central procurement organization (mktg ... 9273.pdfcentral procurement organization (mktg) bharat...
TRANSCRIPT
CENTRAL PROCUREMENT ORGANIZATION (MKTG) BHARAT PETROLEUM CORPORATION LIMITED
‘A’ INSTALLATION, SEWREE FORT ROAD SEWREE (E), MUMBAI - 400 015
GLOBAL TENDER FOR supply and supervision of installation & commissioning of 56 sets of LPG
Tank Lorry unLoading Arms with ERC for Various BPCL LPG plants
CRFQ NO.: 1000247054
DUE ON: 4/7/16 AT 1500 HRS IST
Pre – bid meeting on 14/6/16 1100 hrs IST at Central Procurement Organisation (Mktg),Bharat Petroleum Corporation Ltd, A Installation, Sewree Fort Road, Sewree (East),Mumbai - 400 015.
GLOBAL TENDER FOR supply and supervision of installation & commissioning of 56 sets of LPG Tank Wagon Loading Arms with ERC for Various BPCL LPG plants
We are pleased to invite your most competitive offer for the captioned supply in complete accordance with the
tender documents attached herewith.
Bharat Petroleum Corporation Limited is a Fortune 500 Navratna PSU engaged in manufacturing and Marketing of
diverse range of Petroleum Products. BPCL (Bharat Petroleum Corporation Ltd) is a major Indian Government
owned (Public sector) Oil companies engaged in Petroleum sector downstream activities. It operates numerous POL
Terminals and LPG plants spread all across the country for receipt, storage, handling & dispatch of petroleum
products.
1. Materials are required to be supplied as specified in the tender document, specifications / Bill of quantities. The
details of specifications of materials required to be procured is enclosed along with this tender document.
Vendor is requested to submit their bids taking full notice of all the technical specifications, terms and
conditions, forms & attachments to this tender. Bids must be through e-tendering system only and must be filled
up by the authorized and competent authority of your firm.
2. BPCL intends to procure and install 56 sets of LPG Tank Lorry unLoading Arms with ERC for BPCL LPG
Plant . Total 56 sets( each set has one product arm and one vapour arm).
3. This is an e-tender. Please visit the website https://bpcleproc.in for participating in this tender and submitting
your Techno-commercial and Price bids online. The bid documents are to be submitted online thru e-proc portal
only. All the bids shall be opened online.
4. The e-tender is floated in Two Part Bid through E-Tender system, consisting of Bid Qualification Criteria
(BQC) , Technical plus Commercial and Price Bids , all floated together.
Part-I : BQC and Techno-Commercial Bid (other than Price Bid)
a) Instructions to Bidders
b) Bid-qualification Criteria
c) General Purchase Conditions with Format for Performance Bank
d) Special Purchase Conditions
e) Technical Specifications
f) Integrity Pact
g) Declaration
h) Form for filling particulars of bidder
i) Form for relationship with Directors
j) Form for Unpriced bid
Each page of bid documents meant for uploading by the bidder is to be duly signed & stamped before
uploading the same. Information pertaining to Particulars of Tenderers and Relationship with Directors and
unpriced bids shall have to be filled online.
Part II: Price Bid Price bid for Indian and Foreign vendors is enclosed with this tender document. Price bid shall have to be
submitted online in the appropriate form provided.
Foreign Bidders to quote in Euro or USD only for supply items & to quote for supervision of installation in
Indian Rupees(INR).
5. Bidders should bid for all the items in this tender and qualify in BQC, Technical & Commercial bids for all the
line items, in order that their price bid can be opened. Bid Qualification Criteria, Technical & Commercial
evaluation will be carried out before price bid opening. Only Price bids of those bidders, who qualify in the
BQC, Technical & Commercial bids, will be opened.
6. Offers would be evaluated & awarded on overall lowest landed price basis considering all the items.
Bidder has to quote for all the items in price bid. To facilitate evaluation & comparison, BPCL shall convert
all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only Euro/USD is permitted) in
which Bid price is payable, to Indian Rupees from reference rate archive rates as available in Reserve Bank of
India, website on the date of Price Bid opening. In case, exchange rate is not available alternative sources viz.
Economics Times etc. shall be considered for all the currencies
7. The Vendors shall be in a position to produce further information as and when required by BPCL. BPCL, at its
discretion reserves the right to verify information submitted and inspect the manufacturer facilities to confirm
their capabilities. The vendors should have required clearance from all statutory authorities as applicable.
8. The bidder should be able to manufacture & supply the entire size/type/quantity/location in the tender. Bidders
cannot bid for part items or part quantity.
9. Firstly the BQC and Technical cum commercial bids will be opened. The bids shall be initially scrutinized as
per tender requirements of BQC (Bid qualification criteria). Technical cum commercial requirements bids of
only those vendors who qualify the BQC will be processed further. Only the price bids of techno-commercially
qualified bidders will be opened and evaluated. After the price bid evaluations & recommendations &
approvals, contract/s will be placed by CPO (M) dept. of M/s BPCL. The placement of orders & further
activities pertaining to order/s fulfillment will be undertaken by BPCL’ s Engg & Projects materials team.
10. The bids submitted should be valid for four months from the due date of bid submission for our acceptance. A
bid valid for a shorter period shall be considered as non-responsive and rejected by the Owner.
Notwithstanding above, the Owner may solicit the Bidder consent to an extension of the period of bid validity.
The request and the responses thereto shall be made in writing.
11. Once the offer is accepted, it will remain firm till completion of contracts/orders.
12. Bids should be submitted positively by the due time & date as mentioned in this tender. The e-portal system
time, in Indian Standard time, will be the time to be considered.
13. We request the bidder to carefully go through all tender documents before submitting the offer. Please note that
any exceptions or deviations to the tender document is necessarily to be recorded in the deviation statement
attached only. Any exceptions/deviations brought out elsewhere in the bid shall not be considered.
14. The bidders may be invited for a presentation to BPCL during techno-commercial evaluation before price bid
opening.
15. The bidders to provide their bank details / PAN / Sales Tax /WCT Registration numbers/Service Tax
Registration No. / VAT registration No., as applicable for updating vendor master file. You are also requested
to keep us informed of any change in address / status of your business / contact details including email address
etc.
16. GOVERNING LAWS: The laws of Union of India shall govern all matters concerning the tender. Any issue
arising related to the tender or the selection process shall be adjudged by the courts in Mumbai, India .
17. BPCL alone reserves the right to accept or reject, any or all tenders received at its absolute discretion without
assigning any reason whatsoever.
18. A Pre-bid meeting is scheduled for 14/6/16 at 1100 hrs IST at the office of BPCL, Sewree, Mumbai. All
prospective bidders can participate in the same.
a) The purpose of the pre-bid meeting is to clarify any doubts of the BIDDER on the interpretation of the
provisions of tender.
b) Bidder(s) are requested to submit their queries, mentioning form name, clause no. & clause by a letter / e-
mail to our office as per schedule in order to have fruitful discussions during the meeting.
c) All the Bidder(s) are requested to attend the pre-bid meeting to be held at BPCL Office as per schedule.
