U6509-3104 ABM Fire Fighting Package Tender ... - Bharat Petroleum
U6509-3104 ABM Fire Fighting Package Tender ... - Bharat Petroleum
U6509-3104 ABM Fire Fighting Package Tender ... - Bharat Petroleum
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
A company of<br />
ThyssenKrupp<br />
Technologies<br />
Uhde India<br />
Uhde India Private Limited, Dugal Plaza, 3 rd Floor, Prem Nagar, Bibwewadi Road, Pune 411 037, India<br />
RFQ / <strong>Tender</strong> No. : <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong><br />
<strong>Tender</strong> For : <strong>Fire</strong> <strong>Fighting</strong> System<br />
Contract No: 66-6509-700<br />
Due Date: 12.00 Hrs of 21.10.2010.<br />
Dear Sirs,<br />
Regd.Office Pune Office Bankers Managing Director<br />
Uhde House, LBS Marg<br />
Vikhroli(W), Mumbai 400 083<br />
India<br />
Tel. : 91-022-6796 8000<br />
Fax : 91-022-2578 4327<br />
E-mail : uhdein@vsnl.com<br />
Website : www.uhdeindia.com<br />
TENDER<br />
Please submit your competitive offer in strict conformity to the documents enclosed.<br />
Kindly return the, ‘Acknowledgement & Intention to Bid Form’, immediately on<br />
receipt of this enquiry.<br />
Offers shall be furnished as per the ITB enclosed here with.<br />
Thanking you,<br />
Dugal Plaza, 3 rd Floor<br />
Prem Nagar, Bibwewadi<br />
Road<br />
Pune 411 037<br />
India<br />
Tel. : 91-020-6608 1100<br />
Fax : 91-020-6608 1300<br />
E-mail : uhdeinpn@vsnl.com<br />
Deutsche Bank AG., Mumbai<br />
Calyon Bank, Mumbai<br />
Union Bank of India, Mumbai<br />
State Bank of India, Mumbai<br />
Punjab National Bank, Pune<br />
Income Tax PAN :<br />
AAACU1416H<br />
Yours faithfully,<br />
Uhde India Private Limited<br />
VINAYAK DEO/ ABHIJEET MITHARI<br />
Dr.B. Lueke<br />
Executive Directors<br />
Sales : P.D.Samudra<br />
Engineering : Dr.I.Dayasagar<br />
Implementation :<br />
R.Sethuraman<br />
Commercial : T.K.Vijayan<br />
Pune Operations : S.Rudra
A company of<br />
ThyssenKrupp<br />
Technologies<br />
Uhde India<br />
Enclosures:<br />
Technical Specifications:<br />
Sr.<br />
No.<br />
1.<br />
Other Enclosures:<br />
APPENDIX-1 TO RFQ NO. <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong><br />
Description Ton / Doc./ Drg. No.<br />
Technical Specifications for <strong>Fire</strong> <strong>Fighting</strong> System<br />
(APPENDIX 2)<br />
1) Acknowledgement Letter<br />
2) General Conditions of Contract (GCC)<br />
3) Special Conditions of Contract (SCC)<br />
4) HSE Plan<br />
5) Instructions To Bidders (ITB)<br />
6) Integrity Pact<br />
6509-PI-EC-00007 Rev<br />
01<br />
• Fax duly filled “Acknowledgement Letter” form immediately after receipt of the<br />
enquiry. This will help us in contacting the correct person in case of any amendment<br />
/ clarifications in the enquiry / offer.
Attn: Mr. Abhijeet Mithari / Mr. Vinayak Deo<br />
Uhde India Private Limited<br />
Dugal Plaza, 3 rd Floor, 692 A / 3 C,<br />
Prem Nagar, Bibwewadi, Off. Pune-Satara Road,<br />
Pune – 411 037<br />
Tel:- 020-66081100<br />
Fax: 020- 6608 1300<br />
Sub: Confirmation to Bid<br />
ACKNOWLEDGEMENT LETTER<br />
(Project No.: 66-6509)<br />
<strong>Tender</strong> / Enquiry No.: ______________________ Date: ____/______/________<br />
Work / Supply Item:______________________________<br />
Dear Sirs,<br />
We hereby acknowledge receipt of a complete set of bid document along with enclosures for subject works/scope of<br />
supply as per table of contents for our use in preparing the bid.<br />
We undertake that the contents of the above tender document shall be kept confidential and further that the drawings,<br />
specifications and documents shall not be transferred and that the said documents are to be used only for the purpose for<br />
which they are intended.<br />
A) We intend to bid as requested for the subject items and furnish following details with respect to our offices:<br />
i) Postal address:<br />
ii) Telephone number:<br />
iii) Telefax Number:<br />
iv) Email Address:<br />
v) Contact Person:<br />
vi) Mobile No.:<br />
Quoting Office<br />
B) We confirm that our offer shall be submitted within due date.<br />
Contact person at Mumbai / Pune, if any, for Indian<br />
bidders OR Contact person in India, if any, for foreign<br />
bidders<br />
i) Postal address:<br />
ii) Telephone number:<br />
iii) Telefax Number:<br />
iv) Email Address:<br />
v) Contact Person:<br />
vi) Mobile No.:<br />
C) We are unable to bid for the reasons given below and we are returning the entire set of tender documents.<br />
Reasons for non-submission of bid: ------------------------------------------------------------------------------------------------------<br />
-----------------------------------------------------------------------------------------------------------<br />
Company’s Name:<br />
Signature:<br />
Name:<br />
Designation:<br />
Date:<br />
Note: Bidder is requested to furnish the details mentioned at (A), (B) OR (C) immediately after receipt of tender<br />
documents.
