CORRIGENDUM NO:
CRFQ NO. 1000164021
CCCPPPOOO (((
DESIGN, ENGINEERING,
COMMISSIONING AND PO
PROTECTION SYSTEM FOR
2 TO REQUEST FOR QUOT
021 – E-Tender Ref. No: 909
(((RRREEEFFFIIINNNEEERRRIIIEEESSS)))
NG, SUPPLY, INSTALLATION,
POST WARRANTY AMC OF RIM S
FOR BPCL-MUMBAI REFINERY (BPC
UOTATION
093
, TESTING,
IM SEAL FIRE
BPCL – MR)
CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO. 1000164021 – E-Tender Ref. No: 9093
1.0 INTRODUCTION
The following Corrigendum is issued considering the requests from various bidders for more
clarifications and time for submission of bids, against our tender for Design, Engineering, Supply,
Installation, Testing, Commissioning and Post Warranty AMC of Rim Seal Fire Protection System for
BPCL - Mumbai Refinery (BPCL - MR), Mumbai, E-tender Ref. No. 9093.
The description of the corrigendum is given below;
1. Due date for the tender submission is extended till 31st
July 2012, 14:00 Hrs (IST).
In view of this, the following in the tender undergoes change.
Annexure No of the
document in the
tender
Clause
No
Present description (as per Corrigendum 1) Corrigendum issued now
Cover page of the
tender
__ Tender Calendar Details
Stage Name Start Date End Date
And Time
Tender Release 23.05.2012
20.07.2012
(1400 Hrs
IST
Pre qualification bid
opening
20.07.2012
(1430 Hrs
IST)
______
Un-priced Bid
Opening
Will be
intimated
Will be
intimated
Priced Bid Opening Will be
intimated
Will be
intimated
Tender Calendar Details
Stage Name Start Date End Date
And Time
Tender Release 23.05.2012
31.07.2012
(1400 Hrs
IST
Pre qualification bid
opening
31.07.2012
(1430 Hrs
IST)
______
Un-priced Bid
Opening
Will be
intimated
Will be
intimated
Priced Bid Opening Will be
intimated
Will be
intimated
Notice Inviting
tender
__ Due date for submission of the Tender:
20.07.2012, 14.00 Hrs. IST.
Due date for submission of the
Tender: 31.07.2012, 14.00 Hrs. IST.
All vendors are requested to kindly take note of this change and submit their offers before the extended due
date.
2. Corrigendum to the tender document.
Corrigendum document pertaining to the tender is given below. All vendors are requested to take note of the
changes/ revisions and submit their offers accordingly.
Also, Agreed Terms and Conditions (ATC) Indigenous – Revised version is attached. All bidders are requested to
submit this revised format duly filled.
All other terms and conditions of the tender document remain unchanged.
SL. NO. Clause No./ Serial No. of the
tender document
Present description Corrigendum issued
1 SPECIFICATIONS 5. LINEAR HEAT
DETECTION(LHD) SYSTEM
The system shall be able to sense the rapid rate of rise or
preset maximum temperature or both to ensure that any
incipient fire on rim seal is detected within 10 seconds of
occurrence.
2 5.3 DETECTION SYSTEM
REQUIREMENTS
The detection system shall be site configurable for rate of rise
and/or maximum temperature at two different alarm
thresholds at Graphic console & rim seal main fire alarm panel.
3 5. LINEAR HEAT DETECTION(LHD)
SYSTEM
The linear heat detection system shall have a suitable device /
mechanism for self-diagnostic / real time monitoring of
effectiveness of the detection system.
The linear heat detection system shall have a suitable
device/mechanism for self-diagnostic and real time monitoring
of effectiveness of the detection system.
4 5. LINEAR HEAT DETECTION(LHD)
SYSTEM
The linear heat detection system shall provide fire alarm / fault
signals separately for each tank at the rim seal main fire alarm
panel / graphic console.
The linear heat detection system shall provide fire alarm / fault
signals separately for each tank at the rim seal main fire alarm
panel and graphic console.
5 5. LINEAR HEAT DETECTION(LHD)
SYSTEM
The Detection system shall be site configurable for rate of rise
and/or maximum temperature at two different alarm
thresholds at Graphic console & rim seal main fire alarm panel.