19. QUERIES AND CLARIFICATIONS: Any query or clarification with regard to this tender may please be
referred to below address & phone nos. on any working day between 10:00 am to 4:00 pm before pre-bid
meeting date. PROCUREMENT LEADER GR3
Central Procurement Organisation (Mktg)
Bharat Petroleum Corporation Ltd,
A Installation, Sewree Fort Road, Sewree (East),
Mumbai - 400 015.
Fax: 91-22-24117878
PROCUREMENT LEADER : MR.MANIMARAND DASARAJ LANDLINE NO. : 022 24176408 /
MOBILE NO. 8220002889 E Mail : [email protected]
PROCUREMENT MANAGER : MRS. SRINIVAS SONIA LANDLINE NO. : 022 24176418 / MOBILE
NO. 9820067543 / E-MAIL : [email protected]
20. Earnest Money Deposit (EMD) ( also referred to as Bid Security): You shall be required to submit the Earnest
Money Deposit (EMD) of Rs. 100000/-( One lakh only) for Indian bidders & USD 1491 for foreign
bidders) , if applicable in physical form by the way of demand draft drawn on any Nationalised or scheduled
bank in favour of M/s Bharat Petroleum Corporation Ltd. and payable at Mumbai at our office in a sealed cover
addressed to Procurement Leader Gr 3, with following boldly super-scribed on the outer cover
CRFQ number
Item
Closing date/Time
Name of the tenderer
It should be dropped in the tender box or sent by Registered Post/Courier to the following address so as to reach
before the due date & time of the tender. BPCL will not be responsible for non-receipt of instrument(s) due to
postal delay/loss in transit etc. for any reason what-so-ever. Bid received without the EMD if applicable is liable
to be rejected. A photocopy of the instrument of EMD to be duly signed & stamped and uploaded against
relevant heading in tender.
Foreign bidders can wire transfer the EMD amount to BPCL before the due date and time. The details are as
under:
Beneficiary Name Bharat Petroleum Corporation Limited
Bank Name Standard Chartered Bank
Branch Address 90, M G Road, Fort, Mumbai-1
USD Account no 22205032520
Swift Code SCBLINBBXXX
BSR Code 6470036
a. The bid security is required to protect the Owner against the risk of Bidder’s conduct, which would warrant
the security forfeiture.
b. The bids without requisite EMD will not be considered and bids of such bidder Bidder(s) shall be rejected.
The bidders not submitting EMD by due time & date shall be rejected & their bids shall not be evaluated
further.
c. Even if a bidder is registered/enlisted with BPCL, EMD has to be submitted by them.
d. Firms registered with National Small Scale Industries Corporation (NSIC)/ MSE of India for the item in
tender are exempted from submission of Bid Security. Vendor has to upload the necessary documents as
mentioned above to claim exemption for Earnest Money Deposit.
e. Bidders are advised to instruct their banks not to post EMD directly to Owner as the same has to be
submitted to us before e-bid submission due time & date.
f. The bid security may be forfeited:
i) If a Bidder withdraws/alters his bid during the period of bid validity or
ii) In the case of a successful Bidder, if the Bidder fails or refuses to accept the contract/Purchase
Order in accordance with agreed terms and conditions or
iii) if a Bidder changes the proposed manufacturer after submission of Bid.
g. Unsuccessful Bidders bid security without any interest will be discharged/ returned as promptly as
possible, but not later than 60 days after the expiry of the period of bid validity prescribed by the Owner.
h. The successful Bidder’s bid security if any, without any interest will be discharged, upon the Bidder
accepting the contract.
21. The bidder shall bear all costs associated with the preparation and submission of the bid and BPCL will in no
case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.
22. BPCL is not responsible for any delays from bidder end.
23. BPCL reserves the right to make any changes in terms and conditions of tender before due date of bid
submission and to reject any or all bids received incomplete. BPCL reserves the right to change the quantity
tendered.
24. By submitting the bid, the bidder undertakes as under:
a.I/we hereby undertake that the statements made herein/information given in the bids through e-tendering
system/annexures/forms/uploaded documents referred are true in all respects and that in the event of any
such statement or information being found to be incorrect in any particular, the same may be construed to
be a misrepresentation entitling BPCL to avoid any resultant contract.
b.I/we further undertake as and when called upon by BPCL to produce, for its inspection, original(s) of the
document(s) of which copies have been annexed hereto.
25. BPCL reserves their right to negotiate the quoted prices with lowest bidder.
26. The list of approved Third Party inspection agencies (TPIA) are LRIS / DNV/ IRS/ EIL/ BV/UL INDIA PVT
LTD
27. Vendors would be qualified based on data and documents provided by them and based on information available
with BPCL with regard to their credentials. Owner decision on any matter regarding short listing of vendors
shall be final and any bidder shall not enter into any correspondence with owner unless asked for.
28. The vendors who are on holiday list by BPCL,MOPNG, Oil Public Sector Undertaking (PSU) will not be
considered.
29. Tenderers shall also have to essentially sign an Integrity Pact (IP), for participating in this tender. The salient
points to be noted in regard to IP are :
a) Proforma of Integrity Pact shall be uploaded by the Tenderer along with the bid documents duly signed by
the same signatory who is authorized to sign the bid documents. All the pages of the Integrity Pact shall be
duly signed. Tenderer’s failure to upload the IP duly signed along with the bid document shall result in the
bid not being considered for further evaluation.
b) If the tenderer has been disqualified from the tender process prior to the award of the contract in
accordance with the provisions of the Integrity Pact, BPCL shall be entitled to demand and recover from
Tenderer Price reduction amount by forfeiting the EMD/Performance Guarantee as per provisions of the
Integrity Pact.
c) If the contract has been terminated according to the provisions of the Integrity Pact, or if BPCL is entitled
to terminate the contract according to the provisions of the Integrity pact, BPCL shall be entitled to demand
and recover from contractor, Price reduction amount by forfeiting the Performance Guarantee amount as
per provisions of the Integrity Pact.
d) Tenderers may raise disputes/complaints, if any, with the nominated Independent External Monitor.
30. All the tender documents and Annexures, Techno-commercial details and Price Bids shall be required to be
digitally signed with a class IIB or above digital signature by the authorized signatory. The authorized signatory
shall be:
i. Proprietor in case of proprietary concern.
ii. Authorized partner in case of partnership firm.
iii. Director, in case of a limited Company, duly authorized by its board of directors to sign.
If for any reason, the proprietor or the authorized partner or director as the case may be, are unable to
digitally sign the document, the said document should be digitally signed by the constituted attorney having
full authority to sign the tender document
31. Online submission of the tender shall be considered as token of having read, understood and totally accepted all
the terms and conditions.
32. The bidder is expected to examine all instructions, forms, attachments, terms and specifications in the tender
document. The entire tender document together with all its attachments thereto, shall be considered to be read,
understood and accepted by the bidder, unless deviations are specifically stated seriatim by the bidder. Failure
to furnish all information required in the tender document or submission of a bid not substantially responsive to
the tender documents in every respect will be at bidder risk and may result in the rejection of his bid. The bidder
scope of supplies as specified in the material requisition shall be in strict compliance with the scope detailed
therein and in the bid document.
33. Bidders in their own interest shall ensure that they submit their e-bid, complete in all respects, well within the
specified bid due date and time. No relaxation shall be given for delay due to any unforeseen event in
submission of bid.