Uhde India Pvt. Ltd.<br />
1.0 INTRODUCTION<br />
2.0 IMPORTANT POINTS TO BE NOTED<br />
3.0 BIDDERS QUALIFICATION CRITERIA<br />
4.0 BIDDING DOCUMENTS<br />
5.0 BID DOCUMENT FEES AND COST OF BIDDING<br />
6.0 DUE DATE FOR SUBMISSION OF BIDS<br />
7.0 MODIFICATION AND WITHDRAWAL OF BIDS<br />
8.0 LATE BIDS<br />
9.0 BID VALIDITY<br />
10.0 BID REJECTION CRITERIA<br />
Instructions To Bidders (ITB)<br />
Project No.: 66-6509-700<br />
Client: <strong>Bharat</strong> <strong>Petroleum</strong> Corporation Limited<br />
CONTENTS<br />
11.0 OPENING OF TECHNICAL & UNPRICED COMMERCIAL BIDS<br />
12.0 OPENING OF PRICE BIDS<br />
13.0 SITE LOCATION / SITE VISIT<br />
14.0 COMPLETE SCOPE OF SUPPLIES / WORK<br />
15.0 AMENDMENT OF BIDDING DOCUMENTS<br />
16.0 BIDDING DOCUMENTS AND DEVIATIONS<br />
17.0 LANGUAGE OF BIDS<br />
18.0 CURRENCIES OF BID<br />
19.0 QUERIES / CLARIFICATIONS<br />
20.0 FORMAT AND SIGNING OF BID<br />
21.0 ALL PAGES TO BE INITIALLED<br />
22.0 CORRECTIONS AND ERASURES<br />
23.0 CLARIFICATIONS OF BIDS<br />
24.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS<br />
25.0 EVALUATION AND COMPARISON OF PRICES<br />
26.0 REBATE<br />
27.0 CONTACTING BPCL<br />
28.0 BPCL’S RIGHT TO ACCEPT / REJECT BIDS<br />
29.0 CONFIDENTIALITY OF DOCUMENTS<br />
30.0 PREPARATION & SUBMISSION OF BIDS – TWO BID SYSTEM<br />
31.0 CUT-OUT SLIPS TO BE USED BY VENDORS FOR PASTING ON COVERS CONTAINING BIDS<br />
32.0 PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING TECHNICAL BID OPENING AND PRICE BID OPENING<br />
33.0 PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING<br />
34.0 CONFIDENTIALITY AGREEMENT<br />
35.0 STATEMENT OF DEVIATIONS/ ACCEPTANCE TO TENDER DOCUMENTS<br />
36.0 TECHNICAL DEVIATION SHEET<br />
37.0 COMMERCIAL DEVIATION SHEET<br />
38.0 CHECK LIST FOR SUBMISSION OF BID<br />
ITB for 66-6509-700 Page 1 of 22
Uhde India Pvt. Ltd.<br />
1.0 INTRODUCTION<br />
1.1 M/S <strong>Bharat</strong> <strong>Petroleum</strong> Corporation Ltd.(BPCL) intends to set-up a new Continuous Catalytic<br />
Regeneration Reformer Unit (CCR) of 1.2 MMTPA capacity and matching Naphtha Hydro<br />
Treatment unit (NHT) including Pressure Swing Adsorber (PSA) unit in Mumbai Refinery and<br />
has appointed Uhde India Pvt Ltd (UIPL) –Pune as Project Management Consultant (PMC)<br />
for the same.<br />
1.2 UIPL for and on behalf of BPCL invites Sealed Bids under single stage two bid system, for<br />
the entire work / supply covered under the Bidding Document. All bids are to be completed<br />
and returned in accordance with and within the time period as indicated below.<br />
2.0 IMPORTANT POINTS TO BE NOTED: (Refer Annexure 1 to ITB)<br />
3.0 BIDDERS QUALIFICATION CRITERIA: (Refer Annexure 2 to ITB)<br />
4.0 BIDDING DOCUMENTS<br />
Vendors can download the entire bidding document from UIPL / BPCL website.<br />
The bidder is expected to examine the bidding documents, including all instructions, FORMs,<br />
General Purchase Conditions / General Conditions of Contract, Special Purchase Conditions<br />
/ Special Conditions of Contract, Technical Specifications, Drawings and other documents<br />
and to fully familiarize itself with the requirements of the bidding documents. Failure to furnish<br />
all the information required by the Bidding Documents or the submission of a bid not<br />
substantially responsive to the Bidding Documents in every respect may result in the rejection<br />
of the Bid.<br />
Immediately on receipt of Bidding Document, Bidder shall acknowledge the receipt and confirm<br />
his intention to bid for the tendered work / scope of supply as per the Acknowledgement format<br />
given in Bidding Document.<br />
5.0 BID DOCUMENT FEES AND COST OF BIDDING<br />
Bidders shall submit DD of INR1000/- OR USD 25/- in the name of “<strong>Bharat</strong> <strong>Petroleum</strong><br />
Corporation Ltd.” payable at Mumbai as a bid document fees. Offers received without bid<br />
document fees shall not be considered for further evaluation and placement of order.<br />
The bidder shall bear all costs associated with the preparation and delivery of its bid including<br />
(but not limited to) costs and expenses related to visits to the site(s) and other locations, and<br />
the cost of any tests, investigations, evaluations and consultations. BPCL/UIPL will in no<br />
case be responsible or liable for any costs regardless of the outcome of the bidding process.<br />
6.0 DUE DATE FOR SUBMISSION OF BIDS:<br />
a) Due Date for Submission of Bids.: As indicated in item sr. no. 2 above<br />
b) The Original bid, together with required copies must be received by the designated authority on or<br />
before the due date.<br />
c) The BPCL/UIPL may, at its discretion, extend the deadline for the submission of bids by<br />
amending the bidding documents, in which case all rights and obligations of the BPCL/UIPL and<br />
bidders previously subject to the deadline, will thereafter be subject to the deadline as extended.<br />
ITB for 66-6509-700 Page 2 of 22
Uhde India Pvt. Ltd.<br />
7.0 MODIFICATION AND WITHDRAWAL OF BIDS<br />
a) The bidder may modify or withdraw his bid after the bid’s submission, provided that written notice<br />
of the modification or withdrawal is received by BPCL/UIPL prior to the deadline prescribed for<br />
submission of bids.<br />
b) The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and dispatched<br />
in accordance with the provisions for submission of bids.<br />
c) A bid may not be withdrawn or modified after the deadline for submission of bids during the<br />
period of bid validity without forfeiting the bid security unless the modification shall be made upon<br />
an invitation by the BPCL/UIPL permitting the bidder to modify the bid.<br />
d) If a bid is properly modified within the foregoing provisions, the bid as modified shall constitute the<br />
bid offer.<br />
8.0 LATE BIDS:<br />
Any bid received by BPCL/UIPL after the deadline for submission of the bids (including any<br />
extension(s) hereof) will be declared “Late” and rejected and returned unopened to the bidder.<br />
9.0 BID VALIDITY:<br />
a) Bids shall remain valid for a period as indicated in Sr. no. 2 above.<br />
b) Not withstanding the above, the BPCL/UIPL may solicit the bidder’s consent to an extension of<br />
the period of bid validity. The request and the responses thereto shall be made in writing (by fax/<br />
email).<br />
c) If the bidder agrees to the extension request, the validity of the bid security shall also be suitably<br />
extended.<br />
d) A bidder may refuse the request without forfeiting his bid Security.<br />
e) A bidder accepting the request for extension shall not be permitted to modify his bid because of<br />
the extension, unless specifically invited to do so.<br />
10.0 BID REJECTION CRITERIA<br />
a) Prior to detailed bid evaluation, BPCL will determine the substantial responsiveness of each bid<br />
with respect to the bidding documents. A substantially responsive bid is one which conforms to<br />
the terms, conditions and specification of the Bidding Documents without material deviation. A<br />
material deviation is one which affects in any substantial way the scope, quality or performance of<br />
the works, or which limits in any substantial way, inconsistent with the bidding documents, the<br />
BPCL’s rights or the bidder’s obligations as envisaged in the bidding documents, and the<br />
rectification of which deviation or reservation would affect unfairly the competitive position of other<br />
bidders presenting substantially responsive bids. Further examination of only such bids as are<br />
determined to be substantially responsive shall be taken up, unless otherwise determined by<br />
BPCL/UIPL.<br />
b) The following provisions of the bidding document must be adhered to without any deviations,<br />
failing which the bid shall be considered to be non-responsive and may be rejected.<br />
i) Bid Security / EMD<br />
ii) Defects liability period.<br />
