ENGINEERING AND PROJECTS (MATERIALS) BHARAT … · 2.01.08 PTC 8.2 Power Test Codes - Centrifugal...

101
ENGINEERING AND PROJECTS (MATERIALS) BHARAT PETROLEUM CORPORATION LIMITED UDYOG MARG, SECTOR-1, NOIDA PRESS TENDER FOR SUPPLY, TESTING, SUPERVISION OF INSTALLATION & COMMISSIONING OF DIESEL ENGINE DRIVEN FIRE WATER PUMPS CRFQ NO.: 1000188874 DUE ON: 10/08/13 AT 1500 HRS IST PRE BID MEETING ON 30.07.2013(14:00 HRS)

Transcript of ENGINEERING AND PROJECTS (MATERIALS) BHARAT … · 2.01.08 PTC 8.2 Power Test Codes - Centrifugal...

ENGINEERING AND PROJECTS (MATERIALS)

BHARAT PETROLEUM CORPORATION LIMITED UDYOG MARG, SECTOR-1, NOIDA

PRESS TENDER FOR SUPPLY, TESTING, SUPERVISION OF INSTALLATION & COMMISSIONING OF DIESEL ENGINE

DRIVEN FIRE WATER PUMPS

CRFQ NO.: 1000188874

DUE ON: 10/08/13 AT 1500 HRS IST

PRE BID MEETING ON 30.07.2013(14:00 HRS)

20th July 2013 Dear Sir/Madam,

Subject: PRESS TENDER FOR INVITING BIDS FOR SUPPLY, TESTING, SUPERVISION OF INSTALLATION & COMMISSIONING OF DIESEL ENGINE DRIVEN

FIRE WATER PUMPS (CRFQ no. 1000188874 due on 10/08/13 at 3 pm IST)

1 Objective

BPCL intends to procure Fire Water Pumps required for its Single Contingency & Double Contingency locations at the mentioned locations detailed in the tender document. Scope of supply includes Engineering, Manufacturing, Testing, Supply, Supervision of Installation & Commissioning and Comprehensive Annual Maintenance for Diesel Engine Driven Fire Water Pumps at various POL locations. A firm order would be awarded to the successful bidder for each line item as mentioned in the Price Bid. Please refer evaluation and award Criteria under Special Purchase Conditions for details.

2 This tender document consists of the following annexure, which are enclosed:

a) Techno-Commercial Bid 2.1 Technical Specification - Annexure I 2.2 General Purchase Conditions - Annexure II 2.3 Special Purchase Conditions - Annexure III 2.4 General Instructions to vendors for e-tendering - Annexure IV 2.5 Integrity Pact - Annexure V

b) Price bid: Price bid for vendors is enclosed with this tender document. Price bid shall

have to be submitted online in the appropriate form provided.

3 All the documents associated with Techno-Commercial bid (consisting of all the afore-mentioned annexures and documents uploaded by the vendor) and price bid shall form the part of the tender. The entire bid shall be online only. General Instructions to vendors for e-tendering are as given in the Annexure IV of this tender.

Offers should strictly be in accordance with the tender terms & conditions and our specifications. Vendors are requested to carefully study all the documents/annexures and understand the conditions and specifications, before quoting the rates and submitting this tender. In case of doubt, written clarifications should be obtained, but this shall not be a justification for request for extension of due date for submission of bids.

4 Vendors shall also have to essentially sign an Integrity Pact (IP mentioned in point 3.5 above) for participating in this tender.

5 Please visit the website https://bpcl.eproc.in for participating in the tender and

submitting your bid online. 6 Your online bid should be submitted on or before the due date of this tender viz. 10th

August , 2013 3 pm IST. 7 Bids submitted after the due date and time of closing of tender or not in the prescribed

format is liable to be rejected. BPCL does not take any responsibility for any delay in submission of online bid due to connectivity problem or non-availability of site. No claims on this account shall be entertained.

8 Price bid of only shortlisted vendors based on Bid Qualification Criteria shall be

opened whose Techno-Commercial bid is found to be acceptable to us.

9 It shall be understood that every endeavour 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

Thanking you,

Yours faithfully, for Bharat Petroleum Corporation Ltd. G C Ganguly Procurement Leader

FOR

SUPPLY OF DIESEL ENGINE

DRIVEN FIRE PUMP

FOR

OIL INSTALLATION / TERMINALS

AT

VARIOUS LOCATIONS

OF

BHARAT PETROLEUM CORPORATION LTD.

GENERAL INFORMATION

TECHNICAL SPECIFICATIONS ANNEXURE I

1.0 COMPOSITION OF DOCUMENT The documents comprises of the following:

DOCUMENT NO. TITLE

TSS-101 Technical Specification Sheet for Diesel Engine Fire Pump

SP-102 Specification for Pumps

SDE-103 Specification for Diesel Engine

SI-104 Scope of Inspection for Pump, Motor, Diesel Engine

DSP-105 Data sheet for Pumps

DSDE-106 Data sheet for Diesel Engine

DSPMS-107 Data sheet for Prime mover selection

DSEDFP Data Sheet for Engine Driven Fire Pump

2.0 INSTRUCTIONS TO TENDERERS Tenders to be submitted in original tender document as indicated below:

The complete tender document along with un priced price tender shall be signed and sealed on all pages and submitted as a token of acceptance.

Tenderders are advised to fill in data sheets and enclose characteristic curves and catalogues. Failure to

submit the same might result in rejection of offer. Technical deviations are not permitted. However should it be absolutely necessary the same should be

indicated in 'TECHNICAL DEVIATION SHEET' along with technical reasoning. Bidders to submit following documents duly filled-in for SEPARATELY all duty points as under

DOCUMENT NO. TITLE Action By Bidders

TSS-101 Technical Specification Sheet for Diesel Engine Fire Pump

Submit Signed and Sealed copy as token of acceptance

SP-102 Specification for Pumps Submit Signed and Sealed copy as token of acceptance

SDE-103 Specification for Diesel Engine Submit Signed and Sealed copy as token of acceptance

SI-104 Scope of Inspection for Pump, Motor, Diesel Engine Submit Signed and Sealed copy as token of acceptance

DSP-105 Data sheet for Pumps

To be filled by Bidder SEPARATELY for each duty point specified in doc no. TSS-101, signed and sealed on each page and upload on e-tender

DSDE-106 Data sheet for Diesel Engine

To be filled by Bidder SEPARATELY for each duty point specified in doc no. TSS-101, signed and sealed on each page and upload on e-tender

DSPMS-107 Data sheet for Prime mover selection To be filled by Bidder SEPARATELY for each

duty point specified in doc no. TSS-101, signed and sealed on each page and upload on e-tender

DSEDFP Data Sheet for Engine Driven Fire Pump

To be filled by Bidder SEPARATELY for each duty point specified in doc no. TSS-101, signed and sealed on each page and upload on e-tender

PROJECT VARIOUS OIL INSTALLATION / TERMINALS PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT TECHNICAL SPECIFICATION SHEET DOC. NO. TSS-101 Sheet No. TITLE DIESEL ENGINE FIRE PUMP 1 of 1

1.0 DESIGN PARTICULARS 2.0 PUMP PERFORMANCE REQUIREMENT

a) Service Fire Fighting (Raw Water) a) Rated capacity (m3 / Hr) 327 / 341/ 455 / 475 / 556 / 568 / 700 / 780

b) Designation Fire pump b) Total dynamic head 105 MWC

c) Duty Continuous c) Rated speed 1800 RPM

d) Location Inside FWPH d) NPSH available Flooded suction

e) Service temp Ambient (Max 55 DegC) e) NPSH Required Vendor to specify

f) No. of pumps User to specify f) Range of operation 30% to 150%

g) Drive Diesel Engine (Heat Exchangers cooled)

g)Speed RPM 1800

3.0 DESIGN AND CONSTRUCTION 4.0 ITEMS TO BE SUPPLIED BY MANUFACTURER

a) Type Horizontal centrifugal a) Pump with engine YES

b) Casing type Horizontal split casing b) Base plate YES

c) Impeller type Closed c) Foundation Bolt YES

d) Type of gland Lubrication and sealing

Self c) Suction & delivery companion flange

YES

d) Shaft sealing arrangement Stuffing box e) Vent connection YES

e) Drive transmission Direct f) Drain connection YES

f) Mode of pump starting Discharge valve fully open against NRV in pressurised condition

g) Coupling Guard YES

h) Engine control panel along with Battery charging system (other than the engine control panel mounted on engine)

YES

g) Type of coupling Flexible/spider i) Engine cooling system Yes with sight flow indicator h) Mounting On common base plate

5.0 SUPERVISION ASSISTANCE BY CONTRACTOR i) Silencer and flexible connection

YES

a) Erection of all items YES

b) Alignment, leveling, Yes j) Fuel tank level indicator & level

switch YES

c) Pipe cross over and valve operating platform

NO k) Battery YES

d)Testing & commissioning YES l) Exhaust piping with support

alongwith insulation material NO

e) Final Dresing and painting YES m) Piping, fitting, valves for oil piping to and fro engine and tank

NO

6.0 MATERIAL OF CONSTRUCTION

a) Casing CI IS:210, FG 260

b) Casing liner N/A o) Lead cable between battery and engine

YES

c) Shaft SS 316

d) Diffuser CI IS:210, FG 260

e) Impeller Phospher Bronze to IS:28 Gr.2

p) Drain piping from heat exchanger of engine

No

e) Wearing ring For impeller same as Impeller material for casing same as Casing material

8.0 NOTES FOR ERECTION OF PUMP

a) Exhaust piping to be insulated with glass wool and aluminium cladding.

b) Exhaust piping to be provided meeting PCB requirement.

7.0 MARKING c) Gland drain piping to be extended outside the pump house to drain. a) Pump and Engine to bear certificate mark and provided

with name plate indicating duty point rating. d) Hot water outlet from heat exchanger to be extended outside the pump house and connected to suction header with a sight flow indicator.

b) All finished items to bear stamping mark by third party.

c) Engine Make /model no : Caterpiller / Kirlosker / Cummins

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 1 of 8

PUMPS

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 2 of 8

1.00.00 INTENT OF SPECIFICATION 1.01.00 The specification covers the design, construction features, manufacturing, performance testing and

deliver of horizontal centrifugal pumps to site in good condition, supervision during erection, pre-commissioning check up and commissioning.

1.02.00 In case of any contradiction between the specification clause and the standards specified. Bidder

shall follow the specification. In case of contradiction between this specification and data specification sheets, stipulation of the latter shall prevail.

2.00.00 CODES AND STANDARDS 2.01.00 The design, manufacturing and performance of the horizontal centrifugal pumps as specified

hereinafter shall comply with the requirements of the latest editions of the applicable codes and standards, in particular the following:

2.01.01 IS-1520 Horizontal Centrifugal pumps for clear, cold and fresh water. 2.01.02 IS-5120 Technical requirement for rotodynamic special purpose pumps. 2.01.03 IS-5659 Pumps for process water 2.01.04 IS-12469 Pumps for fire fighting system 2.01.05 IS-9137 Code for Acceptance Test for Centrifugal mixed flow and axial flow pumps – Class ‘C’. 2.01.06 ISO 3555/BS- Acceptance Test for Centrifugal mixed flow and axial Pumps. '5316, Part-2 Class ‘B’ tests. 2.01.07 ISO 2548/BS- -do- Class ‘C’ test. 5316, Part-1 2.01.08 PTC 8.2 Power Test Codes - Centrifugal pumps. 2.01.09 ASTM-E-165-65 Standard Method for liquid Penetrant Inspection 2.01.10 NFPA No. 20 Standard for the installation and operation of centrifugal fire Pump. 2.01.11 Standard for the Hydraulic Institute of USA 2.02.12 Fire Protection Manual, latest revision issued by TAC 2.03.00 Other international's standard such as DIN, VDL etc. shall also be accepted subject to the

purchaser's apporval for which the Bidder shall furnish along with the offer adequate information to justify that these standards are equivalent to or superior to the standards mentioned above. For such

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 3 of 8

alternate standards which are not normally published in English, the Bidder shall also furnish a complete translation for them.

2.04.00 In case of any contradiction with the above standards and data specification sheets the stipulation in

the data sheets shall prevail and shall be holding with the supplier. 3.00.00 PERFORMANCE REQUIREMENT 3.01.00 Performance requirement for the pumps shall be guided by the data specification sheets enclosed. 3.02.00 Pumps shall preferably be designed to have the best efficiency at the specified duty point. The pumps

shall be suitable for continuous operation at any point within 'Range of Operation' as stipulated in the data specification sheets. Pumps shall be used for parallel operation

3.03.00 Pumps shall have continuously rising head characteristics from the specified duty point towards shut-

off point, the maximum being at shut-off to enable parallel operation. Fire pumps shall be capable of furnishing not less than 150% of rated capacity at a head of not less than 65% of rated head.

Under all circumstances, the 'Range of Operation' of the pumps shall exclude any unstable operating

zone of the head - capacity curve. The power characteristic shall preferably be non - over loading type. 3.04.00 wherever specified in data specification sheet, pumps of each category shall be suitable for parallel

operation. The head vs. capacity, the BHP vs. capacity characteristics etc. shall be identical to ensure equal load sharing and trouble - free operation of any pump when the other pumps working in parallel with it trip.

3.05.00 The pump set along with the drive motor / diesel engine shall run smooth without undue noise and

vibration. Acceptable peak to peak vibration limits shall be generally guided by the hydraulic institute standards of U.S.A.

3.06.00 he manufacturer / contractor under this specification shall assume full resposibility for the operation of

the pump and motor as one unit and the set shall be designed in such a manner to prevent any damage due to reverse flow arising out of system maloperation such as loss of power to to the drive or failure of non-return valve etc.

3.07.00 The pump shall comply with the regulations of TAC or National Fire Protection Association (NFPA),

USA as applicable and approved by TAC (India). 3.08.00 Each pump shall be provided with an internal / external flow recirculation for maintaining a minimum

flow through the pump to prevent any overheating when the pump is running without any discharge through the headers.

4.00.00 DESIGN AND STANDARDS

4.01.00 Pump casing 4.01.01 Pump casing shall be provided with adequate number of vents and priming connections with valves

unless the pump is made self - venting and priming. Casing drain, as required, will be provided complete with drain valve.

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 4 of 8

4.01.02 Pump design must ensure that the nozzles are capable of withstanding external reactions not less than those specified in relevant standards /codes.

4.01.03 In case where an expansion joint is located at pump suction, the pump assembly will be subject to an additional thrust which will be transmitted to the foundation. This additional thrust shall be taken into consideration while designing the pump.

4.02.00 Impeller 4.02.01 The rotor assembly shall be dynamically balance and design with critical speed substantially above the

operating speed. Impeller shall be of closed type. 4.03.00 Wearing Rings 4.03.01 Replaceable type wearing rings shall be furnished to prevent damage to impeller and casing. The rings

shall be so fitted as to prevent turning while the pump is in operation. 4.04.00 Shaft 4.04.01 Shaft size shall be selected considering that the critical speed shall be away from the operating speed

as recommended in applicable Code/Standard. The critical speed shall also be at least 10% away from runway speed.

4.05.00 Shaft Sleeves 4.05.01 Renewable type fine finished shaft sleeves shall be provided at the stuffing boxes / mechanical seats.

Length of the shaft sleeves must extend beyond the other faces of gland packing or seal end plate so as to distinguish between the leakage past shall be shaft sleeve and that past the seals/glands.

4.05.02 Shaft sleeves shall be properly fastened to the shaft to prevent any leakage or loosening. Shaft and

shall sleeve assembly should ensure concentric rotation. 4.06.00 Bearing 4.06.01 Bearing shall be easily accessible without disturbing the pump assembly. A drain plug shall be provided

at the bottom of each bearing housing. 4.06.02 Heavy duty sleeve/ball/roller type bearings, shall be provided to take care of the radial loads. 4.06.03 In case of sleeve type radial bearings, axial thrust shall be absorbed in suitable hydraulic devices and

/ or thrust bearings. 4.06.04 Bearings and hydraulic devices (if provided for balancing axial thrust) shall be of adequate design for

taking the entire pump load arising from all probable conditions of continuous operation. Life of the bearings shall be highest possible. Thrust bearing shall be capable of running continuously at maximum load.

4.06.05 The bearing shall be oil/greases lubricated. Suitable lubricating arrangement for the bearing shall be

furnished completely with all accessories like pump, filters, piping, fittings, valves, interlocking and supervising instruments etc. as necessary and specified in the data sheets. The design shall be such that the bearing lubricant does not contaminate the liquid being pumped.

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 5 of 8

4.07.06 Stuffing Boxes Stuffing box design shall permit replacement of packing without removing any part other than the

gland. 4.07.07 Stuffing boxes shall be sealed/cooled by the fluid being pumped/external clear water, as indicated in

the Data Sheets, all necessary pumps, piping, fittings, valves, instruments etc. as required for safe and trouble free operation of the pumps and as specified in the Data sheet shall be included in the pump supplier’s scope of supply.

4.08.00 Drive Data The pump shall be driven by electrical motor directly coupled as specified in the data sheets. A heavy

duty coupling along with coupling guard shall be provided between the pump and drive unit. 5.00.00 INSPECTION AND TESTING The manufacturer shall conduct all tests and inspections (including stage inspections, as necessary)

required to ensure that the equipment offered by him conforms to the requirement of this specification, in particular, the data specification sheets. The particulars of the proposed tests incorporated in QAP and the procedures for the tests shall be submitted to the consultant / TPIA for approval before conducting the tests.