34. At any time prior to the bid due date, we may, for any reason, whether at its own initiative or in response to a
clarification requested by a prospective Bidder, modify the Bid Document. The amendment will be notified
through e tender portal to all prospective Bidders and will be binding on them. In order to afford prospective
Bidder, reasonable time in which to take the amendment into account in preparing their bids, we may, at our
discretion, extend the bid due date.
35. The bid prepared by the Bidder and all correspondence/ drawings and documents relating to the bid exchanged
by Bidder and the Owner shall be written in ENGLISH language, provided that any printed literature furnished
by the Bidder may be written in another language so long as accompanied by an ENGLISH translation, in
which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern.
36. Declaration with the bid qualification criteria that bidder has not been banned or delisted by any Government or
quasi Government agencies or Public Sector Undertaking (PSU) as per declaration format (provided as
attachment under declaration format) of the tender document should be downloaded & then suitably filled,
signed, stamped & uploaded against relevant heading.
37. Bidders are advised to submit bids based strictly on the terms & conditions and specifications contained in the
tender document and not to stipulate any deviations. Each Bidder shall submit only one bid. A Bidder who
submits more than one bid will be rejected.
38. The Owner may, at its discretion, extend the bid due date, in which case all rights and obligations of the Owner
and the Bidders, previously subject to the bid due date, shall thereafter be subject to the new bid due date as
extended.
39. Telex/Telefax/ E-mail/postal offers will not be considered and shall be rejected.
40. No bid shall be modified subsequent to the due date & time or extension, if any, for submission of bids.
Bidder(s) to note that Price changes after submission of bid shall not be allowed. In case any bidder gives
revised prices/price implication, his bid shall be rejected. No bid shall be allowed to be withdrawn in the
interval between the deadline for submission of bids and the expiration of the period of bid validity specified by
the Bidder. Withdrawal of a bid during this interval shall result in the forfeiture of Bidder s EMD. No suo-moto
reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally
reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be
rejected. Such reduction shall not be considered for evaluation of prices but shall be binding on the bidder in
case he happens to be a successful bidder for award of work.
41. Bids that do not meet the Bid qualification criteria as specified in the bid document shall be rejected.A bid with
incomplete scope of work and/or which does not meet the technical requirements as specified in the bid
document, shall be considered as non-responsive and rejected. Conditional bids will be liable for rejection.
42. The Owner will examine the bids to determine whether they are complete, whether any computational errors
have been made, whether the documents have been properly signed and whether the bids are generally in order.
43. The experience details and financial & technical capabilities of theBidder(s) shall be examined to determine
whether the Bidder(s) offer meets the Bid Qualification criteria mentioned. To assist in the examination,
evaluation and comparison of Un-priced bids, the Owner may, at its discretion, ask the Bidder clarifications on
the bid. The request for such clarifications and the response thereto shall be in writing. Prior to the evaluation
and comparison of the bid, the Owner will determine the substantial responsiveness of each bid to the bidding
documents.
44. Prior to the expiration of period of bid validity, the Owner will notify the successful Bidder in writing or by e-
mail, that his bid has been accepted. The Notification of Award will constitute the formation of the Contract.
Delivery Period shall be counted from the date of notification of award (Letter/Fax/e-mail of Intent).
45. Any efforts by a Bidder to influence the Owner/ in the Owner bid evaluation, bid comparison or contract award
decisions may result in the rejection of their bid.
46. VERIFICATION BY OWNER: All statements submitted by Bidder regarding experience, manpower
availability, equipment and machinery availability etc., are subject to verification by the Owner either before
placement of order or after placement of order. If any data submitted by the Bidder at the bid stage is found to
be incorrect, the offer is liable to be rejected or the Contract/order is liable to be terminated.
47. The relevant WCT /TDS if & as applicable will be deducted from the charges quoted by the successful bidder .
48. It is for the Bidder to assess and ascertain the rate of excise duty, education Cess and sales tax/VAT applicable
on quoted items. It is clearly understood that Owner will not have any additional liability towards payment of
Excise Duty, Education Cess and Sales Tax/VAT which is based on Bidder s wrong assessment / interpretation
of applicability of such Excise Duty and/or education cess and / or Sales Tax/VAT. For Services such as
installation, commissioning activities, bidder’s quoted prices shall be inclusive of Works Contract (WCT) as
applicable till complete execution of the Order/ Contract and Owner shall not have any liability, whatsoever on
this account. Variation, for any reason including statutory levies will be to vendor’s account. Bidder shall quote
rate of Service Tax on the quoted charges. Bidder shall also ensure that the invoice(s) shows the service tax
component separately and is issued in accordance with Service Tax Rules. Octroi/Entry tax, if any, in India
shall be directly paid by the vendor, if applicable, which shall be reimbursed by Owner at actuals on submission
of documentary proof. BPCL shall not be liable, in case the tax authorities assess the tax elements in a different
way on account of any reason, whatsoever. Taxes and duties other than those specified in this document, if any,
shall be included in the quoted prices and no reimbursement shall be made by BPCL.
Owner s liability with respect to taxes and duties will be restricted to the following only:
Excise duty, education cess on excise duty and sales tax/VAT as quoted by the bidder.
Any new or additional taxes or duties levied by statutory authorities during contract shall be borne by the
bidder.
49. ISSUE OF CONTRACT/ PURCHASE ORDER: After the successful Bidder has been notified that his bid has
been accepted, the Owner will send to such Bidder a detailed contract/Purchase Order/s incorporating all the
terms and conditions agreed between the parties. Within 7 days of receipt of the detailed contract/ Purchase
Order, the Bidder shall sign and return to the Owner the duplicate copy of the contract/order as a token of their
Acknowledgement. The contract will be issued by CPO(M) dept. & call-off orders/purchase orders by E&P
dept of BPCL
50. Grievance Redressal Mechanism: Bharat Petroleum Corporation Limited (BPCL) has developed the Grievance
Redressal Mechanism to deal with references/ grievances, if any, that is received from bidders who participated
/ intends to participate in the Corporation tender. The details of the same are available on our website
www.bharatpetroleum.in
51. It shall be understood that every endeavor has been made to avoid errors which can materially affect the basis of
the tender and the successful vendor shall take upon himself and provide for risk of any error which may
subsequently be discovered and shall make no subsequent claim on account thereof.
52. To facilitate evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only Euro/USD is permitted) in which Bid price is payable, to Indian Rupees from reference rate archive rates as available in Reserve Bank of India, website on the date of Price Bid opening. In case, exchange rate is not available alternative sources viz. Economics Times etc. shall be considered for all the currencies.
INSTRUCTIONS FOR E- TENDER PARTICIPATION
1. Interested parties may download the tender from BPCL website (http://www.bharatpetroleum.in) or the CPP portal (http://eprocure.gov.in) or from the e-tendering website (https://bpcleproc.in) and participate in the tender as per the instructions given
therein, on or before the due date of the tender. The tender available on the BPCL website and the CPP portal can be downloaded for reading purpose only. For participation in the tender, please fill up the tender online on the e-tender system available on
https://bpcleproc.in.
