic Reverse Auction/ Business Rules Document to be adopted along with bid manual. It is mandatory for the bidders to submit their written compliance/ confirmation of having read and understood all the procedures of Electronic Reverse Auction, before start of the on line Reverse Auction process.The offer of bidders not agreeing for participation in the reverse auction process shall be considered as technically invalid and shall be rejected. During the Electronic Reverse Auction, the bidders shall be quoting from their own offices/ place of their choice. Internet connectivity shall have to be ensured by each bidder at their own cost Reverse Auction shall be visible to bidders / BPCL only with user log in and password. Identity of bidders never gets disclosed during/post reverse auction process. Bidders viewing the portal can see only their bid and the prevailing lowest bid. Bidder can reduce his bid repeatedly during the auction period. Order shall be placed on the lowest Bidder, basis lowest delivered cost (as per evaluation criteria) emerging out of reverse auction process and BPCL’s decision on award of contract shall be final and binding on all the bidders. Successful Bidder shall submit the final quoted amount during reverse auction process duly signed and stamped as a token of acceptance without imposing any new condition.
CRFQ 1000289354 E-Tender System ID – 29551
SECTION-13
FORMAT FOR BIDDER’S INFORMATION
CRFQ 1000289354 E-Tender System ID – 29551
FORMAT FOR BIDDER’S INFORMATION
Name of the Bidder
Address
Type of Organisation:
Government Dept. / Public Sector Undertaking
/ Public Limited Company / Private Limited
Company / Partnership / Propreitorship / Others
(Pl. specify)
Location of Registered Office , in the case of
Company
Place and Year of the Incorporation
Person Authorized to sign the bid document
Phone, e-mail
Does bidder has permanent establishment in
India. If yes, please provide the address.
Indian PAN No. (if available)
In case of Foreign ,Tax Residency
CERTIFICATE
GST Registration number
Whether the bidder falls under the category of
Micro & Small Enterprises (MSE) as per the
MSME Policy of Govt. of India. If YES,
whether proof for the same enclosed with the
bid?
SIGNATURE OF BIDDER :
STAMP OF THE BIDDER :
CRFQ 1000289354 E-Tender System ID – 29551
SECTION 14
PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT
(ATTACHED)
CRFQ 1000289354 E-Tender System ID – 29551
SCETION – 15
POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL (ATTACHED)