5.01.00 Material Test All materials used for pump construction shall be tested as per approved QAP. Physical and chemical

tests on materials shall be done to ensure the quality of the material offered. Test procedure and sampling shall be guided by the applicable test codes and standards. Components for which material test has been done and approved shall be stamped for identification. Pumps shall be offered for visual inspection and shall not be painted before inspection.

5.01.01 Pump components shall be subjected to non-destructive test (NDT), if asked for in data sheets.

Requirements of NDT and acceptable limits shall be guided by relevant standard(s). Components or batch subjected to successful NDT shall be stamped for identification.

5.02.00 Hydraulic Test 5.02.01 All pressure parts shall be subjected to hydrostatic pressure test at a pressure of 150% of shut off

head + 1.5 Kg/cm2. Or at 200% of the rated head + 1.5 Kg/cm2 whichever is higher for a period specified in testing standard or a maximum period of two(2) hours, whichever is more.

5.03.00 Dynamic Balancing All rotating components of the pumps shall be static and dynamically balanced Dynamically balancing

tests shall be carried out at a speed not less than the rated RPM of the pump. Test procedure and acceptance limits shall be guided by the testing codes and standards.

5.04.00 Performance tests 5.04.01 Each pump shall be tested at manufacturer’s work in presence of purchaser’s representative with the

prime mover specified in Data Specification Sheets to determine pump performance. Prior to performance tests, the pump supplier shall furnish the procedure and methods of testing to the

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 6 of 8

purchaser for approval. 5.04.02 Performance tests are to be conducted over the entire ‘Range of Operation’ of the pump including the

shut off condition for minimum one hour. A minimum five sets of reading shall be taken covering the shut off point, rated point and the two extremeties of Range of Operation, to establish the performance curves.

5.04.03 Tests shall be conducted with actual drive motors being furnished and at the rated speed. Noise and vibration test shall be repeated at site after installation apart from shop testing.

5.04.04 NPSH ( R) test for the pump at rated discharge and 150% of rated discharge shall be conducted and

witnessed by TPIA 5.04.05 After installation and commissioning pumps shall be offered for performance guarantee test as per

agreed procedure. The supplier shall furnish all necessary instruments, accessories and personnel for site testing. The calibration curves of all instruments, permissible tolerance limit of instruments and test procedure shall be mutually agreed between the Purchaser and Supplier/Contractor. If the site performance test and results are unsatisfactory, the manufacturer/contractor shall rectify the pump at his own cost.

Couple Run test for 4 hours.( At both vendor’s premises and at Site) Mechanical Strip Test for pumps at vendor premises. Review of all Test Certificates by TPIA 6.00.00 DRAWINGS, DATA, CURVES AND MANUALS The bidder shall submit the following documents in eight sets to purchaser/consultant for approval

after award and manufacturing process shall be initiated only after obtaining approval. 6.01.01 Drawings i) Outline drawings showing the principal dimensions, weight and location of the suction and

discharge connections of the pumps offered.

ii) Typical cross-section drawing showing various components of the pumps with materials of construction etc.

iii) Pump foundation details along with all design loads, direction and points of application.

iv) Drawing showing the lubrication system and sealing arrangement.

6.01.02 Data & Curves i) Anticipated performance curves showing the following characteristics:

a) Capacity Vs. head b) Capacity Vs. Power c) Capacity Vs. Efficiency

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 7 of 8

d) Capacity Vs. NPSH required

ii) Completely filled in Technical particulars enclosed with this specification for final approval.

iii) A comprehensive write-up or brochure on the details of manufacturing and testing facilities in the shop of the manufacturer.

iv) Complete descriptive and illustrated literature on the pump and accessories offered.

v) Any other data / information related to the erection and operation of the pump vi) Quality Assurance Plan.

vii) Shop / Site test procedure.

6.02.00 Instruction Manuals

a) The Instruction Manuals shall present the following basic categories of information in a comprehensive manner prepared for use by operating and/or maintenance personnel.

i) Instruction for erection.

ii) Instruction for pre-commissioning checkup, operation, abnormal conditions, maintenance and repair.

iii) Write-up on controls and interlocks provided. iv) Recommended inspection points and period of inspection v) Schedule of preventive and shut down maintenance indicating activity details, frequency,

duration, consumables/spares required, manpower/tools & tackles necessary etc.

vi) Ordering information for all replaceable spare parts with code number of parts etc. vii) Recommendation for type of lubricating points, frequency of lubricant changing schedule. viii) Assembly / disassembly sequency for capital maintenance of each component / sub – assembly.

b) The information shall be organised in a logical and orderly sequence. A general description of the equipment including significant technical characteristics shall be included to familiarise operating and maintenance personnel with the equipment.

c) Necessary drawings and/or other illustrations shall be included and copies of appropriate final

drawings for the overall assembly as well as all sub-assembly component shall be bound in the manual. Test, adjustment and calibration information as appropriate shall be included and shall be identified to the specific equipment. Safety and other warning notice and installation, maintenance and operating cautions shall be emphasized.

d) A parts list shall be included showing part nomenclature, manufacturer’s part number and/or

other information necessary for accurate identification and ordering of replacement parts.

e) Instruction manuals shall be securely bound in durable folder.

PROJECT VARIOUS OIL INSTALLATION / TERMINALS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT PUMPS DOC. NO. SP-102 Sheet No. TITLE 8 of 8

f) The instruction Manual shall include the list of spare parts that have to be procured along with the equipments. It shall also include list of all special tools and tackle furnished with complete drawings and instruction for use of such tools tackles.

g) THREE sets of Instruction Manual, Approved QAP, As built Drawings, Inspection Release Note

by TPIA shall be submitted to owner at the time of supplies.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 1 of 13

ENGINE AND ACCESSORIES

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 2 of 13

1.00.00 INTENT OF SPECIFICATION This specification covers the design, performance, manufacturing, construction features and testing

and commissioning of compression ignition diesel engines, used primarily for driving centrifugal pumps, used for the purpose of fire fighting.

2.00.00 CODES AND STANDARDS The design, manufacturing, shop testing, erection, testing and commissioning of compression

ignition diesel engines shall conform to the latest revision of following standards and codes, in addition to other relevant standards and manufacturer's own standard :

2.01.00 IS-10000 : Methods of test for internal combustion Pt. I to XII engines

2.02.00 BS-5514 : Specification for reciprocating Internal Pt. I to VI Combustion

engines: Performance

2.03.00 ASME Power test : Internal Combustion Engine Code PTC - 17

2.04.00 Codes of Diesel Engine Manufacturer's Association, USA. 3.00.00 DESIGN AND CONSTRUCTION 3.01.01 General

The diesel engine shall be of multi-cylinder type multi stroke cycle with mechanical (airless) injection, cold starting type.

3.01.02 The continuous engine brake horse power rating (after accounting for all auxilary power consumption) at the site conditions shall be at least 20% greater than the requirement at the duty point of pump at rated RPM and in no case, less than the maximum power requirement at any range of operation of pump and also not less than the brake horse power required to drive the pump at 150 % of rated discharge , Derating factors, considered by the manufacturer to arrive at the shaft power of the diesel engine at site, shall not be less than the following for naturally aspirated engine only :

i) 3% for each 305 meter elevation above MSL. ii) 1% for each 5.6 C rise in air temperature above15.6 C. iii) For turbo-charged and after cooled engines, manufacturer shall furnish these derating

factors and guarantee them.

3.01.03 The engine shall be designed with regard to ease of maintenance, repair, cleaning and inspection. This will also provide interchangeability of parts.

3.01.04 All parts subjected to substantial temperature changes shall be designed and supported to permit free expansion and contraction or without resulting in leakage, harmful distortion or mis-alignment.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 3 of 13

3.01.05 The engine shall be designed for continuous operation at full load for a period of at least six (6) hours.

3.01.06 Requirements of TAC Fire Protection Manual shall be complied with and Diesel engine

shall be approved by TAC.

Power requirement for engine shall be at 150% discharge without any allowances

3.02.00 Starting 3.02.01 The engine shall be capable of both automatic and manual start. The normal mode of starting is

automatic but in the failure of automatic start or at the discretion of the operator, the engine can be started remote-manually from the Diesel Engine Control panel.

Since the fire pumping unit driven by the diesel engine is not required to run continuously for long

period during routine testing and the operation will not be frequent, special feature shall be built into the engine to allow it to start within a very short period against full load even if it has remained idle for a considerable period.

3.02.02 The engine should be designed in such a way that it may be started by one operator, without any preliminary heating of the combustion chamber at the minimum ambient temperature specified and shall accept full load within 15 seconds from the receipt of signal to start. The engine should have provision for manual cranking facility.

3.02.03 Automatic cranking shall be effected by a D.C. motor having high starting torqueto overcome full

engine compressor. Starting power will be supplied from two sets of storage batteries. One set of battery is for automatic starting of the engine and the other provided as standby. A selector switch will be provided at the automatic starting control panel to select any of the two sets of battery for manual/auto starting of the engine. The automatic starting arrangement shall include, as a safe guard, a 'Repeat Start' feature, so that if the pinion of the starting motor does not engage the fly wheel at the first attempt, it is automatically retracted and after a short pause again will advance towards the fly wheel. This repeat start cycle will continue until the starter motor pinion engages with the starting ring on the fly wheel and cranks the engine. The battery capacity shall be adequate for ten (10) consecutive starts without recharging with a cold engine under full compression. The control panel to be supplied by the bidder to have dual battery charger and battery selection switch so that any set of battery can be selected for automatic operation.

The engine shall be provided with 2 sets of 24 volts heavy duty, traction type lead acid batteries encased in a hard rubber container. The battery shall have ample capacity to start the engine several times in succession. The battery sets shall be provided with automatic battery charging panel for each set.

Engine shall be designed to start instantaneously against full load even if it has remained idle for long period.

3.02.04 The batteries shall be used exclusively for starting the diesel engine and kept fully charged all the

time in position. Arrangement for both trickle and booster charger shall be provided. At no time should battery be disconnected, so that it is not available to start-up the engine. The battery charger should comply with the requirements specified hereinafter.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 4 of 13

3.03.00 Engine Shut Down Mechanism The engine shut-down mechanism shall be manually operated and return automatically to the

starting position after use. 3.04.00 Governing System 3.04.01 The engine shall be fitted with a speed control device which will control the speed under all

condition of load. 3.04.02 The governor shall offer the following featurers :

i) The engine shall be provided with an adjustable governor capable of controlling the

engine speed within 10% of its rated speed under any condition of load upto the full load rating. The governor shall be set to maintain rated pump speed at maximum pump load.

ii) Engine shall be provided with an over speed alarm device. It shall be arranged to give an

alarm at a speed approximately 20% above rated engine speed and for manual reset, such that the automatic engine controller will continue to show an over speed signal until the device is manually reset to normal operating position.

iii) The governor shall be suitable for operation without external power supply. iv) The engine shall be provided with an in-built tachometer to indicate RPM of the engine.

The engine is to be provided with a time totaliser (hour counter)

3.05.00 Fuel System 3.05.01 The diesel engine will run on high speed diesel oil.

3.05.02 The engine shall be provided with a fuel tank fitted with a level indicator and having adequate

capacity to hold sufficient fuel oil for minimum six (6) hours of full load run. The fuel oil tank shall be mounted adjacent to the engine. No fuel oil tank will be provided by the purchaser.

3.05.03 The fuel oil tank shall be constructed of welded steel (lead coated) as per relevant code. The outlet

of the tank shall be at a minimum height of 600 mm above the inlet and fuel injection pump of the diesel engine to ensure adequate pressure at suction of injection pump.

3.05.04 The fuel oil tank shall be provided with a sludge and sediment trap, so that the same is not carried to the injection pump. Adequate sized inspection and cleaning hole shall be provided to facilitate maintenance. The fuel shall be fed by gravity from adequately sized storage tanks for 6 hours duty. Tank shall be fitted with required accessories including magnetic level indicator, sludge sediment trap, etc.

3.05.05 Pipe line carrying fuel oil shall be independent for each engine and gradually sloped from the tank to the injection pump. Any valve in this line shall be placed adjacent to the tank and kept locked in open position. A filter shall be incorporated in this fuel oil system and shall be mounted in an accessible position for cleaning.

3.05.06 Pipe joints shall not be soldered and plastic pipes shall not be used.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 5 of 13

3.05.07 The complete fuel oil system shall be designed to avoid any air pocket in any partof the pipe work, fuel pump, sprayers/injectors, filter system, etc. No air relief cock is permitted. However, where air relief is essential, screwed plugs may be used.

3.06.00 Lubricating Oil System

Automatic pressure lubrication shall be provided by positive displacement pump driven by the crank shaft, taking suction from a pump and delivery through pressurised oil cooler and fine mesh filters to a main supply header fitted in the bed plate casing. High pressure oil shall be supplied to main and big end bearings, cam-shaft chain and gear drive, etc. Valve gear shall be lubricated at reduced pressure through a reducing valve and the came by an oil bath.

3.07.00 Cooling Water System

Cooling Water system with heat exchanger shall conform to the system specified in the fire protection manual of the Regional Committee of the Tariff Advisory Committee. Charge air cooling is not acceptable. The bidder shall clearly indicate in his offer the types of cooling system adopted.

3.08.00 Accessories 3.08.01 Metal guard shall be provided over couplings, fly wheel and other moving parts.

3.08.02 The engine shall be mounted on a base plate of fabricated steel construction. Adequate access

shall be provided to the big end and main bearings, cam shaft and governor drives, water jacket, etc.

3.08.03 Indicator cocks shall be mounted directly on the cylinder head and located in such a manner as to

permit operation of the indicator cocks without removing the valves operating gear covers.

3.08.04 The engine shall be provided with intake and discharge duct work, inlet filter and silencer, outlet

muffler, expansion joints, dampers, etc., as necessary for efficient operation. Intake air should be taken from inside the building in which the engine is located, but the exhaust should be discharged outside the building (a minimum of 15M route length envisaged) and the exhaust as per relevant code/standard, and shall be routed clearing man height. The exhaust system shall be suitably designed to prevent condensate flowing into the engine.

3.08.05 The fly wheel shall have graduated markings around the periphery to facilitatechecking of valve

and fuel pump timings. 3.08.06 The couplings between engine and pump shall allow each unit to be removed without disturbing

the other. 3.09.00 Instrumentation The diesel engine shall be provided with adequate instrumentation. These shall include, but not

limited to the following :

a) Temperature indicator (contact type) in cooling water inlet and outlet. b) Temperature indicator in lubricating oil outlet from the oil cooler. c) Temperature indicator for each cylinder head. d) Pressure gauges (contact type) for lubricating oil systems.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 6 of 13

e) Differential pressure gauges (contact type) across strainers. f) Speed indicator g) Lubricating oil sump level indicator. h) Fuel oil tank level indicator i) Voltmeter and ammeter in battery charging circuit.

3.10.00 CONTROL PANEL WITH BATTERY CHARGER 3.10.01 This panel is meant for starting the engine manually from the panel itself or automatically whenever

there is a fall in pressure in the system. The panel circuitry shall be such that three starting commands of 5 Sec. duration each with interval of 15 Sec. shall be provided through timer circuit and the engine is expected to start within 3 Sec. When the engine starts, the oil pressure will develop and will give the 'Set Running' indication in the Control panel and further starting operation is automatically cut-off. In case the engine does not start within 3 Sec., the panel will give an audio/indication of "Start Failure".

3.10.02 The control panel shall have self diagnostic feature for monitoring the status of the engine and would provided the following indication, as a minimum:

i) Lubrication oil Pressure low ii) Lubrication oil Sump level low iii) Lubrication oil temperature high iv) Fuel oil level for tank low. v) Cooling water temperature high. vi) Set running vii) Engine fails to start viii) Over speed ix) Power on 3.10.03 The panel will also be provided with battery and battery charger. Each Diesel engine control panel

will have 2 Nos. of static battery charger units of air cooled design with each charger having capacity to recharge one set of battery at a timer with provision for selector switch to charge any of the battery sets. Battery charger shall be capable of meeting following requirements:

a) Float charging battery and supplying DC load. b) Boost charging drain battery in 8 hours time

Panel shall include battery charger that would keep batteries in fully charged condition .Also,

Indication for pump

Operating manual start

Automatic system actuated by door switch located inside the panel The panel shall also have provision so that Fire pumps can be operated through logical startup automation.

Provisions in control panel

i. Provisions for charging both sets of batteries simultaneously in trickle & boost mode. ii. Automatic changeover from one set of batteries to another in case of failure of start after 3 cranks iii. Electrical relays & timers to be provided instead of thermal relays iv. Protection of batteries against Over charging

Indicators of health of battery, charging current & voltage.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 7 of 13

Electrical components used in control panel shall be SIEMENS / KAYEE / L&T 3.10.04 Details of the battery and battery charger is appended below : 3.10.04.01 INTENT OF SPECIFICATION The specification covers the design, performance, manufacturing, constructionfeatures and testing

of battery charger used primarily for starting the diesel engine driving the fire water pumps, booster pumps and giving control supply to various alarm/control panels.

3.10.04.02 GENERAL INFORMATION a) The equipment specified hereinafter are required for starting the diesel engines and other

supplies to various alarm/control panels. b) For each diesel engine there shall be two (2) sets of battery and (2) sets of battery charger.

