+ All Categories
Home > Documents > 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 !...

3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 !...

Date post: 30-Jul-2020
Category:
Upload: others
View: 6 times
Download: 0 times
Share this document with a friend
129
1 TENDER NOTICE Ref No. P&CS/J12/12321 dated 11.01.2013 Sealed Tenders are invited in two part system (Part 1- Qualification, Techno-commercial Bid -Un-priced bid and Part 2 –Priced Bid) from experienced and reputed contractors having financial standing and fulfilling the qualifying requirements as mentioned in Tender Documents, for following Tender. Tender Ref No. EMD (Rs.) Non refundable Tender Fee (Rs.) Brief Job Description J12/12321 100000/- (1835 USD) 5000/- (92 USD) “OPERATION AND MAINTENANCE OF SINGLE POINT MOORING OF BPCL-KOCHI REFINERY FOR THREE YEARS” Sale of Tender Document 15.01.2013 to 08.02-2013 (except Saturdays, Sundays and BPCL- KR holidays) – Time 10.00 AM to 4.00 PM. Interested bidders may download the tender document from our web site – www.bharatpetroleum.in – Tender room – Kochi Refinery and submit the same. Cost of Tender Document (Non-refundable). To be paid by crossed Demand Draft of any scheduled bank drawn in favor of Bharat Petroleum Corporation Limited, Kochi Refinery, Ernakulam. In the case of bidders who download the tender document from our web site, the Demand Draft towards the cost of tender document shall be attached with the Un-priced bid, failing which the bid will not be considered. EMD As above [However EMD will not be applicable to contractors registered with BPCL. Proof of such registration is to be submitted along with the un-priced bid] Address for Sale of Tender Document Chief Manager (P&CS - Contract Services) Post Bag No.2 BPCL Kochi Refinery, Ambalamugal Kochi. 682 302 Phone No: 0484 2821603 Mail ID – [email protected] / [email protected] Pre bid meeting at BPCL Kochi Refinery 04.02.2013 at 1000 hrs. Bid Due date & Time 14.02.2013 1400 Hrs. Tender documents can be couriered to the bidders based on specific request in writing, after payment of cost of Tender documents mentioned above. In that case, the request for the same shall reach us well in advance. BPCL KR will not be responsible for any delay or non-delivery of the tender document. DGM (P&CS) Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302 Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653
Transcript
Page 1: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

1

TENDER NOTICE Ref No. P&CS/J12/12321 dated 11.01.2013 Sealed Tenders are invited in two part system (Part 1- Qualification, Techno-commercial Bid -Un-priced bid and Part 2 –Priced Bid) from experienced and reputed contractors having financial standing and fulfilling the qualifying requirements as mentioned in Tender Documents, for following Tender.

Tender Ref No. EMD (Rs.) Non refundable Tender Fee (Rs.)

Brief Job Description

J12/12321 100000/- (1835 USD)

5000/- (92 USD)

“OPERATION AND MAINTENANCE OF SINGLE POINT MOORING OF BPCL-KOCHI REFINERY FOR THREE YEARS”

Sale of Tender Document 15.01.2013 to 08.02-2013 (except Saturdays, Sundays and BPCL- KR holidays) – Time 10.00 AM to 4.00 PM. Interested bidders may download the tender document from our web site – www.bharatpetroleum.in – Tender room – Kochi Refinery and submit the same.

Cost of Tender Document (Non-refundable). To be paid by crossed Demand Draft of any scheduled bank drawn in favor of Bharat Petroleum Corporation Limited, Kochi Refinery, Ernakulam. In the case of bidders who download the tender document from our web site, the Demand Draft towards the cost of tender document shall be attached with the Un-priced bid, failing which the bid will not be considered.

EMD As above [However EMD will not be applicable to contractors registered with BPCL. Proof of such registration is to be submitted along with the un-priced bid]

Address for Sale of Tender Document Chief Manager (P&CS - Contract Services) Post Bag No.2 BPCL Kochi Refinery, Ambalamugal Kochi. 682 302 Phone No: 0484 2821603 Mail ID – [email protected] / [email protected]

Pre bid meeting at BPCL Kochi Refinery 04.02.2013 at 1000 hrs.

Bid Due date & Time 14.02.2013 – 1400 Hrs.

Tender documents can be couriered to the bidders based on specific request in writing, after payment of cost of Tender documents mentioned above. In that case, the request for the same shall reach us well in advance. BPCL KR will not be responsible for any delay or non-delivery of the tender document. DGM (P&CS)

Bharat Petroleum Corporation Ltd. (A Govt. of India Enterprise ) Kochi Refinery, Kochi -682302

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 2: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

2

TENDER ENQUIRY FOR

Operation & Maintenance of Single Point

Mooring of BPCL-Kochi Refinery for three

years– J12/12321

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 3: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

3

INDEX

Sr.

No.

Item Description

No. of pages

1 Tender Notice 01

2 Cover Page 01

3 Index 01

4 General Instructions to Bidders 08

5 Pre Qualification Criteria 02

6 Information to Bidders 07

7 Special Conditions of Contract 12

8 Scope of Work 97 (inclusive of

exhibits A to G )

9 Specifications and Drawings 07(Separately

attached)

10 Schedule of Rates 12 (Separately

attached)

11 Annexure (Annexure 1 to 8) 17

12 Proforma of Integrity Pact (IP) 05

13 General Conditions of Contract&GTC 39+12

LIST OF ANNEXURES

Sl. No. Item Description No. of pages

Annexure - 1 Format for Exceptions and Deviations 01

Annexure –2 Information about Tenderer 01

Annexure -3 Questionnaire for technical evaluation criteria 01

Annexure -4 Questionnaire for Supervisors proposed to be deployed

at site

01

Annexure - 5 Details of experience of offshore installation during

last 7 years

01

Annexure -6A Maintenance Vessel(s) Questionnaire. 03

Annexure -6B Support Vessel(s) Questionnaire 02

Annexure -6C Details of equipment/tools to be deployed along with

the Maintenance Vessel/ Support Vessel

03

Annexure -6D Details of Diving crew/ Maintenance crew to be

deployed for SPM Operation and Maintenance.

01

Annexure -6E Dumb Barge Questionnaire 01

Annexure -7 Time Frame and Procedure scheduled maintenance

Activity at SPM.

01

Annexure -8 FORM - A 01

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 4: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

4

GENERAL INSTRUCTIONS TO BIDDERS

1.0 GENERAL

The Bidders are requested to study carefully all documents and

drawings contained in this TENDER ENQUIRY, including

QUALIFICATION CRITERIA. Special Conditions of contract shall

be read in conjunction with General Conditions of contract

(GCC) attached, technical specifications of work, drawings and

any other document forming part of this contract wherever

required so.

2.0 DEFINITIONS

The following words and phrases used in these Instructions to

Bidders and in other documents associated with this ENQUIRY

have the respective meanings hereby assigned to them in order

to more clearly illustrate the intent, unless the context

otherwise requires.

“Owner” shall mean BHARAT PETROLEUM CORPORATION LIMITED (BPCL)

and includes its personnel representatives, successors and

permitted assigns.

“Bidder” shall mean any person, partnership, company or

corporation who submit qualification documents, Technical bid

and Price Bid etc as required under this TENDER ENQUIRY within

the specified Bid Due Date & time.

“Contractor” means the successful bidder who shall execute the

WORK under a contract between the BPCL and CONTRACTOR.

“Works” means the “Rate Contract for Operation & Maintenance

of Single Point Mooring” defined and covered under this TENDER

ENQUIRY and to be executed by CONTRACTOR.

“TENDER ENQUIRY” means any and all documents complied

herewith, including all appendices, annexures, drawings etc

complete and successive supplements thereto, if any, and all

minutes of meeting duly signed and issued by BPCL as

pertaining to and forming part of this enquiry.

“Proposal” means any bidder’s official and decisive statement

in the form of proposal, Quotation and offer which is

submitted to BPCL with all information required as per this

TENDER ENQUIRY, and which is in response to this TENDER

ENQUIRY.

“Site” means Owner’s site at Kochi Refinery SPM, off

Puthuvypee, Kochi, in the state of Kerala, India.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 5: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

5

3.0 GENERAL INSTRUCTIONS

The Bidders are requested to

a) Study carefully all the TENDER ENQUIRY documents enclosed

herewith, including subsequent supplements, if any.

b) Offer the best prices and / or the best unit rates in

accordance therewith.

c) Provide in their proposal all such data and information as

required, and any other information, which the BIDDER may

consider useful or necessary for evaluation by BPCL.

4.0 EARNEST MONEY DEPOSIT (EMD)

The bid must be accompanied by Earnest Money Deposit of Rs. 1

Lakhs (Rupees. One Lakh only)in the form of crossed Demand

Draft in favor of Bharat Petroleum Corporation Limited, Kochi

Refinery from any Scheduled Bank (other than Co-operative

Bank). Any bid not accompanied by Earnest Money Deposit (EMD)

as stated above shall be rejected.

In case of foreign vendors, the EMD shall be USD 1835

However EMD is not applicable to the contractors registered

with BPCL. A copy of the contractor registration letter shall

be submitted along-with the un-priced bid of the tender if EMD

is not submitted.

The successful bidder shall be required to submit Security

Deposit to BPCL in the manner and within the time Period

indicated in the General Conditions of Contract. If the

successful bidder fails or refuses to sign the agreement or

fails to submit Security Deposit within the specified time,

the EMD may be liable to be forfeited.

After acceptance of order by successful bidder, BPCL shall

return the EMD to all unsuccessful bidders. EMD shall be

returned to the successful bidder after he submits the

security deposit to BPCL.

No interest shall be paid on Earnest Money Deposit.

5.0 PREPARATION OF PROPOSAL

a) Bidders shall prepare the proposal in strict accordance with

the requirements set forth in TENDER ENQUIRY.

b) Bidders shall prepare and submit following two separate

sealed envelopes. Each envelope shall be clearly marked with

Tender Number, Job Name & Tender due date & Part title and as

applicable.

i) Part 1- “Qualification Documents”, Technical & un-

priced commercial bids – Original and EMD.

ii) Part 2- “Priced Bid” - Original

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 6: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

6

Original documents shall be stamped as “Original”

c) Both the envelopes shall be put inside a third common

envelope and sealed and this envelope shall be clearly marked

with the Tender Number, Bid due date & time.

d) Your quoted rates shall be inclusive of all currently

applicable taxes and duties. However, Service Tax, as applicable for the job will be reimbursed/paid by BPCL –KR as per new service tax rules effective from 1-07-2012. The

tenderer shall clearly indicate their Service Tax

Registration number and Service Tax category in the bid. The

Service Tax shall be paid to the Contractor only if a proper

invoice addressed to BPCL-Kochi Refinery is given with

details such as Contractor's Name & Address, Service Tax

Registration Number, Description, and Category, indicating

the value of Service and Service Tax amount separately. The

bidder has to enclose the copy of the Service Tax

registration certificate issued by the concerned authorities

to ensure to which category the bidder is registered.

You are requested to stamp and sign the offer on all pages of

this tender document. Kindly ensure to state name and

designation of the authority signing the offer.

e) Schedule of Rates: Bidders shall mention the rates both in

figures and in words, where discrepancy exists between the

two, the rates expressed in words will prevail.

f) Erasing or over-writing is not permitted in the Priced Bid.

All pages of Priced Bid must be initialed by Authorized

signatory of bidder. The last page having Grand Total must

have full signature, name and designation of the Authorized

Signatory of the bidder.

g) Bid Address & submission of bid: The bid as mentioned above shall be put in a sealed envelope superscribed with “Job name

Tender No:_______, DUE DATE:_______, Time:__________” and

addressed to

DY. GENERAL MANAGER (P&CS) BHARAT PETROLEUM CORPORATION LTD KOCHI REFINERY, AMBALAMUGAL,

KOCHI – 682 302 INDIA.

and shall be deposited in the Tender Box provided at the

Tender Hall, on or before the due date and time. Alternatively

if the bids are forwarded in person, or by courier or post,

the same shall reach the office of the DGM (P&CS) before the

due date and time.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 7: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

7

h) It is solely the Bidder’s responsibility to ensure that bid

reaches the above mentioned authority on or before the due

date and time mentioned in the tender.

i) NEFT PAYMENT:

Payments to contractors are generally made by BPCL through

National Electronic Fund Transfer (NEFT). Payment by cheque

will be made only to those vendors whose bank is located in

the city where NEFT payment facility is presently not

available. In case the contract is awarded, Bidder shall

accept payment through NEFT and provide BPCL necessary bank

account details etc as required.

6.0 The Bid shall be signed by legally authorized representative

of the Bidder entering into commitment on behalf of the

Bidder. Bidder shall submit Power of Attorney in favor of the

person who is authorized to enter into commitments on behalf

of the bidder.

7.0 SITE CONDITIONS AND SITE SURVEY

The description as to the job-site and/or local conditions

given in the TENDER ENQUIRY are to serve and to be taken by

the Bidders as the reference information only. The Bidders are

required to make whatsoever necessary arrangement, in order to

be fully aware and informed of any and all job-site and local

conditions existing and anticipated to affect the performance

of the works in any way and the cost, time schedule, etc.

therefore.

Failure of the Bidders to be fully aware and informed of such

conditions shall not be the grounds for or the reason for

change or correction of the prices, unit rates and/or any

other substance of the PROPOSAL having once been received by

BPCL or for withdrawal of the PROPOSAL.

Should it be necessary for the Bidders to survey and

investigate the job site and its surrounding areas, the

Bidders shall arrange such survey by themselves and at their

own cost.

8.0 VALIDITY

All the Proposals shall be valid and remain effective for a

period of One twenty (120) days from the “BID DUE DATE”.

BPCL may request the Bidders to extend the validity of the

Proposals, and the Bidders so requested shall be prepared to

favorably consider the requested validity extension.

9.0 ACCEPTANCE AND REJECTION OF PROPOSALS

BPCL reserves the right to:

a) Accept any Proposals other than the lowest.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 8: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

8

b) Reject any and all Proposals, and

c) Accept or reject any part of any Proposal.

The Bidders shall understand and accept that even in the event

of rejection by BPCL of all the Proposals, shall not cause

BPCL to be liable for any compensation whatsoever to the

Bidders.

In the case of or after the evaluation by BPCL of the

Proposals, the Bidders or any of them may be requested to be

present at BPCL’s office in Kochi, India or at any other place

designated by BPCL for clarification of the PROPOSAL and/or

for negotiation. Any BIDDER so requested shall, at his

expense, comply with such BPCL’s request. If not with proper

reason acceptable to BPCL, refusal against such BPCL’s request

may be taken as unreasonable and therefore will constitute the

withdrawal of his PROPOSAL.

The successful BIDDER shall, upon receipt of BPCL’s notice of

award of the contract resulting from the ENQUIRY, enter into

the contract with BPCL without delay. Unreasonable delay in

entering into the contract with BPCL could be the cause of

cancellation by BPCL of the contract award and be the reason

for disqualification, and further, could be the reason for

forfeiture of the Bid Bond.

Bidders who are currently on holiday list with BPCL will not

be considered for participating in the tender.

10.0 EXCISE DUTY, VAT, OTHER TAXES

Unit rate shall be inclusive of all applicable taxes and

duties including VAT. Service tax shall be paid extra subject

to condition as mentioned in Clause no. 5(d).

Sales Tax on Works Contract: The Contractor is requested to

submit the clearance certificate from the Sales Tax Authority,

if applicable for the job, stating that the tax due on

Contract/Running bill has been duly paid, along with every

bill submitted for payment. Payments will be released only on

receipt of the above clearance certificate. BPCL shall not be

responsible for any delay in payment/non-payment of bills due

to delay in submission/non-submission of the aforesaid

clearance. This will be applicable only if material supply

from the bidder’s side is involved.

11.0 INFORMATION TO BE SUBMITTED

A) BIDDER must ensure to submit all the relevant documents

asked for in this tender. Bidders may please note that BPCL shall not contact bidders for any further information and hence bidders in their own interest should submit all documents along with bids for completeness of bids. Bids of

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 9: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

9

only those bidders, who are qualified, will be considered for further Techno-commercial Evaluation.

• Tenderers are advised to submit quotations strictly based on

the terms, conditions and specifications contained in the

Tender documents and not to stipulate any deviations.

However, if it becomes unavoidable, deviations should be

stipulated with reference to the clause No., para and page No.

of the relevant specifications, as given in the tender

document and should be submitted as per Annexure-1. Deviations, if any, mentioned anywhere else shall not be taken cognizance of.

12.0 OPENING OF BIDS

Bidders may note that initially only the “UN-PRICED” bid shall

be opened on the bid due date at the specified time in the

Tender hall of BPCL – Kochi Refinery.

One authorized representative from each bidder can attend the

opening of bids.

Priced Bids of only those bidders who are qualified and are

technically acceptable shall be opened. Date and time of

opening the Priced bids shall be separately intimated to the

technically acceptable bidders. One authorized representative

from qualified and technically acceptable bidders can attend

the opening of the Priced bids.

Foreign bidders bid shall be compared considering RBI

reference rate of foreign exchange published on the previous

day of opening of Priced-Bids.

13.0 ESI/EPF SCHEME

The contractor shall enroll his employees to be deployed, under Employees State Insurance (ESI)and Employees

Provident Fund (EPF) Schemes. The contractor is required to

produce the original Register of Wages-cum-Muster Roll

with the signature of workmen, duly certified by the

Engineer-in-Charge witnessing payment of wages.

BPCL-KR will deduct an amount equal to 5% of each RA bills

submitted by the contractor, as Security deposit towards

this, and the same will be released up on production of

clearance certificate issued by the ESI/PF section of BPCL-

KR.

If the contractor is having his own ESI & EPF Codes and the

employees are covered under those codes, the contractor

shall submit the original challans showing proof of

remittance in each month.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 10: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

10

The contractor shall also furnish copy of the Return of

Contribution for the relevant period to prove that his

employees are covered under the Schemes.

The employees drawing salary above ESI ceiling should be

covered under Workmen Compensation Policy or Group Personal

Accident Policy.

14.0 RIGHT OF OWNER TO ACCEPT / REJECT TENDER

BPCL reserves the right to reject any or all the tenders

without assigning any reasons whatsoever. Also BPCL reserves

the absolute right to reject any or all the bids/tenders

solely based upon the past unsatisfactory performance by the

bidder/bidders in BPCL, the opinion/decision of BPCL regarding

the same being final and conclusive.

15.0 GENERAL CONDITIONS OF CONTRACT (GCC)&GTC

GCC&GTC shall be applicable to this contract except for

Defect liability period. Security Deposit(SD) for the Contract is modified to the extend given below.

For the purpose of SD, total contract value shall be the value

of the work as per Schedule of Rates for the period of one

year.

The amount towards security deposit in the form of BG or

through deduction from RA bills during the 1st year of the

contract period shall automatically the SD amount for the

remaining two years of contract. No deduction towards SD will

be made further if the value of the work in the subsequent

years does not exceed the value of work done during first

year. If SD is in the form of BG, same shall be renewed every

year before expiry.

16.0 INTEGRITY PACT

a) Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid documents (technical bid in

case of 2 part bids), duly signed by the same signatory

who is authorized to sign the bid documents. All the

pages of the Integrity Pact shall be duly signed.

Bidder’s failure to return the IP duly signed along with

the bid documents shall result in the bid not being

considered for further evaluation.

b) If the Bidder has been disqualified from the tender

process prior to the award of the contract in accordance

with the provisions of the Integrity Pact, BPCL shall be

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 11: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

11

entitled to demand and recover from the Bidder,

Liquidated Damages amount by forfeiting the EMD/Bid

Security as per provisions of the Integrity Pact.

c) If the contract has been terminated according to the

provisions of the Integrity Pact, or if BPCL is entitled

to terminate the contract according to the provisions of

the Integrity Pact, BPCL shall be entitled to demand and

recover from Contractor Liquidated Damages amount by

forfeiting the Security Deposit/Performance Bank

Guarantee as per provisions of the Integrity Pact.

d) Bidders may raise disputes/complaints, if any, with the nominated Independent External Monitor, mentioned below:

T.S.KRISHNAMURTHY Flat NO.9, Gokul

Tower

Next to Mookambika

Complex

No.7, C P Ramaswamy

Road

Alwarpet

Chennai – 600 018

044-24993077

044-24993079

Mobile -

9444999555

********************

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 12: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

12

PRE QUALIFICATION CRITERION FOR BIDDERS

Operation & Maintenance of Single Point Mooring of BPCL-Kochi

Refinery for three years – J12/12321

1. PREQUALIFICATION CRITERIA (PQC)

Agencies intending to participate shall fulfill the following pre-qualification criteria

A) TECHNICAL CRITERIA

i. The bidder who seeks qualification should have executed at least one job of

Operation and Maintenance (the bidder must have done both operation of SPM as

well as maintenance of SPM in a single job) of Single Point Mooring system, as

Prime Contractor, for handling crude oil, for a minimum period of 2 years and of

value not less than Rs 16 Crores (2.94 Million USD), in the immediately preceding

seven years ending 31/12/2012.

ii. On going contract for Operation and Maintenance of Single Point Mooring system,

where bidder is Prime Contractor, for handling crude oil, and have completed a

minimum period of 2 years and executed a value not less than Rs16 Crores (2.94

Million USD) as on 31/12/2012, shall also be considered based on documentary proof

from the client.

iii. The bidder should have their own/outsourced, trained/qualified diving/maintenance

personnel having carried out jobs mentioned above in the past as specified in the

tender document.

iv. The bidder should have their own/outsourced vessel(s)/boats/barge(s) along with

equipments offered in line with the required criteria for the same as specified in the

tender document.

B) FINANCIAL CRITERIA

i. The annual turn over of the bidder shall not be less than Rs 13.5 Crores (2.48 Million

USD) in any one of the immediately preceding three financial years.

ii. The financial net worth of the bidder as per the latest audited annual report shall be

positive.

The bidders meeting the above criteria shall furnish necessary documents in support

of required qualification and experience, which shall include but not limited to the

following, along with their offer.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 13: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

13

a. BIDDER shall furnish necessary documents in support of Technical criteria,

financial criteria & experience along with their offer. Copy of the documents

shall be duly attested by a Notary Public.

b. BIDDER submitting their Pre-Qualification details shall not be under liquidation,

court receivership or similar proceedings. Bidder shall give an undertaking in this

regard.

c. BIDDER shall provide details of Maintenance vessel(s), support vessel along with

required crews and equipments necessary to perform operation and maintenance

of SPM terminal and their accessories.

d. The bidder shall also provide details of Maintenance vessel/support vessel (s) he

proposes to engage for this job whether Owned/hired/leased. If not Owned, bidder

to provide commitment letter/agreement from the vessel owner for the same, for

the tenure of the contract. The maintenance vessel shall be capable for carrying

out the work as detailed in the scope of work. The decision of OWNER regarding

the suitability of the maintenance vessel shall be final and binding.

e. Audited P&L A/c and Balance sheet, annual turnover for the last three years in

proof of financial capability shall be submitted.

f. All other items as specified in Instruction to Bidders.

g. If required, OWNER shall hold a meeting with BIDDERS and BIDDERS would

have to make a presentation of their previous experience in similar job.

Non-submission of any of the documents or incomplete submission of

the documents may lead to summarily rejection of the bid.

Bids of only those bidders meeting the pre-qualification criteria will

be considered for further techno-commercial evaluation. The decision of

OWNER in this regard will be final and binding on the bidders. BPCL-KR

reserves the right of annulment of tender without assigning any reasons

whatsoever.

***********************

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 14: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

14

INFORMATION TO BIDDERS

1. INTRODUCTION

Kochi is the commercial capital of Kerala and today it is the

largest and the most modern city in Kerala. Across its bay and on

the islands are the villages of Vypeen, Bolghatty and Vallarpadam.

Bharat Petroleum Corporation Limited (Kochi Refinery)’s SPM terminal

is located in the Arabian Sea off Puthu Vypeen, which is an

extension of Vypeen formed by sand deposition from sea and is

located about 12 km N.W of Ernakulam town. Puthu Vypeen area is

under administrative control of Cochin Port Trust (CPT). Shore Tank

Farm (STF) has been constructed at the 70 Ha of land allocated to

BPCL (KR) by CPT.

The salient features of the weather and oceanographic conditions

prevailing in Kochi region are described in the following section.

2. GENERAL CLIMATE

The climate of Kochi region according to Koppen’s classification is

tropical monsoon climate with seasonally excessive rainfall and hot

summer. The region is characterised by annually recurring seasons or

periods, which divide the year into three parts.

The period from March to the end of May is the hot season. This is

followed by the southwest monsoon season, which continues till the

middle of October.

From the middle of October begins the northeast monsoon season,

which lasts till the end of February, although the rains associated

with the North-East monsoon ceases by December and the rest of the

season is generally dry.

The climate is pleasant from September to February. Summer months

from March to May are uncomfortable due to high temperatures and

humidity.

3. WIND SPEED AND DIRECTION

Average wind conditions near Kochi show that the highest wind (10.9

km/hr) occurs in the month of May and lowest (6.7 km/hr) in

November. Wind speed on some days may have higher values (12 to 20

km/hr) during pre-monsoon and monsoon months. In general winds are

quite strong during afternoons when the thermal circulation is best

developed and week during night / early morning.

The predominant wind direction in the region is NE-E in the morning

and W-NW in the evening throughout the year indicating diurnal cycle

of winds due to land-sea breeze effects. Only during July, August

and strong monsoon period, prevailing conditions do not permit the

diurnal cycle of winds to exist.

The Environmental conditions for 1 year period are presented in

Table-1 for reference.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 15: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

15

4. AIR TEMPERATURE

Average air temperature over the region showed a variation from

23.2º C in January to 31.4º C in April.

Temperatures begin increasing after February. March and April are

generally the hottest months when the mean daily maximum temperature

is 31.4º C and the mean daily minimum is 26.0º C.

With the onset of the southwest monsoon by the end of May, day

temperatures decrease slightly and the whole of monsoon season is

more pleasant.

After the end of September, day temperatures increase gradually, and

the heat in the post monsoon and northeast monsoon seasons are

nearly as intense as in summer.

The highest maximum and minimum temperatures ever recorded were

34.6º C in May and 17.8º C in January respectively.

The month-wise distribution of mean maximum and minimum temperatures

and also the highest and the lowest temperatures recorded are

presented in Table-2.

5. RELATIVE HUMIDITY

The air is highly humid throughout the year, the relative humidity

being generally over 70%.

6. CLOUDINESS

Skies are heavily clouded to overcast in the southwest monsoon

season. In the pre-monsoon month of May and post-monsoon months of

October, November and few days in December, the skies are generally

moderately to heavily clouded. In the other months, clear or

lightly clouded skies are common.

7. RAINFALL

The southwest monsoon at Kochi generally sets in during the last

week of May. The rainfall in the southwest monsoon months, June to

September constitutes about 65% of the annual total of 305 cms. June

and July are the rainiest months when 44% of the annual rainfall is

received. The rainfall gradually decreases after July. A good amount

of rain, mostly as thundershowers, occurs in May and in the post-

monsoon season.

On an average there are 132 rainy days (that is, the days with

rainfall of 2.5 mm or more) in a year.

The heaviest rainfall in 24 hours recorded was 253.2 mm on July 28,

1933.

The monthly distribution of average rainfall, the average number of

rainy days and the heaviest rainfall recorded in 24 hours in each

month are presented in Table-3

8. DEPRESSIONS AND CYCLONIC STORMS

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 16: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

16

From the records of India Meteorological Department during the past

104 years from 1891 to 1994, it was observed that a total number of

28 depressions (winds up to 33 knots) and cyclonic storms (winds up

to 47 knots) might have acted in the area with strong winds, heavy

rains and also moderate to high sea wave conditions. There are only

two storm seasons:

October, November and December, when majority of the storms affected

the region (89%). Only one storm affected the region in October

(originated in the Arabian Sea). All the other storms that affected

the region are in November and December (originated in the Bay of

Bengal).

May, when few storms affected the area (11%).

9. VISIBILITY

The visibility or the transparency of the atmosphere generally

refers to the maximum horizontal distance at which objects can be

clearly seen and distinguished. Monthly average visibility in the

area was more than 4 km during majority period of the year. There

was not a single instance when the visibility was less than 1 km. In

general, low visibility was observed in the month of January.

10. SPECIAL WEATHER PHENOMENA

Convective activity is essential for the occurrence of

thunderstorms. With the advance of summer, thunder activity becomes

pronounced due to ground heating. Since sufficient amount of

moisture is present in the atmosphere, a good number of

thunderstorms occur in the summer months and the post-monsoon and

early northeast monsoon seasons (64 days in a year). Being a coastal

region, the ground heating is not sufficient for the thunderstorms

with hail.

Squall is the gustiness of wind in association with thunderstorm,

dust storm etc. The squall speed may reach 30 to 40 knots. The

climatological data shows that the area may experience squall in

association with thunderstorms in about 1.6 days in a year,

especially in June and July.

The other special weather phenomenon such as dust storm and fog also

does not occur in the region.

