E-TENDER - Bharat Petroleum

78
E-TENDER FOR In-Line Inspection of White Oil lines (W01 & W02) at BPCL Liquid Cargo Jetty, JNPT TENDER NO: URAN/LPG/TEND/19-20/37 CRFQ Number: 1000343968

Transcript of E-TENDER - Bharat Petroleum

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 1 of 78

E-TENDER

FOR

In-Line Inspection of White Oil lines (W01 & W02) at

BPCL Liquid Cargo Jetty, JNPT

TENDER NO: URAN/LPG/TEND/19-20/37

CRFQ Number: 1000343968

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 2 of 78

BHARAT PETROLEUM CORPORATION LIMITED

URAN TERMINAL, URAN

Navghar Industrial Estate, Behind MSEB Gas Turbine Unit, P.B.No:8.

District: Raigad, Bokadvira, Uran

Dist-Raigad – 400702.

NOTICE INVITING e-TENDER FOR carrying out In-Line Inspection of White Oil lines (W01 & W02) at BPCL Liquid Cargo Jetty, JNPT (TWO BID SYSTEM- UNPRICED BID (TECHNOCOMMERCIAL) AND PRICED BID)

TENDER NO URAN/LPG/ENGG/TEND/19-20/37.

Tender Name: In-Line Inspection of White Oil lines (W01 & W02) at BPCL Liquid Cargo Jetty, JNPT (Two Bid system- Unpriced Bid (Techno commercial) and Price Bid

Pre Bid Meeting : 03.01.2020 at 11:00 Hrs. which includes site visit.

Last Date for Submission of Tender:

20.01.2020 at 15:00 Hrs. Indian Standard Time (IST) both for Techno commercial and Price Bid.

Tender Opening on: 20.01.2020 at 15:00 Hrs

Delivery Period : 120 days from the Date mentioned in LOI.

Earnest Money Deposit (EMD) Rs. 5,00,000/- or USD 6945, EMD is applicable to all vendors including registered vendors if any, except in the case of bidders eligible for exemption under MSME/NSIC Policy.

Address of location, where

services to be provided:

BHARAT PETROLEUM CORPORATION LIMITED LIQUID CARGO JETTY OFFICE, JAWAHAR LAL NEHRU PORT, INSIDE CENTRAL GATE COMPLEX, SHEVA, TALUKA-URAN, NAVI MUMBAI, PIN 400707. MAHARASHTRA

Details of Contact Persons 1. VINAY WADHWA, Engg & Main I/C, Uran (PH No:- +91- 9811463876, Email:- [email protected]) 2. HARI KADAM, Jetty In-Charge, Uran (PH NO.- +91-9049271609; Email –[email protected]) 3. SHUBHAM BHARTI, Asst. Mgr. Ops., Uran (PH NO. :- +91-7710099664; Email:- [email protected] )

“THE TENDERER IS ADVISED TO VISIT THE LOCATION TO ASSESS THE WORK REQUIREMENTS BEFORE QUOTING TO GET AN IDEA ABOUT THE WORK”.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 3 of 78

a) Eligible tenderers are invited to submit their offer in a two-part bid for subject tender.

b) Please visit the website https://bpcleproc.in for participating in the tender and submit your bid online. For

viewing/downloading the tender document, please visit our website

http://www.bharatpetroleum.in/tender/tender.asp

c) The Bid consist of the following documents to be submitted on-line.

a. Financial / Technical Bid (Un-priced)

b. Price Bid.

d) Additionally, it is mandatory for the tenderers to submit the following documents in Physical form to Terminal

Manager (LPG), Uran in a sealed envelope at the address given below:

Terminal Manager,

Bharat Petroleum Corporation Limited

Uran LPG Bottling Terminal

Navaghar Industrial Estate, Behind Gas Turbine Unit, P.B.No:8,

Bokadvira, Uran,

Dist-Raigad – 400702.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 4 of 78

DEFINITIONS AND ABBREVATIONS

BPCL BHARAT PETROLEUM CORPORATION LIMITED.

AGM ABOVE GROUND MARKERS

D METAL LOSS ANOMALY DEPTH

ERF ESTIMATED REPAIR FACTOR

GPS GLOBAL POSITIONING SYSTEM

ILI IN LINE INSPECTION

L ANOMALY/ FEATURE DIMENNSION (LENGTH) IN THE AXIAL DIRECTION AND LENGTH OF CRACK

IN ANY DIRECTION

MAOP MAXIMUM ALLOWABLE OPERATING PRESSURE

MOP MAXIMUM OPERATING PRESSURE

NDE/NDT NON DESTRUCTIIVE EXAMINATION/ NON DESTRUCTIVE TESTING

POD PROBABILITY OF DETECTION

POI PROBABILITY OF IDENTIFICATION

Psafe SAFE OPERATING PRESSURE AS PER CALCULATED DEFECT ASSESSMENT METHOD

T WALL THICKNESS

W ANAMOLY FEATURE DIMENSION (WIDTH) IN THE CIRCUMFERENCIAL DIRECTION AND OPENING

DIMENSIONS FOR CRACKS (IF APPLICABLE)

CDP CORROSION DETECTION PIG

EGP ELECTRONIC GEOMETRY PIGS

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 5 of 78

TABLE OF CONTENTS

1. Section-I : GENERAL

2. Section-II : Bid QUALIFICATION Criteria [BQC] &

Evaluation methodology

3. Section-III : Scope of Work and Technical Specifications

4. Section-IV : Special Terms and Conditions (STC)

6. Section-V : Schedule of Rates

7. Section-VI : Annexures

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 6 of 78

SECTION - I

INTRODUCTION

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 7 of 78

SECTION-I GENERAL

1. INTRODUCTION

Bharat Petroleum Corp Ltd. owns and operates Liquid Cargo jetty inside Jawaharlal Nehru Port, Sheva

Navi Mumbai, near to Tq. Uran. JN Port is one of the youngest & modern port of India. The jetty is

developed on coastal area inside JNPT and located approx. 30Kms distance from Vashi Rly. Station. BPCL

is associated with JN Port for handling exclusively Liquid Cargos, coming to this port. Presently, jetty

handling various liquid cargos in large volumes consisting of Class A products Naphtha, Motor Spirit &

Crude oils, Class B & C products HSD, FO etc. Apart from the petroleum products, jetty is handling various

chemicals such as MEG SM, also, edible oils and molasses.

Jetty is developed with large network of pipelines, intermediate lines, pig launchers, Loading Arms and

associated pipelines such as air & nitrogen pipelines and sump tank. In Line Inspection through

instrumented pig is the tool which identifies the entire pipeline signature between the pigging sections.

The pipeline signatures such as physical deformations (dents, ovality etc.) weld joints, no. of girth joints,

sectionalizing valves etc. and the various metal loss defects in the pipeline such as pitting, general

corrosion, axial or circumferential grooves, slots, cracks, internal corrosion etc. can be identified in

addition to any other metal contacts to the pipeline, casing pipes etc.

Based on the pipeline defect anomalies and their severity we can decide on the safe operating pressure

of the pipeline and carry out pipeline defect repairs to further strengthen the pipeline health and increase

the pipeline pressure.

2. PURPOSE

The purpose of the In Line Inspection under this Contract is to establish a “metal loss profile” internal and

external along the entire length of the pipeline utilising High Resolution Magnetisation based

instrumented pigging survey with XYZ Mapping tool (Minimum requirement Axial Magnetization).

The pipeline wall shall be magnetised radially, axially and circumferentially to the highest level. As this

survey will dictate future pipeline rehabilitation plan, inspection frequency, trend analysis, safety and

anomaly tracking, only the most stringent internationally accepted Codes, Standards and Specifications

would be applied.

1) The survey results to include information about the pipeline’s XYZ locations, depicted by Plan,

Elevation & Distance views.

2) The co-ordinates shall be assigned to all welds, installations as well as to defects, anomalies etc.

also.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 8 of 78

a. The Contractor shall identify and evaluate the entire internal and external pipeline

condition by locating all structurally significant defects (metal loss or otherwise) and

anomalies based on the supply of accurate, quantitative data.

Furthermore, it shall be a primary requirement of the Contractor to present the survey reports in the

most clear and concise manner to the Owner, facilitating clear interpretation of the survey results and

allowing cohesive analysis against which future surveys may be referenced. The reported data shall

enable the owner among other things, to:

Prevent pipeline failures by removing defects.

Calculate maximum allowable operating pressure (MAOP).

Determine the interval between future inspections.

3. SHORT SUMMARY OF THE PIPELINE Two pipeline run parallel from BPCL-IOCL Liquid Cargo Jetty to IOC Exchange pit at IOCL terminal

to carry the white oil (MS/HSD/ATF/Naptha). Another pipeline which is not in use also run parallel

to these lines. Further specification of the lines are as follows –

1. W01 : Dia: 610 mm OD (~ 24”) Material : API 5L GRADE B Thickness :- 6.35 mm Length :- 5.5 kms approx. (4.6 kms approx. underground rest above ground) Usage: White Oil (MS/HSD/ATF/Naptha)

2. W02: Dia: 610 mm OD (~ 24”) Material : API 5L GRADE B Thickness :- 6.35 mm Length :- 5.5 kms approx. (4.6 kms approx. underground rest above ground) Usage: White Oil (MS/HSD/ATF/Naptha) No intermediate pumping station exist between jetty and terminal.

4. BRIEF DESCRIPTION OF WORK

For carrying out the structural integrity assessment programme for the entire pipeline, the pipeline shall

be given in, ‘as is where is’ condition. Prior to conducting metal loss survey, the contractor shall carryout

as many clearing and calliper runs as required to ensure completed and quality data acquisition. On

completion of cleaning and calliper runs, detailed reports shall be submitted. The report shall contain all

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 9 of 78

significant findings that may affect the profile of the pipeline as well as successful operation of the

Inspection vehicles. Contractor shall also certify the fitness of the line for smooth inspection vehicle run

for quality data acquisition. Inspection vehicle run shall be followed by a detailed report indicating all

features like valves, tees, etc. during analysis of data recorded by the inspection vehicle in the field,

owner’s representative shall be associated at contractor’s data analysis centre. The computer CD, USB’s

or any media where field data has been stored shall be submitted to the owner. Before certification of

any anomalies and preparation of final report, joint verification (JV) by owner and contractor of a limited

number of features shall be carried out to establish the accuracy of the survey features findings. The final

report will be co-related to the weld joints as indicated in the Pipe book. The copy of the report if required

can be provided for reference at BPCL’s office. The findings of Joint verification shall form the basis of

acceptance of final report and payment against submission and acceptance of final report. The scope of

Inline Inspection services under this tender includes in line inspection of pipeline (W01 & W02) by

running high resolution intelligent pig based on magnetic flux leakage technique to detect and quantify

internal and external corrosion/mechanical defects and other anomalies preceded by proving, cleaning

and gauging and calliper (Geometry) pig runs. It shall also be explicitly understood by bidders that tools

deployed for ILI services shall be used by service provider for the duration of this contract and tools thus

deployed shall be taken back by them after acquiring all necessary inspection data of the pipeline. After

the analysis has been done the pipeline has to be handed over to BPCL in operational condition (same as

when handed to).

5. CONTRACT REQUIREMENTS

5.1 In Line Inspection Contractor shall complete the job of In Line Inspection with single point

responsibility, ensuring the correctness and completeness of design, engineering,

implementation and documentation in accordance with the requirements of the contract

specifications.

5.2 In the tender document the terms Owner, BPCL, Purchaser and COMPANY have been used

synonymously. Also the terms Bidder, In Line Inspection Contractor and In Line Inspection

Bidder have been used synonymously. Similarly, the term Instrumented Pig, Corrosion

Detection Pig has been used synonymously.

5.3 The scope of work of In Line Inspection of 24 inches white oil lines W01 and W02 5.5 kms

(approx.) under this Contract is to establish a “metal loss profile” along the entire length of

the following pipeline sections utilizing High Resolution Magnetization based instrumented

pigging survey with XYZ Mapping tool.

5.4 Mobilization of equipment, pigging tools, tackles, consumables, spares, accessories and

personnel by CONTRACTOR at WORK SITE including but not limited to supply, handling,

transportation of Gauging, Cleaning, Electronic Geometry pigs, XYZ Mapping Tools and

pipeline locater, pig tracking device, pipeline magnetic markers and intelligent pigs, pull

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 10 of 78

through test of Intelligent pig, transportation India and abroad, as per specification and

provision of the BID DOCUMENT including supply of all material, equipment, manpower,

transportation, consumables, spares, accessories etc. as required for satisfactory and timely

completion of inline inspection of complete pipeline including detection of pinholes.

5.5 Offer Pull-through test to BPCL for the In Line Inspection tool (24 inches), prepare reports,

obtain certification and clearance from BPCL prior to mobilization of these tools to site.

5.6 Supply and Installation of magnetic or reference markers along the pipeline section at every

0.5 Km distance including excavation and backfilling. 01 magnetic markers per 0.5 km per

pipeline are minimum requirement however bidder may choose to install more as per their

expertise for more accuracy.

5.7 Cleaning of all the pipeline sections till satisfaction before launching of In Line Inspection

tools.

5.8 Magnetization of the pipeline sections axially or/and circumferentially (as required for defect

identification) to the highest level with In Line Inspection tools.

5.9 Confirmation of the successful collection of the pipeline data of each pipeline section on

completion of In Line Inspection.

5.10 Preparation of all the Preliminary and Pre-Final reports as per the tender requirement.

5.11 Locate defects as instructed by BPCL based on the Pre-Final report with DGPS tools within

+/- 1 meter distance for Dig Verification.

5.12 Carry out dig verification, removal of coating, exposure of the defect, measurement of defect

dimensions, offering the defect to BPCL for inspection and confirmation as per the report.

5.13 Imparting training to BPCL officers as per the scope of work.

5.14 Handing over the Final reports of the sections with site report preparation of gauging,

cleaning, electronic geometry and corrosion detection pig runs, data analysis, preliminary

report, DGPS based dig site verification, preparation and submission of final WORK REPORT

(in 3 sets of hard as well as soft copies) required for satisfactory completion of WORK for

PIPELINE in all respects as per specifications, drawings, scope of work and provision of BID

DOCUMENT and directions of Engineer-In-Charge. Submission of the final report to BPCL for

any comments.