One (1) set of battery is for automatic starting of the engine and other is provided as standby. A selector switch shall be provided at the control panel to select any one of the two (2) sets of battery for starting of the engine.

c) Separate battery backed DC system along with charger shall be provided for each panel of the fire protection system package.

d) The battery system for the alarm/control/annunciation panel shall have adequate capacity to

cater to all the momentary and short time loads within the panel in addition to supplying the continuously rated loads for a duration of 8 hours in the instant of A.C. supply failure.

e) Battery system for each diesel engine starting shall be large enough to crank the engine

twelve times successively, each for a duration of 10 secs., without any charging in between.

f) The bidder shall indicate the battery voltage and battery capacity in amperehour at ten (10)

hour discharge rate. The battery voltage at any time during operation shall not be less than the minimum voltage required for operation of the D.C loads.

4.10.04.03 CODES AND STANDARDS a) All equipments shall conform to the requirement of the latest revisions of the following codes

and standards. IS : 266 Sulfuric acid. IS : 1069 Marking and arrangement for switchgear busbars, main connections and

auxiliary wiring. IS : 1248 Water for storage battery. IS : 1146 Direct acting electrical indicating instruments.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 8 of 13

IS : 1554 Hard rubber container for lead-acid storage battery.

IS : 1651 PVC insulated (heavy duty) electric cables.

IS : 1652 Stationary cells and batteries, lead-acid type with plante positive plates). IS : 2147 Degrees of protection provided by enclosures or low voltage switch-gear

and control gear. IS : 2208 HRC cartridge fuse-links upto 650 V.

IS : 3116 Sealing compound for lead acid batteries

IS : 3700 Essential ratings and characteristics of semi-conductor devices.

IS : 3895 Mono-crystalline semi-conductor rectified cells and stakes.

IS : 4047 Heavy duty air-break switches for voltage not exceeding 1000 V.

IS : 4064 Air break switches, air break disconnectors air break switch dis-connectors

and fuse combination units for voltage not exceeding 1000 V AC or 1200 DC.

IS : 4237 General requirements for switchgear and control gear for voltage not exceeding 1000 V.

IS : 4540 Mono-crystalline-semi-conductor rectifier assemblies and equipments. IS : 5154 Lead acid traction batteries. IS : 6071 Synthetic separator for lead acid batteries. b) Equipment equivalent to international specification shall conform to the requirements of the

latest revisions of the relevant Indian Standards or shall be superior. c) The equipment shall also conform to the latest Indian Electricity Act and Indian Electricity

Rules 4.10.04.04 GENERAL DESIGN a) The battery and battery charger shall be located indoor.

b) Battery i) The cells shall be lead acid type. ii) The plates shall be designed for maximum durability during all services conditions

including high rate of discharge and rapid fluctuation of load. iii) Each cell shall be assembled in heat resistant, shock absorbing container made of

suitable material with suitable provision of upper and lower electrolyte level

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 9 of 13

indication. Sufficient sediment space shall be provided so that the cells will not have to be cleared out during normal life of the battery.

iv) The cells shall be sealed in type with anti-splash type vent plug.

v) Separator between plates shall permit free flow type of electrolyte. Separator shall

be made of acid resisting materials. Proper arrangement shall be adopted to keep end plated in position.

vi) The cell terminal posts shall be provided with connector bolts and nuts, effectively coated with lead to prevent corrosion. Lead or lead coated copper connectors shall be furnished to connect-up cells of battery set.

vii) Positive and negative terminal posts shall be clearly and indelibly marked for easy identification.

viii) The electrolyte shall be of battery grade sulfuric acid conforming to IS: 226-1961.

Water for storage batteries conforming to IS : 1069 shall be used in the preparation of the electrolyte.

ix) Suitable terminal board shall be provided with each battery bank to enable easy

terminal of Owner's cable instead of terminating it directly into the end cell.

x) The battery shall conform to IS : 1651 or 1652.

c) Battery Charger

i) The Bidder shall furnish the battery charging scheme complete all necessary accessories such as transformers, switches, fuses, starter, contractors, diodes, ammeters, voltmeters and other devices as required for trouble free operation. All devices and equipment shall conform to relevant Indian Standard or shall be technically superior to it.

ii) The battery charger shall be of static type preferably thyristor control. The

charges shall have selector switches for float and boost mode of operation. During float mode, the charger will operate in constant voltage mode with a voltage set potentiometer and trickle charge the associated battery as well as supply the continuous DC requirement. This means in normal operating conditions battery shall not be drained and kept ready for any contingency.

During boost selection, the charger will operate in constant current mode and

charge up the battery within eight hours. While boost charging the battery getting boost charge shall be isolated from the loads. Current and voltage range of the charger have to be adequate and approved by the Owner.

iii) All chargers shall be provided with facilities to select automatic and manual control of output voltage and current.

iv) Charger shall have adjustable load limiter which shall not allow charger to exceed the set limit.

v) When on automate charge output voltage shall remain with + 1% of the set value

for an input voltage variation of + 10%.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 10 of 13

vi) Voltage regulation of the charger with a loading from 0% to 100% shall not be more than 2%.

vii) Each charger shall be provided with AC input voltmeter with selector switch, DC

voltmeter and DC ammeter. All the instruments, switches and lamps shall be flush/semi-flush mounted on the panel.

viii) Charger panels shall have adequate number of annunciation windows and also facility for remote annunciations.

ix) Space heater of adequate capacity shall be provided to prevent moisture condensation in the panel.

x) The construction, fabrication and painting of the panel shall be as per Section

12 of The Technical Specification.

4.10.04.05 TESTING a) Following routine tests shall be carried out on all Battery chargers.

i) Compliance with approved dry, data sheet & specification. ii) Insulation resistance test. iii) H.V. (power frequency) test. iv) Temp rise test at full load. v) Voltage regulation test. vi) Performance test including load test. vii) Check for over voltage/under voltage protection & over current/short circuit

protection. viii) Check for degree of protection. ix) Burn in test on all Electronic modules/panels.

b) Batteries to be checked for make, type and rating.

3.10.05 The control panel will provide following indications also: a) Battery - A selected b) Battery - B selected c) Battery - A voltage low d) Battery - B voltage low e) Battery charger - I failure f) Battery charger - II failure g) Battery Voltage - Low 4.00.00 TESTING & INSPECTION 4.01.00 The manufacturer shall conduct all tests required to ensure that the equipment furnished shall

conform to the requirement of this specification and in compliance with requirements of applicable codes. The particulars of the proposed tests and procedure for the tests shall be submitted to the purchaser for approval before conducting the tests.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 11 of 13

4.02.00 At manufacturer's works, tests shall be carried out during and after completion of manufacture of different component parts and the assembly as applicable. Following tests shall be conducted :-

4.02.01 Material analysis and testing. 4.02.02 Hydrostatic pressure testing of all pressure parts. 4.02.03 Static and dynamic balance tests of rotating parts at applicable over speed and determination of

vibration level. DPT on machined parts of piston and cylinder. 4.02.04 Radiography and magna flux examination of materials and welds. 4.02.05 Ultrasonic testing of casting and forgings. Magnetic particale test on cam shafts. 4.02.06 Determination of capacity, efficiency and characteristic curves of all diesel driven pump.

4.02.07 Dimensional check on close tolerance items i.e. crank shaft, connecting rod, piston, cylinder bore,

piston liner etc. including roundness of piston. Calibration test of all fuel pumps, injectors, standard orifices, nozzles, instruments, etc.

4.02.08 Over speed test of the assembly at 120% of rated speed.

4.02.09 Power run test. 4.02.10 Performance test of the diesel engine to determine its torque, power and brake specific fuel

consumption at rated speed and other parameters as per quality plan to be approved by TPI/OWNER/CONSULTANT enclosed. Performance test of the engine shall carried out for one hour each at 1/4, 1/2, 3/4 load and for four hours at 110% full load as per IS : 1000/BS : 5514.

4.02.11 Function checks and adjustment of speed governor. 4.02.12 Overall mechanical and electrical inspection. 4.02.13 Check for vibration and noise level. 5.00.00 DRAWINGS, DATA, CURVES AND MANUALS

The bidder shall submit the following documents in eight sets to purchase/consultant for approved

after award and manufacturing process shall be initiated only after obtaining approved.

5.00.01 Drawings i) Outline drawing showing the principal dimensions weight and location of fly wheel.

ii) Typical cross-section drawing showing various components of the engine with material of

construction, etc. iii) Engine foundation details along with all design loads, directions and point of application.

iv) Drawing showing the lubrication arrangement.

5.00.02 Data & Curves

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 12 of 13

i) Anticipated performance curves showing the following characteristics :

a) Engine speed vs. power output. b) Engine speed vs. Torque

ii) G.A. schematic drawings and terminal details of diesel engine control panel.

iii) Completely filled in particulars enclosed with the specification for final approval.

iv) A comprehensive write-up or brochure on the details of manufacturing and testing facilities

in the shop of the manufacturing.. v) Complete description and illustrated literature on the engine and accessories offered.

vi) Any other data/information related to the erection and operation of the engine. vii) Quality Assurance Plan. viii) Shop/Site test procedure. 7.02.00 Instruction Manuals:

a) The Instruction Manuals shall present the following basic categories of information in a comprehensive manner prepared for use by operating and / or maintenance personnel :

i) Instruction for erection ii) Instruction for pre-commissioning check-up, operation, abnormal conditions,

maintenance and repair. iii) Write-up on controls and interlocks provided. iv) Recommended inspection points and periods of inspection.

v) Schedule of preventive and shut down maintenance indicating activity details,

frequency, duration, consumable / spares required, manpower / tools & tackles necessary etc.

vi) Ordering information for all replaceable spare parts with code number of parts etc.

vii) Recommendation for type of lubricating points, frequency of lubricant changing

schedule. viii) Assembly / disassembly sequence for capital maintenance of each component /

sub - assembly. b) The information shall be organised in a logical and orderly sequence. A general description

of the equipment including significant technical characteristics shall be included to familiarise operating and maintenance personnel with the equipment.

PROJECT VARIOUS OIL INSTALLATION / TERMINAL

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT ENGINE AND ACCESSORIES DOC. NO. SDE-103 Sheet No. TITLE 13 of 13

c) Necessary drawings and / or other illustrations shall be included and copies of appropriate

final drawings for the overall assembly as well as all sub - assembly component shall be bound in the manual. Test, adjustment and calibration information, as appropriate, shall be included and shall be identified to the specific equipment. Safety and other warning notice and installation, maintenance and operating cautions shall be emphasized.

d) A parts list shall be included showing part nomenclature, manufacturer's part number and/or other information necessary for accurate identification and ordering of replacement parts.

e) Instruction Manuals shall be securely bound in durable folder. f) If a standard manual is furnished covering more than the specific equipment purchased, the

applicable model (or other identification) number, parts number and other information for the specific equipment purchased shall be clearly identified. Sectional drawings to suitable must be included in the instruction manual.

g) The instruction Manual shall include the list of spare parts that have to be procured along

with the equipments. It shall also include list of all special tools and tackle furnished with complete drawings and instruction for use of such tools tackles.

8.0 Performance guarantee

1. Vendor shall provide performance guarantee for the engine and pump assembly for a period of 12 months from commissioning or 18 months from receipt and acceptance of equipment at site, whichever is earlier.

2. Vendor shall provide comprehensive AMC charges for maintaining the Fire Fighting pumps after completion

of guarantee period for a period of 3 years. The final agreement for AMC contract shall be entered into by the respective locations.

3. Minimum 04 visits in a year shall be made by the vendor during performance guarantee period.

9.0 COMMISSIONING:

1. The supplier shall provide the services for commissioning of the pumps. However, the erection shall be

done by BPCL for which the layout drawings etc. for foundation details and other details shall be given by the vendor well in advance.

2. The vendor shall supply other accessories which are not specified above but are required for Successful

commissioning of the Fire Fighting pump assembly and its trouble free operation. 3. The equipment shall be under guarantee period of one year after the actual date of commissioning. Vendor

shall demonstrate actual performance test at site.

PROJECT OIL INSTALLATIONS / TERMINALS AT VARIOUS LOCATIONS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT QUALITY ASSURANCE PLAN DOC. NO. SI-104 Sheet No. TITLE 1 of 3

SCOPE OF INSPECTION FOR PUMP & DIESEL ENGINE

PROJECT OIL INSTALLATIONS / TERMINALS AT VARIOUS LOCATIONS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT QUALITY ASSURANCE PLAN DOC. NO. SI-104 Sheet No. TITLE 2 of 3

1.0 ITEM DESCRIPTION FIRE PUMP DIESEL ENGINE

2.0 SPECIFICATIONI REQUIREMENT

Tender Specification Tender Specification

3.0 APPROVED VENDOR Refer to Specification

4.0 MANUFACTURER'S DOCUMENTS TO BE SUBMITTED FOR APPROVAL PRIOR TO PROCUREMENT

a) Data Sheet (M-DSS-101) b) Characteristic Curve & NPSH calculation c) Dimensional drawing of set d) Cross sectional drawing of pump e) Quality Assurance Plan

a) Data Sheet (M-DSS-101) b) Characteristic Curve c) Deration calculation d) Cooling system details e) Cross Sectional drawing f) Quality Assurance Plan

5.0 TEST TO BE CARRIED OUT BY MANUFACTUR- ER AT WORKS

a) Material Test (physical) and chemical b) Dynamic balancing c) Hydrotest d) Performance test with lab motor e) Coupled test at rated RPM for establishing duty point

a) Material test (physical & chemical) b) Dynamic balancing c) DP/NDT d) Performance test

6.0 DOCUMENTS TO BE SUBMITTED TO THIRD PARTY FOR INSPEC- TION

a) Material Test Certificate b) Hydrotest Certificate c) Performance test curve d) Balancing Certificate e) Guarantee Certificate

a) Matrial test certificate b) Balancing certificate c) Performance test curve d) Guarantee certificate

7.0 INSPECTION TO BE DONE BY THIRD PARTY

a) Strip Test b) Balancing c) Hydrotest d) Performance test e) Coupled test with dedicated prime mover f) Review of material test cert.

a) Performance test b) Review of test certificate

8.0 DOCUMENTS TO BE SUBMITTED ALONG WITH SUPPLIES DULY ENDORSED BY THIRD

PARTY

a) Data Sheet & Material Cert. b) Cross sectional drawing c) Dimensional drawing of set d) Test records & Curves e) Balancing Certificate f) Details of inspection carried out and test results g) Material Release Note

a) Data Sheet b) Cross sectional drawings c) Material test certificate d) Details of inspection carried out and test results f) Material Release Note

9.0 SERVICES TO BE RENDERED BY MANUFACTURER

AT SITE

a) Checking of alignment & issu- ance of certificate for acceptance

b) Commissioning of the set at rated RPM and certifying satisfactory operation c) To intimate name & address of servicing agency to enable BPCL to finalise AMC, if necessary

a) Checking of alignment & issu- ance of certificate for acceptance

b) Commissioning of the set at rated RPM and certifying satisfactory operation c) To intimate name & address of servicing agency to enable BPCL to finalise AMC, if necessary

PROJECT OIL INSTALLATIONS / TERMINALS AT VARIOUS LOCATIONS

PLANT OWNER BHARAT PETROLEUM CORPORATION LTD.

DOCUMENT QUALITY ASSURANCE PLAN DOC. NO. SI-104 Sheet No. TITLE 3 of 3

1.0 ITEM DESCRIPTION ENGINE CONTROL PANEL PANEL

2.0 SPECIFICATIONI REQUIREMENT

Tender Specification Tender Specification

3.0 APPROVED VENDOR OEM of pump/engine Mfgr. CPRI APPROVED VENDOR

4.0 MANUFACTURER'S DOCUMENTS TO BE SUBMITTED FOR APPROVAL PRIOR TO PROCUREMENT

a) Operational Write up b) G.A. and scheme drawing c) Terminal details d) Make of various equipment e) Quality Assurance Plan

a) G.A. Scheme drawing specifying make of component b) Terminal details c) Quality Assurance Plan d) CPRI approval certificate

5.0 TEST TO BE CARRIED OUT BY MANUFACTUR-

ER AT WORKS

a) Insulation Resistance b) Power frequency test c) Temperature rise test d) Voltage regulation test e) Performance test f) Degree of protection g) Simulated test

a) Insulation Resistance b) High Voltage test c) Simulated operational test d) Degree of protection e) Temperature rise test

6.0 DOCUMENTS TO BE SUBMITTED TO THIRD PARTY FOR INSPEC-

TION

a) Test records b) Guarantee certificate

a) Material test certificate b) Performance test certificate c) Guarantee certificate

7.0 INSPECTION TO BE DONE BY THIRD PARTY

a) Physical verification for compliance with drawing b) Performance test c) Simulated test d) Review of test records

a) Insulation Resistance b) High Voltage test c) Simulated operational test d) Degree of protection e) Temperature rise test f) Physical verification for

8.0 DOCUMENTS TO BE SUBMITTED ALONG WITH SUPPLIES DULY ENDORSED BY THIRD PARTY

a) GA & Scheme drawing b) Manufacturers test certificate c) Details of inspection carried out and test results d) Material release note

a) Material test certificate b) GA & Scheme drawing c) Details of inspection carried out and test results d) Material release note

9.0 SERVICES TO BE RENDERED BY MANUFACTURER

AT SITE

a) Checking of termination and commissioning of the panel by demonstrating performance and certifying satisfactory operation

a) Checking of termination and commissioning of the panel by demonstrating performance and certifying satisfactory operation

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.00.00 GENERAL

1.01.01 Manufacturer

1.01.02 Model No.

1.01.03 Type of Pump

1.01.04 Numbers offered

1.02.00 GUARANTEED PERFORMANCE

1.02.01 Rated capacity. CuM/hr.

(Specified telerance limit also

1.02.02 Total dynamic head at rated capacity, MLC

1.02.03 Shut off head, MLC

1.02.04 Range of operation of the pump

(% to % of rated capacity)

DATA SHEET FOR PUMP (Bidder to fill this sheet completely and sign and stamp and then upload in the Upload Section)

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.02.05 The pumps offered have contineously

rising head capacity curves from the

specific duty point towards shut-off

point.

