tender - kjpl - 29550 - bharat petroleum sfk · pdf filenotice inviting e-tender ... mmt in...
TRANSCRIPT
CRFQ 1000289354 E-Tender System ID – 29550
CPO REFINERIES
TENDER FOR
OFC BASED PIPELINE CONDITION MONITORING
& SURVEILLANCE (PCMS) SYSTEM FOR
KOTA-JOBNER (JAIPUR) PIPELINE (KJPL)
REQUEST FOR QUOTATION
CRFQ Number – 1000289354
E-Tender System IDs : 29550
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 – 29550
NOTICE INVITING E-TENDER
OFC BASED PIPELINE CONDITION MONITORING & SURVEILLANCE
(PCMS) SYSTEM FOR KOTA-JOBNER (JAIPUR) PIPELINE (KJPL)
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
Pumping Location (called Kota) & 1 No. of Receipt Location (called Jobner).
In the KJPL, 2 No. of direct burial twelve core Optical Fiber Cable (OFC) is already
laid along the pipeline, out of which maximum 8 fibers are in use (working fibers).
Remaining 16 cores are spare and not in use (dark fibers). BPCL desires to install an
OFC based Pipeline Condition Monitoring & Surveillance (PCMS) System using
dark fibers available along with the pipeline.
The PCMS shall be capable of detecting Third Party Intervention events,
recognizing the type of event (to establish the level of threat) and of reporting the
location of these events with sufficient precision to offer the Operations of the
pipeline the possibility of taking action to prevent any damage/pilferage to the
pipeline.
2.0 E-TENDER
E-Bids in 3 parts are invited for the tender for ‘OFC BASED PIPELINE CONDITION
MONITORING & SURVEILLANCE (PCMS) SYSTEM FOR KOTA-JOBNER (JAIPUR) PIPELINE
(KJPL)’ in complete accordance with tender documents and its attachments.
CRFQ 1000289354 E-Tender System ID – 29550
All prospective bidders are requested to enroll themselves in to our e-tendering
platform https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd,
our authorized Service Provider for E-tendering.
Upon logging in to the e-procurement website, bidders can download the bid
documents and shall thoroughly go through the same. All documents required for
the bid, shall be uploaded on the appropriate place in the E-Procurement web site,
digitally signed. No physical scanned documents need to be uploaded except those
specifically indicated.
As a pre-requisite for participation in the tender, bidders are required to
obtain a valid Digital Signature Certificate of Class 2B or Class 3 (Signing and
Encryption/Decryption) 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 bidder.
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) and get conversant with the process of online
submission of the tenders well in time so as to submit tenders by the due date.
E-Bidding instructions are also attached along with the tender document for
reference and guidance.
3.0 PRE-BID MEETING:
3.1 Pre-bid meeting is scheduled on 16th October 2017, 10:00 AM at BPCL Mumbai
Refinery. All interested bidders are requested to reach the site before 10:00 AM.
The purpose of the pre- bid meeting is to clarify any doubts of the Bidders on the
interpretation of the provisions of tender. Bidder(s) are requested to submit their
queries, mentioning firm name, clause no. & clause by a letter/ e-mail to the
Engineer-in-charge in order to have fruitful discussions during the meeting. All
Bidders are requested to acquaint themselves about the site and tender conditions for
better clarity, before submitting their bids. Necessary clarifications (if any), may be
obtained prior to submission of the bid.
3.2 Contact Persons:
Shri. V Vasu, Chief Maint Manager Inst (Pipelines), BPCL – MMBPL
Tel No. 022 – 2552 4245. E mail: [email protected]
Shri. S O Kakan, DGM Maint (Pipelines), BPCL – MMBPL
Tel No. 022 – 25533150. E mail: [email protected]
Bidders shall visit the location, at their own expense to see the site conditions before
quoting for the job. Bidders should contact Engineer-in-charge for getting
information required for visiting the site locations well in advance. Bidders to obtain
CRFQ 1000289354 E-Tender System ID – 29550
all the information required for executing the contract from site. No request will be
entertained on this count even if bidders choose not to visit. No claim what so ever
may be shall be entertained on this ground.
Bidders may submit the queries in following format (in excel):
Sr
No
Tender
Page No
Clause
No
Clause Clause details Query
4.0 PRE-QUALIFICATION CRITERIA:
4.1 Bidders, fulfilling all the technical & commercial qualifying criteria as per the pre-
qualification document attached, shall only be considered for further evaluation of
bids.
5.0 EARNEST MONEY DEPOSIT (EMD) :
5.1. The interest-free Earnest Money Deposit (EMD) of Rs 2,50,000/- (Rupees Two
Lakh Fifty Thousand Only) to be submitted by way of crossed account payee
Demand Draft drawn on any nationalized / scheduled bank in favour of "BHARAT
PETROLEUM CORPORATION LTD" payable at Mumbai. The EMD shall be
arranged prior to the due date & time of opening of the "Pre-qualification Bid".
The following categories of bidders are however exempted from depositing
EMD:
a) Units registered with National Small Industries Corporation (NSIC);
b) Units falling under Micro & Small Enterprises (MSEs) category and
registered with authorities specified under Public Procurement Policy for
MSEs and as defined under the MSMED Act 2006. Vendor shall submit the
EMI and EMII certificate from DIC along with their offer.
The above are subject to the fulfilling of under mentioned conditions:
a) Units should be registered with National Small Scale Industrial Corporation
Limited (NSIC) or with any of the Authorities specified under the Public
Procurement Policy for MSE’s. (DIC/KVIC/KVIB/Coir
Board/NSIC/Directorate of Handicrafts and Handloom or any other body
specified by Ministry of MSME.)
b) The Unit should be registered for the item tendered.
c) The monetary limit, if any, indicated in the registration certificate should cover
value of items ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted
in support.
CRFQ 1000289354 E-Tender System ID – 29550
f) Registration with DGS&D will not entitle a Tenderer to claim above
exemption.
g) Units registered with National Small Industries Corporation (NSIC) or MSE
subject to:
Such bidders must upload appropriate proof along with their "Technical Bid",
to show that they are eligible for the exemption from EMD (application for
registration as NSIC / MSE or for renewal will not be acceptable), failing
which such bid will be treated as bid received without EMD and liable to be
rejected.
h) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be
given all benefits available under Public Procurement Policy for MSEs order
2012. Therefore, UAM shall also be accepted as a valid document for vendors
seeking benefits under PPP for MSEs order 2012
i) Registration with DGS&D will not entitle the Bidder to claim exemption from
payment of EMD.
5.2 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid separately by
Demand Draft (DD) / Banker’s Cheque drawn in favour of Bharat Petroleum
Corporation Limited and payable at Mumbai, or by electronic funds transfer or bank
guarantee.
5.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper
of Rs. 500/- value and in the prescribed Performa given in the Tender Document.
5.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by
Reserve Bank of India as per the proforma. The BG shall remain valid for a period
of six months from the due date of opening the tender.
5.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be
sent separately to CPO (Head), CPO-Refineries, BPCL. Copy the DD/ Banker's
cheque/ BG as the case may be, along with proof of dispatch to be uploaded along
with "Pre-qualification Bid". Bids without EMD are liable to be rejected.
5.6 EMD can be also submitted through electronic fund transfer to the Account as
detailed below;
Details of Bank for Electronic Fund Transfer:
Beneficiary-Bharat Petroleum Corporation Limited
Name of the Bank- Standard Chartered Bank, M G Road, Address-90, M G Road,
Fort, Mumbai-400 001,IFSC Code-SCBL0036001,MICR Code-400036002,Type of
Account-11(Current), Account No:22205020115.
5.7 EMD of other unsuccessful bidders shall be released after issuance of
FOA/LOA/contract Order against this tender. However, in case of successful bidder
the EMD shall be released on receipt of performance bank guarantee.
CRFQ 1000289354 E-Tender System ID – 29550
5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted
to alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not
yet been opened/ finalized. A tenderer who purports to alter/ modify withdraw their
offer after submission, within the validity of the offer shall be liable to have their
offer rejected and their EMD forfeited/encashed.
5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the
successful tenderer fails to honour the offer terms prior to ordering and Contractual
terms after issuance of FOA/LOA/contract Order.
5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate/Bank
transfer details) in the e-tender and physically not received within 7 days after “Pre-
qualification Bid” opening date (as indicated in the NIT or corrigendum thereof) are
liable to be rejected.
5.11 EMD shall be valid for a period of 6 (Six) Months from the due date and in
compliance with the terms provided in General Conditions of Contract (GCC) for
the same. EMD format provided in GCC shall be complied.
5.12 Additional instructions for Foreign Bidders
Foreign bidders can submit EMD in Euro or USD only. Details are as follows;
1. EMD amount (net) in USD / EURO shall be USD 4000 OR EURO 3500.
2. EMD shall be paid by BG or wire transfer.
3. In case of BG, the validity of BG shall be 90 days beyond the validity of the
offer for claim.
4. Bank Guarantee from foreign bank is acceptable only if the same is
countersigned by their Indian branches (provided the Indian branch of the
foreign bank is recognized Scheduled Bank by Reserve Bank of India) or
any Indian Scheduled Bank.
5. SWIFT Details are mentioned below;
Beneficiary
Name Bharat Petroleum Corporation Limited
Bank
Name Standard Chartered Bank
Branch
Address 90, M G Road, Fort, Mumbai-1
USD
Account no 22205032520
Swift Code SCBLINBBXXX
BSR Code 6470036
CRFQ 1000289354 E-Tender System ID – 29550
CURRENCY OF QUOTE
1. Foreign Bidders can quote in INR or USD or EURO only.
2. Currency once quoted shall not be allowed to change.
3. Foreign bidder to indicate the currency in UNPRICED BID as well as PRICE BID
and ensure that they quote the same currency in UNPRICE BID as well as PRICED
BID.
4. No discrepancy or ambiguity in quoted currency shall be allowed.
In case of any discrepancy or ambiguity in quoted currency, BPCL reserves the right
to discard the offer and not consider the offer for further evaluation.
6.0 OFFER VALIDITY:
The Offers shall be valid for a period of 180 days from Tender Due Date / Extended
Tender Due Date for placement of order.
7.0 TIME OF COMPLETION:
As detailed in the Scope of Work.
8.0 GENERAL PURCHASE CONDITIONS (GPC) / SPECIAL PURCHASE
CONDITIONS (SPC):
Attached GPC / SPC shall be applicable for this contract.
9.0 SUBMISSION OF TENDER:
9.1 Bids should be submitted in "THREE BID SYSTEM", i.e., "Pre-
Qualification Bid", "Unpriced-Technical Bid” & "Priced Bid" through e-
tendering portal.
9.2 "Pre-Qualification Bid" shall be complete with all the required documents
uploaded as given below.
(i) All required documents as per PQ criteria
(ii) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid EMD
Exemption Certificate (if any).
(iii) Declaration of Holiday Listing to be submitted properly filled.
(iv) Bidder Information duly filled, signed and stamped.
(v) Scanned copy of Bidder’s PAN, GST Tax Registration Certificate
(vi) Integrity Pact Document duly filled, signed and stamped on each page
(vii) Any other supporting documents/ information in support of the bid.
(viii) For foreign bidders, Tax residency certificate.
CRFQ 1000289354 E-Tender System ID – 29550
9.3 "Un-Priced- Technical Bid", i.e. Techno-Commercial Bid, shall be
complete with all technical and commercial details (other than price) duly
filled, signed and stamped essentially containing the following documents
shall be submitted/ uploaded:-
i) Un-Priced Bid Format. Please do not indicate prices in Un-Price Bid.
ii) Details of taxes and duties as per the format attached.
iii) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested
to have all their queries clarified before bidding. Bidders are required to
confirm and accept all the terms and conditions of the tender. However, if
they still have deviations to our tender, they can indicate deviations in the
‘Technical Deviation Form’ / ‘Commercial Deviation Form’, as the case
maybe, giving reference to clause no.
iv) Duly signed and stamped tender document as a token of acceptance.
v) Any other supporting documents/ information in support of the Un-priced
Bid.
9.4 "Priced Bid" shall be submitted online. Bidders shall input their prices online
in the template created in the E Tendering portal.
Indian Bidders shall submit Price Forms for Local Supply, Installation and
Commissioning Charges and AMC Charges.
Non-Indian Bidders (Foreign Bidders) shall submit Price Forms for Import
Supply, Installation and Commissioning Charges and AMC Charges.
9.5 Bids complete in all respects should be uploaded in BPCL e-tendering portal
on or before the due date & time. Each page of all documents, submitted by
the bidder, shall be duly signed & stamped, and then scanned and uploaded in
the portal. The offer shall be submitted in the Portal under the digital
signature of the bidder.
9.6 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed
covers, shall not be accepted.
9.7 BPCL shall not be responsible for any delay in uploading of offer.
10.0 TENDER OPENING:-
The deadline for bid submission is 11:00 Hrs on the due date mentioned. The
bids can be submitted in the e-procurement website upto the tender due date
and time. The Pre-qualification bids will be opened online through e-
procurement website https://bpcleproc.in, on the same day at 11.30 Hrs.
CRFQ 1000289354 E-Tender System ID – 29550
10.1 Pre-qualification Bids: The Pre-qualification bids shall be opened on the due
date mentioned at 11.30 Hrs. Bidders, who have submitted their bids, can
view/ witness the "Pre-qualification Bid" opening through the e-portal. The
offers of those bidder(s) whose offer meet the Prequalification requirements,
will only be considered for further evaluation, while those not meeting the
Pre-qualification criterion, will be not be considered for further evaluation.
10.2 Un-priced-Technical bids:- The Un-priced Technical Bids (Techno-
Commercial Bid) of those bidder(s), whose offers for "Pre-qualification Bid"
are found to be acceptable, will only be opened under advance intimation to
them. Such Qualified Bidders can view/ witness the "Un-priced Technical
Bid" opening through the e-portal.
10.3 Price bids:- The date and time of opening Price Bids shall be intimated
separately to the techno-commercially acceptable bidders and the price bids
shall be opened through e-portal. Such Techno-Commercially accepted
bidders can view/ witness the "Price Bids" opening through the e-portal.
11.0 METHODOLOGY FOR EVALUATION :
Price evaluation will be done overall landed cost basis as per the special conditions
of the contract provided.
Quoted prices in foreign currency shall be considered for evaluation. Exchange rate
as per SBI TT Selling rate on the date previous 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.
12.0 CONTACT PERSONS:
Please note that tender against tender enquiry is invited through e-tendering mode.
In case of any clarification regarding the tender, following are the contact persons:-
12.1 FOR E-TENDERING RELATED ISSUES:
If tenderers need some clarifications or are experiencing difficulties while enrolling
or while participating in this e-Tender, please E-Mail to the following E-Mail ID
along with the snapshots of the errors being faced to:
M/s E-procurement Technologies Ltd,
E Mail - [email protected] / [email protected] & with a copy to:
(OR)
CRFQ 1000289354 E-Tender System ID – 29550
Contact the following helpdesk numbers:
Mr. Ajay Nandangi : Mobile 91 8433615195
All India +91 79 4027 0573
12.2 FOR TECHNICAL CLARIFICATIONS:
For any technical clarifications regarding this RFQ, please contact:
Shri. V Vasu, Chief Maint Manager Inst (Pipelines), BPCL – MMBPL
Tel No. 022 – 2552 4245. E mail: [email protected]
Shri. S O Kakan, DGM Maint (Pipelines), BPCL – MMBPL
Tel No. 022 – 25533150. E mail: [email protected]
12.3 FOR COMMERCIAL CLARIFICATIONS:
For any commercial clarifications regarding this RFQ, please contact:
Procurement Manager - Shri. P P Bhate, BPCL- Mumbai Refinery, Mahul, Mumbai,
Tel no. 022 - 25533010. Email: [email protected]
(OR)
Procurement Leader - Shri. A.R.Menon, BPCL - Mumbai Refinery, Mahul,
Mumbai,
Tel no. 022 - 25533142. Email: [email protected]
13.0 INTEGRITY PACT (IP):
13.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.
13.2 If the Bidder has been disqualified from the tender process prior to the award of the
contract in accordance with the provisions of the IP, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the
EMD/ Bid Security as per provisions of IP.
13.3 If the contract has been terminated according to the provisions of the IP, or if BPCL
is entitled to terminate the contract according to the provisions of the IP, BPCL shall
be entitled to demand and recover from Contractor Liquidated Damages amount by
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.
CRFQ 1000289354 E-Tender System ID – 29550
13.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The
IEM's name, address & contact number is given below:
Shri. S.S.N. Moorthy Shri. Shantanu Consul
ADDRESS ADDRESS
GFQ, Ist Floor, B. Block, Summit
Apts. Mettupalayam Road,
Coimbatore - 641 043
No.9MCHS (IAS Officers Colony),
16th Main, 5
th C Cross, BTM 2
nd
stage, Bangalore – 560 076
[email protected] [email protected]
Mob. 09500998610 Mob. 09740069318
14.0 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT
"MOP&NG has notified the purchase preference (linked with local content) for the
procurement of goods and services under Oil & Gas Projects in India. Under this
Policy, the bidders are allowed to avail the purchase preference linked with attaining
the stipulated Local content.
Details of Purchase Preference Policy Linked with Local Content is attached.
15.0 GENERAL POINTS:
15.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in
part or full, without assigning any reason whatsoever. BPCL also reserves its right
not to accept the lowest rates quoted by the bidders and also to give purchase/price
preference to eligible Enterprises, as admissible under the existing policies of
Government of India and to JVs/ Subsidiaries as per BPCL guidelines.
15.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation
and submission of Bid, all activities in connection with bidding. BPCL will in no
case be responsible or liable for these costs regardless of the conduct or outcome of
the bidding process. Each Bidder accept and agrees, as a condition of submitting its
Bid that it waives any and all claims against BPCL, its Co-ventures and their
affiliates, for remuneration or restitution relating to its costs and expenses in.
15.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine
carefully all instructions, conditions, forms and terms given in the Bidding
Documents. Failure to furnish all information required by the Bidding Document or
not responsive to the requirements of the Bidding Document will be at the Bidder’s
risk, and may result in rejection of the bid.