5.15 Contractor shall note that the report shall be inclusive of recommendation for remedial

measures to be taken by owner with order of priority for rectification of defects location

wise, as inferred from data analysis of intelligent pigging complete in all respect. The

contractor is required to submit recommendation for Repair Report (RRR) and Fitness For

Purpose (FFP) Report along with the Final report for acceptance of Final Work / Inspection

Report by BPCL.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 11 of 78

5.16 Handing over the software, hardware, DGPS tools and final In-Line Inspection reports with

all the details as mentioned in the tender and as per the scope of work.

5.17 After completion of work survey; demobilization of all the mobilized equipment, pigging

tools, tackles, consumables, spares, accessories and personnel by CONTRACTOR at WORK

SITE.

6. SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works/ pipeline route and its

surroundings and obtain for himself on his own responsibility all information that may be

necessary for preparing the bid and entering into the Contract. The cost of visiting the site

shall be at Bidder's own expenses. Claims and objections due to ignorance of existing

conditions will not be considered after submission of the bid and during implementation.

6.2 The Bidder and any of his personnel or Agents will be granted permission by the OWNER to

enter upon his premises and lands for the purpose of such inspection, but only upon the

explicit condition that the Bidder, his personnel or agents will release and indemnify the

OWNER and his personnel and agents from and against all liability in respect thereof and will

be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property

and any other loss, damage, cost and expenses incurred as a result hereof. OWNER shall

provide necessary guidance, if required, in the form of guide only, to the Bidder(s) for the

purpose of site visit.

6.3 For Foreign persons entry : For entry inside the owners premises, the bidder shall intimate

the owner about the details of personnel’s with valid Passport & Visa at the time of entry

(Only business VISA is allowed for entry to port) details 2 WEEKS in advance, so that necessary

permission can be obtained from the government authorities

The details shall be provided in the following format –

Name of Person Person 1 Person 2 Person 3 Person 4

Passport number Nationality

Date of Birth Place of Birth Date of issue Place of Issue Date of Expiry Date of Visit to

JETTY

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 12 of 78

SECTION –II

BID QUALIFICATION CRITERIA [BQC]

& EVALUATION METHODOLOGY

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 13 of 78

SECTION-II BQC & Evaluation Methodology

1. Bid Structure The In Line Inspection bidder has to bid in two parts in different sealed envelopes through E-Tendering platform as per the instructions of the RFQ (Request for the quotation).

1. Techno Commercial Bid 2. Priced Bid

The details regarding submission of prequalification Bid is provided separately in Annexure I

1.1 EARNEST MONEY DEPOSIT (EMD): EMD of amount as mentioned below as applicable is required to be submitted, in physical form at our office in a sealed cover addressed to Terminal Manager, Uran LPG Terminal, with following boldly super-scribed on the cover/ envelope:

(i) CRFQ Number: 1000343968 (ii) Item: (iii) Closing Date/Time: (iv) Name of the Bidder:

Sr No. Item Value

1 In-Line Inspection of White Oil lines (W01 & W02) Rs. 5,00,000 or USD 6945

The BIDDERS shall ensure that the EMD in the form of DD / BG, drawn in favor of “Bharat Petroleum Corporation Limited”, payable at Mumbai, from any Branch of Indian Nationalized Banks. It should be delivered to/or sent by Registered Post / Couriered to the following address so as to reach on or before the due date & time of the tender:

Uran LPG Plant Bharat Petroleum Corporation Limited BEHIND MSEB UNIT, RAIGAD – 400702

a) EMD shall be submitted by all bidders. b) BPCL will not be responsible for non-receipt of EMD (s) due to postal delay/ loss in transit etc. Bid

received without the EMD, if applicable, is liable to be rejected. c) Scanned copy of EMD shall be uploaded on BPCL e-procurement website and later shall be sent

to above mentioned address before due date of the tender. d) EMD shall be valid for period of 4 months from the date of submission of bids.

1.2 EXEMPTION FROM EARNEST MONEY DEPOSIT:

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 14 of 78

National Small Industries Corporation (NSIC) and Micro and Small Enterprises (MSEs) registered

with District Industries Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body specified by Ministry of Micro, Small and Medium Enterprises, are exempted from payment of Earnest Money provided - Bidders have to upload the necessary documents as mentioned above to claim Exemption for Earnest Money Deposit.

2. Financial Bid Qualification Criteria

a) Tenderer should submit the experience of having successfully completed similar work during last 7 years ending on 30.11.2019 as per following, failing which, the tender shall be summarily rejected:

i. Three similar completed works each costing not less than the amount equal to 94 lakhs or 130,555 USD including taxes/duties each.

Or ii. Two similar completed works each costing not less than the amount equal to 1.18 crore or 163,889 USD including taxes/duties each.

. Or

iii. One similar completed works costing not less than the amount equal to 1.89 crores or 262,500 USD excluding taxes/duties. DEFINITION OF SIMILAR WORK

Similar works means In-Line inspection of pipelines (Intelligent pigging). Bidder should have expertise in the subject field. The intended tenderer must submit documentary evidence in support of above, in the form of a certified copy of completion certificate(s), certified copy of work order(s) with payment advice/certificate(s)/voucher(s) indicating the amount/value and period of work for which the payment has been made. Copies of all the certificates submitted, duly authenticated by the bidder, will be verified with the originals by BPCL.

2.2 The average annual financial turnover of the tenderer during latest preceding three financial years i.e. 2016-17, 2017-18 and 2018-19 should be at least 70 lakhs or 97,222 USD.

2.3 The net worth of the bidder should be positive as per the latest audited financial statement.

“Net Worth” = “Equity + Reserves & Surplus”

Document to be submitted for BQC 2.1– LOI/Purchase order (priced) with completion certificate/payment advice, completion certificate, performance certificate, and payment receipts etc. for similar jobs completed in last seven years up to 30.11.2019.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 15 of 78

Document to be submitted for BQC 2.1 & 2.2– Audited balance sheets and Profit & Loss account statement of the bidder for the last 3 consecutive financial accounting years prior to the due date of bid submission.

All the Bid Qualification Documents certified by TPIA.

3. Technical Bid Qualification Criteria

3.1 In-Line Inspection Contractor has to provide technical write-up on his organisation and facilities, Main participating organisation, Details about Pull Through Test (PTT) facility, location, photographs etc. for calibration of ILI tools 24 inch diameter pipelines prior to mobilisation of tools at site, proposed methods of inspection, list of similar work undertaken, Proposed subcontractors if any, Off site function testing, On site function testing, Site facilities required by tenderer if any, Programme and Progress, Quality Programme and Deviation statement format proposed for this contract.

3.2 In Line Inspection Contractor has to submit the technical bid as per the Bid outline

requirements in clause 4 of this specification to assess his technical qualification for this contract.

3.3 Contractor shall confirm for offering Pull through test for calibration of ILI tools for 610 mm OD

(24 inch) with minimum wall thickness of 6.35 mm and maximum thickness of 6.4 mm, prior to mobilization of ILI tool and other material at site. Owner at their sole discretion reserves the right to witness and/or to appoint its authorized representative to witness the Pull through test to ascertain diagnostic capability, reliability etc. of the inspection tools to be deployed at site. For witnessing Pull Through Test all test expense has to be borne by the bidder.

3.4 The Pull through test shall be adequate to fulfil the requirement of defect identification as mentioned in the tender.

3.5 During pull through test, the OWNER representatives shall be allowed to share technical information related to the CDP, including test pipe data, tool velocity, magnetization level achieved and metal loss inspection performance achieved during testing.

3.6 For Pull through test Criteria (PTC), bidder has to carry out and show the performance of the tool to detect various defects as per the POI of 90% accuracy and 95% POD at his factory/ workplace or at any end users location where the pull through test is installed and is successfully running on a sustainable basis, which will be witnessed by BPCL. The pull through test to be conducted by the contractor within 45 days after intimation from BPCL regarding award of work or issue of LOI. The Pull Through Test form will be filled and jointly signed by BPCL and the In Line Inspection Contractor, based on the performance of the tool. Bidder shall arrange permissions for visiting these installations for the same.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 16 of 78

3.7 BPCL reserves the right to verify the correctness of documentary evidence furnished in the offer.

3.8 BPCL reserves the right to assess the capability and capacity of Bidder. BPCL reserves the right

to verify the successful operation and performance of In Line Inspection carried out in past and for the jobs under execution. Bidder shall arrange permissions for visiting these installations, if required. The permissions mentioned in the previous statement indicate the permissions for entry into the premises of the party where the bidder has carried out In Line Inspection.

3.9 Wholly Owned Subsidiary Company on the Strength of its Parent company or vice -versa: This is not applicable for Financial BQC

3.9.1 Offers of those bidders who themselves do not meet the technical

experience criteria as stipulated in the BQC can also be considered provided

the bidder is a subsidiary company of the parent company in which the parent

company has 100% stake or parent company can also be considered on the

strength of its 100% subsidiary. However, the Parent / Subsidiary company of

the bidder should on its own meet the technical experience criteria as

stipulated in the BEC and should not rely for meeting the technical experience

criteria on its sister subsidiary / co-subsidiary company or through any other

arrangement like Technical Collaboration Agreement etc.

3.9.2 The Parent / Subsidiary Company shall furnish an undertaking to be jointly

and severally responsible with the subsidiary / parent for due, proper and

timely performance of the Contract and discharge of liabilities of its subsidiary

/ parent in the event of the award of job to its subsidiary / parent company as

the case may be.

3.9.3 Failure to honour the commitment as undertaken will attract all actions

including but not limited to General Conditions of Contract Clauses and sub

clauses thereof, holiday listing of Bidding Company as well as Parent /

subsidiary Company.

3.9.4 Following shall be complied and necessary documents from Parent /

Subsidiary if applicable shall be submitted along with the bid:

The jobs under consideration shall either be executed by the Parent /

Subsidiary or shall be executed under supervision and back-up of the Parent /

Subsidiary if any. Details of mode of job execution, manpower, machinery

deployment by the Parent / Subsidiary shall be furnished along with the Bid.

The Parent / Subsidiary will provide all the resources based on which the

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 17 of 78

bidding company has been qualified. Responsibility matrix of Parent/

Subsidiary & bidding company not limited to the following shall be furnished

along with the bid:-

i. Overall responsibility for execution of entire job under the contract shall

be with the Bidding Company as well as the Parent / Subsidiary.

ii. The Bidding Company & Parent / Subsidiary Company are jointly &

severally responsible in terms of tender.

iii. Parent / Subsidiary Company will provide all technical & technology

transfer to the bidding company.

iv. Experienced technical personnel from Parent / Subsidiary Company will

be stationed at job site to provide technical support during execution of

field jobs.

v. The Parent / Subsidiary Company will ensure deployment of requisite

equipment required for undertaking the different jobs as per tender

requirements.

vi. The correspondences for execution of job will be made with bidding

company. However, Parent / Subsidiary Company shall ensure its

presence in progress review meeting whenever called for by the owner.

vii. The Parent / Subsidiary Company shall furnish an undertaking to be

jointly and severally responsible with the subsidiary / Parent Company

for due, proper and timely performance of the Contract and discharge of

liabilities of its subsidiary in the event of the award of job to its Subsidiary

/ Parent Company.

viii. An agreement signed by bidding company, parent / subsidiary and the

qualified company (based on which credentials the bidding company

intent to qualify) needs to be submitted along with the bid.

3.10 Bidder with the technology tie-up with ILI Vendor(not applicable for Financial BQC):

Bidder(s) having experience of ILI using MFL tool / Electronic Geometry pigging

(EGP) / cleaning pigging of hydrocarbon pipelines can also participate in the bidding

process. Those Bidder(s) can utilize experience of its Technology Service Provider

having requisite ILI experience/ qualification as per the Technical Evaluation

Criteria. The Bidder shall provide an MOU/ A line of confirmation on the Letter Head

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 18 of 78

of the Technology Service Provider along with the techno-commercial bid. The

MOU/Letter shall clearly state the split scope matrix wherein as a minimum, the

Technology Service Provider who meets qualification criteria shall carry out the

following activities:

a) Project Management

b) Design, Engineering and Supply of required Tools & Tackles

c) Supervision of ILI activity

d) ILI Data Analysis, Preparation and Submission of Final & FFP Report

e) In addition, the Bidder shall submit Copy of Contract(s) / Work order(s) /

Agreement(s) with copy of relevant pages of the scope of work / service

establishing documentary evidence in respect of successful completion of ILI

using MFL tool / Electronic Geometry pigging (EGP) / cleaning pigging of

hydrocarbon pipelines along with details of Length & size (diameter) of pipeline

in the last seven (07) years.

Note:

(i) A job executed by a bidder for its own plant / projects cannot be considered as

experience for the purpose of meeting requirement of BQC. However, jobs

executed for subsidiary/ fellow subsidiary / holding company will be considered

as experience for the purpose of meeting BEC subject to submission of tax paid

invoice(s) duly Notarized by public notary towards payment of statutory tax in

support of the job executed for subsidiary / fellow subsidiary / holding company.

(ii) In case, the Bidder desires to quote based on the experience of their Parent /

Subsidiary Company, in that situation the provision mentioned in note: i above

shall not be applicable i.e. “A job executed by a bidder for its own plant/projects

and for Subsidiary/Fellow Subsidiary/Holding Company cannot be considered as

experience for the purpose of meeting requirement of BEC of the tender.” The

only one Company among the Group shall be allowed to bid based on the

credentials (Technical) of the Parent/ Subsidiary Company.

4. Bid Outline Requirements: Bidder is required to mandatory make a proposal in a format as outlined below in order to achieve the objective of maintaining uniform proposal structure.