1.02.06 The pumps offered have stable rising

H-Q curves within the Range of

Operation only.

1.02.07 Pump rated speed, RPM

1.02.08 Guaranteed pump efficiency at rated

capacity

1.02.09 Power Consumption

a) Guaranteed pump input

power at rated capacity KW

b) Guaranteed max. pump input

power within range of operation

kw

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

c) Pump input power at shut

off, KW

d) Motor rating recommended

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.03.00 DESIGN & CONSTRUCTION FEATURES

1.03.01 Type of pump casing

1.03.02 Pump duty (continuous/intermittent)

1.03.03 Location

1.03.04 Torque - speed curve of the pump furnished

1.03.05 Pumps suitable for paralel operation

1.03.06 Number of stage of pump

1.03.07 Specific speed

1.03.08 NPSH required in MLC for pump

operation at max. discharge

point within the Range

1.03.09 Moment of inertia of the complete

rotating system including pump,

motor, coupling etc. (GD2-kg/m2)

1.03.10 Minimum flow the pump can handle

without over heating Cum//Hr.

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.03.11 Whether pump is suitable designed so

that pump internals can be attended

without disturbing suction and discharging

piping.

1.03.14 Provision of rotor position adjustment

available

1.02.13 Type of coupling between pump and

drive

1.02.14 Bearing

a) Type

b) Location and No.

c) Type of lubricant

d) Coolant (furnish quality of

external cooling water if reqd.)

e)

Design life, Hrs.

1.03.15 Shaft sealing Arrangement

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.03.16 a) Type

b) Sealing Liquid

c)

Requirement of external

water, if any

i) Quality

ii) Quantity in Cum/Hr. pump

d) In case separate oil/grease/

water pump or any such equip-

ment required for bearing lubri-

cation/stuffing box gland sealing,

furnish, full technical details of

these equipment and their drive

as included in the offer

1.04.00 MATERIAL OF CONSTRUCTION

(Indicated applicable code/standards)

1.04.01 Casing

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.04.02 casing Liner

1.04.03

Diffuser

1.04.04 Impeller

1.04.05 Weraring ring (Casing)

1.04.06 Weraring ring (Impeller)

1.04.07 Shaft

1.04.08 Mechanical seal parts

1.04.09 Shaft sleeves

1.04.10 Mechanical seal parts

1.04.11 Base plate

1.04.12 Bearings (Radial)

1.04.13 Bearings (Thrust)

1.04.14 Hydraulic balancing device components

1.04.15 Stuffing Box

1.04.16 Gland

1.04.17 Gland Packing

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.04.18 Shaft Packing

1.04.19 Fasteners

1.04.20 Companion Flanges

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.05.00 DIMENSIONAL DETAILS

1.05.01

Suction nozzle O/D mm.

1.05.02 Discharge nozzle O/D mm.

1.05.03 Suction nozzle flange drilling

standard and pressure rating

1.05.04 Delivery nozzle flange drilling

standard and pressure rating

1.05.05 External water connection details

1.04.06 Pump shaft diameter, mm

1.04.07 Impeller diameter, mm

1.06.00 DRIVE DATA

1.06.00 Drive unit output at ambient condition

1.06.00 Rated speed, RPM

1.07.00 INSPECTION AND TESTING

1.06.01 Material test and NDT test

1.06.02 Hydrostatic test pressure & duration

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

of test min.

1.06.03 Static and Dynamic balance test

1.08.00 WEIGHT AND LOADING DATA

1.08.01 Wt. of the pump and drive assembly

for foundation design kg.

1.08.02 Wt. of the pump assembly kg

1.08.03

Wt. of the drive unit

1.08.04 Wt. of drive heaviest piece to be

handled, hg.

1.08.05 Drawing/Literature enclosed

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.01.00 Number and type

1.02.00 Manufacturer

1.03.00 Model

1.04.00 No. of cylinder, bore and

stroke in mm

1.05.00 Rated RPM

1.06.00 Brake Hose Power rating or

engine at rated RPM

1.06.01 Net brake available power at shaft

at rated RPM (KW) after deducting

all auxiliary power consumption and

also derating for site elevation & temp.

1.06.02 Derating factor values considered

in 1.06.1 above

1.06.03 Auxiliary power consumption

considered in 1.06.01 above

1.06.04 Net brake available power required

to drive the pump at 150% of rated

discharge (at site elevation and

ambient tem.)

1.06.05 Margin provided over the power

required at the duty point of the

pump after considering the effect

of site elevation and design ambient

temperature

1.06.06 Continuous hours of operations

DATA SHEET DIESEL ENGINE FOR FIRE PUMP (Bidder to fill this sheet completely and sign and stamp and then upload in the Upload

Section)

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

in full load of the engine, at the

site elevation and design ambient

temperature

1.06.07 Engine Performance Data

a) Brake specific fuel consumption

at :-

i) 1/4 load

ii) 1/2 load

iii) 3/4 load

iv) Full load

v) 110% load

b) Lube Oil Temperature C

c) Lube oil pressure, kg/cm2

d) Fuel oil pressure, kg/cm2

e) Blow oil pressure, kg/cm2

f) Exhaust Temperature C

g) Water temperature C

h) Lube oil consumption CuM/hr

i) Temporary governing

j) Permanent governing

1.07.00 Oil Lubrication System

1.07.01 Material and wire mesh size of filters

1.07.02 Whether pumps are crank driven ? YES/NO

1.07.03 Capacity and location of reservoirs

1.07.04 Whether all valves, piping and fittings, YES/NO

filters etc. provided

1.08.00 Speed giverning system provided as per YES/NO

specification

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.09.00 High water temperature shut down switch

provided as per Specn.

1.10.00 Self starting system

1.10.01 Voltage and capacity

1.10.02 Starting motor - make & type

1.10.03 Battery - make & type

1.10.04 Battery - No. per engine

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.11.00 Alternative manual starting arrangement

provided ?

1.12.00 Lubricantion oil Pressure Gauge

1.12.01 Make & Type

1.12.02 Number per engine

1.12.03 Range

1.12.04 Location

1.12.05 Accuracy

1.13.00 Thermometer for coolant temperature

measurement

1.13.01 Make & Type

1.13.02 Number per engine

1.13.03 Range

1.13.04 Location

1.13.05 Accuracy

1.14.00 Tachometer for engine RPM measurement

1.14.01 Make & Type

1.14.02 Number per engine

1.14.03 Range

1.14.04 Liocation

1.14.05 Accuracy

1.15.00 Make

1.15.01 Type

1.15.02 No. per engine

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.16.00 Both engine driven generator and rectifier

type battery charger furnished ?

1.17.00 Automatic controlling arrangement for

rectifier type battery charger furnished ?

1.18.00 Rectifier type Battery charger

1.18.01 Type of semiconductor

1.18.02 Supply voltage, phase 7 frequency

1.18.03 Delivery current rating amps

1.18.04 Temperature compensated voltage

sencitive relay supplied ?

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.18.05 Details

a) Make

b) No. per engine

c) Range

d) Dial size mm

1.18.06 Ammeter details

a) Make

b) No. per engine

c) Range

d) Dial size mm

1.19.00 Fuel System

1.19.01 Gravity Tank Details

a) No.

b) Whether integral with engine

c) Capacity liters

d) Materials

e) Size, mm

1.19.02 Engine fuel pump supplied YES/NO

1.19.03 All piping, values fittings filters etc. YES/NO

supplied?

1.20.00 Cooling System

1.20.01 Direct cooling system provided ? YES/NO

1.20.02 Necessary piping, fittings, values

perssure reducing orifice, pressure

gauges, duplex strainer etc. Furnished ?

1.20.03 Cooling water requirement CuM/Hr.

1.21.00 Level gauge for Fuel Oil Tank and

Lubricating Oil Sump

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.21.01 Make & Type

1.21.02 Numbers

1.21.03 Gauge glass body & cover material

1.21.04 Accessories e.g. off set valves union

bonnet, female union level connection,

flanged tank connection, vent and drain

plug are provided ?

1.21.05 Off set valves have ball check to YES/NO

prevent fluid loss in the event of

gauge glass breakage ?

1.21.06 Location

1.22.00 Temperature Indicator in Lubricating

Oil outlet from the Oil Cooler

1.22.01 Make & Type

1.22.02 Nos. per engine

1.22.03 Range

1.22.04 Location

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.22.05 Accuracy

1.23.00 Temperature Indicator (Contact type for

each Cylinder

1.23.01 Make & Type

1.23.02 Nos. per engine

1.23.03 Range

1.23.04 Location

1.23.05 Accuracy

1.24.00 Temperature Indicator for Exhaust

Gas

1.24.01 Make & Type

1.24.02 Nos. per engine

1.24.03 Location

1.24.04 Range

1.24.05 Accuracy

1.25.00 Differential pressure Gauges across

Strainer & Filters

1.25.01 Make & Type

1.25.02 Range

1.25.04 Location

1.25.05 Accuracy

1.26.00 Whether engine is provided with all

accessories e.g. walkways and stairs,

base plate, inlet and exhaust duct with

filters, silencers etc.

1.27.00 Days Tank

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

1.27.01 Nos. of offered

1.27.02 Capacity

a) M3

b) Hrs of engine operation

1.27.03 Overall dimension (mm)

1.27.04 Material of construction

1.27.05 Type of ends

1.27.06 Mounting

1.27.07 Joint efficience (%)

1.27.08 Code conforming to

1.27.09 Accessories/Instruments provided

1.28.00 Weight & Loading data

1.28.01 Wt. of the engine assembly along

with the wt. of other accessories

(kgf) for foundation design

1.28.02 Drawing/Literature submitted ? YES/NO

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

SL. DATA PERTICULARS UNIT

NO.

1.0 TYPE OF PUMP

2.0 MODEL NO.

3.0 CHARACTERISTIC CURVE ENCLOSED

4.0 PUMP RATED DISCHARGE (CUM/HR)

5.0 DISCHARGE HEAD (MWC)

6.0 MINIMUM EFFICIENCY CONSIDERING (%)

TOLERANCE

7.0 HP

8.0 HP

9.0 HP

10.0 HP

11.0 HP

12.0 HP

13.0 HP

14.0 HP

15.0

NOTE :

A) BIDDER TO SUBMIT CALCULATION FOR DERATION IN COMPLIANCE WITH

SPECIFICATION REQUIREMENT.

B) BIDDER TO SUBMIT SIMILAR SHEETS FOR ALL DUTY POINTS

PROJECT SHEET NO.

1 OF 1AT VARIOUS LOCATIONS

AUXILIARY POWER CONSUMPTION

RATING OF ENGINE AT SITE [11.0-(12.0+13.0)]

FACTOR OF SAFETY (14.00 ÷ 10.00)

ENGINE RATING REQUIRED AT SITE CONSIDERING MARGIN (20%)

DERATION OF ENGINE AT SITE

BHP REQUIRED BY PUMP AT 150% OF RATED DISCHARGE

ENGINE RATING REQUIRED AT SITE (HIGHER OF 8.0 & 9.0)

DIESEL ENGINE RATING OFFERED

DSPMS-107 OIL INSTALLATION / TERMINALS

BHP REQUIRED BY PUMP AT DUTY POINT

DATA SHEET PRIME MOVER SELECTION OF FIRE PUMP (DIESEL ENGINE DRIVEN)- Bidder to fill this sheet completely and sign

and stamp and then upload in the Upload Section

327 m3/hr 341 m3/hr 455 m3/hr 475 m3/hr 556 m3/hr 568 m3/hr 700 m3/hr 780 m3/hr

SL. DATA PERTICULARS UNIT

NO.

1.0 PUMP RATED DISCHARGE (CUM/HR)

2.0 DISCHARGE HEAD (RATED / 150% RATED) (MWC)

3.0 MINIMUM EFFICIENCY CONSIDERING(RATED / 150% RATED) (%)

TOLERANCE

4.0 BHP REQUIRED BY PUMP HP

5.0 AUXILIARY POWER CONSUMPTION HP

6.0 DERATION OF ENGINE AS PER NFPA-20 HP

7.0 POWER REQUIRED BY PUMP(7+8+9) HP

8.0 MARGIN OVER THEORETICAL POWER HP

REQUIREMENT (20%).

9.0 MINIMUM POWER OUTPUT TO ENGINE HP

REQUIRED BY PUMP (10.0+11.0).

10.0 DIESEL ENGINE RATING OFFERED HP

11.0 DIESEL ENGINE MODEL AND

MANUFACTURER OFFERED.

DATA SHEET ENGINE DRIVEN FIRE PUMP (DIESEL ENGINE DRIVEN)- Bidder to fill this sheet completely and sign and stamp

and then upload in the Upload Section

Page 1 of 24

ANNEXURE II

Bharat Petroleum Corporation Limited

General Purchase Conditions

The following conditions shall be applicable for all procurement unless specifically

mentioned in the Special Purchase Conditions.

INDEX

1. DEFINITIONS

2. REFERENCE FOR DOCUMENTATION

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER

4. LANGUAGE OF BID

5. PRICE

6. TAXES AND DUTIES

7. INSPECTION

8. SHIPPING

9. INDIAN AGENT COMMISSION

10. ORDER AWARD / EVALUATION CRITERIA

11. CONFIRMATION OF ORDER

12. PAYMENT TERMS

13. GUARANTEE/WARRANTY

14. PERFORMANCE BANK GUARANTEE

15. PACKING & MARKING

16. DELIVERY

17. UNLOADING AND STACKING

18. TRANSIT INSURANCE

19. VALIDITY OF OFFER

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE

21. RISK PURCHASE CLAUSE

22. FORCE MAJEURE CLAUSE

23. ARBITRATION CLAUSE

24. INTEGRITY PACT (IP)

25. RECOVERY OF SUMS DUE

26. CONFIDENTIALITY OF TECHNICAL INFORMATION

27. PATENTS & ROYALTIES

28. LIABILITY CLAUSE

29. COMPLIANCE OF REGULATIONS

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT

31. NON-WAIVER

32. NEW & UNUSED MATERIAL

33. PURCHASE PREFERENCE CLAUSE

34. CANCELLATION

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION

36. ASSIGNMENT

37. GOVERNING LAW

38. AMENDMENT

39. SPECIAL PURCHASE CONDITIONS

40 NOTICES

Page 2 of 24

Bharat Petroleum Corporation Limited

General Purchase Conditions

1. DEFINITIONS :

The following expressions used in these terms and conditions and in the purchase order

shall have the meaning indicated against each of these:

1.1. OWNER: Owner means Bharat Petroleum Corporation Limited (a Government of India

enterprise), a Company incorporated in India having its registered office at Bharat

Bhavan, 4 & 6 Currimbhoy Road, Ballard Estate, Mumbai 400038 and shall include its

successors and assigns (hereafter called BPCL as a short form).

1.2. VENDOR: Vendor means the person, firm or the Company / Corporation to whom this

Request for quotation (RFQ)/purchase order is issued and shall include its successors and

assigns.

1.3. INSPECTOR: Person/agency deputed by BPCL for carrying out inspection,

checking/testing of items ordered and for certifying the items conforming to the purchase

order specifications..

1.4. GOODS / MATERIALS: means any of the articles, materials, machinery, equipments,

supplies, drawing, data and other property and all services including but not limited to

design, delivery, installation, inspection, testing and commissioning specified or required

to complete the order.

1.5. SITE / LOCATION: means any Site where BHARAT PETROLEUM CORPORATION

LTD. desires to receive materials any where in India as mentioned in RFQ.

1.6. “RATE CONTRACT” means the agreement for supply of goods/ materials between

Owner and Vendor, for a fixed period of time (i.e till validity of Rate Contract, with no

commitment of contractual quantity) on mutually agreed terms and conditions. The actual

supply of goods/ materials shall take place only on issue of separate purchase orders for

required quantity as and when required by Owner.

1.7. “FIRM PROCUREMENT” means the agreement between the parties for mutually

agreed terms and conditions with commitment of Quantity Ordered.

2. REFERENCE FOR DOCUMENTATION :

Page 3 of 24

2.1. The number and date of Collective Request for Quotation (CRFQ) must appear on all

correspondence before finalization of Rate Contract / Purchase Order.

2.2. After finalization of Contract / Purchase Order: The number and date of Rate Contract /

Purchase Order must appear on all correspondence, drawings, invoices, dispatch advices,

(including shipping documents if applicable) packing list and on any documents or papers

connected with this order.

2.3. In the case of imports, the relevant particulars of the import Licence shall be duly indicated

in the invoice and shipping documents as well as on the packages or consignments.

3. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER :

The right to accept the tender will rest with the Owner.

4. LANGUAGE:

The Bid and all supporting documentation and all correspondence whatsoever exchanged

by Vendor and Owner, shall be in English language only.

5. Price :

Unless otherwise agreed to the terms of the RFQ, price shall be :

Firm and no escalation will be entertained on any ground, except on the ground of

statutory levies applicable on the tendered items.

6. TAXES AND DUTIES :

All vendors shall have VAT / CST/GST/Service tax registration in the concerned State

and vendor shall quote their TIN number in the quotation.