CRFQ 1000289354 E-Tender System ID – 29550
Amendment of Bidding document
BPCL may, for any reason either at their own initiative or in response to the
clarification requested by prospective bidders, issue amendment in the form of
addendum during the bidding period or subsequent to receiving the bids. Any
addendum thus issued shall become part of bidding document and Bidder shall
submit `Original' addendum duly signed and stamped in token of his acceptance. If
addendum is issued during the bidding period, Bidder shall consider the impact in
his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow
the instructions issued along with addendum with regard to submission of impact on
quoted price/ revised price, if any.
15.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves
the right to reject any or all the tenders without assigning any reasons whatsoever.
Also BPCL reserves the absolute right to reject any or all the bids/tenders solely
based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the
opinion/ decision of BPCL regarding the same being final and conclusive.
15.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and
documents relating to the bid, exchanged by the Bidder and BPCL, shall be written
in the English language. All information in the “Bid” shall be in English language.
Information in any other language shall be accompanied with its translation in
English. Failure to comply with this condition shall disqualify a “BID”. In the event
of any contradictions between meanings as derived from various languages of the
“BID”, the meaning as derived from English language copy of the “BID” shall
govern.
15.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any
information contained in the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of preparing its bid and shall
require any such third party to treat such information as confidential.
15.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information
relating to the examination, clarification, evaluation and comparison of bids and
recommendations concerning to award of contract shall not be disclosed to Bidders.
Canvassing in any form by the Bidder or by any other Agency on behalf of the
Bidder after submission of the Bid may disqualify the said Bid. Any effort by a
Bidder to influence the owner in the process of examination, clarification,
evaluation and comparison of Bids, and in decisions concerning award of contract,
may also result in the rejection of the said Bid.
15.8 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.
15.9 VENDOR HOLIDAY LISTING : Vendors serving holiday listing order issued by
BPCL, MOP&NG or any other Oil PSEs would not get qualified in the tenders
floated in BPCL till the holiday listing order is revoked by the concerned authority
and the proof of such revocation is submitted to the tendering department.
CRFQ 1000289354 E-Tender System ID – 29550
A declaration to be submitted by bidder indicating that they are not on holiday list
by BPCL / MOP&NG or any other Oil PSEs as on due date of bid submission
anywhere in the country. Offers not accompanied with such declaration shall make
the bidders liable for rejection. Any wrong declaration in this context shall make the
bidders liable for action under the Holiday Listing procedure.
15.10 CLARIFICATIONS OF BIDS: As part of examination, evaluation and comparison
of Bids, the Owner may at his discretion, ask Bidders individually for clarification
or call them for discussion of their Bid.
For Techno-Commercial clarifications, bidders shall normally be given a cutoff date
for furnishing clarifications. Clarifications received after the specified cutoff dates
are liable not to be considered for evaluation. Technical Query (TQ)/Commercial
Query (CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply
of TQ/CQ shall also be received through E-Mail/E-Tendering platform.
15.11 REVERSE AUCTION : BPCL reserves the right to consider the sealed price bids
submitted by the bidders in E-tendering portal or to opt for Reverse Auction (RA)
which shall be decided after technical evaluation of the offers. As such, the bidders
should submit their best prices in ‘Priced Bids’ in E-tendering portal.
In case BPCL opt for Reverse Auction, the price bid submitted by the vendors shall
not be opened. The General terms and conditions governing RA shall be applicable.
A brief general condition of RA is given along with E-bidding Instructions.
15.12 SIGNING OF BID: The Bid must contain the name, designation, residence and
place of business of the person or persons submitting the Bid, and must be signed
and sealed by the Bidder with his usual signature. The names of all persons signing
should also be typed or printed below their signature.
Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT
LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or
incorporated.
15.13 FIRM PRICES : The Contract Price shall remain firm and fixed till the completion
of Work in all respects and no escalation in prices on any account shall be
admissible to the BIDDER / CONTRACTOR.
15.14 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.
*********************
CRFQ 1000289354 E-Tender System ID – 29550
SECTION 2
ATTACHMENTS TO THE TENDER FOR
OFC BASED PIPELINE CONDITION MONITORING & SURVEILLANCE
(PCMS) SYSTEM FOR KOTA-JOBNER (JAIPUR) PIPELINE (KJPL)
Section
No
Description
1 NOTICE INVITING E-TENDER
2 ATTACHMENTS TO THE TENDER
3 PRE-QUALIFICATION CRITERIA ALONG WITH ANNEXURE-I &
ANNEXURE II
4 INTEGRITY PACT AGREEMENT FORMAT
5 PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
6 TECHNICAL SPECIFICATIONS AND SPECIAL CONDITIONS OF
CONTRACT
7 TECHNICAL DEVIATION FORM
8 SPEICAL PURCHASE CONDITIONS
9 FORM A - FORMAT FOR TAXES AND DUTIES
10 GENERAL PURCHASE CONDITIONS
11 COMMERCIAL DEVIATION FORM
12 E-BIDDING INSTRUCTIONS
13 FORMAT FOR BIDDER’S INFORMATION
14 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT
15
POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL
CRFQ 1000289354 E-Tender System ID – 29550
SECTION-3
PRE-QUALIFICATION CRITERIA
CRFQ 1000289354 E-Tender System ID – 29550
PRE-QUALIFICATION CRITERIA
The bidders who intend to participate in the tendering process shall meet all the following
minimum pre-qualification criteria – technical and commercial and only such bidders shall
be pre-qualified for further evaluation.
A.1 Bidder can either be an OEM (Original Equipment Manufacturer) of the offered
system or System Integrator of the offered system or wholly owned
subsidiary/Indian arm of a foreign company who is either OEM or System
Integrator of the offered system. Joint venture & consortium shall not be accepted
for this tender.
A.2 Experience:
The bidder should have at least 1 (One) Proven Track Record (PTR) of Project
Management, design, engineering, supply, configuration & testing of PCMS
EQUIPMENT with Graphics User Interface and necessary software for diagnostic
& maintenance functions, for job for minimum 100 KM of Cross country
underground pipelines used for transportation of crude/gas/petroleum products,
satisfactorily running for, not less than 6 months. (Certificate to be submitted by
bidder as per Proven Track Record (PTR) format in Annexure-A or a format
covering same aspects). The bidder should provide completion & performance
certificate, PO copies and reference/contact details of the client where the job has
been performed and also confirm all the points in the Annexure-B (Technical
form). The PO date shall be within 7 years prior to the original tender due date.
Or
If bidder having less than 100 KM & more than or equal to 50KM Proven Track
Record (PTR) , then, bidder has to provide at least 1 (One) Proven Track Record
(PTR) of Project Management, design, engineering, supply, configuration & testing
of PCMS EQUIPMENT with Graphics User Interface and necessary software for
diagnostic & maintenance functions, for job for less than 100 KM & more than or
equal to 50KM of Cross country underground pipelines used for transportation of
crude/gas/petroleum products, satisfactorily running for, not less than 6 months.
(Certificate to be submitted by bidder as per Proven Track Record (PTR) format in
Annexure-A or a format covering same aspects). The bidder should provide
completion & performance certificate, PO copies and reference/contact details of
the client where the job has been performed and also confirm all the points in the
Annexure-B (Technical form). The PO date shall be within 7 years prior to the
original tender due date. ( Note : If bidder having PTR which is less than 50KM
under Section-A category, then, bid will not be considered for evaluation further.)
In addition, bidder has to provide demo of their system at BPCL site in India in
addition to the PTR which are less than 100KM & more than or equal to 50 KM
with following conditions.
a) Demo to be carried out at BPCL site (Kota-Jobner Pipeline) with minimum two
sensors (Sensors shall be installed at SV station and End Terminal unit at next/
CRFQ 1000289354 E-Tender System ID – 29550
nearest SV Station only) & one server (to be installed at Kota or Jobner). Both
above sensor shall be installed at different SV Station & configured in a single
server. Sensors shall be monitored continuously in the ROU Section.
b) Four nos. of spare fibers (Two nos. of fiber for sensing purpose for two sensor
i.e., one fiber for one sensor & two fibers for networking between sensors &
server) will be provided by BPCL. Necessary switches & other accessories for
networking between Sensors & Server shall be arranged by bidder.
c) Bidder has to provide demo of same sensor make, model & its sensitivity range
which is proposed by the bidder in his offer under this tender proposal. The
demo will be carried-out in sensor’s final 2KM sensitivity range i.e., if bidder
sensor range has 40KM, then demo will be carried-out between 38Km to 40Km
range of particular sensor section or any other sensitivity section of the sensor.
d) Demo shall be carried-out simultaneously in both sensors in single section.
Above Demo will be witnessed by BPCL. The Demo Evaluation Criteria (DEC)
form as per Annexure-C (Demo Form) will be filled and jointly signed by BPCL
and PCMS bidder, based on the Demo performed by the bidder. All the expenses viz
transportation of equipments, manpower etc towards demo shall be borne by the
bidder. No payments shall be made by BPCL towards the demo.
A.3 Minimum Value of the job: The bidder should have executed and completed
supply, design, engineering and installation of PCMS System (based on the PO
value excluding taxes, duties etc.) during any of the past seven years to be counted
prior to original tender due date as per below requirement.
a) One similar completed work costing not less than Rs. 600 Lakhs.
Or
b) Two similar completed works each costing not less than Rs. 375 Lakhs.
Or
c) Three similar completed works each costing not less than Rs. 300 Lakhs.
If the Order above involves any foreign currency component, 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 Pre-Qualification bid for evaluation.
Similar completed work means Project Management, design, engineering, supply,
configuration & testing of PCMS/PIDS EQUIPMENT with Graphics User Interface
and necessary software for diagnostic & maintenance functions for Cross country
underground pipelines used for transportation of crude/gas/petroleum products.
A.4 Service Back-up Facility:
The bidder shall have service backup facility in India of it’s own or through their
subsidiary/affiliate. Since the system warrants visits during warranty period and for
any breakdown in the system the prompt availability of service personnel is highly
essential. The bidder has to submit the details of Service centers available in India.
If the bidder doesn’t have a service back up facility in India, bidder has to submit
the statement and ensure that the service backup shall be established within 3
months after the purchase order is placed. In the event of failure to comply with this
requirement by the bidder, then, BPCL shall have the right to cancel the Purchase
CRFQ 1000289354 E-Tender System ID – 29550
Order and proceed with the actions as deemed fit as per BPCL. However the final
responsibility for service back-up of the Project and warranty will be of the bidder.
The bidder shall reply confirming this clause giving the required details.
A.5 Financial Capability:
Average annual turnover of the bidder during last three financial years up-to 2016-
2017 shall not be less than Rs. 225 Lakh.
A.6 Net worth:
Bidder’s net worth in the last financial year (2016-17) should be positive.
CRFQ 1000289354 E-Tender System ID – 29550
4.0 Other Requirements and Notes for Bidders:
4.1 Bidder shall submit the Company profile indicating organization structure of
bidding entity along with bid qualification bid.
4.2 Bidder should ensure submission of complete information/ documentation in the
first instance itself. Qualification may be completed based on the details so
furnished without seeking any subsequent additional information.
4.3 Bidder shall submit all relevant documents of their proven track records and
satisfactory performance by giving detailed reference (e-mail address/ contact
details) of end user(s). Owner shall have the right to obtain feedback and cross-
check PTR documents details directly from any or all end user(s) about bidder’s
performance at their location.
4.4 In case the bidder is an Indian arm (Subsidiary or Branch Office) of a foreign bidder
& themselves don’t have the required qualification then the foreign bidder shall
have to fulfill the eligibility criteria as per BQC. In such cases the contract shall be
entered into with the Indian arm, and a proper back to back continuing guarantee
shall be provided by the Principal/Holding company.
Notes:
i) Bidder shall submit documentary evidence to substantiate the above along with
their offer; BPCL reserves the right to verify the correctness of documentary
evidence furnished by the bidder
ii) BPCL reserves the right to assess the capability and capacity of the bidder.
iii) BPCL reserves the right to verify the successful operation and performance of
qualifying projects & bidder shall arrange permissions for visiting these
installations.
iv) In above case back to back guarantee shall be provided by the foreign principal/
holding company stating that the basic design/detailed engineering shall be
approved by foreign principal/holding company and shall assume all obligations
related to this under the contract.
v) The Indian Arm should submit an agreement along with the bid documents that
the foreign principal/holding company will approve all basic design/detailed
engineering.
4.5 Bidder shall also submit following documents:
• Declaration of holiday listing in enclosed format.
• Integrity Pact
CRFQ 1000289354 E-Tender System ID – 29550
Annexure A
PROVEN TRACK RECORD (PTR) FORM
DATE:
To,
Chief Manager Maintenance, MMBPL
BPCL Refinery,
Mahul Village,
Chembur, Mumbai-400074
Sub: - Performance Certificate for OFC based Pipeline Condition Monitoring &
Surveillance (PCMS) system
We hereby confirm that we have purchased Fiber Optic based Intrusion Detection System
(PIDS)/Pipeline Condition Monitoring & Surveillance (PCMS)) or similar system from
M/s________________________. This PCMS System is installed for ______ Km of
Pipelines.
This PCMS System/PIDS System was installed & commissioned by M/s
__________________ on ____________ & the performance of the above system is found
satisfactory.
Yours truly,
_______________
Authorized Signatory
(with Company Seal)
Note: i. The above form should be filled by the end user of PIDS/PCMS system on the
letter head of end user company.
ii. Similar completed works means Project Management, design, engineering,
supply, configuration & testing of PCMS/PIDS EQUIPMENT with Graphics
User Interface and necessary software for disgnostic & maintenance functions
for Cross country underground pipelines used for transportation of
crude/gas/petroleum products.
CRFQ 1000289354 E-Tender System ID – 29550
Annexure B
TECHNICAL FORM
A) 1. Name and address of Bidder
Tel. No., Fax no., E-Mail & Website address
(Works location & Address)
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________
2. OEM of PCMS/PIDS systems (YES/NO),
OEM Name & Address:
___________________________________________________________________
_________________________________________
Details of PCMS demo projects as executed by the Bidder to ascertain fulfillment of cl.
2.1.3 of Scope of Work/Specification
Sr.
No. Description Results Remarks
A System Information
1 Capability of networking multiple sensors. Yes/No
2 Location Accuracy of the System (Error not
more than +/- 10 meters) +/- _____ m.
3
Is system capable of storing alarms and events
for minimum 30 days? (If Yes, Supporting
documents for calculation for sensor data load &
its back-up storing details in the Server to be
provided )
Yes/No
4 Does system has different level of controls i.e.
for Operator and Engineers? Yes/No
B Graphical User Interface (GUI) Test
1 Are pipeline, pipeline assets/markers and
adjoining landmarks/locations shown in map and
satellite imagery?
Yes/No
2 Does system shows different indicators for
different type of alarms/events? Yes/No
CRFQ 1000289354 E-Tender System ID – 29550
3 Is GUI capable in showing and acknowledging
the alerts/events? Yes/No
4
Is GUI capable of generating an event/alarm list
which provides following information-
a) Type of Event
b) Time of occurrence
c) Location of occurrence
e) Duration of the event.
Yes/No
C System should be able to detect and generate alerts of following activity on and near
the pipeline within the ranges. (Range is the radial distance from the top of the
pipeline)
1 Manual Digging (Within 7 Meters) Yes/No
2 Mechanical Excavation (Within 20 Meters) Yes/No
3 Heavy Vehicle Movement (Within 10 Meters) Yes/No
4 PIG Movement Tracking (If logistics permits).
Bidder has to confirm the functionality available
in the PIDS/PCMS System.
Yes/No
5 Simultaneous digging activities detected. Yes/No
6
Is the system capable to create different
zones/area along the pipeline where in different
type of events could be turned off or on by the
admin user.
Yes/No
Bidder
Signature of the Authorized signatory
Name of the Authorized signatory
Stamp and Date
Note:
I. If any one of the above mentioned clause is “No” or “Not complied”, then bid will
not be considered for evaluation further.
CRFQ 1000289354 E-Tender System ID – 29550
Annexure C
DEMO EVALUATION CRITERIA (DEC) FORM
Column to be filled by the BPCL
A) 1. Name and address of Bidder
Tel. No., Fax no., E-Mail & Website address
(Works location & Address)
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________
2. OEM of PCMS/PIDS systems (YES/NO),
OEM Name & Address:
___________________________________________________________________
_________________________________________
Details of PCMS demo projects as executed by the Bidder to ascertain fulfillment of cl.
2.1.3 of Scope of Work/Specification
Sr.
No. Description Results Remarks
A System Information
1 Capability of networking multiple sensors. Yes/No
2 Location Accuracy of the System (Error not
more than +/- 10 meters) +/- _____ m.
3
Is system capable of storing alarms and events
for minimum 30 days? (If Yes, Supporting
documents for calculation for sensor data load &
its back-up storing details in the Server to be
provided )
Yes/No
4 Does system has different level of controls i.e.
for Operator and Engineers? Yes/No
B Graphical User Interface (GUI) Test
1 Are pipeline, pipeline assets/markers and
adjoining landmarks/locations shown in map and
satellite imagery?
Yes/No
CRFQ 1000289354 E-Tender System ID – 29550
2 Does system shows different indicators for
different type of alarms/events? Yes/No
3 Is GUI capable in showing and acknowledging
the alerts/events? Yes/No
4
Is GUI capable of generating an event/alarm list
which provides following information-
a) Type of Event
b) Time of occurrence
c) Location of occurrence
e) Duration of the event.
Yes/No
C
Live Tests: System should be able to detect and generate alerts of following activity on
and near the pipeline within the ranges. (Range is the radial distance from the top of the
pipeline. Carry-out at least 3 random tests for each activity, for test to be successful,
system should detect all random tests.)
1 Manual Digging (Within 7 Meters)
OK / NOT
OK
2 Mechanical Excavation (Within 20 Meters)
OK / NOT
OK
3 Heavy Vehicle Movement (Within 10 Meters)
OK / NOT
OK
4 PIG Movement Tracking (If logistics permits).
Bidder has to confirm the functionality available
in the PIDS/PCMS System.