iii) Submission of prices without any erasures or corrections<br />
ITB for 66-6509-700 Page 3 of 22
Uhde India Pvt. Ltd.<br />
11.0 OPENING OF TECHNICAL & UNPRICED COMMERCIAL BIDS:<br />
a) Technical and unpriced commercial bids shall be opened at UIPL Pune office at 14:30 hrs on the<br />
due date as mentioned above in presence of the bidder’s representatives. Only the name of the<br />
bidders who have responded to the enquiry and EMD details will be read before the bidder’s<br />
representatives(s) duly authorized to attend such opening by a person competent and having the<br />
Power of Attorney to bind the Bidder. The Bidder’s representative(s) who choose to attend and<br />
are present shall sign a register evidencing their attendance.<br />
b) The Bidder’s names, modification and Bid withdrawals, and the presence or absence of the<br />
requisite Bid Security, and such other details as BPCL/UIPL may, at its discretion, consider<br />
appropriate, will be announced and recorded at the opening.<br />
12.0 OPENING OF PRICE BIDS<br />
Substantially responsive bidders will be shortlisted by BPCL/UIPL for opening of price<br />
part of their bids. Date, time and venue for opening of price bids will be informed to the<br />
shortlisted bidders subsequently. Only the final bid cost will be read before the bidder’s<br />
representative(s) duly authorized to attend such opening by a person competent and<br />
having the Power of Attorney to bind the Bidder. The Bidder’s representative(s) who<br />
choose to attend and are present shall sign a register evidencing their attendance.<br />
13.0 SITE LOCATION / SITE VISIT<br />
The Project Site is located in Mahul near Chembur, Mumbai City in the State of Maharashtra.<br />
Mumbai City is well connected by Rail and Road from other parts of India.<br />
The bidder is advised to visit and examine the site of works and its surroundings and obtain<br />
for itself on its own responsibility all information that may be necessary for preparing the bid and<br />
entering into the Contract. Claims of any kind due to variation or ignorance of site conditions and<br />
environmental conditions will not be eligible in any circumstances.<br />
The bidder and any of its personnel or authorised representatives will be granted permission by<br />
BPCL to enter upon its premises and lands for the purpose of such inspection. It is understood<br />
that as an implicit condition of such permission, the bidder, its personnel and/or authorised<br />
representative(s) shall be understood to have released and indemnified BPCL and its personnel<br />
from and against all liability in respect thereof and to have assumed all responsibility for personal<br />
injury (whether fatal or otherwise), loss of or damage to person or property and any other loss,<br />
damage, cost and expenses incurred as a result of such visit, including those sustained by any<br />
negligence or other act of tort on the part of BPCL and/or its personnel and Consultants. During<br />
such visits the Bidder shall abide by all the rules and regulations, as applicable. Bidders may<br />
contact UIPL for site visit purpose.<br />
14.0 COMPLETE SCOPE OF SUPPLIES/WORK<br />
a) The complete scope of supplies and work/services has been defined in the bidding documents.<br />
Only those bidders who take complete responsibility and who bid for the complete scope of<br />
supplies and work/services as contained in the bidding document may be considered for<br />
further evaluation.<br />
b) Waiver of deviations and conditions (if any), should be submitted by the Bidders before the<br />
opening of the Priced Bid failing which the Priced Bid of concerned Bidder shall not be<br />
opened.<br />
ITB for 66-6509-700 Page 4 of 22
Uhde India Pvt. Ltd.<br />
15.0 AMENDMENT OF BIDDING DOCUMENTS<br />
a) At any time prior to the deadline for submission of bids as well as up to priced bid opening,<br />
BPCL/UIPL may, for any reason whether at its own initiative or in response to a clarification or<br />
modification requested by any prospective Bidder(s), modify the Bidding documents.<br />
b) The modifications/amendment will be notified in writing or by fax to all prospective bidders who<br />
have been issued the Bidding documents, and shall be part of the Bidding documents and shall<br />
be binding on all bidders. The Bidders will be required to acknowledge receipt of any such<br />
amendment to the Bidding documents. Bidders shall confirm the inclusion of Addendum /<br />
Corrigendum in their bid and shall follow the instructions issued along with addendum /<br />
corrigendum.<br />
c) Bidders shall examine the Bidding documents thoroughly and inform BPCL/UIPL of any apparent<br />
conflict, discrepancy or error, so that BPCL/UIPL may issue appropriate clarification(s) or<br />
amendment(s), if required.<br />
16.0 BIDDING DOCUMENTS AND DEVIATIONS<br />
It is expected that bidders will submit bids based strictly on the terms and conditions and<br />
specifications contained in the bidding documents and will not stipulate any deviations.<br />
Should it, however, become unavoidable, deviations should be separately and<br />
specifically stipulated only in the “Deviation Sheet”. Deviations mentioned anywhere else<br />
in the offer other than the “Deviation Sheet” shall not be acceptable considered for bid<br />
evaluation. BPCL/UIPL reserves the right to reject as non-responsive any bid containing<br />
major deviation(s).<br />
17.0 LANGUAGE OF BIDS<br />
a) The Bid prepared by the bidder, all documents attached to and/or relating to the bid and all<br />
correspondence exchanged by the Bidder and BPCL/UIPL, shall be written in English language<br />
only.<br />
b) Any printed literature furnished by the bidder may be written in any other language provided that<br />
this literature is accompanied by an authenticated English translation, in which case, for purpose<br />
of interpreting the Bid, the English translation shall govern.<br />
18.0 CURRENCIES OF BID<br />
a) Foreign Bidders may quote prices for materials and services to be imported into India either in<br />
Indian Rupees or in Foreign Currency or in a combination of Indian Rupees and Foreign<br />
Currency.<br />
b) Bidders shall quote the price for materials and services to be procured from India and for<br />
expenses to be incurred in Indian Rupees only in Indian Rupees.<br />
c) For evaluation purposes, the foreign currency bid price shall be converted to Indian Rupees<br />
by considering Bill selling foreign exchange rate declared on Reserve Bank of India web site<br />
as on the date of priced bid opening.<br />
19.0 QUERIES / CLARIFICATIONS<br />
a) The bidder is requested to submit any queries / clarification / information pertaining to Bidding<br />
Document in writing delivered by hand or by mail. This shall be addressed to Mr. Supriyo<br />
Dutta / Mr. Abhijeet Mithari – UHDE India Pvt. Ltd., Pune within one week from the date of<br />
receipt of bidding documents. Any failure by Bidder to submit queries / clarification / information<br />
pertaining to Bidding Documents in writing shall not absolve the Bidder, after subsequent<br />
ITB for 66-6509-700 Page 5 of 22
Uhde India Pvt. Ltd.<br />
placement of Order / Contract, of his responsibility to perform the work in accordance with the<br />
Order / Contract.<br />
b) UIPL’s responses to Bidder’s queries/clarifications raised will be furnished as expeditiously as<br />
possible to all the vendors who have been issued Bidding Documents. Any modification of the<br />
Bidding Documents which may become necessary, shall be sent to all bidders through the issue<br />
of an Addendum.<br />
20.0 FORMAT AND SIGNING OF BID<br />
a) The original and all copies of the bid shall be typed or written in indelible ink and shall be signed<br />
by the bidder or a person or persons duly authorised to sign on behalf of the bidder. Such<br />
authorization shall be indicated by written power of attorney accompanying the bid. All pages of<br />