11. WAVE CLIMATE

The wave activity in the region corresponds with the seasonal winds.

During fair weather season from October to April, the significant

wave height is about 0.5m for most of the time and wave heights

exceeding 1.0 m are very rare. During rough weather season from May

to September, the significant wave height exceeds 1 m for most of

the time.

The wave periods vary from 3 to 11 seconds with frequently occurring

wave period of 7 to 8 seconds during both of the above seasons. The

waves usually approach the coast from southwest and northwest

directions.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 17: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

17

The Environmental data regarding wave height is presented in Table 1

12. OCEAN CURRENTS

The ocean currents near Kochi are predominantly due to tidal

variations. The highest currents value recorded varies from 45 to

110 cm/sec during spring tides and 32 to 64 cm/sec during neap

tides.

The Environmental data regarding ocean current is presented in Table

1

13. SPM LOCATION

SPM location as established are as under:

EASTING 614191.00 m

NORTHING 1105284.90 m

WATER DEPTH 30.0 m

Seabed Features: SPM site seabed surface sediment is sandy clay. The

seabed slope at VLCC location is about 1:500.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 18: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

18

TABLE –1

ENVIRONMENTAL CONDITIONS FOR 1-YEAR RETURN

PERIOD

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 19: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

19

TABLE –2

MONTHWISE AVERAGE AIR TEMPERATURES AND EXTREMES *

MONTH MEAN DAILY

MAX º C MEAN DAILY MIN

ºC HIGHEST MAX. EVER RECORDED

ºC

LOWEST MIN.EVER RECORDED

ºC

JANUARY 30.6 23.2 33.6

17.8

FEBRUARY 30.7 24.3 34.0

19.2

MARCH 31.3 25.8 34.4

20.1

APRIL 31.4 26.0 34.4

21.4

MAY

30.9 25.7 34.6 20.8

JUNE 29.0 24.1 32.7

20.2

JULY 28.1 23.7 32.1

20.2

AUGUST 28.1 24.0 32.2

19.8

SEPTEMBER 28.3 24.2 31.8

20.6

OCTOBER 29.2 24.2 32.7

20.3

NOVEMBER 29.8 24.1 34.0

19.4

DECEMBER 30.3 23.5 34.4

18.2

ANNUAL 29.8

24.4

Source: IMD DATA

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 20: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

20

TABLE –3

MONTHWISE AVERAGE RAINFALL AND RAINY DAYS *

MONTH RAINFALL

IN MM

NO. OF RAINY

DAYS

HEAVIEST

RAINFALL

IN 24 HRS.

JANUARY 23.4 1.1

133.3

FEBRUARY 25.4 1.4

105.4

MARCH 52.3 3.0

125.8

APRIL 113.5 6.3

160.5

MAY

301.7 12.4 253.2

JUNE 731.3 24.9

185.4

JULY 614.2 24.5

213.9

AUGUST 379.7 19.3

155.7

SEPTEMBER 244.1 14.2

111.8

OCTOBER 326.1 13.8

236.2

NOVEMBER 186.9 8.8

121.4

DECEMBER 48.0 2.6

154.7

ANNUAL 3046.6 132.3

253.2

Source: IMD DATA

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 21: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

21

SPECIAL CONDITIONS OF CONTRACT 1. Special Conditions of the Contract (SCC) shall be read in conjunction with the General

Conditions of Contract, Specifications, Drawings and other documents forming part of this contract wherever the context so requires.

2. Notwithstanding the sub-division of the documents into these separate sections and volumes

every part of each shall be deemed and be supplementary to and complementary of every part and shall be read with and into the contract in so far as it may be practicable to do so.

3. Where any portion of the General conditions of Contract is repugnant to and at variance with

any provisions of the Special conditions of Contract, then the provisions of the Special Conditions of Contract shall be deemed to override the provisions of the General Conditions of Contract and shall to the extent of such repugnance or variations prevail.

4. Wherever it is mentioned in the tender documents that the contractor shall perform certain

work or provide certain facilities, it is understood that the contractor shall do so at his cost, being deemed to be part of the relevant item in the Schedule of Rates whether expressly stated or not.

5. The materials, design and workmanship shall satisfy the relevant

Indian/ASME/API/BIS/OISD/OCIMF or any other standards, specifications contained herein and codes referred to. Where the specifications stipulate requirements in addition to those contained in the standard codes, these additional requirements shall also be satisfied.

6. The questionnaire enclosed as Annexures 3 to 7 to be filled in by the bidder. Failure to fill

the questionnaire therein may make the tender liable for rejection.

Note: Due consideration i.e. first right of refusal, will be given to Vessels/Boats with Indian Flag as per the S.D. Circular-2/2002 dated 08.11.02 issued from the office of the Director General of Shipping, Mumbai and any amendments issued subsequently thereof.

7. GENERAL

General Conditions of Contract (GCC) & GTC is applicable to the contract except for condition stated in Clause No.15 of under “General instruction to bidder”. The Compensation for failure/omission shall be as detailed vide para 12 & 20 below.

8. MATERIALS SUPPLY - OWNER'S RESPONSIBILITY

Owner's responsibility shall be confined to supply of the following materials to Contractor for rendition of services free of cost at Owner’s Warehouse at Shore Tank Farm (STF), Puthuvypeen OR Owner’s warehouse at Ambalamugal or part supply from both warehouses: i) Spare parts of SPM ii) Mooring Hawser system: – Links, Shackles, Thimbles, Pins, Nylon hawsers, lace on

floats, chafe chain, wire pendent with connected shackles, pick up rope & messenger rope.

iii) Floating Hoses and its accessories - Hoses, snubbing chain with connectors, master links & shackles, pick up chain with connectors, butterfly valves, blind flanges, “o” rings, Cam lock coupling, Marine Breakaway Coupling & its floats, winker lights, etc.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 22: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

22

iv) Under Buoy Hoses and its accessories – Hoses, FADs, Umbilical with supports & floats

v) Grease for SPM Bearing and Grease for Winch wire vi) Pull Rope for securing the additional length of the floating hose when smaller tankers

are berthed at SPM vii) Paint for SPM system. viii) DCP fire extinguishers installed inside the buoy only. ix) Oil spill combating materials / equipments viz. oil containment boom reels &

connected power pack, blower & towing set, replenishment of oil dispersants. x) Hydraulic oil/lube oil/diesel oil for Oil spill combating equipments xi) Lube oil/crank casing oil for winch operation inside buoy deck xii) Nitrogen cylinder/portable Nitrogen cylinder for manual operation of PLEM valves

8.1 MATERIALS SUPPLY :-CONDITION FOR OWNER- SUPPLIED MATERIALS

i) The contractor shall be responsible at his own initiative and cost to take delivery of the materials to be supplied from Owner’s Warehouse (vehicle arranged by contractor shall have a flame arrestor to enter into owner ware house premises) and to transport the same to the job site for replacement, utilization, fabrication, erection etc. via road/port/sea.

ii) Contractor shall mobilize crane/ lifting machinery/slings/lifting tools etc, at owner’s

warehouse for safe shifting of materials from owner’s warehouse to contractor’s vehicle. In case any assistance is required in this regard, owner may provide required machinery subject to availability of the same on chargeable basis, which is at the discretion of the Engineer in Charge. There is no lifting facility inside Shore Tank Farm, BPCL-KR, Puthuvypeen.

iii) Contractor shall mobilize crane/ lifting machinery/slings/lifting tools etc, at berths of

CPT/Jetties for safe shifting of materials from contractor’s vehicle to boats/vessels or vice versa.

iv) On completion of the works or upon prior termination of the contract, the contractor shall

forthwith at his own risk and cost, return the materials (all empties, used spares, pipes and other surplus materials including but not limited to salvageable wastage remaining in the hands of the contractor) to the Owner’s Warehouse as directed by engineer-in-charge.

v) If, in the opinion of the owner, any surplus material, returned by the contractor is not in

good condition, or is unusable, the owner may reject the same in which event the contractor shall be deemed to have failed to return to the owner the surplus material(s) in which case the original cost/ assessed cost of the material shall be recovered from contractor. Engineer in charge decision is final in calculating the cost of damage.

vi) The contractor shall return all empty packing cases, wood packing which had contained

materials issued by the owner to Owner’s Warehouse as directed by the engineer-in-charge.

vii) All materials issued by the Owner to the Contractor shall be preserved against deterioration

and corrosion while under Contractor’s custody. Any damages/ losses suffered, on account of non-compliance with requirements stipulated herein, shall be considered as losses suffered due to willful negligence on the part of the Contractor and he shall be liable to compensate for the losses suffered at penal rates to be determined by the Engineer-in-

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 23: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

23

Charge and his decision with regard to the rates charged for the purpose of recovery shall be final and binding on the Contractor.

viii) Various equipments and materials intended for maintenance of SPM System will be

received by Owner in unpacked, skidded, crated, packed or loose condition and will be stored in the Owner’s Warehouse and materials will be issued to the Contractor in as received condition.

ix) All materials issued to the Contractor shall be duly protected with the appropriate

preservative coating, which should be examined while receiving the materials from Owner’s Warehouse and subsequently renewed from time to time by the Contractor wherever necessary. The Contractor shall be responsible for procuring these preservatives and applying them at his cost, if such protective coating of the equipment and materials are damaged while in his custody. In particular, the following aspects, but not limited to them, are brought to the Contractor’s attention:

o The Contractor shall check condition of the valves, fittings and special tools to ensure that

they are not subject to corrosion. Any such conditions when detected should be brought to notice of the Engineer-in-Charge and remedial measures should be taken by the Contractor at his own cost as directed.

o All machined surfaces shall be properly greased and should be maintained and protected

from damages. o Opening of equipment, machinery, valves, hose flanges etc. shall be kept blocked /

covered with blinds to prevent entry of foreign matter.

o Rotating machinery e.g. motors etc. should be as far as possible kept repackaged in the

packing cases in covered container. o When machinery including all electrical and instrumentation panels, motors etc., are stored

in the open, they should be covered by sufficient tarpaulin to prevent rain/sea water & dust entry and subsequent damage of the same.

o As far as possible materials/ equipment shall be transported to the site of use from the

storage point just prior to their actual use and shall not be left lying around indefinitely. Instructions of the Engineer-in-Charge shall be followed strictly in this regard.

o At the end of every month, the Contractor shall submit an account for the materials issued

to him by the Owner in the format prescribed by the Engineer-in-Charge. 9. TOOLS/ TACKLES/ EQUIPMENTS SUPPLY - CONTRACTOR'S RESPONSIBILITY i) All the equipments, tools, tackles, field instruments, consumables, etc. which are not

specifically indicated in Owner’s Scope of Supply but are required for successful completion of the works as per specification, drawing etc., shall be included in the Contractor’s Scope of Supply.

ii) The Contractor's responsibility shall extend to all matters and things expressed or implied

within the Scope of Work. iii) The Contractor shall maintain a day-to-day account of all materials/fuel indicating the

receipt(s), daily consumption(s) and balance of each material/ fuel and category thereof.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 24: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

24

Such account will be verified by the Engineer-in-Charge and shall be supported by all documents necessary to verify the correctness of the entries in the account. Such account shall be maintained at Contractor’s office(s) and vessel/ boat(s) and shall be open for inspection and verification (by verification of documents in support of the entry as also by physical verification of the stock) at all times by the Engineer-in-Charge with authority at all times to enter in to or upon any godown or other place(s) or premise(s) where the materials or any part of them are laying or stored and to inspect the same himself and or through his representative(s).

iv) The Contractor shall at all times be exclusively responsible for loss(s), damage(s),

deterioration, misuse, wastage, theft or other application or mis-application or disposal of the materials or any of them contrary to the provisions hereof and shall keep the Owner indemnified from and against the same and shall forthwith at his own cost and expenses replace any such material, lost, damaged, deteriorated, misused, wasted, stolen, applied, mis-applied and/or disposal as aforesaid with other material of equivalent quality and quantity delivered to site at the Contractor’s risks and costs in all respect.

v) If the Contractor shall default in replacing any material lost, damaged, deteriorated,

misused, wasted, excess used, stolen, misapplied or disposed of within the provisions hereof, or shall fail to return to the Owner any surplus material or empties within the provisions hereof, the Contractor shall be liable to pay to the Owner the cost of such material or empties delivered at Owner’s stockpile / godown plus departmental charges calculated at 25% (twenty five percent) of the said cost determined by the Engineer-in-Charge, and the decision of the Engineer-in-Charge as to such cost shall be final and binding upon the Contractor.

vi) The Owner shall not be responsible for any delay in the supply of any materials by the

Contractor within the scope of supply and the Contractor assumes full responsibility for any and all delays in the supply of any materials within the scope of supply and no such delay or failure in respect thereof shall anyway render the Owner liable for any claim or damages or compensation notwithstanding that an increase in the time of performance of the Contractor is involved by virtue of the delay or failure and notwithstanding that any labour, machinery or equipment brought upon the site by the Contractor or any sub-Contractor is rendered idle by such delay or failure and the Contractor undertakes to indemnify and keep indemnified the Owner from and against any and all transactions, demands and proceedings whatsoever or the resultant costs (including between attorney and client), charges and expenses and losses and damages incurred by such delay or failure. Without prejudice to the generality of the foregoing, it is specifically declared that except in the case of force majeure as hereinafter referred to, any delay or failure by the Contractor to supply, any materials within the Contractor’s scope of supply shall on no account constitute a ground extension of time for performance or completion of any work(s).

vii) Subject to the provisions of the GCC &GTC, Contractor shall also, within the scope of

work, be and remain at all time exclusively responsible to provide all materials, tools, inputs, utilities and consumables and other items and things whatsoever, required for or in connection with the rendition of services as listed below:

• Diving Services at SPM and also along the sub-sea pipeline.

• Sub-sea pipeline Maintenance Work.

• Contractor's Maintenance vessel & Support Vessel from time to time.

• Consumables required for running the contract and also for maintaining of Contractor’s vessels.

• Services as per scope of work.

• Operation of Oil spill combating equipment when the need arises.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 25: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

25

viii) All ropes/tools/web slings / aids/grease gun/ grease samples drawing tools/grease

sample tubes/measuring meters/authorized calibrated tapes/ authorized calibrated pressure gauges/graph paper books, scaffolding pipes, Equipments/tools/bolts/nuts/gaskets/Pressure recorder connected with pressure Test, Vacuum test & continuity test equipment, etc and other than mentioned under else where in the tender for any work that BPCL may assign shall be arranged by the contractor.

ix) If for the rendition of services, Owner finds it necessary to do so, Owner may at its

discretion and convenience provide labour, machinery and/or equipment to the Contractor for the performance of the work and/or testing of the works. The terms and conditions for provision and/or hiring of such labour, equipment, machinery shall, be specified by Owner.

x) Owner shall be entitled at its discretion at any time during the performance of the

services without notice of Contractor, to suspend or without use by Contractor of any labour, equipment or machinery supplied or procured by Owner, and no such suspension or withdrawal shall form the basis of any claim of Contractor against Owner for compensation or damages or otherwise, or constitute a ground for extension of time for completion.

xi) Contractor shall arrange water supply & its storage at vessel/ boat(s) and power supply at

his own cost for execution of work. OWNER shall not be responsible for supplying water and Contractor shall ensure timely and adequate supply of water. DG set of suitable capacity may be installed and operated by the contractor at his cost. OWNER shall not be responsible for power supply and contractor shall ensure proper supply of electricity to meet the work schedule. The electrical works shall be carried out through Licensed Electrical personal only.

NOTE: Fuel/Lube for the Vessels shall be procured by the bidder from BPCL Depot/Dealers if available otherwise with the due approval of Engineer-in-charge.

10. PERFORMANCE OF SERVICES i) Contractor shall within 30 (thirty) days from issue of acceptance of LOA, name a

Supervisor with adequate experience in SPM Operation & Maintenance, constantly in attendance at the SPM site who shall assume responsibility for the services on behalf of Contractor.

ii) Said Supervisor of Contractor shall be the representative of the Contractor for and

relative to all actions and transactions and dealings on behalf of Contractor and to whom labour, materials, equipment and/or machinery procured or supplied by Owner may be given and to whom all plans, designs, drawings and Instructions or other documents or communications for or relative to the services may be given, with the intent that all transactions and dealings had with the said.

iii) Supervisor shall be deemed to be with Contractor, and any and all plans, drawings,

designs, instruction, documents or communications, and/or labour, materials, equipment or machinery delivered to said Supervisor shall be deemed to be delivered to Contractor.

iv) Contractor's representative shall be English speaking. v) During tanker offloading at SPM, the Supervisor shall guide the crew on board tanker in

safe hose handling/ connection/ disconnection activities. He shall be able to supervise all

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 26: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

26

the maintenance jobs & Inspections at SPM site. The Supervisor nominated by Contractor is accepted subjected to approval of Engineer-in-Charge.

vi) Supervisor should ensure that a comprehensive medical check up of the personnel’s

employed by him is conducted every six months and report submitted to the BPCL –KR medical officer.

vii) Supervisor should make arrangements to submit passports of their employees and

submit filled up verification forms of employees for necessary security authentication. Any other details required by security personnel will have to be provided from time to time.

viii) In addition, the contractor shall also nominate a Deputy Supervisor (which nomination

shall also be subject to approval of the Engineer-in-Charge) to deputize for the Supervisor during periods of absence.

ix) Owner has the right to convene regular meeting and Supervisor of the contractor shall take

part in the meeting without fail and minutes of meeting to be signed by representative of the Contractor. A senior representative of the contractor must attend the meeting, as & when the owner desires, at his own cost.

x) During the major maintenance period of SPM, senior representative of the contractor must be

at site along with the Supervisor at his own cost for close supervision and timely completion of scheduled activities. Progress report during the major maintenance period at SPM must be sent to Engineer-in-Charge on daily basis.

xi) Contractor shall plan and organize all operations taking into account all suspension or shut

downs necessitated by weather conditions (foreseen or unforeseen) and the existence of adverse weather condition shall on no account entitle the Contractor to claim any idle charges or additional compensation.

11. TIME FOR COMPLETION

i) The tentative date of commencement of contract is last week of March-13.The contract shall

be for a period of 3 (Three) years commencing from date of mobilization or any other subsequent date notified by the owner in this behalf. The Contract for services is an indivisible service contract for three years.

ii) During the technical evaluation of the bid, if OWNER desires, the bidder shall offer the

Maintenance vessel & Support vessels as per tender conditions for physical verification with all supporting documents.

iii) Maximum period allowed for mobilization shall be 45 days from LOA. However the contractor

shall offer all his resources i.e. Vessels, equipments, tools & manpower as per contract at least 15 days prior to date of mobilization for inspection/verification by owner & third party appointed by Owner in this regard in INDIA. All the cost associated with the inspection by third party shall be borne by contractor.

In case of delay in mobilization of all the resources as per the provisions of the tender, the OWNER at its sole discretion may cancel the LOA and the bidder shall be blacklisted.

12. PENALTY FOR NON-PERFORMANCE

The following penalty clauses shall be applicable for non-performance of work as per tender after commencement of the contract. The amount shall be deducted from running account bill of corresponding month.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 27: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

27

S. No

Event Deduction

i) For omission or failure to perform any Item of Weekly Check List.

1/2% (Half percentage) of the total annual contract value under SOR Item 3&4 for each item of Weekly checklist not performed.

ii) For omission or failure to perform any Item of Monthly Check List

3/4% (Three Fourth percentage) of the total annual contract value under SOR Item 3&4 for each item of Monthly checklist not performed.

iii) For omission or failure to perform any Item of Half Yearly Check List.

1% (One percentage) of the total annual contract value under SOR Item 3&4 for each item of Half yearly checklist not performed.

iii) For omission or failure to perform any Item of Annual Check List.

1.5% (One and Half percentage) of the total annual contract value under SOR Item 3&4 for each item of yearly checklist not performed.

iv) For omission or failure to perform any Item of Oil boom Maintenance Check List.

5 % (Five percent) of the annual contract value under SOR Item 7 for each item of Oil Spill Combat Equipment checklist not performed.

v) For omission or failure to render operation service for Tanker berthing/discharge.

Cost of demurrage of crude oil tanker on hourly pro-rata basis plus 1% (One percentage) of the annual contract value under SOR Item 2, for each Tanker calling at the SPM in respect of which berthing/discharge operation services are delayed /not rendered by Contractor. Demurrage rate will be calculated as per prevailing tanker demurrage rates. If night berthing is allowed by CPT in future the penalty clause for non rendering of service would remain the same

vi) For omission or failure to render any other services.

Cost and supervision charge of rendition of service through any other vessel, method or Agency.

vii) For withdrawal of maintenance vessel without appropriate replacement

Pro-rata cost of vessel charges as per SOR Item 1 for the period the vessel is kept away from the service.

viii) For delay in Re-deployment of the maintenance vessel within the specified/granted time schedule for its withdrawal for dry-dock repair

Pro-rata cost of the vessel charges as per SOR Item 1 for the extended period

ix) Withdrawal of Support Vessel from services without appropriate replacement.

Pro-rata cost of the support vessel charges as per SOR Item 1 for the period the support vessel is kept away from the service.

x) Non-availability/ non-functioning of required equipments/ tools for maintenance activities as per tender conditions

2% (Two percentage) of the annual contract value under SOR Item 4 for each occasion.

xiii) For delay in mobilizing the dumb barge

Rs 25,000 per day

The deduction in respect of an omission or failure to perform/render services not specified above shall be as specified or calculated by the Engineer-in-Charge. Nothing in the foregoing clauses shall prevent Owner from exercising its rights of termination of Contract for any omission or default by Contractor if owner be entitled to terminate the Contract therefore in accordance with the provision in this behalf elsewhere herein.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 28: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

28

13. ESCALATION

The quoted rates shall consider cost of all escalations (foreseen and unforeseen) including but not limited to increase in Government taxes and duties, labour costs and material cost or costs of other inputs whatsoever, except the fuel escalation cost for the maintenance vessel & support vessel and service tax.

The variations to cover increase/decrease in the fuel cost shall be considered on the basis of the following formula: E = (F/100) X (I/100) X (D/365) X 100 Where as E = Percentage of variation of the Total Annual excecuted value for Item No: 1 of SOR F = Fuel factor in percentage as quoted by bidder in the break up of lump sum cost quoted in Item No: 1 of SOR. I = Percentage of variation in BPCL ex-Depot bulk fuel rates at Kochi. D = Number of days for which the increased/decreased fuel cost is being claimed/refunded for the relevant year.

If there is more than one fuel variation during the year, variations shall be separately calculated for the period covered by each increase/decrease. The applicable date for the calculation of any variation shall be first of the month following the application of the relative increase/decrease in price (s) subject to there being a time log of not less than 15 (fifteen) clear days between the date of application of the increase/decrease and the first of the following month, and if the time lag is less than that specified, then the applicable date shall be the day next following the expiry of 15 (fifteen) clear days from the date of application of the increase/decrease.

14. VESSEL MOVEMENTS

i) Support vessel/maintenance vessel/vessel’s designated for SPM operation and maintenance are expected to be at SPM site always and the same shall not be permitted to shore without prior permission of Engineer-in-charge. Failing to do this will be considered as failure in rendering the duty for the day and accordingly penalty clause, as applicable, would be applied.

ii) The Support vessel shall, whenever required, transport OWNER and OWNER’s

representative from shore to SPM and back.2 Numbers of CISF personnel’s, along with their arms and ammunition, would have to be transported from shore to SPM and back in the support vessel as and when requested by the owner. All expenditures in this regard shall be borne by the Contractor.

iii) The OWNER may call the additional twin-screw engine boat offered by Contractor for

transportation between shore and SPM, owners ,owners representative and/or 2 Numbers of CISF personnel’s, along with their arms and ammunition, as and when requested by the owner ,only when Support vessel is engaged in operational or maintenance activities at offshore

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 29: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

29

iv) Contractor shall be responsible for providing boarding and lodging on board the vessel for

BPCL contract security personnel’s or 2 numbers of armed CISF commandos, along with their arms and ammunition, on 24*7 basis. Contractor shall allot one decent A/C cabin with 2 beds for the security personnel. In addition contractor should provide a safe place, as per CISF requirement, to keep their arms and ammunition.

v) Contractor to provide a RIB /Gemini boat for patrolling of SPM area by CISF personnel

on round the clock basis. All the cost incurred on the same is to be borne by the contractor (including fuel cost). The boat should be 4.5 meter long and should be able to accommodate 5 people and have speed of 10 knots with 25-30HP OBM. Contractor should arrange manpower for maneuvering the boat when required for patrolling by CISF. Necessary deck space should be made available in the Maintenance vessel for keeping the boat when not in use.

vi) Bunker/potable water/provision/material in requirement for daily needs of maintenance

vessel shall be lifted at contractor’s cost and vessels shall be moved from SPM for that purpose with prior permission from Engineer-in-charge. If Engineer-in-charge demands an alternate vessel for the above said movement, contractor shall deploy the same without fail.

vii) Maintenance vessel & support vessel are permitted for transport of material from jetty to

SPM or from SPM to jetty. viii) All the cost incurred towards the transporting of materials/spares/any other equipment

required for SPM operation & Maintenance shall be borne by contractor including material handling charges. Coordination at port area/ warehouse at STF, Puthuvypeen/ware house inside Refinery area shall be done by contractor.

ix) The port charges viz. port dues, berth hire and pilotage charges incurred by Contractor in

connection with material shifting of OWNER supplied items shall be reimbursed by OWNER on producing supporting documents.

15. REPORTS AND RECORDS: i) Contractor has to make arrangements to send the report/s pertaining to SPM inspection as &

when carried out through e-mail to Engineer-in-Charge on the same day from offshore without fail.

ii) All these reports shall be compiled and converted into a monthly report in the booklet format

(as per Exhibit -F) and also in soft copy (CD) by Contractor in respect of all services performed and/or required to be performed by Contractor, including (but not limited to) for day-to-day, weekly, monthly, quarterly, half yearly, and annual maintenance and inspections and shall be signed on each page by Contractor's representative.

iii) Five (5) copies of such booklets along with one CDs are to be submitted to Engineer-in-

Charge by 5th day of succeeding month by contractor. In case of any major maintenance (scheduled/unplanned) carried out by contractor, all the details of the activities performed/ carried out shall be made in a detailed report format and shall be submitted to Engineer-in-Charge within a week time of completion of the major maintenance jobs. This report shall contain necessary photographs and soft copy of this report shall also be submitted along with the monthly report.

iv) Owner has the right to change the frequency of inspection of any equipment/item or add any

new item for inspection during the course of contract for any reason.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 30: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

30

16. D I V I N G: i) Contractor shall provide suitable diving equipment of superlite 17A/B model with all

necessary connected equipment. Diving is expected to be carried out at least one hour on continuous basis for each diving and accordingly DCC has to be maintained. The following are minimum requirements connected with diving equipment:

� Diving equipment should be of superlite 17A/B model with all necessary connected item � Diving launch & recovery equipment (Mini Air Basket deployment for 2 divers) � Helmet with an umbilical made up for air/gas supply hoses, communications cable,

pneumo-fathometer, video camera, light and safety line etc..,. Minimum 3 sets shall be available.

� Decompression chambers � Air compressors � Two Diver Radios with battery back up � Divers Air/Gas Manifold/control system � Pneumo Box/es � Diving umbilical of 150 M Umbilical of 3 sets with stand

ii) Diving work shall be carried out in accordance with the diving operations Special Regulations

(latest edition) made under the Factories Act of United Kingdom or any other international standard like IMCA approved by the Engineer- in-Charge.

iii) The Bidder may have his own Diving Team or it may be outsourced. The bidder shall enclose

the credentials & an agreement with the outsourced agency to the effect that it shall undertake to provide its Diving Team if the work is awarded to the Bidder

iv) Before any diving is undertaken, Contractor shall furnish the Engineer-in-Charge two copies of

the Code of signals to be employed and shall have a copy of such code prominently displayed on all crafts from which diving operations take place.

v) All necessary personnel safety equipments, considered adequate by the Engineer-in-Charge

shall be made available by Contractor for use of divers, whether employed by Contractor for Owner, and shall at all time be maintained in a condition suitable for immediate use. Contractor shall take necessary steps to ensure proper use of equipment by divers using the equipment.

vi) All diving equipment must be fully operational and approved as per international

standards

vii) Diving reports to be incorporated with under water photographs taken with a digital u/w still camera.

17. TIDE GAUGE: i) Contractor shall at all times during the performance of marine works provide and maintain

three tide gauge boards clearly marked in meters, sub-divided into five centimeters graduations at locations and directed by the Engineer-in-Charge or the Site Engineer.

ii) The zero of the tide gauge shall be set at Indian Mean Sea Level.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 31: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

31

18. MARINE PRECAUTIONS: i) Contractor shall, in addition to any other applicable marine regulations, at his own cost

provide/equip himself with all navigation aids provided for by the Rules/Regulations of the Mercantile Marine Department, and shall keep Owner, Owner's servants, agents and consultants indemnified from and against all consequences of any breach of infringement thereof.

ii) Should any vessel, plant, equipment and/or machinery sink through any cause, the Contractor

shall forthwith remove the same at his own cost, and leave the sea-bed free of any obstruction to the satisfaction of the Engineer-in-Charge.

iii) In addition to the above, Contractor shall in the performance of marine works observe all

international precautions, safety measures and conventions as may be reasonably expected of an international Contractor of repute performing such works.