The Detection system shall be site configurable for rate of rise
and maximum temperature at two different alarm thresholds
at Graphic console & rim seal main fire alarm panel. The logic
should be such that alarm should come if there is rate of rise
and also alarm should come when maximum temperature is
reached . This will ensure that even if one fails other will work.
6 14.0 Factory Testing / Inspection: 14.0 Factory Testing / Inspection:
14.1 Bidder shall …….. under QAP.
a) Approval of design & engineering documents of the entire
system by TPIA
14.0 Factory Testing / Inspection:
14.1 Bidder shall …….. under QAP.
a) Approval of Drawings & Design documents will be done by
BPCL.
7 SCC Page 3 of 18
The Contractor at his own risk and cost make arrangements for
water required for construction.
The Contractor has to make his/her own arrangement for the
construction power required for construction at his own risk
and cost.
Power for lighting & water will be provided free of cost by
BPCL.
8 Technical Specification Data Sheets,
Page 4 of 48 8th Bullet Point
Software shall have provision to configure additional tanks in
future, if required.
Software shall have provision to configure 20 additional tanks
in future.
9 Technical Specification Data Sheets,
Page 19 of 48, clause no S)
Audible and visual alarms shall be provided on rim seal main
fire alarm panel (in control room), repeater panel (PH 1A, PH 5
& ARU control room) and LCP (outside the dyke) , which shall
be audible up to 500 m radial distance.
Audible and visual alarms shall be provided on rim seal main
fire alarm panel (in control room), repeater panel (either at PH
1A or at PH 5 or at ARU control room) and LCP (outside the
dyke) , which shall be audible up to 500 m radial distance.
10 Technical Specification Data Sheets,
Page 33 of 48, clause no 5.0
Painting
For Foam Vessels.... Painting specification as per System 20 will be applicable for SS
foam vessel painting.
11 1.0
Page 1 of 48
These detection systems shall be certified by any of the
international certifying agencies like UL,FM,Vds or LPC to
ensure that those systems are used which meet the highest
international standards of safety certification.
These detection systems shall be certified by any of the
international agencies like UL/FM/Vds or LPC to ensure that
those systems are used which meet the highest international
standards of safety certification.
12 5.3
Page 3 of 48
The linear heat detection system shall have a suitable
device/mechanism for self-diagnostic/ real time monitoring of
effectiveness of the detection system.
The linear heat detection system shall have a suitable
device/mechanism for self-diagnostic and real time monitoring
of effectiveness of the detection system.
13 7.0
Page 7 of 48
Alarm and Auto Actuation System.
The detection system needs to be highly reliable and shall
work at varied site ambient temperature……
The system shall be site configurable for both rate of rise of
temperature and maximum temperatuure
The Detection system shall be site configurable for rate of rise
and maximum temperature at two different alarm thresholds
at Graphic console & rim seal main fire alarm panel. The logic
should be such that alarm should come if there is rate of rise
and also alarm should come when maximum temperature is
reached . This will ensure that even if one fails other will work.
TENDER CRFQ NO. 1000164021 (E-TENDER REF NO. 9093)
CORRIGENDUM TO TENDER
TENDER CRFQ NO. 1000164021 (E-TENDER REF NO.9093)
RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL - MR. CORRIGENDUM DOCUMENT Page 1 of 2
SL. NO. Clause No./ Serial No. of the
tender document
Present description Corrigendum issued
14 11.0 (a)
Page 9 of 48
11. Approvals & Authorization:
11.1 Following approvals are required to be made available
along with the bid:
a) Valid certifications from any of the international certifying
agencies like UL ,FM,VdS or LPC for linear Heat Detection
system along with evaluation unit & metallic sensor tube.