TECHNICAL BID:

COVERING LETTER & SYNOPSIS OF THE PROPOSAL

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 19 of 78

CHAPTER I: QUALIFICATION SUMMARY

In this section Bidder is required to submit all the supporting documents as per 3.1

CHAPTER II: COMPOSITION OF THE BID

This chapter is to describe the various parties who have been involved to bid for this project clearly defining the Bidder. In addition, the project organization structure putting together various parties together with inter-relationship shall also be submitted.

CHAPTER III: FORMS

Bidder is required to complete Total 12 Nos. of forms attached in Setion-II including IN LINE INSPECTION TECHNICAL QUALIFICATION FORM, Deviation Form [attached in Section -III] and other forms.

CHAPTER IV: SCOPE OF WORK:

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER V: SYSTEM GENERAL TECHNICAL REQUIREMENTS:

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER VI: DETAILS OF PULL THROUGH TEST FACILITY OF BIDDER:

(Complying with the requirements of sections III of the SPECIFICATIONS)

CHAPTER VII: PROPOSED INSPECTION METHODS OF THE PIPELINE SECTION:

(Complying with the requirements of sections III of the SPECIFICATIONS)

CHAPTER VIII: LIST OF SIMILAR WORKS UNDERTAKEN FOR LAST SEVEN YEARS :

(Complying with the requirements of section 2 of the SPECIFICATIONS)

CHAPTER IX: PROPOSED SUB CONTRACTORS, IF ANY

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER X: OFF SITE FUNCTION TESTING

(Complying with the requirements of section III of the SPECIFICATIONS)

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 20 of 78

CHAPTER XI: ON SITE FUNCTION TESTING :

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XII: SITE FACILITIES REQUIRED BY THE TENDERER IF ANY :

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XIII: PROGRAMME AND PROGRESS (Complying with the requirements of section II of the SPECIFICATIONS)

The Tenderer is required to provide an overall plan to include all the relevant information at the time of tender to demonstrate the work program based on best estimates for agreement by Bharat Petroleum Corporation Limited. The information must comprise a set of logically arranged activities, with specified duration, required resources, milestone (key dates) in Project Monitoring software like Primavera or MS Project or any similar preferably indicating the critical path of the project. A logic diagram and bar-chart showing the critical activities required to illustrate the overall plan.

CHAPTER XIV: QUALITY PROGRAMME:

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XV: TRAINING PROGRAMME TO BPCL ENGINEERS:

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XVI : DETAILED INFORMATION ABOUT METHODOLOGY FOR IDENTIFICATION OF PIPE DEFECT LOCATION WITH DGPS TOOLS/ SOFTWARES IN THE RANGE OF +/- ONE METER AT SITE, BEFORE EXCAVATION AND EXPOSURE OF PIPELINE.

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XVII: DETAILED INFORMATION ABOUT DIG VERIFICATION PROCESS AND DEFECT MEASUREMENT PROCESS:

(Complying with the requirements of section III of the SPECIFICATIONS)

CHAPTER XVIII: DETAILS OF SOFTWARE AND HARDWARE, TOOLS WHICH SHALL BE HANDED OVER TO BPCL AND THEIR APPLICATION

(Complying comprehensive and interactive client software and hardware that

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 21 of 78

summarizes the detailed information and inspection survey of an entire pipeline

structure. It shall provide functionality to manage and maintain the facility)

CHAPTER XVIII: HANDING OVER OF DGPS TOOLS AND OTHER HARDWARE AND SOFTWARE FOR PLANNING, DEFECT IDENTIFICATION, AND RECORDS UPDATION.

(Complying with the requirements of section III of the SPECIFICATIONS)

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 22 of 78

FORM NO.1

IN LINE INSPECTION TECHNICAL QUALIFICATION FORM

Sr. no

Specifications Compliance from Bidder

(Yes/No) Remarks

1 Should be able to carry out In-Line Inspection of 24 inch diameter 5.5 Km pipeline W01 and W02 line as per the scope of work.

2

All the tools, tackles, pigs, manpower, spares, consumables, pig tracking devices, transmitters for the pig tracking, magnetic markers etc. required for the completion of job in all respect is available as per the tender requirement and shall be mobilized at site.

3 Pull through test facility for 24 inch diameter pipeline is available and instrumented pig calibration shall be carried out as per the scope of work.

4

Detailed Bar Chart for all the activities from mobilization of all resources before commencing the job to handing over the final report up to thin line with the contract requirement and as per delivery schedule.

5

Spare parts required for In Line Inspection job worked out and will be made available at site so that under no circumstances site activities should suffer due to the shortage of the spares.

6

Bidder has ATEX certification and there is no hazard or risk in launching Bidders all pigs through the pipeline carrying liquid hydrocarbon products mentioned as ATF, MS, SKO, HSD, NAPTHA of various grades as mentioned in the Tender.

7 Whether the tender’s experience in MS, HSD, ATF and Refined product pipeline inspection has been sufficiently documented.

8

Confirmed existing dimensions and design of all the pig launcher and receiver is suitable for smooth launching of leaning, caliper and instrumented pig proposed by the contractor for all the three sections.

9 Details of all the pig tools( cleaning, EGP and CDP tools) for 24 inch size as per the tool data sheet enclosed.

10 Confirmation of defect identification with POD and POI as per the scope of work for following defects with minimum sizing accuracy considered for this tender with the details of tools being used for the contract ( Bidder shall note that this is very important criteria for their qualification.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 23 of 78

11 Confirmation of the defect location identification at site as per the scope of work in the range of +/- 1 meter marked at site with GPS / DGPS TOOLS

12 Confirmation about accuracy of XYZ mapping 1. Longitude Accuracy ( +/-) 1 meter 2. Latitude Accuracy (+/-) 1 meter 3. Elevation Accuracy (+/-) 1 meter

13 Confirmation on defect dimension identification accuracy by the tool (POI –minimum 90% , POD-minimum 95%)

14 Confirmation training to the BPCL staff as per the scope of work.

15 Confirmation on handing over of all the software and hardware, tools for defect analysis, identification for marking at site, recording the repair data, documentation etc. as per the scope of work

Signature of the authorized

Signatory Name of the authorized

Signatory Stamp & Date

Therefore detailed description, tools, technology, skills considered for this tender shall be clearly mentioned with minimum accuracy for each type of defect.)

1. Pitting defects 2. General Corrosion. 3. Pipeline weld defects (in seam and girth weld)

including in Heat affected zone. 4. Laminations 5. Dents 6. Mechanical Damages 7. Ovality 8. Axial grooving 9. Axial Slotting 10. Circumferential slotting 11. Circumferential slotting. 12. Pin Holes. 13. Internal Corrosion

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 24 of 78

FORM NO.2

DEVIATION FORM (Technical)

Name of IN LINE INSPECTION Bidder:

Schedule of Deviations in reference to BPCL SPECIFICATIONS for IN LINE INSPECTION system:

1. IN LINE INSPECTION bidder may give here a consolidated list of technical deviations for all sections of the SPECIFICATIONS, which for an appropriate offer is considered unavoidable by him.

2. Deviations mentioned elsewhere in the offer shall not be taken cognizance by the COMPANY and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. All other clauses of the SPECIFICATIONS (not mentioned in this form) shall be deemed to be fully complied by the IN LINE INSPECTION bidder

4. Only the deviations listed herein, in conjunction with the SPECIFICATIONS, shall constitute the contract requirements for the award of job to the IN LINE INSPECTION bidder.

Sr. No.

Page No.

Clause No.

Requirement of the SPECIFICATIONS

Deviations to the SPECIFICATIONS

Remarks

1 2 3 4 5 6

IN LINE INSPECTION bidder

Signature of the authorized signatory :

Name of the authorized signatory :

Stamp & Date :

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 25 of 78

FORM NO.3

ORGANISATION & FACILITIES

1.1 Organisation Chart for Contractor’s Management Team Showing functional groups, lines of authority and communication and relationship to Bidders existing Home and Branch Office organisations and other locations.

1.2 Manpower grades and number, job titles, and resumes of key personnel to be mobilised on

site organisation and off site organisation. Name and details of Project coordinator with his position in organization with his contact details and e- mail address and mail address. Typical Resumes shall list experience, recent client reference and dates of availability. Alternative fully qualified candidates shall also be proposed.

1.3 Prior to proposing its Contract Staff, the Bidder should have obtained from each of its key

recommended candidates for key positions, their acceptance of the assignment.

1.4 A tabulation in graphical form showing Bidder’s factual and anticipated work force commitments and workloads, excluding provisions of these Works, during the period from now until the anticipated completion date of the Works, and the total manpower capacity of any Sub-contractor Bidder’s intends to use for these works.

1.5 Addresses of Bidder’s offices and all other Facilities necessary to perform the Works.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 26 of 78

FORM NO. 4

PROPOSED METHODS OF INSPECTION

Details of the proposed methods of inspection. The Tender should identify the type and details of the inspection tool(s) to be utilized during the execution of the Work. The tool details are to be filled up in the tool data sheet given as Form No. 12.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 27 of 78

FORM NO. 5

LIST OF SIMILAR WORK UNDERTAKEN

Phase I - Instrumented pig Survey with Hi-Resolution magnetization based Instrumented Pig based equipment (Give details of Jobs done in last 7 years) till 30.11.2019

The Tenderer is to list hereunder works undertaken which are in progress or have been successfully completed and might be considered as evidence of its ability to successfully complete the subject of this Tender. Attached relevant supporting documents.

CLIENT LOCATION LINE DESCRIPTION COMMENCED

ON COMPLETED

ON VALUE (S) CLIENT’S

VIEW* LENGTH DIAMETER WALL

THICKNESS

*At least 1 (one) Client’s view / response can be given in separate sheet. This is a mandatory requirement.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 28 of 78

FORM NO. 6

PROPOSED SUB-CONTRACTORS

The Tender must list below the names of its proposed sub-contractors (including those within its own controlling group organization (state “Internal” against them]) that it has fully included for in its Tender.

SERVICE BRIEF

DESCRIPTION % TOTAL VALUE

SUB-CONTRACTOR’S NAME AND LOCATION

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 29 of 78

FORM NO.7

OFF SITE FUNCTION TESTING

The Tenderer to list below the included type and location of testing of equipment allowed for:-

EQUIPMENT DESCRIPTION OF TESTS

(DURATION etc.)

TESTING SPECS

LOCATION

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 30 of 78

FORM NO.8

ON SITE FUNCTION TESTING

The Tenderer to list below the included type and location of testing of equipment allowed for :-

EQUIPEMENT

DESCRIPTION OF TESTS (DURATION

ETC.)

TESTING SPECN

LOCATION

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 31 of 78

FORM NO.9

SITE FACILITIE REQUIRED BY TENDERER

Subject to the Tenderer’s responsibilities stated elsewhere in the Invitation to Tender Document, the Tenderer is to list hereunder such facilities, (e.g. Required area of working space, storage space, and office facilities etc.at site) which it would require to be provided by Bharat Petroleum Corporation Limited for the proper execution of the works.

Tenderers before submission of their offers may at their own discretion may visit the site to assess the facilities existing along / adjacent to the Pipeline route.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 32 of 78

FORM NO. 10

PROGRAMME AND PROGRESS

The Tenderer is required to provide an overall plan to include all the relevant information at the time of tender to demonstrate the work program based on best estimates for agreement by Bharat Petroleum Corporation Limited. The information must comprise a set of logically arranged activities, with specified duration, required resources, milestone (key dates) in Project Monitoring software like Primavera or MS Project or any similar preferably indicating the critical path of the project. A logic diagram and bar-chart showing the critical activities required to illustrate the overall plan.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 33 of 78

FROM NO.11

QUALITY PROGRAMME

The Tenderer is required to have a quality system in accordance with BS-5750 or ISO-9000 and shall submit its QUALITY ASSURANCE MANUAL, list of procedure and quality programme for BPCL acceptance.

FORM NO.12

TOOL DATA SHEET :

(To be filled up by the tenderer)

INSPECTION VEHICLE INFORMATION Type of tool with Model no.

1. NO. OF SENSORS

2. NO. OF CHANNELS PRIMARY SECONDARY

3. AREA COVERED BY EACH SENSOR (MM)

4. SENSOR AXIAL SAMPLING RATE INTERVAL

5. SENSOR SIZE

6. DATA STORAGE CAPACITY (IN GYGABYTES)

7. NO. OF MODULES

8. WALL THICKNESS (MM) A) MAX B) MIN

9. PRESSURE (BAR) A) MAX B) MIN

10. TEMPERATURE (CENTIGRADE) A) MAX B) MIN

11. VELOCITY (M/S) A) MAX B) MIN C) OPTIMUM

12. VELOCITY VARIATION FACTOR

13. SYSTEM RANGE IN TERMS OF TAPE ------------KM

----------- TIME (HRS)

POWER ----------- KM ----------- TIME (HRS)

DURABILITY ----------- KM

14. MINIMUM BORE PASSING CAPABILITY IN % A) STRAIGHT PIPE B) BEND

15. MINIMUM BEND PASSING CAPABILITY (IN D)

16. PHYSICAL DIMENSION OF VEHICLE LENGTH (MM)

WEIGHT (KG)

17. TYPE OF RECORDER

18 OTHER DETAILS

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 35 of 78

FOR FINANCIAL & TECHNICAL BID – For success of the bid, following documents to be uploaded on-line through

e-procurement system on https://bpcleproc.in and in physical form:

Sr.No. Particulars Submission

Online

Submission of Physical Document

1 Signed and scanned copy of Tender Document ×

2 Signed and scanned copy of Annexure I with attachments ×

3 Signed and scanned copy of Annexure II – GCC ×

4 Signed and scanned copy of Annexure III – IP ×

5 Signed and scanned copy of Annexure IV ×

6 Signed and scanned copy of Annexure V ×

7 Signed and scanned copy of Annexure VI – Declaration by Bidder ×

8 Signed and scanned copy of Annexure VII – Particulars of Firm ×

9 Signed and scanned copy of Annexure VIII – Vendor Creation Form ×

10 Bid Outline Document with all forms ×

11 Details of similar works completed during last 7 years with PO/ performance certificate (Signed Copy)

×

12 Certificate from CA stating annual turnover and net positive worth for past 3 financial years. (Signed Copy)

×

13 Audited Profit and loss statement for last 3 financial years (Signed Copy)

×

14 Audited Balance sheet statement for last 3 financial years (Signed Copy)

×

15 Income tax return certificate for last 3 financial years (Signed Copy) ×

16 Proof of EMD as per tender – DD or Bank Guarantee

17 Copy of MSME/NSIC certificate if applicable (Signed Copy)

18 Copy of PAN Card (Signed Copy) ×

19 Copy of GST Registration certificate(Signed Copy) ×

20 NEFT Mandate Form duly endorsed by Bankers ×

21 Cancelled Cheque ×

Note: - All documents submitted for BQC may be verified with originals by the owner if required during the

tendering/execution process.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 36 of 78

5. ADDITIONAL INSTRUCTIONS FOR BQC

5.1 The scope of supply, works, responsibilities, qualification requirements, proneness requirements, functional & operational requirements, technical specifications and In Line Inspection system execution requirements are explicitly stated in the tender documents. Bidder is required to study these requirements in detail and make a proposal in an outline as defined above, completely meeting these requirements.