19. SAFETY & POLLUTION CONTROL i) In addition to the provisions of General Conditions of Contract & General Terms and

Conditions, Contractor shall take all reasonable precautions to avoid pollution or contamination of the air, land or water arising out of the performance of the work.

ii) Should there be a discharge or escape of appreciable quantity of pollutants or contaminants

during performance of its obligations under this Contract which occurs as a result of activities of Contractor or its sub-Contractor, the Contractor shall immediately take all action necessary to contain, control, recover or disperse the substance and to eliminate the safety and environmental risks and correct the damage resulting there from.

20. PENALTIES FOR VIOLATION / NON-ADHERENCE SAFETY PROCEDURES

With a view to improve the safety aspects of execution of the job based on the job requirements following penalties will be imposed for violation of safety procedures:

S No.

Nature of Violation Penalty

a For non use of PPE (Personal Protective Equipment) Rs. 1,000/- per occasion

b Working without clearance Rs. 5,000/- per occasion

c Violation of applicable safety, health and environment related norms

Rs. 10,000/- per occasion

d Violation of applicable safety, health and environment related norms resulting in 1)Any physical Injury 2) Fatal accident

Rs. 500/- per occasion 0.5% of the contract value (maximum of Rs. 2 lakh) per injury + Rs. 5000/- 1% of the contract value (maximum of Rs. 10 lakh) per fatality + Rs. 5000/-

e) Hot work without proper Clearance / permit Rs. 10,000/- per occasion

f) Inadequate or non-availability of First Aid Box Rs. 500/- per occasion - Aforesaid penalty clause is over and above the applicable statutory requirements

In case of accidents depending on the seriousness of injury etc. in addition to the hospitalization / Treatment charges and Group insurance amount, compensation shall be

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 32: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

32

paid by the Contractor to the affected person / his family members in presence of Engineer-in-charge as per Workmen Compensation Act and any other applicable Act / rules prevailing in the Country.

21. CO-ORDINATION WITH OTHER AGENCIES i) Work shall be carried out in such a manner that the work of other agencies operating at the

location is not hampered due to any action of the Contractor. ii) Proper co-ordination with other agencies will be Contractor’s responsibility. Since the location

of work is in Offshore, the Contractor shall coordinate with Cochin Port Trust (CPT), Inland Waterways Authority of India (IWA), Fisheries Department, local bodies, government agencies, statutory bodies etc.

iii) In case of any dispute, the decision of Owner shall be final and binding on the Contractor. The

Contractor has to obtain all the requisite statutory approvals for the execution of the job under the scope of work.

iv) Contractor has to obtain the clearances, if any from Ministry of Defence or other statutory

bodies for the operation of the Vessel. v) Contractor has to arrange Insurance for the Vessel / Boats owned / hired by him for the

execution of the job. vi) Contractor shall use only certified Equipments such as Cranes / Lifting tackles etc. Requisite

certification shall be available with the bidder in the Vessel / boat. vii) Contractor shall make arrangements for the transportation of Owner’s representatives / Owner

designated persons/CISF personnel to SPM location and back. viii) The surveillance of the SPM facilities and its accessories shall be the responsibility of the

Contractor. ix) The Contractor shall not allow any visitors on the work or premises of the sites without

approval of the Engineer-in-Charge. x) Contractor shall not change the manpower designated for operation & maintenance of SPM

without prior permission from Engineer-in-Charge. xi) Contractor shall produce the manpower for an interview before mobilization for verification

purpose. Owner reserves the right to reject the persons designated for operation & maintenance of SPM by contractor based on the tender conditions.

xii) Attendance of manpower on board Maintenance vessel & support vessel including vessel

crew shall be submitted to owner everyday. xiii) Change in vessel crew shall be intimated to Engineer-in-charge, well in advance. xiv) Successful bidder shall inspect the entire SPM system as part of takeover of SPM O&M

contract from the present contractor as per the instructions of Engineer in charge and report on findings shall be submitted to owner immediately.

xv) Contractor shall maintain the list of equipment all the time on board the vessels brought for

SPM Operation & Maintenance. Owner may conduct frequent checks on the availability of equipment as and when required.

****************************************************************

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 33: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

33

SCOPE OF WORK

1.1 GENERAL

The Scope of work (hereinafter collectively referred to as “services”) to be performed by the contractor shall include but not limited

i) Arrangement/ provision / deployment of necessary Maintenance vessel/support vessel

(s) along with its/ their crew and equipments necessary to perform the services. ii) Operation, maintenance and inspection of SPM terminal and connected accessories,

as mentioned under detailed scope of work. iii) Supply of required sea going boats of twin engine with marine frequency

communication facilities for tanker mooring operation. iv) Optional services for which separate rates are asked for.

2.1 A BRIEF DESCRIPTION OF SPM SYSTEM IS ATTACHED AS EXIHBIT-A

.

3.0 DETAILED SCOPE OF WORK

The scope of work (hereinafter collectively referred to as “Service”) to be performed by the contractor shall include, but not limited to, the following:

3.1 MAIN LINE ITEMS

3.1.1 Provision and operation of maintenance and support vessel as per detailed

scope given in Item No: 1

ITEM NO: - 1 Provision and operation of the Maintenance vessel and support vessel with tools, tackles, equipments, and manpower required for operation and maintenance of Kochi SPM

I. Provision and deployment of one approved maintenance vessel, One support vessel along with required crews and equipments/tools/tackles necessary to perform operation, inspection & Maintenance and repair services, subject to the minimum requirement for maintenance vessel/ support vessel/manpower as specified in Exhibit ‘C’, ‘D’ and ‘E’ hereto.

II. It is being understood that the said requirements are merely intended to express the

minimum requirements and are not intended to convey that a vessel fulfilling such requirements is suitable for the performance of maintenance and repair services. The selection and provision of a suitable vessel and equipments for such performance shall be within the purview of the exclusive responsibility of contractor.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 34: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

34

III. Whenever Maintenance Vessel/ Support vessel experiences problems due to any reason the contractor shall forthwith provide and arrange a suitable alternative vessel/s, approved by Engineer-in-charge.

IV. Such approval shall not absolve the contractor of his full responsibility to provide a suitable

vessel and should any vessel be found to be unsuitable by the Engineer-in-charge, penalty clause mentioned elsewhere in the tender shall be applicable.

V. The contractor shall submit his written request to the Engineer-in-charge, at least one month

in advance, clearly specifying the date and period of withdrawal and redeployment of the vessel.

VI. Contractor shall offer new substitute vessel/s for inspection/verification of Engineer-in-Charge

prior to deployment. After this inspection only, approval for new substitute vessel/s as per tender conditions shall be granted.

VII. In the event of the approved Maintenance Vessel/support vessel being withdrawn or laid off

for any unforeseen reasons, the contractor shall forthwith provide/arrange a suitable alternative vessel approved by the Engineer-in-charge, it being understood that any such approval shall not absolve the contractor of his full liability to provide a suitable vessel and to carry out the required services.

VIII. The contractor shall be permitted to withdraw the support boat for its repair etc. provided

permission is sought from Engineer-in-charge in writing well in advance and also a suitable replacement is arranged.

IX. Contractor shall appoint one supervisor who has adequate experience in SPM Operation &

Maintenance for the following activities:

o Supervision of shifting of hose connection crew/tool box on board the tanker before tanker berthing in coordination with Pilot/master of the vessel

o Supervision of hose connection operation after all fast o Monitor the tanker discharge operation, ship manifold, tanker bow watch, floating hoses o Supervision of hose disconnection operation. o Supervision of SPM Inspection, Maintenance & Repair jobs.

X. The provision and deployment of manpower and personnel (including supervisor, divers and technical personnel) necessary for operating the Maintenance Vessel / Support vessel and equipment and the performance of the services, subject to the minimum requirements for manpower and personnel as indicated in Exhibit ‘E’ hereto, it being understood that the requirements therein specified are merely the minimum indicative and are not intended to express the suitability or sufficiency of such manpower and personnel to perform the operation, maintenance and repair service.

XI. All other works and services as may be required to be performed at On-shore/jetty as well as

at Off-shore by contractor for or in connection with the inspection, operation or maintenance of the SPM terminal system, the PLEM or the submarine pipeline including placing at owner’s disposal the contractor’s vessel/craft, equipment and personnel for use to meet owner’s emergency requirements. All the expenditure connected with this such as arrangement/clearances of berth at port area, suitable cranes for shifting and other necessary arrangements as required for the maintenance jobs. Failure of meeting any owners requirements, the same activity will be carried out by Engineer in charge, through any other agency/departmentally at the risk and cost of the contractor and all the incidental expenditure shall be deducted from the contractor. Engineer in charge’s decision will be final on the deduction amount for which the contractor shall abide by.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 35: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

35

XII. The contractor shall keep adequate quantity of foam/other consumables required for fire fighting on board vessels as per statutory norms. In case the same is used for fire fighting at offshore ,the same shall be replenished by BPCL-KR

XIII. Contractor shall accept 2(two) contract security men appointed by owner or 2 CISF commandos along with their arms and ammunition on board the Maint/Support vessel at all times during the entire contract period and also any other personnel designated by the owner as and when required in this behalf. Contractor shall accept them on board the vessels and shall provide tea/coffee/breakfast/lunch/dinner and the expenditure for this is included in the contractor’s scope. Contractor shall allot one decent cabin with A/C (with 2 beds) for the security personnel’s. Contractor shall permit the contract security men or CISF personnel, on board the vessels for watch keeping of SPM facility on round the clock basis. Contractor

shall permit the contract security men and CISF personnel, onboard the vessels for watch keeping of SPM facility on round the clock basis.

XIV. Contractor should transport owner’s personnel or personnel designated by owner as and

when required in connection with any inspection or other services. Contractor should also arrange to transport 2 Numbers of CISF personnel’s, along with their arms and ammunition, as

and when requested by the owner, from shore to SPM and back. The schedule of transportation of such staff/ personnel shall be finalized by Engineer-in-charge.

XV. Contractor shall allot one decent individual cabin with A/C for Owner and Owner has the right

to hold these cabins under lock & key arrangement.

XV. Contractor to provide a RIB /Gemini boat for patrolling of SPM area by CISF personnel on round the clock basis. All the cost incurred on the same is to be borne by the contractor (including fuel cost). The boat should be 4.5 meter long and should be able to accommodate 5 people and have speed of 10 knots with OBM of 25-30HP. Contractor should arrange for maneuvering the boat when required for patrolling by CISF. Necessary deck space should be made available in the Maintenance vessel for keeping the boat when not in use.

XVI. At all times both the Maintenance Vessel / Support vessel are to be positioned near the

SPM for surveillance of SPM and connected system.

3.1.2 Provide assistance to Pilot during tanker berthing/castoff at SPM as per detailed scope mentioned in Item No:2

ITEM NO: -2 Provide assistance to Pilot during tanker berthing/castoff at SPM with suitable support crafts and carrying out hose connection/ disconnection/ tanker discharge monitoring/ continuous bow watch/ continuous manifold watch etc as per scope of work.

I. Comply all the checks as per pre-berthing check list prior to tanker arrival. Inspect pick up rope/messenger rope/chafe chain/mooring Hawsers/ floating hoses/connected shackles, links, chains, pins etc., in order to ensure smooth tanker berthing and tanker discharge operation. Contractor has to ensure all the ropes connected with mooring hawser are free of entanglement/abnormality.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 36: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

36

II. Approach the tanker with hose connection crew and the toolbox containing the required tools/Portable Telemetry Unit for tanker operation and shift the same to onboard the tanker safely in coordination with Pilot/ Master of the vessel.

III. The nominated Contract Supervisor or Deputy Supervisor for safe and efficient operation

shall guide the hose connection crew. Any special instructions by Pilot/ Owner’s representative to Contract Supervisor in this regard shall be implemented.

IV. Towing/ keeping away the floating hoses/ strings hold the same in a loop without crossing the

bending radius limits of hoses from the approach of the tanker during berthing. V. Pick up the messenger ropes of mooring hawser assembly of both port side and star board

side and handover the both messenger ropes to tankers simultaneously in clear manner free from fouling with the help of small crafts as required for berthing of the tankers by pilots of Cochin Port Trust.

VI. After handing over the messenger ropes to tanker/all fast of tanker with SPM, towing the

floating hose strings near to the mid ship manifold area safely.

VII. Handover the Rail hoses of floating hose strings to tanker’s derrick through pick up chain and connect the same to the tanker manifold including securing at bollards and bids with required tools and tackles as per OCIMF guidelines/procedure given by Engineer-in-charge and connect the floating hoses safely to ship manifold. Expected time for this activity shall be maximum 1.5 Hr.

VIII. Contractor shall maintain 2 sets of all the tools required for hose connection/disconnection in

the toolbox for this operation. All the tools and tackles used for hose connection activity shall be approved by Engineer-in-charge before using the same for the hose connection activities.

IX. Opening, closing and operation of required valve(s) in SPM system /PLEM by manually/using

telemetry system/using portable nitrogen cylinder. X. Collection of crude samples from discharging vessel(s) as per owner’s direction and handing

over the same to the owner latest by next day of tanker discharge completion. In case of urgency, crude oil samples are to be handed over to Tugs in which case contractor shall make an arrangement to collect samples from tugs at shore and hand over the same to the owner as per Engineer in charge instruction.

XI. Monitoring tanker discharge operations closely by logging tanker manifold pressure hourly

including observing the performance of the floating/ under buoy hoses and SPM system. Hose connection crew on board tanker shall keep a close watch at tanker bow in order to maintain adequate distance between Buoy and tanker. In case of abnormality, the same shall be brought to the notice of marine master/boarding officer/Pilot. During the tanker discharge operation, support vessel has to go round the SPM and floating hoses regularly and report the feedback to marine master/boarding officer.

XII. Standby services during discharge operations and rendering of any service necessary for

operation/ rectification etc. to restore discharge. XIII. Disconnection of the hoses from the tanker manifold on completion of cargo discharge or as

and when required due to the current and meteorological condition or otherwise. XIV. Release the floating hoses safely and towing the floating hoses away from the tanker(s)

during cast-off operations. XV. Taking over the toolbox on de-mooring of the vessel(s) and removal of the messenger lines

from mooring hawsers.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 37: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

37

XVI. For bad weather period, maintenance vessel will be utilized as an additional support for smooth berthing of the tankers/hose connection. Failure on the part of the contractor leading to the cancellation of the tanker/delay of the tanker due to non-availability of small crafts for handing over the messenger rope/s to tanker would entail for deduction as per applicable deduction clauses. In other situation, if it is decided to cancel berthing, it would not entail any deduction.

XVII. Pull back operation of Tankers at SPM location will be carried out using tugs supplied by CPT. In case of emergency, Maintenance vessel shall be used as pull back tug. All other operations related with SPM shall be with Contractor.

XVIII. Prior to tanker arrival, prevailing weather condition at SPM shall be communicated to Owner as

per instructions of Engineer-in-Charge

XIX. Owner proposes ship-to-ship transfer at designated area at outer sea and after this, mother tanker will berth at SPM. In this case, hoses used for ship-to-ship transfer operation shall be disconnected between the flanges on board mother tanker and shift the same to tugs with the assistance of derrick & hose connection crew. Any other assistance required in this regard shall be provided by hose connection crew of contractor.

3.1.3 Carrying out scheduled and need based inspection activities of SPM as per detailed scope mentioned in Item No: 3

ITEM NO: -3 Carrying out scheduled and need based inspection activities of SPM system with supply and operation of underwater videography for recording underwater inspection/ repair works and carrying out pressure testing/ leak testing of buoy with piping and hoses as part of planned/ unplanned/ maintenance works as per the scope of work.

Following guide line & procedures to be followed in the routine maintenance and inspection of SPM system and accessories.

I. The formats of maintenance and inspections reports shall be prepared in accordance with

these procedures and such formats shall have approval from the OWNER.

II. In order to facilitate routine maintenance and inspection of the SPM system, activities outlined in the following checklists are to be complied by the contractor.

Sl.No. Type of Check List Time Frame for Submission

1 Pre-berthing Check List Handover to Boarding Officer prior to tanker berthing

2 Post Departure Check List Submit immediately after carrying out the same but not later than 8 hours

3 Daily Check List Everyday

4 Weekly Check List Every Monday

5 Monthly Check List 5th day of every month

6 Quarterly Check List 5th day of fourth month

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 38: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

38

7 Half-yearly Check List 5th day of seventh month

8 Yearly Check List 5th day of first month of subsequent

year operation

9 5 Yearly Check List 5th day of first month of Sixth year

operation

10 Immediately after bad weather, cyclone, etc.,

Immediately after carrying out the same

III. The checklists are designed to provide a continuous record of maintenance work undertaken and inspection carried out.

IV. Contractor shall submit both soft & hard copies of reports as per above schedule. By the month end, all the hardcopies of all checklists pertaining to that month shall be made in a spiral bound/ book format of 5 hard copies and one soft copy of the entire inspections of particular month.

V. In addition to the program described in the checklists, a general visual inspection of the buoy should be carried out weekly to ensure the mechanical integrity of the system. This weekly inspection includes checks for loose bolting, leakage from the product system and a visual check of major components that are easily accessible, especially moving parts.

VI. Underwater inspection by divers and/or Remotely Operated Vehicle (ROV) is to be undertaken, as per the instructions of Engineer in Charge.

VII. Underwater photography and videography shall be available at all times at SPM site. All

underwater inspection/ maintenance activities are to be recorded in video. After every recording, one original CD with three copies of the recording shall be provided to owner for analyzing the recording.

VIII. Additional inspections may be conducted if doubts arise about the system integrity. Contractor should provide all assistance in carrying out the annual inspection by OEM, internal and external audit team or by any statutory authorities from time to time.Contractor should implement their recommendations as per the advice of Engineer in Charge

IX.Intelligent pigging of offshore pipeline from PLEM up to first isolation valve at STF shall be carried out during this contract period. Intelligent pigging shall be carried out after cleaning the pipeline. Sub-Vendor and technical details shall be approved by BPCL. Job shall be carried out only after obtaining necessary approval from BPCL. Bidder shall submit the details (Vendor details, specification, and procedure) along with unpriced-bid. Cost for doing the same shall be quoted separately. Tanker for pumping during the pigging operation will be arranged by BPCL and the cost will be borne by BPCL. All other activities including installation of temporary pig launcher and receiver, if required shall be arranged by contractor. Oily Sludge generated during the cleaning operation will be disposed by BPCL.Transportation of sludge to location specified by BPCL engineer-in-charge will be under the scope of bidder.

X. Brief descriptions of the activities to be carried out are given in Exhibit B. Detailed checklists are given in Exhibit F

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 39: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

39

3.1.4 Carrying out preventive maintenance, planned maintenance and unplanned need-based repair activities as per detailed scope mentioned in Item No: 4

ITEM NO: -4 Carrying out preventive maintenance, planned maintenance and unplanned need-based repair activities buoy, floating hoses assembly, sub-sea hoses assembly, mooring hawser assembly and PLEM complete in all respects in accordance with the tender conditions

1. The Maintenance and Repair Services shall, without prejudice to the generality of the a foregoing, include the following:

I. Inspection, maintenance and repair of the SPM Buoy & its accessories, under buoy

submarine hoses, floating hoses, mooring equipments, anchor chains and PLEM, maintaining correct configuration of under buoy submarine hoses including replacement of under buoy submarine hoses, replace/repair/flushing/pressure testing/installation of umbilical and floating hoses, pressure testing, leak testing, adjustment of anchor chains and replacement of anchor chains, making up of hose strings and hauling of hoses from the owner’s base/store and towing and/or otherwise transporting the same to the SPM location and connecting these to the SPM and/or PLEM and return the damaged hoses/spare hoses/material to owner ware house.

II. Moor the maintenance vessel/support vessel at the alongside of boat landing platform of

buoy for undertaking diving activities. Locking of buoy is not permitted with out prior permission of Engineer-in-Charge. In general diving activities are to be carried out without locking the buoy. Adequate fenders are to be provided on the Maintenance Vessel / Support vessel and also alongside of boat landing platform by the contractor.

III. All the tools and tackles shall be approved by Engineer-in-charge before using the same for

inspection & maintenance related activities. Only load test certified lifting tools are allowed to be used by contractor and copy of the load test are to be maintained by contractor. One year is the normal validity of load test certificates and contractor has to get these certificates renewed after one year of load test of the tools.

IV. The Contractor has to carry out all the maintenance services detailed elsewhere in the contract. However, these are not comprehensive and are subject to adjustments arising from experience and/or requirements from time to time. Further details are also available in the Operation and Maintenance Manuals prepared by Buoy manufacturer, the suppliers of the SPM, one copy of each Manual will be provided to the contractor for his reference. These shall remain the property of owner, and shall be returned to owner on the termination of the contract.

V. Maintenance and inspection of the exposed submarine pipelines i.e. un-buried portions of the

pipeline and buried portion of the pipeline between SPM and LFP (Land Fall Point) (till STF boundary wall) which will be below the water line at Mean low water spring including checking the efficiency of the sacrificial anode system for cathodic Protection of the pipeline and taking up replacement of anodes.(The expected life of sacrificial anodes is 30 years approx.).

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 40: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

40

VI. Free span survey and lateral span survey shall be carried out every year as per OISD STD 139.

VII. Sacrificial anode inspection (location identification & consumption, if visible), Continuous

Potential logging Survey of pipelines shall be done once in 3 years.

VIII. Visual inspection of exposed/partially buried pipeline using ROV/Diver shall be done once in 3 years.

Next Free span/Lateral Span survey: April 2013

Next Sacrificial anode inspection/Continuous Potential logging Survey: April 2014

Next Visual inspection of pipeline: April 2014

Contractor shall appoint reputed agency for doing free span survey, lateral span survey, and continuous potential survey during the contract period based on the frequency mentioned above. Contractor shall submit to BPCL the list of agencies, their experience and their technical data to BPCL for review and approval. Contractor shall appoint the agency only after getting the approval from BPCL.

IX. In case of occurrence of any leak/ burst or any other defect necessitating installation of leak clamp or replacement of a pipe/ pipe piece, the contractor shall promptly arrange the services of expert(s) from a reputed agency (The Bidder should enclose a MoU with the agency along with the name of contact person, phone no., Fax No., E-mail address & his experience in similar works along with the offer. The MoU should have reference of the clauses for repair works.), mobilize all equipment, cofferdam, vessels, tools, & tackles, divers, as per requirement and carry out the pipe repair/ replacement work including such as locating exact leak point, installation of sacrificial anode, restoration of pipeline etc. in the best under water workmanship and as per the direction of the Engineer-in-charge. The Contractor shall be paid for this activity at mutually agreed rates as & when such incidence occurs.

X. Under any circumstances, the shutdown period for offshore line is required to be as minimum

as far as possible. The maintenance shall be completed in all respect as per the mutually agreed method between the contractor & owner and shall be completed within the stipulated time, which shall vary from case to case. The final decision of Engineer-in-Charge shall be binding on the contractor.

XI. The collection from owner’s warehouse and transportation and storage of materials, spare part

for replacement provided by owner with respect to maintenance and repair services. Contractor shall return the balance materials and replaced items as per direction of Engineer in Charge to Owner’s warehouse. A material logbook with all the details such as material received, material consumed and balance material left shall be maintained by contractor.

XII. Contractor shall accommodate all the 3 oil boom reels, blower, engine, towing set and

connected accessories on board maintenance vessel. In order to have adequate deck space on board maintenance vessel during the maintenance activities at SPM site, contractor can shift the oil spill control equipment such as boom reels to port area in which case contractor has to post a security guard for round the clock security at the place of boom reels in port area. Contractor has to obtain required clearances from port authorities for positioning of the boom reels. After completion of maintenance activities at SPM site, immediately boom reels are to be taken back on board maintenance vessel as per directions of Engineer-in-Charge. Coordination with port/agents etc.., and all the cost associated in this is in the scope of contractor.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 41: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

41

XIII. All the maintenance jobs at offshore/SPM shall be carried out with the proper approved procedure and tools. Contractor has to submit the detailed procedure to Engineer-in-charge well in advance prior to the commencement of job. The procedure will be reviewed by BPCL and finalized.

XIV. Contractor shall mobilize his senior representative at SPM site whenever major maintenance

jobs are planned in order to coordinate with all the crew/vessels/owner/port authorities, etc. and daily progress reports are to be given to Engineer-in-Charge with all details including manpower.

XV. Contractor has to follow the procedure approved by the BPCL. No deviation from the approved

procedure is permitted. If found necessary, maintenance & inspection jobs shall be witnessed and closely monitored by Owner.

XVI. Timely implementation of all inspection recommendation either by OEM, BPCL or any other

agency deputed by BPCL.

XVII. All other operations (other than tanker discharge operations) required to be performed for operating or in connection with the operation of the SPM Terminal.

2. AS REQUIRED MAINTENANCE

Contractor shall have adequate equipment/tools/ tackles to efficiently change out the flange connections, floating hoses, under buoy hoses, etc. Contractor shall use hydraulic wrench/tools for bolts/nuts loosening/tightening for the flange connections to the required torque value

I. Underbuoy Hose Maintenance & Replacement

• Underbuoy hose strings shall be inspected for any kinking, chaffing, loose bolts and

configuration after every extended period of bad weather and defects shall be made good at the earliest.

• The FAD’s mounted on the Double carcass sub sea hoses shall be checked to ensure that there is no failure of the primary carcass.

• The following tests shall be conducted on any hose removed. In general, hoses removed shall be inspected and tested in the manner prescribed by the OCIMF standards and/or as per hose supplier’s Manual. Hose floats shall be inspected and replaced wherever necessary, particular attention shall be paid to the condition of the float fasteners, which shall be replaced if required.

� Pressure test � Vacuum test � Continuity test � FAD’s health test

II. Underwater photography and videography shall be available at all times at SPM site. All

underwater inspection/ maintenance activities are to be recorded in video. After every recording, one original CD with three copies of the recording shall be provided to owner for analyzing the recording.

III. Hoses in Service

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 42: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

42

During the period when the hose is in use, if any damage on hose is observed and is considered critical to the service, the same shall be taken out from use for close examination / testing.

IV. Hose repair

In case the hoses are found to be repairable, the repair of the hose is to be carried out with the repair materials/kit supplied by Owner as per instruction of the Engineer-in-charge by the contractor.

V. Handling of under buoy hoses

Hoses shall be handled by using a spreader bar and nylon straps to avoid point loading. For further guidelines hose manufacturer’s Manual/or OCIMF standards should be referred to.

VI. Floating Hose Replacement

Handling of floating hoses shall be as per OCIMF recommendations. Any damage on the floatation jacket shall be repaired at site. Hoses shall be replaced and pressure tested as per hose manufacturer’s Manual. The methods prescribed by the manufacturers of hose should be adopted.

VII. Mooring Hawser Replacement

• The mooring hawsers must be kept freely floating at all the times and replaced when permanent elongation is found to have reached 25 per cent of the length when installed or prior to every monsoon. Mooring hawsers should be replaced in pairs (where applicable) in order to maintain balanced elasticity in the system and replacement be carried out in consultation with Owner.

• The floating mooring hawsers may also be assembled on shore and towed to the buoy provided care is exercised in avoiding dragging the hawsers over rocky or rough beaches and the tug moves slowly.

• The tug should approach the buoy from downstream and proceed in such a fashion as to avoid kinks and crossover. For prolonged period of idleness of terminal, mooring ropes shall be removed and kept on Contractor's vessel, duly cleaned and washed with fresh water.

VIII. Central Pipe Swivel Seal Replacement

• Seal replacement and pressure testing of swivel shall be carried out as stated in the buoy manufacturer’s Manual.

IX. Hydraulic Pressure Unit (HPU)

• Hydraulic control system of the PLEM valves has got a surface unit and sub-sea unit. Surface unit includes a reservoir, electric motor, pneumatic pump/hand pump accumulator regulator and panel valves which can supply hydraulic fluid at a pressure of 180 bar to the sub-sea unit through high pressure hoses. Sub-sea unit supplies high pressure fluid to the valve actuators. In case the surface unit does not function properly the sub-sea unit has to be charged with a nitrogen cylinder. In case of failure of surface units the PLEM valves

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 43: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

43

located in the sub-sea units will be operated by contractor with the help of nitrogen cylinder. For operation and maintenance details as well as in case of hydraulic power failure the method to be adopted be followed as detailed in the buoy manufacturer’s Manual/ Manual supplied by the supplier of the HPU

• The operation and maintenance of hydraulic control systems is within the scope of work of contract. All the equipments and the auxiliaries such as hoses, fittings, Nitrogen cylinder, hydraulic fluid shall be within the scope of supply of owner.

Note: whenever hoses are planned to take on Maint. vessel deck, Trolleys shall be used for rolling the hoses over to deck to avoid shaving/sliding of the hoses on deck of Maint. vessel.