OK / NOT
OK
5 Simultaneous digging activities detected.
OK / NOT
OK
6
Is the system capable to create different
zones/area along the pipeline where in different
type of events could be turned off or on by the
admin user.
OK / NOT
OK
Result: Passed / Failed
Bidder BPCL
Signature of the Authorized signatory
Name of the Authorized signatory
Stamp and Date
Note:
I. The demo has to be conducted by the bidder within 45 days after intimation from
BPCL.
CRFQ 1000289354 E-Tender System ID – 29550
II. Result will be “Failed” if any one of the above mentioned tests is “Not OK” or “No”
III. For Test C.4: If logistics permits this test to be conducted. This test is not
mandatory.
IV. The above areas of test shall be considered as a minimum and not the only
conditions for testing the demo. BPCL may carry out any checks based on the
specifications attached and include the same in the above sheet for its satisfaction.
CRFQ 1000289354 E-Tender System ID – 29550
ANNEXURE - I
PROFORMA OF DECLARATION OF HOLIDAY LISTING
In the case of a Proprietary Concern:
I hereby declare that neither I in the name of my Proprietary concern M/s. _____________
which is submitting the accompanying Bid / Tender nor any other concern in which I am a
proprietor nor in any partnership firm in which I am involved as a Managing Partner have
been placed on holiday list declared by Bharat Petroleum Corporation
Limited/MOP&NG/any other Oil PSEs, except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
In the case of a Partnership Firm
We hereby declare that neither we, M/s. __________________ submitting the
accompanying Bid / Tender nor any partner involved in the management of the said firm
either in his individual capacity or as proprietor of any firm or concern have or has been
placed on holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any
other Oil PSEs, except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
In the case of Company
We hereby declared that we have not been placed on any holiday list declared by Bharat
Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:
(Here given particulars of holiday listing and in absence thereof state “NIL”).
It is understood that if this declaration is found to be false in any particular, Bharat
Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the bid has
resulted in a contract, the contract is liable to be terminated.
Place: ____________ Signature of the Bidder______________
Date: ____________ Name of the Signatory_______________
CRFQ 1000289354 E-Tender System ID – 29550
Annexure II
Submission of documents for specific experience as called for in the PQ criteria
Submission of authentic documents is the prime responsibility of the bidder. Wherever
BPCL has concern or apprehensions regarding the authenticity/correctness of any
document, BPCL reserve the right to get the documents cross-verified from the document
issuing authority.
All documents furnished by the Bidder in support of meeting the BQC including the
documents against MSE, if any, shall be signed and stamped by the bid signatory and shall
be:
EITHER
“duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not
being an employee / Director and not having any interest in the bidder’s company) where
audited accounts are not mandatory as per law (in line with the present system)”
OR
“Bidder shall submit documents duly notarized by any notary public in the bidder’s country
or certified true copies duly signed, dated and stamped by an official authorized for this
purpose in Indian Embassy/ High Commission in Bidder’s country.”
OR
“Bidder shall submit self-certified documents in original from any one out of CEO or CFO
or Company Secretary of the bidder (Limited company only) along with Self-Certification
as per Form-A attached in Bidding Document. This option shall not be applicable to
Proprietorship/ Partnership firms.”
Requirement of above certification shall not be applicable to published audited annual
financial statements in English, if original booklets are submitted.
In the event of submission of any document/ certificate by the bidder in a language other
than English, the bidder shall get the same translated into English and submit the same after
getting the translation duly authenticated by local Chamber of Commerce of bidder’s
country.”
All the certified documentation against BQC (including the documents against MSE) shall
be uploaded by the bidder on BPCL e-tendering website along with the e-bid.
Bidder should ensure submission of complete information/documentation in the first
instance itself, in support of their fulfilling the qualification/eligibility criteria. BPCL
reserve the right to complete the evaluation based on the details furnished without seeking
any additional information. Subsequent to the submission of bid, bidders are not allowed to
change the price or substance of the bid.
------------------------------------------------------------------------------------------------------------
CRFQ 1000289354 E-Tender System ID – 29550
Form-A
SELF-CERTIFICATION
I, _____________________ S/o/D/o of _________________________________, working
as CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ certify that all the
details including documents pertaining to Bidder Qualification Criteria signed by
undersigned vide our offer reference ___________________ against your Enquiry
document ______________________________________, are true, authentic, genuine and
exact copy of its original.
It is certified that none of the documents are false/forged or fabricated. All the documents
submitted has been made having full knowledge of (i) the provisions of the Indian laws in
respect of offences including, but not limited to those pertaining to criminal breach of trust,
cheating and fraud and (ii) provisions of bidding conditions which entitle the BPCL to
initiate action in the event of such declaration turning out to be a misrepresentation or false
representation.
I further certify that further documents, if any, required to be submitted by our company,
shall be submitted under my knowledge and those documents shall also be true, authentic,
genuine, exact copy of its original and shall not be false/forged or fabricated.
Signature of authorized representative
CRFQ 1000289354 E-Tender System ID – 29550
SSEECCTTIIOONN--44
IINNTTEEGGRRIITTYY PPAACCTT
CRFQ 1000289354 E-Tender System ID – 29550
IINNTTEEGGRRIITTYY PPAACCTT
Between
BBhhaarraatt PPeettrroolleeuumm CCoorrppoorraattiioonn LLiimmiitteedd ((BBPPCCLL)) hheerreeiinnaafftteerr rreeffeerrrreedd ttoo aass ""TThhee
PPrriinncciippaall"",, AAnndd
……………………………………………………………………………………………..her
einafter referred to as "The Bidder/ Contractor/ Supplier".
PPrreeaammbbllee
The Principal intends to award, under laid down organization procedures, contract/s for
“OFC BASED PIPELINE CONDITION MONITORING & SURVEILLANCE (PCMS) SYSTEM FOR KOTA-
JOBNER (JAIPUR) PIPELINE (KJPL).” 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.
IInn oorrddeerr ttoo aacchhiieevvee tthheessee ggooaallss,, tthhee PPrriinncciippaall ccooooppeerraatteess wwiitthh tthhee rreennoowwnneedd
iinntteerrnnaattiioonnaall NNoonn--GGoovveerrnnmmeennttaall OOrrggaanniissaattiioonn ""TTrraannssppaarreennccyy IInntteerrnnaattiioonnaall"" ((TTII))..
FFoolllloowwiinngg TTII''ss nnaattiioonnaall aanndd iinntteerrnnaattiioonnaall eexxppeerriieennccee,, tthhee PPrriinncciippaall wwiillll aappppooiinntt aann
IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorr wwhhoo wwiillll mmoonniittoorr tthhee tteennddeerr pprroocceessss aanndd tthhee eexxeeccuuttiioonn
ooff tthhee ccoonnttrraacctt ffoorr ccoommpplliiaannccee wwiitthh tthhee pprriinncciipplleess mmeennttiioonneedd aabboovvee..
SSeeccttiioonn 11 -- CCoommmmiittmmeennttss ooff tthhee PPrriinncciippaall
(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
CRFQ 1000289354 E-Tender System ID – 29550
substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions.
SSeeccttiioonn 22 -- CCoommmmiittmmeennttss ooff tthhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr
((11)) TThhee BBiiddddeerr// CCoonnttrraaccttoorr// SSuupppplliieerr ccoommmmiittss iittsseellff ttoo ttaakkee aallll mmeeaassuurreess nneecceessssaarryy ttoo
pprreevveenntt ccoorrrruuppttiioonn.. HHee ccoommmmiittss hhiimmsseellff ttoo oobbsseerrvvee tthhee ffoolllloowwiinngg pprriinncciipplleess dduurriinngg hhiiss
ppaarrttiicciippaattiioonn iinn tthhee tteennddeerr pprroocceessss aanndd dduurriinngg tthhee ccoonnttrraacctt eexxeeccuuttiioonn..
a) The Bidder/ Contractor/ Supplier will not, directly or through any other
person or firm, offer, promise or give to any of the Principal's employees
involved in the tender process or the execution of the contract or to any third
person, any material or immaterial benefit which he/she is not legally
entitled to, in order to obtain in exchange, any advantage of any kind
whatsoever during the tender process or during the execution of the contract.
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.
SSeeccttiioonn 33 -- DDiissqquuaalliiffiiccaattiioonn ffrroomm TTeennddeerr PPrroocceessss aanndd EExxcclluussiioonn ffrroomm FFuuttuurree CCoonnttrraaccttss
IIff tthhee BBiiddddeerr,, bbeeffoorree ccoonnttrraacctt aawwaarrdd,, hhaass ccoommmmiitttteedd aa ttrraannssggrreessssiioonn tthhrroouugghh aa
vviioollaattiioonn ooff SSeeccttiioonn 22 oorr iinn aannyy ootthheerr ffoorrmm ssuucchh aass ttoo ppuutt hhiiss rreelliiaabbiilliittyy oorr ccrreeddiibbiilliittyy aass
BBiiddddeerr iinnttoo qquueessttiioonn,, tthhee PPrriinncciippaall iiss eennttiittlleedd ttoo ddiissqquuaalliiffyy tthhee BBiiddddeerr ffrroomm tthhee tteennddeerr
pprroocceessss oorr ttoo tteerrmmiinnaattee tthhee ccoonnttrraacctt,, iiff aallrreeaaddyy ssiiggnneedd,, ffoorr ssuucchh rreeaassoonn..
CRFQ 1000289354 E-Tender System ID – 29550
(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.
(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.
SSeeccttiioonn 44 -- CCoommppeennssaattiioonn ffoorr DDaammaaggeess
(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.
SSeeccttiioonn 55 -- PPrreevviioouuss TTrraannssggrreessssiioonn
(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
CRFQ 1000289354 E-Tender System ID – 29550
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.
SSeeccttiioonn 66 -- EEqquuaall ttrreeaattmmeenntt ooff aallll BBiiddddeerrss// CCoonnttrraaccttoorrss// SSuupppplliieerrss//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.
SSeeccttiioonn 77 -- PPuunniittiivvee AAccttiioonn AAggaaiinnsstt VViioollaattiinngg BBiiddddeerrss// CCoonnttrraaccttoorrss//SSuupppplliieerrss//
SSuubbccoonnttrraaccttoorrss
IIff tthhee PPrriinncciippaall oobbttaaiinnss kknnoowwlleeddggee ooff ccoonndduucctt ooff aa BBiiddddeerr,, CCoonnttrraaccttoorr,, SSuupppplliieerr oorr
SSuubbccoonnttrraaccttoorr,, oorr ooff aann eemmppllooyyeeee oorr aa rreepprreesseennttaattiivvee oorr aann aassssoocciiaattee ooff aa BBiiddddeerr,,
CCoonnttrraaccttoorr,, SSuupppplliieerr oorr SSuubbccoonnttrraaccttoorr wwhhiicchh ccoonnssttiittuutteess ccoorrrruuppttiioonn,, oorr iiff tthhee
PPrriinncciippaall hhaass ssuubbssttaannttiivvee ssuussppiicciioonn iinn tthhiiss rreeggaarrdd,, tthhee PPrriinncciippaall wwiillll iinnffoorrmm tthhee
VViiggiillaannccee OOffffiiccee..
SSeeccttiioonn 88 -- IInnddeeppeennddeenntt EExxtteerrnnaall MMoonniittoorrss
(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.
CRFQ 1000289354 E-Tender System ID – 29550
(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.
SSeeccttiioonn 1100 -- OOtthheerr PPrroovviissiioonnss
((11)) TThhiiss aaggrreeeemmeenntt iiss ssuubbjjeecctt ttoo IInnddiiaann LLaaww.. PPllaaccee ooff ppeerrffoorrmmaannccee aanndd jjuurriissddiiccttiioonn
iiss tthhee RReeggiisstteerreedd OOffffiiccee ooff tthhee PPrriinncciippaall,, ii..ee.. MMuummbbaaii.. TThhee AArrbbiittrraattiioonn ccllaauussee
pprroovviiddeedd iinn tthhee mmaaiinn tteennddeerr ddooccuummeenntt// ccoonnttrraacctt sshhaallll nnoott bbee aapppplliiccaabbllee ffoorr aannyy
iissssuuee// ddiissppuuttee aarriissiinngg uunnddeerr IInntteeggrriittyy PPaacctt..
CRFQ 1000289354 E-Tender System ID – 29550
(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.
PP Bhate
Manager – CPO (R)
……………………… ……………………………
For the Principal For the Bidder/ Contractor/
Supplier
Place: Mumbai Witness 1 : ………………
(Signature/Name/Address)
Date : 04.10.2017 Witness 2 : ………………
(Signature/Name/Address)
CRFQ 1000289354 E-Tender System ID – 29550
SSEECCTTIIOONN--55
PPRROOFFOORRMMAA OOFF BBAANNKK GGUUAARRAANNTTEEEE FFOORR EEAARRNNEESSTT MMOONNEEYY DDEEPPOOSSIITT
CRFQ 1000289354 E-Tender System ID – 29550
PROFORMA OF BANK GUARANTEE
(On non-judicial paper of appropriate value)
FOR EARNEST MONEY
To
Bharat Petroleum Corporation Ltd.
(CPO) Refineries
Mumbai Refinery, Mahul
MUMBAI 400074
Dear Sirs,
M/s.
_________________________________________________________________________
_________
have taken tender for the supply of
____________________________________________________________
for Bharat Petroleum Corporation Ltd.
The tender Conditions of Contract provide that the Bidder shall pay a sum of Rs. ______
(Rupees___________________________________________________________________
_______________) as earnest money /initial / full security deposit in the form therein
mentioned. The form of payment of earnest money / security deposit includes guarantee
executed by Schedule ‘A’ Bank, undertaking full responsibility to indemnify Bharat
Petroleum Corporation Ltd. in case of default.
The said______________________________________ have approached us and at their
request and in consideration of the premises
we__________________________________________________________
______________having our office at have agreed to give such guarantee as hereinafter
mentioned.
1. We___________________________________________________________________
hereby
undertake and agree with you that if default shall be made by M/s.
_____________________________________ in performing any of the terms and
conditions of the tender or in payment of any money payable to Bharat Petroleum
Corporation Ltd. We shall on demand pay to you in such matter as to you may direct the
said amount of Rupees_______________________________only or such portion thereof
not exceeding the said sum as you may from time to time require.
2. You will have the full liberty without reference to us and without effecting this guarantee
postpones for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said_____________and to enforce or to for
bear from endorsing any power of rights or by reason of time being given to the said which
under law relating to the sureties would but for provision have the effect of releasing us.
3. Your right to recover the said sum of
Rs.__________________(Rupees__________________ ____________________) from us
in manner aforesaid will not be affected or suspended by reason of the fact that any dispute
CRFQ 1000289354 E-Tender System ID – 29550
or disputes have been raised by the said M/s.__________________
________________and/or that any dispute or disputes are pending before any officer,
tribunal or court.
4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the said______________
____________________but shall in all respects and for all purposes be binding operative
units payment of all money due to you in respect of such liabilities is paid.
5. Our liability under this guarantee is restricted to
Rupees__________________________________ Our guarantees shall remain in force
until_____________________________________________ unless a suit or action to
enforce a claim under_________________________________________ Guarantee is filed
against us within six months from _____________________________(which is date of
expiry of guarantee) all our rights under the said guarantee shall be forfeited and shall be
relieved and discharged from all liabilities thereunder.
6. We have power to issue this guarantee in your favour under Memorandum and Articles
of Association and the undersigned has full power to do under the Power of Attorney dated
__________________granted to him by the Bank.
Yours faithfully
CRFQ 1000289354 E-Tender System ID – 29550
SSEECCTTIIOONN-- 66
SCOPE OF WORK AND SPECIAL CONDITIONS OF CONTRACT
SCOPE OF WORK FOR PCMS KJPL
Page 1 of 72
OFC BASED
PIPELINE CONDITION MONITORING & SURVEILLANCE (PCMS) SYSTEM
FOR
KOTA-JOBNER (JAIPUR) PIPELINE (KJPL)
OF
BHARAT PETROLEUM CORPORATION LIMITED.
SCOPE OF WORK FOR PCMS KJPL
Page 2 of 72
DEFINITIONS AND ABBREVIATIONS
PCMS Pipeline Condition Monitoring & Surveillance
KJPL Kota Jobner Pipeline
MMBPL Mumbai Manmad Bijwasan Pipeline
BPCL Bharat Petroleum Corporation Limited
MDT BPCL’s Mumbai Dispatch Terminal
LFP Land Falling Point
MCU Master Control Unit
ANSI American National Standards Institute
COMPANY BPCL
CPU Central Processing Unit
DNP Device Net Protocol
EMI Electromagnetic Interference
ESD Emergency Shutdown
FAT Factory Acceptance Test
OPC OLE for Process Control
GPS Global Positioning Satellite
IDS Intrusion Detection System
IEEE Institute of Electrical and Electronic Engineers, Inc.