the bid, except for unamended printed literature, shall be initialed by the person signing the bid.<br />
The name and position held by each person signing must be typed or printed below the signature.<br />
b) The bid shall contain no interlineations, erasures or overwriting except as necessary to correct<br />
errors made by the bidder, in which case, such corrections shall be signed in full by the person or<br />
persons signing the bid.<br />
21.0 ALL PAGES TO BE INITIALLED<br />
a) All signatures in bids shall be dated and shall bear a seal of the bidder. In addition, all pages of<br />
the bids before submission of the bid shall be initialed at lower right hand corner by the Bidder or<br />
by a person holding a Power of Attorney authorizing him to sign on behalf of the bidder. The unpriced<br />
technical bid shall include all pages of tender enquiry (commercial part and technical part)<br />
duly signed and stamped by the bidder.<br />
b) The Bidder shall sign and affix its seal on all pages of the Priced bid.<br />
22.0 CORRECTIONS AND ERASURES<br />
a) Bidders are required to fill in the tender documents with due care so as to avoid any<br />
cuttings/corrections/alterations in the entries made in the tender papers.<br />
b) In case any corrections are required, the original writings shall be neatly cut/ penned through and<br />
re-written nearby. No overwriting or erasure of original writings by use of ‘white fluid’ or the like is<br />
permitted. In case any erasure using ‘white correcting fluid’ is found, the tender may be liable to<br />
be rejected.<br />
c) All cuttings/ corrections/ alterations shall be signed in full by the tenderer with date. Numerical<br />
figures shall be written both in figures as well in words.<br />
23.0 CLARIFICATIONS OF BIDS<br />
To assist in the examination, evaluation and comparison of bids, BPCL/UIPL may, at its<br />
discretion, ask the bidder for a clarification of his bid. All responses to a request for<br />
clarification shall be in writing, and no change in the price or substance of the bid shall be<br />
permitted unless specifically sought by BPCL/UIPL.<br />
24.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS<br />
a) BPCL/UIPL will examine or cause to be examined the bids to determine whether they are<br />
complete, whether required bid securities have been furnished, whether the documents have<br />
been properly signed, and whether the bids are generally in order.<br />
ITB for 66-6509-700 Page 6 of 22
Uhde India Pvt. Ltd.<br />
b) The bids without requisite Bid Security and/or not in the prescribed proforma will not be<br />
considered and bids of such bidders shall be rejected.<br />
c) BPCL/UIPL will determine to its subjective satisfaction whether the bidder has submitted a<br />
responsive bid and is qualified to satisfactorily perform the work, and such determination shall not<br />
be open to question.<br />
d) The determination will also take into account the bidder’s financial and technical capabilities, as<br />
well as such other qualifications as BPCL/UIPL deem necessary and appropriate.<br />
25.0 EVALUATION AND COMPARISON OF PRICES<br />
a) In evaluating the bids, BPCL will determine for each bid the evaluated Bid Price by adding the<br />
prices for following items:<br />
I.) Bids shall be evaluated on the basis of landed cost at site after taking in to<br />
consideration quoted all taxes & duties, Statuary levies, octroi, octroi service charge<br />
and Transportation Charges after deducting CENVAT / set-off benefit available to<br />
BPCL.<br />
II.) Bids shall be evaluated and contracts shall be finalized on overall lowest bid basis<br />
b) To facilitate evaluation and comparison of prices, the BPCL/UIPL will convert all bid prices<br />
expressed in Foreign Currency into Indian Rupees at selling rate of the concerned foreign<br />
currency declared on the web site of Reserve Bank of India on the date of opening of price Bids.<br />
26.0 REBATE<br />
Suo-moto Price reduction after price bid opening are to be ignored for evaluation. However, if the<br />
same party happens to get the job based on original price bids, the benefit of such reduction may<br />
be availed of.<br />
27.0 CONTACTING BPCL<br />
A bidder shall not contact BPCL on any matter relating to his bid from the time of bid<br />
opening to the time, that the Contract is awarded, unless requested to do in writing. Any<br />
effort by a bidder to influence BPCL in BPCL’s decisions in respect of bid evaluation or<br />
contract award will result in the rejection of that bidder’s bid.<br />
28.0 BPCL’S RIGHT TO ACCEPT/REJECT BIDS<br />
a) BPCL/UIPL reserves the right to accept or reject any bid and to annul the bidding process and<br />
reject all bids at any time prior to award of Contract without thereby incurring any liability to the<br />
affected bidder(s) or any obligation to inform the affected bidder(s) of the ground of<br />
BPCL’s/UIPL’s action.<br />
b) BPCL/UIPL shall not be obliged to award the Order / Contract to the lowest evaluated bidder if<br />
BPCL/UIPL apprehends that it will not be in the interest of BPCL/UIPL to award the Order /<br />
Contract at the lowest evaluated price or to the lowest evaluated bidder.<br />
29.0 CONFIDENTIALITY OF DOCUMENTS<br />
Bidders shall treat the bidding documents and contents therein as strictly confidential. If at<br />
any time, during the bid preparation period, Bidder decides to decline to bid; all documents<br />
must be immediately returned to BPCL.<br />
ITB for 66-6509-700 Page 7 of 22
Uhde India Pvt. Ltd.<br />
Bidder shall also submit the duly signed and stamped “Confidentiality Agreement” as per the<br />
attached format along with the offer.<br />
30.0 PREPARATION & SUBMISSION OF BIDS – TWO BID SYSTEM<br />
a) The bidder is required to prepare bid in a format as outlined below in order to achieve the<br />
objective of maintaining a uniform proposal structure from all bidders.<br />
(1) Technical Bid: Shall contain documents / information as below,<br />
i) UIPL Bid Document sheets duly signed & stamped<br />
ii) Technical deviation sheet indicating No deviation / Deviations if any<br />
iii) Makes of major bought out items<br />
(2) Unpriced Commercial Bid: Shall contain documents / information as below,<br />
i) Commercial conditions<br />
ii) Commercial deviation sheet indicating No deviation / Deviations if any to tender<br />
documents like GPC/GCC, SPC/SCC, ITB<br />
iii) Unpriced copy of Schedule of Rates (SOR) indicating “Q” for quoted items and<br />
“NQ” for not quoted items.<br />
(3) Price Bid: Priced copy of Schedule of Rates (SOR)<br />
b) SUBMISSION OF BIDS:<br />
Bidder(s) will be required to submit in their one bigger sealed cover marked as “Offer<br />
against Enquiry No. XXXX for Item XXXX” containing the following documents in three<br />
separate sealed envelops before the due date & time in UIPL’s Pune Office at the<br />
address<br />
UHDE India Pvt. Ltd.<br />
Dugal plaza, 2 nd Floor,<br />
692 A/3C, Prem Nagar, Bibwewadi<br />
Off. Pune-Satara Road,<br />
Pune 411 037 (Maharashtra)<br />
India.<br />
Contact person: Mr. Abhijeet Mithari / Mr. Supriyo Dutta<br />
Tel: +91 20 6608 1155 / 1172<br />
i. Envelope 1: Technical Bid containing following documents:<br />
a) Two sets of Technical Bid<br />
ii. Envelope 2: Unpriced Commercial Bid containing following documents:<br />
a) Two sets of Unpriced Commercial Bid<br />
iii. Envelope 3: Price Bid containing following documents:<br />
a) Format for Submitting Prices with duly filled prices.<br />
Each envelope shall be super scribed with the names of documents it contains.<br />
ITB for 66-6509-700 Page 8 of 22
Uhde India Pvt. Ltd.<br />
The bidders shall ensure submission of prices without any erasures or corrections with signatures<br />
in original on the priced sheet(s) of the original bid. Bidders shall also specify total bid price,<br />
wherever applicable, in figures as well as in words.<br />
ITB for 66-6509-700 Page 9 of 22