2.For registration on the e-tender site https://bpcleproc.in, you can be guided by the “Instructions to Vendors” available under the
download section of the homepage of the website. As the first step, bidder shall have to click the “Register” link and fill in the
requisite information in the “Bidder Registration Form”. Kindly remember your e-mail id (which will also act as the login ID) and the password entered therein. Once you complete this process correctly, you shall get a system generated mail. Login in to the portal using
your credentials. When you log in for the first time, system will ask you to add your Digital Signature. Once you have added the
Digital Signature, please inform us by mail to the vendor administrator [email protected] with a copy to [email protected] for approval. Once approved, bidders can login in to the system as and when required.
3.As a pre-requisite for participation in the tender, vendors are required to obtain a valid Digital Certificate of Class IIB and above (having both signing and encryption certificates) as per Indian IT Act from the licensed Certifying Authorities operating under the
Root Certifying Authority of India (RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the digital certificate
shall be borne by the vendor.
In case any vendor so desires, he may contact our e-procurement service provider M/s. E-Procurement Technologies Ltd., Ahmedabad
(Contact no. Tel: +91 79 4001 6868 for obtaining the digital signature certificate.
4. Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any corrigendum/amendment is issued
after the submission of the bid, then such vendors who have submitted their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be assumed that the information contained therein has been taken into
account by the vendor. They have the choice of making changes in their bid before the due date and time.
5.Price bid of only those vendors shall be opened whose Techno-Commercial bid is found to be acceptable to us. The schedule for
opening the price bid shall be advised separately.
6. Directions for submitting online offers, electronically, against e-procurement tenders directly through internet:
(i)Vendors are advised to log on to the website (https://bpcleproc.in) and arrange to register themselves at the earliest, if not done earlier.
(ii)The system time (IST) that will be displayed on e-Procurement web page shall be the time considered for determining
the expiry of due date and time of the tender and no other time shall be taken into cognizance.
(iii)Vendors are advised in their own interest to ensure that their bids are submitted in e-Procurement system well before
the closing date and time of bid. If the vendor intends to change/revise the bid already submitted, they shall have to
withdraw their bid already submitted, change / revise the bid and submit once again. In case vendor is not able to
complete the submission of the changed/revised bid within due date & time, the system would consider it as no bid
has been received from the vendor against the tender and consequently the vendor will be out of contention. The
process of change / revise may do so any number of times till the due date and time of submission deadline. However, no bid can be modified after the deadline for submission of bids.
(iv)Once the entire process of submission of online bid is complete, they will get an auto mail from the system stating you
have successfully submitted your bid in the following tender with tender details.
(v)Bids / Offers shall not be permitted in e-procurement system after the due date / time of tender. Hence, no bid can be
submitted after the due date and time of submission has elapsed.
(vi)No manual bids/offers along with electronic bids/offers shall be permitted.
7.For tenders whose estimated procurement value is more than Rs. 10 lakhs, vendors can see the rates quoted by all the participating
bidders once the price bids are opened. For this purpose, vendors shall have to log in to the portal under their user ID and password,
click on the “dash board” link against that tender and choose the “Results” tab.\
8.No responsibility will be taken by BPCL and/or the e-procurement service provider for any delay due to connectivity and
availability of website. They shall not have any liability to vendors for any interruption or delay in access to the site irrespective of the cause. It is advisable that vendors who are not well conversant with e-tendering procedures, start filling up the tenders much before the
due date /time so that there is sufficient time available with him/her to acquaint with all the steps and seek help if they so require. Even
for those who are conversant with this type of e-tendering, it is suggested to complete all the activities ahead of time. It should be noted that the individual bid becomes viewable only after the opening of the bid on/after the due date and time. Please be reassured
that your bid will be viewable only to you andnobody else till the due date/ time of the tender opening. The non availability of viewing
before due date and time is true for e-tendering service provider as well as BPCL officials.
9.BPCL and/or the e-procurement service provider shall not be responsible for any direct or indirect loss or damages and or
consequential damages, arising out of the bidding process including but not limited to systems problems, inability to use the system, loss of electronic information etc
In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies / personnel: For system related issues :
M/s. E-Procurement Technologies Ltd at contact no. Tel: +91 79 40016868 followed with an e-mail to id [email protected].
Tender issues: Procurement Leader/Manager of M/s. BPCL at contact no.022 24176408/24176418 with a e-mail to Id [email protected]
Thanking you.
Yours faithfully,
for Bharat Petroleum Corporation Ltd.
D Manimaran
Procurement Leader,Gr3
Special Purchase Conditions
1. The successful tenderer on placement of Purchase Order, shall have to provide to the Company, a Demand
Draft against the Security Deposit, for an amount equivalent to the EMD amount. The tenderer shall have the
option to adjust the earnest money towards security deposit if he so desires. The security deposit will be
retained till the successful commissioning of the materials. No interest will be payable on security deposit.
2. The successful Bidder is responsible for delivery of the material to the BPCL sites, and supervision of Erection
&commissioning at BPCL sites.
3. In case of any conflict between terms & conditions, then those mentioned in ITB, SPC & technical
specifications shall prevail. No Counter conditions to any of BPCL terms & conditions will be accepted.
4. EVALUATION METHODOLOGY AND AWARD OF JOB:
Order award / Evaluation criteria : Will be on overall lowest landed cost basis considering all the line items. Bidders
are to mandatorily bid for all the items. Bidder has to quote for all items for us to consider them.
Bidders shall quote the prices as in the price bid. No other charges, except for octroi/entry tax in India if applicable,
other than those quoted by bidder in the price bid will be payable. Vat set off and CST against C form as applicable
will be considered.
To facilitate evaluation & comparison, BPCL shall convert all Bid prices of foreign Bidder expressed in the amounts in various currencies ( only Euro/USD is permitted) in which Bid price is payable, to Indian Rupees from reference rate archive rates as available in Reserve Bank of India, website on the date of Price Bid opening. In case, exchange rate is not available alternative sources viz. Economics Times etc. shall be considered for all the currencies.
5.PAYMENT TERMS:
For all Bidders:
Supply Part:
100% of the supply part on the 30th day from receipt of material at site and submission of PBG for 10% of total
basic value (supply part). Indian vendor by NEFT & foreign vendor by TT.
Supervision of installation & commissioning:
100% payment after completion of Installation and Commissioning
For foreign bidders- Supervision of installation & commissioning 100% INR payment after completion of
Installation and Commissioning to the Indian agent appointed by them.
BHARAT PETROLEUM CORPORATION LIMITED
SCOPE OF WORK & TECHNICAL SPECIFICATIONS
1.0 BRIEF SCOPE OF WORK: The scope of work covers (but not limited to) the design, engineering, fabrication, inspection at manufacturers/assemblers works, testing, supply to site, supervision of erection/commissioning and providing performance guarantee of Liquid & Vapor Arm with suitable ACME coupling to connect directly with lorry ACME adaptor for end connection. ERC / BAC (Emergency Release Coupling / Breakaway Coupling) shall be integral part of all such arms.