I/O Input/ Output
ISP Internet Service Provider
LAN Local Area Network
LCD Liquid Crystal Display
MMI Man-Machine Interface
NEMA National Equipment Manufacturer’s Association (US)
OFC Optical Fiber Cable
OSI Open Systems Interconnection
PC Personal Computer
SAT Site Acceptance Test
SCADA Supervisory Control & Data Acquisition
MS Master Station
SV Sectionalizing Valve
TFT Thin Film Transistor
GUI Graphic User Interface
PTR Proven Track Record
OTDR Optical Time-Domain Reflectometer
DEC Demo Evaluation Criteria
ROC Responsive Offer Criteria
OEM Original equipment Manufacturer
OES Original equipment Supplier
PCUR Power Consumption and UPS requirement
VACR Ventilation and Air Conditioning requirement
SCOPE OF WORK FOR PCMS KJPL
Page 3 of 72
CONTENTS
i. TITLE
ii. DEFINITIONS AND ABBREVIATIONS
1.0 GENERAL…………………………………………………………………………………………..………………………….5
1.1 INTRODUCTION………………………………………………………………...........................................5
1.2 PURPOSE…………………………………………………………………………………………………………...5
1.3 BRIEF DESCRIPTION OF THE PROJECT…………………………………………………………….…5
1.4 CONTROL PHILOSOPHY………………………………………………………………............................6
1.5 PROJECT REQUIREMENTS…………………………………………………………..……………………..6
2.0 QUALIFICATION, PROVENNESS REQUIREMENTS & TECHNICAL FORMS………..……………8
2.1 BID QUALIFICATION CRITERIA ………………………………………………………......................9
2.2 BID OUTLINE REQUIREMENTS……………………………………….………………………………….9
2.3 FORMS……………………………………………………………………………………………………………..12
3.0 SCOPE OF SUPPLY AND WORKS…………………………….…………………………………………………...18
3.1 SCOPE OF SUPPLY AND WORKS FOR VENDOR………………..………………..………………..19
3.2 SCOPE OF SUPPLY AND WORKS FOR BPCL………………………………………………………..22
3.3 DELIVERY SCHEDULE…………………………………………………………………...........................22
3.4 DELIVERY ADDRESS……………………………………………………………………………………….22
3.5 COMPLETION……………………………………………………………………………………………………24
3.6 CONTACT PERSON……………………………………………………………………………………………24
3.7 CONVEYNACE / LODGING / BOARDING……………………………….………….…………………24
3.8 PAYMENT TERMS………………………………………………………………………………………………24
3.9 DELAYS DUE TO FORCE MAJEURE…………………………………………………………………....…25
4.0 GENERAL TECHNICAL REQUIREMENTS………………………………………….………………………….26
4.1 ENVIRONMENTAL SPECIFICATION OF EQUIPMENT TO BE SUPPLIED……………….27
4.2 AREA AND ZONE CLASSIFICATION…………………………………………………......................27
4.3 POWER SUPPLY……………………………………………………………………………………………….27
4.4 SURGE PROTECTION DEVICES………………………………………………………………………….28
4.5 EARTHING……………………………………………………………………………........................................28
4.6 SAFETY REQUIREMENTS…………………………………………………………....................................29
4.7 SYSTEM AVAILABILITY REQUIREMENTS……………………………………............................29
4.8 ERROR DETECTION PROBABILITY……………………………………………………………………..29
4.9 TRANSIENT, STATIC & EMI/RFI PROTECTION…………………………………………………29
4.10 SYSTEM DESIGN COVERING FUTURE EXPANSION…………………………........................29
4.11 INSTALLATION MATERIALS…………………………………………………………………………….30
4.12 CIVIL WORKS……………………………………………………………………………............................30
4.13 ELECTRICAL WORKS………………………………………………………………..............................30
4.14 FOUR YEARS OPERATIONAL SPARES……………………………………………………………….30
4.15 SPARES AS PART OF LUMPSUM QUOTE…………………………………………………………….30
4.16 TEST EQUIPMENTS………………………………………………………………………………………….31
4.17 WARRANTY…………………………………………………………………………………………………….31
4.18 POST WARRANTY MAINTENANCE CONTRACT………………………………………………..32
4.19 DOCUMENTATION…………………………………………………………………………………………..33
4.20 TRAINING……………………………………………………………………………………………………….36
SCOPE OF WORK FOR PCMS KJPL
Page 4 of 72
5.0 PCMS SPECIFICATIONS………………………………………………………………………………………………39
5.1 SYSTEM SPECIFICATIONS………………………………………………………................................40
5.2 GRAPHIC USER INTERFACE…………….……………………………………………………………….40
5.3 SERVERS/ WORKSTATIONS SPECIFICATIONS……….………………………............................41
5.4 COLOUR LED MONITOR, KEYBOARD & MOUSE………………………………………………….42
5.5 SYSTEM SOFTWARE………………………………………………………………………………………..43
5.6 PCMS SOFTWARE……………………………………………………………………………………………43
5.7 REAL TIME DATABASE ACCESS………………………………………………..……………………..43
6.0 PCMS FUNCTIONAL REQUIREMENTS……….……………………………………….………………………44
6.1 CORE SOFTWARE ELEMENTS……..…….…………………………………………………………….45
6.2 USER LEVEL ACCESS………………………….……………………………………………………………45
6.3 ADMINISTRATOR AND ENGINEER SOFTWARE ELEMENTS………………………………45
6.4 FUNCTIONAL SPECIFICATIONS………….………..…………………………………..……………..46
7.0 INSPECTION AND TESTING……………………………………………………………..…………………………52
7.1 INSPECTION…………………………………………………………………………………………………….53
7.2 TESTING…………………………………………………………………………………...............................53
8.0 INSTALLATION AND COMMISSIONING………………………………………….……………………………57
9.0 GENERAL REQUIREMENTS……………………………………………………….………................................60
9.1 PROJECT PROGRAM AND DELIVERY REQUIREMENTS……………………………………….61
9.2 SHIPMENT, HANDLING, PACKAGING AND TRANSPORTATION……………..................62
9.3 PROJECT EXECUTION ORGANIZATION……………………………………………………………..62
9.4 PROJECT SITE ORGANIZATION…………………………………………………….…………………..62
10.0 SYSTEM DRAWINGS……………………………………………………………….……………..............................64
ANNEXURE A: - PCUR FORM …………………………………………………………..………………………………………67
ANNEXURE B: - VACR FORM…………………………………………………………..……………………………………….70
SCOPE OF WORK FOR PCMS KJPL
Page 5 of 72
SECTION – 1
INTRODUCTION
1.0 GENERAL
1.1 INTRODUCTION
The specification in this document outlines the requirements of Pipeline Condition Monitoring
Surveillance (PCMS) system in KJPL pipeline of Bharat Petroleum Corporation Limited (BPCL).
KJPL stands for Kota-Jobner Pipeline and is 211 KM multiproduct petroleum pipeline in
Rajasthan state of India.
1.2 PURPOSE
The PCMS should be capable of detecting Third Party Intervention events, recognizing the type
of event (to establish the level of threat) and of reporting the location of these events with
sufficient precision to offer the Operations of the pipeline the possibility of taking action to
prevent any damage to the pipelines.
1.3 BRIEF DESCRIPTION OF THE PROJECT
Kota-Jobner Pipeline (KJPL): 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 Pumping Location (called Kota) & 1 No. of Receipt
Location (called Jobner). BPCL desires to install an OFC based Pipeline Condition Monitoring &
Surveillance (PCMS) System in this pipeline using dark fibers. 2 no. of direct burial twelve core
Optical Fiber Cable (OFC) is already laid on each side of the pipeline. Out of these 24 fibers,
maximum of 8 fibers are in use (working fibers) and remaining 16 are spare and not in use
(dark fibers). The 2 x 12 core OFC is single mode type and meets the specifications of ITU-T
G.652. 211 KM is to be considered for the pipeline length and not the OFC length. (Refer OFC
Block Diagram in System Drawings)
BPCL desires to install an OFC based Pipeline Condition Monitoring & Surveillance (PCMS)
System in this pipeline using dark fibers. 2 No. of direct burial twelve core Optical Fiber Cable
(OFC) is already laid on each side of the pipeline. Out of these 24 fibers, maximum of 8 fibers
are in use (working fibers) and remaining 16 are spare and not in use (dark fibers). The 2 x 12
core OFC is single mode type and meets the specifications of ITU-T G.652. (Refer OFC Block
Diagram in System Drawings)
SCOPE OF WORK FOR PCMS KJPL
Page 6 of 72
Short Summary of Locations along the Pipeline
KJPL
Sr. No. Location Pipeline length
(in Km)
OFC length
(in Km)
OFC Hop Distance (in Km)
(From Preceding station)
1 Kota 00.00 00.00 0
2 SV-1 09.62 08.86 8.86
3 SV-2 11.88 13.10 4.24
4 SV-3 46.50 48.80 35.70
5 SV-4 89.70 94.32 45.52
6 SV-5 127.53 134.32 40
7 SV-6 167.80 176.12 41.8
8 Jobner 211.00 221.12 45
1.4 CONTROL PHILOSOPHY
The principle of operation for the PCMS system will be substantially the same as a standard
OTDR as used widely in the telecom industry. The PCMS system will operate in much the same
manner as a classical OTDR, a coherent laser of light is launched into the sensing fiber. As it
propagates along the fiber a proportion is scattered and recaptured by the fiber, to return to
the optical receiver. There should be dedicated injector/sensor for sensing fiber and the fiber
should get sensed for any third party activities & intrusion on continuous & round the clock.
1.5 PROJECT REQUIREMENTS
1.5.1 The scope of work of PCMS vendor shall include project management, design, engineering,
supply, factory testing, integration, installation, commissioning, site testing, trial run,
packaging, shipping, training, warranty, post warranty support & documentation with turnkey
responsibilities of PCMS, meeting the objectives, functional and specific requirements
described in the specifications.
1.5.2 The PCMS vendor shall implement the complete job of PCMS with single point responsibility,
ensuring the correctness and completeness of design, engineering, implementation and
documentation in accordance with the requirements of the contract specifications.
1.5.3 The PCMS vendor shall ensure that the major spare parts for the PCMS system (i.e. the main
processor) would be available for minimum of 10 years after warranty and confirmation of the
same shall be submitted along bid, If the PCMS vendor discontinues the production of spare
parts after 10 years, then he shall give at least 24 months notice prior to such discontinuation
so that COMPANY may order his requirements of spares in one lot.
1.5.4 PCMS vendor shall note the following: - ANNEXURES A & B shall be filled in and submitted by
the PCMS vendor during detailed engineering.
1.5.5 PCMS Vendor shall ensure the completeness of the Bill of materials (w.r.t. model nos. and
quantities of various equipments, hardware and software modules, cards, peripherals,
software licenses etc.) to meet the complete requirements of the specifications as part of their
responsibility and any change/ modifications required for the same during detailed
SCOPE OF WORK FOR PCMS KJPL
Page 7 of 72
engineering to meet the requirements of the contract shall be done by the PCMS Vendor
without any delivery & cost implications to the COMPANY.
1.5.6 In the bid package the terms Owner, BPCL, Purchaser and COMPANY have been used
synonymously. Also the terms Bidder, Vendor and PCMS vendor have been used
synonymously. Similarly, the term GUI, MMI, HMI has been synonymously used for Graphic
user interface.
1.5.7 In order to adhere to strict project schedule and to shorten the major drawing/ document
schedule review phase, the PCMS MMI (covering graphic displays, sample reports, alarm &
events etc.) will be finalized on the system itself. To achieve this, after configuring the PCMS
MMI, the PCMS vendor shall present the same on one MMI workstation (same or similar make/
model no. as offered for PCMS project) with the corresponding software for all these software
modules loaded on it to COMPANY. COMPANY will review these activities on the workstation
and shall give the comments/ observations on the same. The vendor shall incorporate the
COMPANY comments in the system itself.
SCOPE OF WORK FOR PCMS KJPL
Page 8 of 72
SECTION-2
QUALIFICATION, PROVENNESS REQUIREMENTS & TECHNICAL FORMS
SCOPE OF WORK FOR PCMS KJPL
Page 9 of 72
2.0 BID STRUCTURE
The PCMS vendor has to bid in three parts through e-Tendering platform or as per the
instructions of the RFQ (Request for the quotation).
1. Pre-Qualification Bid
2. Technical Bid
3. Priced Bid
2.1 TECHNICAL BID QUALIFICATION CRITERIA
2.1.1 PCMS vendor has to provide technical write-up on the technology, hardware and software
proposed for the Project.
2.1.2 PCMS vendor has to submit the technical bid as per the Bid outline requirements in clause 2.2
of this specification and Bid Qualification Criteria conditions.
2.1.4 BPCL reserves the right to verify the correctness of documentary evidence furnished in the
offer.
2.1.5 BPCL reserves the right to assess the capability and capacity of Bidder. BPCL reserves the right
to verify the successful operation and performance of reference projects. Bidder shall arrange
permissions for visiting these installations, if required. The permissions mentioned in the
previous statement indicate the permissions for entry into the premises of the party where the
vendor has installed similar PCMS system.
2.2 BID OUTLINE REQUIREMENTS
2.2.1 Bidder is required to mandatory make a proposal in a format as outlined below in order to
achieve the objective of maintaining uniform proposal structure.
TECHNICAL BID :
COVERING LETTER & SYNOPSIS OF THE PROPOSAL
CHAPTER I: QUALIFICATION SUMMARY
In this section Bidder is required to submit all the supporting documents as per
section 2.1
CHAPTER II: COMPOSITION OF THE BID
This chapter is to describe the various parties who have been involved to bid for
this project clearly defining the Bidder. In addition, the project organization
structure putting together various parties together with inter-relationship shall
also be submitted.
CHAPTER III: FORMS
Bidder is required to complete ROC, PCMS TECHNICAL, Deviation Form
[attached in Section -2] and PCUR, VACR forms [Annexure A & B].
CHAPTER IV: SCOPE OF WORK
(Complying with the requirements of section 3 of the
SPECIFICATIONS)
SCOPE OF WORK FOR PCMS KJPL
Page 10 of 72
CHAPTER V: SYSTEM GENERAL TECHNICAL REQUIREMENTS
(Complying with the requirements of section 4 of the SPECIFICATIONS)
CHAPTER VI: SYSTEM CONFIGURATION, HARDWARE AND SOFTWARE DETAILS
(Complying with the requirements of sections 1, 5, 6 & 10 of the
SPECIFICATIONS)
CHAPTER VII: MMI WITH DETAILS OF GRAPHICAL DISPLAYS PACKAGE &
REPORT PACKAGE (Complying with the requirements of sections 6 of the
SPECIFICATIONS)
CHAPTER VIII: INSTALLATION AND COMMISSIONING Complying with (the
Requirements of section 8 of the SPECIFICATIONS)
CHAPTER IX: FACTORY ACCEPTANCE TEST, SITE ACCEPTANCE TEST,
TRIAL RUN (Complying with the requirements of section 7 of the
SPECIFICATIONS)
CHAPTER X: PROJECT EXECUTION AND BAR CHART ACTIVITY
SCHEDULE (Complying with the requirements of section 9 of the
SPECIFICATIONS)
CHAPTER XI: DOCUMENTATION (Complying with the requirements of section
4 of the SPECIFICATIONS)
CHAPTER XII: WARRANTY (Complying with the requirements of section 4 of the
SPECIFICATIONS)
CHAPTER XIII: TRAINING (Complying with the requirements of section 4 of the
SPECIFICATIONS)
CHAPTER XIV: TEST INSTRUMENTS (Complying with the requirements of
Section 4 of the SPECIFICATIONS)
CHAPTER XV: POST WARRANTY MAINTENANCE CONTRACT
(Complying with the requirements of section 4 of the SPECIFICATIONS)
CHAPTER XVI: TECHNICAL BROCHURES FOR SERVERS, MMI COMPUTERS NETWORK
DEVICES, PERIPHERALS, ETC.
SCOPE OF WORK FOR PCMS KJPL
Page 11 of 72
2.2.2 The scope of supply, works, responsibilities, qualification requirements, provenness
requirements, functional & operational requirements, technical specifications and PCMS
system execution requirements are explicitly stated in the SPECIFICATIONS. Bidder is required
to study these requirements in detail and make a proposal in an outline as defined above,
completely meeting these requirements.
2.2.3 Bidder shall be fully responsible for all the design, engineering, supply, factory testing,
integration, installation, commissioning, site acceptance testing, Trial run, warranty, training
and documentation of integrated PCMS system, with Bidder having single point responsibility
for successful implementation of integrated PCMS.
2.2.4 The responsiveness of the bid shall be ascertained through compliance in the Responsive Offer
Criteria [ROC] form with bid having incomplete scope of supply & works and/ or which does
not comply with the technical requirements shall be considered as substantially non-
responsive. The bid determined as non-responsive is liable to be rejected by the COMPANY
without any reference to the bidder and may not be subsequently made responsive by the
Bidder by correction of the non-conformity. The decision of the COMPANY in this regard shall
be final.
2.2.5 Bidder is required to mandatorily make a proposal in a format as outlined in cl. 2.2.1 above
and further it is in the interest of Bidder to submit complete and comprehensible proposal
leaving no scope for the COMPANY to raise any further questionnaires as the proposal may
only be evaluated on the basis of what has been submitted by the bidder at the first instance in
order to adhere with very strict project schedule requirements.
2.2.6 Please note that the data indicated in this document needs to be maintained till the end of the
project. Any changes in the proposal during the actual execution have to be brought into the
notice of BPCL and permission has to be obtained from BPCL by giving proper justification.
2.2.7 Bidder to note that the demo has to be conducted by the bidder within 45 days after intimation
from BPCL.
2.2.8 All quoted prices & rates shall be firm & valid for a minimum period of 180 days from the date
of submission of the Bids.
2.2.9 Pre-Bid Meeting: To take up queries related to tender specifications and doubts of bidders,
BPCL will also host Pre-bid meeting at its Mumbai Office. Bidders who wish to attend the same
are required to send the name of their representatives at least one week in advance. Along
with this, bidders are also required to send their queries duly segregated (Technical &
Financial) as per the Pre-Bid query form.
SCOPE OF WORK FOR PCMS KJPL
Page 12 of 72
2.3 FORMS:
FORM No. 2.3.1
RESPONSIVE OFFER CRITERIA (ROC) FORM
Column to be filled
[Yes/No]
(Note-1)
1.0 Scope of supply and works as per the specification complied with:
2.0 PCMS System configuration and networking as per
the PR complied with:
3.0 The requirement of intrusion detection criteria fulfilled
by the PCMS system:
4.0 The requirements & completeness of Bill of material in clause 3.1.14
as per cl. 1.5.5 complied with:
5.0 Confirm that all deviations from all the sections of the specifications
are only listed in deviation form (Technical) and
all remaining clauses are deemed to be fully
complied with:
6.0 All the forms have been furnished in the offer and are
duly filled, stamped and signed by authorized representatives of
PCMS vendor at the required places:
PCMS vendor
Signature of the Authorized signatory
Name of the Authorized signatory
Stamp & Date
Note: - 1. These confirmations by the PCMS vendor need to be categorical with no conditions/ no
further reference to be made to the technical offer sections. (Bidder to also refer to cl. 2.2.4 in
respect of compliance in ROC form)
SCOPE OF WORK FOR PCMS KJPL
Page 13 of 72
FORM No. 2.3.2
PCMS TECHNICAL FORM – KJPL
Sr.
no Specifications
Compliance
from Vendor
(Yes/No)
Remarks
1 System Components
1.1
Should be able to cover the stretch of at least 211 KM of
Pipeline.