Evaluation unit shall either be FLP / intrinsically safe by itself or
shall be housed in a FLP box having PESO approvals mentioning
details of components housed inside the FLP box, including
sensor tube entering the FLP box.
b) UL listing & BIS approvals for 3% type AFFF/FFFP or 3%/3%
type AR-AFFF foam to be used in the system.
c) Valid UL listing or VdS/FM/LPC approvals for Foam spray
Nozzles
11. Approvals & Authorization:
11.1 Following approvals are required to be made available
along with the bid:
a) Valid certifications from any of the international agencies
like UL /FM/VdS or LPC for linear Heat Detection system along
with evaluation unit , metallic sensor tube, self diagnostic / self
test pump. These items shall either be FLP / intrinsically safe by
itself or shall be housed in a FLP box having PESO approvals
mentioning details of components housed inside the FLP box,
including sensor tube entering the FLP box.
b) UL listing & BIS approvals for 3% type AFFF/FFFP or 3%/3%
type AR-AFFF foam to be used in the system.
c) Valid UL listing or VdS/FM/LPC approvals for Foam spray
Nozzles.
Parts of Heat Detection System including self diagnostic / self
test pump shall also be a part of the approvals.
15 Technical Specs 5.4 Installation
requirements
The LHD and automatic foam suppression system is required to
be installed on the tank roof as per approved drawings & after
obtaining confirmation of the tank roof being capable of
holding the subject system.
BPCL will check the stability of the floating roof, after receiving
the detailed engineering drawing and the indicative weight of
the components planning to be mounted on the roof.
TENDER CRFQ NO. 1000164021 (E-TENDER REF NO.9093)
RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL - MR. CORRIGENDUM DOCUMENT Page 2 of 2
E-Tender Reference No. 9093 ATC – Ind. (Revised) Page 1 of 5
AGREED TERMS & CONDITIONS (INDIGENOUS) - Revised
EACH POINT MUST BE CONFIRMED / COMMENTED UPON AND MUST BE SUBMITTED ALONG WITH
TECHNICAL BID
BPCLs CRFQ No. : 1000164021. E-Tender Ref. No. 9093 Date : 23.05.2012
S.
No.
Tender Requirement Vendor’s confirmation/
acceptance/comments
A TECHNICAL:
1 Confirm that the offer has been submitted strictly as
per the enquiry cum offer format.
2 Confirm that all pages of attached technical
specifications and scope of supply enclosed with the
tender have been submitted with the technical bid
duly signed in all pages.
3 Confirm that there is no technical deviation and
specification of offered product is same as per tender
specification.
4 In case of any deviation, confirm that the same has
been indicated in Form B.
5 Confirm that any deviations/ reservations/ notes/
comments etc., givens elsewhere in the offer other
than the Form B shall not be considered
B. COMMERCIAL
1 Confirm that BPCL’s Integrity pact is duly signed and
submitted by you as per requirement.
2 Confirm that the quoted prices are in Indian Rupees.
3 Confirm that the prices are given strictly as per price
schedule.
4 Indicate basis of quoted prices. (Ex-Works/ FOR
Despatch point/ FOR Destination/ free delivery at
site)
5 Indicate Despatch point
E-Tender Reference No. 9093 ATC – Ind. (Revised) Page 2 of 5
6 Confirm that packing and forwarding charges are
inclusive in the bid.
7 Confirm that third party inspection charges are
inclusive in their bid. (The same shall include all
testing expenses inclusive of destructive testing
charges if any and fees payable to third party
inspectors).
8 Payment for Third Party Inspection charges shall be
made by vendor directly to the Inspection agency and
all material will be dispatched with inspection release
note in original by Inspection Agency.
9 Confirm that the Prices shall be FIRM till complete
execution of the order and shall not be subject to
variation on any account.
10 Confirmation that the quoted prices are valid for
acceptance upto six (6) months from the closing date
of this enquiry.
11 On account of exigencies, if the bidder is requested to
extend the validity of their offer, the same should be
extended without any deviation including change in
price. Otherwise, in such an event the offer will be
rejected.
12 Indicate the present rate of excise duty applicable on
the supplies along with excise tariff No.
13 Clarify whether ED is included in the quoted price or
extra.
14 If excise duty/ Sales tax is presently not applicable,
confirm whether the same will be borne by you in
case it become leviable later. Also pl give reasons for
non application of ED / Sales tax.
15 Wherever CENVAT can be availed by BPCL, Excise
duty shall be paid by BPCL after receipt of proper
documents to avail CENVAT benefit.
16 Indicate the rate applicable for the following:
a) CST with "C" Form
E-Tender Reference No. 9093 ATC – Ind. (Revised) Page 3 of 5
b) CST without "C" form
c) VAT (for supplies within state)
17 Indicate whether CST/VAT is inclusive or extra in the
quoted price
18 Service Tax:-
Indicate the rate of service tax wherever service tax
applicable extra and items on which the same is
applicable.