Uhde India Pvt. Ltd.<br />
CUT-OUT SLIPS TO BE USED BY VENDORS FOR PASTING ON COVER / ENVELOPES<br />
CONTAINING BIDS<br />
Cover – 1: Containing Sealed Envelops 1 , 2 & 3:<br />
DO NOT OPEN – THIS IS A QUOTATION<br />
COVER-1: CONTAINING SEPARATE SEALED ENVELOPS 1, 2 & 3<br />
(Project No. 66-6509)<br />
Project : Continuous Catalytic Regeneration Reformer Unit (CCR).<br />
Client: BHARAT PETROLEUM CORPORATION LTD., Mumbai Refinery<br />
PMC: M/s. UHDE INDIA PVT LTD.<br />
Bid document No. : -----------------------------------------------------------------------------------------<br />
Item : ------------------------------------------------------------------------------------------------------------<br />
Bid due date & time : --------------------------------------------------------------------------------------<br />
From:<br />
To:<br />
UHDE India Pvt. Ltd.<br />
Dugal plaza, 2 nd Floor,<br />
692 A/3C, Prem Nagar, Bibwewadi<br />
Off. Pune-Satara Road,<br />
Pune 411 037 (Maharashtra)<br />
India.<br />
Contact person:<br />
Mr. Abhijeet Mithari / Mr. Vinayak Deo<br />
Tel: +91 20 6608 1100<br />
ITB for 66-6509-700 Page 10 of 22
Uhde India Pvt. Ltd.<br />
ENVELOPE 1: TECHNICAL BID<br />
DO NOT OPEN – THIS IS A QUOTATION<br />
ENVELOPE-1: TECHNICAL BID<br />
(Project No. 66-6509)<br />
Project : Continuous Catalytic Regeneration Reformer Unit (CCR).<br />
Client: BHARAT PETROLEUM CORPORATION LTD., Mumbai Refinery<br />
PMC: M/s. UHDE INDIA PVT LTD.<br />
Bid document No. : -----------------------------------------------------------------------------------------<br />
Item : ------------------------------------------------------------------------------------------------------------<br />
Bid due date & time : --------------------------------------------------------------------------------------<br />
From:<br />
To:<br />
UHDE India Pvt. Ltd.<br />
Dugal plaza, 2 nd Floor,<br />
692 A/3C, Prem Nagar, Bibwewadi<br />
Off. Pune-Satara Road,<br />
Pune 411 037 (Maharashtra)<br />
India.<br />
Contact person:<br />
Mr. Abhijeet Mithari / Mr. Vinayak Deo<br />
Tel: +91 20 6608 1100<br />
ITB for 66-6509-700 Page 11 of 22
Uhde India Pvt. Ltd.<br />
ENVELOPE 2: UNPRICED COMMERCIAL BID<br />
DO NOT OPEN – THIS IS A QUOTATION<br />
ENVELOPE-2: UNPRICED COMMERCIAL BID<br />
(Project No. 66-6509)<br />
Project : Continuous Catalytic Regeneration Reformer Unit (CCR).<br />
Client: BHARAT PETROLEUM CORPORATION LTD., Mumbai Refinery<br />
PMC: M/s. UHDE INDIA PVT LTD.<br />
Bid document No. : -----------------------------------------------------------------------------------------<br />
Item : ------------------------------------------------------------------------------------------------------------<br />
Bid due date & time : --------------------------------------------------------------------------------------<br />
From:<br />
To:<br />
UHDE India Pvt. Ltd.<br />
Dugal plaza, 2 nd Floor,<br />
692 A/3C, Prem Nagar, Bibwewadi<br />
Off. Pune-Satara Road,<br />
Pune 411 037 (Maharashtra)<br />
India.<br />
Contact person:<br />
Mr. Abhijeet Mithari / Mr. Vinayak Deo<br />
Tel: +91 20 6608 1100<br />
ITB for 66-6509-700 Page 12 of 22
Uhde India Pvt. Ltd.<br />
ENVELOPE 3: PRICE BID<br />
DO NOT (Envelop OPEN – 2 – : ORIGINAL THIS IS A EMD) QUO TATION<br />
ENVELOPE-3: PRICE BID<br />
Client : BHARAT PETROLEUM CORPORATION LTD<br />
(Project No. 66-6509)<br />
Project : Continuous Catalytic Regeneration Reformer Unit (CCR).<br />
PMC : M/s. UHDE INDIA Client: PVT BHARAT LTD. PETROLEUM CORPORATION LTD., Mumbai Refinery<br />
PMC: M/s. UHDE INDIA PVT LTD.<br />
Project : Import of LPG at JNPT & Development of refrigerated storage at Uran LPG Plant.<br />
Bid document No. : -----------------------------------------------------------------------------------------<br />
Bid document No. : -----------------------------------------------------------------------------------------<br />
Item : ------------------------------------------------------------------------------------------------------------<br />
Item : ------------------------------------------------------------------------------------------------------------<br />
Bid due date & time : --------------------------------------------------------------------------------------<br />
Bid due date & time : --------------------------------------------------------------------------------------<br />
From:<br />
UHDE India Pvt. Ltd.<br />
From : ---------------------------------------------------- Dugal To :----------------------------------------------<br />
plaza, 2<br />
(To be pasted on the envelop containing ORIGINAL EMD)<br />
nd Floor,<br />
692 A/3C, Prem Nagar, Bibwewadi<br />
Off. Pune-Satara Road,<br />
Pune 411 037 (Maharashtra)<br />
India.<br />
Contact person:<br />
Mr. Abhijeet Mithari / Mr. Vinayak Deo<br />
Tel: +91 20 6608 1100<br />
ITB for 66-6509-700 Page 13 of 22
Uhde India Pvt. Ltd.<br />
PROFORMA OF LETTER OF AUTHORITY FOR ATTENDING TECHNICAL BID OPENING AND PRICE<br />
BID OPENING<br />
TO. DATE:<br />
Deputy General Manager (RMP),<br />
<strong>Bharat</strong> <strong>Petroleum</strong> Corporation Ltd,<br />
Refinery, Mahul, Mumbai,<br />
Mumbai – 400074 (Maharashtra).<br />
India<br />
Dear Sirs,<br />
We …………………. Hereby authorise following representative (s) to attend the technical bid opening<br />
and priced bid opening against your <strong>Tender</strong> / Enquiry No. ………….. for ……………………………………<br />
1. Name & Designation………………….. Signature ……………..<br />
2. Name & Designation………………….. Signature ……………..<br />
We confirm that we shall be bound by all and whatsoever our representative (s) shall commit.<br />
Yours faithfully,<br />
Signature ………………….<br />
Name & Designation ………………….<br />
For & on behalf of ………………….<br />
Note:<br />
This Letter of Authority should be on the letterhead of the bidder and should be signed by a person<br />
competent and having the power of attorney to bind the bidder.<br />
ITB for 66-6509-700 Page 14 of 22
Uhde India Pvt. Ltd.<br />
PROFORMA OF DECLARATION OF BLACK LISTING / HOLIDAY LISTING<br />
In the case of a Proprietary Concern:<br />
I hereby declare that neither I in the name of my Proprietary concern M/s. ………….. which is submitting<br />
the accompanying Bid / <strong>Tender</strong> nor any other concern in which I am proprietor nor in any partnership firm<br />
in which I am involved as a Managing Partner have been placed on black list or holiday list declared by<br />
<strong>Bharat</strong> <strong>Petroleum</strong> Corporation Limited or Uhde India Pvt. Limited, except as indicated below :<br />
(Here given particulars of black listing or holiday listing and in absence thereof state “NIL”).<br />
In the case of a Partnership Firm<br />
We hereby declare that neither we, M/s. …………………… submitting the accompanying Bid / <strong>Tender</strong> nor<br />
any partner involved in the management of the said firm either in his individual capacity or as proprietor of<br />
any firm or concern have or has been placed on black list or holiday list declared by <strong>Bharat</strong> <strong>Petroleum</strong><br />
Corporation Limited or UHDE India Pvt. Ltd., except as indicated below:<br />
(Here given particulars of black listing or holiday listing and in absence thereof state “NIL”).<br />
In the case of Company<br />
We hereby declared that we have not been placed on any holiday list or black list declared by <strong>Bharat</strong><br />
<strong>Petroleum</strong> Corporation Limited or UHDE India Pvt. Ltd., except as indicated below:<br />
(Here given particulars of black listing or holiday listing and in absence thereof state “NIL”).<br />
It is understood that if this declaration is found to be false in any particular, <strong>Bharat</strong> <strong>Petroleum</strong> Corporation<br />
Limited or UHDE India Pvt. Ltd., shall have the right to reject my / our bid, and, if the bid has resulted in a<br />
contract, the contract is liable to be terminated.<br />
Place: ……………… Signature of the Bidder………..<br />