3.1.5 Combating of oil spill as per detailed scope mentioned below

ITEM-5 Deployment of oil spill containment boom as per detailed scope mentioned below

OWNER has around 600m long Air-max oil booms kept in 3 reels. Two reels are of 210m length each and third one is 180m long. Individual sections of booms in the three reels can be connected by section connectors. The boom has short inflatable buoyancy chambers each having separate non-returnable air valve. The lower edge of the boom skirt is fitted with ballast chain secured to section connectors. A towing set having stainless steel bridle, 1” poly-propylene tow rope, shackles and tow bar is provided for deployment of the boom. The reels are controlled remotely by hydraulic system for deployment/ retrieval of booms. A high capacity air blower is also incorporated in the boom reel control unit. The blower can be used for rapid inflation and deflation of the boom chambers.

I. The scope of work includes operation of the hydraulic system for deployment/ retrieval of

booms, operation of air blower incorporated in the boom reel control unit etc for deployment of oil spill boom reel.

II. Deployment of oil spill booms has to be carried out by the contractor during emergencies, mock drill or at any other time insisted by Engineer in Charge.

III. In case owners acquire additional boom reels, the same may have to be connected based

on the oil spill requirement.

ITEM-6 Operation of Oil Spill combat equipments/ accessories like oil spill dispersants/skimmers/adsorbent pads etc as per detailed scope mentioned below

I. During emergencies, in addition to boom deployment, the contractor will have to assist Cochin Port Trust / Coast Guard in operating skimmers/ other equipments.

II. Collection of equipments/ dispersants from owner’s ware house, transportation & storage of oil-spill-combating materials / equipments viz. Skimmers, Oil Boom reels with connected

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 44: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

44

equipment/s, absorbent Pads / pillows, collapsible tank etc on board Maintenance Vessels which are needed for Tier-I spill (As referred in National Oil Spill Contingency Plan).

III. In case of any oil spill, taking the oil spill equipments from Shore/owner warehouse and

transporting / deploying them at leak site.

IV. Deployment of Oil Booms, recovery / storage of spilt oil by use of skimmers / tank and handing over to owner at owner ware house or any other location as per direction of Engineer-in-Charge

V. The contractor shall deploy competent persons who are familiar and duly trained for the handling of oil spill combat equipment. Persons not familiar with the equipment should be given sufficient training for familiarization

VI. During the mock drill/oil spills at SPM, Contractor and his designated personnel shall follow

offshore oil spill contingency plan (A copy of this will be provided to contractor) pertaining to SPM.The master of the maintenance and support vessel should also be aware of the role to be played by them as per oil spill contingency plan during any oil spill/mock drill

VII. Collection of equipments/ dispersants from owner’s ware house, transportation & storage of oil-spill-combating materials / equipments viz. Skimmers, Oil Boom reels with connected equipment/s, absorbent Pads / pillows, collapsible tank etc on board Maintenance Vessels which are needed for Tier-I spill (As referred in National Oil Spill Contingency Plan).

VIII. In case of any oil spill, taking the oil spill equipments from Shore/owner ware house and transporting / deploying them at leak site. Deployment of Oil Booms, recovery / storage of spilt oil by use of skimmers / tank and handing over to owner at owner ware house as per direction of Engineer-in-Charge

IX. The Contractor shall mobilize 1200litres oil dispersant (Type 2/3) in drums/cans& spraying arrangement on the Maintenance Vessel at the time of commencement of contract at his own cost. Subsequent supplies/replenishment shall be made by owner based on the consumption. Relevant certificates of oil dispersants from manufacturer shall be submitted to owner prior to deployment of the same.

X. The support vessel shall also be equipped with spraying arrangements for dispersants.

Contractor shall keep all necessary PPEs for use of dispersants

XI. Contractor shall arrange transportation from SPM site to owner warehouse for shifting the collected oil on-board/ returning the owner’s material/ items removed from SPM system

ITEM-7 Maintenance of Owner supplied Oil Spill combat equipment as per the Scope of Work given below

i. Contractor shall operate and maintain the oil spill combating material /equipment as per the instruction of Engineer in Charge

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 45: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

45

ii. Contractor shall accommodate all the 3 oil boom reels and connected auxiliaries on board Maintenance vessel safely and preserved against rain /corrosion. In case owner procures any new oil spill combating equipment the same also has to be accommodated.

iii. Contractor shall operate and maintain the Oil spill combating materials/equipments, as per the instructions of Engineer in Charge. New equipments could be added during the course of the contractor for oil spill combating and the same has to be maintained by the contractor without any additional cost

iv. The contractor shall maintain all the Oil Spill Combating equipments/ materials in fit-for- purpose conditions as per manufacturer’s instructions / recommendation and directions of Engineer-in-charge to ensure their effective utilization at the time of need.

v. Preventive Maintenance checks of oil spill equipments to be carried out at specified period as per directions of Engineer In charge as per check list and reports to be submitted for review.

3.1.6 Provision and operation of twin screw engine boat as per detailed scope given below :

ITEM-8 Provision and operation of twin screw engine(Item A of Exhibit-G) boat for transporting Owner, Owner’s representative and CISF personnel from shore to SPM and back as per scope mentioned below.

i. Contractors support vessel shall, whenever required, transport OWNER, Owner’s representative and 2 CISF personnel, along with their arms and ammunition, from shore to SPM and back. All expenditures in this regard shall be borne by the Contractor.

ii. The OWNER may call the additional twin-screw engine boat offered by Contractor for

transporting OWNER, Owner’s representative and 2 CISF personnel, along with their arms and ammunition, from shore to SPM and back. Twin screw boat would be required only when Support vessel is engaged in operational or maintenance activities at offshore.

iii. Specification required for the twin screw boat is attached as exhibit-G

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 46: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

46

3.2 OPTIONAL ITEMS

3.2.1 Periodic inspection and testing of hoses on shore as per detailed scope

given below :

ITEM 9 Conduct Pressure , vacuum test and electrical continuity test of individual hoses at Owner’s warehouse as per scope given below

I. Inspection, Testing & repair of Individual Hose

Hoses in Storage

All hoses (including both new and old serviceable hoses) which have been stored for

more than six months are to be pressure tested at the rated pressure before being placed to

service. In addition other hoses in storage shall also be pressure tested if required and

desired by the Engineer-in-Charge. Rates for testing hoses shall be as per optional items

of SOR.

II. Periodic inspection of hoses

Inspections and Tests

All hoses being taken out from service shall have the following inspections and tests

a) Visual inspection.

b) Hydrostatic tests (including elongation check).

c) Vacuum test.

d) Electrical test.

Details of Inspections and Tests

All hoses shall be taken to the testing yard at Owner’s warehouse/ SPM site and close

examination conducted as Prescribed in A below after detachment of each hose length

and removal of marine growth on the surface (In regard to hoses with floats, the

inspections shall be carried out after detaching floatation units).

A) Visual inspection

(1) External check:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 47: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

47

Attention to be paid to:

• Serious damage to hose cover and body (cuts, gouge or tears etc.)

• Permanent deformation of hose body.

• Cracks or craze on hose surface.

• Damage to flange surface.

(2) Internal check:

Look into the end of hose assembly for irregularities in the lining or nipples by utilizing

a flashlight.

• For linings:

• Blisters, bulges, cracks or separation.

• Tear, cuts or gouges.

• For Nipples:

• Cracks

• Excessive corrosion.

B) Hydrostatic test:

Each hose shall be tested with water to pressure rating of the hose being tested. The

procedure is as follows:

• Lay out the hose as straight as possible on supports that permit the hose to be

elongated freely.

• Put blind flanges on both ends and fill with water, vent to remove all air and apply a

pressure of 0.7 bar (10 psi).

• Measure the overall length of the hose assembly (X).

• Increase the pressure over a period of five minutes from 0.7 bar (10 psi) to one-half of

the rated pressure, hold this pressure for 10 minutes, then reduce the pressure over a

period of five minutes to zero.

• Raise the pressure over a period of five minutes to rated pressure and hold for 10

minutes.

• Before releasing the full test pressure measure the overall length of the hose assembly

(Y) to ascertain the temporary elongation and record the increase as percentage of the

original length (X) measured at 0.7 bar (10 psi).

• Reduce the pressure over a period of five minutes to zero.

• After an interval of at least 15 minutes, raise the pressure again to 0.7 bar (10 psi).

• Measure the overall length of the hose assembly (Z) to ascertain the permanent

elongation, record the increase as a percentage of the original length(X) measured at

0.7 bar (10 psi).

• Reduce the pressure to zero and drain the hose.

Examination of elongation:

(i) Temporary elongation (%) (T) = Y-X x 100

X

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 48: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

48

(ii) Permanent elongation (%) (P) = Z-X x 100

X

C) Vacuum test:

• This test shall be carried out on hose removed from service for hydrostatic pressure

tests.

• Seal off both ends with transparent plexiglass plates of sufficient strength, using putty

as a sealant or by bolting up using a soft rubber gasket. One plate shall be fixed for

connection to a vacuum source. Lay a flashlight in this end with its beam directed

towards the opposite end. An inspection mirror using sunlight may also be

manipulated from outside the plates to provide a proper light source.

Apply a vacuum of atleast - 510 millibar gauge (15 inches of mercury) and preferably

- 680 millibar gauge (20 inches of mercury) for a period of 10 minutes. Examine

inside of the hose by utilizing a light source in one end and directing it's beam to the

other end.

D) Electrical test:

Electrically continuous hose:

• Electrical conductivity should exist between the two end flanges.

• Test method:

• Test lamp: 4 volt, 0.3 amp lamp

• Battery : 4.5 volt.

• A dimly lit lamp is sufficient to indicate satisfactory electrical conductivity.

Electrically discontinuous hose:

The resistance between the two end flanges of hose should be not less than 25,000 ohms.

TOOLS FOR INSPECTION

Tools for Inspection (in the scope of contractor) should include but not limited following:

A. Visual inspections:

• Steel tape measure

• Slide callipers

• Proper light source (a flash light or other moveable light source).

• Wire brush

• Spatula (for scraping off shellfish).

• Sandpaper

B. Hydrostatic test:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 49: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

49

• Test pump

• Pressure gauge

• Rubber hose assembly including valves

• Blind flanges

• Gaskets

• Bolts and nuts

• Spanners

C) Electrical tests:

• Test lamp (4volt, 0.3amp)

• 4.5 volt battery

• Electric cord

• 500 volt hand cranked megger

D) Vacuum test:

• Vacuum pump

• Transparent end closures

• Vacuum gauge

• Rubber hose assembly including valves

• Gasket

• Bolts and nuts

• Spanners

Proper light source (A flash light or other moveable light

Payment terms

Payment for pressure, vacuum and electrical continuity test would be made only upon total completion of work given in the Item No:9.Payment will be made as per the break up mentioned in SOR 9 ,Item -1,2 upon completion of each item .

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 50: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

50

3.2.2 Periodic inspection and testing of hoses offshore as per scope given

below : ITEM NO: 10 Conduct Pressure ,vacuum test and electrical continuity test at off shore in maintenance vessel. As per scope given below:

TESTING HOSES ON MAINTENANCE VESSEL

i) If owner desires as a option to carry out complete inspection and testing of

individual hose/ string on board Maint. vessel (all tests as specified above) the

tenderer shall carry out the same. The tentative schedule for testing of hoses on

board Maint. vessel may be as follows:

Type of hoses Period of time

Floating Hoses – Tail Hose/Main hose Once a year.

Floating Hoses -Tanker rail hose Every six month.

Floating Hoses - Off buoy hoses Every six month.

Under buoy hoses At the time of change-out or

maximum three years duration.

i) The extra payment to the contractor for testing of hose string shall be payable as

per optional item of schedule of rates.

ii) Procedure for testing is same as in Item No: 9 above

Payment terms

Payment for pressure, vacuum and electrical continuity test would be made only upon total completion of work given in the Item No:10.Payment will be made as per the break up mentioned in SOR 10 ,Item -1,2 upon completion of each item .

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 51: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

51

3.2.3 Periodic testing of hoses for leak/integrity and burst test as per scope

given below:

ITEM NO: 11

Conduct leak/ integrity test of hose strings (3-7 hoses) as per scope given below: ITEM NO:12 Conduct burst test of hoses retrieved from service at Owner’s warehouse as per the scope given below

I. TESTING OF RETRIEVED HOSES AT OWNER’S WAREHOUSE

• As directed by Engineer-in-charge the tenderer has to carryout the testing of retrieved

hoses from the service individually (all tests as specified). The contractor shall

carryout the burst test of the hoses as per direction of the Engineer-in-Charge

• The testing charges for the hoses will be payable to tenderer as per schedule of rates.

However the retrieved hoses which are found in reusable condition & if required to be

put in service, after more than six month storage after testing, the retesting of the

hoses shall be done.

II. TESTING PROCEDURE FOR HOSE STRING

• The assembly of underbuoy hoses shall be done in accordance with the buoy

manufacturer’s manual and accepted practices. While doing so sinking of hose shall

be controlled by using vent valves and by proper rigging of guide wire connection of

underbuoy hoses. However, contractor may use safe alternate method after the

approval of the Engineer-in-Charge.

• After making the string, it is filled with water, air trapped inside removed completely

and the string subjected to hydrostatic pressure of 225 psi and the pressure shall be

maintained for a period of one hour. Under test pressure the hose may elongate by

more than 2% of the original length and sufficient allowance should be made for this

during layout of hose on deck. After a period of 30 minutes, the pressure is brought

back to working pressure and all flanges of the system shall be inspected for leaks.

• Leaking flanges shall be made good. After successful pressure test of the string,

necessary rigging can be done for installation. Submarine floats shall be attached at

specific location collars along the hose strings to maintain correct configuration.

For detailed guidelines buoy manufacturer’s Manual/hose manufacturers' manual may

be referred to.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 52: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

52

III. HANDLING OF UNDERBUOY HOSES

• Hoses shall be handled by using a spreader bar and nylon straps to avoid point

loading. For further guidelines hose manufacturer’s Manual/or OCIMF standards

should be referred to.

IV. FLOATING HOSE REPLACEMENT

• Handling of floating hoses shall be as per OCIMF recommendations. Any damage on

the floatation jacket shall be repaired at site. Hoses shall be replaced and pressure

tested as per hose manufacturer’s Manual. The methods prescribed by the

manufacturers of hose should be adopted.

Note: whenever hoses are planned to take on Maint. vessel deck, Trolleys shall be used

for rolling the hoses over to deck to avoid shaving/sliding of the hoses on deck of Maint.

vessel.

3.2.4 Supply of extra manpower for emergency, shut down work ITEM NO: 13 Supply of additional divers ITEM NO: 14

Supply of additional mechanic, fitter and rigger ITEM NO: 15

Supply of additional welder (Qualifies as per ABS)

i) Addional diver, fitters & welder can be employed by the contractor for emergency ,shut down work after taking prior approval from the concerned Engineer in Charge

ii) The extra payment to the contractor for additional manpower shall be as per optional item

SOR

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 53: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

53

3.2.5 Provision and operation of dumb barge including mobilizing and demobilizing

ITEM NO: 16

Provision and operation of dumb barge as per item B of Exhibit-G including mobilizing and demobilizing i) Provision and operation of dumb barge to be in contractor’s scope. Dumb barge to be

arranged by contractor for emergency, shut down work, intelligent pigging work etc or for any other purpose insisted by OWNER.

ii) The dumb barge so mobilized shall have all the valid certificates for executing work near

SPM in open sea.

3.2.6 Weather forecast during Monsoon ITEM NO: 17

Provide weather forecast data for the month of May-Sept every year as per the tender condition

1. Contractor shall obtain and provide marine weather forecast for the month of May-Sept every year, if the owners desires to execute this optional item during the contract period, The detailed weather forecast covering the following minimum data shall be obtained either from “FURGO GEOS” or “MET CONSULTANCY FZ LLC” for Kochi SPM tanker operation location

i) Site specific forecast shall include the following as standard ii) The meteorological situation iii) The forecast table in 6 hourly increments iv) The forecast winds and waves represented graphically v) 24 hour weather consultation by phone

2. Forecast shall be provided for 2 to 4 days ahead and twice a day 3. The forecast table in 6 hourly increment shall be submitted as table and include

i) Wind direction ii) Wind speed/gust iii) Wind sea iv) Swell direction v) Swell height vi) Swell period vii) Significant height viii) Maximum wave ix) Tide height

Note wind speed in knots, wave heights in meter

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 54: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

54

4. Contractor shall compile real time weather data on hourly basis for the day and shall forward along with the forecast report

3.2.7 Intelligent Pigging of sub sea pipe line as per the

scope given in item No:18

ITEM NO: 18 Intelligent pigging

Intelligent pigging of subsea pipeline shall be done during this contract period.

Contractor shall appoint reputed agency who has prior experience in conducting

intelligent pigging for doing the activities mentioned below. Contractor shall submit to

BPCL the list of agencies, their experience and their technical data to BPCL for review

and approval. Contractor shall appoint the agency only after getting the approval from

BPCL.

TECHNICAL SCOPE OF WORK

1 The contractor shall carry out the survey, supervise the entire survey and ensure

complete and quality data acquisition by making as many runs of each of the following

pigs as shall be required for the completion of the work at no extra cost to the Owner. For

complete inspection, the following pigs shall be run sequentially in a manner to be

decided by the Contractor and the Owner. However, the quality data acquisition shall be

the sole responsibility of the Contractor

B. Cleaning pigs: To clean the line perfectly and prepare the same fit for quality data

acquisition.

C. Gauging Pig: To assess the maximum deformation in the pipeline.

D. Caliper / Geometry pig: To identify deformations and diameter variations where it is

more

than 2% of nominal bore, existence of any bends, kinks, dents,buckles etc.

E. Dummy profile vehicle: To simulate the configuration of the inspection vehicle and its

smooth passage, prior to running the intelligent pig the contractor, may use a dummy

intelligent pig (Optional).

F. Hi-Res MFL Intelligent Pig: For corrosion and other flaws (both internal and external)

detection.

2 Contractor shall be responsible for all works essentially required to complete the entire

survey works. This will include handling of contractor’s tools and tackles, marker

positioning, mapping and marking, deployment and operation of pig during overland

running, Provision and use of communication to establish proper communication

whenever and wherever required, handling, transporting and clearing of pigs, acquisition

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 55: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

55

of quality data, interpretation of survey data, preparation, submission and presentation of

final report.

3 Complete data acquisition shall be the responsibility of the contractor. Details of

pipeline is as follows,

Diameter of pipeline: 48”,

Thickness of pipeline: 20.6 mm,

Length of pipeline: 24 KM

Maximum pumping rate: 8250 KL/HR,

Design Pressure: 12 Kg/cm2 (Operating pressure: 5 – 8 Kg/cm2),

Design Temperature: 45 Degree Celsius,

Temporary pig launcher under sea at Pipeline End Manifold (PLEM) : - Depth : 30 m,

Length of the launcher : 4 meter Pig receiver provision is at Shore tank farm.

Coating : Coal Tar Enamel & concrete weight coating of adequate thickness.

Service : Crude oil

4. Handling of equipment/tools during launching and receiving, inspection and shifting

etc. will be the sole responsibility of the contractor. Provision of flow shall be made by

the owner during launch or receipt of the tool.

5 Owner shall not be responsible for supplying any special tools, tackles or any other

equipment as may be required by the contractor for performance of the work envisaged

under the contract.

6 Key Personnel of both ILI (In-Line-Inspection) Tool operation & ILI Data Analysis

proposed to be deployed by the contractor shall be well experienced & should preferably

meet the requirements of ANSI / ASNT ILI-PQ-2005 “In-line Inspection Personnel

Qualification and Certification”. Details of such personnel shall be furnished in advance.

7 After completion of field activities the contractor shall demobilise his equipment after

obtaining permission from the Engineer-in-charge.

8 The contractor shall provide all equipment necessary to ensure the success of the

operation.

9 The contractor should evaluate the pipeline maps provided by the owner and prepare an

operational and logistic programme. However the programme shall be ultimately

finalised after

discussion with the Owner’s representative.

10 A pre-job meeting shall be held between the owner and the contractor at a venue

decided by the owner. The field reporting format as well as method of programming the

field activities shall be discussed and finalised during the pre-job meeting.

11 The contractor shall mobilize amongst others the following Tools & tackles (but not

limited to) for each group:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 56: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

56

• Adequate sets of tools and tackles required for servicing of cleaning, Gauge, Brush,

cleaning Magnet, caliper, intelligent pigs.

• Push rod or any custom built motorised/mechanised arrangement for pig insertion.

• Adequate sets of lifting sling suitable for each type of pig.

• “COME – ALONG” tackles or custom built motorised/mechanised arrangement for

pulling the tool out of receiver barrels.

• Two sets of suitable adequately sized and height adjustable wheel mounted trolley for

transporting Pigs to launcher and receiver and transportation of debris to a safer location.

• One set of non-sparking tools for use in the hazardous location

12. Contractor shall make necessary arrangement for the pig launcher and receiver.

13 The contractor shall mobilize sufficient quantity of spares (mechanical as well as

electrical/ electronic) for its equipment that may be required for the work. However,

contractor shall ensure that in no case do site activities suffer due to shortage of spares.

Following consumables (but not limited to) shall be mobilized in sufficient quantity.

• Sealing discs, guide discs of cleaning Pigs.

• Sensors, batteries and other electrical and electronic consumables.

• Rollers

• Connecting cables and clips, cords etc. as required

• Bolts and nuts, fasteners, pins, spacers and other similar mechanical consumables.

• All tools & tackles for pig preparation.

• Primary and secondary sensors assembly for the intelligent tool.

• Cable cord, for electronic and sensors for each group of pipeline.

• Electronic assembly including electronic cords, tape recorder and cassette and other

electronic components which can be replaced at the site by the field personnel.

• Set of all types of Batteries.

• Magnet & brush assemblies.

• Odometer wheel assembly including cables for each size of pipe.

• Backup software required for calibration of calliper and intelligent tool.

• Spare battery backup for pig tracking devices and transmitters.

After mobilization of the equipment and crew at site, a meeting shall be held for

finalization of the complete work programme and methodology to be adopted during the

entire survey work.

14 Arrangement of in-field communication among field crew and between field and base

station

(launching/receiving stations) during the progress of the survey is the sole responsibility

of the contractor.

15 Clearance for launching of pigs in pipeline shall be given by the owner subject to

availability of tanker free days.

16 The tenderer shall submit details of accuracy for MFL intelligent tool as follows. The

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 57: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

57

filled up cells are the minimum requirements, which may be improved upon. The Tenderer

shall give technical reasons and justification if it is unable to meet these requirements. The

Company shall review the same and may or may not accept the submission.

(i) Table 1: - Identification of features

Feature Yes

POI > 90%

No

POI < 50%

Maybe

50% < = POI <= 90%

Internal/External Discrimination �

Metal-loss feature �

Metal-loss pipe mill feature �

Mid-wall feature

Grinding

Gouge

Dent

Dent with metal-loss

Spalling

Axial crack

Circumferential crack

Eccentric pipeline Casing �

Sleeve repair �

Fitting �

Valve �

Tee �

Bends (5D or less) �

(ii) Table 2: - Full detection and sizing accuracy

or MFL intelligent pigging for metal-loss

features in the body of the pipe.( t- thickness

of pipe)

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 58: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

58

General

Metal-loss Pitting

Axial

grooving

Circumferential

grooving

Depth at POD=90% 10%t 10%t 10%t 10%t

Depth sizing accuracy at

80% confidence + 10%t + 10%t

Width sizing accuracy at

80% confidence + 20 mm

Length sizing accuracy

at 80% confidence + 15 mm + 15 mm

(iii) Table 3: - Full detection and sizing accuracy

for MFL intelligent pigging for metal-loss

features in the Near Weld Zone. The Near

weld Zone shall be ‘2A’ on both sides of the

weld. The Tenderer shall confirm the same.

General

Metal-loss Pitting

Axial

grooving

Circumferential

grooving

Depth at POD=90% 10%t 10%t 10%t 10%t

Depth sizing accuracy at

80% confidence + 15%t + 15%t

Width sizing accuracy at

80% confidence + 25 mm

Length sizing accuracy

at 80% confidence + 20 mm

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 59: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

59

(iv) marker to marker distance

(v) upstream and downstream markers to weld distance

(vi) weld to defect (deepest point) distance

(vii) circumferential position of the defect

(viii) distance resolution, i.e. minimum axial distance between two adjacent defects,

to detect and report them as separate defects.

17 Geometrical Metal Loss Feature Classes have been defined as:

10t

9t

8t

7t

6tGeneral

5t

4t

3t

2t PittingAxial grooving

1t

1t 2t 3t 4t 5t 6t 7t 8t 9t 10t

Defect Length (A)

Metal-loss Feature Classes Definitions

Cir

cum

fere

ntia

l g

roovin

g

De

fec

t W

idth

(A

)

BENCH MARKERS

1 Bench marking shall be done for the onshore portion of the Offshore Pipeline System.

Owner shall prefer magnetic markers suitable for underground installation as Bench

markers. Such markers supplied shall be installed by the contractor. Bench markers of

temporary nature can also be considered for the Offshore Pipeline system; however, such

temporary markers shall have to be installed/ placed /secured/retrieved by the contractor

at his own cost. Owner will not take any responsibility of placing and security of such

temporary markers. Operation of bench markers /other equipment required for the same

shall be the sole responsibility of the contractor.

2 These magnetic markers may be retrieved back after completion of inspection work.

Bench markers shall be deployed both during caliper and intelligent pig runs.

3 The Contractor shall supply markers of adequate strength so that same may be detected

by their caliper Pig & Intelligent Pig during inspection runs at these coating thicknesses

and specified range of flow rates in the pipeline.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 60: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

60

4 It shall be the contractor’s responsibility in case the magnetic markers are not

identifiable by the contractor’s tools. The owner may at its discretion commence

installation of magnetic markers at more than 1 location simultaneously. The final

installation schedule will be prepared in consultation with the Engineer In Charge &

Contractor’s representatives. The contractor shall make his representative(s) available for

marker installation activities accordingly.

5 The contractor shall submit the detail of each marker location with GPS/DGPS co-

ordinates.GPS/DGPS equipment in adequate numbers shall be arranged by the Contractor

at no extra cost to the owner.

6 In case bench markers of temporary nature are to be employed, the contractor shall

provide benchmarking data (distance from at least 2 reference points and DGPS

coordinates) for each of the marker locations to the owner and these shall be considered

for defect location / identification.

7 In case 2 consecutive benchmarkers are missed/not detected during the intelligent pig

run, such runs shall not be acceptable and contractor has to re-run his tool

CLEANING

1 Cleaning of pipeline for the purpose of successful caliper survey as well as intelligent

pig survey shall be the responsibility of the contractor.

2 The intention of the cleaning operation would be to prepare the pipeline for acquisition

of interpretable data during caliper and intelligent pig runs. Therefore, the contractor shall

employ a cleaning program, which includes magnetic cleaning pig operation also, to

achieve the required degree of cleanliness making as many runs as required.

3 Necessary cleaning pigs, including magnetic cleaning pig, in sufficient numbers and

types as required along with their spares and accessories shall be brought by the

contractor at no extra cost to the owner.

4 The contractor shall depute its field personnel for carrying out the cleaning operation

and verification of degree of cleanliness prior to commencement of subsequent inspection

activities.

5 The owner shall in no case entertain any claim for unsatisfactory data acquisition on

account of unsatisfactory degree cleanliness of the pipeline. No claims for re-runs of

cleaning pigs shall be entertained on any account.

6 During cleaning procedure, muck/pig residue shall be collected and tested by

contractor, if deemed necessary. BPCL would not carry out any chemical analysis of the

pig residue.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 61: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

61

7 The owner shall dispose all debris coming out from the pipeline during any of the

pigging runs. Contractor shall make necessary arrangement to transport the debris to

location specified by Owner.

PIG TRACKING

Tracking of the contractor’s cleaning, caliper & intelligent pigs during the run shall be

done by the contractor.

OPERATION OF VALVES

1 The owner on its part shall ensure that all valves are fully open for smooth passage of

contractor’s pigs. The contractor may, on his part, if he so desires, verify the same

wherever feasible.

2 After ensuring fully open condition of all valves based on the caliper report all the

valves will be locked in open condition and the hand wheel shall be removed & the valve

shall be electrically isolated by the owner wherever possible. The contractor may on his

part, if he so desires, witness/ verify the same.

CALIPER / GEOMETRY PIGGING

1 Contractor shall run cleaning pig followed by gauging pig and shall ensure smooth

passage of caliper pig after gauging pig run.

2 The Caliper / Geometry pig shall be capable of recording the entire length from

launcher to receiver in a single run. The measurement shall cover the entire 360 degree of

internal pipe wall circumference using properly oriented and sufficient quantity of

sensors.

3 Upon completion of caliper pig run, contractor shall submit a preliminary report

indicating defects to be repaired in the pipeline for smooth passage of intelligent pig.