6.1. EXCISE DUTY :

6.1.1. Excise duty extra as applicable at the time of delivery within scheduled delivery period

will be payable by BPCL against documentary evidence. Vendor shall mention in their

offer, the percentage of excise duty applicable at present. Any upward variation in excise

duty rates, beyond the contractual delivery period, shall be to vendor‟s account.

6.1.2. In case Excise Duty is not applicable at present : Excise duty due to change in turn over is

not payable. If applicable in future, the same will be borne by vendor.

6.1.3. Owner shall take CENVAT Credit on the material supplied for both excise duty and cess

component and accordingly Excise duty / Cess should be quoted separately wherever

applicable.

Vendor shall ask the transporter of the goods to hand over the copy of excise invoice

(transporter‟s copy) at the time of delivery of goods at owner‟s site.

Page 4 of 24

6.2. SALES TAX / VAT/GST :

6.2.1. Sales Tax as applicable at the time of delivery within scheduled delivery period will be

payable by BPCL. Vendor shall give details of local sales tax and/oror central sales tax

currently applicable in their offer. The rates applicable for “CST without form C”, “CST

with form C" and “VAT” shall be clearly indicated.

6.2.2. Input VAT Credit may be claimed by BPCL, wherever applicable. Vendor shall submit

the TAX invoice.

6.3 Service tax :

All vendors shall have service tax registration wherever applicable. BPCL may also

claim CENVAT Credit on service tax. The vendor should quote service tax separately, if

applicable. Vendor shall submit the TAX invoice. Vendor is required to furnish serially

numbered and signed invoice / bill / challan containing the following details:

a) Name, address and registration number of the service provider b) Name and address of person receiving taxable service c) Description, classification and value of taxable service provided d) Service Tax Payable

6.4 FREIGHT AND OCTROI :

6.4.1 Freight: Firm freight charges to be quoted as indicated in the Tender documents. Freight

shall be payable after receipt of the Material(s) at the site, unless otherwise specified.

6.4.2. Octroi and entry taxes, if any, shall be invoiced separately and shall be re-imbursed by

BPCL at actuals after receipt of the Material(s) at the Site against the submission of

original documentary evidence for proof of payment of the related octroi and entry taxes,

as the case may be.

6.5. NEW STATUTORY LEVIES :

All new statutory levies leviable on sale of finished goods to owner , if applicable are

payable extra by BPCL against documentary proof, within the contractual delivery

period.

6.6 Variation in Taxes/Duties

Any increase/decrease in all the above mentioned statutory levies on the date of delivery

during the scheduled delivery period on finished materials will be on BPCL's account.

Any upward variation in statutory levies after contractual delivery date shall be to

vendor‟s account.

7. INSPECTION :

Page 5 of 24

7.1. Materials shall be inspected by BPCL approved third party inspection agency if

applicable before dispatch of materials. However, arranging and providing inspection

facilities is entirely vendor‟s responsibility and in no way shall affect the delivery

schedule.

7.2. Scope of Inspection shall be as per RFQ. Our registered third party inspection agencies

are SGS/GLISPL/IRS/DNV/LRIS/EIL/TATA Projects/PDIL/ULIPL/RITES

LTD/ITSIPL as amended time to time unless otherwise specified in the Special Purchase

Conditions.

7.3. Unless otherwise specified, the inspection shall be carried out as per the relevant

standards/scope of inspection provided alongwith the Tender Enquiry/Purchase Order.

7.4. BPCL may, at its own expense, have its representative(s) witness any test or inspection.

In order to enable BPCL‟s representative(s) to witness the tests/inspections. BPCL will

advise the Vendor in advance whether it intends to have its representative(s) be present at

any of the inspections.

7.5. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved

from its responsibilities to ensure that the Material(s), raw materials, components and

other inputs are supplied strictly to conform and comply with all the requirements of the

Contract at all stages, whether during manufacture and fabrication, or at the time of

Delivery as on arrival at site and after its erection or start up or consumption, and during

the defect liability period. The inspections and tests are merely intended to prima-facie

satisfy BPCL that the Material(s) and the parts and components comply with the

requirements of the Contract. The Vendor‟s responsibility shall also not be anywise

reduced or discharged because BPCL or BPCL‟s representative(s) or Inspector(s) shall

have examined, commented on the Vendor‟s drawings or specifications or shall have

witnessed the tests or required any chemical or physical or other tests or shall have

stamped or approved or certified any Material(s).

7.6. Although material approved by the Inspector(s), if on testing and inspection after receipt

of the Material(s) at the location, any Material(s) are found not to be in strict conformity

with the contractual requirements or specifications, BPCL shall have the right to reject

the same and hold the Vendor liable for non-performance of the Contract.

8. SHIPPING :

8.1 SEA SHIPMENT :

All shipment of materials shall be made by first class direct vessels, through the

chartering wing, Ministry of Surface Transport as per procedure detailed hereunder. The

Foreign Supplier shall arrange with Vessels Owners or Forwarding Agents for proper

storage of the entire Cargo intended for the project in a specific manner so as to faciliate

and to avoid any over carriage at the port of discharge. All shipment shall be under deck

unless carriage on deck is unavoidable.

The bills of lading should be made out in favour of `Bharat Petroleum Corporation Ltd..

or order'.

All columns in the body of the Bill of Lading namely marks and nos., material

description, weight particulars etc., should be uniform and accurate and such statements

Page 6 of 24

should be uniform in all the shipping documents. The freight particulars should mention

the basis of freight tonnage, heavy lift charges, if any, surcharge, discount etc. clearly and

separately. The net total freight payable shall be shown at the bottom.

SHIPPING DOCUMENTS :

All documents viz. Bill of Lading, invoices, packing list, freight memos, country of

origin certificates, test certificate, drawings and catalogues should be in English

language.

In addition of the bill of lading which should be obtained in three stamped original plus

as many copies as required, invoices, packing list, freight memos,(if the freight

particulars are not shown in the bills of lading), country of origin certificate, test /

composition certificate, shall be made out against each shipment in as many number of

copies as shown below.

The bill of lading, invoice and packing list specifically shall show uniformly the mark

and numbers, contents case wise, country of origin, consignees name, port of destination

and all other particulars as indicated under clause 2. The invoice shall show the unit

rates and net total F.O.B. prices. Items packed separately should also be invoiced and the

value shown accordingly. Packing list must show apart from other particulars actual

contents in each case, net and gross weights and dimensions, and the total number of

packages. All documents should be duly signed by the Vendor's authorised

representatives.

In the case of FOB orders, Shipping arrangements shall be made by the Chartering Wing

Of the Ministry of Surface Transport, New Delhi through their respective forwarding

agents. The names and addresses of forwarding agents shall be as per Special Purchase

Conditions. Supplier shall furnish to the respective agents the full details of consignments

such as outside dimension, weights (both gross and net) No of packages, technical

description and drawings, name of supplier, ports of loading, etc. 6 weeks notice shall be

given by the supplier to enable the concerned agency to arrange shipping space.

The bill of lading shall indicate the following :

Shipper : Goverment of India

Consignee : Bharat Petroleum Corporation Ltd.

In case of supplies from USA, Export Licences, if any required from the American

Authorities shall be Obtained by the U.S. Suppliers. If need be assistance for obtaining

such export licences would be available from India Supply Mission at Washington.

8.2 AIRSHIPMENT :

In case of Airshipment, the materials shall be shipped through freight consolidator

(approved by us). The airway bill shall be made out in favour of BHARAT

PETROLEUM CORPORATION LTD.

TRANSMISSION OF SHIPPING DOCUMENTS :

Page 7 of 24

Foreign Supplier shall obtain the shipping documents in seven complete sets including

three original stamped copies of the Bill of Lading as quickly as possible after the

shipment is made, and airmail as shown below so that they are received at least three

weeks before the Vessels arrival. Foreign Supplier shall be fully responsible or any delay

and / or demurrage in clearance of the consignment at the port due to delay in

transmittal of the shipping documents.

If in terms of letter or otherwise, the complete original set of documents are required to

be sent to BPCL through Bank the distribution indicated below will confine to copies of

documents only minus originals.

Documents BPCL (Mumbai)

Bill of Lading 4 (including 1 original)

Invoice 4

Packing List 4

Freight Memo 4

Country of Origin Certificate 4

Third party inspection certificate 4

Drawing 4

Catalogue 4

Invoice of Third Party 4

for inspection charges whenever applicable.

9. INDIAN AGENT COMMISSION :

Any offer through Indian agents will be considered only after authorization mentioning

them as Indian agents, is received from Vendor. Indian agents commission if applicable

will be payable only in Indian currency. Indian agents should be registered with

Directorate General of Supplies and Disposals, Government of India and agency

commission will be payable only after registration with DGS&D, New Delhi.

10. ORDER AWARD / EVALUATION CRITERIA :

Unless otherwise specified, Order award criteria will be on lowest quote landed price

basis. Landed price will be summation of Basic Price, Packing & Forwarding Charges,

Excise Duty, Sales Tax, Freight, Inspection, Octroi, Supervision of Installation &

Commissioning and other taxes & levies, loading etc, if any, reduced by cenvat/vat credit

as applicable.

11. CONFIRMATION OF ORDER :

The vendor shall acknowledge the receipt of the purchase order within 10 days of mailing

the same. The vendor shall sign, stamp the acknowledgement copy of the purchase order

and return the same to BPCL.

12. PAYMENT TERMS :

Page 8 of 24

12.1. Unless otherwise specified, 100% payment shall be made within 30 days from date of

receipt and acceptance of materials at Site against submission of Peformance Bank

Guarantee (PBG) for 10% of basic order value if PBG is applicable for the tender.

12.2. In the case of imports, payment will be made on submission of original documents

directly to Owner (Telegraphic Transfer-TT) or through Bank (Cash against documents-

CAD) or through irrevocable Letter of Credit.

12.3. Unless otherwise mentioned, the specified documents (All documents listed below (one

original and two copies)) should be submitted to originator of P.O. (the name and contact

details of whom are given in PO) and payments for despatches will be made by the

originator of Purchase Order :

a) Invoice

b) Excise invoice

c) The Lorry Receipt of the consignment

d) Packing list for the consignment

e) Third Party Inspector‟s Certificate covering the invoiced Material(s)/ Release

Note, wherever applicable

f) Manufacturers Test/Composition Certificate, wherever applicable

g) Drawing(s)/Catalogue(s) covering the Material(s) , wherever applicable

h) Guarantee/Warranty Certificate(s), wherever applicable.

i) Original Receipt for Octroi/other statutory levies as applicable.

j) Performance Bank Guarantee as applicable.

13. GUARANTEE/WARRANTY :

13.1. Materials shall be guaranteed against manufacturing defects, materials, workmanship and

design for a period of 12 months from the date of commissioning or 18 months from the

date of dispatch whichever is earlier. Warranty for replacement of material / accessories

should be provided free of charges at our premises. The above guarantee/warranty will

be without prejudice to the certificate of inspection or material receipt note issued by us

in respect of the materials.

13.2. All the materials including components and sub contracted items should be guaranteed by

the vendor within the warranty period mentioned above. In the event of any defect in the

material, the vendor will replace / repair the material at BPCL‟s concerned location at

vendor‟s risk and cost on due notice.

13.3. In case, vendor does not replace / repair the material on due notice, rejected material will

be sent to the vendor on “Freight to pay” basis for free replacement. Material after

rectification of defects shall be dispatched by the vendor on “Freight Paid” basis.

Alternatively, BPCL reserves the right to have the material repaired / replaced at the

locations concerned, at the vendor‟s risk, cost and responsibility.

13.4. The Vendor shall provide similar warrantee on the parts, components, fittings,

accessories etc. so repaired and / or replaced.

14. PERFORMANCE BANK GUARANTEE :

Page 9 of 24

14.1. Vendor will have to provide Performance Bank Guarantee for 10% of the basic value of

purchase order unless otherwise specified. This bank guarantee shall be valid (shall

remain in force) for guarantee period (as mentioned in the guarantee clause), with an

invocation period of six months thereafter. In the case of Indigenous vendors, the

Performance Bank Guarantee shall be given on a non-judicial stamp paper of appropriate

value (currently Rs 100). PBG format is as per Annexure I.

In case, PBG is not provided by the Vendor, 10% of the basic value shall be retained in

lieu of PBG, till the expiry of guarantee and claim period.

In the case of imports, the Supplier shall furnish the Performance Bank Guarantee (as per

Annexure I) through the following :

a) Branches of Indian scheduled banks operating in their Country.

b) Foreign bank operating in their Country which is counter guaranteed by branches of

Indian scheduled banks operating in their Country/India.

c) Indian branches of foreign banks.

d) Foreign bank operating in their Country counter guaranteed by their Indian branch

However, in respect of c) and d) above, the Indian branch of foreign banks should be

recognized as scheduled bank by Reserve Bank of India.

14.2. If Vendor wants to submit the PBG at Contract level to avoid multiple number of PBG

(i.e. PBG issued against every purchase/call off order) then the validity of PBG will be

calculated as mentioned below :

14.2.1. Validity of PBG = Rate Contract Issue Date (Start Date of Rate Contract) + Rate

Contract Period (validity of Rate Contract) + Contractual Delivery Period of material +

Contractual Guarantee period + 6 month (for invocation / Claim).

15. PACKING & MARKING :

15.1 PACKING :

15.1.1 Packing shall withstand the hazards normally encountered with the means of transport

for the goods of this purchase order including loading and unloading operation both by

crane and by pushing off.

In the case of imports, all equipments / materials shall be suitably packed in weather

proof, seaworthy packing for ocean transport under tropical conditions and for rail or

road or other appropriate transport in India. The packing shall be strong and efficient

enough to ensure safe preservance upto the final point of destination.

Raw/Solid wood packaging material of imported items has to be appropriately treated &

marked as per International Standard of Phytosanitary Measures (ISPM-15") for material

originating from the contracting countries to the International Plant Protection

Convention or the members of Food & Agriculture Organization. Material from non-

contracting parties would have to be accompanied by a phytosanitary certificate of the

treatment endorsed. The Custom Officer at Indian Port shall not release the material

without appropriate compliance of the above provisions w.e.f. 01.11.2004.

Page 10 of 24

15.1.2 The packing specification incorporated herein are supplementary to the internal and

external packing methods and standards as per current general rules of J.R.A. Good Tariff

Part-I. All packaging shall be done in such a manner as to reduce volume as much as

possible.

15.1.3 Fragile articles should be packed with special packing materials depending on the type of

Materials and the packing shall bear the words "HANDLE WITH CARE GLASS

FRAGILE, DON'T ROLL THIS END UP. THIS END DOWN," to be indicated by

arrow.

15.1.4 Chemicals in powder form, catalyst, refractories and like materials etc. shall be packed in

drums, cans and tins only. However, Catalyst may be supplied in Jumbo bags.

15.1.5 The hazardous materials shall be packed in accordance with the applicable rules,

regulations and tariff of all cognizant Government Authorities and other Governing

bodies. It shall be the responsibility of the seller of hazardous materials to designate the

material as hazardous and to identify each material by its proper commodity name and its

hazardous material class code.

15.1.6 All package requiring handling by crane should have sufficient space at appropriate place

to put sling of suitable dia (strength). Iron/Steel angle should be provided at the place

where sling marking are made to avoid damage to package/ equipment while lifting.

15.1.7 Item shipped in bundles must be securely tied with steel wire or strapping. Steel

reinforcing rods, bars, pipes, structural members etc. shall be bundled in uniform lengths

and the weight shall be within the breaking strength of the securing wire or strapping.

In the case of imports, for bundles the shipping marks shall be embossed on metal or

similar tag and wired securely on each end.

15.1.8 All delicate surface on equipment/materials should be carefully protected and printed

with protective paint/compound and wrapped to prevent rusting and damage.

15.1.9 All mechanical and electrical equipment and other heavy articles shall be securely

fastened to the case bottom and shall be blocked and braced to avoid any

displacement/shifting during transit.

15.1.10 Attachments and spare parts of equipment and all small pieces shall be packed separately

in wooden cases with adequate protection inside the case and wherever possible should

be sent along with the main equipment. Each item shall be suitably tagged with

identification of main equipment, item denomination and reference number of respective

assembly drawing. Each item of steel structure and furnaces shall be identified with two

erection markings with minimum lettering height of 15mm. Such markings will be

followed by the collection numbers in indelible ink/paint. A copy of the packing list shall

accompany the materials in each package.

15.1.11 All protrusions shall be suitably protected by providing a cover comprising of tightly

bolted wooden disc on the flanges. All nozzles, holes and openings and also all delicate

surfaces shall be carefully protected against damage and bad weather. All manufactured

surfaces shall be painted with rust proof paint.

Page 11 of 24

In the case of imports, for bulk uniform material when packed in several cases,

progressive serial numbers shall be indicated on each case.

15.1.12 Wherever required, equipment/materials instruments shall be enveloped in polythene

bags containing silicagel or similar dehydrating compound.

15.1.13 Pipes shall be packed as under:

a. Upto 50mm NB in wooden cases/crates.

b. Above 50mm NB and upto 100mm NB in bundles and should be strapped at minimum

three places.

c. Above 100mm NB in loose.

15.1.14 Pipes and tubes of stainless steel, copper etc. shall be packed in wooden cases

irrespective of their sizes.

15.1.15 Pipes with threaded or flanged ends shall be protected with suitable caps covers, before

packing.

In the case of imports, all pipes and sheets shall be marked with strips bearing

progressive no.

15.1.16 Detailed packing list in waterproof envelope shall be inserted in the package together

with equipment/materials. One copy of the detailed packing list shall be fastened outside

of the package in waterproof envelope and covered by metal cover.