5.2 Bidder shall be fully responsible for all the jobs as per contract requirement including

pull through test qualification, execution of job at site through various pigging process,

reports submission, defect identification, dig verification, preparation of final reports, indicating repair methods, training, documentation and final report submission, handing over hardware and software tools for planning, data analysis, identification at site, updating of records etc. of In Line Inspection.

5.3 The responsiveness of the bid shall be ascertained through Technical Bid submitted by

the Bidder with bid having incomplete scope of works and/ or which does not comply with the technical requirements shall be considered as substantially non- responsive. The bid determined as non-responsive is liable to be rejected by the COMPANY without any reference to the bidder and may not be subsequently made responsive by the Bidder by correction of the non-conformity. The decision of the COMPANY in this regard shall be final.

5.4 Bidder is required to mandatory make a proposal in a format as outlined in cl. 3.1 above

and further it is in the interest of Bidder to submit complete and comprehensible proposal leaving no scope for the COMPANY to raise any further questionnaires as the proposal may only be evaluated on the basis of what has been submitted by the bidder at the first instance in order to adhere with very strict project schedule requirements.

5.5 Please note that the data indicated in this document needs to be maintained till the

end of the completion of the job. Any changes in the proposal during the actual execution have to be brought into the notice of BPCL and written permission has to be obtained from BPCL in writing by giving proper justification.

5.6 Bidder to note that the Pull Through Test has to be carried out at a date decided

mutually between BPCL and the bidder.

5.7 All quoted prices & rates shall be firm & valid for a minimum period of 180 days from the date of submission of the Bids.

5.8 Offers should strictly be in accordance with the tender terms & conditions and our

specifications. Bidders are requested to carefully study all the documents/ annexures

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 37 of 78

and understand the conditions, specifications, drawings etc. before submitting the

tender and quoting the rates. In case of doubt, written clarifications should be obtained,

but this shall not be a justification for request for extension of due date for submission

of bids.

6. Other Conditions: 6.1 Bids submitted after the due date and time of closing of tender or not submitted in the prescribed format

shall be rejected. BPCL does not take any responsibility for any delay in submission of online bid due to

connectivity problem or non-availability of site and/or other documents to be submitted in physical form

due to postal delay etc. No claims on this account shall be entertained.

6.2 The schedule of Price Bid opening will be advised separately to the tenderer’s who qualify in the credential

/ technical bid.

6.3 Price Bid (to be submitted online only) shall be opened only for those tenderer’s whose credential bid /

technical bid is found acceptable as defined in tender document.

6.4 The online portion of the tender shall have to be submitted through the e-procurement system only on

https://bpcleproc.in.

6.5 The tender document with detailed terms and conditions is also available on our Website

http://www.bharatpetroleum.in/tender/tender.asp but the submission of tender is allowed only through

the e-procurement system on https://bpcleproc.in.

6.6 As a pre-requisite for participation in the tender, tenderers are required to obtain a valid Digital Certificate

of Class III and above as per Indian IT Act from the licensed Certifying Authorities operation under the Root

Certifying Authority of India (RCIA) Controller of Certifying Authorities (CCA). The cost of obtaining such

Digital Signature Certificate shall be borne by the tenderer. In case any tenderer’s so desires, he/she may

contact our e-procurement service provider M/s. E-Procurement Technologies Ltd (ETL) on the contact nos.

+91-40016868/022-65354113/022-65595111/+91-8779425194 or on mailto:[email protected] for

obtaining their Digital Signature Certificate. Any cost regarding registration and obtaining Digital Certificate

will be borne by the bidder.

6.7 Directions for submitting online offers, electronically, against e-procurement tenders directly through

internet:

6.7.1. Tenderers are advised to log on to the website (http://bpcleproc.in) and arrange to register themselves

at the earliest.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 38 of 78

6.7.2. The system time (IST) that will be displayed on e-procurement (e-bid) web page shall be the time

considered for determining the expiry of due date and time of the tender and no other time shall be

taken into cognizance.

6.7.3. Tenderers are advised in their own interest to ensure that their bids are submitted in e-Procurement

system well before the closing date and time of bid. If the tenderer intends to change /revise the bid

already entered, he may do so any number of times till the due date and time of submission deadline.

However, no bid can be modified after the deadline for submission of bids.

6.7.4. Tenderers submitting / uploading the on-line tender documents through digitally signed certificates shall

be construed as their complete agreement with the terms & conditions and that they have fully

understood the tender documents.

6.7.5. Bids / Offers shall not be permitted in e-procurement (e-bid) system after the due date /time of tender.

Hence, no bid can be submitted after the due date and time of submission has elapsed.

6.7.6. Tenderers shall submit price bids only through e-bidding and no physical documents with respect to

price bids should be submitted. In case tenderer submits such physical documents for price bids, the

same shall not be considered.

6.8 Corrigendum/amendment, if any, shall be notified on the site https://bpcleproc.in. In case any

corrigendum/amendment is issued after the submission of the bid, then such tenderer’s, who have submitted

their bids, shall be intimated about the corrigendum/amendment by a system-generated email. It shall be

assumed that the information contained therein has been taken into account by the tenderer. They have the

choice of making changes in their bid before the due date and time.

6.9 Relatives ( relatives means wife, husband, parents, grandparents, children grandchildren, brothers and sisters,

uncles, aunts cousins and their corresponding in- laws.) of officer/s responsible for award and execution of this

contract in BPCL are not permitted to quote against this tender. The tenderer shall be obliged to report the

name/s of person/s who are relatives of any officers of the BPCL & any of its subsidiary Companies i.e. NRL,

BPCL, BPC-KR etc., IOC or HPC or any officer in the State or Central Government, and who are working with the

tenderer in their employment or are subsequently employed by them.

6.10 Bidders who are MSE’s and MSE’s owned by SC/ST shall be allowed purchase preference as per the

government guidelines/ instructions on the subject in force from time to time. Since the Job is non

divisible, a valid MSME vendor who’s quoted rates are within +15% of L1 vendor will be awarded

the entire job, if he agrees to match the rates quoted by L1 vendor. If the vendor is an MSME vendor

and has a valid certificate from NSIC/DIC/KVIC/KVIB/Coir Board/NSIC/Directorate of Handicrafts

and Handloom or any other body specified by Ministry of MSME, they will be exempted from

submitting EMD. In the same, certificate should be attached in the EMD/Document bid. If the

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder Page 39 of 78

certificate is not attached / certificate is not valid/ registration is not done for specified category of

job the bid will be rejected.

All the Bid Qualification Documents certified by TPIA.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 40 of 78

Section III

Scope of Work and Technical

Specifications

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 41 of 78

Section-III Scope of Work and Technical Specifications

1. Work Area Specifications

BPCL jetty is inside JNPT, from where POL products are unloaded through two number of

white oil lines and one number of black oil line. The scope includes intelligent pig survey of

two number of pipelines from BPCL jetty to IOCL 5.5 Kms (approx.)

Pipeline specifications

1.1. W01 : Dia: 610 mm OD (~ 24”) Material : API 5L GRADE B Thickness :- 6.35 mm Length :- 5.5 kms approx. (4.6 kms approx. underground rest above ground) Usage: White Oil (MS/HSD/ATF/Naptha) Flow rate : 1250 kL/Hr (for HSD) MAOP : 8.5 kgf/cm2 (as per hydro test)

1.2. W02: Dia: 610 mm OD (~ 24”) Material : API 5L GRADE B Thickness :- 6.35 mm Length :- 5.5 kms approx. (4.6 kms approx. underground rest above ground) Usage: White Oil (MS/HSD/ATF/Naptha) Flow rate : 1250 kL/Hr (for HSD) MAOP : 8.5 kgf/cm2 (as per hydro test)

2. Reference Codes and Standards 2.1 Reference has been made in this specification to the latest edition/ revision of the

following codes, standards and specifications are to be followed –

S.No. Name of Standard Description

1 NACE SP0102 In-Line Inspection for Pipelines

2 API 1160 Managing System Integrity for Hazardous Liquid Pipelines

3 API 1163 Inline Inspection System Qualification Standard

4 ASME B31.8S Managing System Integrity of Gas Pipelines

5 ASME B31.4 Pipeline Transportation Systems for Liquid Hydrocarbons and other Liquids

6 ASME B31.8 Gas Transmission and Distribution Piping Systems

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 42 of 78

7 ASME B31G Manual for determining the remaining strength of corroded pipelines

8 POF Standards Specifications and requirements for In-Line inspection of pipelines

9 IS 15678 Intelligent Pigging of Pressurized Natural Gas Pipelines – Code of practice

10 OISD 138 Inspection of cross country pipelines – Onshore

11 OISD 140 Inspection of jetty pipelines

12 OISD 188 Corrosion Monitoring Of Offshore & Onshore Pipelines

2.2 In case of conflict between the requirements of this specification and that of the above

referred codes, standards, and specification, the requirements of this specification shall

be governed by engineering officer/In-charge.

Intelligent pigging is one survey that is capable of meeting almost all the requirement for

assessment of health of a pipeline from corrosion failure point of view. Intelligent pig also

known as smart pig is a device which is launched into the pipeline and propelled by the fluid

flow till it comes out at the other end of the pipeline. The intelligent pigging is a special pig

which is fitted with either ultrasonic probes or magnets all around its periphery along with

sensors. The intelligent pigging also carries on board electronics that stores the data which

was finally processed outside and corrosion data generated. Thus intelligent pigging is a

device which provides complete metal loss profile of pipeline. An intelligent pigging is

capable of providing the following information about a pipeline.

- Location, Extent, Shape and Size of metal loss.

- Discrimination of Metal loss between external and internal corrosion.

- Location of valves and other Ferro-magnetic fittings.

- Pipeline ground Profile.

- Gauges, dents and presence of other geometric deformities.

3. Scope of supply and works for bidder/contractor: 3.1 General

The contractor’s work scope shall include the following:- a) Transportation and clearance of all equipment, spares and consumables from

Customers place to owner’ work site.

b) Handling and transportation of imported material to work site including payment of Octroi Charges.

c) After completion of survey, handling and transportation of all equipment and

spares from the work site to the port of import and re-exportation.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 43 of 78

3.2 Technical Work scope

3.2.1 Activities

Mobilization of all equipment e.g. Cleaning pigs, Gauging Pigs, Caliper pigs, Intelligent pigs, Pig locating devices, pig tracking personnel, devices and magnetic marker devices, spares, accessories, consumables, communication devices, transportation of the same to work place and personnel from country of Import to the WORK SITE custom clearance, payment of any kind of applicable duties, taxes including service tax. It is expressly understood that this does not limit the scope of work of the CONTRACTOR in any way. The quantities to be mobilized for different equipment (different types of pigs, pig tracking device, Pipelines locator, Marker device), their accessories, spares, and consumables need to be carefully evaluated by the Bidder taking in to the consideration that in line inspection of various segments should be carried out without any constraint. CONTRACTOR is to mobilize all types of required pigs, accessories, spares, pig locating and tracking devices, in adequate number for completion of entire works within the contract price without depending turnaround time of bringing the pig received from previous run from receiving station to launching station. As such no turn around period shall be allowed due to operational constraints.

3.2.2 Resources to be mobilized before commencing the job:

The following resources are envisaged to be mobilized by the bidder for completion of the job. However, bidder is expected to make their own assessment of actual resources required for them and mobilized accordingly. The followings are only guideline and should in no way be considered as constrained for timely and satisfactory completion of job.

3.2.3 Pig Tracking Devices and Transmitter for Pig Tracking

Contractor shall mobilize adequate numbers of tracking personnel along with transmitters for tracking of pig in the Pipelines under scope of work without waiting for turnaround time. Minimum one (1) number pig tracking device shall be mobilized by the contractor for tracking the pig during run. However contractor should be in position to mobilize additional tracking devices if required depending on terrain, accessibility to tracking location etc.

3.2.4 Consumables

The contractor shall maintain sufficient stock of consumables such as sealing disc, guiding disc for brush, magnetic and gauge pigs, Gauge plates for Gauge pigs, cleaning brush and magnetic assembly for brush and magnetic pigs, sealing cups /supporting cups for EGP and CDP Pigs, besides any other consumables as required, such that under no circumstances the site activities should suffer due to shortage of spares. Further, the contractor shall arrange the following as given below. Connecting cables and clips, cords etc. as required by the job shall be brought in two sets.

• Bolts and nuts, fasteners, pins, spacers and other similar mechanical consumables

should be brought 200% spares.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 44 of 78

• N2 bottles as required during assembly of electronics shall be brought.

• Magnet/ Reference markers for placement (at every 0.5 km interval). Bidder should

note that magnets/ reference markers shall not be retrieved back after completion

of the job. 01 / Km magnetic markers are minimum requirement bidder may choose

to install more as per their expertise for more accuracy.

• Nitrogen required for the pigging operations will be in the scope of the bidder.