Date: ……………… Name of the Signatory ………….<br />
ITB for 66-6509-700 Page 15 of 22
Uhde India Pvt. Ltd.<br />
CONFIDENTIALITY AGREEMENT<br />
THIS CONFIDENTIALITY AGREEMENT (“Agreement”) is made by and between<br />
Axens, a French company organized as a "Société Anonyme" and having its main office at 89 boulevard Franklin<br />
Roosevelt, F 92508 Rueil-Malmaison, France ("Axens")<br />
and<br />
___________________, a company organized under the laws of _______ having its main office at<br />
____________________________________ ("Bidder").<br />
WHEREAS, Axens possesses certain license rights and valuable know-how related to the naphtha hydrotreater<br />
process and to the continuous catalytic regeneration (CCR) reformer process (collectively the “Process”) originally<br />
developed by IFP of France (“IFP”);<br />
WHEREAS, for the CCR and NHT project under consideration (the “Project”), <strong>Bharat</strong> <strong>Petroleum</strong><br />
Corporation Limited ("Owner”) has selected the Process for a new unit to be located at Mumbai refinery, India<br />
(“Unit”); and<br />
WHEREAS, in order for Bidder to make a proposal to Owner for construction relating to the Project, and,<br />
if selected, to perform all or part of the detailed engineering and/or supply of any item (as applicable) required<br />
by the Process for the implementation of the Project (the “Purpose”), Bidder desires to have access to information of<br />
IFP and/or Axens.<br />
NOW THEREFORE in consideration of the promises and mutual covenants herein contained, the parties hereto<br />
agree to the following:<br />
(a) Disclosure of information. Axens will furnish at its sole discretion to Bidder, or authorize Owner<br />
to disclose to Bidder, the Confidential Information as defined in article 2 hereunder.<br />
(b) Confidential Information. All information, whether, technical, commercial, or otherwise, whether<br />
written or oral, provided, directly or indirectly, by Owner or Axens to Bidder under this Agreement, or which<br />
Bidder might acquire or discover during visits to facilities of IFP, Axens or third parties where such<br />
information is designed or exploited, or during discussions with Axens, IFP and/or Owner, together with all<br />
analyses, compilations, forecasts, studies or other documents that contain or otherwise reflect such<br />
information, shall be deemed the “Confidential Information” hereunder.<br />
(c) Use of Confidential Information. All Confidential Information received hereunder shall be kept<br />
confidential and shall not, without the prior written consent of Axens, be disclosed by Bidder, in any manner<br />
whatsoever, in whole or in part, and it shall not be used by Bidder, other than for the Purpose. Moreover,<br />
Bidder shall only disclose the Confidential Information to its officers, directors and employees who need to<br />
know such Confidential Information for the Purpose, who are informed by Bidder of the confidential nature of<br />
the Confidential Information and who shall be bound to act in accordance with the terms and conditions of<br />
this Agreement.<br />
(d) Ownership of Confidential Information. Bidder hereby agrees that the Confidential Information<br />
disclosed hereunder is and will remain the property of IFP and Axens and that drawings or other written,<br />
printed or electronic data included therein are not to be copied or reproduced, mechanically or otherwise,<br />
without the express permission of Axens, except for such copies that Bidder reasonably requires for the<br />
Purpose.<br />
(e) Non-Confidential Information. The term “Confidential Information” shall not include such<br />
information furnished hereunder that Bidder can prove:<br />
a) was, at the time of disclosure, in the public domain or which subsequently enters the public domain<br />
through no act or failure to act by Bidder; or<br />
b) was developed by or was in the possession of Bidder prior to being furnished to Bidder by Axens or on<br />
its behalf, provided that the source of such Confidential Information was not known to Bidder to be<br />
prohibited from disclosing the Confidential Information to Bidder by a legal, contractual or fiduciary<br />
obligation to Axens; or<br />
c) Was or became available to Bidder on a non-confidential basis from a third party that is not known to<br />
Bidder to be prohibited from disclosing the Confidential Information to Bidder by a legal, contractual or<br />
fiduciary obligation to Axens.<br />
However, in situations a) through c) above (the “Non-Confidential Information”), Bidder undertakes not to<br />
disclose that any of such Non-Confidential Information lawfully in its possession is included in the Confidential<br />
Information.<br />
ITB for 66-6509-700 Page 16 of 22
Uhde India Pvt. Ltd.<br />
(f) The exceptions of article 5 shall not apply to any information furnished hereunder which:<br />
a) Is specific and, at the time of its disclosure hereunder, merely embraced by general information within<br />
the exceptions, or<br />
b) Is a combination of features of the Confidential Information, unless the combination itself, its principle of<br />
operation and method of use are within the exceptions.<br />
(g) Third-Party Disclosure. Despite the restrictions on disclosure contained in this Agreement, but<br />
only to the extent necessary for the Purpose, Bidder may disclose part of the Confidential Information to the<br />
following third parties:<br />
a) a vendor of commodity equipment or materials or a supplier of construction labor who will receive only a<br />
minor or non-critical portion, as determined by Axens in its sole and absolute discretion, of the<br />
Confidential Information and who, prior to such disclosure, has signed an agreement with Bidder or<br />
Axens containing restrictions on use and disclosure at least equivalent to those contained in this<br />
Agreement; or<br />
b) any other third party, including but not limited to, any detailed engineering contractor or manufacturer of<br />
specially-designed equipment, who, prior to such disclosure, has signed an agreement with Axens<br />
containing appropriate restrictions on use and disclosure;<br />
c) an Affiliate of Bidder that needs to know Confidential Information in connection with the Purpose and<br />
who, prior to such disclosure, has been informed by Bidder of the confidential nature and of the<br />
confidentiality obligations attached to such Confidential Information; provided, however, that (a) Bidder<br />
warrants that such Affiliate shall respect said confidentiality obligation and (b) Bidder has notified to<br />
Axens the name of the Affiliates to which Bidder has disclosed Confidential Information under this<br />
Article 7c) immediately after such disclosure.<br />
For the purpose of this Agreement, “Affiliate” means, in relation with any one of the parties, any<br />
company which, directly or indirectly, controls, is controlled by, or is under common control with such<br />
party. A company is controlled by the ownership of more than fifty percent (50%) of its voting rights.<br />
(h) Legally Compelled Disclosure. In the event that Bidder who is provided with the Confidential<br />
Information pursuant to this Agreement becomes legally compelled (by oral questions, interrogatories,<br />
requests for information or documents, subpoena, civil investigative demand or similar process) to disclose<br />
any of the Confidential Information to third parties other than those identified above, Bidder will provide<br />
Axens with prompt notice so that Axens may seek a protective order or other appropriate remedy and/or<br />
waive compliance with the provisions of this Agreement. In any such event, Bidder will use its best efforts to<br />
ensure that the Confidential Information will be accorded confidential treatment.<br />
(i) Disclaimer of Warranties. Axens makes no representations and extends no warranties or<br />
conditions of any kind, either express or implied, by operation of law or otherwise, with respect to the<br />