It is not the intent of this specification to completely specify all the details of design and construction. Nevertheless, the equipment to be supplied by the vendor shall conform to the high standards of engineering, design and workmanship in all respects. Design and sizing of all components of the LPG loading/unloading arms should be approved by one of the third party inspection (TPI) agencies given in tender. The materials and specifications mentioned in the tender document are minimum required and if the design warrants a superior quality/higher sizing of materials, the same should be included in the scope of this supply.
2.0 DOCUMENTS INCLUDED IN THIS SPECIFICATION: The following are the
documents included in this specification: 2.1 Data sheets of unloading/ loading arm.
2.2 Note: Deviations in requirements / specifications are not expected. However, if the
tenderer have any deviations, they shall clearly/specify any deviation from enquiry
documents, codes, drawings, etc. In absence of such deviations, it shall be
assumed that their offer complies with all requirements and this assumption shall
be strictly binding on tenderer.
All deviations are subject to BPCL’s approval. All technical/commercial deviations should necessarily be raised before or during pre-bid meeting. If any bidder submit deviations along with their bid, then BPCL reserves the right to accept/reject such deviations and the bid of the tenderer.
3.0 Tentative connection details with the plant pipeline have been given in ANNEXURE-A. Successful tenderer must visit the locations to ascertain the actual connection size at the plant end before manufacturing the loading arms.
4.0 On single stand post or single mounting plate, two arms one for liquid and one for vapour should be mounted with acme coupling suitable to lorry side acme adaptor of 2” and 1.5” size for liquid and vapour respectively. ERC/BAC, 2” shut off valve, swivel joints, earthling / bonding system etc. Each Arm should be fitted with Emergency Release Coupler ERC/BAC. The ERC/BAC should not have any shearing parts having falling metal objects during
operation
During
BHARAT PETROLEUM CORPORATION LIMITED
Activation /breaking /releasing/separation it should not impart force in excess of what is prescribed either at the tanker manifold nozzles ends or at TLD pipeline manifold ends which can cause any unsafe condition.
4.1 The ERC/BAC should be activated when the arm moves inadvertently in attached
condition along with the tank lorry. Design of ERC/BAC should be such as to create a maximum torque within the range of 250 - 300 NM at the EFCV (Excess flow check valve) / IEFCV (Internal Excess Flow Check Valve) of the tank lorry during relative motion beyond which the coupling shall operate disconnecting the tank lorry from main manifold in the gantry.
4.2 The torque refers to the torque created by the force acting perpendicularly on the length of the unloading arm (moment arm) at the EFCV / IEFCV of the Tank Lorry. Torque range shall be 250 - 300 NM at the EFCV/IEFCV. In other words, the shear force required to operate the breakaway coupling shall not cause a rotational torque less than 250 NM and more than 300 NM at the EFCV/IEFCV.
4.3 After activation of break-away coupling, flexible portion of arm must rise
automatically to avoid fouling with the rear wheel of tank lorry.
4.4 The actuation mechanism for the ERC /BAC shall be based on shear force. Shear Pin design ERC/BAC shall be acceptable. The actuation mechanism for the ERC/BAC could also be based on reference to the threshold shear force acting against the pre-calibrated circlip springs holding the BAC assembly together. No ERC/BAC design with cable & cam type actuation dependent on position shall be considered for reasons of accuracy and reliable operation.
4.5 In Case Shear Pin type design is offered, 10 sets of shear pins per arm will be supplied at no extra cost. Any other consumable like O-rings/gaskets which require replacement at the time of replacement of Shear Pin shall also be supplied at no extra cost.
4.6 Detailed refitting Methodology for Emergency Release Coupling shall be provided
5.0 Supply and supervision of erection of accessories connected with bottom unloading/loading arms, like earthing strips, bonding arrangement, foundation bolt for stand post/mounting plate etc.
6.0 The Loading/Unloading Arm (Liquid & Vapour) connected to the LPG Tank Truck should have cold flaring arrangement. This is to avoid splashing leakage of LPG while disconnecting the arm from tank lorry. The flaring arrangement should include:
½” sch. 160 seamless pipes, ½” steel braided hose of minimum 3000 # rating and
½” threaded end SS fire safe ball valve. Venting line should be of rigid pipeline and across the swivel joint ½” steel braided hose of minimum 3000# should be used.
8.0 SCOPE OF SUPPLY: Vendor scope of supply shall include complete
loading/unloading arm. Quantity of loading/unloading arm shall be as per SOQ (Schedule of Quantities).
The Major components of the Liquid and Vapour arm are:
i) Base Riser ii) Inboard arm (3” for both liquid and vapour arm) iii) Outboard arm iv) Connecting arm/pipe) Swivel joints vi) Vent/Drain connection with valve for both liquid and vapour arm vii) 2” Shut-off valve for Liquid line , 1.5” for vapour line . (Ball Valve size 2"
for Vapor Line is also acceptable. The specifications of the Ball valve shall be
as per Tender Specifications.) viii) Counter balance arrangement with proper protection cover ix) Supporting arrangement x) Parking/ locking arrangement. No protruding part of arm shall be seen outside
the island in parked and locked position.
xii) Emergency release couplings/safety breakaway couplings with automatic shutoff valves and automatic rise/folding option (after activation) to avoid collusion with rear wheels.
In Case Shear Pin type design is offered 10 sets of shear pin will be supplied at no extra cost. Any other consumable like o rings /gaskets which require replacement at the time of replacement of Shear Pin shall also be supplied at no extra cost.
xiii) Suitable ACME coupling to connect directly with lorry acme adaptor.
9.0 SPARES FOR 2 YEARS NORMAL OPERATION: Tenderer shall quote for
Recommended spare parts for two years trouble free operation as given in the Price Bid. List of minimum spares required is indicated in ANNEXURE-B. However, if any tenderer feels that additional spares are required as per OEMs recommendation for two years trouble free maintenance, then they shall supply same along with the equipment and include the cost of such spares in their bid. The same is applicable to erection/commissioning/testing spares also. Spares required during training, field acceptance testing activities also form part of commissioning spares and are deemed to have been included in the respective items of supply of loading arms. In Case Shear Pin type Design is offered 10 sets of shear pin per arm will be supplied at no extra cost. Any other consumable like O rings /gaskets which require replacement at the time of replacement of Shear Pin shall also be supplied at no extra cost.
10.0 TECHNICAL REQUIREMENTS: 10.1 CODES & STANDARD: The material of construction of the pipes, flanges,
valves, joints etc. shall be in accordance with relevant ASTM standards. The design and fabrication shall be as per latest edition of ANSI B 31.3 Petroleum Refining Standards. The specification of the pipes & flanges (ANSI 300#) shall be in accordance with relevant ANSI, API standards & codes. Wherever international standards and codes are not available, vendor may follow his own proven standards and practices.
10.2 GENERAL REQUIREMENT: Bottom Loading/Unloading Arm shall essentially
consist of outboard arm, inboard arm, connecting pipe, swivel joints, drain and vent connection, shutoff valve, counter balancing arrangement, supporting arrangement, locking/parking arrangement, emergency release coupling / safety breakaway coupling and ACME coupling. The Loading Arms should be suitable for LPG liquid flow of 60 Cum/Hr - for 3” (80 mm) NB & 40 Cum/Hr - for 2” (50 mm) NB.