Defects reducing ID, which are necessary to be removed/repaired for smooth passage of

intelligent pig considering the declared minimum bore negotiating capability of the

intelligent pig only shall be repaired by the owner in the presence of the contractor’s

representative. Consequent to such repair, the intelligent pig supplied by the contractor

should be able to negotiate the line. During repair of dents in a particular section, no

standby / idle charges shall be paid on this account. After repair of defects, if contractor

feels, he may run gauging pig or caliper pig to re-ensure smooth passage of intelligent pig

at his own risk and cost.

4 Owner shall make its best endeavour to carry out any repair recommended by the

contractor on the basis of the caliper survey to ensure a smooth passage of the intelligent

pig. Contractor shall determine whether or not to run another caliper or cleaning pig with

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 62: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

62

gauging plate after repair has been done. Contractor shall make a representative available

to witness the repair and make sure it is acceptable. If for any reason repair cannot be

carried out to the satisfaction of the contractor, work shall be terminated.

5 The Caliper pig should also be capable of identifying and locating any partial closing,

constriction & restrictions (if any) at all valve locations

6 Any repair recommended by the contractor at valve locations on the basis of the caliper

survey result shall be attended by the owner, subject to such repair/rectification being

necessary for smooth passage of intelligent pig considering the declared minimum bore

negotiating capability of the intelligent pig. Contractor may depute a representative to

witness the repair/rectification. Contractor shall determine whether or not to run another

caliper pig or cleaning pig with gauging plate after such repair/rectification has been done

to ensure smooth passage of intelligent pig.

7 After successful completion of cleaning and calliper survey, the contractor shall certify

the cleanliness and geometry of the pipeline as acceptable for satisfactory acquisition of

data and smooth passage of the intelligent pig.

TECHNICAL SPECIFICATIONS

1 The flow rates in owner’s pipeline maximum/minimum/average are as below,

Max: 8500 KL/Hr

Min: 2500-3000 KL/Hr

Average: 4500-5000KL/Hr

Contractors should ensure the optimum traversing speed of their equipment (caliper pig

and intelligent pig) to operate satisfactorily for accurate detection of all defects. The

Intelligent pig to be used shall be able to perform to its fullest capacity with minimum

adjustment of flow rate.

2 The contractor shall after the completion of the intelligent pig run submit to the owner a

certificate of confirmation that verifiable and interpretable data has been generated by

High Resolution MFL inspection tool which will meet the specifications set out

hereunder in the Scope of work.

3 As a minimum the Contractor shall identify and interpret the following pipeline

features

3.1 PITTING

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 63: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

63

A pit is defined as metal loss of area less than 3t x 3t (where t is nominal wall thickness)

affecting the surface area of the pipe (internal or external). The Tenderer shall specify the

size (length & width) and depth of the corrosion feature.

3.2 GENERAL CORROSION

General corrosion is defined as metal loss greater than 3t x 3t affecting the surface area of

the pipe, having a surface area larger than that of pitting corrosion.

3.3 MANUFACTURING AND CONSTRUCTION DAMAGE

Contractor shall to its capability identify all mill and manufacturing flaws, damage that

was caused prior to commissioning the pipeline such as gouges, dents, buckles etc. The

tenderer shall detail the capability of the vehicle and shall identify the configuration and

extent of all such defects.

3.4 WELDS

All pipeline girth welds shall be identified and recorded and recorded. The Tenderer as

per their inspection capability shall inspect and report all corrosion (External and/ or

Internal) in and across the girth weld and spiral /longitudinal SAW and associated Heat

Affected Zone (HAZ), identify the extent of weld shadow or any crack like indication.

The bidder shall clearly/adequately describe separately in the bid the principles

(technologies) involved in the detection, location, sizing and reporting of corrosion

(external or internal) in the girth welds, spiral seam weld and longitudinal seam weld

seams manufactured by Submerged Arc Welded (SAW) process.

The capability or otherwise to detect, locate, size and report corrosion (external or

internal) on girth welds, spiral welds and longitudinal weld seams manufactured by SAW

process may, however, not be the sole reason warranting technical rejection of the bid.

3.5 CRACK DETECTION

The contractor shall make its best effort in detection and reporting of cracks in dents

having a depth of 1% to 3% of O.D of the pipeline in the pipe body as well as along the

weld seam and HAZ. The capability or otherwise to detect, locate, size and report cracks

however, shall not be the sole reason warranting technical rejection of the bid.

3.6 FITTINGS AND ATTACHMENTS

The tenderer shall detail and confirm the quantity and extent of fittings, Clamps and

attachments.

3.7 INTERNAL / NON INTERNAL DISCRIMINATION

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 64: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

64

The tool shall have ID/OD discriminating sensors. Nominal circumferential spacing of

ID/OD discriminating sensors shall be specified. ID/OD discriminating sensors shall

preferably have a capability of discrimination between Internal and external/sub surface

features with a Probability of Identification (POI) > 90%.

CIRCUMFERENTIAL LOCATION / ACCURACY

The circumferential accuracy shall be within +/- 150 of the circumference irrespective of

diameter. All defects/ features shall be referenced to the 12 o’clock position (top of pipe),

in the

upstream direction referenced from the first upstream circumferential weld and in

addition

converted to kilometre point (KP) reference

FLAW DETECTION LIMITS

The Tenderer shall meet the minimum requirement as specified below for each pipeline

section

to be surveyed.

The intelligent pig shall have as a minimum following the capabilities, with 80%

Confidence

level and 90% Probability of detection (POD).

The reported data as above shall be reliable and within the above limits.

6.0.0 TOOL SPECIFICATIONS

The tool proposed to be used by the tenderer shall be based on the MFL technique.

The bidder shall submit the following data sheets of each size and type of its MFL, Caliper

and Geographical mapping tools for the work specified;

1. Minimum bend capability

2. Speed range

3. Thickness range

4. Maximum battery life

5. Temperature range

6. Maximum pressure

7. Minimum pressure for operation

8. Minimum internal diameter, Tool length, weight and number of bodies

9. Differential pressure required to run and launch the tool

10. Minimum and maximum length of pipeline that can be inspected in one run.

11. Minimum length for launcher

12. Minimum distance between gate and reducer in the receiver.

13. Type of batteries

14. Indication of by pass flow in case of tool stuck.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 65: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

65

The tenderer shall submit details of its flow bypass mechanism for all types of pigging

survey

MFL tool specifications shall include:

1. Direction of magnetisation (axial)

2. The magnetic field strength H in Am-1 as function of wall thickness

3. Required minimal magnetic field strength H in Am-1 to meet the given POD and

accuracy

4. Axial sampling frequency or distance

5. Nominal circumferential spacing of measuring sensors

6. Nominal circumferential spacing of ID/OD discriminating sensors

7. Location accuracy of the features with respect to the upstream girth weld, the

upstream marker and the orientation in the pipe

For crack detection, the bidders shall provide the following parameters

��Minimum depth, length and opening dimension of a crack to be detectable

��The confidence level for the detection of this minimum crack

��The accuracy of sizing of crack length and depth

��The confidence level for the sizing performance

GEOMETRY TOOL SPECIFICATIONS

Geometry tool specifications shall include

��Axial sampling frequency or distance

��Nominal circumferential spacing of measuring sensors or resolution of

circumferential measurements

��Amount of circumferential not covered by sensors (i.e. dimensions of gaps between

sensors)

��Minimum detectable deformation* dimensions (depth, length, width)

��Minimum/maximum ovality measurement dimension

��Number of sensor recorded continuously.

��Presence and resolution of clock position indicator

��Location accuracy of the features with respect to the upstream girth weld, the

upstream

marker and the log distance

* Deformation shall include dents, wrinkles, buckles.

REPORTING AND DOCUMENTATION

All written and verbal reports shall be communicated in the English language.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 66: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

66

The Tenderer shall conduct an assessment of the inspection data, immediately following

the inspection run, to establish completeness and quality of the inspection data collected.

This should be performed on site by a purpose designed computer unit.

The contractor shall provide within nineteen (19) days of the completion of the pipeline

inspection survey, a summary Preliminary report to the owner, providing notification of

defects of immediate concern based on depth (Wall loss) and/or pressure and/or

Estimated Repair Factor (ERF) identified in that launcher to receiver section. This

Preliminary report shall form the basis for Joint Dig Site Verification of results.

The contractor shall provide Six (6) copies each of the Final report pertaining to

CALIPER SURVEY and INTELLIGENT SURVEY for each launcher to receiver

section. Report shall be submitted to the Owner’s representative within Sixty (60) days of

the completion of the field activities for each launcher to receiver section. The contractor

shall make available to the Owner’s representative, qualified members of its technical

staff on presentation of the report, in order to discuss and corroborate the technical

contents.

Note: The owner shall accept separate or combined final reports for caliper survey

and intelligent pig survey.

The final Inspection report shall be a detailed presentation of the work program; results

and conclusions shall be submitted in hardback A4 files, or four (4) ring binder type. The

name, diameter and extremities of the pipeline, inclusive of date of survey and volume

number, shall be printed on the front complete pipeline survey face and spine of the files.

The file shall contain only the information of the complete pipeline survey in the

following format

1 INTRODUCTION AND PROJECT REQUIREMENTS

General introduction and aim of the project.

2 PIPELINE DATA

As supplied by the Owner

3 LOCATIONS AND EXTREMITIES OF SURVEY

Any anomalies between the Owner’s original job requirements and actual performed

survey should be highlighted in this section

4 GENERAL SUMMARY OF FINDINGS ON THE PIPELINE

This shall include type of defects, locations of significant defects, whether located in

weld, HAZ or parent pipe, distance from reference point etc. In the general summary,

first 25 nos. most critical defects are to be listed.

4 MAIN REPORT SECTION

The main report section shall consist of the following format

A) DATE OF SURVEY

B) OPERATOR NAME (S) AND IDENTITY

C) INSTRUMENTS USED (INCLUDING SERIAL NO’S)

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 67: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

67

D) PROCEDURE AND TECHNIQUE USED IS SURVEY

E) CALIBRATION ; SEARCH PARAMETERS AND SENSITIVIT

F) ERROR PARAMETERS:

G) METHOD OF ACQUISITION, COMPILATION AND ANALYSIS

REPORTING REQUIREMENTS

The field report shall contain a statement of the contractor on the quality of the inspection

run.

The final inspection report (hard & electronic copy) of shall contain the following

information:

o Tool operational data

o Pipe tally

o List of anomalies

o Summary and statistical data

o Fully assessed feature sheets

o Defect assessment method

The list of anomalies and the pipe tally shall be compatible with standard CSV or DBF

files

compatible with EXCEL files.

In addition to the hard copy a user friendly software package shall be provided to enable

review

and assessment of the data collected by the inspection tool.

TOOL OPERATIONAL DATA

The tool specifications shall be given. In addition the following operational data shall be

provided, whereby each type of tool that has been used shall be described separately:

��The data-sampling frequency or distance

��The detection threshold

��The reporting threshold, normally taken at 90% POD if not specified otherwise

��A tool velocity plot over the length of the pipeline

��Temperature plot over the length of the pipeline

��Defective transducer statistics

��The magnetic field strength H in Am-1 over the length of the pipeline

The tool operational data shall indicate whether the tool has functioned according to

specification. It shall detail all locations of data loss and where the measurement

specifications are not met.

The maximum acceptable data loss shall be as follows:

o The maximum acceptable sensor loss (primary sensors) for MFL tools is 3% and

continuous loss of data from more than three adjacent sensors or 25mm circumference

(whichever is smallest) at critical places (i.e. bottom of line) is not acceptable.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 68: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

68

o Any defect with minimum dimensions as specified in the above tables shall be detected

with a POD >= 90% for >= 97% of the pipeline surface and >=97% of pipeline length

(from launcher to receiver).

PIPE TALLY

The pipe tally shall be a listing of all pipeline component features and anomaly features

The pipe tally shall contain the following fields in the given sequence:

��Log distance

��Up stream weld distance

��Joint length

��Feature type

��Feature identification

��Anomaly dimension classification

��Clock position

��Nominal t (of each joint or pipeline component, between girth welds, as measured by

the

tool).

��Length of anomaly/feature

��Width of anomaly/feature

��d/t in %

��Surface location (int., ext., mid wall or N/A)

��ERF

��Comments

Joint numbering shall start at the first joint after the first line valve. The zero position of

the log distance shall be center-point of the first line valve.

LIST OF ANOMALIES

1 All anomalies with dimensions above the reporting threshold at 90% POD shall be

reported in the List of anomalies.

2 The List of anomalies shall contain the same fields as the pipe tally. The field “Feature

type” refers to anomalies, while the field “Feature identification” specifies these

anomalies with one of

the following possible items:

Arc strike, Artificial defect, Buckle, Corrosion, Corrosion cluster, Crack, Dent, Dent with

metal

loss, Gouging, Grinding, Girth weld crack, Girth weld anomaly, HIC (hydrogen induced

cracking), Lamination, Longitudinal seam weld crack, Longitudinal weld anomaly,

Ovality Pipe

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 69: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

69

mill anomaly, Pipe mill anomaly cluster, SCC (Stress Corrosion Cracking), Spalling,

Spiral weld

crack, Spiral weld anomaly, Wrinkle, Other.

3 The location of the deepest point in the metal loss area or clustered area shall be

reported.

4 Presence of metal loss defects along with mechanical damages like dents etc. shall be

separately listed.

SUMMARY & STATISTICAL REPORT

Metal Loss Tools

The summary report of metal loss tools shall contain a listing of:

��Total number of anomalies

��Number of internal anomalies

��Number of external anomalies

��Number of general anomalies

��Number of pits

��Number of axial and circumferential grooves

��Number of anomalies with depth 0 – <10%_t

��Number of anomalies with depth 10 – <20%t

��Number of anomalies with depth 20 – <30%t

��Number of anomalies with depth 30 – <40%t

��Number of anomalies with depth 40 – <50%t

��Number of anomalies with depth 50 – <60%t

��Number of anomalies with depth 60 – <70%t

��Number of anomalies with depth 70 – <80%t

��Number of anomalies with depth 80 – <90%t

��Number of anomalies with depth 90 - 100%t

��Number of anomalies with ERF 0.6 – <0.8

��Number of anomalies with ERF 0.8 – <0.9

��Number of anomalies with ERF 0.9 – <1.0

��Number of anomalies with ERF >1.0

The following histograms shall be provided over the entire pipeline length:

��Number of anomalies in 500 m section with depth < 0.4t

��Number of anomalies in 500 m sections with depth 0.4t – <0.6t

��Number of anomalies in 500 m sections with depth 0.6t – <80t

��Number of anomalies in 500 m sections with depth >0.8t

��Number of anomalies in 500 m sections with ERF 0.8 – <1.0

��Number of anomalies in 500 m sections with ERF >1.0

The following plots shall be provided:

��Sentenced plot including ERF=1 curve of anomaly length against metal-loss feature

depth

showing all anomalies for the predominant wall thickness

��Orientation* plot of all anomalies over the full pipeline length

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 70: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

70

��Orientation* plot of all internal anomalies over the full pipeline length

��Orientation* plot of all external anomalies over the full pipeline length

��Orientation* plot of all anomalies as function of relative distance to the closest girth

weld

* If not specified otherwise, the orientation of the anomalies is point S (See 5.3.0).

Geometry Tools

The summary report of geometry tools shall contain a listing of:

��Total number of dents

��Total number of ovalities

��Number of dents with depth 2 – <6% ID

��Number of dents with depth __6% ID

��Number of ovalities 0.10 > ratio < 0.05

��Number of ovalities with ratio >_0.10

��Orientation plot of all dents over the full pipeline length

��Orientation plot of all ovalities over the full pipeline length

REPORTING SOFTWARE:

1 In addition to above information in hard copy contractor shall supply a Microsoft

Windows platform based data interpretation and analysis software package licensed to

the owner capable of managing large and diverse quantity of inspection data. The

software shall be capable of displaying / presenting inspection data in textual as well as

high-resolution graphic format as well as in the monitor screen on print.

2 The software package shall be able to separately display the pipe tally, list of features,

list of

installations, List of bench markers, List of welds etc.

3 The software package shall have the ability to generate the histograms, plots as listed

above, plot of the magnetic field strength H in Am-1 over the length of the pipeline and

fully assessed DIG UP Sheets for each and every identified defect.

4 The capability to query the database with multiple queries/create multi-parameter filters

like (but not limited to) log distance, ERF, % Wall Loss/depth and generate reports shall

be an integral part of the software package.

5 The software package shall also provide the owner the ability to review the MFL

signal/ Raw Data for each anomaly, feature, installation with direct linkage to the

database.

6 The software package shall also integrate the results of the Caliper survey with the

MFL inspection data and allow the owner to correlate results of the two runs.

7 Such software shall have the facility to allow the owner to add its own data files of

pipeline inspection records, giving flexibility to data file merging, record annotation and

interactive analysis.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 71: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

71

8 The software shall also have the following features:

��Menu driven command interface

��Icon driven report generation

��Pipeline reference window

��Text Report window

��Pipeline Inspection Catalogue

��Pipeline zoom and pan

��Pipeline feature search and GOTO

��Pipeline segmentation

��Interactive report

��Print facility

9 In addition the software should have the capability to compare and display the

significance of

each detected defects compared to internationally acceptable formulae like ANSI B 31.4,

(latest revision) / Rstreng.

IMMOBILIZED / STUCK-UP PIGS :

1 Locating Immobilized and Stuck-Up Pigs:

1 If any of the contractor’s pig(s) gets immobilised or stuck-up in the line, locating the

pig(s) shall be the responsibility of Contractor. Owner shall provide all possible help in

this regard. However, overall responsibility of locating the pig(s) shall lie with the

contractor.

2 Both the Caliper Pig and Intelligent Pig to be introduced into the pipeline are to be

fitted with latest generation pulse generator or similarly approved equipment having a

minimum transmitting time of 150 hours. However, the contractor shall be responsible

for transmitting time requirement for complete data acquisition and determining the

location of any stuck pig with or without the transmitter fitted therein.

In Line retrieval of Immobilized Pigs & Contingency plan:

1 The Bidder shall provide a detailed contingency plan in his bid as proposed by him, in

case any of the pigs get immobilised in the line. The plan shall identify the procedure for

exactly locating and retrieving the pig with minimum loss of time and optimum efforts.

2 The bidder may note that flow is possible in both directions in the offshore pipeline

system

3 In the event of the pig getting immobilized in the pipeline during any pigging activity,

the contractor shall attempt in-line retrieval of the pig/ tool using appropriate tools and

also make necessary arrangements for the same with minimum loss of time and optimum

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 72: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

72

efforts. The bidder’s contingency plan shall outline its procedure for inline retrieval of

each type of immobilized pig including a listing of all resources required for such a

procedure. The contingency plan shall focus on retrieving the immobilized pig and

restoring the normal flow in the shortest possible time with optimum efforts and

resources.

4 Bidders shall certify their capability for attempting in-line retrieval of immobilized pigs

and also provide any verifiable track record/experience of successful in-line retrieval of

immobilized pigs in their Technical Bid document. Bidders may note that the

contingency plan submitted and capability for an in-line retrieval procedure for

immobilized pigs shall be important criteria for evaluating the technical bid.

5 The owner shall not bear any costs associated with in-line retrieval procedure of any

immobilized pig. However, the Owner shall provide all possible assistance in this regard.

Retrieval of Stuck-up Pigs in case of failure of contractor’s inline retrieval

procedure:

If Pig does not move and remains immobilized, by any measure including the in-line

retrieval procedure stated in the contractor’s contingency plan, then the pipeline section

shall have to be cut for retrieval of Pig. Pipe cutting for stuck-up pig retrieval and

necessary erection, fabrication and modification of pipe with new pipe piece after

retrieval of stuck-up pig shall be done by owner or its nominated agent. Procedure for

recovery of stuck-up pig shall be finalised by the owner/owner’s nominated agent in

consultation with the contractor. In such a case, the contractor shall assist the owner for

retrieval of stuck-up pig to the extent of advising the owner and suggest methods to aid in

retrieval. After retrieval of the stuck-up pig, decision to continue with the next phase of

activities under the contract shall be taken by the owner.

Costs associated with Retrieval of Stuck-up tools:

1 In case a cleaning pig, gauging pig or caliper pig gets stuck–up in the line, cost

associated with removal of stuck-up pig through cutting/replacement of pipe section

necessitated after failure of the contractor’s in-line retrieval procedure, will be to the

owner’s account.

2 In case the intelligent pig gets stuck-up due to reason(s) attributable to the contractor,

the cost of recovery through cutting/replacement of pipe section (necessitated after failure

of the contractor’s in-line retrieval procedure) shall be borne by the contractor subject to

limitation of liability as per General conditions of contract.

3 In case the intelligent pig is stuck-up due to reasons not attributable to the contractor,

the Owner shall bear the cost of recovery of stuck-up intelligent pig through

cutting/replacement of pipe section (necessitated after failure of the contractor’s in-line

retrieval procedure).

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 73: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

73

4 However, in no case shall the owner or its agents bear cost of repair of any of the stuck-

up pigs that may get damaged in the pipeline or in the process of recovery.

5 No standby charges will be permitted against the time period for recovery and repair of

immobilized/stuck-up pigs. However, time extension without imposing price

discount/liquidated damages may be granted to the contractor to the extent his work was

affected.

1. Cleaning / Kaliper Pigging

Sl. No.

Description Contractor BPCL

01. Cleaning Pigging of pipelines section to be pigged √ 02. 4 weeks Notice for mobilization of equipments and

manpower to carry out Kaliper Pigging. √

03. One time Mobilization & De-mobilization of required Kaliper Tool with accessories and Survey Technician.

04. Depute a Survey Technician to carry out the Kaliper Pigging.

05. Accommodation of Survey Technician. √ 06. Provide necessary and timely work permits in co-

ordination with the asset owner(s). √

07. Provide pig tracking equipment. √ 08. Provide preliminary report & final report upon

successful completion of run. √

09. Provide construction work related to preparation of piping for installation of temporary launcher / receiver or modification of existing, if required.

10. Assistance in tracking of Kaliper Tool / Pig. √

11. Provide manpower / equipments for lifting and handling at the job site along with accessories like slings, shackles etc.

12. Provide all personnel and equipment for safe loading, launching, propelling, tracking, receiving and unloading of Kaliper Tool / Pig.

13. Provide Utilities like Air compressors / Water Pumps, 240 AC power supply, launchers / receivers, transportation of equipments & personnel.

14. Provide appropriate Storage Space for our Pigs and other Equipments prior to launch of the Pigs and workshop facilities for maintenance of both mechanical & electronic equipments.

15. Pre-packing of line / section with compressed air / water to the optimum pressure.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 74: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

74

16. To ensure & confirm, all the valves in the line to be pigged are open non-return valve clappers held up and pressure gauges / controllers / recorders are calibrated.

√ √

2. Intelligent Pigging Sl. No.

Description Contracto

r

BPCL

01. Obtaining approvals for procedures before carrying out the job √ 02. Provide necessary and timely work permits in co-ordination with

the asset owner(s), road permits, statutory forms. √

03. Clearance of Tools and equipment from Customs, payment of customs duty.

04. One time Mobilization & De-mobilization of required MFL Mapping Tool (for intelligent Pigging) with accessories and Survey Technician.

05. Depute a Engineer and Survey Technician to carry out the Intelligent Pigging.

06. Accommodation of Engineer and Survey Technician. √ 07. Provide construction work related to preparation of piping for

installation of launcher / receiver or modification of existing, if required.

08. Provide all personnel and equipment for safe loading, launching, propelling, tracking, receiving and unloading of Tool / Pig.

09. Provide appropriate Storage Space for our Pigs and other Equipments prior to launch of the Pigs and workshop facilities for maintenance of both mechanical & electronic equipments.

10. Provide manpower / equipments for lifting and handling at the job site along with accessories like slings, shackles etc.

11. Provide Utilities like Air compressors / Water Pumps, 240 AC power supply, launchers / receivers, transportation of equipments & personnel.

12. Pre-packing of line / section with compressed air / water to the optimum pressure.

13. To ensure & confirm, all the valves in the line to be pigged are open non-return valve clappers held up and pressure gauges / controllers, recorders are calibrated.

√ √

14. Assistance in tracking of Intelligent Tool / Pig. √

15. Provide pig tracking equipment. √

16. Setting up of (max. 5 Nos.) AGM’s (Above Ground Markers) to benchmark permanent markers or pipelines features along the ROW (right of way) at onshore portion.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 75: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

75

17. Running of Tool in the Pipeline Section. √

18. Ensure availability of proper flow parameters. 20. Provide preliminary report & final report upon successful

completion of run. √

Time Envisaged

Sl No: Activity Time Envisaged

1 Cleaning Pig run 03 ~ 05 Days

2 Caliper Pig run 01 ~ 03 Days

3 Submission of Report after above activity 01 Day

4 Intelligent Pigging (MFL) 02 ~ 04 Days

(Seal & Signature of the tenderer) PAYMENT TERMS

Payment for intelligent pigging operation would be made only upon total completion of work(including demobilizing)given in the Item No:18.However in case of any eventuality and the work could not be completed , the payment will be made as per the break up mentioned in SOR 18 ,Item -1,2,3 upon completion of each item . 3.2.8 Accommodation for 2 Numbers of CISF personnel or BPCL contract

security guard on board the vessel

ITEM NO: 19

Boarding and Lodging charges for 2 numbers of CISF personnel’s or BPCL contract security personnel on board the vessel for SPM security

• Contractor shall be responsible for providing boarding and lodging on board the vessels for 2 numbers of armed CISF personnel’s with their arms and ammunition or BPCL contract security personnel on 24*7 basis.

• Contractor shall allot one decent cabin with A/C (with 2 beds) for the security personnel on board the vessels.

• Contractor shall accommodate them on board the vessel and shall provide tea/coffee/breakfast/lunch/dinner and the expenditure for this is included in the contractor’s scope. Contractor shall permit them onboard Maint. Vessel/support vessel for watch keeping of SPM facility on round the clock basis.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 76: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

76

4. Emergency Work

Following emergencies have been visualized and the contractors are required to attend the different kinds of contingencies, which may arise on offshore pipeline: -

Sl. ZONE POSSIBLE CONTINGENCIES

1. ZONE-I Corrosion leak either isolated or spread over or any mechanical damage to the pipe involving installation of leak clamp, sleeving, pipe replacement etc.

2. ZONE-II Corrosion leaks either isolated or spread over, Rupture due to pipeline shifting caused by loss of ground support or mechanical damage to the pipe involving installation of leak clamp, pipe replacement etc.

Within the Zone-I(Breaker Zone/ Inter-tidal area/ In shore zone) which is for a length of about 900 m., the leak repair or pipe replacement works to be carried out in the same manner as in the case of cross country pipeline under water-logged area. Cofferdam can be made and seawater in the affected pipeline area dewatered. Fitting of leak clamp, replacement of pipe piece, welding and other repair works are to be carried out by conventional methods. Basically the repairs will include removal of concrete coating, coat and wrap, putting leak clamps, sleeve welding or spool piece replacement in the affected portion, apply coat & wrap with cold applied tapes (servi wrap) putting concrete blankets over the pipes for mechanical protections. Major job shall be required to be taken during low tide period. ZONE-II (the Deep water zone) repair methodology shall be as follows:-

i) Restoration of pipeline geometry by trenching, back filling, use of grouts, sand bags, cement bags, pipe support etc.

ii) Use of leak clamp iii) Pipe replacement with spool piece with the help of end connectors and service of a DSV

and related man power shall be necessary.

iv) The contractor shall have to carryout other required jobs, if found beyond the above in regard to offshore pipeline.

v) For meeting off-shore emergency the list of BPCL (KR) supplied materials are given below:-

� Leak clamp � Weld + ends � Pipe sleeves for 48” dia � Sacrificial anode and allied accessories � 48” dia concrete coated pipe � Mechanical end connector/ hydrotech connector/ grip connector

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 77: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

77

vi) The contractor shall have to arrange all the necessary equipments, vessels, materials, tools & tackles for meeting any emergency in the off shore pipeline .

vii) Following indicative list of materials, which the contractor may have to mobilize, is given. However, the total responsibility of arranging necessary materials to complete the work within stipulated time shall rests with the contractor.

a) Cold cutting machine b) Hydraulic tensioning tools required for installing connector /Hoses. c) High pressure water jet d) Set of spanners e) Ropes f) Suitable coffer dam (approx. size 14M x 9M materials for handling 6M water depth. g) Wooden ballies h) Asbestos/steel/ fibre shutters i) Walkie-Talkie sets j) Sand/cement bags k) Turret mounted cranes/ tripods l) Suitable DSV equipped with diving equipments, concrete cutter, high pressure water

jet, set of pneumatic tools, ropes, walkie – talkie sets, crane of suitable capacity/ “A” – frame, air tuggers towing winches etc.

m) Support vessel n) Fishing boat o) Shallow dumb barge fitted with crane of suitable capacity, towing winches, air tugger,

compressor, diving equipments, concrete cuter, high pressure water jet, set of pneumatic tools, ropes, walkie-talkie set anchor – 4 nos. (5 ton each)

p) DSV crew/ boat crew q) Divers r) Technicians/ Riggers s) Semi skilled workers t) Deck hands. u) Welders, welding machine and welding tools & NDT Equipments.

viii) In case of any emergency arising out at SPM system, for handling the emergency works in different zone as elaborated above, the contractor shall be paid on mutually agreed rates.

ix) Following time frame is stipulated for completing the emergency works:-

i) Leak location identifying time – 2 days ii) Repair by installation of leak clamps – 2 to 5 days iii) Replacement of pipe piece – 5 to 10 days

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 78: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

78

Brief description of SPM system Exhibit-A

The SPM system consists mainly of

• Turret buoy with a rotating circular buoy hull structure and static turret casing with a welded spider structure (Turret dimensions - Approx 12 M dia. x 11.3 M height) including connected product piping (24”), with navigation equipment and mooring equipment.