1.2 Capability of networking multiple systems.
1.3 Location Accuracy: Error not more than +/- 10 meter.
1.4
Controller should be 19” / 21” and supplied on floor
mounted panel for covered room. The panel should have
proper ventilation / cooling system for maintaining
temperature.
1.5
Server to support for retention of all the events/alarms
over a period of 30 Days.
1.6 Should not require periodic calibration or adjustments.
1.7
The system should be able to detect, differentiate and
classify simultaneously multiple events along the section of
pipeline. There should be no limitation to no. of
events/alarms, the system can generate for any section of
pipeline. The system should generate different alarms for
different location with separation of 30 meters for Manual
digging and 50 meters for Mechanical Digging along the
pipeline in GUI.
1.8
Should have extremely low Nuisance Alarm rate and immune
to False alarms and incorrect classification.
1.9
Is the system capable to create different zones/area along
the pipeline where in different type of events could be
turned off or on by the admin user. There should be no
limitation in creating of such zones in the system
1.10
Should be capable of ODBC/OPC Interface if in future
required to integrate the system with existing Pipeline
SCADA system of BPCL.
1.11 System should be compatible for future expansion.
1.12
If bidder is providing more than one server then all the
servers should be in sync and alert/events should get
recorded in all the servers. In event of non working of one
server due to any reasons, all the alerts/alarms should get
recorded in other server. Once the connection is restored
between the servers, the alerts/alarms should get duplicated
and again in sync.
1.13 Should be able to detect and generate alerts of any activity
SCOPE OF WORK FOR PCMS KJPL
Page 14 of 72
on and near the pipeline within the following ranges;
a) Within 7 meters radius for any Manual Excavation.
b) within 20 meters radius for any Mechanical excavation
(JCB).
c) within 10 meters radius for any Heavy vehicle movement.
This radial distance is from the top of the pipeline.
1.14 Continuous monitoring of optical fiber by each sensor.
2 Classification of events
2.1 Manual excavation above the pipeline with hand tools.
2.2
Excavation by heavy equipment (backhoes, excavators
tracked & wheeled).
2.3
Movement of heavy machinery or heavy motor vehicles in
the ROW
2.4 Fiber breaks location.
2.5 Pig monitoring & tracking in real time.
3 Graphic User Interface
3.1
Should contain graphical representation on high resolution
licensed MAP of the course of the Pipeline for convenient
location of the events along the stretch of the Pipeline.
3.2
Graphic display should be true to scale. Distances and
bearings along the pipeline should be measured directly
from the graphic display.
3.3
Kilometer markers corresponding to the Chainage of the
pipeline to be incorporated in graphical display.
3.4
Indicatory like icon should appear on the course of the
pipeline so as to locate the event.
3.5
Different indicatory to be used for different classification of
the event. Legend of different indicatory to be displayed on
GUI screen.
3.6
GUI should also generate an event list which should provide
following information-
a). Classification of Event
b). Time of occurrence
c). Location of occurrence
d). Option to acknowledge the event.
e). Duration of the event.
f). Provision of focus on event from GUI/event list to
waterfall and vice versa.
3.7
Relevant graphical display for spectra-graphical analysis
purpose (waterfall display)
3.8
Alert Control: to enable filters for the alerts for classified
zones of the pipeline
3.9
System Manager – User and Engineering tool allowing
inspection and control of Remote machine states,
performance and error inspection.
SCOPE OF WORK FOR PCMS KJPL
Page 15 of 72
3.10
Events that are defined as alarms also trigger a visual
warning and alarm sound when they occur.
3.11
Alarm (threat) events should remain on the display until
acknowledged by the operator. Alarms can be acknowledged
individually or in blocks.
3.12
Zoom and pan controls are provided to allow the user to
move around the map/image and Graphical display.
3.13
Events/Alarms along with waterfall history should be stored
in the history at least for 1 month.
3.14
Operator level and Engineer level access controls to be
provided in the system.
3.15
The GUI system shall be supplied with the latest
antivirus/security software
3.16
The system will visually alert the user if any system errors
are observed within the software and hardware.
3.17
The vendor shall design the system to withstand a potential
5% degradation in the fibre attenuation without loss of
sensitivity or range
Signature of the authorized signatory
Name of the authorized signatory
Stamp & Date
SCOPE OF WORK FOR PCMS KJPL
Page 16 of 72
FORM No. 2.3.3
DEVIATION FORM (Technical)
Name of PCMS vendor:
Schedule of Deviations in reference to BPCL SPECIFICATIONS for PCMS system
1. PCMS 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. PCMS 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 PCMS vendor
5. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall constitute the
contract requirements for the award of job to the PCMS vendor.
Sr.
No.
Page
No.
Clause
No.
Requirement of the
SPECIFICATIONS
Deviations to the
SPECIFICATIONS
Remarks
1 2 3 4 5 6
PCMS vendor
Signature of the authorized signatory :
Name of the authorized signatory :
Stamp & Date :
SCOPE OF WORK FOR PCMS KJPL
Page 17 of 72
FORM No. 2.3.4
PRE-BID QUERY FORM (TECHNICAL)
Name of Bidder: _________________________________________
PROJECT NAME: OPTICAL FIBER CABLE BASED PIPELINE CONDITION MONITORING & SURVEILLANCE SYSTEM FOR KJPL
CRFQ Number – __________________
Sr. No.
Tender Copy Page No.
Document Clause Clause Details Query
1
2
3
4
5
FORM No. 2.3.5
PRE-BID QUERY FORM (FINANCIAL)
Name of Bidder: _________________________________________
PROJECT NAME: OPTICAL FIBER CABLE BASED PIPELINE CONDITION MONITORING & SURVEILLANCE SYSTEM FOR KJPL
CRFQ Number – __________________
Sr. No.
Tender Copy Page No.
Document Clause Clause Details Query
1
2
3
4
5
SCOPE OF WORK FOR PCMS KJPL
Page 18 of 72
SECTION-3
SCOPE OF SUPPLY & WORKS
SCOPE OF WORK FOR PCMS KJPL
Page 19 of 72
3.0 SCOPE OF SUPPLY & WORKS
3.1 SCOPE OF SUPPLY & WORKS FOR VENDOR
3.1.1 The PCMS vendor’s scope of supply and works shall include, but not limited to all the activities
of project management, design, engineering, engineering, factory testing, supply, installation,
commissioning, site testing, trial run, packaging, forwarding, transportation (freight), port
handling custom clearance, inland transportation etc.(as per stipulation in commercial
section), warranty, post warranty support, quality assurance and quality control of the system
and documentation with turnkey responsibility and meet the requirements of the bid
responsibility.
3.1.2 The vendor is responsible for the selection of equipments and system components including
accessories and its suitability to meet the following-
A) Specifications as per Clause 4.1
B) Fiber Route report in 10.2 Section
If at any stage, till the completion of the order, the supplied equipments, instruments and
accessories are found unsuitable for the specified operating and design conditions, the vendor
shall replace the same with a suitable model meeting the specifications without the
schedule/cost implications.
3.1.3 Vendor shall submit the Functional Design Specifications (FDS) of the system proposed. The
FDS should include the detail list and technical specifications of System hardware, System
Software and Operator Interface.
3.1.4 Detail OTDR survey has already carried out by BPCL for the OFC along the proposed section of
the Pipeline. The following information will be available from the OTDR Survey report given in
annexure-C.
A) Fiber losses.
B) HOP distances between the successive stations
C) Number of fibers available for the use in proposed project
D) Fiber termination details at each of the stations.
Vendor shall submit the detail Scheme of execution of the project well before the start of
commissioning stage. This scheme should be in accordance with the FDS and the OTDR survey
report.
3.1.5 The vendor should carry out detailed site survey for the proposed section of the Pipeline i.e.
KJPL, to study the surface and sub-surface properties of the ground also to co-relate the OFC
length with the pipeline distance/Chainage for GUI and carry out OTDR of spare fibers of that
section. Bidder should also visit the intermediate locations to identify the location of panels
and various other requirement related fiber patch cord route, power cable route, entry. BPCL
shall provide the geo-coordinates of Pipeline.
3.1.6 Any excavation, opening of the Splice/Joint Kits required has to be decided and conveyed to
BPCL before the start of Site Survey. The decision of such excavation activity has to be in
conjunction with BPCL.
SCOPE OF WORK FOR PCMS KJPL
Page 20 of 72
3.1.7 Vendor shall be responsible for all the termination of the fibers from BPCL Fiber Closures and
the System Components or Equipments. The termination of fibers by splicing, by using Patch
Cords etc. shall be carried out by vendor. Supply of Patch Cords, Zero dB connectors, fiber
sleeves and other termination accessories shall be in vendor’s scope.
3.1.8 The zero dB connectors in the (Fiber Terminating Cabinet) FTC’s in all BPCL sites are for FC
(Ferrule Connection) type of connectors. If the system requires using the Patch Chords with
different than FC connector, then suitable adapter shall be supplied by the vendor.
3.1.9 Supply of all the cables (Ethernet, ModBus etc.) needed to connect between systems
components along with the suitable connectors shall be supplied by the vendor.
3.1.10 Bandwidth requirement of the PCMS System and dark fibers available for bidder.
For KJPL: PCMS vendor has to specify the bandwidth required for shared LAN required for
networking between stations where PCMS equipment/GUI will be placed. Additional fibers will
be provided other than the sensor fiber for use to the PCMS vendor to be used along with
Optical Gigabit Ethernet switches (with Optical SFP and VLAN support) for the additional
required bandwidth for the project.
Maximum 4 no. (INCLUDING SENSING FIBER) of fibers shall be provided in the each section of
SV Stations under this project. For each sensor, only one sensing fiber shall be used by bidder
however if one sensor is not able to cover the entire stretch between two stations then
maximum two fibers shall be used for PCMS System for covering the entire section between
SV/Main Stations. Two fibers shall be used by the bidder for communication between sensors
and Servers connectivity. The price bid of the vendor should include the cost of supply and
installing of networking devices & accessories for above networking backbone at these
locations.
3.1.11 For diagnostic purpose, vendor shall provide status of AC & inverter alarm through potential
contact which will be connected to BPCL SCADA. Also all the PCMS panel shall have
temperature sensor & it’s output in 4 to 20 mA shall also get connected to BPCL SCADA.
3.1.12 Supply of any other items or/and activity not listed/indicated specifically but necessary for
successful commissioning and operation of the proposed system will be indicated and carried
out by the vendor.
3.1.13 For crossover of laser sensor signals in sensor fiber in opposite directions the termination of
Fibers in the field are not allowed. The fibers can be terminated only in SV / IP and manned
station. However if required an amplifier can be installed in Pipeline ROU within the Fiber
closure. The design and selection of the hardware shall be based on this condition.
3.1.14 Operation and Maintenance Training as per the details provided in the training section of the
scope shall be provided by the vendor.
3.1.15 The vendor shall design the system to withstand a potential 5% degradation in the fibre
attenuation without loss of sensitivity or range.
SCOPE OF WORK FOR PCMS KJPL
Page 21 of 72
3.1.14 INDICATIVE BILL OF MATERIAL:
Sr.
No. Description of item Qty Price
Kota-Jobner Pipeline (KJPL)
1
Project management, design, engineering, factory testing,
configuration & testing and supply of PCMS EQUIPMENT
with Graphics User Interface (from Kota to Jobner) with
dual 22” LCD color monitor, keyboard, mouse, peripheral
devices etc. including Software for PCMS Equipments
software for diagnostic & maintenance functions & quality
assurance and quality control of the system and
documentation & supply of commissioning spares,
consumable spares and spares during 2 years warranty
period for 211 Km of pipeline.
1 SET
2 Installation and Commissioning of PCMS system, Trial run
including all services & Documentation for Item A.1. 1 LS
3
ENGINEER training of PCMS System at Manufacturers works
as per the scope and terms/conditions. Training for 16 Man-
days (4 Persons for 4 days) ( Excluding Company staff
Travelling/Lodging/Boarding ) (KJPL)
1 LS
4 On Site Training for 4 days for 4 participants for PCMS
System at Site. (KJPL) 1 LS
5
Cost for providing Comprehensive AMC services for First
Year after completion of warranty as per the scope, terms
and conditions (KJPL).
1 LS
6
Cost for providing Comprehensive AMC services for Second
Year after completion of warranty as per the scope, terms
and conditions (KJPL).
1 LS
7
Cost for providing Comprehensive AMC services for Third
Year after completion of warranty as per the scope, terms
and conditions (KJPL).
1 LS
8
Cost for providing Comprehensive AMC services for Fourth
Year after completion of warranty as per the scope, terms
and conditions (KJPL).
1 LS
Note:
1. The vendor will have to submit the complete bill of materials, clearly indicating make and
model of the equipments, considered for the project while submitting the offer.
2. The commercial offer by the vendor shall be strictly as per the above mentioned line items of
the tender for the evaluation purpose.
3. The pricing of CAMC Service for all 4 year shall be considered for price bid evaluation.
SCOPE OF WORK FOR PCMS KJPL
Page 22 of 72
3.2 SCOPE OF SUPPLY & WORKS FOR BPCL:
3.2.1 Single mode ITU-T G.652 direct burial Twelve core Optical Fiber Cable (2 Number) along the
proposed section of the Pipeline which already exists at the depth of minimum 1.5 meter from
the ground level shall be used for the proposed project. Spare unused fibers of the existing OFC
will be provided by BPCL.
3.2.2 Detail OTDR Survey had been carried out by BPCL for the OFC along KJPL Sections. The Fiber
Route reports are already enclosed in clause 10.2.
3.2.3 During the detail site survey by the vendor post order, BPCL will provide all the assistance by
providing Pipeline Patrol men to locate the strategic locations from the point of view of survey.
BPCL Officer will also accompany during the survey. Transport during this survey will be
arranged by the vendor.
3.2.4 If needed, BPCL will provide with line locator to the vendor to locate the Pipeline laid along the
pipeline.
3.2.5 BPCL will provide power supply to the PCMS equipments as per clause 4.3.
3.2.5 BPCL will provide required bandwidth to PCMS system as per Clause 3.1.10
3.3 DELIVERY SCHEDULE:
Materials shall be supplied within 24 weeks from the date of Purchase Order/LOA.
3.4 DELIVERY ADDRESS:
KOTA JOBNER PIPELINE
LOCATION ADDRESS
KOTA Kota Receipt Cum Despatch Terminal
Mumbai-Manmad-Bijwasan Pipeline
Bharat Petroleum Corporation Limited
Village- Brijeshpura
Tahsil – Tathed
District – Kota
Rajasthan – 325201
KJPL SV1 SV-1 Kota- Jobner Pipeline ,
Bharat Petroleum Corporation Limited
Village : Kishanpura Takiya Naya gaon
Tehsil : Ladpura
District : Kota
State : Rajasthan
Pincode : 324001
KJPL SV2 SV-2 Kota-Jobner Pipeline ,
Bharat Petroleum Corporation Limited
SCOPE OF WORK FOR PCMS KJPL
Page 23 of 72
Village : Patoliya
Tehsil: Keshavrai Patan
District: Bundi
State : Rajasthan
Pin Code : 323601
KJPL SV3 SV-3 Kota-Jobner Pipeline ,
Bharat Petroleum Corporation Limited
Village : Chiplta
Tehsil: Nainwa
District: Bundi
State : Rajasthan
Pin Code : 323802
KJPL SV4 SV-4 Kota-Jobner Pipeline ,
Bharat Petroleum Corporation Limited ,
Village: Udaipura
Tehsil : Duni
District: Tonk
State : Rajasthan,
Pin Code : 304024
KJPL SV5 SV-5 Kota-Jobner Pipeline ,
Bharat Petroleum Corporation Limited ,
Village IbrahimPura,
Tehsil : Peeplu ,
District: Tonk
State : Rajasthan
Pin Code : 303504
KJPL SV6 SV-6 ,Kota-Jobner Pipeline ,
Bharat Petroleum Corporation Limited
Village : Gaduda
Tehsil: Phagi
District: Jaipur
State : Rajasthan
Pin code : 203005
JOBNER Bharat Petroleum Corp. Ltd
Jobner Pipeline Terminal
Village & Post - Asalpur
Near Asalpur Jobner Railway Station
Tehsil - Phulera (Sambhar)
Jaipur (Raj)- 303331
Note:
1) In case of foreign bidder, BPCL shall transport all the Materials from Mumbai port to Jobner
Station. Segregation & transportation of materials from Jobner to other local SV stations shall
be done by the foreign bidder.
2) In case of Indian bidder, transportation of all the materials to all stations shall be done by the
Indian bidder.
SCOPE OF WORK FOR PCMS KJPL
Page 24 of 72
3.5. COMPLETION:
The installation, integration, testing and commissioning at all the above site will be completed
within 16 weeks from the receipt of the materials at site.
3.6 CONTACT PERSON
Ch. Manager (Maint), MMBPL
Bharat Petroleum Corporation Limited,
2nd floor, Admin Annexe, Mumbai Refinery,
Mahul, Chembur, Mumbai 400074
E-mail: [email protected]
3.7 CONVEYNACE/LODGING/BOARDING:
The cost of conveyance, lodging/boarding etc. of contractor/ vendor’s personnel for the site
installation, commissioning and while imparting training to BPCL staff will be borne by the
contractor/ vendor.
3.8. PAYMENT TERMS
For Indian Bidders:
3.8.1 For Supply
100% payment will be made after Material receipt at site against submission of PBG
each of 10 % of Supply PO value as per BPCL format. PBG of 10% Supply PO value shall
be released after completion of two years warranty period.
3.8.2 For Services
a) Payment for services shall be made after successful commissioning of the PCMS
system at site.
b) For Training charges: 100% after completion of trainings.
c) For charges for Maintenance contract after warranty:
Quarterly payment will be made based on that particular quarterly performance of PCMS
System and which is dully certified by site BPCL Incharge. Refer clause 4.18 for details.