3.2.5 Spare Parts For Pipelines Under Scope Of Work:

The contractor shall bring and maintain adequate stock of spare parts for the intelligent pigging job for each pipeline such that under no circumstances the site activities should suffer due to shortage of spares. The contractor shall maintain a minimum stock of spares as given below but not limited to the same: a) 20% of primary and secondary sensors assembly for each size of CDP. b) 15% of cable cord, for electronic and sensors for each group of Pipelines. c) 2 sets of electronic assembly including electronic cords, and other electronic

components which can be replaced at the site by the field personnel. d) Set of all type of Batteries with minimum 200% backup. e) Wear plate/glide shoes of Magnet Assembly in Corrosion detection pig with

minimum 50% backup. f) One spare set of Odometer wheel assembly including cables for each size of

pipe. g) One set of backup software required for calibration of EGP / CDP. h) 200% spare battery backup for pig tracking devices and transmitters.

3.2.6 Tools and Tackles:

The contractor shall bring and maintain all tools and tackles required for the intelligent pigging job for each pipeline such that under no circumstances the site activities should suffer due to shortage of the same. The contractor shall maintain minimum stock of tools and tackles as given below but not limited to the same: a) At least two set of tools and tackles required for servicing of Cleaning, Gauge,

Brush, Cleaning Magnet, EGP /CDP pigs. b) Two sets of lifting sling suitable for each type of pig. c) 03 sets of “COME – ALONG” tackle for with minimum 5 meter of rope for

pulling the tool out of receiver barrel.

3.2.7 Manpower: During all intelligent pigging operations, two teams with adequate skill and qualified personnel (in the field of intelligent pigging) i.e. one for launching and the other for receiving shall be deployed by the contractor along with tools and tackles. All tracking personnel shall have a proper communication device /cell phone. There should be at least one project manager to co-ordinate with pigging team and Owner. All facilities / services, tools, consumables and equipment which the CONTRACTOR

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 45 of 78

feels necessary to fulfil the WORK shall have to be arranged and transported to

work site by him at no extra cost and time to the owner.

3.2.8 Permanent Magnet Markers Supply and installation of sufficient number of permanent magnet markers on the Pipelines at 0.5 Km interval irrespective of availability of permanent Pipelines markers / installations. These permanent magnet markers shall not be retrieved back after completion of inspection work by the Contractor. However, Contractor shall deploy magnet markers of adequate strength so that same shall be detected by high resolution Inspection Pig during inspection considering coating thickness and hydrocarbon product velocities. Technical assistance in the form of guide/survey coordinator, shall be given by the Owner. However, number of such guide/survey coordinator shall be limited to one person per section.

3.2.9 Pull Through Test

Conducting Calibration/Pull through test of high resolution magnetization based Instrumented Pig at Contractor’s work facilities prior to mobilization of intelligent pig and other material at site. Owner at their sole discretion reserves the right to witness and/or to appoint its authorized representative to witness the Pull through test to ascertain diagnostic capability, reliability etc. of the inspection tools to be deployed at site. During pull through test, the OWNER representatives shall be allowed to share the technical information related to the ILI tool, including test pipe data, tool velocity, magnetization level achieved and metal loss inspection performance achieved during testing. Pull through test report for high resolution magnetization based Instrumented pig shall be submitted within four days of performing the test.

3.2.10 Pigging

a) Carrying out adequate number of gauging pig runs in each Pipelines segment covered under SCOPE OF WORK prior to running of cleaning pigs to make final assessment of the line piggability and provide detailed daily site report for each in the approved format before commencing the subsequent run.

b) Carrying out adequate number of cleaning pig runs by running suitable cleaning pig in each Pipelines segment covered under SCOPE OF WORK including pig tracking till such time CONTRACTOR is satisfied with himself about the degree of cleanliness of Pipelines segment and provide detailed daily site report for each run in the approved format before commencing the subsequent run.

c) Carrying out adequate number of electronic geometry (caliper) pig runs in each

Pipelines segment covered under SCOPE OF WORK including pig tracking for each segment decided after findings of gauge pig run and analysis of data of the caliper survey to detect the nature, extent (in% ID of Pipelines) and location of internal constriction (dent) in the Pipelines segment and provide detailed daily site report for each run in the approved format before commencing the subsequent run.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 46 of 78

d) The contractor to submit typical data logs for EGP run along with site report and

demonstrate that the minimum internal bore/maximum constriction detected in the Pipelines do not exceed the limitation of High resolution Inspection tool. Detailed processed EGP logs shall be submitted along with the final Work Report.

e) Carrying out adequate number of intelligent pig runs in each Pipelines segment by running high resolution magnetization based Instrumented Pig tool including pig tracking on each segment to generate valid and physically verifiable data for identification of external and internal corrosion other Defects/anomalies location of girth weld, valves, lateral joints and tees and submit the detailed daily report indicating the data is generated for the entire length of segment. The preliminary site report shall be submitted by Contractor along with the typical data logs of ILI tool. Bidder to note that no pig train shall be permitted in a particular segment due to operational constraints.

3.2.11 Other a) Owner shall not be responsible for supplying any tools tackles or special

tools, tackles or any other equipment as may be required by the Contractor for performance of the work envisaged under the Contract.

b) Complete data acquisition shall be the responsibility of the Contractor.

c) 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.

d) After the completion of field activities the contractor shall demobilise his

equipment and accessories for re-export on receipt of permission for re-export from the Engineer-in-Charge.

e) All equipment and accessories imported by the contractor for the survey

purpose shall be as per the Indian Custom Rules and Regulations. f) Re-exportation of the equipment and production of

certificate/documents that goods shall be the sole responsibility of the Contractor.

g) The Contractor shall provide all equipment necessary to undertake the

success of the operation. The work in different sections may run concurrently to the best convenience of the owner and contractor taking into consideration the Contract Programme.

h) The Contractor should evaluate the pipeline data provided by the Owner

and prepare an operational and logistics programme. However, the programme shall be ultimately finalized after discussion with the Owner’s Representative.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 47 of 78

i) During cleaning procedure, muck/pig residue shall be collected and tested by the contractor, if deemed necessary. BPCL would not carry out any chemical analysis of the pig residue.

j) Supply and Installation of Permanent Magnet Markers is the sole

responsibility of the contractor. The maximum distance permitted for positioning of reference marker is 0.5 km. However, contractor is free to use any permanent pipeline features like valve, tees etc. as reference marker with the GPS Co-ordinates.

k) Reference markers shall be installed by the Contractor prior to carry out

calliper and instrumented pig runs of the pipeline section. l) Chaining in excess of 0.1 Km from an easily identifiable pipeline landmark

like valves/tees or reference marker, for locating any reported defects/ features is not acceptable. Operation of Bench markers / other equipment required for the same shall be the sole responsibility of the Contractor. The Contractor shall provide the list of GPS coordinates along with the reference markers to BPCL.

m) In case during any instrumented pig run, 2 consecutive reference markers

are missed, such runs shall not be acceptable and contractor has to re-run his tool.

n) Tracking of cleaning/calliper/instrumented Pig tracking shall be done by

the Contractor. o) Planning and scheduling for launch of any vehicle shall be done after

getting them approved by the Owner’s Representative. p) In case any cleaning pig or calliper pig or instrumented pig gets stuck /

immobilized in the line, cost associated with removal of stuck pig cleaning or calliper or instrumented pig, will be to the contractor’s account. Contractor shall remove the stuck pig, cleaning or calliper or instrumented pig in whichever way it deems fit. All repair cost to the cleaning or calliper pig or instrumented pig will be to the contractors account. Locating stuck pigs (Cleaning, Calliper and Instrumented Pigs) shall be sole responsibility of the contractor. Contractor shall use the pig cups or discs of suitable design such that there shall not be any flow stoppage or flow restriction due to stuck pig in the pipeline.

q) Any repair recommended by the contractor on the basis of the calliper

survey result shall be attended by the owner. Contractor will make a representative available to witness the repair and make sure it is acceptable. Contractor shall determine whether or not to run another calliper pig or cleaning pig with gauging plate after repair has been done.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 48 of 78

r) Before launching of instrumented pig in the line contractor shall certify

the fitness of the line for smooth passage of instrumented pig for accurate data acquisition. However, in spite of such declaration of fitness by the contractor if the intelligent pig gets stuck or gets immobilised in the line for any reason whatsoever the expenditure in recovering the pig in whichever way deemed fit by the owner shall be to the account of the Contractor. In such case the owner shall also not be responsible for any damage suffered by the instrumented pig.

s) Choice of survey site within the pipeline is entirely at the discretion of the

owner and owner may offer any of the Launcher to Receiver section for performance of the contracted work not necessarily sequential order.

t) If calibration digs are required, the contractor shall expose the line,

remove coat & wrap and make the pipe surface reasonably clean in order to facilitate the contractor to take the readings / measurement under the supervision of BPCL representative. The number of such digs shall be limited to 5 nos only per pipeline. The total no of calibration digs not to exceed 10 nos.

u) Any defect of immediate concern shall be reported to the Owner within 3 (Three) days of completion of tool run.

v) For the verification of the survey report, dig verification to be carried at 5

locations for each pipeline. These defects shall be identified from the Preliminary report submitted by the tenderer(In the Pre-Final report the contractor shall offer the defects for dig verification with metal loss minimum 10 % and more having minimum defect length of 10 mm and above for dig verification). BPCL shall reserve the right to select minimum five or more defects per pipeline.

Out of every 5 selected locations for dig verification 3 locations should match with the report in each pipeline. In case if there is deviation or failure in two digs on the pipeline then the report is not acceptable for that pipeline. BPCL shall allow final chance for the Bidder to recheck the report and submit the revised report for dig verification. BPCL reserve right to select 5 new locations from the revised report submitted. Out of 5 selected locations for dig verification 3 locations should match with the report.

In case second time dig verification fails, then the report shall not be

acceptable. w) Three (3) copies of Final Report for each launcher to receiver section shall

be submitted within 30 days from the date of completion of dig verification activities.

x) Arrangement of in field communication among field crew and between

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 49 of 78

field and base station (launching / receiving stations) during the progress

of the survey is the sole responsibility of the contractor. y) Prior to the inspection operation a visit by the Contractor’s Senior

Engineer will be required to perform a site survey of both launch and receive facilities and to assess the capability of the proposed field operations base.

z) Subsequent to the field visit 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 finalized during the pre-job meeting.

aa) After mobilization of the equipment and crew at site, a meeting shall be

held for finalization of the complete work program and methodology to be adopted during the entire survey work.

bb) The Owner shall give the pipeline in “As Is Where Is” condition during the

entire survey work. The Owner shall be obliged to provide only one guide/survey coordinators and maintain flow in the pipelines. The Owner shall be responsible for doing any and all works on its pipelines and associated systems including operation of valves and maintenance of launchers and receivers at each pigging location.

cc) The contractor shall clean the line and prepare it conducive for quality

data acquisition by making as many runs of instrumented pig as required. Cleaning of pipeline for the purpose of successful calliper survey as well as inspection survey shall form a part of the respective survey activity.

dd) Necessary cleaning pigs in numbers and types as required along with their

spares and accessories shall be brought by the contractor at no extra cost to the owner.

ee) The Contractor shall be responsible for all works other than specified in

clause 3.2.11.bb) above so as to complete the entire survey works including reporting in a manner specified elsewhere in the contract. This will include handling of contractor’s tools and tackles, reference marker position mapping and marking, deployment and operation of pig tracers, continuous tracking of calliper and instrumented pigs during overland running, provision and use of communication sets to establish proper communication whenever and wherever required, handling, transportation and cleaning of pigs, acquisition of quality data, interpretation of survey data, preparation, submission and presentation of final report.

ff) The Contractor shall carry out the survey, supervise the entire survey and

ensure complete and quality data acquisition by making as many runs of

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 50 of 78

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.

1. Cleaning pig: To clean the line perfectly and prepare the same fit for quality data acquisition.

2. Calliper pig: To identify pipeline internal diameter variations to be within 95% of nominal diameter, existence of any bends, kinks, dents, buckles etc.

3. Electronic Geometry Pig (EGP): To identify the pipeline geometry, identification of fittings of pipeline and setting of the distance. The measurement shall cover the entire 360 degree of internal pipe wall circumference using properly oriented and sufficient quantity of sensors. The tool shall be capable to identify and locate the following features as minimum:-

Individual girth weld.

Dent, ovalaity, buckles or any other out of roundness, change in pipeline ID and difference of thickness.

Pipeline seam orientation.

Bend with bend radius and degree of bend.

Valves or any partially closed valves.

4. XYZ Mapping Tool: To determine three-dimensional geographical pipeline co-ordinates using an inertial navigation unit.

5. Dummy profile vehicle (Optional) : To simulate the configuration of the inspection vehicle and compatibility to pipeline system prior to running the intelligent inspection vehicle.

6. The Hi-Resolution magnetization based Instrumented Pig: For corrosion flaw (both internal and external) detection. The tool to be used for the magnetization of circumference as well as longitudinal section of the pipeline to the maximum saturation in order to locate and characterize anomalies as mentioned in the tender.

gg) Calliper Pig and Instrumented 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 at least 3 times the tool run duration considered at minimum flow rate or more than 48 hours whichever is greater. However, the contractor shall be responsible for determining the location of any stuck pig cleaning, caliper and instrumented pig with or without the transmitter fitted therein.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 51 of 78

4. Reporting

4.1. All written and verbal reports shall be communicated only in the English

language. 4.2. The Contractor shall conduct an assessment of the inspection data,

immediately following the inspection run, to establish completeness & quality of inspection data collected. This should be performed on site by a purpose designed computer unit.

4.3. The contract shall provide preliminary report within fourteen (14)

days of the completion of the pipeline inspection survey, a summary report to the Owner, providing notification of any significant defects located. The contractor shall submit the Pre-Final report within 25 days.

4.4. Contractor shall note that the Final report shall be inclusive of

recommendation for remedial measures to be taken by owner with order of priority for rectification of defects location wise, as inferred from data analysis of intelligent pigging complete in all respect. The contractor is required to submit recommendation report for Repair Report (RRR) and Fitness For Purpose (FFP) Report along with the Final Work / Inspection Report for acceptance by BPCL.