The loading arms shall be designed for the following conditions:
Design temperature: -25 Deg. C to +65 Deg. C. Design Pressure : 28 Kg /Sq.Cm, Test Pressure : 35 kg/Sq.Cm.
10.3 ARM & PIPE: The arms shall be seamless pipes suitable for LPG conforming to ASTM A 106 Gr. B and flanges, valves, joints etc. shall be in accordance with relevant ASTM standards & codes. The specification of the pipes and flanges shall be in accordance with relevant ANSI standards & codes. The pipe thickness shall be adequate for the specified design pressure and the bending and torsional stresses encountered in the loading operations. Size of liquid & Vapour Inboard arm is 3” and tanker end connection of 2” for liquid and 1.5” for vapour. Connecting pipe/nozzle shall be provided with male/female connector of ACME Threads . A shutoff valve shall be provided in the connecting pipe or outboard arm to minimize product leakage at the time of disconnection. The shutoff valve should be a ball valve of Fire safe type design with full bore and should be accompanied by a type test certificate. The arm shall be balanced throughout its working range with adjustable balancing arrangement.
Specifications for Seamless Pipes
Material- Carbon Steel Std – ASTM A 106 Gr B
Mfg Process- Seamless Wall Thickness- Size: 15-20 NB - Sch 160
Size: 25-50 NB- Sch 80 Size: 65NB & Above- STD Sch
Specifications for Seamless Pipe Fittings (Elbows, Tees, Reducers) Material- Carbon Steel Std- ASTM A 234 WPB
Mfg Process- Seamless
Wall Thickness- Size 15NB- 40NB (Socket Welded 3000#) Size 50NB & Above- Sch 80
Specifications for Flanges
Material- Carbon Steel Std- ASTM A 105 Drilling- ANSI B16.5
Mfg Process- Forged
Pressure Rating- Size 15NB- 40NB (Socket Welded 300#) Size 50NB & Above- (Weld Neck 300#)
(SORF Flanges not acceptable)
Specifications for Ball Valves Type- Full Bore Ball Valve Design Std – API 6D
Body- ASTM A 216 WCB/ ASTM A 105 Ball – 13% Cr Steel /SS304/SS316
Stem – 13% Cr Steel ( No Casting with Anti Blow out design) Trim- 13% Cr Steel /SS304/SS316 Packing & Seat – RPTFE / Grafoil
Studs, Bolts / Nuts – ASTM A 193 B7 / ASTM A 194 2H Fire Safe- API 607 / API 6FA
API 6D Monogram- Required Pressure Rating- 300#
Operation- Manual (Lever Operated, Quarter Turn, with Open / Close Position Indicator
10.4 SWIVEL JOINTS: The swivel joints shall be designed to make the arm maneuverable with the effort of a single person and MOC of same shall be min. A 105. The swivel joint should be of split flange type design with ease of maintenance. The joints shall have chrome carbon steel balls/high carbon steel balls/SS balls as per design in minimum 2 rows fixed in suitably hardened steel guide ways. The seal materials shall be filled PTFE with anti-extrusion rings of Inconel-X 750 / SS316 energizer spring or better/equivalent seal. The materials should be corrosion resistance to mercapton sulphur which is present in LPG and shall be compatible for LPG application.
The swivel joints shall be long lasting lubricated type. If any alternative lubrication is offered, vendor shall substantiate its superiority with respect to the long lasting lubricated type.
The arrangement of swivel joint shall preferably allow changing of seal without complete dismantling. The swivel joints shall have corrosion-proof sealing surfaces, preferably of stainless steel. Seals shall prevent ingress of moisture and particulates. They shall have leak detection port to enable monitoring of primary seal for possible leakage. They shall also have a positive back-up seal / radial O-ring to protect ball races against harsh operating conditions. The swivel joints shall be split-flange type. The LPG unloading / loading arm shall have a leak detection port which will give an early warning of failure of primary seal of the swivel joint. It shall have a provision to plug and continue the operation of the arms with secondary seal in working condition. This feature shall be clearly shown in the the GA drawings and submitted along with the technical bid. The functionality of the leak detection port as mentioned above shall also be demonstrated to the TPIA during inspection.
The strength of the swivel joint shall be based on the combination of the internal design pressure for swivels and the maximum design equivalent load as per ASME B31.3 which takes into account combination of external axial, bending moment and radial loads.
Swivel joint design shall be such that non-destructive examination (NDE) of the hardened thickness of ball races is possible. Pressure losses for the entire arm assembly shall preferably not exceed 0.5 bar at maximum flow rate.
Number of swivel joints (minimum 5) provided in each loading arm should result in adequate degrees of freedom/rotation to ensure the following:
a. Cross connection of liquid/vapour lines/phases of the tank lorry without
additional pipe. b. Strain free normal locking / bolting of quick coupler and clamping collar of
breakaway coupler. c. Tank lorry connection of loading arm should be such that interference with
vehicle bumper is avoided.
The terminal swivel assembly shall be designed to keep the coupling device horizontal and equipped with a manual handle. Balancing unit shall be adapted when necessary to maintain this condition.
EMERGENCY RELEASE COUPLING/SAFETY BREAKAWAY COUPLING:
Each loading arm shall be provided one emergency release coupling /safety
breakaway coupler with self-closing valves on both the sections. It should be of
instantaneous shut down type to be installed either on the terminal sleeve or on
outboard arm downstream of the shutoff valve. The breakaway couplers shall be of
SS 316 L constructions, seals of Viton, PTFE type, working pressure of 25 bar.g.
and working temperature - 46 deg. C to + 100 deg.C. and shall be suitable for re-
assembly in approximately less than 20 minutes. The emergency release coupling
should not impart any excess force either at the tanker end or pipeline manifold of
TLD Bay which may cause any unsafe condition. The breakaway coupling shall
have the feature for instant disconnection when tank truck moves away
accidentally. When disconnecting in normal operation/accidently no falling parts
should exist in the breakaway coupling. It should be of high flow rate/low pressure
drop and quick closing time, with minimum loss of media. The requirements are:
1. BAC/ERC shall not accidentally operate during normal operation 2. As and
when it operates in emergency, there shall not be any falling metalic parts which
could cause generation of spark.
10.5 In case of Emergency Release both the liquid and Vapour Arms should be
activated together. The two loading arms on Emergency release should not
entangle with each other. 10.6 ACME coupling : Suitable for direct connection with lorry side ACME adaptor
(male portion of ACME coupling)
The couplings shall be made of stainless steel and shall confirm to SS 316L grade ANSI 300 or better. Chemical/ mechanical certification must be submitted with every batch of product. Material must be corrosion resistant and suitable for LPG. Sealing material should be compatible for LPG-PTFE.
The coupling shall be capable of retro-fit to the Loading/ loading Arm provided at site, subject to balancing of arm.
The loading/ unloading arm and ACME coupling shall be integrated as a single system and counter balanced at site.
Portion of arm pipe from ERC/BAC to ACME coupling of 2” for liquid arm, 1.5” for vapour arm will be made of Stainless Steel. The ACME coupling alignment should be proper with the tank truck nozzle and easy to align with no leakage or spillage. The design and weight balancing of the arm shall be such as to facilitate ease of operation (connecting & disconnecting the arm) by the operator deployed on duty.