15.1.17 The supplier shall be held liable for all damages or breakages to the goods due to the

defective or insufficient packing as well as for corrosion due to insufficient protection.

15.1.18 Packaged equipment or materials showing damage defects or shortages resulting from

improper packaging materials or packing procedures or having concealed damages or

shortages, at the time of unpacking shall be to the supplier‟s account.

All packages which require special handling and transport should have their Centres of

Gravity and the points at which they may be slung or gripped clearly indicated and

marked “ATTENTION SPECIAL LOAD HANDLE WITH CARE” both in

English/Hindi Languages.

In the case of imports, a distinct colour splash in say red black around each package crate

/ bundle shall be given for identification. 15.1.19 Along with the packed material, supplier should attach material list, manuals/instructions

and also the Inspection certificate/release note, wherever applicable.

15.2. MARKING :

The following details to be written on the side face of packing:

Page 12 of 24

a) Purchase Order Number

b) Vendor Name

c) Batch no with Manufacturing date

d) Procedure (in brief) for handling

e) Date of dispatch etc.

15.3 Imported items :

On three sides of the packages, the following marks shall appear, clearly visible, with

indelible paint and on Vendor's care and expenses.

BHARAT PETROLEUM CORPORATION LIMITED

(With detailed address as given in Special Purchase Conditions)

From :

To : Bharat Petroleum Corpn.Ltd.

(With detailed address as given in Special Purchase Conditions)

Order no. Rev. no.

Item :

Equipment Nomenclature :

Net weight : Kgs.

Gross weight : Kgs.

Case No. of Total cases :

Dimensions :

Import Licence No.

NOTE :

Marking shall be bold - minimum letter height 5 cm. For every order and every

shipment, packages must be marked with serial progressive numbering.

Top heavy containers shall be so marked either Top Heavy or Heavy Ends.

When packing material is clean and light coloured, a dark black stencil paint shall be

acceptable. However, where packaging material is soiled or dark, a coat of flat zinc

white paint shall be applied and allowed to dry before applying the specific markings.

In case of large equipments like vessels, heat exchangers, etc. the envelope containing the

documents shall be fastened inside a shell connection, with an identifying arrow sign

"documents" using indelible paint.

Page 13 of 24

16. DELIVERY :

16.1. Unless otherwise mentioned, Vendor is requested to quote their best delivery schedule

from the date of receipt of Purchase order.

16.2. Time being the essence of this contract, the delivery mentioned in the purchase order

shall be strictly adhered to and no variation shall be permitted except with prior

authorization in writing from the Owner. Goods should be delivered, securely packed and

in good order and condition, at the place of delivery and within the time specified in the

purchase order for their delivery.

16.3. The contractual delivery period is inclusive of all the lead time for engineering /

procurement of raw material, the manufacturing, inspection / testing, packing,

transportation or any other activity whatsoever required to be accomplished for effecting

the delivery at the required delivery point.

16.4. Unless otherwise specified, Material(s) shall not be despatched without prior inspection

and/or testing and Release Order/Material(s) Acceptance Certificate issued by the

Inspector(s).

16.5. BPCL shall have the right to advise any change in despatch point or destination in respect

of any Material(s). Any extra expenditure incurred by the Vendor on this account

supported by satisfactory documentary evidence, will be reimbursed to the Vendor by

BPCL.

17. UNLOADING AND STACKING :

Unloading and stacking will be arranged by BPCL. The Vendor shall send BPCL

information of the proposed consignment well in advance by telegram/fax/e-mail/courier

to enable BPCL to take necessary action.

18. TRANSIT INSURANCE :

Unless otherwise mentioned,

18.1. Transit Insurance shall be covered by BPCL against its Mega Package Policy.

18.2 In the case of imports, insurance against all marine and transit risk shall be covered under

the Owner's marine policy. However, the Vendor shall ensure that in effecting

shipments clear bill of lading are obtained and the carrier's responsibility is fully retained

on the Carriers so that the consignee's interests are fully secured and are in no way

jeopardized.

18.2. The Vendor shall send BPCL information of the proposed consignment well in advance

by telegram/fax/e-mail/courier to enable BPCL to take necessary action for the transit

insurance of the consignment. Any failure by the Vendor to do so shall place the

consignment at the Vendor‟s risk.

Page 14 of 24

18.3. In the case of imports, as soon as any shipment is made, the Foreign Supplier shall send

advance information by way of Telex message to Bharat Petroleum Corporation Ltd.,

(with detailed address as given in Special Purchase Conditions) giving particulars of the

shipments, vessels name, port of shipment, bill of lading number and date, total FOB and

freight value.

19 VALIDITY OF OFFER:

The rates quoted against this tender shall be valid for a period of 90 Days from the date

of opening of the tender unless otherwise specified in the Special Purchase Conditions.

20. DELIVERY DATES AND PRICE REDUCTION SCHEDULE :

20.1. The time and date of Delivery of Material(s) as stipulated in the Contract shall be adhered

to on the clear understanding that the Price(s) of the Material(s) has/have been fixed with

reference to the said Delivery date(s).

20.2. If any delay is anticipated by the Vendor in the delivery of the Material(s) or any of them

beyond the stipulated date(s) of Delivery, the Vendor shall forthwith inform BPCL in

writing of such anticipated delay and of the steps being taken by the Vendor to remove or

reduce the anticipated delay, and shall promptly keep BPCL informed of all subsequent

developments.

20.3. The delivery period quoted must be realistic & specific. The inability of successful

Vendors to execute orders in accordance with the agreed delivery schedule will entitle

BPCL, at its options, to :

20.3.1. Accept delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of

the basic value of any goods not delivered for every week of delay or part thereof, limited

to a maximum of 5% of the total basic order value. LR date will be considered as delivery

completion date for calculation of price reduction in the case of ex works contract. Date

of receipt of materials at owners premises shall be considered for calculation of price

reduction for F.O.R destination contract.

In the case of imports, the contractual delivery date shall be considered from the date of

Letter of Credit (L/C) or the date of L/C amendment because of Buyer‟s fault plus one

week (to take care of transit time for receipt of L/c) plus the delivery schedule as

indicated by the vendors.

In case of the shipment taking place on “Cash against documents”, the contractual

delivery shall be taken from the date of purchase order plus one week (to take care of

transit time for receipt of order) plus delivery period.

Further the date of B/L or House airway bill shall be considered to find out the delay with

respect to contractual delivery date. In case of FOB shipments if the vessel is not

available then the intimation by vendors regarding readiness of the goods for the

shipment shall be considered for calculating the delay if any. So vendor shall inform the

readiness of material for shipment on FOB (Free on Board)basis / FCA (Free on Carrier)

basis.

Page 15 of 24

20.3.2. Cancel the order in part or full and purchase such cancelled quantities from elsewhere on

account at the risk and cost of the vendor, without prejudice to its right under 20.3.1

above in respect of goods delivered.

21. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the

vendor fails to comply with the delivery schedule and other terms & conditions of the

order. BPCL also reserves the right to procure the same or similar materials/equipment

through other sources at vendor's entire risk, cost and consequences. Further, the vendor

agrees that in case of procurement by the owner from other sources the differential

amount paid by the owner shall be on account of the vendor together with any interest

and other costs accrued thereon for such procurement.

22. FORCE MAJEURE CLAUSE :

(A) Definition: The term “Force Majeure” means any event or circumstance or

combination of events or circumstances that affects the performance by the

vendor of its obligations pursuant to the terms of this Agreement (including by

preventing, hindering or delaying such performance), but only if and to the extent

that such events and circumstances are not within the vendor‟s reasonable control

and were not reasonably foreseeable and the effects of which the vendor could not

have prevented or overcome by acting as a Reasonable and Prudent person or, by

the exercise of reasonable skill and care. Force Majeure events and circumstances

shall in any event include the following events and circumstances to the extent

they or their consequences satisfy the requirements set forth above in this Clause:

(i) the effect of any element or other act of God, including any storm,

flood, drought, lightning, earthquake, tidal wave, tsunami, cyclone

or other natural disaster;

(ii) fire, accident, loss or breakage of facilities or equipment, structural

collapse or explosion;

(iii) epidemic, plague or quarantine;

(iv) air crash, shipwreck, or train wreck;

(v) acts of war (whether declared or undeclared), sabotage, terrorism

or act of public enemy (including the acts of any independent unit

or individual engaged in activities in furtherance of a programme

of irregular warfare), acts of belligerence of foreign enemies

(whether declared or undeclared), blockades, embargoes, civil

disturbance, revolution, rebellion or insurrection, exercise of

military or usurped power, or any attempt at usurpation of power;

(vi) radioactive contamination or ionizing radiation;

( B) Notice and Reporting:

Page 16 of 24

( i ) The Vendor shall as soon as reasonably practicable after the date

of commencement of the event of Force Majeure, but in any event

no later than two (7) days after such commencement date, notify

the BPCL in writing of such event of Force Majeure and provide

the following information:

(a) reasonably full particulars of the event or circumstance of

Force Majeure and the extent to which any obligation will

be prevented or delayed;

(b) such date of commencement and an estimate of the period

of time required to enable the vendor to resume full

performance of its obligations; and

(c) all relevant information relating to the Force Majeure and

full details of the measures the vendor is taking to

overcome or circumvent such Force Majeure.

(ii) The Vendor shall, throughout the period during which it is prevented

from performing, or delayed in the performance of, its

obligations under this Agreement, upon request, give or procure

access to examine the scene of the Force Majeure including such

information, facilities and sites as the other Party may

reasonably request in connection with such event. Access to any

facilities or sites shall be at the risk and cost of the Party

requesting such information and access.

(C) Mitigation Responsibility:

(i) The Vendor shall use all reasonable endeavours, acting as a

Reasonable and Prudent Person, to circumvent or overcome any

event or circumstance of Force Majeure as expeditiously as

possible, and relief under this Clause shall cease to be available to

the Vendor claiming Force Majeure if it fails to use such

reasonable endeavours during or following any such event of Force

Majeure.

(ii) The Vendor shall have the burden of proving that the

circumstances constitute valid grounds of Force Majeure under this

Clause and that it has exercised reasonable diligence efforts to

remedy the cause of any alleged Force Majeure.

(iii) The Vendor shall notify BPCL when the Force Majeure has

terminated or abated to an extent which permits resumption of

performance to occur and shall resume performance as

expeditiously as possible after such termination or abatement.

(D) Consequences of Force Majeure. Provided that the Vendor has

Page 17 of 24

complied and continues to comply with the obligations of this

Clause and subject to the further provisions:

(i) the obligations of the Parties under this Agreement to the extent

performance thereof is prevented or impeded by the event of Force

Majeure shall be suspended and the Parties shall not be liable for

the non-performance thereof for the duration of the period of Force

Majeure; and

(ii) the time period(s) for the performance of the obligations of the

Parties under this Agreement to the extent performance thereof is

prevented or impeded by the event of Force Majeure shall be

extended for the duration of the relevant period of Force Majeure

except as provided herein.

(E) Force Majeure Events Exceeding 60 Days

(i) If an event or series of events (alone or in combination) of Force

Majeure occur, and continue for a period in excess of 60

consecutive days, then BPCL shall have the right to terminate this

agreement, whereupon the Parties shall meet to mitigate the

impediments caused by the Force Majeure event.

23. ARBITRATION CLAUSE :

23.1 Any dispute or difference of any nature whatsoever, any claim, cross-claim,

counter-claim or set off of BPCL/Vendor against omission or on account of any

of the parties hereto arising out of or in relation to this Contract shall be referred

to the Sole Arbitration of Director(Marketing) / Director (HR) / Director (R) of

BPCL as the case may be or to some officer of BPCL who may be nominated by

them.

23.2. In the event the Arbitrator being unable or refusing to act for any reason whatsoever, the

said Directors of BPCL shall designate another person to act as an Arbitrator in

accordance with the terms of the said Contract/Agreement. The Arbitrator newly

appointed shall be entitled to proceed with the reference from the point at which it was

left by his predecessor.

23.3. It is known to the parties herein that the Arbitrator appointed hereunder is an employee of

the Corporation and may be Share holder of the Corporation.

23.4. The award of the Arbitrator so appointed shall be final, conclusive and binding on all the

parties to the contract and the law applicable to arbitration proceedings will be the

Arbitration and Conciliation Act, 1996 or any other enactment in replacement thereof.

23.5. The language of the proceedings will be in English and the place of proceedings will be

Mumbai.

Page 18 of 24

23.6. The parties hereby agree that the Courts in the city of Mumbai alone shall have

jurisdiction to entertain any application or other proceedings in respect of anything

arising under this Agreement and any Award or Awards made by the Sole Arbitrator

hereunder shall be filed, if required, in the concerned Courts in the City of Mumbai alone.

(legal)

24. INTEGRITY PACT (IP) :

Vendors are requested to sign & return our pre-signed IP document , if applicable. This

document is essential & binding. Vendor's failure to return the IP document duly signed

along with Bid Document may result in the bid not being considered for further

evaluation.

25. RECOVERY OF SUMS DUE :

Whenever, any claim against vendor for payment of a sum of money arises out of or

under the contract, the owner shall be entitled to recover such sums from any sum then

due or when at any time thereafter may become due from the vendor under this or any

other contract with the owner and should this sum be not sufficient to cover the

recoverable amount of claim(s), the vendor shall pay to BPCL on demand the balance

remaining due.

26. CONFIDENTIALITY OF TECHNICAL INFORMATION :

Drawing, specifications and details shall be the property of the BPCL and shall be

returned by the Vendor on demand. The Vendor shall not make use of drawing and

specifications for any purpose at any time save and except for the purpose of BPCL. The

Vendor shall not disclose the technical information furnished to or organized by the

Vendor under or by virtue of or as a result of the implementation of the Purchase Order to

any person, firm or body or corporate authority and shall make all endeavors to ensure

that the technical information is kept CONFIDENTIAL. The technical information

imparted and supplied to the vendor by BPCL shall at all time remain the absolute

property of BPCL. Imparting of any confidential information by the Vendor will be

breach of contract.

27. PATENTS & ROYALTIES :

The vendor shall fully indemnify BPCL and users of materials specified herein/supplied

at all times, against any action, claim or demand, costs and expenses, arising from or

incurred by reasons of any infringement or alleged infringement of any patent, registered

design, trademark or name, copy right or any other protected rights in respect of any

materials supplied or any arrangement, system or method of using, fixing or working

used by the vendor. In the event of any claim or demand being made or action sought

against BPCL in respect of any of the aforesaid matter, the vendor shall be notified

thereof immediately and the vendor shall at his/its own expense with (if necessary) the

assistance of BPCL (whose all expense shall be reimbursed by the vendor) conduct all

negotiations for the settlement of the same and/or litigation which may arise thereof.

Page 19 of 24

28. LIABILITY CLAUSE :

In case where it is necessary for employees or representatives of the Vendor to go upon

the premises of owner, vendor agrees to assume the responsibility for the proper conduct

of such employees/representatives while on said premises and to comply with all

applicable Workmen's Compensation Law and other applicable Government Regulations

and Ordinances and all plant rules and regulations particularly in regard to safety

precautions and fire hazards. If this order requires vendor to furnish labour at site, such

vendor's workmen or employees shall under no circumstances be deemed to be in owner's

employment and vendor shall hold himself responsible for any claim or claims which

they or their heirs, dependent or personal representatives, may have or make, for damages

or compensation for anything done or committed to be done, in the course of carrying

out the work covered by the purchase order, whether arising at owner's premises or

elsewhere and agrees to indemnify the owner against any such claims, if made against the

owner and all costs of proceedings, suit or actions which owner may incur or sustain in

respect of the same.

29. COMPLIANCE OF REGULATIONS :

Vendor warrants that all goods/Materials covered by this order have been produced, sold,

dispatched, delivered and furnished in strict compliance with all applicable laws,

regulations, labour agreement, working condition and technical codes and statutory

requirements as applicable from time to time. The vendor shall ensure compliance with

the above and shall indemnify owner against any actions, damages, costs and expenses of

any failure to comply as aforesaid.

30. REJECTION, REMOVAL OF REJECTED GOODS AND REPLACEMENT:

In case the testing and inspection at any stage by inspectors reveal that the equipment,

materials and workmanship do not comply with specification and requirements, the same

shall be removed by the vendor at his/its own expense and risk, within the time allowed

by the owner. The owner shall be at liberty to dispose off such rejected goods in such

manner as he may think appropriate. In the event the vendor fails to remove the rejected

goods within the period as aforesaid, all expenses incurred by the owner for such disposal

shall be to the account of the vendor. The freight paid by the owner, if any, on the inward

journey of the rejected materials shall be reimbursed by the vendor to the owner before

the rejected materials are removed by the vendor. The vendor will have to proceed with

the replacement of the equipment or part of equipment without claiming any extra

payment if so required by the owner. The time taken for replacement in such event will

not be added to the contractual delivery period.

31. NON-WAIVER :

Failure of the Owner to insist upon any of the terms or conditions incorporated in the

Purchase Order or failure or delay to exercise any rights or remedies herein, or by law or

failure to properly notify Vendor in the event of breach, or the acceptance of or payment

of any goods hereunder or approval of design shall not release the Vendor and shall not

be deemed a waiver of any right of the Owner to insist upon the strict performance

thereof or of any of its or their rights or remedies as to any such goods regardless of when

such goods are shipped, received or accepted nor shall any purported oral modification or

revision of the order by BPCL act as waiver of the terms hereof. Any waiver to be

Page 20 of 24

effective must be in writing. Any lone incident of waiver of any condition of this

agreement by BPCL shall not be considered as a continuous waiver or waiver for other

condition by BPCL.