accuracy or completeness of the Confidential Information furnished hereunder. In no event shall Axens nor<br />
any of its Affiliates or subsidiaries be liable to Bidder for special, indirect, incidental or consequential<br />
damages, including, without limitation, loss of profits or goodwill, capital, loss of work expenses or claims,<br />
with respect to the Confidential Information.<br />
(j) Equitable Relief. Notwithstanding the provision of article 16, Bidder acknowledges that<br />
remedies at law are inadequate to protect against breach of this Agreement and agrees in advance, without<br />
prejudice to any rights to judicial relief Axens may otherwise have, to the granting of equitable relief,<br />
including an injunction and specific performance, in Axens’ favor without proof of actual damages or posting<br />
a bond.<br />
(k) Completion. Upon completion of the Purpose, or should Owner decide not to incorporate<br />
Axens' technology or not to proceed with the construction of the Unit under contract with Bidder, whichever<br />
occurs first, Bidder will return to Axens or destroy, at Axens' option, all of the Confidential Information in<br />
Bidder's possession (including, all originals, and all copies and derivations therefrom, in any medium);<br />
provided, however, that Bidder may retain one copy of the Confidential Information in a locked and limited<br />
access file for the sole purpose of determining Bidder's compliance under this Agreement. If requested by<br />
Axens, an appropriate officer of Bidder will certify to Axens that all such material has been so returned or<br />
destroyed.<br />
ITB for 66-6509-700 Page 17 of 22
Uhde India Pvt. Ltd.<br />
(l) Term. Bidder's obligations under this Agreement to protect the Confidential Information from<br />
unintentional disclosure shall terminate 20 (twenty) years after Bidder's receipt of the Confidential<br />
Information in question.<br />
(m) No License. Nothing in this Agreement shall be construed as granting Bidder a license, an<br />
option on a license or any right to operate under any patent, technology or know-how which IFP or Axens<br />
may, now or hereafter, have the right to license.<br />
(n) Governing Language. The governing language of this Agreement shall be English.<br />
(o) Governing Law. This Agreement and any dispute arising from the performance or breach<br />
hereof shall be governed by and construed and enforced in accordance with the laws of Switzerland, without<br />
reference to conflict of law principles.<br />
(p) Dispute resolution. The parties shall endeavor to solve amicably any dispute arising out of or<br />
relating to this Agreement. Any dispute which cannot be solved through this process shall be settled finally<br />
according to the Rules of Arbitration of the International Chamber of Commerce by one or more arbitrators<br />
appointed in accordance with the said rules. Such arbitration shall be conducted in English and shall be held<br />
in Geneva, Switzerland, or any alternate mutually agreeable location. Judgment upon the awards rendered<br />
may be entered in any court having jurisdiction thereof or application may be made to such court for a<br />
judicial acceptance of the awards and an order of enforcement as the case may be.<br />
(q) Assignment. This Agreement is not assignable in whole or in part by either party without the<br />
previous written consent of the other party; provided, however, that it may be assigned by either party<br />
without such consent to a successor to substantially all of such party’s business assets, including that part<br />
concerned with this Agreement. Confidentiality and limited use obligations between the parties and the<br />
provisions with respect to dispute resolution and applicable law shall survive any assignment of this<br />
Agreement.<br />
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized<br />
representative as of the date last written below.<br />
[_______________________] Axens<br />
By ___________________________ By ______________________________<br />
Name printed __________________ Jean-Pierre Smith<br />
Title __________________ Director of Legal Affairs<br />
Date __________________ Date __________________<br />
ITB for 66-6509-700 Page 18 of 22
Uhde India Pvt. Ltd.<br />
PROFORMA OF DEVIATION LIST<br />
UDHE INDIA PVT LTD<br />
(Project No.: 66-6509)<br />
STATEMENT OF DEVIATIONS/ ACCEPTANCE TO TENDER DOCUMENTS<br />
UIPL Enquiry Ref. No. :<br />
Item:<br />
Vendor Name:<br />
Vendor Offer No. & Date:<br />
A) Technical Documents -<br />
Sr.<br />
No.<br />
1<br />
Name Of<br />
Document<br />
Engineering<br />
Specifications<br />
B ) Commercial Documents –<br />
Sr.<br />
No.<br />
1<br />
2<br />
3<br />
Name Of<br />
Document<br />
General Purchase<br />
Conditions<br />
Special Purchase<br />
Conditions<br />
Instructions to<br />
Bidders<br />
Stamp & Signature of Bidder :<br />
Date :<br />
Document No. (Please<br />
mention document nos.)<br />
Acceptance (strikeout which ever is not applicable)<br />
Accepted without deviation / Accepted with deviations,<br />
refer deviation sheet<br />
Acceptance (strikeout which ever is not applicable)<br />
Accepted without deviation / Accepted with deviations, refer deviation sheet<br />
Accepted without deviation / Accepted with deviations, refer deviation sheet<br />
Accepted without deviation / Accepted with deviations, refer deviation sheet<br />
ITB for 66-6509-700 Page 19 of 22
Uhde India Pvt. Ltd.<br />
UIPL Enquiry Ref. No. :<br />
Item:<br />
Vendor Name:<br />
Vendor Offer No. & Date:<br />
Sr.<br />
No.<br />
1<br />
Name and number of<br />
Document<br />
Stamp & Signature of Bidder:<br />
Date:<br />
UDHE INDIA PVT LTD<br />
(Project No.: 66-6509)<br />
TECHNICAL DEVIATION SHEET<br />
Page no.<br />
Clause<br />
Sr. no.<br />
Deviation<br />
ITB for 66-6509-700 Page 20 of 22
Uhde India Pvt. Ltd.<br />
UIPL Enquiry Ref. No. :<br />
Item:<br />
Vendor Name:<br />
Vendor Offer No. & Date:<br />
Sr.<br />
No.<br />
1<br />
UDHE INDIA PVT LTD<br />
(Project No.: 66-6509)<br />
COMMERCIAL DEVIATION SHEET<br />
Name of Document Page no.<br />
Stamp & Signature of Bidder:<br />
Date:<br />
Clause<br />
Sr. no.<br />
Deviation<br />
ITB for 66-6509-700 Page 21 of 22
Uhde India Pvt. Ltd.<br />
CHECK LIST FOR SUBMISSION OF BID<br />
Bidder is requested to fill this check list and ensure that all details/documents have been furnished as<br />
called for in the Bidding Document along with duly filled in, signed & stamped checklist<br />
Please confirm & ensure compliance:<br />
SR Description Yes / No<br />
1 Envelope 1:<br />
a) Two sets of technical bid<br />
2 Envelope 2:<br />
a) Two sets of unpriced commercial bid<br />
3 Envelope 3:<br />
a) Schedule of Rates (SOR) with duly filled prices<br />
SIGNATURE OF BIDDER : ___________________<br />
NAME OF BIDDER : ___________________<br />
COMPANY SEAL : ___________________<br />
ITB for 66-6509-700 Page 22 of 22
Uhde India Pvt. Ltd.<br />
Annexure 1 to ITB<br />
Project No.: 66-6509-700<br />
<strong>Tender</strong> No.: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong> Work: <strong>Fire</strong> <strong>Fighting</strong> System<br />
Client: <strong>Bharat</strong> <strong>Petroleum</strong> Corporation Limited<br />
IMPORTANT POINTS TO BE NOTED:<br />
a) The bid document has been loaded on the UIPL & BPCL web sites.<br />
b) Bid document fees of INR 1000/- OR USD 25/- to be submitted along with the offer<br />
c) Bidders shall furnish documents supporting bidders qualification criteria<br />
d) Due date for submission of bids: 12:00 Hrs of 21/10/10<br />
e) Unpriced techno commercial bid opening: At 14:30 Hrs of bid due date<br />
f) Pre-bid meeting: 13:30 Hrs of 07/10/10 at UIPL Pune office. Minutes of meetings pre-bid<br />
meeting shall be uploaded on UIPL & BPCL web sites.<br />
g) Required delivery and completion period: Refer Special Conditions of Contract (SCC)<br />