The Contractor shall provide three (3) copies each of the final report pertaining to CALIPER SURVEY and INSTRUMENTED PIG SURVEY for each launcher to receiver section of the pipeline. Reports shall be submitted to the Owner’s Representative within 30 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 member of its technical staff on presentation of the report, in order to discuss and corroborate the technical contents.

The final report for each section shall be a detailed presentation of the work program, result and conclusions which shall be submitted in hard back A-4 files or four (4) ring binder type and CD ROM ( 3 sets of each section) . The name, diameter and extremities of the pipeline, inclusive of date of survey and volume numbers, shall be printed on the front face and spine of the files. The file shall contain only the information of the complete pipeline survey in the following format:-

i. INTRODUCTION AND PROJECT REQUIREMENTS General introduction and project aim.

ii. PIPELINE DATA

As supplied by the Owner.

iii. LOCATIONS AND EXTREMITIES OF SURVEY

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 52 of 78

Any anomalies between the Owner’s original job requirements

and actual performed survey’s should be highlighted in this section.

iv. 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.

v. MAIN REPORT SECTION

The main report section shall consist of the

following format:-

A: DATE OF SURVERY;

B : OPERATOR NAME(S) AND IDENTITY;

C : INSTRUMENTS USED (INCLUDING SERIAL

NO’S);

D : PROCEDURE AND TECHNIQUE USED IN

SURVEY;

E: CALIBRATION, SEARCH PARAMETERS AND

SENSITIVITY;

F : ERROR PARAMETERS;

G: METHOD OF ACQUISTION, COMPILATION AND ANALYSIS;

H : GPS COORDINATES OF REFERENCE MARKERS, ALL GIRTH WELDS, AND DEFECTS

I: XYZ MAPPING WITH LONGITUDINAL ACCURACY +/-1 METER,

LATTITUDE ACCURACY +/- 1 METER AND ELEVATION ACCURACY +/- 1 METER.

J : A WRITTEN AND PICTORIAL REPORT ON THE SURVEY RESULTED IN THE FORMAT WHICH SECTION SHALL CONTAIN WITH DETAILS, AS A MINIMUM, THE FOLLOWINGS :-

1) Metal Loss Listing - a record of all reportable metal loss

general and pitting corrosion in actual dimensions of length, width , maximum & average depth, showing distance from

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 53 of 78

reference point and orientation like Clock Position , GPS co-

ordinates & specifying whether Internal/ External to pipe wall including the type of defect.

2) List of Manufacturing and Construction Damage

3) List of weld defects and HAZ defects

4) List of Axial grooving, circumferential grooving, axial slotting, circumferential slotting, pin holes, laminations etc.

5) List of internal corrosion defects.

6) List of pipeline leak repair clamps, repair sleeves, other metal contacts, pipe to cable connections, valves, insulating joints, other features etc.

7) All metal loss defects shall further be segregated into separate lists for the following :

(A) For all pitting having minimum depths greater than 0.15t and more lists (For general corrosion) as per the defects severity level given below:

a. Metal loss equal to 10% of wall thickness to 20% of wall

thickness.

b. Metal loss equal to 21% of wall thickness to 30% of wall thickness.

c. Metal loss equal to 31% of wall thickness to 40% of wall thickness

d. Metal loss equal to 41% of wall thickness to 50% of wall thickness.

e. Metal loss equal to 51% of wall thickness to 60% of wall thickness.

f. Metal loss equal to 61% of wall thickness to 70% of wall thickness

g. Metal loss equal to 71% of wall thickness to 80% of wall thickness

h. Metal loss equal to 81% of wall thickness to 90% of wall thickness

i. Metal loss equal to 91% of wall thickness to 100% of wall thickness

In this listing discrimination shall be made between external & internal pipe wall defects.

(B) Summary and statistical report of metal loss tools,

The summary report of metal loss tools shall contain a listing

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 54 of 78

of per section,

1. Total no. of anomalies. 2. Number of internal anomalies. 3. Number of external anomalies. 4. No. of general anomalies. 5. Number of pits. 6. Number of axial and circumferential grooves. 7. Number of anomalies with defect depth 0 - < 10% t 8. Number of anomalies with defect depth 10 - < 20% t 9. Number of anomalies with defect depth 20 - < 30% t 10. Number of anomalies with defect depth 30 - < 40% t 11. Number of anomalies with defect depth 40 - < 50% t 12. Number of anomalies with defect depth 50 - < 60% t 13. Number of anomalies with defect depth 60 - < 70% t 14. Number of anomalies with defect depth 70 - < 80% t 15. Number of anomalies with defect depth 80 - < 90% t 16. Number of anomalies with defect depth 90 - 100% t 17. Number of anomalies with ERF 0.6 - < 0.8 18. Number of anomalies with ERF 0.8 - < 0.9 19. Number of anomalies with ERF 0.9 - < 1.0 20. Number of anomalies with ERF>= 1.0

(C) Following histograms shall be provided over appropriate section lengths of the pipeline

1. Number of anomalies in section with depth < 0.4 t 2. Number of anomalies in section with depth 0.4 t – < 0.6t 3. Number of anomalies in section with depth 0.6 t -< 0.8t 4. Number of anomalies in section with depth >= 0.8t 5. Number of anomalies in section with ERF 0.8 -< 1.0 6. Number of anomalies in section with ERF >= 1.0

(D) The following plot shall be provided,

1. Sentenced plot including ERF =1 curve of anomaly length against the metal loss feature depth showing all anomalies for the predominant wall thickness.

2. Orientation Plot of all anomalies over the full pipeline length.

3. Orientation of plot of all internal anomalies over the full pipeline length.

4. Orientation of plot of all external anomalies over the full pipeline length.

5. Orientation of plot of all anomalies as function of relative distance to the closest girth weld.

(E) Summary of the statistical report of geometry tools,

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 55 of 78

The summary report of geometry tool shall contain a listing of -

1. Total number of dents. 2. Total number of ovalities. 3. Number of dents with depth 2-< 6 % of ID. 4. Number of dents with depth >= 6% of ID 5. Number of ovalities* 0.1 > ratio<0.05 where [ *Ovality

= (ID max- ID min)/ ( ID Max+ IDMin)] 6. Number of ovalities* with ratio >= 0.1 where [ *Ovality

= (ID max- ID min)/ ( ID Max+ IDMin)] 7. Orientation plot of all dents over the full pipeline length. 8. Orientation plot of all ovalities over the full pipeline length.

(F) Fully assessed feature sheets.

Fully assessed feature sheets shall be provided for all the serious indications. Selection of the serious indications shall be based on depth and pressure for all the anomalies. The fully assessed feature sheets are required for the anomalies having ERF equal to 0.6 and more.

Fully assessed feature sheets shall contain the following information to the following specification.

1. Length of pipe joint and (when present) orientation

longitudinal seam at start and end of every joint. 2. Length and longitudinal seam orientation of the three

upstream and three downstream neighbouring pipe joints. 3. Log distance of features like magnet markers or any

reference markers, fixtures, steel casings, tees, valves etc. on the first three upstream and downstream pipe joints.

4. Distance of upstream girth weld to nearest, second and third upstream marker.

5. Distance of upstream girth weld to nearest, second and third downstream marker.

6. Distance of anomaly to upstream girth weld. 7. Distance of anomaly to downstream girth weld. 8. Orientation of anomaly. 9. GPS coordinates of all the girth welds and anomaly.

10. Anomaly description and dimensions. 11. Internal/ External and mid wall indication.

(G) Estimated Repair Factor .

Rank the reported anomalies in the pipeline on the basis of a first screening of severity, the Estimated Repair Factor (ERF) shall be

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 56 of 78

calculated . The ERF is defined as ,

ERF = MOP/ Psafe.

Where Psafe is the safe operating pressure as calculated by ASME B 31G latest version.

Mechanical damage : All dents (plain dent as well as kinked dent) having depth greater than 2% of pipe diameter shall be detected, sized (depth to be given as a % of pipe OD or in mm.) and reported with distance from nearest reference point and GPS co-ordinates.

Metal loss defects in mechanically damaged area : All those spots where metal loss defect(s) are present on or near mechanically damaged area shall be identified and reported with respect to distance from nearest reference point and GPS co-ordinates.

Pipeline Tally - A computer listing of all pipeline features like scrapper traps, valves, tees, clamps, sleeves, bends, welds, casing pipes, bench markers, fixtures & fittings designated by distance.

Orientation (clock position) of longitudinal weld seam of each pipe (joint) manufactured by LSAW process.

A listing of all abnormal pipe joints like puffs used in lengths of 2 to 4 meters, heavy wall thickness section pipe etc. designated by their length & distance from reference point.

Feature Identification Sheet with details including pictorial presentation, of five pipe joints each upstream and downstream of all defects having metal loss greater than 0.4 t, showing distance from nearest above ground reference points.

Presence of metal loss defects along with mechanical damages like dents etc. shall be separately listed. The metal loss in % to be denoted for the Dents.

Recommendation for repair report. ( RRR) Fitness for purpose report. ( FPP)

4.5 Reporting software:-

In addition to above information in hard copy, contractor has to supply a PC/LAPTOP

based data interpretation and analysis highly sophisticated software package capable

of managing enormous amount of data collected, large and diverse quantities of

inspection data of each pipeline section. The pipeline software shall provide easy data

integration, viewing, reporting and analysis capabilities in order to get a clear picture

of the pipeline’s condition.

The software shall display the pipeline trajectory, characteristics, maps, and height profile to perform location based analysis.

The software shall also presents the three-dimensional virtual view of the pipeline

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 57 of 78

including feature locations and characteristics.

The software should be capable of presenting the inspection data in textual as well as hi-resolution graphics format in the screen and on print. The data shall be easy to transfer on the Microsoft Windows Operating System based programmes like MS Excel, MS Word, etc.

Such software shall have a facility to allow the owner to add its own data files to pipeline inspection record, giving flexibility to data file merging, record and notation and interactive analysis.

The software shall preferably have the following features also:

(i) Menu driven command interface

(ii) Icon driven report generation

(iii) Pipeline reference window

(iv) Text report window

(v) Pipeline inspection catalogue

(vi) Pipeline zoom and pan

(vii) Pipeline feature search and Go to

(viii) Pipeline segmentation (ix) Interactive reports incl. Feature Location Sheets of all defects with detailed ref.

points

(x) Sorting possibilities (by distance etc.), Filter option (feature wise), GPS Coordinates

(xi) Print facility.

In addition the software should have the capability to compare and display the significance of each detected defects compared to internationally acceptable codes like ANSI/ASME B31.G. (Latest revision)

Hardware requirement :-

a) The owner shall prefer the compatibility of the software for optimal performance in a PC/ Laptop having minimum following configuration:

(i) Intel® Core™ i5-5th Gen Processor 2.4GHz with Turbo Boost up to

2.80 GHz (ii) Genuine Windows® 10 64-bit (iii) 15.6 inch wide (Full HD: 1920x1080) TFT colour display (iv) ROM Drive with DVD SuperMulti Burner (may be external) (v) Advanced Connectivity: eSATA/USB port, HDMI Output, Wi-Fi,

Bluetooth, Multi card slot, Card Reader

b) As with the help of XYZ mapping of pipeline, all GPS co-ordinates assigned to the features, installations, etc. on the pipeline to be located at the site with the help of GPS enabled hand held equipment. This GPS enabled hand held equipment’s (two no.) shall be supplied by the successful bidder after successful completion of dig verification and shall be compatible for the

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 58 of 78

working in India. The quoted rates by the contractor for the schedule of prices

shall be inclusive of GPS tool.

The equipment’s detailed Engineering Data and its operation shall be submitted along with the technical bid.

c) The contractor shall hand over one no of new laptop of above configuration

to BPCL with all software and data of Final report for the purpose to facilitate the site activities during pipeline repairs. The quoted rates by the contractor for the schedule of prices shall be inclusive of laptop.

5. Contractor’s Procedures

5. 1. The Contractor shall submit to the Owner a complete copy of their written inspection procedures and specifications, appended to which shall be copies of all qualification tests.

5. 2. Lists of all equipment, including serial numbers (where applicable) makes

and models are to be provided to the Owner.

5. 3. The Contractor shall submit a detailed method statement and bar chart to explain how it intends to progress and complete all phases of the Services. This statement shall include but not be limited to the following :-

i. Operational limitations;

ii. Launch and recovery of equipment; iii. Operational/maintenance time per day working period; iv. Pig Tracking; v. Emergency devices/procedures and back up support.

The detailed bar chart should show all major activities relating to the Services and should include as a minimum:-

I. Mobilisations; II. Actual survey period;

III. Report preparation and submission.

5.4 Association of Owner’s Engineers during Analysis and Interpretation of Data

5.4 .1. During analysis and interpretation of final inspection data at the

contractors data analysis centre for BPCL representatives shall be associated for 20 man-days. The expenses for the passage and stay of owner’s representatives will borne by the owner. It shall be the responsibility of the contractor to render all requisite assistance to owner’s Engineers in familiarisation of data analysis and interpretation such that they are conversant with the defect location and rectification in actual field condition.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 59 of 78

5.4 .2. Training for up to 5 Engineers/Officers of the Owner, in India, for 5 days to be conducted by the Contractor in familiarisation of data analysis and interpretation.

5.4 .3. Conveyance/Lodging/Boarding: The cost of conveyance, lodging/boarding etc. of contractor/ bidder’s personnel for the site installation, commissioning and while imparting training to BPCL staff will be borne by the contractor/ bidder.

6. Technical Specifications

6.1. The Contractor should advise the Owner of the Optimum traversing speed

(velocity metres per second) of the instrumented pigging vehicle (per line size) required to ensure the accurate detection of all significant features.

6.2. As a minimum, the Contractor shall identify and interpret the following

pipeline features: 6.2.1 PITTING

A pit is defined as metal loss of area less than 3 t x 3t (where t is nominal wall thickness) affecting the surface area of the pipe (internal or external). The Contractor shall specify the size and depth of the corrosion feature.