• CALM Buoy with six anchor chains of each 84 mm dia and approx 450 M long

• 2 Floating Hose strings (16”/20”/24” Size)

• 2 Under buoy hose strings of 20” size

• Umbilical underside of the buoy hull to PLEM.

• Pipe Line End Manifold (PLEM) with two 48” Ball valves & Three 24” Ball valves and two check valves and facility for Pig launcher.

• Telemetry system

• Dual Mooring Hawser (19” Nylon braided) with chafe chain, lifting wire, pick up rope and messenger rope & pick up marker buoy.

CALM buoy description The CALM buoy (TURRET type) is supplied by M/s. Blue water Energy Services, The Netherlands. The Turret buoy consists of two structural components – the turret structure(geo-static part) and the buoy body (rotating part).The turret structure is located in a moon pool in the centre of buoy body and connected thereto at deck level by means of a roller bearing. The connection between the piping sections in the turret and in the buoy body is made of means of fluid swivel also outfitted with a roller bearing. The tanker is moored to the buoy body via mooring hawser and can freely weathervane in response to the changing weather conditions thereby rotating the buoy body around the turret. Buoy body It is circular in shape with 9 watertight compartments, each of them accessible via a manhole in the deck. Draught marks are provided on three sides of the buoy to enable the floating condition of the buoy. Turret assembly Consists of turret shaft and a chain table or spider. The turret shaft is a large diameter tubular section, which has a flange at the topside to fit the main bearing and which is closed at bottom side by a diaphragm plate. The inner space is a dry compartment and is directly accessible from deck body. This compartment is housing all equipment related to Hydraulic Power Unit, which is required for the remote control of the valves in PLEM and a battery box. The chain table is a box girder framing, which supports the chain stoppers through which the anchor chains are attached to moor the buoy at location.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 79: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

79

Main bearing It is a three-race roller bearing and is mounted on reinforced, machined foundation flanges, fixed by high tension mounting bolts. The Bearing is the most critical mechanical components of the buoy. Internal seals are provided for protection of bearing against ingress of water and dust. Lubrication of bearing can be done through greasing points provided in the bearing rings. Grease sampling points are provided at bearing upper surface to monitor condition of bearing by analyzing the samples. Deckhouse It is fitted over central moon pool. Deckhouse has 2 doors in opposite direction. One of the doors near to the boat landing has been designed to enable transfer of equipment. Deckhouse provides space for and protects the turret, main bearing, product swivel, electrical equipment, winch and all other equipment against all weather influences. On the roof of the deckhouse battery boxes, solar panel, navigational lights and antennas are located. The roof is accessible via ladder with safety cage. On the deck of the buoy hull, seven numbers of ten metric Ton SWL bollards are provided for mooring of small crafts such as support vessel/maint. vessel alongside of boat landing platform. Boat Landing Is constructed with tubular steel members and galvanized gratings. Boat landing is provided with a ladder in a recess, with bollards for berthing support vessel/maint. vessel and with a lifting device to facilitate the transport of equipment onto the buoy. Mooring Lug On the deck body a mooring lug is provided for connecting the hawser. A protection frame is provided in case of failure of the hawser under tension. Ancillary Equipments An air winch, designed to operate at 8 bar (g), is provided on the buoy deck inside deckhouse. The compressed air required to run the winch has to be provided from the maint. Vessel/support vessel. The winch can be used for re-tensioning of the anchor chain, to pull in submarine and floating hose strings and to perform lifting operations for any buoy compartment such as swivel, valves, flexible joints etc. Navigation Aids Fog horn, navigation lamp and radar reflector are provided and mounted on the buoy. Power packs are installed in a large battery box. The batteries are re-charged by solar panels which are positioned on the deck house roof. Safety Equipment It consists of two fire extinguishers and two life buoys fitted with celled illuminating lights and buoyant lifelines. Pipe Line End Manifold (PLEM) PLEM fitted with facility for pig launcher and sub-sea valves (48” two nos. & 24” three nos.) anchored by 4 anchor piles. PLEM valves can be remotely operated from Master Telemetry Unit at shore tank farm control room/Portable Telemetry Unit on the tanker bridge/Remote

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 80: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

80

Telemetry Unit inside Buoy compartment. To achieve this umbilical is installed between buoy and PLEM running through one of the submarine hose string. Hydraulic Power Unit (HPU) Hydraulic Power pack is provided for operation of double acting hydraulic actuators of the three 24” and two 48” PLEM valves. Capacity is for sizing two operations of all valves without charging. HPU consists of reservoir, pumps and accessories and a control panel mounted on a single support frame. Three pumps - electric driven pump for automatic pressure control, pneumatic for manual control and hand operated for back up service are provided. Electric pump is powered from solar powered electrical systems at 24V DC. Air supply to drive pneumatic pump will be taken from air compressor positioned on Maintenance vessel/support vessel. Telemetry Telemetry consist of Remote Telemetry Unit (RTU) on the buoy, Portable Telemetry Unit (PTU) for use on the tanker bridge and cargo control room and Master telemetry Unit (MTU) onshore. The system inside buoy compartment is powered from solar electrical power system

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 81: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

81

Schedule and need based inspection Exhibit-B

1. Buoy Body, Deckhouse and Turret

I. General

The buoy, deckhouse and turret, and associated equipment should be subject to a general inspection at

regular intervals as specified by Engineer in Charge.

In NORMAL operation conditions check the following:

• General condition of SPM buoy, deckhouse and turret conditions.

• General condition of the installed piping.

• General condition of the mooring lugs.

• Visible damage or corrosion.

The working condition of the bilge pump should also be checked.

I. Buoy Draft and Trim

The draft of the buoy is to be monitored daily. However a visual inspection of the freeboard and trim

should be undertaken every time the SPM buoy is utilized. These readings are to be carried out in calm

sea conditions using the buoy’s draft marks. Any significant changes in draft are to be investigated

against the as-built draft figures as causes could include a leak in the buoy or a fault in the anchor chain

system. A general inspection is to be carried out above and below sea level. Any paint damage in the

SPM system shall be reported by the contractor to the Engineer in charge at the earliest.

During the underwater part of the inspection, the condition of the anodes is to be checked and also their

attachment to the buoy structure. The anodes are to be cleaned if necessary.

The amount of marine growth on the buoy and chain stoppers is to be checked. Excess growth is to be

removed using high pressure jetting system to ensure free rotation of the chain stoppers. Excessive

amount of marine growth may also affect the buoy freeboard and trim.

The fenders on the boat landing structure are to be inspected for wear or damage.

• SPM Buoy Body Compartments

The nine (9) watertight compartments in the buoy are to be sounded and inspected. The compartments are

accessible through a manhole and a fixed cat ladder. The sounding pipe enables checking the

compartments for water without opening the manholes. Before sounding, the compartment must be

depressurized by opening the vent plug. They are located next to the manholes in the buoy body, marked

with an `S’. Every month all water tight compartments shall be checked for any water/moisture presence.

Presence of water inside the compartments/ballast tanks shall be drained out.

Damage to the topcoat paint may be “touched up” as required with the provided paint if the undercoats

remain intact. Should the undercoat paint be damaged, the affected area must be completely retreated in

accordance with the paint specification as per SPM Supplier’s manual.

Detailed reports of inspections/findings and recommendations shall be submitted on completion of testing

of buoy.

The following inspection procedures are to be followed:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 82: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

82

WARNING

Compartments may initially be pressurized. De-pressurize compartments via the venting plug’s prior

opening manhole cover. Venting plugs must be removed cautiously. Refer the Operating manual of

SPM Supplier before entering the compartment.

Step Action

1. Loosen and partially unscrew the vent plug, next to the sounding pipe and adjacent to manhole

cover.

2. When overpressure is equalized, remove sounding plug from the pipe.

3. Check if water is in compartment by using an appropriate line with indicating paste. Alternatively,

a small weight on a line may be lowered down the sounding pipe. Listen for the impact sounds of

the weight against the buoy bottom plate and hear of there is any sign of water in the compartment.

Repeat until you are sure of your conclusion, in case of doubt go to step 5.

4. After inspection, renew the plug O-rings as required and re-install plugs.

5. Remove the manhole cover and ensure the compartment is ventilated with fresh air and is gas-free.

6. Using a torch or suitable lamp, enter the compartment via the cat ladder fixed in the compartment, and carry out a thorough inspection of the compartment interior. Ensure that all safety precautions are taken as per Supplier’s Operating manual

7. Undertaken remedial work when necessary. Water inside the compartment may be removed with the bilge pump facility.

8. After completion of the inspection renew the manhole seal and reinstall the cover. Make sure that the bolts are tightened properly to re-assuring a watertight closure between buoy body and manhole cover.

9. Any paint damage shall be reported and shall be painted at the earliest.

� Buoy Body and Deckhouse The access doors to the deckhouse are to be checked on a two weekly basis, in accordance with the checklists reproduced in this manual. Hinges are to be greased and door seals checked and repaired or replaced. Toolbox hatch hinges and locking device requires little greasing regularly. The deckhouse drains, located inside the deckhouse next to the chain hawse pipes are to be checked and the scuppers cleaned. The ventilation louvers are to be checked and cleaned at regular intervals to maintain a free passage of ventilating air. Inside the buoy body, in way of the overboard piping, the structure and profiles shall be checked yearly for any fatigue cracks, and paint damage that could indicate fatigue cracks. Thickness survey and buoy body/deck house/turret/water tight compartments/ballast tanks shall be carried out every year using UT-meter without damaging the coating (contractor shall keep a working UT-meter with him for doing this activity. Buoy body/deck house (external)/solar panels shall be cleaned with fresh water every month or less. Damage to the topcoat paint may be “touched up” as required with the provided paint if the undercoats remain intact. Should the undercoat paint be damaged, the affected area must be completely retreated in accordance with the paint specification as per SPM Supplier’s manual.

CAUTION

Any serious salt build-up shall be rinsed out.

• Turret Maintenance for the turret is limited to checking the structure for corrosion and repairing damage to the paint system on a regular interval and also checking the cathodic protection.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 83: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

83

Damage to the topcoat paint may be “touched up” as required with the provided paint if the undercoats remain intact. Should the undercoat paint be damaged, the affected area must be completely retreated in accordance with the paint specification as per SPM Supplier’s manual. The turret seal between the turret and the buoy body is located at the bottom of the buoy body. The seal is below the water level and is not accessible from the top of the buoy. In general the turret seal requires no maintenance.

• SPM Buoy Body Manholes Covers Maintenance requirements for the manhole covers at the buoy compartments involve regular checks for leakage, seal maintenance and lubrication of fixing bolting.In the event of structural damage or leakage in any one or more compartments, the OWNER shall be informed.

• Buoy Trim Change If it is evident that during a maintenance visit or when preparing the SPM buoy for loading operations, that the draft or trim of the CALM buoy system has changed. Sound all buoy compartments for leakage. If any water is detected, following instructions as stipulated at the “Yearly basis” inspection/maintenance instructions. On a Monthly Basis: Sound all buoy compartments for leakage.

• Measure buoys freeboard, trim and record results and compare with as-built data.

• Check condition of sounding pipe O-ring seal. Replace as required.

• Check tightness of manhole covers.

On a Six Monthly Basis:

• Complete all Monthly maintenance tasks listed above. On a Yearly Basis:

• Complete all Monthly and Six Monthlies maintenance tasks listed above.

• Inspect interior of watertight buoy body compartments. Entering the buoy body compartments require special safety precautions Pump out any water from the compartment and carry out any remedial work as required.

• Replace all manhole cover seals.

• After inspection, close the compartment. It is recommended to inspect the buoy body compartments one-by-one and close them immediately after completion of the inspection activities.

CAUTION

Re-installation of manhole covers requires special attention on re-ensuring that the gasket is replaced and that the bolts are tightened properly to establish a watertight connection between buoy body and manhole cover

• Check effectiveness of watertight connection by air leak testing procedure.

Air Leak Test Procedure Apply a slight overpressure of 2 psig to the compartment via the sounding pipe and a pressure gauge/valve the test assembly. Apply a soap solution around the manhole cover seal; hold the pressure for several minutes and check for bubbles indicating leakage through the seal. In case of any air leakage re-tighten the bolts until it is full closed/ watertight.

Pneumatic Winch and Lifting Beam

• Winch The winch is to be decommissioned and to be preserved after completion of use or maintenance activities. The winch is located, within the deckhouse. The winch is to be checked every months for good working order with special attention given to:

• Air line lubrication system

• Air motor

• Gear box

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 84: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

84

• Wire In order to comply with the supplier’s maintenance instructions references are made to the winch MRB. MRB of winch will be provided to successful bidder and all the maintenance as mentioned in MRB shall be done by the contractor. Details of maintenance carried out shall be mentioned in the monthly report.

CAUTION

Air Filter Unit. Preventing that salted air moisture is building up on the inside of the air motor we advise to remove the air filter unit and to seal of the pen ended connection with a suitable plug. Winch wire rope is to be lubricated/ preserved/cleaned with supplier’s recommended lubrication brand every three months.

• Lifting Beam The lifting beam with hoisting eye plate shall be visually inspected for wear and corrosion on a monthly basis. The sheaves shall be treated with BP Energrease LS-EP2 or equivalent on a monthly basis. The wire shall be treated with Shell Malleus Fluid C or equivalent on a monthly basis.

Main Bearing Greasing Special attention should be given to maintenance of the main bearing, as repair or replacement is a major operation. The supplier’s recommended grease should always be used and should never be mixed with

other brands, unless approved by BES. The buoy should be rotated ±40 degrees during the greasing operation. If, during a routine maintenance inspection of the grease system, defective parts are found, they are to be replaced immediately.

CAUTION

To avoid contamination or water ingress, fresh grease must be stored in an on-shore warehouse in a closed container. Under no circumstances should the grease be stored on the SPM system. The next following illustration shows the greasing point in the upper and lower bearing rings. The greasing points are marked UBG and LBG.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 85: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

85

Figure : Position of Upper and Lower Main Bearing Greasing Points The tension in the bearing stud bolts is to be checked annually in accordance with the procedure outlined in SPM Supplier’s Operating manual. If the inspection shows that any bolt is tensioned to less than 70% of the specified pre-load all bolts are to be checked. Re-tensioned and a further inspection made after six months. If no further loss of pre-load is shown at this inspection, yearly inspections may be reinstated. Immediately after installation, all bolts should be checked and, if necessary, re-tensioned. A subsequent inspection of at least three equally spaced inner and outer bearing ringbolts is to be undertaken after six months of operation. If no loss of pre-load has occurred, the yearly inspection routine may be initiated. To compensate for settling phenomena, it is necessary to inspect and re-tighten the bolts using the same bolt tensioner at the initial assembly. This inspection is to be undertaken no later than 4 weeks after the initial tensioning.

WARNING

When welding on the SPM buoy is required ensure that NO current passes through the main bearing. Four equally spaced earthing cables shall be used to connect the rotating the geostatic part during welding. The buoy body shall be in the locked position. The cables must be connected prior to the commencement of welding, see sketch below. Cable size: four (4) cables of 95 mm

2 L = 2 m

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 86: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

86

Eight (2x4=8) earth bosses are welded next to the main bearing support structure.

Figure: Position of Earthing Cables during Welding The seals are of vital importance as it prevents water and dirt from entering the main bearing. The seal must be checked regularly and very carefully to avoid possible problems with the main bearing at a later stage.

• Grease Sampling

References are also made to the SPM maintenance and operation manual On a yearly basis, grease sample should be taken from the main bearing with the help of required sample collection tools and sent for analysis, with a reference sample of clean, new grease.

A total of twelve grease sampling ports are provided on the buoy – six on the upper bearing ring and six on the lower bearing ring. The points are coded as UBGS and LBGS. An analysis of extruded grease is an effective method of monitoring the condition of the bearing and rollers, the presence of ferrous metals and other particles in the used grease indicating that the wear may be uneven and remedial action required. The results from the grease analysis shall be entered into the maintenance records. Bearing degradation is dependent upon a variety of factors, including the number of rotations, axial wear, and the actual site conditions. It is vital to ensure that the grease samples are not contaminated in any way by dirt, seawater, or foreign particles. Contamination of samples will, inevitably, produce spurious analysis results. Care should be taken when installing a new sample tube to ensure that dirt or foreign particles are not trapped within the tube. Grease sampling and collecting equipment are to be arranged by contractor. Swivel Bearing Greasing

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 87: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

87

Special attention should be given to maintenance of the swivel bearing, as repair or replacement is a major operation. The supplier’s recommended grease should always be used and should never be mixed with

other brands, unless approved by BES. The buoy should be rotated ±40 degrees during the greasing operation. If, during a routine maintenance inspection of the grease system, defective parts are found, they are to be replaced immediately.

CAUTION

To avoid contamination or water ingress, fresh grease must be stored in an on-shore warehouse in a closed container. Under no circumstances should the grease be stored on the SPM system. The next following illustrations show the greasing point in the upper and lower bearing rings. The greasing points are marked UBG and LBG.

Figure: Position of Upper and Lower Swivel Bearing Greasing Points

Electrical System and Navigation Aids

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 88: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

88

The system is to be checked as per check list for good working order with special attention given to:

• The solar panels, cleaning of the surface of the solar panels improves the reception of sunlight and increases the power generation.

• The fog horn.

CAUTION

All personnel on the buoy must be in the possession of ear protection equipment to be used during testing of the fog horn. The provision for testing the fog horn is provided on the fog horn control panel MC-408-932-UA.

• The battery load.

• The marine light and the availability of spare bulbs.

• The load monitoring system

• Visible observation for damage of the cable runs and watertight boxes.

For maintenance instructions, reference should be made to suppliers documentation provided in the Reference manual of Ocean Technical Systems Ltd., Slip ring and Navigation Aids I&O Manual.

• Electrical Components Associated with Electrical Systems

The electrical component, associated with the electrical systems require special maintenance attention. Make sure that the control cabinets and electrical boxes are dry and free of moisture and seawater. The equipment shall be inspected and checked in accordance with the inspection checklist included in the O&M manual of SPM.

• Navigation Equipment

Marine lights shall be visually inspected and subjected to a function test. Carry out a function test by covering the marine lights photocell with a cloth and confirm that the light illuminates. Check that there are spare white marine light bulbs available.

• Safety Equipment The general condition of the life buoys and the fire fighting, safety equipment must be inspected once every three months. During this inspection the function of life buoy light must be checked. Replace the battery if necessary. Safety equipment should be re-certified as & when due for renewal.

CAUTION

Buoy light should be checked for watertight enclosure. Fire Extinguishers shall be serviced/ replaced at regular intervals. Due date is mentioned on fire extinguisher. Contractor shall provide the details of expiry date in Inspection report. Piping System

• General The buoy piping condition is to be checked on a regular basis, as indicated in the Checklists in the Appendices of this manual. Flanges are to be free of seepage and stud bolts tight and free of corrosion. An overall inspection of the piping system is to be undertaken after each offloading/loading. Each inspection shall, ensure that the flanges, valves, flexible joint and swivel are free from leakage, seepage or damage.

• Product Swivel Regular inspections are to be made to detect leakage or oil seepage at the flange connections. Refer to manufacturer’s maintenance data for details. The swivel bearing is to

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 89: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

89

be manually greased via the six grease points/nipples located on the fixed forged flange between the bearing bolts. Swivel bearing manufacturer : Rothe Erde. Grease : BP Energrease LS-EP-2 Quantity : 70 grams/greasing point.

Rotate the buoy ±40 degrees during the greasing operation.One leak detector plug is located on the fixed forged flange. Minor leakage through the leak channel may occur during pumping of product through the swivel. Dismantling of the swivel may be required if the product fluid is found to be leaking during inspection. The swivel seals may be replaced on-site, if the swivel unit is first dismantled. To replace the seals, it is necessary to disconnect the rotating part of the swivel and raise it to obtain the necessary clearance to reach the seal grooves. Should a seal change be required, it will be necessary to shut down the product system, closing the turret valves and ensuring that the system is completely flushed, vented, and certified free of hydrocarbons. The piping may be vented through the vent plugs on top of the buoy piping. Swivel seal replacement should be executed following a approved procedure and should be witnessed by a BES specialist. Contractor shall monitor the level in the leak recuperation before and after discharge of each tanker. This shall be kept in a separate format in addition to pre-berthing/post-berthing checklist and shall be submitted along with monthly report.

• Valves on the Buoy Body and in the Turret All ball valves on the buoy are geared, manually operated, by rotating their hand wheels. The valves are to be operated, OPEN/CLOSE or visa versa and are normally locked in the OPEN position. At least every three months checks for corrosion or oil seepage at the flange connections are to be conducted. Maintenance of valves is to be undertaken in accordance with the supplier’s instructions. References to the valve MRB Supplier Valves & Controls.

Floating Hose Strings and Submarine Hose Strings

• Inspection and Testing of the Floating Hose Strings Inspection and testing of the floating hose strings shall be in accordance with the manufacturer’s recommendations and the OCIMF Guidelines. Periodic inspections of the individual hoses are required to maintain. Hoses that pass all applicable visual, vacuum and pressure testing may be retained in service. Reference should be made to:

• OCIMF “Guidelines for the Handling, Storage, Inspection and Testing of Hoses in the Field, Second Edition, 1995”.

A routine visual inspection of the hose strings is to be made prior to first connection to the tanker manifold. The floating hose strings are to be examined by a service craft/dinghy. Inspections of the hose strings are to comply with the OCIMF & Owner requirements The hoses and winker lights are to be inspected.

• Routinely at least once per month.

• After any period of severe weather.

• After any disconnection/reconnection of the hoses at the tanker mid ship’s manifold.

• After any other external event that might cause damage to the hose strings.

The entire length of the hose strings is to be examined from SPM flange to tanker manifold on the outer surface and at the end couplings and joints for damage or traces of oil seepage. Particular attention is to be given to the first-off-the-buoy hose, the tanker rail hose (including the butterfly valve) and the breakaway coupling. The support chains should be checked for adequate tension.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 90: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

90

The purpose of the inspections is to detect:

• Signs of damage to the hose or connecting flanges.

• Abrasion, cuts, tears or any other deterioration to the hose outer carcass.

• Signs of leakage from connecting flanges.

• Corrosion of flange nipples or flange bolts or loss of coatings which could result in corrosion.

• Signs of bending/kinking of the hose below the acceptable bend radius.

All inspection results are to be documented. A record of inspection carried out is to be made available to the Owner Report shall be submitted in the specified format along with monthly report. Any damaged hose section is to be reported immediately. Damage found is to be repaired, and if considered critical, the damaged section is to be replaced before any service operation is undertaken. Insignificant damage is to be justified as such to the satisfaction of the Surveyor. Damaged hose sections will be examined for possible repair or tested for future reference. Minor hose repairs such as superficial abrasions outer carcass or replacement of corroded flange bolting may be undertaken with the hose in-situ. Records of repairs are to be kept with the inspection records and made available to the Owner In-situ pressure testing of the hoses should be undertaken approximately every six months/as & when required depending upon local environmental conditions. Testing after periods of severe weather should also be considered. The test is to consist of raising the internal pressure of the hose to 12.5 Kg/cm2, and holding this pressure for a period of three hours. Visual inspection of the hoses should only commence when the pressure is stabilized . Operator should refer to the hose manufacturer’s instructions for the maintenance and inspection recommendations for floating hoses.

• Inspection and Testing of the Submarine Hose

The submarine hoses may be tested in situ at intervals recommended by OCIMF (leak test every six months). As a minimum, testing is to include visual and hydrostatic testing. Inspections of the hose strings are to comply with the requirements of Owner and OCIMF . The hoses are to be inspected by ROV/diver in bad weather

• After completion of every tanker operation and prior to commencement of tanker berthing operation

• After any significant storm.

• After any other external event which might cause damage to the risers. The purpose of the inspection is to detect:

• Major damage to the end flanges/floats/FADs.

• Abrasions, cuts, tears or other deterioration of the outer carcass or the floats.

• Signs of leakage from flanges.

• Corrosion or loss of coating which could lead to corrosion.

• Bending or kinking from the allowable bending radius.

• Displacement from the installed position.

• Excessive marine growth.

• Missing bolts/nuts on the flanges Every three months, hoses are to be cleaned with high pressure jetting system/other suitable equipment for removal of marine growth The entire hose length from SPM flange to the PLEM shall be inspected. The mid section of the hose strings should be checked to ensure that there are no abrasion/contact from the buoy mooring chains. Excessive marine growth on the hose strings shall be removed with soft brushes. The junction between the hose carcass and the hose end nipples should be checked for signs of disbandment, tearing or other damage caused by excessive movement. All inspection results are to be documented and video results of visual surveys maintained. Contractor shall take videography of Subsea hose and umbilical as and when requested by Owner and submit the CD/DVD to Owner for further review. ( 4 copies) Damage found is to be repaired, and if considered critical, the damaged section is to be replaced before any service operation is undertaken. Insignificant damage is to be justified as

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 91: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

91

such to the satisfaction of the Surveyor. Repair to significant carcass damage is possible, but must be undertaken on the surface with special tools. In the event of significant damage, the hose should be replaced and the damaged hose inspected to determine if repair is viable. Minor repairs can be undertaken in situ. Configuration of the under buoy hoses shall be carried out every Month and the results shall be plotted on a graph sheet/CAD with all the relevant data’s as specified by the Engineer in charge. Any discrepancies shall be rectified by adjusting the position of floats/adding new floats. Adjustments shall be verified again to ensure the required configuration.

Inspection and Testing of Hoses on Shore

The requirements for onshore inspection and testing of hoses varies according to location, use and the product carried by the string. In accordance with the current OCIMF guidelines, it is recommended that individual operators establish a statistical database of wear, damage and failure frequency rates by comprehensive testing, including burst testing. Such tests will determine the appropriate retirement criteria and an on-shore testing cycle. Until a database has been established, the hoses should be brought on shore for inspection and testing to the following schedule.

Type of hose Initial test interval

Floating 1 – 3 Years

Submarine 1 – 3 Years

Tanker Rail 6 Months to 1 Year

First off the Buoy 6 Months to 1 Year

In accordance with OCIMF guidelines, the following hose areas should be inspected on shore:

• Hose covers to be cleaned and checked for damage. Where damage has occurred, the extent should be determined and, if minor, repaired. If damage is extensive, hoses should be retired.

• Hoses to be checked for distortions, bulges or longitudinal ridges indicating a damaged carcass. If apparent, damaged areas should be marked and examined under pressure. Hoses with leaking tubes or ruptured reinforcements should be retired.

• All hose fittings should be cleaned and checked for damage and corrosion.

• A visual inspection of the interior hose liner should be made for damage or distortion.

In accordance with the current OCIMF guidelines, the following hose tests should be undertaken on shore:

• Hydrostatic test.

• Electrical Continuity test.

• Vacuum test.

These tests are to be undertaken in accordance with the test procedures outlined in the OCIMF “Guidelines for the Handling, Storage, Inspection and Testing of Hoses in the Field, Second Edition, 1995”. Operator should also refer to the hose manufacturer’s instruction for the maintenance and inspection recommendations for hoses. References are made to MRB. All arrangements and activities necessary for testing hoses On-shore and Off-shore shall be contractor’s responsibility. New hoses/bolts/nuts/gaskets/FADs are in the scope of owner and all other materials required for testing are in the scope of contractor.

• Testing of Retired Hoses

Destruction testing of retired hoses should be given consideration. These tests, either pressure bursting or sectioning will assist in determining hose service life and the required frequency of onshore testing or replacement. Double carcass hoses may be burst to test the

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 92: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

92

effectiveness of the secondary carcass containment and the effectiveness of the primary carcass leak detection system. Retirement decisions are often subjective. Experienced inspection personnel, good record keeping and selective hose burst testing will help in the making decision process.

• Excessive cover and or flotation damage.

• Excessive fitting corrosion.

• Exposed helical wire.

• Fluid leaking from cover/fitting interface.

• Permanent bore deformation e.g. kink, blister or bulges.

• Excessive elongation during pressure test.

• Lining collapse, blister or fluid drawback at fitting nipple end during vacuum test.

• Activated secondary carcass of double carcass hose.

Contractor shall have necessary tools and tackles to conduct burst test. Space will be provided by Owner for conducting the test. Disposal Dispose of hose in a land fill site or as advised by the local waste authority.