10.7 END CONNECTION: End connections for the Unloading/Loading Arms will be as follows: LPG LIQUID LINE LPG VAPOUR LINE
FIXED END 50/80mm NB WNRF 300# 50/80mm NB WNRF 300 #
to ANSI B 16.5 to ANSI B 16.5
MANOEUVERABLE 2” (50 mm NB)ACME 1.5” (40NB) ACME
END
Note: All flanges shall be a minimum of 300# rating and shall be weld neck raised serrated face type.
10.8 BALANCING ARRANGEMENT: The arms shall be counter balance by a spring
balancing device (no counter weights permitted) / composite spring type /Gas Strut//Helical Springs( Torsion spring type is not acceptable ).The balancing arrangement shall be such that the outboard arm along with the connecting pipe remains horizontal. Balancing mechanism should be operable by single operator with ease and enables fine adjustment with simple tools. Provision for adjusting the counter balance shall be provided. Each loading arm should have balancing systems for outboard arm and for connecting pipe (nozzle) to keep both of them horizontal. Balancing should be done considering all components of entire loading arm i.e. ERC/BAC, ACME coupling of size 2” for liquid line & 1.5” for vapour line , Ball Valves, and Swivel Joints etc.
10.9 SUPPORTING ARRANGEMENT: The arm shall be self-supporting type or
column mounted type with stand post/mounting plate. The supporting arrangement shall be such that there is complete flexibility in operation.
10.10 LOCKING ARRANGEMENT: Suitable locking arrangement shall be provided
for locking the arm in parked position. The locking arrangement can be manual or pneumatic.
10.11 GROUNDING ARRANGEMENT: Electrical grounding device shall be provided
so that the tank wagons/trucks are properly earthed and electrostatic charges are safely diverted to ground. The arm shall be equipped with earthing strips min. 70 mm2 cross-section area or as per relevant standard made of copper rubber lined or SST for by-passing all non-conductive junctions and shall guarantee 0.5 Ohms max. electrical resistance throughout the life of the arm.
10.12 LOADING/UNLOADING WORKING ENVELOPE: The length of
inboard/outboard arms and connecting pipes shall be such as to give adequate
flexibility in loading/unloading operations. The distance from the edge of the fixed
platform to the centerline of the tank truck is approximately 2.75-3.0 mtrs. The
width of tank lorry is 2.4m approximately. The size of the tank lorry bay being:
Width 5.5-6.0M, Length: 16.0M, the height of truck nozzle will be approximately
at 0.9m from FFL. The vendor should be responsible for collecting the actual site
data from the locations and design suitable length of loading arm at free of cost on
award of work as the dimensions given are indicative and not actual field data.
The following range of flexibility shall be provided as a minimum for every arm:
a) Longitudinal direction (Tanker positioned at centre of the bay): +/-1.0 b) Transverse direction (Tanker flange(s) and loading arm(s) on same axis):
+/-0.5 m c) Vertical direction (From tanker flange center line/top elevation): + /- 0.5 m
BHARAT PETROLEUM CORPORATION LIMITED
The loading arms shall be designed in such a manner that in all positions of the tank trucks, the liquid arm should be able to connect to the liquid nozzle on the truck. Similarly in all positions of the tank trucks, the Vapour loading arm should be able to connect to the vapor nozzle on the tank truck with or without crossover with liquid arm. The loading arm shall have sufficient working range to reach all the filling nozzles of the tank trucks.
11.0 INSPECTION & TESTING: Design and sizing of all components of the LPG loading arms should be approved by one of the Third party inspection (TPI) agencies given under. Vendor will bear the TPI charges. The materials and specifications mentioned in the tender document are minimum required and if the design warrants a superior quality / higher sizing of materials, the same should be included in the scope of this supply.
TPIA to cover the following: (TPI charges are inclusive in the quoted price. TPI charges will be paid by the vendor and vendor should quote accordingly. Vendor will arrange all facilities and instruments for getting the below mentioned inspection done by TPIA).
1. Visual and dimensional examination of all arms. All radiograph films to be handed over and 100% checking of radiographs of welds and certification according to ASME VIII & IX.
2. Witnessing hydrostatic test of all loading/unloading arms in situ (assembled/installed) at 35kg/sq.cm. for 30 minutes and rotation test of each swivel joint for five movements clock-wise and antic clock-wise should be done at working pressure and certificate thereof.
3. Review of manufacture’s data including raw material certificates, WPS/PQR and welder’s qualifications, NDE certificates (radiographic examination, liquid penetrant test and other etc.).
4. Witness functional test, balancing examination/mechanism with vertical and horizontal movement of the loading arm. Balancing of connecting pipe should also be checked. Review of manufacturer’s data book including raw materials certificates, WPS/PQR and welder’s qualifications, non-destructive examination qualifications of operators, painting certificate.
5. Functional test for Emergency Release Coupling/Safety Breakaway Coupling: All the individual ERC/BAC shall be tested functionally for emergency release. Nitrogen / inert media/water shall be used for functionality check at 15 kg/cm2. 100 % of ERC/BAC in the schedule of quantities shall be checked and certified by TPI. Operation of ERC/BAC with respect to working envelope / release envelope shall be recorded.
6. Rotational test of random sample of each size of swivel joint for 50000 cycles with continuous design pressure to be witnessed by TPI. This is a destructive test and the swivel should not be used for production.
7. BPCL, on its discretion may participate in witnessing ANY of the Tests as per the Scope of Inspection specified in the Tender specifications. However, the scope of inspection by TPIA shall be strictly as per the tender specifications.
BPCL/Authorized representative/Third party shall have access for stage wise & final inspection. This is in addition to manufacturer’s own inspection and quality assurance program. Vendor shall submit Quality Assurance (QA) procedures before commencement of fabrication. Approved QA procedures shall form the basis for equipment inspection.
All the weld joints shall be 100% radiographed. The inspection procedure shall include checking of major dimensions, NDT (radiography etc.) and verification of materials of construction (through mill test reports) of all components.
After assembly, the arm shall be subjected to tests as per manufacturer’s standard test procedure. This shall include the functional test of the swivels, the counter balance & hydrostatic test of complete arm assembly etc. If dismantling is required for improvement of performance after the tests, the above basis tests including hydrostatic test shall be re-done after reassembly. Surface cleaning & painting to be inspected by TPI agency in lots.
Any or all the tests, at BPCL’s option, shall be witnessed by third party inspection agency. Acceptance of shop tests shall not constitute waiver of requirements to meet the field performance under the specified operating conditions. NDE (Non Destructive Examination) will be applied to all swivel bearing surfaces without damage to the swivel body.
SWIVEL’s TEST: If proof test certificates (for swivels of the type and size proposed and having at least the same loading) are unavailable or unacceptable, the swivel shall be proof tested at the Vendor’s works. After assembly, at least one arm of each type shall
be erected at the supplier premises. This will allow for all inspection parties to check dimensions, balancing, operation and function of the complete assembly.