6.2.2 GENERAL CORROSION

General corrosion is defined as metal loss greater than 3 t x 3 t affecting the surface area of the pipe, having a surface area larger than that of pitting corrosion.

6.2.3 MANUFACTURING AND CONSTRUCTION DAMAGE

Contractor shall to its capability identify all mill and manufacturing flaws, damage that was caused prior to and during commissioning of the pipeline such as gouges, dents, buckles etc. The Contractor shall detail the capability of the vehicle and shall identify the configuration and extent of all such defects.

6.2.4 WELDS

All pipeline girth welds shall be identified and recorded, the Contractor as per their inspection capability inspect and report all corrosion (external and or internal) in and across the girth welds and ERW longitudinal seam weld and associated Heat affected Zones (HAZ), identify the extent of the weld shadow, lack of penetration or any crack like indications. The bidder shall clearly/adequately describe separately in the bid the principles (technologies) involved in the detection, location, sizing and reporting of corrosion (external and or internal) in the girth welds and longitudinal weld seams manufactured by Electric Resistance Welding

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 60 of 78

(ERW) process wherever applicable.

The capability or otherwise to detect, locate, size and report corrosion (external and or internal) on girth welds and longitudinal weld seams manufactured by Electric Resistance Welding (ERW) process may, however, not be the sole reason warranting technical rejection of the bid.

6.2.5 AXIL SLOTTING, CIRCUMFERENCIAL SLOTTING, AXIL GROOVING,

CIRCUMFERENCIAL GROOVING AND PIN HOLES:

All the axial slotting, circumferential slotting, axial grooving, circumferential grooving and pin holes shall be detected by the instrumented pig.

The bidder shall clearly/adequately describe separately in the bid the principles (technologies) involved in the detection, location, sizing and reporting of axial slotting, circumferential slotting, axial grooving and circumferential grooving and pin holes in pipelines.

6.2.6 FITTINGS AND ATTACHMENTS

The Contractor should at their discretion detail and confirm the quantity and extent of fittings and attachments.

6.2.7 FEATURE LOCATION ACCURACY

Longitudinal (axial) accuracy shall be less than 0.25% from a reference point. With the help of GPS co-ordinates, the accuracy of detection of defects, installation, etc. on pipeline with the hand held GPS or DGPS enabled tool shall be +/- 1 M. hand Held Equipment.

6.2.8 CIRCUMFERENTIAL LOCATION ACCURACY

The circumferential accuracy shall be within + / - irrespective of diameter. All defects / features shall be referenced to the 12 0’clock position (top of pipe), in the upstream direction referenced from the first upstream circumferential weld and in addition converted to kilometer point (KP) reference.

6.2.9 FLAW DETECTION LIMITS

The Contractor shall meet the minimum requirement as specified below for each segment to be surveyed at POI 90%.

(A) Pitting Corrosion (defects of area less than 3 t x 3 t)

I. Minimum pitting depth measurement (at POD = 95%) : 0.15 t

II. Sizing accuracy : ± 0.15 t

(B) General Corrosion( defects of minimum area equal to 3t x 3t and of more area)

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 61 of 78

a) Minimum depth measurement. (at POD = 95%) : 0.1t b) Minimum Defect length measurement : +/- 15

mm c) Minimum Defect width measurement : +/ - 15

mm d) Acceptable accuracy / tolerance on depth measurement : +/- 0.1t e) Acceptable accuracy / tolerance on size measurement : +/- 15

mm

(C) Axial Grooving ( defects of minimum area 4t x 2t )

a) Minimum depth measurement (at POD = 95%) : 0.15 t b) Sizing accuracy : ± 0.15 t

(D) Axial slotting ( defects of minimum area 2t x 0.5 t)

a) Minimum depth measurement (at POD = 95%) : 0.15 t b) Sizing accuracy : ± 0.15 t

(E) Circumferential slotting ( defects of minimum area 2t x 4t)

a) Minimum depth measurement (at POD = 95%) : 0.15 t b) Sizing accuracy : ± 0.15 t

(F)Circumferential grooving ( defects of minimum area 0.5t x 2t)

a) Minimum depth measurement (at POD = 95%) : 0.15 t b) Sizing accuracy : ± 0.15 t

(G)Pin Holes ( minimum sizing accuracy 10mm)

a) Maximum defect length measurement. : 10 mm b) Maximum defect width measurement. : 10 mm c) Acceptable accuracy/tolerance on depth measurement : +/- 0.15t

(“t” is nominal wall thickness of pipeline & “POD” is Probability of Detection)

6.3 Joint Dig Verification of defects:

6.3.1 For the verification of the survey report, dig verification to be carried at 5

locations per pipeline (most critical/major defects). These defects shall be identified from the Preliminary report submitted by the tenderer (In the Pre-Final report the contractor shall offer the defects for dig verification with metal loss minimum 10 % and more having minimum defect length of 10 mm

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 62 of 78

and above for dig verification). BPCL shall reserve the right to select minimum

five or more defects per pipeline.

Out of every 5 selected locations for dig verification 3 locations should match with the report in each pipeline. In case if there is deviation or failure in two digs on the pipeline then the report is not acceptable for that pipeline. BPCL shall allow final chance for the Bidder to recheck the report and submit the revised report for dig verification. BPCL reserve right to select 5 new locations from the revised report submitted. Out of 5 selected locations for dig verification 3 locations should match with the report.

In case again 2 defects are not matching the Dig verification requirement, the report is not acceptable.

BPCL shall witness for the verification of defects after exposing the pipe at those locations in presence of contractor’s representative. Measurements will be taken jointly to characterize the defects. The joint verification report shall thus form a part of the final report.

6.3.2 Measurements of defects verified jointly, shall match the specification as set

forth herein above under clause no. 4 of this section within the specified accuracy limits given in the above mentioned clause 6.2.9.

The feature location accuracy shall be +/- 1 meter at site. The feature to be located at site with hand held GPS or DGPS equipment based on the GPS coordinates mentioned in the report. The same shall be confirmed at site during the dig verification.

Contractor shall note that during dig verification in case the feature location marked by the contractor as proposed by owner is found not in the range of +/- 1 meter range then that dig verification shall be treated as failed.

During dig verification all the tools and instruments used by the contractor i.e. GPS or DGPS and any other tools giving effective results shall be handed over to BPCL, with new tools and instruments of the same make and model. Contractor shall note that separate payment shall not be made for this.

7. Scope of Supply and Works for BPCL:

1.1 The Owner shall give the pipeline in “As Is Where Is” condition during the entire In Line Inspection work. The Owner shall be obliged to provide only one guide/survey co-ordinators and maintain flow in the pipelines. The Owner shall be responsible for doing any and all works on its pipelines and associated systems including operation of valves

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 63 of 78

and maintenance of launchers and receivers at each pigging location.

1.2 Necessary Work Permit and clearance for carrying out the activities

related to In Line Inspection Job in company premises and Right of User (ROU).

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 64 of 78

Section-IV

Special Terms and Conditions (STC)

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 65 of 78

Section-IV Special Terms and Conditions (STC)

1. Location of Site: BPCL jetty is inside JNPT from POL products are unloaded through 2 white oil lines, at the end of the white oil lines, CP system is present to avoid corrosion in pipelines. Work permit (as per OISD 105) will be issued to contractor, which he will have to revalidate every day. JNPT is custom notified area, having CISF security cover. Kindly note that all the persons to work/enter in plant should have valid police verification certificate/Valid passport and arrangement of Gate entry passes and material gate passes will be arranged by Bidder at their own cost. In case of any problem BPCL will guide.

2. Site Restriction: The entire work is to be carried out in on pipelines from BPCL jetty t IOCL terminal. The contractor may have to follow the timings of the terminal and have to work under restricted conditions. The bidder MUST visit the location and familiarize themselves with location, operating / working conditions as well as any other local factors which could influence the working. His quote should take care of any such restrictions/ conditions etc. and any claim afterwards will not be entertained. It is suggested that the Tenderer may visit the site in order to have a clear understanding of site conditions and factors.

3. Completion Time: The completion time for job is 120 days The progress of work is likely to be interrupted on account of operation in such unit/s. Stoppage of work under such constraints shall not entitle, successful tendered to claim any compensation for idling of machinery. Manpower etc. during such interruptions. TIME SCHEDULE FOR COMPLETION –

Description of WORK Time of

Completion

Execution of on-line inspection of the pipeline, detection of defects and pipelines features, by

4 (Four Months)

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 66 of 78

intelligent pigging in sequence of running of

preliminary cleaning, magnetic cleaning pigs, followed by gauge pig, electronic geometry (caliper - if required) and intelligent pig etc. along with XYZ mapping concurrently with MFL-CDP tool run, interpretation of data, data analysis, preparing WORK report of inspection findings, dig site defect verification, acceptance of report recommendations for repair strategy to be adopted by COMPANY, including Custom Clearance, mobilization and demobilization of INSPECTION EQUIPMENTS, pigging tools, tracking equipment, manpower etc.

3.1. Completion Time shall be reckoned from from the date of acceptance of LOI

by the qualifying bidder. The progress of work is likely to be interrupted on account of operation in such unit/s. Stoppage of work under such constraints shall not entitle, successful tendered to claim any compensation for idling of machinery manpower etc. during such interruptions.

3.2. The time indicated above is for completing the WORK in all respects as per DRAWINGS, specifications and provision of CONTRACT and instructions of ENGINEER-IN-CHARGE.

3.3. The time of completion stipulated above is inclusive of time required for

mobilization of equipment’s and personnel at site by the CONTRACTOR as well as for demobilization.

3.4. The bidder should be fully equipped with adequate manpower, equipment,

spares, and consumables as required for Inspection tools/Pigs and capable of executing the field activities including intelligent pigging at all the sections of pipeline.

3.5. The Permanent Marker Magnets shall be despatched within 3 weeks of

Purchase order placement/Date of Fax/E-mail of Indent and received at BPCL site within 3 weeks from Date of Fax/E-mail of Indent.

3.6. Bidder shall give every day a report on progress of work done on previous day in the format prescribed by the Engineer-in-Charge.

4. Payment Terms: Payments will be made within 15 days of submission of invoices after submission of accepted reports. Being very specific job connected with service items only. No retention money/ PBG will be retained. All payment will be released after successful completion/ acceptance of

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 67 of 78

detailed reports.

However, successful bidder has to submit security deposit for 5% of the tender value or Rs. 5,00,000 / USD 6945 whichever is less within 15 days from LOI and the same will be retained with the organization, no interest will be paid on the amount deposited. The contractor shall be paid for services actually carried out against the contracted pipeline as described in the “Scope of Work”, of the tender document, as per the following schedule of payment.

Sl. No.

Description of Item % of contract

value

1 On installation of magnetic markers on pipeline Nil

2 On completion of mobilization of the cleaning and caliper tools

Nil

3 On completion of cleaning and caliper survey

Nil

4 On completion of mobilization of inspection tools and crew

Nil

5 On completion of demobilization of Inspection tools and accessories.

Nil

6 On submission of pre-final report Nil

7 Acceptance and certification of dig verification based on the pre final report

20%

8 On submission of final report 20%

9 On acceptance of final report and submission GPS based tools and Laptops.

60%

5. Contractor’s Scope on Supply of Materials: Contractor shall supply at their cost all materials required i.e. nut & bolts and other items, not covered in tender, but required to be arranged for successful completion of job, will be born/ arranged by contractor on their cost. View this, the tenderer is advised to visit the site and get them self fully acquainted with all site conditions, constraints, and other arrangement & tools requirements. All materials supplied by contractor shall be as per the relevant IS code / mfg. recommendation and as advised by the Engineer in Charge. The relevant test certificates etc. to be submitted to site in charge.

6. Delays Due To Force Majeure:

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 68 of 78

In the event of causes of Force Majeure occurring within the agreed delivery terms, the

delivery dates can be extended by the Owner on receipt of application from the Bidder without imposition of Price Reduction for Delay. Only those causes which depend on natural calamities, civil wars and national strikes which have duration of more than seven consecutive calendar days are considered the causes of force majeure. Causes like strikes / lockout at Bidder's works for more than ten consecutive days and Government Act such as major power cut for a consecutive minimum period of 30 days and other direct legislative enforcement shall also constitute Force Majeure.

The Bidder must advise BPCL by Registered letter duly certified by local Chamber of Commerce or statutory authorities, the beginning and the end of the cause of delay immediately, but in no case later than 10 days from the beginning and end of such cause of Force Majeure condition as defined above.

7. Other conditions

7 .1. The Bid shall be awarded on lowest Quote basis including all taxes. For evaluation

and comparison purposes, the currency of the Bid shall be converted into a single currency, and that will be Indian Rupees only at the exchange rate published by Financial benchmarks India Pvt. Ltd., on the date of opening (Tender Due Date). In case the reference rate for USD/ INR conversion on Financial benchmarks India Pvt. Ltd., on the day of opening is not available, immediate preceding exchange rate published by Financial benchmarks India Pvt. Ltd shall be considered.

7 .2. During any hot/electrical works, all efforts to be made to provide safety of the

jetty facilities and persons by adhering to safety clothing and work area to be done with card “WORK IN PROGRESS ”.

7 .3. The details of pig launcher and receiver at each stations of the pipeline is given at Annexure IV, contractor should certify in his offer the suitability of the launchers and receivers for smooth launch and receive of cleaning, caliper and instrumented pig.

7 .4. Contractor shall submit mobilization plan for all equipment, spares, manpower and consumable separately, to be brought in India, within fifteen days of issue of LOI or signing of contract whichever is earlier for information of BPCL.

7 .5. Obtaining the Customs Clearance permit (CCP) for all the equipment, spares and consumables proposed to be imported for the execution of contract is the responsibility of the Contractor. Any documentation required for the facilitation of the contract work required from BPCL shall be issued by Company.

7 .6. Official clearance of all the equipment, spares and consumables from customs at

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 69 of 78

the port of Mumbai shall be the responsibility of the contractor. Subsequent

handling, storage and onward transportation to the survey site and back to the port of import for re-exportation after completion of the awarded work including Octroi clearance for inland transportation, payment of octroi charges shall be the responsibility of the Contractor.