WARNING

Do NOT burn flexible hoses!

• Breakaway Coupling The coupling requires periodical maintenance or special inspections when installed in the hose string. Parting gap shall be measured at regular intervals. The unit should, however, be serviced when the hose string is renewed or brought on shore for testing. A full strip-down inspection is recommended after 36 months of service. Following the 36 months inspection/service, the following refurbishment actions are recommended.

• Cleaning

• Re-sealing

• Re-test valve assembly

• Re-set device

• Re-pressure test

• Re-paint assembly

Resetting the coupling after a hose parting or service may be undertaken without specialist tools. Hydro testing procedures and closure test procedures are provided in the manufacturer’s instructions. Procedures for full refurbishment of the coupling are provided in the manufacturer’s spare parts kit. For details of this specific safety equipment, notice to the supplier’s recommendations which are provided in the MRB. Refurbishing of MBC will be done by Owner Maintenance. Contractor shall handover the old MBC at the location specified by Owner and shall take the new MBC from ware house.

• Anchoring System Once a year, a visual inspection shall be made of the anchoring system. Special attention shall be paid to the first two chain shackle links beyond the chain stoppers. To monitor the material wear on these shackles, shackle measures are to be taken when:

• Installation is completed, and

• Once every year. The monitoring of the wear of the chains may give the operator of the SPM buoy facility some indication on the mooring condition. Measurements are to be recorded and kept for reference purpose. Figure given below shows the location where to measure. Every year, condition of one or two anchor chains at touch down portion of sea bed shall be thoroughly checked by the diver.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 93: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

93

Figure: Chain Shackle wear monitoring

Year Installation 2007 2008 2009 2010 2011 2012 2013 2014

Position A

Position B

A check shall be made on the chain tension. The correct chain tensions are obtained when the inclination of the chain from the horizontal, measured immediately below the chain hawse pipe, is within the designed tolerance of +1

o/-2

o. The chain angle itself is dependent on the

actual water depth; see in Operation and Maintenance manual of M/s BES, discipline ‘L’. The contractor shall provide and maintain the chain angle measuring equipment and use the same only after verification by the Engineer in charge. The position (precise location) of the SPM should be confirmed every year and after a severe, heavy storm.

• Re-Tensioning of Mooring Lines

Re-tensioning of the mooring lines requires special attention and a procedure to execute in the field. To make sure that the buoy body is not turning during this operation the turret

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 94: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

94

locking device must be in-place. Normally this operation involves air divers and the support of a service vessel, however BES, shall be notified in advance prior starting such an operation.

Figure: Mooring Leg Pre-tensioning Angle

SPM Buoy Mooring Equipment

• Mooring Uni-joint References are made to drawing No.M-DR-3513 Operation and Maintenance manual of M/s BES. Mooring unijoint shall be lubricated through the grease nipples with BP Energrease LS-EP-2. Check the condition of the wooden protection positioned underneath the mooring uni-joint. Replace if required.

• Mooring Hawser The soft mooring components are supplied in accordance with OCIMF standards.After each mooring the chafing chain shall be inspected, and replaced when a chain link is worn by more than 10%. The maintenance and inspection instructions shall be as per supplier’s recommendations. Contractor shall regularly check the condition of mooring hawser and floats and shall report to the Owner. Contractor shall replace the mooring hawser/ floats based on the advice from Owner Cathodic Protection Cathodic protection for the SPM system is achieved by sacrificial anodes, which must be checked at regular intervals. Marine growth shall be removed and the anode thoroughly cleaned. Anodes shall be replaced when showing more than 95% degradation. The SPM buoy anodes and PLEM anodes are designed for a 30 years lifetime. Monthly electrical potential readings shall be taken between the steel and a saturated Ag/Ag-Cl reference electrode. The measurement indicates the protection of the steel by the sacrificial

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 95: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

95

anodes. The contractor shall provide and maintain the CP reading meters and use the same only after verification by Engineer in Charge. Reading interpretation of steel potential in sea water:

0 0.65V Active corrosion

0.65 0.78V Partial Cathodic Protection

0.78 1.00 V Complete Cathodic Protection

1.00 1.50 V Over Protection

Measurement procedures shall be undertaken according to the guidelines provided by the manufacturer of the corrosion indicator unit. In the event of partial cathodic protection BES should be contacted.

PLEM Valves (Hydraulically Operated)

• General The PLEM shall be inspected by divers and/or ROV. The following tasks should be undertaken during the six monthly inspections:

• Check PLEM piping, piping supports, and PLEM structure for mechanical damage.

• Check attachment of the PLEM to the top and bottom frame. Ensure that the PLEM is secured and that no distortion of the ballast block attachments has occurred.

• Check product piping flanges and hydraulic umbilical couplings for evidence of leakage.

• Where appropriate, check instrument mounting and connections. Remove any marine growth that may impede the function and operation of instruments.

• Check PLEM submarine hose string connections. S-Spool piece shall be inspected every year. Contractor shall take CP reading of S-spool piece flange and 48” offshore pipeline flange every six month and shall report to the Owner.

• Valves

The hydraulically operated PLEM ball valves shall be function tested once every month either through HPU or using nitrogen. During the testing, the opening and closing times of the valves shall be recorded to monitor the condition of the valves and actuators. The valves are fitted with self lubricating bearings and require no additional lubricants. Maintenance of the sub sea hydraulic actuators is limited to checking the hydraulic hoses and connections for leakage and damage. Portable Nitrogen cylinder used for operating the PLEM valves will be provided by Owner.

Hydraulic System and PLEM Umbilical

• Hydraulic System The Hydraulic Power Unit (HPU) provides power from the buoy body to actuate the PLEM valves through an umbilical hose. Normal working pressure: 150 – 200 bar (g.) The HPU and the complete system shall be checked for leakages and the hydraulic fluid level shall be checked with the level gauge as per check list. On a Two Weekly Basis

• Check all hoses and connectors for leakage

• Check oil level in the hydraulic fluid reservoir.

• Check accumulators for leakage.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 96: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

96

On a Monthly Basis

• Check the quick connectors for leaks.

• Check hydraulic fluid level. On a Three Monthly Basis

• Check accumulator bladders for leaks. Check re-test dates.

• Check integrity of filter housing.

• Function test hydraulic hand pump.

• Inspect protective coatings and paints.

• Function test hydraulic regulators, and ensure to leakage

• Check valves for leaks and ensure normal operation.

On a three monthly basis, each valve shall be operated through a complete cycle (close – open – close). (Valve calculated closing times = 20-40 seconds). Additionally, on a three monthly basis, check/recharge the accumulator as required after operating the valves. This will require an air supply from and attendant service vessel to power the pump. On a Six Monthly Basis

• Check electrical cables and connections.

• Inspect check valves for good operation.

• Check the integrity of enclosure and control box door seals.

• Clean breather fitter element.

• Inspect skid mounts for damage or corrosion.

• Check relief valves for leakage.

• Sample/analyze hydraulic fluid. Change as required.

• Check flow control valves for leaks. Check settings.

• Check vent caps.

On a Yearly Basis

• Replace filter elements.

• Clean/replace hydraulic fluid.

• Check/re-calibrate pressure gauges.

• Check relief valve and flow valve set points.

Records of tests should be maintained for future comparison and reference.

• Umbilical The umbilical contains the hydraulic hoses that permit control/actuation of the PLEM valves. The umbilical is a maintenance free item, with a design life of 25 years. Checks of the connectors and clamps should however be inspected on a regular basis. Umbilical shall be visually inspected along with inspection of subsea hose.

• Umbilical Removal During submarine hose maintenance periods, the hose strings may be changed out and tested onshore. The umbilical shall be disconnected from the buoy and SUTU. This has to be secured safely on the deck of the Maint.vessel without exceeding the bending radius. When on the surface, the umbilical shall be inspected for damage and re-clamped to the replacement submarine hose string for installation and re-connection under the buoy. Any repairs on the umbilical shall be carried out by contractor with all required equipment/tools/utilities and cost of the repair work is in the scope of contractor. Further details of the change out procedure are provided in O&M manual of SPM

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 97: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

97

4.5 COMPLIANCE OF CODES AND STANDARDS

All services mentioned under scope of work shall be done as per all applicable standards of API/ DNV/

OISD/ ASME. Details of some of the standards are given below:-

REFERENCE CODES, STANDARDS AND SPECIFICATIONS

DNV Rules for Submarine Pipeline Systems-1996

ANSI B31.4 Liquid Petroleum Transportation Piping System

API 1104 Standard for Welding Pipelines and Related Facilities

API RP 1111 Recommended Practice for Design, Construction, Operation and Maintenance of

Offshore Hydrocarbon Pipelines.

AWS 5 11 E American Welding Society Standard

ASME Boiler And Pressure Vessel Section IX Code

SIS-055 900 Swedish Standard Pictorial Surface Preparation Standards

For Painting Steel Surfaces

OCIMF Guide to Purchasing, Manufacturing and Testing Of Loading And Discharge Hoses

For Offshore Moorings Fourth Edition 1991

OCIMF Recommendations for Equipment deployed In the Mooring of Ships at Single Point

Mooring Third Edition 1993

OCIMF Guide on Marine Terminal Fire Protection and Emergency Evacuation First Edition-

1987

OCIMF Recommendations for Oil Tankers Manifolds & Associated Equipment Forth

Edition-1991

OCIMF Guide to Purchasing Hawsers First Edition-1987

OCIMF Single Point Mooring Maintenance and Operation Guide. January-1985

OCIMF/ICS/ International Safety Guide for Oil Tankers & Terminals Edition-1991

INTERNATIONAL

ASSOCIATION

OF PORTS &

HARBOURS

OCIMF SPM Hose Ancillary Equipment Guide Third Edition-1987

OCIMF Anchoring Systems and Procedure for Large Tankers

First Edition-1982

OCIMF Prevention of Oil Spillages through Cargo Pump room &

Sea Valves second Edition-1991

OISD-STD-113 Classification of Area for Electrical Installation At

Hydrocarbon and Handling Facilities-1996

OISD-STD-116 Fire Protection Facilities for Petroleum Refineries And

Oil/Gas Processing Plants-1991

OISD-STD-135 Inspection of Loading & Unloading Hoses for Petroleum

Products-1996

OISD-STD-139 Inspection of Pipelines- Offshore-1990

OISD-STD-140 Inspection of Jetty Pipelines

OISD-STD-141 Design and Construction Requirements For Cross

Country Hydrocarbon Pipelines-1990

OISD-STD-142 Inspection of Fire Fighting Equipments and Systems-1996

OISD-STD-153 Maintenance & Inspection of Safety Instrument In

Hydrocarbon Industry-1993

OISD-STD-155 Personnel Protective Equipment-1995

Part-I Non-Respiratory Equipment

Part-II Respiratory Equipment

OISD-GDN-156 Fire Protection Facilities for Port Oil Terminals-1992

OISD-STD-176 Safety Training for Offshore Personnel-1996

*******************

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 98: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

98

Exhibit – ‘C’

MAINTENANCE VESSEL DETAILS

REQUIREMENT

The Maintenance Vessel used for Maintenance shall be in fit for purpose condition and shall possess the

following valid documents (As per applicability)

(i) Certificate of Registry.

(ii) Certificate of class.

(iii) International Load Line certificates.

(iv) Cargo ship safety equipment certificate.

(v) Record of safety equipment.

(vi) International Oil Pollution prevention certificate.

(vii) Ship station licence.

(viii) Cargo ship safety Radio certificate.

(ix) General or specified period licence.

(x) Vessel should be meeting all statutory regulations that may come about from time to time

(xi) For meeting the maintenance vessel requirement based on DG shipping circular of 2008, bidders

can choose any one of the 3 options.

• Bidders can quote a SPS vessel. (SPS compliant vessel should possess Special purpose ship safety

certificate)

• Bidders can quote a non SPS maintenance vessel by producing exemption letter from DG

shipping in line with their circular of year 2008

• Bidders can quote a non SPS vessel by spreading the SPM O&M personnel’s among the

Maintenance & Support vessels in such a way that at no point of time there is more than 12

personnel on board Maintenance vessel.

The maintenance vessel shall have the approval for the requirement of MMD/DG shipping regulations. In case of

offering of any foreign flag vessels the tenderer has to confirm in writing that all necessary action shall be taken

up by them in terms of the DG shipping guide lines for changing to Indian Flag prior to mobilization so that

smooth implementation of the terms & conditions of this tender can take place. Maintenance Vessel should have

the twin-screw steel hull capable of performing duties mentioned in the scope of work. The tendered should

furnish the following particulars for the Maintenance Vessel they intend to use for this job. The minimum

required values for the same have been indicated:-

i. LOA : Minimum 50 Meters

ii. Breadth : Minimum 12 Meters

iii. BHP : Minimum 3500 H.P. with two engines

iv. Speed : minimum 10 knots

v. Bow thruster : 300 -350 H.P. (Other than propelling engines BHP)

vi. Endurance Fuel : Minimum for 600 nautical miles

vii. Clear deck space for maintenance : Minimum 300 sq. meters

viii. “A” Frame /Telescoopic crane : 40 T with required lifting tackles

ix. Towing winch : Minimum 35 T

x. Tugger winches : 1 electric > 7 Tons and 1 hydraulic > 5 Tons

xi. Crane : 10 T (apprx)

Maintenance vessel should have fog lights facility for operations in foggy weather. Vessel should have four point

mooring system. It should have deck space for equipments enlisted elsewhere in the tender which the Contractor

has to equip.

The following oil spill containment equipments of Owner also to be accommodated & secured on Maintenance

vessel:

1. Three reels of booms (Each boom reel size is 259X188X213 Cms and weight is 2500 Kg)

2. Air Blower with control stand, Power Pack & Towing Set

The vessel shall have any other equipment not mentioned here but felt necessary by the Contractor to carryout all

the jobs described in the scope of work in a professional manner. Diving equipment should confirm to the

latest British Commercial Diving Rules/any other international standards like, IMCA to undertake diving

and maintenance jobs of the SPM system. The vessel should have communication system and 2 VHF sets

with spare batteries, navigational aids and safety equipment as per the latest MMD requirements. The vessel

should be equipped with AIS and DATS system for communication. The open deck space of the vessel

should be sufficient to carry out the maintenance work of under-buoy hose string of 20” dia. consisting of

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 99: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

99

three hose length, 120 ft. Vessel should have efficient fire fighting system, and oil spill dispersant spray

equipment for crude oil spillage. All consumables such as foam, chemicals, or fuel etc.; required for the fire

fighting system and oil spill dispersant spray as decided by Engineer-in-Charge shall be provided by the

Contractor. There should be also provision on vessel to check the fire fighting facilities. The periodic testing

of the same shall be carried out by contractor from time to time as per the instructions of Engineer-in-

Charge. All the spares/deck tools/rigging tools of SPM shall be maintained in a separate container. The

Vessel should have 2 nos. powerful gyroscopic Search light, capable of covering 360 degree rotation to spot

any leak, abnormality etc during / after discharge operation etc.

Note: Bidder shall submit the relevant documents pertaining to Maintenance vessel duly certified by Third

Party Inspectors like Lloyds, IRS, and ABS etc along with the technical bid.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 100: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

100

Exhibit – ‘D’

SUPPORT VESSEL DETAILS

REQUIREMENT:-

The support Boat used for SPM maintenance should be in fit for purpose condition and should be classified as

per M/s Lloyds, ABS surveyors, Bureau of veritas or Indian register of shipping. It should also have approval for

the requirement of MMD/DG shipping regulations. Vessel should be meeting all statutory regulations that may

come about from time to time.

This vessel is expected to be involved with tanker operation for shifting of hose connection crew with tool box &

Portable Telemetry Unit to tanker, keeping the floating hoses away from the approach of tanker, towing the hoses

to ship manifold after mooring the tanker at SPM, transfer of men/material/ from shore to SPM & from SPM to

shore. This vessel will also be used to approach SPM for inspection/maintenance requirements. This vessel

should have rope guard around its propeller. High mast/super structure on this vessel should be avoided for

safety reasons. Adequate fenders shall be provided. This vessel should have at least two strong bollards at

forward for securing the floating hoses end and towing the same to ship manifold and passing the same to ship

Derrick. During the tanker discharge operation, this vessel should keep a close watch on the SPM system for any

kind of abnormalities. Forward anchor position of the vessel shall be at least 2 M above water. This vessel also

will be used for conducting the oil spill mock drills, use of dispersants in case of oil spill, assisting tanker

mooring operation in case of requirement, etc..,. Shallow diving may be required from the support vessel for

which all the required equipment shall be available on this vessel.

In case of offering of any foreign flag vessels the tenderer has to confirm in writing that all necessary action shall

be taken up by them in terms of the DG shipping guide lines for changing to Indian Flag prior to mobilization so

that smooth implementation of the terms & conditions of this tender can take place.

Vessel should have double screw steel hull capable of performing the duties as indicated above and also as

mentioned in the scope of work. The minimum requirements are as follows:-

LOA : Minimum 20 M

Year of Built : Year 2004 & after

Breadth/Beam : Minimum 4.5 M

Depth : 3 M approximate

Draft : Min 2 M

BHP : Min 800 H.P. with Two engines

Operating speed : minimum 10 Knots

Free deck space : 20 M2

The support Boat should have fog lights facility for operation in foggy weather. The Boat should have sufficient

space for keeping the vessel crew round the clock. The Boat should have suitable communication system & 2

VHF sets with spare batteries, Navigational aids and safety equipments. 'The vessel should have system for

communication that meets statutory regulations. The support boat should have suitable fire fighting system. All

consumables such chemicals or fuel etc. required for the fire fighting system as per the instruction of EIC shall

be provided by the contractor. Vessel must have facility to quickly launch inflatable for divers. The vessel shall

be able to operate in open sea in unfriendly weather environment. The Deck space should be large enough to

carry small SPM accessories/spares like floating Jackets, mooring ropes, shackles, chaffing chains, fenders,

floats for subsea hoses, pick-up buoys, etc. The Vessel should have 2 nos. powerful gyroscopic Search light,

capable of covering 360 degree rotation to spot any leak, abnormality etc during / after discharge operation etc.

Contract security person (deployed by OWNER) or 2 CISF personnel shall be accommodated on board this

vessel for watch keeping purpose. The vessel shall have any other equipment not mentioned here but felt

necessary by the Contractor to carry out all the jobs described in the scope of work in a professional manner”

Note: Bidder shall submit the relevant documents pertaining to Support vessel duly certified by Third

Party Inspectors like Lloyds, IRS, ABS etc along with the technical bid.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 101: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

101

Exhibit E

Personnel for SPM Operation & Maintenance

1. Crew for the vessels as per the requirements of manning laid down by the Government of country of

Registry and/or as per merchant shipping act and or as per Directorate General of Shipping’s prescribed

norms whichever is applicable.

2. The minimum indicative manpower to be deployed towards Tanker discharge operation & SPM

Maintenance & Inspection Crew shall be as follows: -

Sl.No. Description Min. Required

1 Contract Supervisor. Please see Note-1 1 No

2 Diving Team Supervisor. Please see Note-2 1 No.

3 Head Diver. Please see Note-3 2 No.

4 Divers with mechanical skills. Please see Note-3 5 Nos.

5 Qualified Riggers with min. 2 years experience in SPM operation &

maintenance.

4 Nos.

6 Technician – Mechanical/fitter with Min 2 years experience in SPM

operation & maintenance including winch operation, maintenance &

preservation.

2 Nos.

7 Technician – Instrumentation experience of Min. 2 years experience in

SPM maintenance. Please see Note-4.

1 No.

8 Licensed Electrician with Min. 2 years experience in SPM maintenance

with tool kit. Please see Note-5.

1 No.

Note-1: Contract Supervisor has the single point responsibility of SPM operation, Inspection and Maintenance

activities. Experience certificate from the Client shall be submitted

Note-2: Diving Team Supervisor shall have minimum 5 years experience in SPM operation, Inspection and

Maintenance activities. Experience certificate from the Client shall be submitted

Note-3: The divers to be deployed shall have the following:

• Certificate of competence for diving/diving techniques up to a water depth of 50 M from diving

school or Indian Navy or any reputed diving organization (Mention the name (s) of the certifying

agency).

• Certificate of competence for carrying underwater inspection/ maint. jobs etc. from a reputed agency

like ABS/Lloyd/DNV/EIL etc. (Mention the name (s) of the certifying agency)

• All the divers shall have minimum 2 years experience in SPM operation and maintenance activities.

Experience certificate from the Client shall be submitted

• Divers with mechanical skills need to have adequate skills for efficiently change out flange

connections

Note-4: Instrumentation technician going to be deployed shall preferably meet the following:

• Capable of troubleshooting the Instrumentation system of Kochi SPM

• He shall be familiarize with VHF communication system, Navigational system, charging of Portable

Telemetry Unit, etc.

• He shall also be familiar with preventive maintenance of Radio telemetry unit, DGPS Position

monitoring equipments and Tanker berthing systems, Navigation aids (Fog Horn, Fog Detector,

Navigation lights etc), Hydraulic power units and internal solenoids and instruments, Mooring

hawser load monitoring system, Sub sea current speed and direction instruments, wind speed and

direction instruments, Product pressure, product temperature, ultrasonic flow transmitters, sub sea

48” line pressure transmitter, sub sea hydraulic valves, Swivel leak tank level switches, hydrocarbon

and flame detectors, Intruder alarm along with emergency breakdown maintenance.

• He shall be able to communicate the status of the system regularly to Engineer-in-Charge

Note-5: Electrician going to be deployed shall meet the following

• Valid license

• He shall have knowledge about the maintenance of Solar panels, Battery pack, Winker lights,

Hydraulic Pressure Unit (HPU) and lighting system.

Note-6: Hose connection/ disconnection/ monitoring crew on board tankers

• One diver, Two riggers and one Technician shall be deployed for hose connection/ disconnection,

tanker manifold & bow watch activities along with Contract Supervisor.

Note-7: Relevant copy of certificates should be enclosed along with the tender. The Contractor, prior to

mobilization at his cost, shall produce all the crew proposed to be deployed at Kochi for an interview

with Owner

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 102: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

102

EXHIBIT F

CHECKLIST 1

DAILY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I.OPERATION CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

1.

� Availability of Oil spill-combating Materials

/Equipments on-board Maintenance Vessel

o Boom reels

o Power Pack

o Blower

o Towing Set

o Dispersant

2. � Details of Tanker at SPM

II.INSPECTION CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

3 � Sea condition

Wind

Speed:

Wave

Height:

4 � Buoy Draft

5 � Floating Hose with attachments

6 � Rotating Assembly

7 � Mooring Assembly

8 � Cross Tie bars

9 � Buoy locked/unlocked

10 � Hatches Secured

11 � Chain Locker cover Secured/SPM stopper

moving freely

12 � Expansion Joint Leakages, if any

13 � Any flange Leak/Hose surface

damage/leakage

14 � Any other Abnormality

III.MAINTENANCE CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

15 � Navigational Light Operational

16 � Fog Horn Operational

17 � Radar Reflector

18 � Details of operational /

Maintenance jobs carried out

IV.POWER & UTILITIES (P&U) CHECKLIST

Item No. ACTIVITY STATUS REMARKS

19 � No. of Winker Lights operational

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 103: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

103

EXHIBIT F

CHECKLIST 2

WEEKLY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I.OPERATION CHECKLIST

Item. No. Date

Vessel Position Log (SPM/Jetty)

1

Maintenance Vessel Support Vessel

2

a)List of spares received from Owner

b)List of spares consumed

c)List of spares available at SPM

d)List of spares required

II.INSPECTION CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

3 � Buoy Body Rotating Freely

4 � Check gap between Main Bearing bolt head

cap and the buoy lock plate

5 Floating Hoses ***

i. � Steaming freely

ii. � Leakage

iii. � Flange Bolts

iv. � Butterfly valves/Ball valves

v. � Pick up buoy and lifting assembly

vi. � Cam lock coupling

6 Mooring Assembly

i. � Steaming freely

ii. � Anti- Chafe chains/ shackles/ pins/ thimbles/

Eye splices in proper condition

iii. � Floating jackets (mention no. of jackets in

position)

7 Buoy Body

i. � Physical damage noticed

ii. � Paint Damage/Corrosion

iii. � Fenders in position (mention no. of fenders in

position)

iv. � All bolts on piping securely tight.

v. � Expansion joints inspected and found okay

vi. � Presence of water in HPU compartments

8 Buoy Auxiliaries

i. � Fire Extinguishers expiry date

ii. � Life saving buoy in position

III.MAINTENANCE CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

9 Greasing

o Bearing � Main Bearing Date **Quantity

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 104: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

104

Assembly

� Product Swivel

Bearing

Date **Quantity

o Mooring assembly Uni-Joint

10 � Fender bolts tightened as required

11 � Cleaning of buoy body with fresh water

12 � Hydraulic unit operation checked

13 � Bilge pump in working condition

14 Winch

i

Check motor and brake for proper operation,

damage

ii Lubrication of the winch

iii Check Oil level

iv Lubrication of the wire rope

IV.P&U CHECKLIST

Item.

No. ACTIVITY STATUS REMARKS

15 Battery Cubical

i. � Visual Inspection

ii. � Output voltage in each rack(min.24 volts)

iii.

� Clean solar panels

iv. � Navigational lamp and aids (lens cleaned)

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 105: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

105

EXHIBIT F

CHECKLIST 3

MONTHLY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I.OPERATION CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

1 PLEM

i. � Verify PLEM valve operation by taking instruction from control room.

o RV-5000 (48” PLEM isolation valve

o RV-5001 (24” PLEM isolation valve on hose

without umbilical)

o RV-5002 (24” PLEM isolation valve on hose with

umbilical)

o RV-5003 (48” isolation valve for pig launcher)

o RV-5004 (24” By-Pass isolation valve for check

valve CH-2005)

ii. � PLEM valve operation (by PTU /Buoy Panel

/MTU)-Specify

II.INSPECTION CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

2 Deckhouse

i. � Check the two watertight doors for proper

functioning

3 Mooring Facilities

i. � Check hawser for any kind of damage. *

i. � Check hawser floating jackets Port Starboard

ii.

� Check for wear on tanker chafe chain. * Mention

extent of wear in mm. Also indicate date of

replacement if applicable

Port Starboard

iii. � Measure the clearance between the Uni-Joint Tri-

plate and the support base.

4 Piping

i. � J-Tube piping condition (Paint Damage/corrosion)

ii. � Check for leakage/flange bolt missing/ bolt

looseness.

� Check expansion joints.

5 Safety Equipment

i. � General conditions (two life saving buoys on

deckhouse)

ii. � Functional check on automatic flashing lights by

turning the light structure.

6 Fire Extinguishers

i. � Check general condition. Mention due date

7 Central Product Swivel

i. � Check operational condition of swivel

ii. � Ensure that leak recuperation tank is empty

8 Floating hose

i. � Visual inspection of floating hoses

ii. � Check overboard piping and flange connections

9 Configuration of Sub-sea Hose

i. � Inspection with video and Carry out sub sea hose

profile checking by arc method/plumb line method

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 106: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

106

and attach the readings with a graphical

representation of profile.

ii. � Check umbilical condition with respect to

hose/holding strap

iii. � Check condition of buoyancy floats on sub sea hose Inner string Outer string

iv. � Adjustment/Addition/Removal of bead floats for

improving configuration

Inner string Outer string

v. � FAD (Failure Alarm Device) status

Hose No: 1(with umbilical) Hose No: 2(without umbilical)

o 1st Hose

o 2nd

Hose

o 3rd

Hose

vi. � Inspect for checking any rubbing of anchor chains

with hose and take corrective action

vii. � Inspect hydraulic hose and its coupling for any

leakage and take corrective action

viii. � Fasteners on flange to be checked for proper

tightness with torque wrench

ix. � Anchor Chain angles Measurement (Current Month)

A1 A2 A3 A4 A5 A6

x. � Anchor Chain angles Measurement (Previous Month)

A1 A2 A3 A4 A5 A6

xi. � Observations of Unburied portion of sub-sea pipeline

III .MAINTENANCE CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

10 Deck House

i. � Check intruder alarm in communication with BPCL

Control room

ii. � Grease door hinges and dogs with BP Energrease

LS-EP-2

11 Navigational Aids

i. � Visual and functional inspection of navigation light

(Manual Checking)

ii. � Check correct function of foghorn (Manual

Checking)

iii.

� Check functioning of Radar reflector with

maintenance vessel/support vessel. Check the

antenna for damage

12 Mooring Facilities

i. � Lubricate Uni-joint & load pin with BP Energrease

LS-EP-2

13 Main Bearing

i. � Grease the main bearing with BP Energrease LS-EP-

2 (185 gram of grease per grease point/month)

ii. Grease Available Grease Consumed

Note: Total amount of grease is 4* 833 g/w is 3335 g total per month. Distributed over all greasing points.