For Non Indian Bidders:
3.8.1 For Supply
100% payment will be made on CFR basis against submission of PBG of 10 % of Supply
PO value as per BPCL format. PBG of 10% Supply PO value shall be released after
completion of two years warranty period.
SCOPE OF WORK FOR PCMS KJPL
Page 25 of 72
3.8.2 For services
a) Payment for services shall be made after successful commissioning of the PCMS
systems at site.
b) For Training charges: 100% after completion of trainings.
c) For charges for Maintenance contract after warranty:
Quarterly payment will be made based on that particular quarterly performance of PCMS
System and which is dully certified by site BPCL Incharge. Refer clause 4.18 for details.
Penalty for breach of contract
For Supply,
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
Supply order value as per Clause No. 20 of BPCLs GPC shall be applicable.
For Installation, In case the contractor fails to complete the whole work within the stipulated period, he shall be liable
to pay liquidated damages of 0.5% of the total Installation & Commissioning charges per week and
or part thereof of the delay subject to a maximum of 5% of the value of the contract.
3.9 DELAYS DUE TO FORCE MAJEURE
In the event of causes of Force Majeure occurring within the agreed delivery terms, the
delivery dates can be extended by the Owner on receipt of application from the Vendor
without imposition of Price Reduction for Delay. Only those causes which depend on natural
calamities, civil wars and national strikes which have duration of more than seven consecutive
calendar days are considered the causes of force majeure. Causes like strikes / lockout at
Vendor's works for more than ten consecutive days and Government Act such as major power
cut for a consecutive minimum period of 30 days and other direct legislative enforcement shall
also constitute Force Majeure.
The Vendor must advise BPCL by Registered letter duly certified by local Chamber of
Commerce or statutory authorities, the beginning and the end of the cause of delay
immediately, but in no case later than 10 days from the beginning and end of such cause
of Force Majeure condition as defined above.
SCOPE OF WORK FOR PCMS KJPL
Page 26 of 72
SECTION-4
GENERAL TECHNICAL REQUIREMENTS
SCOPE OF WORK FOR PCMS KJPL
Page 27 of 72
4.0 GENERAL SITE INFORMATION
The equipments which will be placed in KJPL Sections (which comprises of Kota, Jobner and
SV-1 to SV-6) shall be suitable for operation under the following site conditions:
Sand & Dust: Built-up of dust on operational surface may occur because of imperfections in the
sealing of equipment, housing and conditions prevailing in sub- tropical dust conditions.
Shock & vibration: The equipments shall withstand transportation and handling by air, sea and
road under packed conditions, conforming to MIL 810B specs or commercial equivalent.
The equipments shall also be resistant to termite, fungus, rodents and salty environment.
4.1 ENVIRONMENTAL SPECIFICATION OF EQUIPMENT TO BE SUPPLIED
4.1.1 The PCMS equipment at the manned locations (Classification of locations is given in 4.1.3) shall
be in air-conditioned environment and shall operate satisfactorily under the following
conditions. For these locations air conditioned panel is not required.
FOR TEMPERATURE HUMIDITY
Operation 10-35°C 20-80% RH
Storage & transportation - 30 to +60°C 5-95% RH
4.1.2 All the other PCMS equipments shall be designed for operation, storage and transportation
under the following environment with the limits given below. For these locations, air
conditioned panel shall be supplied by the vendor.
FOR TEMPERATURE HUMIDITY
Operation 0-55°C 10-95% RH
Storage & transportation - 30 to +60°C 5-95% RH
4.1.3 Classification of locations:
KJPL
Sr. No. Location Existing air conditioning Falls Under Category
1 Kota Air-Conditioned 4.1.1
2 SV-1 Non-Air Conditioned 4.1.2
3 SV-2 Non-Air Conditioned 4.1.2
4 SV-3 Non-Air Conditioned 4.1.2
5 SV-4 Non-Air Conditioned 4.1.2
6 SV-5 Non-Air Conditioned 4.1.2
7 SV-6 Non-Air Conditioned 4.1.2
8 Jobner Air-Conditioned 4.1.1
4.2 AREA AND ZONE CLASSIFICATION
4.2.1 All the control rooms housing Master Control Units are classified as Safe Areas.
4.2.2 Control rooms in which the Interrogator units are housed in the outstations are also classified
as safe areas.
4.3 POWER SUPPLY
4.3.1 KJPL: The following un-interrupted power supplies (UPS) for PCMS equipments at various
locations shall be provided to the Bidder by BPCL:
Manned Locations (Kota & Jobner) : 230V AC ±10%, 50 Hz±3% (Grounded) and (-) 48V DC
±10% (Positive grounded)
SCOPE OF WORK FOR PCMS KJPL
Page 28 of 72
SV Stations : Positive grounded DC Supply which varies from
-42 V DC to -70 V DC.
4.3.2 Bidder has to install its Stabilizer/Converter as per the load/power requirement of its
panel/equipments.
4.3.3. Maximum power available at Manned Locations will be 2 KWatts for PCMS System. For SV
Stations maximum power available will be 1.5 KWatts. Vendor has to design the system so that
maximum load at any of the locations doesn’t exceed these limits.
4.3.4. The Bidder to provide the additional protection of power supply system in their supplied
package to protect the system against surge voltage. The power supply distribution of PCMS
shall be designed properly such that failures of individually protected items, does not affect the
continuity of supply to other equipments. All power cabling (including supply of cabling,
glanding, ferruling, termination etc.) to the PCMS equipments shall be carried out by the
Bidder.
4.3.5. Bidder to note that based on the details furnished by the vendor in PCUR (Power Consumption
& UPS Requirement) form, power feeder shall be made available for the powering of the
complete PCMS unit. It shall be the responsibility of Bidder to ensure that the power
requirements of offered PCMS equipments are well within the details submitted in PCUR.
4.4 SURGE PROTECTION DEVICES
Protection devices for Card level transient suppressors/ surge protection/ lightening strike
protectors shall be provided on following power/ communication lines as a minimum to
protect equipments within PCMS vendor scope of supply from lightening strikes, induced
current surges & high voltage transients by diverting the resultant surges and transients safely
to earth and limiting voltages & currents to acceptable levels thereby protecting the electronic
components and the system itself: -
Main Station: Power feeders from UPS ACDB
For PCMS equipments at SV stations: Incoming DC power feeder to interrogator unit
Based on the need and recommendation by PCMS Vendor (to meet the objective of protection
of PCMS equipments), any additional protection devices shall also be included by PCMS Vendor
as part of the scope of supply.
4.5 EARTHING
4.5.1 Each cabinet, console and other equipment shall be provided with earthing lugs with their
frames. All these lugs/ strips shall be properly secured to the AC mains earthing bus.
4.5.2 All system grounds of various cards and equipments, shields of instrument cables, earth
terminal of the lightning strike protectors shall be connected to system ground bus which is
electrically isolated from the AC mains earthing bus. The equipments shall provide separate
earthing strip for the same. The system ground bus shall be connected to independent ground
buses through insulated wires.
4.5.3 PCMS vendor shall note that, in general, existing earthing shall be provided by the COMPANY
for: -
a) System grounding (earth resistance less than 1 ohm)
b) Cabinet & AC mains grounding (earth resistance less than 5 ohms)
Accordingly the equipments shall provide separate earthing strips as mentioned above and
PCMS vendor shall also provide electrolytic copper (minimum 25mm x
SCOPE OF WORK FOR PCMS KJPL
Page 29 of 72
3mm) earth bars and takes care of onwards earthing connections from equipments to the
earthing strips provided separately in the corner of the respective rooms.
4.6 SAFETY REQUIREMENTS
4.6.1 Provision shall be made to isolate all 230 V AC incoming signals to a cabinet, before gaining
access to cabinet internals. Shrouded terminals with warning labels shall be provided, with
these terminals being segregated from other incoming terminals.
4.6.2 PCMS vendor shall ensure during implementation that the equipments shall not be damaged
due to Power loss. Further PCMS vendor shall indicate during detail engineering as part of
system operation: -
- Steps and recommendations to be taken for fail-safe operation of the system under following
conditions:
a) Power failure
b) Air Conditioner failure
- Start up procedure of the system
4.7 SYSTEM AVAILABILITY REQUIREMENTS
4.7.1 The successful PCMS vendor shall be responsible to design the system for 99.50% availability.
4.7.2 The PCMS vendor shall ensure that calculation of availability takes into account the Mean Time
To Repair (MTTR) of PCMS equipments at SV stations as 72 hrs and PCMS equipments at
manned locations as 48 hrs.
4.8 ERROR DETECTION PROBABILITY
Error detection capability is required for achieving high order of reliability of data
transmission.
4.9 TRANSIENT, STATIC & EMI/ RFI PROTECTION
4.9.1 The System shall be internally protected against system errors and hardware damages
resulting from:
a) Electrical transients on power wiring
b) Electrical transients on signal wiring
4.9.2 The equipment shall be efficiently screened against Electromagnetic Interference
(EMI), Radio Frequency Interference (RFI) and conductive interference and shall not interfere
with other equipment in the vicinity or installed in the same building. All subsystems and
system components shall have noise immunity from EMI or RFI including nearby radio
stations, hand held two way radios, electrical storms, solenoids, relays or conductors carrying
heavy currents as per levels of Environmental electromagnetic phenomenon defined in IEC-
61000-6-2. The system shall have total noise immunity from UHF/ VHF radio communication
equipments (RFI) and (EMI) noise generating equipments as per IEC-61000-4. The surges
withstand capability for input/ output modules shall be as per IEEE 472.
4.10 SYSTEM DESIGN COVERING FUTURE EXPANSION
The PCMS software and GUI shall be adequate to accommodate 50% future expansion (without
adding any server hardware to the offered PCMS system) with respect to additional pipeline
facilities viz. expansion of PCMS system beyond 200 km to take care of pipeline expansion,
without affecting the various system performance parameters.
SCOPE OF WORK FOR PCMS KJPL
Page 30 of 72
4.11 INSTALLATION MATERIALS
All installation materials such as AC and DC power cables, signal cables, telecom cables, LAN
cables, interconnecting cables between various equipments and peripherals, earthing cables,
data cables, connectors, isolators, switches, conduits, fuses, terminations, gland plates,
mounting accessories and other items required but not mentioned herein shall be provided by
the PCMS vendor.
The Power cables shall be IS 1554 or equivalent; low voltage distribution boards shall be IS
8623, IS 13947 or equivalent; Switches & Sockets shall be IS 1293 or equivalent.
The quality of materials used shall be of the highest order and shall conform to the
international standards.
4.12 CIVIL WORKS
For control rooms and SV stations civil work shall consist of:
1. Civil works required for installation of PCMS equipment, interconnecting cabling at control
rooms for various systems & PCMS equipments with telecommunication system and the power
supply unit along with cable routing, dressing and providing & laying perforated trays etc. will
be carried out by vendor.
2. Associated grouting and fixing of equipment. The base frames and mounting bolts for
cabinets, PCMS cabinets, PDB cabinet shall be provided by the vendor.
3. All the cable entries in the gland plate shall be properly secured without any distortion in
the cables and all spare openings (minimum 10% spare cable entries to be provided) shall be
sealed plugged for rodent protection.
4. Any masonry work associated with entry and ingress of equipment inside the control rooms
including making goods, painting and finishing such masonry work will be carried out by
vendor.
4.13 ELECTRICAL WORKS
Electrical work associated at all the stations shall be consisting of:
1. All cable work including earthing up to the earthing strip in the corner of the rooms for both
frame earth and system ground earth associated with the installation of the PCMS equipment
will be carried out by BPCL.
2. Any temporary electrical works associated with the installation and commissioning of the
system confined to the PCMS system will be carried out by the vendor.
3. Testing of all electrical works will be carried out by BPCL.
4.14 FOUR YEARS OPERATIONAL SPARES
PCMS vendor shall attach a list of 4 years (after completion of warranty) operational &
maintenance spares on respective sub vendors recommendation, which would be necessary
for 4 years trouble free operation and maintenance of the system.
4.15 SPARES AS PART OF LUMPSUM QUOTE
4.15.1 It shall be obligatory on the part of PCMS vendor to modify/ upgrade, rectify any hardware
problems in the system or replace any hardware component in the supplied equipments
during installation and commissioning and operation & maintenance of the PCMS system,
within the Warranty period. Accordingly, it is PCMS vendor responsibility to ensure the
SCOPE OF WORK FOR PCMS KJPL
Page 31 of 72
availability of the adequate spares as required during the commissioning period and warranty
period as part of lump sum price and accordingly, no separate list of these spares is required to
be included as part of their proposal.
4.15.2 The PCMS vendor shall ensure that the major spare parts for the PCMS system (i.e. the main
processor) would be available for minimum of 10 years after warranty. If the PCMS vendor
discontinues the production of spare parts after 10 years, then he shall give at least 24 months
notice prior to such discontinuation so that COMPANY may order his requirements of spares in
one lot.
4.16 TEST EQUIPMENTS
4.16.1 PCMS vendor shall include adequate test equipments and tools for testing and calibration of all
equipments supplied by him.
4.16.2 Programming software for PCMS Equipment configuration, diagnostic & maintenance
functions should be provided by the Vendor. Diagnostics software for each equipment shall be
included along with necessary documentation.
4.16.3 The calibration procedure along with periodicity required for ensuring the accuracy of test
instruments supplied under this contract shall be taken care by the PCMS vendor. The PCMS
vendor shall take care of testing of all equipments during system commissioning (prior to SAT
testing).
4.17 WARRANTY
4.17.1 PCMS vendor shall be responsible for the manufacture in respect of proper design, quality,
workmanship & maintenance of all equipment, accessories etc. supplied by the PCMS vendor
including all services, spares and consumables for a period of 24 months after taking over the
system at site, for meeting the functionality and performance requirements of this contract. To
fulfill the same, it shall be obligatory on the part of PCMS vendor to modify/ upgrade, rectify
any hardware problems in the system or replace any hardware from the supplied equipments
and modify/ upgrade, rectify the operating system software, PCMS software, MMI software,
other software, supply the required spares and consumables and attend to the troubleshooting
& maintenance of the complete system, free of cost, during startup and on-line operation &
maintenance of the PCMS system, within the Warranty period. Any modifications/ up
gradation or replacement of any hardware & software during warranty shall not affect the
performance & functionality of the system. In addition to this vendor will also have to carry out
the updation/change in PCMS detector setting based upon the input received from BPCL or
thru their own analysis tools. To do corrections/modifications/diagnosis from remote,
internet connection can be provided by BPCL, if required.
4.17.2 During warranty period, bidder may place their engineer any one of the location in the
pipeline section) for daily monitoring the system functionality, any troubleshooting, tuning of
the PCMS System in the week days ( i.e., from Monday to Friday). During weekly off (i.e.,
Saturday , Sunday ) or holidays , bidder has to provide service support through over phone
for minor issues and if any major issues, need to visit the site location for the restoration of the
system.
1.17.3 The replacement/ maintenance requirements of the total system shall be attended on call basis
within 3 days from the first service call by COMPANY. The repair work should not however
exceed 15 days otherwise warranty period shall be suitably extended.
SCOPE OF WORK FOR PCMS KJPL
Page 32 of 72
4.17.4 During warranty period, as a minimum for preventive system maintenance, PCMS vendor shall
make quarterly visits (4 visits per year). Breakdown maintenance of hardware/software (not
limited) & telephonic support for software & hardware etc also shall be provided during
warranty period.
4.17.5 The price shall be inclusive of relevant specialists and covering all aspects of their traveling,
allowances, hotel expenditure etc. and requirements of clauses 4.17.1 & 4.17.2 for the duration
of the Warranty for attending to preventive and breakdown maintenance of complete system
hardware and software. The above points shall be covered in the quotation of the PCMS
vendor.
4.17.6 After the successful completion of Trial run, the PRE WARRANTY COMPLETION CERTIFICATE
shall be issued by the COMPANY and thereafter Warranty phase will start.
4.17.7 As soon as the Warranty phase has been successfully completed and the PCMS vendor fulfils his
obligation under cl. 4.17 he shall be eligible to apply for COMPLETION CERTIFICATE. The
COMPANY shall issue to the PCMS vendor the COMPLETION CERTIFICATE after receiving an
application from PCMS vendor after verifying that works have been completed in accordance
with the Contract Document.
4.17.8 The VENDOR shall warrant that the software are in good working order, is free of viruses,
operates and performs properly on the hardware and network infrastructure. During the
warranty period the VENDOR shall provide the following support for the software at no extra
cost to the company.
• Technical assistance or consultation in order to assist the Company in solving problems
encountered in the course of using the software.
• Timely correction of errors/defects in the software and system documentation.
• Provision of new releases of the software and/or documentation which incorporate solutions
to all errors and/or defects encountered in the use of the software or improvements to the
software introduced by the VENDOR.
• Any additional support normally provided by the VENDOR to his customers during a warranty
period.
4.18 POST WARRANTY COMPREHENSIVE MAINTENANCE CONTRACT
PCMS vendor shall quote separately for Post warranty comprehensive maintenance contract of
4 years for complete services and spares for the offered system. COMPANY reserves the right
to award or not to award the post warranty comprehensive maintenance contract. The Post
warranty comprehensive maintenance contract is applicable after successful completion of
warranty phase. Personnel deployed shall have thorough knowledge of the system. The prices
offered shall be on comprehensive basis for all the PCMS equipment/ software version support
for the duration of 4 years. The lump sum price of the post warranty comprehensive
maintenance services shall be furnished separately for 4 years on 2 year block basis.
During post warranty AMC period, bidder may place their engineer at any one of the location
in each of the pipeline section) for daily monitoring the system functionality, any
troubleshooting, tuning of the PCMS System in the week days ( i.e., from Monday to Friday).
During weekly off (i.e., Saturday , Sunday ) or holidays , bidder has to provide service support
SCOPE OF WORK FOR PCMS KJPL
Page 33 of 72
through over phone for minor issues and if any major issues, need to visit the site location for
the restoration of the system and ensured uptime.