7 .7. Payment of Freight, Custom Duty, CHA charges, Local transportation, Octroi and any other related charges for import of all equipment, spares etc. required for smooth execution of contracted work shall be borne by the contractor.

7 .8. All requisite documents required for Customs Clearance Permit (CCP) or to be filed along with Bill of Entry, shall be made available to owner/owner’s representative in advance keeping in view the mobilisation period allowed under the contract.

7 .9. All equipment, accessories and consumables required to be imported to India for smooth performance of the survey, shall be properly tagged and identification marks put on the body of the packing crate.

7 .10. Re-exportation of equipment imported under mobilisation - 1 & mobilisation 2 within 30 days from the date of importation into India shall be the sole responsibility of the contractor.

7 .11. No re-run charges will be admissible. The contractor shall be completely responsible for quality data acquisition by making as many runs as required for the purpose.

7 .12. The payment shall be as per Schedule of Price and Rates and shall be made only when the job is satisfactorily completed and certified by the Owner’s Representative/Engineer-in-Charge.

7 .13. Completion Certificates, programme reports, site reports, minutes of pre-job meeting, and any other meeting, shall be submitted by the Contractor to the Owner’s Representative at the completion of each activity.

7 .14. The quoted price shall accompany all the inclusions and exclusions clearly indicated in the price bid format.

7 .15. Special conditions of contract detailed in above shall be read in conjunction with the General Conditions of Contract, work specifications and other documents forming part of the tender wherever the context so requires.

7 .16. Where any portion of the General Conditions of Contract and conditions or terms

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 70 of 78

given elsewhere in the document is repugnant to or at variance with any

provisions of special conditions of contract than the provisions of the special conditions of contract shall be deemed to override the provisions of the general terms and conditions or terms given elsewhere in the document.

7 .17. Contractor shall note that the length of the pipeline section may slightly vary. No additional payment shall be made to the contractor in case there is any increase in the length of pipeline section.

7 .18. All work at site will need specific permission only and under constant supervision

of a qualified contractor’s representative at all the times during execution.

7 .19. The tenderers are requested to study the scope of work enclosed with tender. These are broad specification for reference purpose only. Minor amendments may be implemented entirely on discretion of Engineer In-charge.

7 .20. The work is required to be done in a working/operating location, the party has to

get necessary Hot/cold work permits from the concerned officer in location as per OISD standards and all workmen should be provided with necessary safety helmet, safety belts, safety shoes, life jackets, life buoys and other standard safety equipment’s. Any delay on account of non-adherence to safety norms, rules and regulations of plant; as well as obtaining work permits from the plant shall not be accounted for the delay in completion of job.

7 .21. Electricity, water required for maintenance job supplied by the BPCL within 100

mtr. Distance at Jetty ; but contractor has to make necessary safe/ secure arrangement to take electricity/ water connection. Further electricity provision available at Jetty is max. 6 KW and in case required electricity is more, the contractor will have to make their own arrangement.

7 .22. Special supports, platforms, accesses, ladders etc. to be provided by bidder

including permission from port/ other authority.

7 .23. Contractor will be entirely responsibility for security / safety of temporary stores for storage of material, tools and other equipment’s at site.

7 .24. You would be required to engage adequate number of manpower so as to carry

out all the work satisfactorily. The persons employed should be of suitable age for brisk working and should have knowledge about the work, inside the plant. No person above the age of 60 years or below 18 years shall be employed by you in the plant.

7 .25. The rates quoted should inclusive all the material, labor, power Equipment’s,

crane, hydra, other tools and all the taxes, custom duties including GST. However, BPCL reserve the right to get furnished the invoice/ bill indicating separately service tax/ other tax component, while releasing the payment to the contractor. The rate quoted shall be firm during the entire tenure of contract (i.e., till completion of the job ) and shall not be altered / revised on account of increase in

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 71 of 78

cost of materials, labor, taxes etc. or any other reason whatsoever in nature. Any

variation in Govt. taxes/ duties/ levies will be reimbursed/ recovered during the contract tenure.

7 .26. Liquid Cargo jetty is under the surveillance of the CISF, entry & exit inside the port

is governed by the security norms of CISF. Contractor shall abide by the all the rule and security norms of the CISF. Contractor shall be responsible for the manpower gate pass & material entry in to the port, BPCL will assist in case of admin difficulties only.

7 .27. It is to be noted that all type of petroleum products are handled at BPCL Jetty,

safety aspect has to be given paramount importance, while carrying out the job. The list of safety precautions will be given along with work permit. Strict compliance would be the contractor’s responsibility. Further safety norms to ensure avoid accidents during the execution of the work, especially men working at heights etc. Contractor may accordingly, include the over heads in their quote, no additional compensation will be made on this account.

7 .28. The liability for any accident/mishap and the loss thereof lies totally with the

contractor and BPCL is not responsible for any payment/compensation etc. whomsoever.

7 .29. On completion of the job contractor will arrange to keep all rust & debris removed

from the site / jetty at designated place within IOC terminal area without any additional cost to BPCL. The contractor will maintain and ensure utmost vigilance and high standard of safety practices while carrying out the job at site.

7 .30. It is to be noted that all jobs will be executed adopting relevant IS Codes &

Standard Specifications, as being followed in corporation for similar nature of works.

7 .31. Contractor should comply with all rules and regulations as per EPF/ESIC, minimum

wages act, workmen compensation act, Contract Labor Acts (central)/ Laws and other statutory regulations etc. complete as applicable. Contractor should produce and submit necessary documents as proof of compliance.

7 .32. It is to be noted that, if any difference of the opinion / understanding occurs in

general terms & condition and special conditions of the contract, only special conditions of the contract will be prevail.

7 .33. BIDDER shall arrange for residential accommodation for his staff and workers at his own cost and the contracted rates shall be deemed to include the same.

7 .34. All demurrage, wharfage and other expenses incurred due to delayed clearance of the materials or any other reason shall be to the account of the CONTRACTOR. CONTRACTOR will make arrangements for getting the necessary documentary import clearance formalities completed at the port of disembarkation, through his

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 72 of 78

local representatives or he shall make adequate timely arrangements for all such

clearances.

7 .35. Owner reserves the right to accept / reject any or all bid qualification documents at their sole discretion without assigning any reason whatsoever.

7 .36. Owner is not responsible for any delays from bidder end.

7 .37. Owner reserves the right to make any changes in terms and conditions of purchase before due date of bid submission and to reject any or all bids received incomplete.

7 .38. BPCL reserves their right to negotiate the quoted prices with lowest bidder.

7 .39. Security Deposit shall be forfeited if successful bidder fails to comply any of the agreed terms and conditions of the contract.

7 .40. The contract price shall be deemed to be firm and valid for the entire duration of the contract till the completion of work, and shall not be subject to any adjustment due to increase in prices of materials, utilities, or any other input for performance of work under the contract.

7 .41. “If any new tax is introduced on sale of goods/services by BIDDER to OWNER in

lieu of one or more of the then existing taxes or as a new tax altogether and the rate and impact of the new taxes is less than the rate and impact of existing tax or taxes which it replaces, BIDDER shall pass on to OWNER the benefit thereof by way of commensurate reduction in the amount payable by the OWNER to BIDDER. If on the other hand, the rate of the new taxes is in excess than the rate of the new taxes it replaces, the OWNER on satisfactory proof shall reimburse the BIDDER the additional tax paid by the BIDDER as the result of the imposition of the new taxes provided they are within the contractual completion date. Explanation: For the purpose of above clause, impact means and includes the addition/reduction of taxes suffered on inputs, input services & capital goods. Further, impact of stranded taxes like CST on Interstate purchases, entry tax/octroi, etc. (if applicable) also needs to be considered.” “The bidder shall take steps via uploading invoice in GSTR 1, payment of the tax liability on the said invoices and filing of Returns etc. and comply with all the requirements of applicable laws including GST laws for the time being in force to enable the OWNER to avail tax credit/s including input tax credit. Any loss or non-availability of input tax credit by the OWNER due to non-compliance of applicable tax laws including but not limited to GST laws in force or otherwise, on the part of BIDDER, an amount equivalent to any tax liability accruing to the OWNER and/or to the extent of any loss accrued to the OWNER due to the non-availability of input tax credit or any liability accrued to the OWNER shall either stand cancelled or deducted from the payment due to the BIDDER or shall be reimbursed by the BIDDER as the case may be till such default is either rectified or made good by the BIDDER and the OWNER

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 73 of 78

is satisfied that it is in a position to claim valid input tax credit within the time-lines

as per applicable laws.

7 .42. It is to be noted that, if any difference of the opinion / understanding occurs in

general terms & condition and special conditions of the contract, only special

conditions of the contract will be prevail.

7 .43. Any cost, liability, dues, penalty, fees, interest as the case may be which accrues

to the OWNER at any point of time on account of non-compliance of applicable tax laws or rules or regulations thereof or otherwise due to default on the part of BIDDER shall be borne by the BIDDER. An amount equivalent to such cost, liability, dues, penalty, fees, and interest as the case may be shall be reimbursed by the BIDDER within 30 days. Any GST as may be applicable on such recovery of amount shall also be borne by BIDDER and same shall be collected by the OWNER.”

7 .44. "ILI SUCCESSFUL/ NOT SUCCESSFUL" ILI run shall be considered SUCCESSFUL provided at the end of the run, the Contractor is able to deliver valid, interpretable and physically verifiable data which after dig site verification in the field conducted meets the requirement specified in SECTION-III of the bid document and is found in conformity with the Defect Significance mentioned in SECTION II of the bid document. ILI run shall be considered NOT SUCCESSFUL provided at the end of the Intelligent Pigging run, the Contractor is not able to deliver valid, interpretable and physically verifiable data which after dig site verification in the field is found in non-conformity with the Defect Significance mentioned in SECTION III of the bid document.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 74 of 78

Section-V

Schedule of Rates

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 75 of 78

Section-V Schedule of Rates

1. Preamble:

1 .1. This Preamble is an integral part of the schedule of prices and any definition and explanation given herein shall have as much force as though they are incorporated into the description of the item themselves in the schedule of prices.

1 .2. Unless otherwise specifically stated in the contract, all work under the

contract shall be covered and paid for in accordance with the items and relative rates mentioned in the schedule of prices.

1 .3. The Schedule of Prices comprising the lump sum as set out in clause

no. 3 of this section includes everything necessary to complete the works as defined in tender Document.

1 .4. The Lump Sums herein provided includes everything necessary to

execute the particular items of work including but not limited to :-

(i) Labour and all costs in connection therewith : (ii) Materials, goods and all costs in connection therewith including

transportation, handling charges; port fees and other relevant charges;

(iii) Offsite and onsite function testing; (iv) Establishment charges, overhead charges, taxes and profit; (v) All general liabilities, obligations and risks arising out of the

Conditions of Contract. (vi) Complying in all respects with the Specifications and Drawings; (vii) Weather and mechanical downtime and the like.

1 .5. The prices shall be quoted in the Indian Rupees or in USD (US Dollars) only.

1 .6. The tenderer at its sole discretion may appoint an Indian agent who

can provide only the administrative and logistic support to the contractor during the execution of the work cover under this tender. The Indian Agent should have a proper agency agreement with tenderer.

1 .7. The quoted price shall be :

a. Inclusive of Non-Indian taxes and duties. b. Gross Withholding Tax i.e. tax deduction shall be made by BPCL

at source and deposited to Govt. of India. c. Party shall quote net of Service Tax. Service Tax if applicable shall

be paid by BPCL.

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 76 of 78

d. Any variation or additional duties during the period of the tender

shall be paid by BPCL. e. Quoted price should include all taxes and duties.

2. Schedule of Prices

The price for the subject job is indicated in formats mentioned below. The Schedule of Payment described under shall form the basis and mode of invoicing and payment under this contract –

SCHEDULE OF SURVEY COST FORMAT :

JNPT JETTY – IOCL TERMINAL WHITE OIL PIPELINE 01/02:

Item Qty. Unit Rate Total

In-Line Inspection Survey of White Oil line through high resolution Instrumented Pig based on magnetization Method with XYZ Mapping including cleaning of internal surface of pipeline, Callipering, Profiling, Corrosion Detection, mobilization of manpower/equipment’s, execution, de-mobilization, submission of preliminary / final report, etc. complete as per the Scope of Work.

2 Ls

Taxes (all taxes including withholding, GST etc.)

Grand Total

SIGNATURE OF

TENDERER

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 77 of 78

Section-VI

Annexures

BHARAT PETROLEUM CORPORATION LIMITED

Sign and stamp of Bidder P a g e 78 of 78

Section-VI Annexures

Following are the details of the annexures attached with this tender document –

1. Instructions to Bidders (Annexure I) Instructions to bidders is part of the section II – (signed copy to be submitted)

2. General Conditions of Contract (GCC) (Annexure II) GCC is part of the Special Terms and Conditions in section IV (signed copy to be submitted)

3. Integrity pact (Annexure III) Bidders shall have to essentially sign this pact, for participating in this tender, as per the pro-forma given in the tender. (Filled and signed copy to be submitted)

4. Isometric Layout of Pig launcher (Annexure IV) Isometric layout of launcher drawing is attached for reference. (signed copy to be submitted)

5. Drawing of Pig Receiver at IOCL Terminal (Annexure V)

Drawing of pig receiver areas is available in hard copy at the site. (signed copy to be submitted)

6. Declaration by the bidder (Annexure VI) Details the declaration which are required for successful acceptance of the tender. (Filled and signed copy to be submitted)

7. Particulars of the Firm (Annexure VII) Details/particulars of the firm participating in the tender (Filled and signed copy to be submitted)

8. Vendor Creation Forms (Annexure VIIII)

Vendor creation forms needs to be filled, signed, stamped and send in originals only in case bidder is not a BPCL vendor. The same is required to create bidder as BPCL vendor. (Filled and signed copy to be submitted if applicable)