Service Tax Registration No.
Attach a copy of your service tax registration
certificate. Mention clearly the Category of Taxable
Service
19 Works Contract on Sales Tax (WCT) for site works:-
Indicate the rate of WCT wherever applicable extra
and items on which the same is applicable.
VAT/ TIN NO.
20 Statutory variation in excise duty rate and Sales Tax
/VAT rate during contractual delivery period shall be
to BPCL account. Any increase in the rate of sales tax
beyond CDD shall be to vendor’s account. Any
increase in the rates of Excise Duty & VAT beyond the
contractual completion date or approved extended
contractual completion date will be borne by BPCL
to the extent CENVATABLE documents passed on to
BPCL and BPCL is in a position to get the CENVAT
claim from the authorities. However, the benefit of
any reduction must be passed on to BPCL.
21 Prices quoted shall exclude transit insurance charges
as the same shall be arranged by BPCL.
22 Confirm that all Bank charges and Stamp Duties shall
be borne by the bidder.
23 Confirm acceptance of BPCL’s `General Purchase
Conditions (GPC) and General Conditions of Contract
(GCC) in toto.
24 In case of deviation/ reservations etc., to BPCL’s GPC/
GCC & tender conditions, confirm that the same has
E-Tender Reference No. 9093 ATC – Ind. (Revised) Page 4 of 5
been given in Form-B and any deviations/
reservations/ notes/comments etc., given elsewhere
in the offer shall not be considered.
25
Confirm acceptance of part order without any
stipulation of minimum order value/quantity.
26 Confirm acceptance of repeat purchase order with
the same rate and terms & conditions within 12
months from the date of original purchase order.
27 Acceptance to Liquidated Damages/ Price Reduction
for delay in delivery beyond contractually agreed
schedule @ ½% of undelivered order value per week
of delay or part thereof, subject to a ceiling of 5% of
total order value (supply and site work separately) as
per BPCL’s GPC/ GCC.
28 Confirm acceptance of Payment term as given in
tender document.
29 Confirm that the goods shall be guaranteed for 24
months from the date of installation and successful
commissioning of entire rim seal protection systems
& completion of SAT as per specifications of all the
tanks in a location.
30 Performance Bank Guarantee (PBG) :
Confirm that you will furnish performance guarantee
bond for 10% of total order value (For supply and site
work) by way of Bank Guarantee in the prescribed
format from any Scheduled Indian Bank as per
General Purchase Conditions (GPC) and as per format
of PBG attached.
31 Indicate relationship with any of our Directors.
32 Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must be
clearly stated. If this declaration is not furnished the
bid shall be rejected as non-responsive.
33 If the items are covered under DGS&D rate
contract, confirm that a copy of rate contract is
enclosed with your offer.
E-Tender Reference No. 9093 ATC – Ind. (Revised) Page 5 of 5
34 You are requested to furnish the following
information for e-payment:
a) Name of the vendor/contractor party
b) Account No. of the party
c) Bank & Branch Name where the above
account is maintained
d) Type of account (current/saving/cash
credit A/c)
e) Branch code of the above bank branch
f) The 9 digit MICR code of the above
branch (with is printed in the cheques
issued by the Branch available with the
A/c holder).
35 In terms of Section 8 of The Micro, Small and
Medium Enterprises Development Act (MSMEDA),
2006 , eligible bidders is requested to submit a copy
of the relevant memorandum ( micro and small
enterprises to submit the memorandum files with the
authority notified by the State Government and by
medium enterprises with the authority notified by
the Central Government, i.e., General Manager,
District Industries Centre or any District Level Officer
of equivalent rank in the Directorate or the
Department dealing with micro, small and medium
enterprises of the State Government or the Union
Territory Administration.) along with the offer for
availing the privileges.
Bidder’s Name :
Offer Ref. : ……………………….
Bidder's Signature …………………………..
Date: ………………………………..
Name …………………………………………
Designation ……………………………………..
Tel. No./ Fax No. :…………………………..
E-mail…………………………………………
Office stamp……………………………………