The post warranty CAMC will include the following minimum.
1. Quarterly preventive maintenance visits to all the major sites for the testing of
hardware/software.
2. Breakdown maintenance of hardware/software (not limited) & telephonic support for
software & hardware etc.
3. The CAMC for software shall include Warranty for software
maintenance/modification/upgradation.
4. The CAMC for software shall include modifications in configuration, tuning etc as and when
required by BPCL.
5. In CAMC, quarterly preventive maintenance of the GUI server and other important hardware
devices by the OEM to be carried out. The cleaning of the server with the blower &
replacement of parts any to be done in the CAMC.
6. In CAMC the vendor will have to provide all the support relating to modifications of PCMS
settings as and when required. The change in detector setting may be based upon the user
experience (noticing of repetitive alerts) or thru analysis of vendor also.
This CAMC will be applicable after the completion of two years’ warranty support. CAMC offer
to be submitted for 4 years will be taken into evaluation for the entire project.
4.19 DOCUMENTATION
The language used in all correspondence, documentation, literature, drawings, markings etc.,
shall be English.
PCMS vendor shall furnish all relevant technical manuals, literature and other technical data as
required by COMPANY after order and as final as-built documentation after system
commissioning.
All the drawings and documents shall be verified by the PCMS vendor before presenting the
same for COMPANY review.
All these documentation shall be furnished in hard cover/ ring folders in A4 size (210mm x
297 mm).
Final as built documents/drawings [2 sets of binders/folders and 2 sets of CDs] shall be
furnished prior to the commencement of warranty after incorporation of modifications at site.
All PCMS documents shall be combined documents in single submission. The contract
document would be the Purchase Order (after award of contract) and the same shall have
higher precedence than all approved project documents.
“SOFT COPY” of all PCMS documents shall also be supplied.
4.19.1 In addition to drawings & documents requirements included in cl.1.5.7, due to the methodology
outlined therein, PCMS vendor shall furnish the following drawings/documents as a minimum
for COMPANY review/ records. Prior to submitting the PCMS documents for COMPANY
review/ records, the PCMS vendor shall review, duly sign & stamp all the documents and
ensure compliance to the requirements of the contract.
SCOPE OF WORK FOR PCMS KJPL
Page 34 of 72
1. FUNCTIONAL DESIGN SPECIFICATIONS (FDS)
PCMS vendor to note that the PCMS specification completely covers the operational and
functional requirements of the pipeline and the requirement of PCMS FDS would now be to
focus on the implementation aspects of these requirements.
FDS shall be custom defined to include the implementation aspects of SPECIFICATIONS
requirements in the following sections.
PCMS FDS shall cover PCMS implementation aspects [Complete details of systems
configuration, PCMS philosophy covering implementation aspects of Specification
requirements, Interfacing, Integration and communication aspects between various
subsystems including System resource sizing basis and performance parameters covering CPU,
disk and main memory utilization, system timeouts, computers switchover timings, Display
updates, Display call-ups, etc.]
2. PCMS Man Machine Interface (MMI) document: The MMI documents shall be generated for
PCMS systems covering all the displays, graphics and reports, in color printouts ensuring
proper view ability and legibility. The coloring scheme for various displays taking care of the
colors for the titles/ headings/ subheadings, background color, static text, dynamic values, etc.,
samples for various types of alarms & events shall be highlighted in the MMI document. Refer
to cl. 1.5.7 for generation methodology of the document.
3. (a) Engineering drawings/ documents
The Engineering drawings/ documents shall be submitted in single submission (with one
document no.) covering the following drawings: - connection diagrams, power supply
distribution diagrams and DC & UPS requirements, Power & Heat dissipation forms (PCUR &
VACR forms as per Annexure A and Annexure B) covering all the locations, grounding scheme/
diagram, equipments / system cabinets/ PCMS cabinets general arrangement and overall
dimension drawings (including foundation & base frame details, weights and clearances
required) etc.
(b) Construction drawings/ documents
The Construction drawings/ documents shall be submitted in single submission (with one
document no.) covering the following drawings: - Assembly and installation diagrams,
installation & interconnection drawings, cable routing, interconnection cable schedule,
Termination details.
4. PCMS Factory Acceptance Test (FAT) Plans and procedure documents
FAT document for PCMS systems and shall contain test sections to test all the aspects of PCMS
System as covered in SPECIFICATIONS, FDS and MMI documents.
5. PCMS Site Acceptance Test (SAT) Plans and procedure documents
SAT document for PCMS systems and shall contain test sections to test all the aspects of
integrated PCMS Systems.
6. PCMS documentation covering engineering manuals, user manuals, installation, operation &
maintenance manuals for all software, hardware and equipments.
SCOPE OF WORK FOR PCMS KJPL
Page 35 of 72
4.19.2 For Review category of documents, after receipt Company shall require at least 1 week time for
review of drawings/ documents. COMPANY is to review the drawings/ documents which have
as a pre-requisite been reviewed by the PCMS vendor with PCMS vendor putting efforts and
taking care of requirements of SPECIFICATIONS & attachments correctly and completely at
their end in the first instance.
a) The review by COMPANY however, does not absolve the PCMS vendor of his responsibilities
to satisfy the requirements of contract document and install & commission the PCMS system
accordingly. PCMS vendor is required to make necessary rectification at any stage of system
implementation in the PCMS system to meet the requirements of the contract document,
without any implication of cost and schedule to the COMPANY.
b) It is PCMS vendor’s responsibility to incorporate all the comments of the COMPANY in one
revision itself. PCMS vendor shall be responsible for incorporation of comments (comments
not incorporated in the revised document without prior bringing to the notice of the
COMPANY for acceptance) in the PCMS system at any stage of the system implementation,
without any implication of cost and schedule to the COMPANY.
4.19.3 a) Number of copies of documents/drawings required for all the above mentioned
documentation shall be 2 nos. in properly bound volumes in hard binders/folders.
b) Final as-built documents/ drawings [2 sets of binders/ folders] and 2 sets of CDs shall
be furnished prior to the commencement of warranty, after incorporating all
modifications made at site.
4.19.4 For Record category of documents, it is not mandatory on the part of COMPANY to furnish the
comments. Accordingly, PCMS vendor shall ensure that there is no deviation/ mistake to the
requirements of contract specifications. Any re-work required due to such deviations/
mistakes shall be in PCMS vendor’s account.
4.19.5 PCMS Vendor shall take care of the complete requirements of designing, generation and
implementation of PCMS displays for monitoring & control, PCMS reports, PCMS alarms/
events, taking care of Operation & control philosophy and covering the requirements outlined
in this specification for PCMS implementation.
4.19.6 As part of detail engineering, following shall be taken care:
a) PCMS vendor to avoid bunching of drawings/ documents earmarked for review.
Documents/ Drawing for review shall be submitted in a staggered manner giving at least one-
week gap between successive submissions of documents.
b) The document covering the drawings shall contain the corresponding drawings for all
stations in the binder. (In other words submission of drawings for various stations in separate
documents/ transmittals shall not be done). Further the similar types of drawings/ documents
for all the different stations shall be included in one submission with one document no. only.
c) The PCMS vendor shall include the complete document comments of the COMPANY
VERBATIM as communicated (i.e. Xerox of the sheets along with the corresponding points to
be attached in the revised document attachment). PCMS vendor shall furnish the point wise
response indicating the document section/clause/page no. reference where the same has been
included in the revised document.
SCOPE OF WORK FOR PCMS KJPL
Page 36 of 72
The body of the document and corresponding pages will show the revision bars only at the
places where the revision has been carried out. COMPANY will be required to check the revised
document w.r.t. these changes only, while considering that rest of the document has remained
unchanged.
It is to be ensured by PCMS vendor that they will make all necessary efforts to ensure that the
first submission of documents itself will comply with the complete requirements of PCMS
Contract, in order to enable COMPANY to review/ approve the documents at the first instance.
Further, PCMS vendor are to ensure that COMPANY comments (if any) will be incorporated
completely in all respects in the revised document as otherwise they will be solely responsible
for the delay in engg.drawing/ document completion part of the project.
4.19.7 List of drawings/ documents to be furnished by the PCMS vendor after award of contract shall
be as follows: -
Sr. No. Description Document Category
Record Review As Built
A Drawing & Document Schedule * *
B Drawings/ documents specific to PCMS System
1. PCMS Functional Design Specification * *
2. PCMS MMI document * *
3. Engineering drawings * *
4. PCMS FAT plans & procedures * *
5. PCMS SAT plans & procedures * *
6. PCMS system engg, user & installation manuals, operation,
maintenance & troubleshooting manuals for all hardware, software
& equipments * *
Note: -
As per cl. 1.5.7 of section 1, after getting approval of COMPANY on the system directly, the
vendor shall take color printouts of PCMS MMI (covering graphic displays, sample reports,
sample trends etc.).
4.19.8 2 sets of Instruction / Operation / Maintenance manuals to be supplied by the vendor.
4.20 TRAINING (on Site/Factory)
4.20.1 PCMS vendor should furnish all the information regarding various training facilities for
imparting training to COMPANY personnel in the following areas:
1. Equipment hardware maintenance & Operation of all the equipments
2. PCMS system maintenance.
The training shall include hands on experience on the system.
The depth of the training required should be adequate enough to enable the COMPANY's
personnel to be self sufficient for the maintenance of PCMS system.
The course on operation of equipments shall include complete familiarization with actual
operation of the equipment in the normal mode and also under abnormal operating conditions.
The course should be designed to give local system administrators the knowledge and skills to
operate, maintain and recover PCMS system.
SCOPE OF WORK FOR PCMS KJPL
Page 37 of 72
Brief Content of Training Course should be as following;
• Laser Safety
• Data analysis / reporting / observational strategies
• Controlled System Test Strategy
• System Management
o Health check and fault finding through the System Manager software
o Remote restart of processing units
o Remote power switching of interrogator unit
o Stopping rolling recorders, record and retrieval of sample data sets
o Software Updating
o Creation, modification and setup of Zones
• Software Management
o Configuration of Fibre Layout
o Creation of Calibration points
• System Maintenance & Recovery
o Replacement of IU, IP configuration
o Replacement of PU/server, IP configuration
o Configuring the IU for operation
o System restart
• Live Detector Familiarisation & Optimisation
o Fibre Break
o Activity
o Personnel
o Manual Digging
o Mechanical Digging
o Vehicles
• Offline Detector Familiarisation & Optimisation
• Pigging
• Leak
4.20.2 The above mentioned topics to be covered in training are bare minimum and bidder can
include further topics if he wants to add and necessary to achieve the training goal. Bidder in
his technical bid will submit the training schedule like number of days required for completing
the topics, any additional topics, etc. Training shall be imparted to the COMPANY personnel for
total duration of minimum of 4 days for PCMS system. Vendor will arrange to provide the
training to the BPCL staff at PCMS vendors’ original manufacturing facility works. Refer
Indicative Bill of Material under clause no: 3.1.14 - 3 for Training Man days.
4.20.3 Training shall encompass the following staff:
a) Technical, system engineering and maintenance staff at PCMS vendor's works
4.20.4 PCMS vendor shall be responsible for furnishing the details of the courses, manuals for the
training, equipments necessary to conduct the training and qualified persons to train the
COMPANY's personnel.
SCOPE OF WORK FOR PCMS KJPL
Page 38 of 72
4.20.5 Training schedule, in-house and site training aspects shall be mutually agreed between
COMPANY and the PCMS vendor.
4.20.6 COMPANY will bear the expenditure pertaining to air ticket, daily allowance, hotel expenditure
and local conveyance for the COMPANY’s personnel only.
SCOPE OF WORK FOR PCMS KJPL
Page 39 of 72
SECTION-5
PCMS SYSTEM SPECIFICATIONS
SCOPE OF WORK FOR PCMS KJPL
Page 40 of 72
5. KJPL: PCMS SYSTEM SPECIFICATION:
The PCMS vendor shall provide state of the art PCMS System to meet the total functional
requirements of the specification, consisting of the following [Refer KJPL System Drawings in
section 10.0]
5.1 System Specifications
1. Should be able to cover the stretch of at least 211 Km of Pipeline and corresponding OFC.
2. Capability of networking multiple systems.
3. Location Accuracy: Error not more than (+) / (-) 10m.
4. Controller should be 19” / 21” and supplied on floor mounted panel for covered room. The
panel should have proper ventilation / cooling system for maintaining temperature.
5. Server to support for retention of at events over a period of 30 days.
6. Should not require periodic calibration or adjustments.
7. The system should be able to detect, differentiate and classify simultaneously multiple
events along the section of pipeline. There should be no limitation to no. of events/alarms,
the system can generate for any section of pipeline. The system should generate different
alarms for different location with separation of 30 meters for Manual digging and 50
meters for Mechanical Digging along the pipeline.
8. The system shall have the filters for the classification of the type of events as mentioned in
point no. 2 of technical form to reduce the nuisance and false alarms
9. Should be capable of OPC/ODBC Interface if in future required to integrate the system with
other system. The OPC functionality shall be demonstrated during FAT.
10. Should be able to detect and generate alerts of any activity on and near the pipeline within
the following ranges;
a) Within 7 meters radius for any Manual Excavation.
b) within 20 meters radius for any mechanical excavation (JCB).
c) within 10 meters radius for any Heavy vehicle movement.
This radial distance is from the top of the pipeline.
11. System should be compatible for future expansion.
12. Continuous monitoring of optical fiber by each sensor.
5.2 Graphic User Interface :
1. Server for the PCMS system of 211 KM will be required at Jobner. GUI client for monitoring
the system will be placed at Jobner and Kota. All the data logging will be at server and both
client PC at Jobner and Kota will be an extension of server of Jobner. However requirement
of single server is minimum requirement but if bidder has better solution to increase
reliability of the PCMS system, bidder is required to submit its proposed architecture in
technical bid. The better solution can be any of the following
a. If Placing of dual servers (always in sync) in place of single server or
b. Distributed PCMS architecture where servers are not required and each PCMS node
in system acts as server and directly communicates with Client/GUI. Or
c. Any other system architecture which is superior.
Bidder’s proposal will be evaluated by BPCL and accordingly approval for architecture will
be given. In this regard decision of BPCL will be final.
2. Should contain graphical representation of the course of the pipeline for convenient
location of the events along the stretch of the Pipeline.
SCOPE OF WORK FOR PCMS KJPL
Page 41 of 72
3. Graphic display should be true to scale or a map / satellite image to be provided for
background of the display. The satellite imagery provided in Clients and Servers should
have release date after the Purchase order date. The resolution of satellite imagery should
not be more than 2.0 m. Pipeline co-ordinates will be provided by BPCL. The graphic
display should at least show 20 Km of satellite imagery on both sides of pipeline. The
satellite imagery should be purchased by the vendor & no internet connection shall be
provided by BPCL for updating satellite imagery online.
4. Kilometer markers corresponding to the Chainage of the pipeline to be incorporated in
graphical display.
5. OFC jointing kits have to be shown in the Graphic display. Details of the same will be
provided by BPCL.
6. Indicatory like icon should appear on the course of the pipeline so as to locate the event.
7. Different indicatory to be used for different classification of the event. Legend of different
indicatory to be displayed on GUI screen.
8. GUI should also generate an event list which should provide following information-
a). Classification of Event
b). Time of occurrence
c). Location of occurrence
d). Option to acknowledge the event.
e) Option to customize the event based on time averaging. It means that an alert/alarm
of activity on pipeline will pop up or sound only if the particular activity is performed
for continuous 2 minutes (programmable) hence any activity below 2 minutes will be
recorded but won’t generate the pop up and audible alarm.
f). Duration of the event.
g). Provision of focus on event from GUI/event list to waterfall and vice versa.
9. Surveillance Waterfall display for spectro-graphical analysis purpose.
10. Alert Control: to enable filters for the alerts for classified zones of the pipeline
11. System Manager – User and Engineering tool allowing inspection of Remote machine
states, performance and error inspection.
12. Events that are defined as alarms also trigger a visual warning and alarm sound when they
occur.
13. Alarm (threat) events should remain on the display until acknowledged by the operator.
Alarms can be acknowledged individually or in blocks.
14. Zoom and pan controls are provided to allow the user to move around map/image and
Surveillance Waterfall display.
15. The Operator display should have a historic mode of operation wherein the operator will
be able to view historic data of threat alerts on the Map.
16. Events should be stored in the history at least for 1 month.
17. Operator level and Engineer level access controls to be provided in the system.
18. The system will visually alert the user if any system errors are observed within the
software and hardware.
5.3 SERVERS/ WORKSTATIONS SPECIFICATIONS
The PCMS server at the MS shall consist of following, as a minimum but in case vendor
requires server machines of higher grade to meet the overall PCMS specifications same
should be provided by vendor without any cost implication. These specifications of
SCOPE OF WORK FOR PCMS KJPL
Page 42 of 72
servers, workstations, Client machines should be submitted by bidder during technical bid
submission.
a) 22” color LED monitor (1600x1200 resolution & 24-bits color depth) with
alphanumeric & functional keyboard & mouse.
b) Server should of any reputed make viz HP/Dell.
c) 64 bits high performance 12 core Intel Xeon or Itanium processors and clock speed- min. 2.4
GHz.
d) 64 GB RAM
e) HDD: Hot pluggable type to fully capacity 7x300GB as a minimum, 2.5” SAS 10000 rpm
with 1st & 2nd HDD as Raid -1 configuration, 3rd, 4th, 5th & 6th with RAID-5 configuration and 7th
HDD spare
f) Minimum 20 MB L3 Cache .
g) Network: 2 x On-board 1GBe ports with Intel i210-AT
Dual Port 1GBe Supermicro Network Card
h) Optical Drive: Lite-On SATA Slim DVD drive
i) Power Supply: Dual Redundant Power Supply
j) System Fans should be fully redundant & hot pluggable.
j) DVD Writer
k) Real time clock
l) Required no. of ports and LAN Interfaces (100 Mbps)
m) Storage: as required to process or store data as per clause 5.1 Point no 5
n) Should have Microsoft Office (latest compatible with the OS) installed in the client machines.
o) Vendor should submit the authorized key and CD for the software installed in the
workstations.