Approved third parties are: (1) Lloyds Register ( 2) Bureau Veritas (3) DNV (4)
EIL (5) IRS (6) UL India Pvt Ltd
12.0 OTHER REQUIREMENT:
12.1 ACME coupling suitable to match with acme adptor of size 2” for liquid line and
1.5” size for vapour line. 12.2 The swivel joints provided in the arms shall be interchangeable and provision
shall be provided for replacement of defective swivels. 12.3 The supplied unloading/ loading arm shall have sufficient strength and suitably
design to take heavy load at the time of connection / disconnection with tank Lorries without any damage to the Unloading/ loading Arm or to any other structure including TLD LPG manifold/tanker manifold.
BHARAT PETROLEUM CORPORATION LIMITED 12.4 Vendor shall be responsible for inspection and certification of all items. Charges,
if any shall be borne by the Vendor. Inspection shall include all items procured by the Vendor whether indigenous or imported including all Vendor items and shop fabrication items at Vendor’s / sub-Vendor’s works. However, for raw materials like structural, steel sections, beams, plates, and sheets etc Vendor shall furnish mill test certificates only. BPCL and/or their authorized representative reserve the right to visit the contractors, vendors, sub-Contractor’s shops for their own inspection/quality assurance/ quality control and expediting. Such inspection
by BPCL, however, in no way relieves the Vendor of his responsibilities and obligations. The inspection fee for statutory approval for Vendor’s supplies wherever required shall be borne by the Vendor. The Vendor shall take necessary approval and get the shop fabricated items inspected at their works. Wherever it is required for Vendor site work, this will be the responsibility of the Vendor and BPCL will extend necessary co-operation for this. The Vendor is responsible for carrying out all tests and checks envisaged in compliance with specifications and request third party inspection agency to be present when required so as to meet the provisions of the contract. The tests carried out in the presence of inspector do not relieve the Vendor from his responsibilities and guarantees and from any other contractual obligation. All inspection and tests shall be according to the methods indicated in the specifications / codes / fabrication drawings. After placement of order, the Vendor will have to develop a comprehensive Quality Assurance Plan which has to be approved by third party inspection agency. The cost of approval by third party agency shall be borne by vendors.
12.5 The design shall ensure maximum standardization and inter-changeability of components. The Unloading/ loading Arm shall be designed to permit easy inspection, maintenance and replacement of vital swivel and structural bearings components, without having to dismantle major sections of the Unloading/ loading arm. The Unloading/ loading Arm and Coupling to be designed in accordance with Code ASME B 31.3 latest edition. Welding qualification for all pressure welds in product carrying members shall comply with the requirements of Section IX of ASME Code or ASME B 31.3 whichever is applicable. Welding procedure shall be submitted to TPIA for approval. Pressure pipe welding & inspection to be carried out in accordance with ASME Code Section IX with 100% Radiography. Where Radiography is not possible or applicable, welds shall be 100% tested by non-destructive method, which shall be submitted to TPIA for approval. Swivels and product carrying parts of quick connect dry break coupling,
etc. shall be constructed of materials which does not cause galvanic action with the product pipe. The sealing ring material shall be suitable for the product and for exposure to ambient and design temperatures. Use of Aluminum for structural or product carrying components is prohibited. Swivels and pipes as sub-assemblies shall be hydrostatically tested in accordance with ANSI B 31.3. The unit shall be counter balanced in the empty condition along with ACME couplings & other accessories so as to ensure smooth movement of the arm
BHARAT PETROLEUM CORPORATION LIMITED without any jerks. The out board arm fitted with supplied ACME coupling and other accessories shall be self leveling ensuring that the leak free and perfect connection at all time i.e. when mating or breaking from the tank truck manifold flange. All the joints shall have ball races of hardened steel design to withstand the effect of combined radial and axial loads and bending moments without leakage. Drawing outlining operating capabilities along with operating sequence shall be furnished. All drawings shall clearly indicate all dimensions including arm dimensions, operating ranges etc.
12.6 Loading/ Unloading arm should be designed in such a way so that none of the arms should foul/hit the rear wheel/mudguard of tank truck before detachment of the ERC/BAC.
12.7 In no circumstances, ERC/BAC should be partially separated leading to leakage of
product from ERC/BAC.
13.0 PROTECTION AND PAINTING: All exposed carbon steel parts to be painted shall be thoroughly cleaned to remove of scale, rust, dirt and other foreign materials by sand/shot blasting/power tool cleaning as applicable. Minimum acceptable standard in case of power tool cleaning shall be SA 3 and in case of blast cleaning shall be SA 2 ½ as per Swedish standard SIS 055900 – 1967.
Primer and finish paints shall be of Polyurethane. Painting shall be one coat surface tolerant epoxy at 125 microns and two coats of finish paint acrylic aliphatic polyurethane at 30 micron per coat.
Non-ferrous materials, austenitic stainless steels, plastic or plastic coated materials, insulated surfaces of equipment and pre-painted items shall not be painted.
Stainless steel surfaces, both inside and outside, shall be pickled and passivated. Machined and bearing surfaces shall be protected with varnish or a thick coat of grease.
The final shades of paint (Golden Yellow as per RAL 1026) will be finalized during finalization of drawing before execution. Painting shall include providing color bands to identify LPG Vapor / Liquid arms.
14.0 PACKAGING AND IDENTIFICATION: All packaging shall be done in such a manner as to reduce the volume. The equipment shall be dismantled into major components suitable for shipment. All assemblies shall be properly match marked for site erection. Attachments, spare parts of the equipment and small items shall be packed separately in wooden cases/ suitable gunny packing. Each item shall be appropriately tagged with identification of main equipment, item denomination and reference number of the respective assembly drawing.
BHARAT PETROLEUM CORPORATION LIMITED
Detailed packing list in waterproof envelope shall be inserted in the package together with equipment.
Each equipment shall have an identification plate, PARMANENTLY FIXED, giving salient equipment data, make, year of manufacture, equipment number, name of manufacturer etc. Permanent Manufacturer’s identification mark should be available in all major components.
17. PERFORMANCE TESTING AND GUARANTEE: All equipment and component parts shall be guaranteed by vendor against defective material, design and workmanship for a period of one year after being put in service. The vendor shall carry out the performance test run of the complete unit at site after satisfactory erection. Training of operators shall be given at site during erection /commissioning period without any extra cost to owner.
19.0 While designing the loading/unloading, suitable arrangement to be made to
prevent loosening of ACME coupling at threaded connection with arm. BHARAT PETROLEUM CORPORATION LIMITED
ANNEXURE-B
LIST OF SPARES TO BE SUPPLIED BY PARTY:-
The following list of minimum spares shall be considered for each Unloading Arm (Liquid or Vapour) for two years maintenance. However, if any tenderer feels that additional spares are required as per OEMs recommendation for two years trouble free maintenance, then they shall include the cost of all such spares - giving details of all such additional spares in the Technical bid.
1. 2” Swivel Joint Seal Kit (all seals) which will include balls and grease nipple – 1 Set per arm.
2. 3” Swivel Joint Seal Kit (all seals) which will include balls and grease nipple – 1 Set per arm.
3. Commissioning, testing & training spares.
4. In Case Shear Pin type Design is offered 10 sets of shear pin will be supplied at no extra cost . Any other consumable like o rings /gaskets which require
replacement at the time of replacement of Shear Pin shall also be supplied at no extra cost.