32. NEW & UNUSED MATERIAL :

All the material supplied by the vendor shall be branded new, unused and of recent

manufacture.

33. PURCHASE PREFERENCE CLAUSE :

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase

preference as admissible/applicable from time to time under the existing Govt. policy.

Purchase preference to a PSE shall be decided based on the price quoted by PSE as

compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs

owned by Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs,

purchase preference as admissible/applicable from time to time under the existing Govt.

policy. Purchase preference to a MSE and a MSE owned by SC/ST entrepreneurs

shall be decided based on the price quoted by the said MSEs as compared to L1 Vendor

at the time of evaluation of the price bid.

34. CANCELLATION :

34.1. BPCL reserves the right to cancel the contract/purchase order or any part thereof through

a written notice to the vendor if.

34.1.1. The vendor fails to comply with the terms of this purchase order/contract.

34.1.2. The vendor becomes bankrupt or goes into liquidation.

34.1.3. The vendor fails to deliver the goods on time and/or replace the rejected goods promptly.

34.1.4. The vendor makes a general assignment for the benefit of creditors.

34.1.5. A receiver is appointed for any of the property owned by the vendor.

34.2. Upon receipt of the said cancellation notice, the vendor shall discontinue all work on the

purchase order matters connected with it. BPCL in that event will be entitled to procure

the requirement in the open market and recover excess payment over the vendor's agreed

price if any, from the vendor and also reserving to itself the right to forfeit the security

deposit if any, made by the vendor against the contract. The vendor is aware that the said

goods are required by BPCL for the ultimate purpose of materials production and that

non-delivery may cause lossof production and consequently loss of profit to the BPCL. In

this-event of BPCL exercising the option to claim damages for non delivery other than

by way of difference between the market price and the contract price, the vendor shall

pay to BPCL, fair compensation to be agreed upon between BPCL and the vendor. The

Page 21 of 24

provision of this clause shall not prejudice the right of BPCL from invoking the

provisions of price reduction clause mentioned in 20.3.1 as aforesaid.

35. ANTI –COMPETITIVE AGREEMENTS/ABUSE OF DOMINANT POSITION :

The Competition Act, 2002 as amended by the Competition (Amendment) Act, 2007 (the

Act), prohibits anti- competitive practices and aims at fostering competition and at

protecting Indian markets against anti- competitive practices by enterprises. The Act

prohibits anti- competitive agreements, abuse of dominant position by enterprises, and

regulates combinations (consisting of acquisition, acquiring of control and M&A)

wherever such agreements, abuse or combination causes, or is likely to cause, appreciable

adverse effect on competition in markets in India. BPCL reserves the right to approach

the Competition Commission established under the Act of Parliament and file

information relating to anti-competitive agreements and abuse of dominant position. If

such a situation arises, then Vendors are bound by the decision of the Competitive

Commission and also subject to penalty and other provisions of the Competition Act.

36. ASSIGNMENT

The Vendor can / does not have any right to assign his rights and obligations under these

general purchase conditions without the prior written approval of BPCL.

37. GOVERNING LAW

These General Purchase Conditions shall be governed by the Laws of India.

38. AMENDMENT

Any amendment to these General Purchase Conditions can be made only in writing and

with the mutual consent of the parties to these conditions.

39. SPECIAL PURCHASE CONDITIONS

In case of a conflict between the clauses, terms and conditions of General Purchase

Conditions and Special Purchase condition, the clauses, terms and conditions of Special

Purchase Condition will have an overriding effect over General Purchase Conditions and

the same shall be applicable.

Page 22 of 24

40. NOTICES

Any notices to be given hereunder by a Party to the other shall be in English and

delivered by hand or sent by courier or facsimile to the other Party at the address

or facsimile number stated below or such other address or number as may be

notified by the relevant Party from time to time:

BPCL

_______________________ _______________________

_______________________

Vendor

_______________________

_______________________

_______________________

Please sign & return all the pages of GPC as a token of your acceptance of all the terms &

conditions as mentioned above.

Page 23 of 24

PERFORMANCE BANK GUARANTEE

(On Non-judicial paper for appropriate value)

To,

Bharat Petroleum Corporation Limited

---------------------------------

--------------------------------

Dear Sir,

In consideration of the Bharat Petroleum Corporation Limited, (hereinafter called „the Company‟

which expression shall include its successors and assigns) having awarded to M/s. (Name)

………. (Constitution)………….. (address) ……….(hereinafter referred to as “The vendor”

which expression shall wherever the subject or context so permits include its successors and

assigns) a supply contract in terms interalia, of the Company‟s Purchase order No…….. dated

………. and the General and Special Purchase Conditions of the Company and upon the

condition of vendor‟s furnishing security for the performance of the vendor‟s obligations and/or

discharge of the vendor‟s liability under and / or in connection with the said supply contract upto

a sum of Rs.(in figures)…………..Rs(in words)…………………………only amounting to 10%

(ten percent)of the total contract value.

We, (Name)…………..(constitution) ……………(hereinafter called “the Bank” which

expression shall include its successors and assigns) hereby jointly and severally undertake and

guarantee to pay to the Company in -----(Currency) forthwith on demand in writing and without

protest or demur of any and all moneys any wise payable by the Vendor to the Company under in

respect of or in connection with the said supply contract inclusive of all the Company‟s losses and

expenses and other moneys anywise payable in respect to the above as specified in any notice of

demand made by the Company to the Bank with reference to this Guarantee upto an aggregate

limit of Rs(in figures)…………Rs(in words)……………………….only.

AND the Bank hereby agrees with the Company that

i. This Guarantee/undertaking shall be a continuing guarantee and shall remain valid

and irrevocable for all claims of the Company and liabilities of the vendor arising

upto and until midnight of …………………………………..

This date shall be 6 months from the last date of guarantee period.

ii This Guarantee / Undertaking shall be in addition to any other guarantee or security of

whatsoever that the Company may now or at any time otherwise have in relation to the vendor‟s

obligation/liabilities under and /or connection with the said supply contract, and the Company

shall have full authority to take recourse to or reinforce this security in preference to the other

security(ies) at its sole discretion, and no failure on the part of the Company in enforcing or

requiring enforcement of any other security shall have the effect of releasing the Bank from its

liability hereunder.

ii. The Company shall be at liability without reference to the Bank and without effecting

the full liability of the Bank hereunder to take any other security in respect of the

Page 24 of 24

vendor‟s obligations and /or liabilities under or in connection with the said supply

contract and to vary the terms vis a vis the vendor of the said supply contract or to

grant time and / or indulgence to the vendor or to reduce or to increase or otherwise

vary the prices of the total contract value or to release or to forbear from enforcement

all or any of the obligations of the vendor under the said supply contract and / or the

remedies of the Company under any other security(ies) now or hereafter held by the

Company and no such dealing(s), variation(s), reduction(s), increase(s) or the

indulgence(s) or arrangement(s) with the vendor or release or forbearance whatsoever

shall have the effect of releasing the Bank from its full liability to the Company

hereunder or of prejudicing rights of the Company against the Bank.

iv. This Guarantee /Undertaking shall not be determined by the liquidation or winding up

ordissolution or change of constitution or insolvency of the vendor but shall in all respects and for

all purposes be binding and operative until payment of all moneys payable to the Company in

terms hereof.

v. The Bank hereby waives all rights at any time inconsistent with the terms of the Guarantee /

Undertaking and the obligations of the Bank in terms hereof shall not be anywise affected or

suspended by reason of any dispute or disputes having been raised by the vendor (whether or not

pending before any Arbitrator, officer, Tribunal or Court) or any denial of liability by the vendor

or any other order of communication whatsoever by the vendor stopping or preventing or

purporting to stop or prevent any payment by the Bank to the Company in terms hereof.

vi. The amount stated in any notice of demand addressed by the Company to the Guarantor as

liable to be paid to the Company by the vendor or as suffered or incurred by the Company on

account of any losses or damages of costs, charges and or expenses shall as between the Bank and

the Company be conclusive of the amount so liable to be paid to the Company or suffered or

incurred by the Company, as the case may be and payable by the Guarantor to Company in terms

hereof.

Yours faithfully,

(Signature)

NAME & DESIGNATION

NAME OF THE BANK

NOTES:

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

1. VENDORS SCOPE OF WORK

Scope of supply includes Engineering, Manufacturing, Testing, Supply, Supervision of Installation & Commissioning and Comprehensive Annual Maintenance for Diesel Engine Driven Fire Water Pumps at various POL locations.

2. REQUIREMENT OF BPCL :

A firm order would be placed on the successful bidder for each line item (Refer Evaluation Methodology of this Annexure)

The capacity wise requirement of the Firewater Pump is as given below:

SL.NO LOCATION

CAPACITY (M3/hr) of Fire Water Pumps Qty.

1 DESUR 327 3 2 Gonda 341 3 3 SIDHPUR 341 3 4 Bharatpur 410 3 5 Jammu 410 3 6 Balasore 410 3 7 Malda 410 3 8 GAIGAON 410 3 9 NAVEGAON 410 3

10 PAKNI 410 3 11 RAIRU 410 3 12 Najibabad 455 3 13 AKOLNER 455 3 14 BHITONI 455 3 15 BORKHEDI 455 3 16 MIRAJ 455 3 17 BAKANIA 455 3 18 MANGLIA DEPOT 475 3 19 HAZIRA 556 3 20 Rewari 568 3 21 Sangrur 568 3 22 Shahjahanpur 568 3

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

23 Baitalpur 568 5 24 MYSORE 568 2 25 KONDAPALLY 568 2 26 TIRUNELVELI 568 3 27 Mughalsarai 568 5 28 Bhatinda 568 5 29 Kanpur 568 3 30 Jallandhar 615 3 31 Barauni 615 3 32 Patna 615 3 33 Rajbandh 615 3 34 ONGOLE 615 2 35 Salawas 615 3 36 PARADEEP 615 5 37 KARUR 615 6 38 Sewree( BENZENE) 682 3 39 KAKINADA 682 5 40 Kota TOP 700 3 41 TONDIARPET 780 6 42 KOYALI 795 3 43 MANMAD 795 6 44 MRT 795 5 45 IRUGUR 796 5

3. BID QUALIFICATION CRITERIA :

The Bid-Qualification criteria for the bidders shall be as follows: i) Technical Criteria

a. Bidder shall be the Manufacturer of Diesel Engine Driven Fire Water Pump and

should be an integrator of Diesel Driven Engine and Fire Water Pump.

b. The bidder shall have supplied the following quantity of respective category of Diesel driven Fire Water Pumping Unit (DFWPU) including accessories in any one

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

year (during the last seven years reckoned from the due date of this tender notice) to qualify for the respective category:

Capacity of Pump supplied (m3/hr) Number of Pumps supplied in

one year Category- I (327 m3/hr – 341 m3/hr) 3 Category II- (410 m3/hr- 475 m3/hr) 14 Category III- (556 m3/hr-615 m3/hr) 19 Category IV- (682 m3/hr- 700 m3/hr) 3 Category V – (780 m3/hr- 796 m3/hr) 8

However, the bidder having supplied higher Category of Pumps shall qualify for lower Categories, provided the bidder has supplied the consolidated quantity of Pumps of the category quoted and below. For example: A bidder qualifies for Category III and below if the bidder has supplied 19 Pumps of category III and balance 17 Pumps of Category I or/and Category II or/and Category III.

Documents to be submitted along with BQ bid for Indian Bidders:

A summary sheet of supplies made in any one year (during the last seven years

reckoned from the due date of this tender notice) mentioning the Invoice details, Dispatch Details, Purchase order details, Capacity of Pump and Number of Pumping Units duly certified by approved Third Party Inspection Agency –TPIA (SGS/ GLIS Pvt. Ltd./ IRS/ DNV/ LRIS/ EIL/ TATA Projects/ PDIL/ ULIPL/ RITES Ltd./ ITSIPL/ Intratek /TUV),

Copies of Invoices along with relevant Purchase orders (as mentioned in the summary sheet) to be submitted by the bidders.

Bidder to submit documents like Excise/VAT registration Certificate clearly indicating that the vendor is a manufacturer of Diesel Engine Driven Fire water Pumps or Pumps.

Bidder to submit latest Certificate (for the job executed during the last seven years reckoned from the due date of this tender notice) from his client confirming that the bidder has successfully supplied and supervised installation of Diesel Driven Engine Fire Water Pump and integrated the Diesel Driven Fire Water Pumping Unit

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Documents to be submitted along with BQ bid for Foreign Bidders:

A summary sheet of supplies made in any one year (during the last seven years reckoned from the due date of this tender notice) mentioning the Invoice details, Dispatch Details, Purchase order details, Capacity of Pump and Number of Pumping Units duly certified by approved Third Party Inspection Agency –TPIA (SGS/ GLIS Pvt. Ltd./ IRS/ DNV/ LRIS/ EIL/ TATA Projects/ PDIL/ ULIPL/ RITES Ltd./ ITSIPL/ Intratek /TUV),

Copies of Invoices along with relevant Purchase orders (as mentioned in the summary sheet) to be submitted by the bidders.

Bidder to submit endorsed certificate from Indian Embassy of the country from where the bidder intends to quote stating that the bidder is a Manufacturer of Fire Water Pumps.

Bidder to submit latest Certificate (for the job executed during the last seven years reckoned from the due date of this tender notice) from his client confirming that the bidder has successfully supplied and supervised installation of Diesel Driven Engine Fire Water Pump and integrated the Diesel Driven Fire Water Pumping Unit

c. The Diesel Driven Fire Water Pumping Unit (DFWPU) supplied by the bidder shall have completed at least one year of installation and operation. The capacity of such Diesel Driven Fire Water Pumping Unit (DFWPU) should be the same or more for the capacity the bidder has quoted for.

Documents to be submitted along with BQ bid for Indian and Foreign Bidders:

Performance Certificate from Client of the bidder indicating date of Installation. The Performance Certificate should be endorsed by the approved TPIA (SGS/ GLIS Pvt. Ltd./ IRS/ DNV/ LRIS/ EIL/ TATA Projects/ PDIL/ ULIPL/ RITES Ltd./ ITSIPL/ Intratek /TUV).

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

ii) Financial criteria:

a. The Indian bidder should have the following average annual minimum turnover in

last three preceding Financial / Calendar Year:

Category of Pump (m3/hr) Average Annual Minimum

turnover(`)

Category- I (327 m3/hr – 341 m3/hr) 1.17 Cr. Category II- (410 m3/hr- 475 m3/hr) 8.30 Cr. Category III- (556 m3/hr-615 m3/hr) 11.42 Cr. Category IV- (682 m3/hr- 700 m3/hr) 2.20 Cr. Category V – (780 m3/hr- 796 m3/hr) 5.74 Cr.

The bidder quoting for more than one Category of Pump shall have to meet the consolidated turnover of respective categories.

Turnover shall mean Consolidated Turnover in case of a Bidder including its wholly owned subsidiaries.

b. The Foreign bidder should have the following average annual minimum turnover in

last three preceding Financial / Calendar Year:

Category of Pump (m3/hr) Average Annual Minimum

turnover(USD*)

Category- I (327 m3/hr – 341 m3/hr) 0.20 Mn Category II- (410 m3/hr- 475 m3/hr) 1.40 Mn Category III- (556 m3/hr-615 m3/hr) 2.0 Mn Category IV- (682 m3/hr- 700 m3/hr) 0.37 Mn Category V – (780 m3/hr- 796 m3/hr) 1 Mn

*USD fig. based on RBI declared USD conversion rate of Rs. 60.09 as on 04.07.2013

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

The bidder quoting for more than one Category of Pump shall have to meet the consolidated turnover of respective categories.

Turnover shall mean Consolidated Turnover in case of a Bidder including its wholly owned subsidiaries. b) The bidders (Indian as well as Foreign bidders) should have positive net worth as per the latest audited financial statement. However, bidders having negative net worth will also be considered provided their annual report for last three financial years indicate profit after tax.

Bidders shall furnish annual report/audited balance sheet including profit & loss a/c along with the pre-qualification bid to establish bidder’s conformance to qualification criteria.

c) Bidder (Indian as well as Foreign bidders) shall not be under liquidation, court receivership or similar proceeding (undertaking to be provided).

iii) EMD amount for Bidders:

The bidders shall submit the EMD amount for the category quoted. The bidder quoting for more than one Category of Pump shall have to submit the consolidated amount of EMD mentioned against the Categories.

Category of Pump (m3/hr)

Earnest Money Deposit

Indian Bidders `

Foreign Bidders US$

Category- I (327 m3/hr – 341 m3/hr) 50,000 835 Category II- (410 m3/hr- 475 m3/hr) 350,000 5825 Category III- (556 m3/hr-615 m3/hr) 450,000 7490 Category IV- (682 m3/hr- 700 m3/hr) 100,000 1665 Category V – (780 m3/hr- 796 m3/hr) 250,000 4160

iv) General:

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Besides the above mentioned Bid-qualification criteria, the following general conditions will also form a part of Bid-qualification:

a) Bidder should confirm that the pumps supplied are conforming to NFPA

requirement with regard to duty point .

b) All the document related to Bid-Qualification Criteria should be duly verified and certified by any one of the following independent Third party inspection agencies viz. SGS/ GLIS Pvt. Ltd./ IRS/ DNV/ LRIS/ EIL/ TATA Projects/ PDIL/ ULIPL/ RITES Ltd./ ITSIPL/ Intratek/TUV. All charges of the third party for attestations and verification shall be borne by the Bidders for document verification. Bidder has to enclose the TPI verification certificate duly signed & stamped by Authorized signatory of TPI.

c) Bids must be accompanied with the Earnest Money Deposit as indicated in para

iii against EMD amount for bidders, in the form of Demand Draft or non-revocable Bank Guarantee (as applicable) in favour of M/s Bharat Petroleum Corporation Ltd. payable at Noida (U.P.) in the prescribed Performa issued by any Indian Scheduled Bank which includes Indian Branch of Foreign Bank recognized as Scheduled bank by RBI. The Bank Guarantee shall be valid for six (6) months from the due date of submission of the bid. Bids not accompanied with the requisite EMD shall be considered as non-responsive and such Bids shall be rejected. A scanned copy of EMD should be submitted in e-tender portal. However, the original copy of the same to be submitted by the bidder within 7 days from the date of opening the bid. Otherwise the offer is liable to be rejected.

d) BPCL reserves the right to assess bidder’s capability to execute the work using in-house information and take into account their concurrent commitments and past performance during the evaluation of bids. Further, during Bid evaluation bidders shall respond to the query raised by BPCL within seven days. BPCL reserves the right to reject the Bid if bidder does not respond to the query within stipulated time.

e) Failure to meet the above Qualification Criteria will render the Bid to be rejected.