NOTE: The processing power of the server/server system should be able to meet minimum
requirements to run the PCMS software and satellite imagery. If at any stage of system
implementation, it is found that the servers & workstations, selected by the PCMS vendor are
not having adequate processing power, main memory etc to meet the system performance
requirements of this specification, PCMS vendor shall replace these with higher end machines
with no cost and time implication.
5.4 COLOUR LED MONITOR, KEYBOARD & MOUSE
Each color monitor will comprise of LED Monitor, with color Depth of 24-bit and protect
facilities with controls for contrast, brightness and power. The display shall be flicker free.
a) For high-resolution graphic display, the resolution shall be minimum 1600 x 1200 with
PCMS software fully supporting this resolution.
b) The monitors shall meet international operational requirements for agency compliance for
emissions (X ray, RFI/EMI), health & safety. The monitors shall meet antiglare standard,
present improved viewing environment with flat profile, high contrast and provide easily
accessible operating controls.
c) Monitors shall be connected to the system by a quick connect plug and socket connection for
easy removal and replacement.
d) The keyboard shall be included for each workstation, PC, server.
e) Wireless Mouse shall be included as cursor control device for each workstation, PC, server
for navigation & control.
SCOPE OF WORK FOR PCMS KJPL
Page 43 of 72
5.5 SYSTEM SOFTWARE
The operating system for PCMS servers shall have the following features:
a) Multiprogramming, Multithreading and Multitasking facility including background and
foreground operations in real time mode.
b) Real time capabilities
c) Virtual Memory System
d) Dynamic memory allocation
e) System Security features
f) Real time programming and processing
g) Support for disk mirroring
h) Line and page editors, library management
i) SQL access
j) Real time database management
k) Logical volume manager for improved disk management and performance
l) Dual LAN support
m) Bulk Storage Management
n) OSI/TCP/IP network connectivity support
o) Input/output drivers for all peripherals
p) Graphic support package
q) Online and detailed offline diagnostic package to troubleshoot CPU, memory
and various system and peripheral cards
r) Automatic configuration of I/O drivers and device drivers at system boot up.
The PCMS package in the computer servers shall be built around real time database
management system to provide fast access to support data processing functions, and other
time-critical databases. The databases shall support SQL data access and information
interchange mechanisms. PCMS Vendor shall include the database access through SQL
interface and the licenses as per the requirements of the specifications.
5.6 PCMS SOFTWARE
As a minimum requirement, PCMS software shall have the following functions: -
1. System and Database configuration.
2. Data Acquisition from the PCMS equipment, generation and management of real time
database.
3. Generation and management of historic data for trending and archival.
4. Alarm handling, including storage, display and printout.
5. Generation, storage, presentation of mimic diagrams with dynamic information.
6. Display Management for Alarm, Events, Mimic diagrams in high-resolution color graphic
modes.
7. Free format report generation, storage and printout.
8. Data logging at periodic intervals, on operator request and automatically on occurrence of
an event.
9. Redundancy, fail-over and recovery processes. 5.7 REAL TIME DATABASE ACCESS
Database access routines and related documentation to acquire the data from
PCMS system shall be provided by the PCMS vendor. Facility to access the current and historical
database for further processing by COMPANY shall be provided.
SCOPE OF WORK FOR PCMS KJPL
Page 44 of 72
SECTION -6
SYSTEM FUNCTIONAL REQUIREMENTS
SCOPE OF WORK FOR PCMS KJPL
Page 45 of 72
6.0 SYSTEM FUNCTIONAL REQUIREMENTS
Following system functional requirements listed in this section should be considered as a
guide to the type of functionality deemed necessary to fulfill the system function.
6.1 Core Software Elements
All the core software elements should be accessible from the System Toolbar
6.1.1 Map Display - central graphical interface: situational display supporting map or schematic,
graphical alerts, alert lists and controls for installation modification
6.1.2 Report Generator – minimum 2 variations of the report generator should be available from the
map display – a geographic based search tool and a parametric based search tool allowing
rapid recall (and where data exists, replay) of stored alert data
6.1.3 Surveillance Waterfall Display – central acoustic interface displaying acoustic activity for a
single operating length together with historic “waterfall” of recent activity.
6.1.4 Alert List – a tabular, user configurable, more detailed list of current alerts, duplicating the
alert list in the map display but with further detail.
6.1.5 Audio Controls – Selection of control elements for the system audio output
6.1.6 Record – allows creation of data recordings for offline replay and analysis.
6.1.7 Analysis – Detailed acoustic analysis of a single channel time series, Fast Fourier Transform
(FFT) and Spectrogram (Spectral Waterfall)
6.1.8 Alert Control – Switching of detectors status (on / off) throughout deployment and within
specific zones
6.1.9 Condition Monitoring - control window for management of condition monitoring functions
within specific zones.
6.1.10 Profile Control – Allows different users to load a range of self-created profiles whilst operating
under a single user log in. Can be used for different analyses states or purely for personal
preferences.
6.1.11 System Manager – User and Engineering tool allowing inspection of remote machine states,
performance and error inspection.
6.2 User Level Access
Three levels of user access shall be provided, each with different levels of access privileges.
6.2.1 User – Regular day to day user of system – requires mainly access to alarms and tools for
inspection and prosecution. Should not be able to turn off operational elements but be able to
configure the user interface, turn on/off alerts within zones.
6.2.2 Administrator (Client) – BPCL’s administrator level account, able to modify system settings in
a recoverable manner. Observational interface to detector settings (used for regular system
exercise tests)
6.2.3 Engineer – Full systems access for setup purposes
6.3 Administrator & Engineer Software Elements
Administrator software elements can only be accessed through the Administrator user
account.
6.3.1 Recording Browser –Inspection of recorded data content prior to system replay should be
allowed - a quick way of ensuring desired data is being observed. Error checking of Recorded
data must be available. Recorded files must be easily available.
SCOPE OF WORK FOR PCMS KJPL
Page 46 of 72
6.3.2 Settings Viewer – Engineer’s tool for accessing system settings that are unavailable through
regular interface
6.3.3 Settings Comparator – Engineer’s tool for accessing system settings that are unavailable
through regular interface
6.3.4 Configuration – Engineer’s tool for saving and reloading past system configuration states.
6.3.5 Engineering Configuration– Engineer’s tool for setup of PCMS sub Unit.
6.4 Functional Specification
The following sections provide an overview of the delivered functionality.
6.4.1 System Control & Feedback
� The software shall automatically connect to the pre-programmed PCMS sub units and
maintain a system heartbeat visible on screen.
� The system shall visually alert the user if any system errors are observed within the
software.
� Detailed alert information should be able to be analyzed if prompted.
� Lower level warnings are logged but not displayed on screen.
� The system shall visually report the recording / live status of the system.
� The system shall visually and audibly report on the presence of any alerts within the
selected alert field.
� Users shall be able to select the waterfall and histogram either manually or automatically
from a geographic location on the map display.
� Users shall be able to select specific channel for detailed analysis either directly or from the
waterfall display.
� Users shall be able to control which alert types are to be reported and from within which
zone these should be active.
� Users shall be able to select a specific channel for audio output from the map display or
waterfall display.
6.4.2 Reporting Functionality
From the main Map display, the following report functionality shall be able to be accessed:
� Users shall be able to select a specific geographic region and time range to display the alert
history.
Parametric information on each alert is displayed.
� Users shall be able to display alerts with a range of different parameters and organize
alerts by any column parameter chosen
� Users shall be able to export historic alert data to a Microsoft Excel (.XLS) file
� From the chosen alert history (time / distance range), users shall be able to access the
historical waterfall data and decimated raw sensor data
� Users shall be able to zoom into waterfall to probe in more detail.
� Users shall be able to nudge waterfall time range in time in either direction.
� Users shall be able to export waterfall images to PNG/JPG file
� Users shall be able to export historic audio data to WAV file
SCOPE OF WORK FOR PCMS KJPL
Page 47 of 72
6.4.3 Map Display
The map display is a geographically based raster / vector information system which acts as the
common interface to the area that is being monitored relaying situational information to the
user. Ideally satellite imagery in JPG or TIFF format with the corresponding world files using
ESPG 4236 spatial resolution shall be used for the map display. This is the format required for
geo-referenced imagery. Other image formats and geo-referencing information are supported
and configured prior to delivery to customers. The satellite imagery provided in Clients and
Servers should not be older than the Purchase order date. The resolution of satellite imagery
should not be more than 2.0 m. Pipeline co-ordinates will be provided by BPCL. The graphic
display should at least show 20 Km of satellite imagery on both sides of pipeline.
All added vector information (e.g. sensor runs or perimeters) is maintained on separate layers
of the display that can be individually controlled i.e. added or removed. The map display is split
into two separate areas: the map display and the control tabs for auxiliary data & controls
The map display shall support the following functions:
� Navigate around the map display with pan, zoom, area zoom and grab functions.
� Measure distances and bearings directly from the map.
� Centre the display on any selected location or alert.
� Direct the display to any entered co-ordinates
� Direct the audio trace to any location(s) selected
� Centre and Highlight channel simultaneously in Map Display and Surveillance Waterfall.
� Acknowledge selected alerts (or all alerts) visible
� Select geographic or parametric range for production of alert database and waterfall
history (report generator)
� Create a custom alert report from a combination of range and time
� Select a point to display camera information for that location (if function is available)
� Creation of markers at any point on the display of a variety of types.
� Creation of custom path layers to display additional vector graphic data.
� Create zones for the application of user selected alert types.
� The following information is presented to the user on the map display:
� Alerts – colored, sized and annotated according to their status and classification
� Location of the selected audio channel(s)
� Location of a selected highlight sensor channel
� Absolute Geographic co-ordinates of cursor location
� Relative co-ordinates of cursor location
� Optical Distance to sensor channel nearest the current cursor location
� A warning of alerts on the map that are not visible at current zoom and pan settings
� Kilometer point of pointer location
� Markers of varying types.
The Status Tab displays the following information
� Recent history of alerts together with alert time, location, classification and type / sub type.
� Detailed information on any specific alert comprising Time, Channel, Optical Distance,
Coordinates, Classification, Type / Sub Type, nearest kilometer point
SCOPE OF WORK FOR PCMS KJPL
Page 48 of 72
The user may select an alert and chose to acknowledge the alert / all alerts, direct the map to
that location, listen to the channel and highlight the channel.
The user shall be able to control the following appearance specific items.
Co-ordinate format: Decimal Degrees, Degrees minutes seconds, Degrees Decimal Minutes.
Control which layers of map / imagery to show or additional layers such as markers or kilometer
points
� Superimpose, size or auto size a regular X-Y grid
� Display fibre layer, measurement nodes, fibre route, channel coverage and calibration
points
� Display and create path layer comprising additional vector information
� Display and manage zones for the application of alert types.
� Display marker layer and modify appearance
� Display Points layer and modify appearance (Pipeline applications only)
� Display the alert layer, force the map to snap to new alerts, display alert annotation, and
display audio location
� Edit fiber layer:
o Import, Add, Delete and edit Zones (that break up the fiber route into separately
manageable regions)
o Import, Add, Delete and Edit Nodes (that control the point to point routing of the
fiber)
o Import, Add, Delete, Enable and Edit Calibration Points (that control the relationship
between physical and optical distances and thus sensor channel count)
The user shall be able to display an index of symbols utilized within the map
6.4.4 Alert Control Window
In the Alert control window, the user shall be able to create regions between sensor channels
where alerts of different types are enabled or disabled. With this control, the sensing fiber can
be segmented into different regions and appropriate alert functions applied at each point – for
example in a pipeline scenario, the pipeline activity filter may be present at ALL locations, but
around block valve stations the personnel and activity filters are additionally enabled to detect
unauthorized tampering with the station.
In addition, users may manage each zone, controlling the behavior of zones over time,
appointing zones to be:
� Periodic
� Time Expiring
6.4.5 Condition Monitoring Window
The Condition Monitoring Window shall allow the administrator to:
Create zonally dependent alerts for the presence or disappearance of specific frequencies
Manage sets of condition monitoring alerts
SCOPE OF WORK FOR PCMS KJPL
Page 49 of 72
6.4.6 Alert List Window
The alert list window shall provide a more comprehensive overview, interaction, editing and
filtering of the alert data that is as provided in the Status Tab of the map display.
6.4.7 Waterfall and Histogram Surveillance Controls
The waterfall surveillance window shall provide the frontline in alert diagnostics delivering
comprehensive sensor data to the user across four different windows:
� Complete Sensor Histogram (individual sensor levels from entire fibre length)
� Complete Sensor Waterfall (intensity colour coded time series from entire fibre length)
� Zoom Sensor Histogram (selected sensor channels)
� Zoom Waterfall (corresponding time series)
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
� Enable the audio output to be recorded to a WAV file
SCOPE OF WORK FOR PCMS KJPL
Page 50 of 72
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
� Select a span of data and analyze using the analysis toolsets
SCOPE OF WORK FOR PCMS KJPL
Page 51 of 72
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 KJPL
Page 52 of 72
SECTION - 7
INSPECTION & TESTING
SCOPE OF WORK FOR PCMS KJPL
Page 53 of 72
7.0 INSPECTION AND TESTING
Inspection and Testing of PCMS system will be carried out for KJPL.
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 KJPL
Page 54 of 72
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 KJPL
Page 55 of 72
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 KJPL
Page 56 of 72
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 KJPL
Page 57 of 72
SECTION - 8
INSTALLATION & COMMISSIONING
SCOPE OF WORK FOR PCMS KJPL
Page 58 of 72
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 KJPL
Page 59 of 72
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 KJPL
Page 60 of 72
SECTION - 9
GENERAL REQUIREMENTS
SCOPE OF WORK FOR PCMS KJPL
Page 61 of 72
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 KJPL
Page 62 of 72
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 KJPL
Page 63 of 72
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 KJPL
Page 64 of 72
SECTION - 10
SYSTEM DRAWINGS
SCOPE OF WORK FOR PCMS KJPL
Page 65 of 72
10.0 SYSTEM DRAWINGS
10.1 KJPL PCMS proposed System Block Diagram
SCOPE OF WORK FOR PCMS KJPL
Page 66 of 72
10.2 KJPL : Fiber Route
SCOPE OF WORK FOR PCMS KJPL
Page 67 of 72
ANNEXURES
ANNEXURE A: - PCUR FORM
POWER CONSUMPTION & UPS REQUIREMENTS
SCOPE OF WORK FOR PCMS KJPL
Page 68 of 72
ANNEXURE A
POWER CONSUMPTION AND UPS REQUIREMENTS (PCUR) FORM - (AC LOAD AT
KJPL 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 KJPL
Page 69 of 72
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 KJPL
Page 70 of 72
ANNEXURE B: - VACR FORM
VENTILATION AND AIR CONDITIONING REQUIREMENTS
SCOPE OF WORK FOR PCMS KJPL
Page 71 of 72
ANNEXURE B
VENTILATION AND AIR CONDITIONING REQUIREMENTS (VACR) FORM - (KJPL 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 KJPL
Page 72 of 72
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 – 29550
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 – 29550
• 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 – 29550
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 – 29550
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 – 29550
SECTION- 7
TECHNICAL DEVIATION FORM
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
SECTION – 8
SPECIAL PURCHASE CONDITIONS FOR
INDIAN BIDDERS And NON-INDIAN BIDDERS
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
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 – 29550
SECTION 9
FORMAT FOR TAXES AND DUTIES
CRFQ 1000289354 E-Tender System ID – 29550
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
applicable vendor to specify Nil/NA
S No
Commercial conditions description Vendor's Action Vendor's response
Freight (as a percentage of Basic
Price)
Vendor to specify
SGST in %
Vendor to specify
CGST in %
Vendor to specify
IGST in %
Vendor to specify
UTGST in %
Vendor to specify
Invoicing / Billing Location
(State)
Vendor to specify
HSN Code
Vendor to specify
CRFQ 1000289354 E-Tender System ID – 29550
FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC FOR IMPORT SUPPLY (NON-INDIAN BIDDERS)
Vendor shall provide % rates against each item in response column. If any of the conditions are not
applicable vendor to specify Nil/NA
S No
Commercial conditions description Vendor's Action Vendor's response
FOB Charges (% on Ex-Works
price)
Vendor to specify
Ocean Freight Charges (% on Ex-
Works price)
(Please note the seaport of exit-
Mumbai.)
Vendor to specify
Port handling charges (%) Shall be suitably loaded as per Guidelines
Custom clearance charges (%) Shall be suitably loaded as per Guidelines
Inland transportation to site (%) Shall be suitably loaded as per Guidelines
Any other charges/Taxes/Customs
duties / GST (%)
Shall be suitably loaded as per Guidelines
CRFQ 1000289354 E-Tender System ID – 29550
FORMAT FOR PROVIDING FREIGHT TAXES, DUTIES ETC FOR INSTALLATION & COMMISSIONING, TRAINING AND AMC CHARGES
Vendor shall provide % rates against each item in response column. If any of the conditions are not
applicable vendor to specify Nil/NA
S No
Commercial conditions description Vendor's Action Vendor's response
SGST in %
Vendor to specify
CGST in %
Vendor to specify
IGST in %
Vendor to specify
UTGST in %
Vendor to specify
Invoicing / Billing Location
(State)
Vendor to specify
SAC Code
Vendor to specify
Note :
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 – 29550
SECTION – 10
GENERAL PURCHASE CONDITIONS (ATTACHED)
CRFQ 1000289354 E-Tender System ID – 29550
SECTION 11
COMMERCIAL DEVIATION FORM
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
SECTION 12
E-BIDDING INSTRUCTIONS
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
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
the snapshots of the errors being faced to:
Email - [email protected]
(OR) Contact the following helpdesk numbers: All India +91 79 40270573.
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
SECTION-13
FORMAT FOR BIDDER’S INFORMATION
CRFQ 1000289354 E-Tender System ID – 29550
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 – 29550
SECTION 14
PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT
(ATTACHED)
CRFQ 1000289354 E-Tender System ID – 29550
SCETION – 15
POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL (ATTACHED)