Availability of grease to be mentioned on the date of this inspection and to be conveyed to control room without fail

14 Central Product Swivel

i. � Grease the swivel bearings with BP Energrease

LS-EP-2 (70 gram on each grease point)

15 Winch

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 107: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

107

i. � Visually check for preservation status

ii. � Prepare for long term preservation of winch (Refer

supplier recommendation)

iii. � Treat wire with Shell Malleus Fluid C or equivalent

iv. � Clean outside of product

v. � Check the tightening of bolts and nuts

vi. � Lubrication pinion and screw threads

vii. � Lubrication of bearings and pivot points

viii. � Gear oil changes and checks

16 Configuration of Sub-Sea Hose

i. � Adjustment/Addition /Removal of bead floats for

improving configuration

ii. Remove the marine growth by water jet /any other

suitable method

17 HPU

i. � Visual inspection of complete hydraulic system for

proper functioning

ii. � Check Nitrogen accumulator pressure

iii. � Check oil level in reservoir

iv. � Check for leakage of hydraulic fluid

18 Telemetry

i. � Check RTU panel indication and cross check the

same with Control Room (MTU)

ii.

� Condition of all equipments /tools mobilized as per

tender conditions.

List the equipments and state the status

(working/not working

Available /Not available)

iii. � Test Fog Horn and Navigation Lamp remote control

iv. � Clean ADCP mounting frame. Take care not to

damage ADCP cable.

v. � Check integrity of all enclosures.

vi. � Ensure that all external cables and glands/connectors

are intact

vii.

� Check the load cell channel for zero indication

with no hawser load and adjust line amp offsets to

re-zero if required

viii. � Deploy and observe the Tanker Portable

Equipment operation in vicinity of buoy

IV.P&U CHECKLIST

Item. No. ACTIVITY STATUS REMARKS

19 Electrical System

i. � Check battery voltage BAT-30 BAT-31 BAT-32

ii. � Check battery box (BAT-30,BAT-31,BAT-32)

enclosures for leakages

iii. � Visual checks of solar panels and clean with fresh

water.

iv. � Visual checks of slip ring and wring damage.

v. � Check SPM lighting.

20 Floating Hose

i. � Replace faulty winker lights.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 108: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

108

21 Cathodic Protection

i. � Check number of anodes on Buoy PLEM

ii. � Measure operational condition of anodes with

Ag/Ag-Cl reference cell and tabulate the potential

SPM Buoy PLEM Sub Sea Pipe line

Monthly inspection checklist also shall contain the individual floating hose visual inspection in

specified format, Fresh water washing

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 109: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

109

EXHIBIT F

CHECKLIST 4

QUARTERLY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I. INSPECTION CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

1 Buoy Hull

i. � Measure and record draft and trim. See note: 1

below.

ii. � General inspection above sea level

iii. � General inspection below sea level

iv. � Sound buoy compartments for leakage

v. � Sound buoy compartments for leakage

vi. � Check sounding pipe O-ring seals

vii. � Check sounding plugs for tightness

viii. � Inspection of the fender system

ix. � Inspection of the coating system. Repair, if

necessary

Note 1: Actual draft measurement to be taken/recorded and used for future readings

2 Deckhouse

i. � Visual inspection

ii. � Inspection of the coating system /Repair ,if

necessary

3 Mooring Facilities

i. � Check hawser for any kind of damage

ii. � Check wooden buoy chafe chain

iii. � Check wears on buoy chafe chain.

iv. � Check wears on tanker chafe chain.

v. � Check mooring uni-joint for any kind of

damage

vi. � Lubricate Uni-joint with BP Energrease LS-EP-

2.

4 Main Bearing

i. � Visual inspection of seal

ii. � Grease the main bearing with BP Energrease

LS-EP-2 (185 grams grease each grease point)

5 Piping

i. � General inspection*

ii. � Check for leakage*

iii. � Check bolts for tightness**

Note: *Complete System **Random Check

6 Central Product Swivel

i. � Check liquid leakage at the flanges

ii. � Check for operational condition of swivel

7 Floating Hoses

i. � Check condition of floating hoses.

ii. � Check pick-up chains and fittings.

II.MAINTENANCE CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

8 Buoy Hull

i. � Check manhole cover seal and O-ring. See

manufacturer seal replacement instructions.

ii. � Inspection of the coating system. Repair, if

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 110: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

110

necessary.

9 Deckhouse

i. � Check sheaves and grease sheaves with BP

Energrease LS-EP-2

ii. � Ensure proper functioning of two water tight

doors

iii. � Grease door hinges and dogs with BP

Energrease LS-EP-2.

iv. � Clean deckhouse drains

v. � Check and clean ventilation louvers

vi. � Inspection of the coating system/ Repair, if

necessary

10 Navigational Aids

i. � Visual and functional inspection of navigation

light

ii. � Check correct function of foghorn

iii. � Radar reflector

11 Mooring Facilities

i. � Lubricate uni-joint with BP Energrease LS-EP-

2

12 Main Bearing

i. � Grease the main bearing with BP Energrease

LS-EP-2 (185 gram grease each grease point)

ii. � Obtain/analyze grease samples.

iii. � Measure axial clearance for future reference

o Axial clearance at 00

o Axial clearance at 1200

o Axial clearance at 3600

13 Buoy Valves

i. � Close and open the valves

ii. � Check valves for leakage

iii. � Check the bolts for tightness

iv. � Visual check for corrosion.

14 Central Product Swivel

i.

� Grease the swivel bearings with BP Energrease

LS-EP-2 (70 grams grease per each grease

point)

15 Winch

i. � Check condition of pull-in winch facility

ii. � Repair painting damage/corrosion spots if

required

iii.

� Treat the wire with Shell Malleus Fluid C or

equivalent.

iv. � Check the warning signs for presence and

visibility

v.

� Check the tightening of bolts and nuts

16 Lifting Beam

i. � Visually inspect and grease sheaves as required.

17 Sub marine Hoses

i. � Remove excessive marine growth .

18 HPU

i. � Check Nitrogen accumulator rack charge

pressure

ii. � Check for oil leaks at tubing fittings.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 111: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

111

III.P&U CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

19 Electrical System

i. � Check battery voltage. BAT-30 BAT-31 BAT-32

ii. � Check battery box enclosures for leakages.

iii. � Visual checks of solar panels.

iv. � Visual checks of navigation aids wiring.

v. � Visual checks of slip ring and wiring damage

vi. � Check SPM lighting

vii. � Check for properly closed control panels

20 Floating Hoses

i. � Check winker lights.

21 Cathodic Protection

i. � Check anode attachment.

� Remove marine growth.

� Measure operational condition of anodes with

Ag/Ag-Cl reference cell

� Partial Protection

� Full Protection

� Replace anode, if necessary.

III.OPERATION CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

22 Safety Equipment

i. � Life buoy and lights:

ii. � General condition (two life buoys on deck

house)

iii. � Functional check on automatic flashing lights

by turning the light structure

23 Fire Extinguishers

i. � Check general condition and due date.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 112: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

112

EXHIBIT F

CHECKLIST 5

HALF-YEARLY CHECK –LIST

Date: __________ Report No:

SPM/2012/______

I. OPERATION CHECKLIST

Item

No ACTIVITY OBSERVATIONS REMARKS

1. Buoy Valves

� Close and open the valves.

� Check valves for leakage.

2. PLEM

� Functioning test of the remote operated

PLEM valves

� RV – 5000

� RV – 5001

� RV – 5002

� RV – 5003(See Note)

� RV – 5004

Note: RV- 5003 shall not be operated without completion of the pigging provisions. Normally the valve is closed and is to be

operated for pigging of marine pipeline only

II.INSPECTION CHECKLIST

Item No ACTIVITY OBSERVATIONS REMARKS

3. Buoy Hull

� Measure and record draft and trim.

See Note 1 below.

� Inspection of the fender system

� Inspection of the coating system

4. Deckhouse

� Visual inspection.

5. Fire Extinguishers

� Check general conditions and due

date

6. Mooring Facilities

� Check wears on buoy chafe chain

(diameter has to be measured on

each link and to be tabulated)

� Check shackles on mooring line.

� Check wooden buoy-deck

protection.

� Check wears on tanker chafe chain.

� Check mooring uni-joint for any

kind of damage.

� Measure mooring hawser length Present month

Previous

month

7. Main Bearing

� Visual inspection of seal.

8. Buoy Valves

� Visual check for corrosion.

9. PLEM

� Visual inspection of PLEM by

divers and/or ROV

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 113: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

113

10. Floating Hoses

� General inspection of floating

hoses.

� Under take hydraulic test and carry

out the inspection of both the hoses

as per the check list supplied by the

hose manufacturer as per annexure

7B.7C

11. Sub marine Hoses

� Check hose configuration.

� Check general condition of

submarine hoses.

� Inspect flanges bolt connections.

12 Anchor Chains

� Clean marine growth on chain

stopper/chains

� Measure chain diameter and

compare with previous value

III.MAINTENANCE CHECKLIST

Item. no. ACTIVITY OBSERVATIONS REMARKS

13. Buoy Hull

� Check sounding pipe O-ring seals.

� Check sounding plugs for tightness.

� Inspection of the fender system

� Inspection of the coating system

� Check manhole covers (deck

plating).

� Clean marine growth on buoy

underside

� Sound buoy compartments for

leakage

14. Deckhouse

� Check sheaves and grease sheaves

with BP Energrease LS-EP-2

� Clean deck house drains

� Check and clean ventilation louvers

� Check the two watertight doors for

proper functioning

� Grease door hinges and dogs with

BP Energrease LS-EP-2.

15. Safety Equipment

� Life buoy and lights

• General conditions (two life saving

buoys on deckhouse)

• Functional check on automatic

flashing lights by turning the light

structure

16. Navigation Aids

� Visual and functional inspection of

navigation light

� Check correct function of foghorn.

� Condition of Radar reflector.

� Check the Navigation Lamp

spare bulbs and replace blown

ones

17. Mooring Facilities

� Lubricate uni-joint with BP

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 114: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

114

Energrease LS-EP-2

� Under water portion of mooring

assembly to be taken on board,

cleaned, greased, shackles tightened

and put back in position

18. Main Bearing

� Grease the main bearing with BP

Energrease LS-EP-2 (185 gram

grease each grease point)

19. Piping

� General inspection. *

� Check for leakage. *

� Check bolts for tightness. **

� Check overboard spool pieces for

tightness. *

Note. 1. * Complete system. 2. **: Random check

20. Buoy Valves

� Check the bolts for tightness

21. Central Product Swivel

� Grease the swivel bearings with BP

Energrease LS-EP-2 (70 gram grease

per each grease point)

� Check for leakage at the flanges and

check leak recuperation system

22. Winch

� Check condition of winch

preservation

� Treat the wire with Shell malleus

Fluid C or equivalent.

� Check Motor

� Check Shafts/Drum/Supports for the

damage or cracks

23. Lifting Beam

� Visually inspect and grease sheaves

as required.

24. HPU

� Watertight enclosure of cabinet

� Visual inspection for hydraulic

leakage

� H2O in hydraulic reservoir

� Hydraulic oil level in reservoir

� Pressure of nitrogen gas at PG - 5026

25.. PLEM

� Clean marine growth

IV.P&U CHECKLIST

Item. no ACTIVITY OBSERVATIONS REMARKS

26. Electrical System

� Check battery voltage

� Check battery box enclosures for

leakages

� Visual checks of solar panels

� Visual checks of slip ring and wiring

damage

� Check lighting fixtures for damage

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 115: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

115

and illumination by SW-061 and SW-

067

� Check inside of control panel and

closure

27. Floating Hoses

� Check winker lights.

� Check/recharge winker light batteries.

28. Cathodic Protection

� Check anode attachment.

� Remove marine growth.

� Measure operational condition of

anodes with Ag/Ag-Cl reference cell

• Partial Protection

• Full Protection

• Replace anode, if necessary.

� Measure CP value of Anode at

• Buoy

• PLEM

• Offshore pipeline

Signature: Signature:

Name: Name:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 116: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

116

EXHIBIT F

CHECKLIST 6

YEARLY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I. INSPECTION CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

1 Buoy Hull

x. � Measure draft/trim against post installation readings

xi. � Measure buoy’s positions, as built status

� (Northing, Easting and GPS Position)

xii. � General inspection above sea level

xiii. � General inspection below sea level

xiv. � If required for free rotation remove excess marine growth

xv.

� General internal inspection of the compartments for

corrosion and damage.

� Depressurize first! (See procedure)

xvi. � Check / inspect manhole covers (deck plating) for

damage

xvii. � Inspection of the fender system

xviii. � Inspection of the coating system / Repair ,if required

xix. � Check manhole cover for proper sealing. (Soap test)

xx. � Inside the buoy body in way of overboard piping ,check

for paint damage/fatigue cracks

2 Deckhouse

iii. � Visual inspection

iv. � Inspection of the coating system /Repair ,if necessary

3 Mooring Facilities

vii. � Check wears on buoy chafe chain.

viii. � Check shackles on mooring line.

ix. � Check wooden buoy-deck protection.

x. � Check hawser for any kind of damage

xi. � Check wears on tanker chafe chain

xii. � Check mooring uni-joint for any kind of damage

4 Main Bearing

iii. � Visual inspection of seal

iv. � Rotation checks of buoy hull, listen for any noise in the

bearing

5 Piping

iv. � General inspection.

v. � Check for leakage.

vi. � Check bolts for tightness.

vii. � Spot gauging of pipe wall thickness for loss of material

due to internal corrosion

6 Safety Equipment

iv. � Life buoy and lights:

v. � General condition (two life buoys on deck house)

vi. � Functional check on automatic flashing lights by turning

the light structure

7 Fire Extinguishers

ii. � Check general condition and due date.

8 Central Product Swivel

iii. � Check liquid level in leakage at the flanges

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 117: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

117

iv. � Check for tension of swivel bearing bolts.

9 Floating Hoses

iii. � Check condition of floating hoses.

iv. � Check pick-up chains and fittings.

10 Sub marine Hoses.

i. � Take the hose configuration readings and plot the same

in graph paper in the lines of hose installed condition

ii.

� Inspect general condition of submarine hoses. Check the

condition of FAD’s &

� Check the condition of floats

iii. � Inspect flange bolt connection.

iv.

� Take underwater video inspection for

external damage, leakage and missing

flange bolts including umbilical

v. � Carryout Hydrostatic testing of submarine

hoses and inspection.

11 Chain Tension and Wear.

i. � Measure water depth. Chain angle and

buoy position relative to the PLEM

ii. � Water Depth

o Chain 1

o Chain 2

o Chain 3

o Chain 4

o Chain 5

o Chain 6

iii. � Buoy position relative to PLEM position.

iv. � Chain angle adjustment required?

v. � Check for any obstructive marine growth

between the turret and center well.

vi. � Measure mooring chain shackles as

indicated in Chain Wear Measurement.

vii. � Obtain ROV/divers video of mooring and

anchoring system.

12 Chain Stoppers.

i. � Check the chain stoppers for excessive

marine growth at the rotation parts.

ii.

� Gauge the chain links thickness

immediately under the Chain stoppers for

excessive wear after taking 200 links on-

board of maintenance vessel.

13 PLEM

i. � Check for leakage at flange connections.

ii. � Check for seabed scouring around the

PLEM boundary.

iii. � PLEM piping thickness (Sub-sea pipeline

inspection)

14 Flexible Joint

i. � Visual Inspection

ii. � Internal Inspection

II.MAINTENANCE CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

15 Buoy Hull

iii.

� Replace manhole cover seal and O-ring.

See manufacturer seal replacement

instructions.

iv. � Inspection of the coating system. Repair, if

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 118: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

118

necessary.

v. � Replace trim ballast seal (if required).

16 Deckhouse

vii. � Check sheaves and grease sheaves with BP

Energrease LS-EP-2

viii. � Ensure proper functioning of two water

tight doors

ix. � Grease door hinges and dogs with BP

Energrease LS-EP-2.

x. � Clean deckhouse drains

xi. � Check and clean ventilation louvers

xii. � Spray seals with silicon to prevent dry-out

or cracking

xiii. � Check if all spare parts are present,

replenish, missing parts.

xiv. � Inspection of the coating system/ Repair, if

necessary

17 Navigational Aids

iv. � Visual and functional inspection of

navigation light

v. � Check correct function of foghorn

vi. � Radar reflector

18 Mooring Facilities

ii. � Lubricate uni-joint with BP Energrease

LS-EP-2

19 Main Bearing

iv.

� Grease the main bearing with BP

Energrease LS-EP-2 (185 gram grease

each grease point)

v. � Check tension of stud bolts.

vi. � Obtain/analyze grease samples.

vii. � Measure axial clearance for future

reference

o Axial clearance at 00

o Axial clearance at 1200

o Axial clearance at 3600

20 Buoy Valves

v. � Close and open the valves

vi. � Check valves for leakage

vii. � Check the bolts for tightness

viii. � Visual check for corrosion.

21 Central Product Swivel

ii.

� Grease the swivel bearings with BP

Energrease LS-EP-2 (70 grams grease per

each grease point)

22 Winch

vi. � Check condition of pull-in winch facility

vii. � Repair painting damage/corrosion spots if

required

viii. � Treat the wire with Shell Malleus Fluid C

or equivalent.

23 Lifting Beam

ii. � Visually inspect and grease sheaves as

required.

24 Sub marine Hoses

ii. � Remove excessive marine growth if

necessary.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 119: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

119

25 Chain Tension and Wear

i. � Chain angle adjustment executed?

26 Flexible joint

i. � If necessary, fit new joint

ii. � Check flange bolt torques

27 HPU

iii. � Check Nitrogen accumulator rack charge

pressure

iv. � Check for oil leaks at tubing fittings.

Collect the hydraulic oil sample

28 Umbilical

i. � Check for hydraulic leakage inside

interface panel Z-075

ii. � Under water inspection

III.P&U CHECKLIST

Sl.No. ACTIVITY STATUS REMARKS

29 Electrical System

viii. � Check battery voltage. BAT-30 BAT-31 BAT-32

ix. � Check battery box enclosures for leakages.

x. � Visual checks of solar panels.

xi. � Visual checks of navigation aids wiring.

xii. � Check lighting fixtures for damage and

illumination by SW-061 & SW-067

xiii. � Visual checks of slip ring and wiring

damage

xiv. � Check SPM lighting

xv. � Check for properly closed control panels

xvi. � Check for cable damage at MCT’s.

30 Floating Hoses

ii. � Check winker lights.

iii. � Check/recharge winker lights batteries.

31 Cathodic Protection

ii. � General check for anodic condition.

iii. � Count no .of Anodes under the buoy and

also on PLEM

iv. � Remove marine growth.

v.

� Measure operational condition of anodes

at Buoy and also at PLEM with Ag/AgCl

reference cell.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 120: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

120

EXHIBIT F

CHECKLIST 7

FIVE YEARLY CHECK –LIST

Date: __________ Report No: SPM/2012/______

I. INSPECTION CHECKLIST

S.No ACTIVITY STATUS REMARKS

1 Floating Hoses

� Periodic rotation around its longitudinal axis.

� Visual inspection of floating hoses.

CALM System

� Check for presence of mooring legs

� Check for abrasion at the chain links at the

Chain stopper guide and first link below the

Guide pipe. Reference is made to Section

6.15 of the O&MM.

� Check for seabed debri and make report.

Chain Stopper

� Verify chain stopper angles.

� Measure seawater depth (design MSL

30.6m)

o Chain 1(North direction)

o Chain 2.

o Chain 3.

o Chain 3.

o Chain 5.

o Chain 6.

� Check for excessive marine growth between

the turret and center well & Obtain diver

report.

II.MAINTENANCE CHECKLIST

S.No ACTIVITY STATUS REMARKS

Winch Facility

� Check condition of pull-in winch facility.

� Repair painting damage/corrosion spots if

required.

Floating Hoses

� Check all flange connections for missing

bolts and leakage

III.P&U CHECKLIST

S.No ACTIVITY STATUS REMARKS

� Cathodic Protection

� General check for anode conditions

� Measure operational condition of anodes

with Ag/AgCL reference cell.

� Partial protection

� Complete protection

� Replace anode (s), if required

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 121: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

121

EXHIBIT F

CHECKLIST 8

PRE-BERTHING CHECKLIST

Report No.SPM/2012/_______

Tanker Name: Date:

Actual Status Time Checked By (Name)

1. SPM Offshore Terminal

� Check for oil spillage on the seawater surface

at the surroundings area and nearby SPM

offloading terminal

2. Floating hoses

� Ensure that rail hoses are accessible for pick

up by support vessel

� Ensure floating hose is free from fishing net

� Ensure that floating hoses are free floating and

moved away from area of berthing of the

approaching tanker

3. Mooring Hawser

� Ensure that mooring hawsers are accessible for

pick up by support vessel and prepare for safe

transfer to the approaching tanker

� Ensure that pick-up arrangement, chafe chain

and messenger ropes are all present for

transfer to tanker bow.

4.Electrical/Navigation

� Record battery voltage from buoy panel

� PTU battery charging done

5.Crude oil pipeline

� Check for leakage from product swivel,

expansion joint and other components.

� Check product swivel bearing for free rotation.

� Check for proper house keeping inside deck

house(remove unwanted/unsafe equipments)

� Level in the leak recuperation vessel before

discharge

6. Buoy Body and Turret

� Check and record the clearance between turret

locking plate and main bearing bolt head caps

� Turret Locked / un-locked

� Record valve positions of manual operated

valves

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 122: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

122

o BU-1001(24” Buoy inlet isolation valve

on inner) string)

o BU-1002(24” Buoy inlet isolation valve

on outer) string)

o BU-1003(24” Isolation valve on outer

string)

o BU-1004(24” Isolation valve on inner

string)

o BU-1005(12” inter connection valve on

Buoy inlet)

o BU-1006(12” inter connection valve on

Buoy outlet)

� Record valve position of PLEM valves

o RV-5000(48” PLEM isolation valve)

o RV-5001(24” PLEM isolation valve on

hose without umbilical)

o RV-5002(24” PLEM isolation valve on

hose with umbilical)

o RV-5003(48”Isolation valve for pig

launcher)

o RV-5004 (24”By-pass isolation valve for

check valve CH-2005)

� Record buoy trim 120 240 360

� Check and Record the availability & condition

of the following inside deck house

o Life Buoy

o Fire Extinguisher – Expiry date

o Flame Detector

o Gas Detector

7. Offloading tanker

� Check communication between B.O and

Control Room

� Ensure that rail hose rigging equipment is in

good condition and rigging tools are available

� Oil spill control equipment/Quantity available

• Maint. Vessel • Support vessel

8.Tools/spares availability in TOOL BOX Availability Quantity

o O-Rings

o Telemetry Unit (DGPS-2 No’s/tablet

PC/BHU/Battery charger)

o First Aid Box

o Hand Gloves

o VHF

o Turffur/Shackles/Connectors/Ropes/Span

ners

9.Special Instructions

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 123: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

123

• Both DGPS batteries to be charged

• All mooring Personnel shall wear PPEs and also shall carry personal Identity Cards

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 124: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

124

EXHIBIT F

CHECKLIST 9

POST DEPARTURE CHECKLIST

Report No: SPM/2012/

Tanker Name: Date:

Actual Status Time Checked by

1. SPM offshore terminal

� Check for oil spillage on the seawater surface at the

surrounding area of floating hose/sub sea hose and nearby

SPM offloading terminal.

2. Floating hose

� Check all flanges joints for missing bolts/external damage.

� Check condition of

o Snubbing Chain/Pick-up Chain

o Cam lock coupling

o Slip hook/senhose hook

o Other attachments

o Leak recuperation vessel level

3.Sub sea Hose

� Inspect both the sub sea hose(hose surface/flange joints)

� Check/ clear fishing net on sub sea hose/PLEM

� FAD(Failure Alarm Device) status

Hose No:1(with umbilical) Hose No:2(without umbilical)

o 1st Hose

o 2nd Hose

o 3rd Hose

4. Mooring Hawser ..

� Check for damage or excessive wear on the mooring hawser/

messenger rope/pick up rope/chafe chain/shackles

� Check/inspect for the clearance between Uni-joint tri-plate

and the support structural

� Attach pick-up marker buoy at the end of messenger rope

5. Electrical/Navigation

� Check electrical system.

� Check correct function of lights/navigation aids.

6. Crude oil pipeline

� Check for leakage from product swivel, expansion joint and

flanges on main product line.

� General Inspection visually inside deckhouse.

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 125: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

125

� Check product swivel bearing greasing/rubbing on the

bearing bolts

� Level in the leak recuperation vessel after disharge

7. Buoy Body and Turret

� Check for any water present in turret

� Record valve positions of manual operated valves

o BU-1001(24” Buoy inlet isolation valve on inner string)

o BU-1002(24” Buoy inlet isolation valve on outer) string)

o BU-1003(24” Isolation valve on outer string)

o BU-1004(24” Isolation valve on inner string)

o BU-1005(12” inter connection valve on Buoy inlet)

o BU-1006(12” inter connection valve on Buoy outlet)

� Record valve positions of PLEM valves

o RV-5000(48” PLEM isolation valve)

o RV-5001(24” PLEM isolation valve on hose without

umbilical)

o RV-5002(24” PLEM isolation valve on hose with

umbilical)

o RV-5003(48”Isolation valve for pig launcher)

o RV-5004(24”By-pass isolation valve for check valve CH-

2005)

� Verify with STF on completion of offloading operation.

� Check buoy trim 120 240 360

Signature: Signature:

Name: Name:

Designation: Designation:

To: Bharat Petroleum Corporation Ltd-Kochi Refinery

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 126: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

126

EXHIBIT F

CHECKLIST 10

IMMEDIATLEY AFTER HEAVY, SEVERE STORMS

-INSPECTION REPORT

Date: ____________

Sl.No Description Required

Status

Actual

Status Date Signature

1 Buoy Hull

� Measure draft and trim 2.1m

� Measure buoy positions, as built status (Northing,

Easting) OK Y/N

� General inspection above sea level OK Y/N

� General inspection below sea level OK Y/N

� General internal inspection of the compartments for

corrosion and damage OK Y/N

� Inspection of the fender system OK Y/N

� Inspection of the coating system. Repair, if

necessary OK Y/N

� Check manhole covers and trim ballast containers

for proper sealing. Open Only two compartments

maximum at one time

OK Y/N

2 Deck house

� Visual inspection OK Y/N

� Check sheaves. OK Y/N

� Check the two watertight doors for proper

functioning OK Y/N

� Clean deckhouse drains OK Y/N

� Inspection of the coating system. Repair. If

necessary Done Y/N

3 Navigation Aids

� Visual and functional inspection of navigation light Done Y/N

� Check correct function of foghorn Done Y/N

� Radar reflector OK Y/N

4 Mooring facilities

� Check hawser for any kind of damage OK Y/N

� Check mooring uni-joint. OK Y/N

� Check tanker-end ancillary/pick-up. OK Y/N

5 � General Inspection OK Y/N Piping

6 Buoy Valves

� Close and open the valves Done Y/N

7 Safety equipment

� Life buoy and lights:

• General condition (two life saving buoys

on deckhouse)

OK Y/N

� Functional check on winker lights. OK Y/N

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 127: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

127

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 128: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

128

EXHIBIT F

CHECKLIST 11

Oil Spill Combat Equipment Check List Date: ___________ Report No: ___________

Sl.No Description Observations Actions Taken Remarks

I. Boom

1 Random check air buoyancy chambers - check for tears/punctures

2 Condition of Accessories

a Towing set/Connectors

b Anchors/anchor buoy

c Marker lights

3 Condition of Ballast chains

II. Boom Reel

4 Grease Boom real bearing(monthly)

5 Check for Corrosion on support Frame

6 Check the painting on support Frame

7 Condition of Cover

III. Power Pack & Blower

8 Charge battery (monthly)

9 Run Power pack (specify max pressure developed)

10 Check for corrosion(thorough inspection)

11 Check for hydraulic oil/lube oil/diesel oil level

12 Check for abnormal sound while on

13 Replace hydraulic oil annually

Signature:

Name:

Designation:

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653

Page 129: 3.imimg.com3.imimg.com/data3/RI/YL/HTT-1326/1326_2013-02-07-16-54-41_136… · 07/02/2013  · 1 ! " # $ $ $ % $ % & $ ' !" # $ % ! & %' % ( ) *+ * ( , + - . . . . # / 0

129

EXHIBIT G

TWIN SCREW BOAT & DUMB BARGE SPECIFICATIONS

A) TWIN SCREW BOAT

SN Descriptions Required Specification

1 LOA Minimum 15 M

2 Breadth Minimum 5 M

3 BHP 100 HP x 2 engines

4 Operating speed Min 7 nautical miles

5 Accommodation A/c cabin to accommodate min

5 persons

6 Operating Hours 0500 hrs to 2300 hrs

B) DUMB BARGE

SN Descriptions Required Specification

1 LOA Minimum 40 M

2 Breadth Minimum 15 M

3 Draft 3.5 M (Approx).

4 Mooring 4 point with 10 T anchors

To safely carry out maintenance

work

5 A suitable tyre mounted / crawler

mounted crane

SWL 7.5 T

6 Clear deck space for maintenance 200 m2

Free tenders for Maintenance Contractors by Bharat Petroleum Corporation Limited-5778132653


Recommended