Therefore, the bidder shall, in his own interest, furnish complete documentary evidence in the first instance itself, in support of their fulfilling the Qualification Criteria as given above. BPCL reserves the right to assess bidder’s capability to

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

execute this work by taking into account various aspects such as concurrent commitments and performance during evaluation of bids.

f) The Bidders who are already enlisted with BPCL shall also apply a fresh and will

have to submit EMD. g) The BPCL reserves the right to reject the vendor’s bid totally, if required, on the

basis of evaluation, without assigning any reason. h) Bidders to submit documents/information to satisfy the above bid qualification

criteria. Applicant should also be in a position to produce further information as and when required by us.

i) BPCL reserves the right to change (increase or decrease) the tendered quantity.

j) Bidders are required to submit their offers in two bid system – i)

Techno-commercial bid(including Bid Qualification Criteria) and ii) Price Bids by the due date and time as given in the Tender on e-platform. However, the tender document shall be displayed in BPCL Website also.

k) On the due date, Techno Commercial Bid shall be opened and the Bid

Qualification Criteria shall be evaluated. After evaluation of the bid-qualification criteria the bids of the shortlisted bidders would be evaluated techno- commercially. After evaluating the bidders techno-commercially, the price bid of techno-commercially qualified bidders would be opened and evaluated.

l) BPCL decision on any matter regarding short listing of Bidders shall be final and

any applicant shall not enter into any correspondence with BPCL unless asked for. Holiday Listed/Black Listed vendors in BPCL need not apply for this tender.

m) Responsibilities of the Bidders:

Indian Bidders:

Indian Bidders are responsible for delivery of the material to the location and supervision of installation and commissioning of Diesel Engine Driven Fire Water Pumps.

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Foreign Bidders: Foreign Bidders will be responsible for delivery of the material till the Port of Loading (FOB). BPCL reserves the right to award the order on FOB or CFR basis as per the shipping arrangements with the nominated shipping agents of Ministry of Surface Transport (Govt. of India), in accordance with the General Purchase Conditions. Supervision of installation and commissioning of Diesel Engine Driven Fire Water Pumps at the locations will solely be the responsibility of the Foreign bidders.

I. EVALUATION METHODOLOGY AND AWARD OF JOB: a. FOR INDIAN BIDDERS:

a. Evaluation of price bid will be done category-wise on the basis of `Lowest Quote' basis at

landed cost for each line item along with life cycle cost. Order will be awarded to the successful bidder(s). However, BPCL reserves the right to split the order in the ratio of 80:20 to the lowest and the second lowest bidder(s).

b. Freight charges will be paid at actual subject to a maximum of 3% of basic value of Pump & accessories, excluding service tax, if any. However, for the purpose of evaluation to decide ranking a maximum limit of 3% will be considered.

c. A firm comprehensive AMC charges for 1st

/2nd

/3rd year after expiry of warrantee period shall

be loaded in the Price Bid at the rate of 1.8%, 1.9% & 2% of basic value of Pump & accessories for 1st

, 2nd

& 3rd year respectively excluding service tax, if any.

b. FOR FOREIGN BIDDERS:

a. Evaluation of price bid will be done category-wise on the basis of `Lowest Quote' basis at

landed cost for each line item along with life cycle cost. Order will be awarded to the successful bidder(s). However, BPCL reserves the right to split the order in the ratio of 80:20 to the lowest and the second lowest bidders(s).

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

b. Bidders shall include all taxes, duties, levies and any other charges including export licensing, loading, unloading, handling charges, if any, upto the FOB International Port of Exit.

c. The bidders shall quote the Sea freight charges from Port of Loading till Port of Discharge in the Price Bid to arrive at total CFR cost. The price bids shall be loaded with Port of Loading charges, Insurance, Custom Duty, CVD, Additional Import Duty, education Cess, Bank Charges (for LC or CAD/TT payment), Clearing Charges etc. as applicable to arrive at the total landed cost for Foreign bidders. A firm freight charges @ 3% of Basic Value of Pump and accessories, excluding service tax, if any, would be added to the landed cost to arrive at the Total Delivered cost of Pumps.

d. A firm comprehensive AMC charges for 1

st/2

nd/3

rd year after expiry of warrantee period shall be paid at the rate of 1.8%, 1.9% & 2% of basic value of Pump & accessories for 1st

, 2nd

& 3rd

year respectively excluding service tax, if any.

II. LOADING CRITERIA: Loading shall be done if the bidder deviates from standard terms & conditions:

Clause Loading Payment terms : As per GPC Bidders seeking payment less than 30 days shall be

loaded as per prevailing SBI PLR on the date of opening tender for differential period. Foreign bidder shall be loaded with SBI PLR rate for the differential period between LC/TT/CAD payment date and 30 days post arrival of goods at BPCL site.

Delivery Period: - 6 months from the date of acceptance of PO for Indian bidder.(on FOT Dispatch Point basis) -5 months from the date of acceptance of PO for foreign bidder (on FOB International Port of Exit basis)

Delivery longer than required in enquiry shall be loaded during price evaluation stage @ 0.5% per week up to a maximum of four (4) weeks. In case a supplier quotes delivery longer than 4 (four) weeks from required, the bid may liable to be rejected.

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Delayed deliveries (considering GPC clause of delayed delivery at prices reduced by a sum equivalent to half percent (0.5%) of the basic value of any goods not delivered for every week of delay or part thereof, limited to a maximum of 5% of the total basic order value)

i. if bidder quote between 0.5% of DOV to 5% DOV, then loading shall be 2.5% of quoted basic value ii. if bidder quote between 0.5% of DOV to less than 5% of TOV, then loading shall be – Differential between the offered rate and 5% iii. Non acceptance of Price Reduction Schedule/LD, then loading shall be – 5% of TOV (Basic cost only) -DOV stands for Delayed order Value -TOV stands for Total order value

Life Cycle cost loading As per prescribed formula based on specific fuel consumption of Diesel Engine

The landed cost of each pump would be loaded by the following Life Cycle Cost loading to arrive at the Lowest Bidder:

Total Cost= Landed Cost(U)+Working Cost+U*0.06903+U*0.0999

Working Cost=Specific Fuel Consumption*Brake Kilo Watt*(Rate of HSD/Liter as on Price Bid Opening date*Z*Y*N)

Z=0.5hrs running twice a week as per OISD Norms

Y(Total No. of Days in a year when Pump would run)=8 (No.of days in Month)*12

N=10 Years of Working

Depreciation= U*0.06903

Inerest=U*0.0999

4. EMD:

The EMD amount for the tender shall be as mentioned in point iii in the form of DD or Bank guarantee in the standard format provided by the Company. The EMD should reach the following address within 7 days of opening of Bid Qualification Bids:

GC Ganguly, Manager Materials, 9th Floor, Materials Department,

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Sector 1, Noida -201301, Uttar Pradesh. Life Cycle cost loading

5. Vendor 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:

6. Vendor may raise disputes/complaints, if any, with the nominated Independent External Monitor.

7. The name, address and contact numbers of the nominated Independent External Monitor is as follows

Mr. Janki Ballabh, Flat No.605, Versova, Vinayak Co-Op. Hsg. Soc., HSG Plot No. 8, Near Versova Telephone Exchange Versova, Andheri (West), Mumbai 400 053. Contact no.+91-22-2635 3456 (Residence) Mobile : (91) 98333 63066

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

PROFORMA OF BANK GUARANTEEE

(EARNEST MONEY DEPOSIT )

(On Non-Judicial Stamp paper for appropriate value)

BANK GUARANTEE NO. :

BANK GUARANTEE AMOUNT :

EXPIRY DATE :

6 MONTHS CLAIM DATE :

(FROM EXPIRTY DATE)

TENDER NO. /DATE :

JOB DESCRIPTION/

LOCATION :

In consideration of the Bharat Petroleum Corporation Ltd (hereinafter called the Corporation) having agreed to exempt M/s. __________________________ (hereinafter called the said Contractor(s) ) from the payment of Earnest Money against Tender No,_____________ dated _____________ issued by corporation on production of a Bank Guarantee for Rs._________________ (Rupees_______________ ) only. We (Banks name ) ___________________________, bank do hereby undertake to indemnify and keep indemnified the Corporation by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the Tender Notice/documents.

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

We, __________________________________ further agree that the guarantee herein contained shall remain in the full force and effect during the period that would be taken for the finalisation of the said Tender and that it shall continue to be enforceable till the Tender is finally decided and order placed on the successful Tendrer.

We, ________________________________, further agree that the Corporation shall be the sole judge of and as to whether the said Contractor has committed any breach or breaches of any of the terms and conditions of the tender/or the contract and the extent of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation on account thereof to the extent of the earnest money required to be deposited by the contractor in respect of the said tender or the contract and the decision of the Corporation that the said Contractor has committed such breach or breaches and as to the amount or amounts of loss, damage, costs, charges and expenses caused to or suffered by or that may be caused to or suffered by the Corporation from time to time shall be final and binding on us. Notwithstanding anything contained in forgoing, our liability under this guarantee is restricted to Rs__________________. The Guarantee shall remain in force till ________________ Months i.e. ________________. Unless a claim under this guarantee is made within six months from the expiry date herein before mentioned the Corporation shall have not rights under these presents. We, _________________, lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the Corporation in writing/.

Dated the _________________ day of ______________________200

Yours faithfully.

For …………………………………………..

Signature

ANNEXURE III- SPECIAL PURCHASE CONDITIONS

Name & Designation

Name of the Branch

ANNEXURE IV

General Instructions to vendors for e-Tendering

Page 1 of 4

General Instructions to vendors for e-tendering

1. Interested parties may download the tender from BPCL website http://www.bharatpetroleum.in or from the e-tendering website https://bpcl.eproc.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 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://bpcl.eproc.in.

2. For registration on the e-tender site https://bpcl.eporc.in, you need to download the User Instruction Manual from the site and read it. They shall have to select Enrollment and complete the Supplier Registration Form by filling in all the information correctly. Kindly remember the login id, password entered therein. After you complete this process, system will generate an e-mail wherein a system generated Challenge Phrase will be mailed to you to complete balance registration process.

3. As a pre-requisite for participation in the tender, vendors are required to obtain

a valid Digital Certificate of Class IIB 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 vendor.

In case any vendor so desires, he may contact our e-procurement service provider M/s. C1 India Pvt. Ltd., New Delhi (Contact person Mr. Ashish Goel at 9818820646 or Kapil Rathore: 0120-4746800) for obtaining the digital signature certificate.

4. Corrigendum/amendment, if any, shall be notified on the site

https://bpcl.eproc.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. Vendors are required to complete the following process online on or before the

due date of closing of the tender:

ANNEXURE IV

General Instructions to vendors for e-Tendering

Page 2 of 4

A. Techno-Commercial bid:

i Provide the complete details of your establishment under Vendor Details ii Agree and accept our General Purchase Conditions along with

Performance Guarantee Form iii Agree to the Special Terms and Conditions. Any Deviations may be

entered in the deviation column mentioning the clause number, BPCL requirement and Vendors Deviation

iv Upload the relevant documents required for Qualification as per Bid Qualification Criteria given under Special Terms and Conditions

v Provide the details in the Techno Commercial Bid. Vendors should not mention any price in this envelope. Only vendors confirmation is required. Please be guided by each column details mentioned in BPCL requirement.

vi Provide confirmation to the technical specification. Any deviations can be mentioned in the adjacent columns.

vii Upload the signed, stamped copy of Tender document as a token of acceptance of all terms and conditions.

viii Upload the signed, stamped and witnessed Integrity pact document under upload section.

All the supporting documents should be legible and duly signed, stamped and attested/verified by the TPI agency, before uploading them online.

B. Price bid

Online fill in the quotes in the appropriate price bid form provided. Please ensure to quote all the price-components specified therein failing which your bid is liable to be rejected.Price bid of Indian bidders and Foreign bidders are given separately. Foreign bidders to quote in USD only.

6. 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.

7. Directions for submitting online offers, electronically, against e-procurement

tenders directly through internet:

(i) Vendors are advised to log on to the website (https://bpcl.eproc.in) and arrange to register themselves at the earliest.

ANNEXURE IV

General Instructions to vendors for e-Tendering

Page 3 of 4

(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 entered, he 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, the

vendors are required to go to option own bid view through dashboard and take the print of the envelope receipt as a proof of submitted bid.

(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.

8. Once the price bids are opened, vendors can see the rates quoted by all the participating bidders by logging on to the portal under their user ID and password and clicking on Other Bids view.

9. 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 and nobody 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.

10. 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.

ANNEXURE IV

General Instructions to vendors for e-Tendering

Page 4 of 4

In case of any clarification pertaining to e-procurement process, the vendor may contact the following agencies / personnel:

1. For system related issues : a. M/s.C1 India at contact Kapil Rathore 0120-4746800 or Ashish Goel

at 9818820646

b. Procurement Manager of M/s. BPCL at contact no. +91-0120-2474932 followed with a e-mail to ID [email protected]

The responsible person of the tender is Mr. G C Ganguly of BPCL at contact no. +91-0120-2474932.

(To be executed on plain paper and applicable for all tenders of value above Rs. 1 crore)

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The Principal",

And

!!!!!!!!!..hereinafter referred to as "The Bidder/ Contractor/ Supplier"

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for !!!!!!! 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. In order to achieve these goals, the Principal cooperates with the renowned international Non-Governmental Organisation "Transparency International" (TI). Following TI's national and international experience, the Principal will appoint an Independent External Monitor (IEM) who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Accordingly, the Principal has appointed Mr.Janki Ballabh as IEM with the following address : Flat No.605,Versova Vinayak Co-Op.Hsg.Soc, HSG Plot No.8, Near Versova Telephone Exchange, Versova, Andheri (West) Mumbai 400 053

Section 1 - Commitments of the Principal

1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:

a) No employee of the Principal, personally or through family members, will in

connection with the tender, or the execution of the contract, demand, take a promise for or accept, for himself/herself or third person, any material or immaterial benefit which he/she is not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with equity and

reason. The Principal will, in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential / additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

c) The Principal will exclude from the process all known prejudiced persons.

2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a substantive suspicion in this regard, the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder / Contractor/Supplier

1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

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.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before contract award, has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or credibility as Bidder into question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already signed, for such reason. 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 process. 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.

Section 4 - Compensation for Damages 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.

Section 5 - Previous Transgression 1) The Bidder declares that no previous transgression occurred in the last 3 years with any

other Company in any country conforming to the TI approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the

tender process or the contract, if already awarded, can be terminated for such reason.

Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/ Subcontractors 1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a

commitment in conformity with this Integrity Pact, and to submit it to the Principal before contract signing.

2) The Principal will enter into agreements with identical conditions as this one with all

Bidders, Contractors/Suppliers and Subcontractors. 3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact

or violate its provisions.

Section 7 – Punitive Action against violating Bidders / Contractors / Suppliers/Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor, Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the Vigilance Office.

Section 8 - Independent External Monitors

1) The Principal has appointed competent and credible Independent External Monitors for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

2) The Monitor is not subject to instructions by the representatives of the parties and

performs his functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.

3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without

restriction to all Project documentation of the Principal including that provided by the Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to this project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Supplier/Subcontractor with confidentially.

4) The Principal will provide to the Monitor sufficient information about all meetings among

the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Bidder/Contractor/Supplier. The parties offer to the Monitor the option to participate in such meetings.

5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will

so inform the Management of the Principal and request the Management to discontinue or heal the violation, or to take other relevant action. The Monitor can in this regard submit non-binding recommendation. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the Independent External Monitor shall give an opportunity to the Bidder/Contractor/Supplier to present its case before making its recommendations to the Principal.

6) The Monitor will submit a written report to the Chairperson of the Board of the Principal

within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and, should the occasion arise, submit proposals for correcting problematic situations.

7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of

an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not, within reasonable time, taken visible action to proceed against such offence or reported it to the Vigilance Office, the Monitor may also transmit this information directly to the Central Vigilance Commissioner, Government of India.

8) The word 'Monitor' would include both singular and plural.

Section 9 - Pact Duration 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.

Section 10 - Other provisions 1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the main tender document / contract shall not be applicable for any issue / dispute arising under Integrity Pact.

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.

!!!!!!!!! !!!!..!!!!!!!!!!! For the Principal For the Bidder/Contractor/Supplier Place !!!!!! Witness 1!!!! (Signature/Name/Address) Witness 2: Date --------------- (Signature/Name/Address)