h) Bid Validity: Bids shall remain valid for FOUR months after the deadline for bid submission.<br />
i) Offer evaluation and ordering basis: Overall lowest basis.<br />
j) Bid security / Earnest Money Deposit (EMD): INR 15,00,000/- OR USD 32,609/-. For Bidders<br />
registered with BPCL/UIPL under <strong>Fire</strong> <strong>Fighting</strong> Systems works category, EMD shall be<br />
waived. Bidders registered with BPCL/UIPL shall submit copy of letter of registration issued<br />
by BPCL/UIPL authorities in un-priced technical bids.<br />
k) Bidders to note the Bid Rejection Criteria.<br />
l) Bidders to submit STATEMENT OF DEVIATIONS/ ACCEPTANCE TO TENDER<br />
DOCUMENTS as per the format indicated in ITB<br />
m) Bidders to submit TECHNICAL DEVIATION SHEET as per the format indicated in ITB<br />
n) Bidders to submit COMMERCIAL DEVIATION SHEET as per the format indicated in ITB<br />
o) Offers to be submitted in UIPL Pune office<br />
ITB for 66-6509-700 <strong>Tender</strong> No.: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong> Page 1 of 1
Uhde India Pvt. Ltd.<br />
Annexure 2 to ITB<br />
Project No.: 66-6509-700<br />
<strong>Tender</strong> No.: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong> Work: <strong>Fire</strong> <strong>Fighting</strong> System<br />
Client: <strong>Bharat</strong> <strong>Petroleum</strong> Corporation Limited<br />
BIDDERS QUALIFICATION CRITERIA:<br />
Offers of bidders fulfilling all the qualification criteria as mentioned below will only be considered<br />
for further technical & commercial evaluation.<br />
1) Technical / Execution criteria :<br />
a) Bidder on his own must have successfully executed on LSTK basis at least one installation of<br />
<strong>Fire</strong> protection system in Refinery. His scope of work and supply must have included Design,<br />
Detailed engineering (including a detailed hydraulic analysis using Pipe Net or similar<br />
software), procurement, Fabrication, Erection and hydro testing including all civil and structural<br />
work, commissioning assistance and other work for ALL following systems as a single point<br />
responsibility in the past five years. The <strong>Fire</strong> <strong>Fighting</strong> System shall have been in operation for<br />
at least 1 year prior to bid submission date.<br />
1) <strong>Fire</strong> hydrant ring network ( U/G and A/G) using cement lined CS piping<br />
2) Medium and High velocity water Spray systems<br />
3) Clean Agent systems for control rooms<br />
4) First Aid <strong>Fire</strong> extinguisher systems<br />
b) The bidder shall submit signed copy of “Confidentiality Agreement” along with the offer as per<br />
the format attached.<br />
c) The Bidder shall not be on Holiday list of BPCL/ UIPL.<br />
2) Financial criteria:<br />
a) Bidder should have supplied / executed and completed as a contractor in previous five<br />
financial years at least one similar work of value not less than INR 4,50,00,000/- (Rupees<br />
Four Crore Fifty Lakh) or USD 9,78,000/-<br />
OR<br />
Bidder should have supplied / executed and completed as a contractor in previous five<br />
financial years at least two similar works of value not less than INR 3,00,00,000/-<br />
(Rupees Three Crore) or USD 6,52,000/- each.<br />
b) The average annual turnover of the bidder during the preceding three financial years<br />
should be minimum INR 7,20,00,000/- (Rs. Seven Crore Twenty Lakh) or USD<br />
15,65,000/-.<br />
c) The bidder should have earned a net profit for the last three consecutive years and the<br />
financial net worth of the bidder shall be positive as per latest audited annual report.<br />
ITB for 66-6509-700 <strong>Tender</strong> No.: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong> Page 1 of 2
Uhde India Pvt. Ltd.<br />
<strong>Tender</strong> No: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong><br />
Works: FIRE FIGHTING SYSTEM<br />
Sr.<br />
No.<br />
Qualification Criteria Confirmation Sheet<br />
Vendor Qualification Criteria Vendor confirmation<br />
1 Technical / Execution Qualification criteria:<br />
Bidder on his own must have successfully executed on LSTK basis at least one<br />
installation of <strong>Fire</strong> protection system in Refinery. His scope of work and supply<br />
must have included Design, Detailed engineering (including a detailed hydraulic<br />
analysis using Pipe Net or similar software), procurement, Fabrication, Erection<br />
and hydro testing including all civil and structural work, commissioning assistance<br />
and other work for ALL following systems as a single point responsibility in the<br />
A past five years. The <strong>Fire</strong> <strong>Fighting</strong> System shall have been in operation for at least<br />
1 year prior to bid submission date.<br />
1) <strong>Fire</strong> hydrant ring network ( U/G and A/G) using cement lined CS piping<br />
2) Medium and High velocity water Spray systems<br />
3) Clean Agent systems for control rooms<br />
4) First Aid <strong>Fire</strong> extinguisher systems<br />
B<br />
The bidder shall submit signed copy of “Confidentiality Agreement” along with the<br />
offer as per the format attached.<br />
C The Bidder shall not be on Holiday list of BPCL/ UIPL.<br />
2 Financial Criteria<br />
Bidder should have supplied / executed and completed as a contractor in previous<br />
five financial years at least one similar work of value not less than INR 4,50,00,000/-<br />
(Rupees Four Crore Fifty Lakh) or USD 9,78,000/-<br />
A<br />
OR<br />
Bidder should have supplied / executed and completed as a contractor in previous<br />
five financial years at least two similar works of value not less than INR<br />
3,00,00,000/- (Rupees Three Crore) or USD 6,52,000/- each.<br />
The average annual turnover of the bidder during the preceding three financial<br />
B years should be minimum INR 7,20,00,000/- (Rs. Seven Crore Twenty Lakh) or<br />
USD 15,65,000/-.<br />
The bidder should have earned a net profit for the last three consecutive years and<br />
C the financial net worth of the bidder shall be positive as per latest audited annual<br />
report.<br />
3 Documents submitted:<br />
A Company Broacher with Audited Balance sheets for the last 3 financial years.<br />
B Quality Control and Assurance Plan of the Company<br />
C Details of similar works executed in the last five years & copies of work orders.<br />
(Signature of Vendor with Company seal)<br />
Name of the Authorised Signatory :<br />
Designation :<br />
Date :<br />
Confirmed /<br />
Not Confirmed refer<br />
deviation sheet<br />
Confirmed /<br />
Not Confirmed refer<br />
deviation sheet<br />
Not on holiday list /<br />
On holiday list refer<br />
deviation sheet<br />
Confirmed /<br />
Not Confirmed refer<br />
deviation sheet<br />
Confirmed /<br />
Not Confirmed refer<br />
deviation sheet<br />
Confirmed /<br />
Not Confirmed refer<br />
deviation sheet<br />
Submitted / Not<br />
submitted refer<br />
deviation sheet<br />
Submitted / Not<br />
submitted refer<br />
deviation sheet<br />
Submitted / Not<br />
submitted refer<br />
deviation sheet<br />
ITB for 66-6509-700 <strong>Tender</strong> No.: <strong>U6509</strong>-<strong>3104</strong>/<strong>ABM</strong> Page 2 of 2<br />
List of supporting<br />
documents<br />
attached
INTEGRITY PACT<br />
Between<br />
<strong>Bharat</strong> <strong>Petroleum</strong> Corporation Limited (BPCL) hereinafter referred to as "The Principal",<br />
And<br />
……………………….. hereinafter referred to as "The Bidder/Contractor/Supplier"<br />
Preamble<br />
The Principal intends to award, under laid down organization procedures, contract/s for<br />
……………….. The Principal values full compliance with all relevant laws and regulations, and<br />
the principles of economic use of resources, and of fairness and transparency in its relations<br />
with its Bidder/s, Contractor/s and Supplier/s.<br />
In order to achieve these goals, the Principal cooperates with the renowned international Non-<br />
Governmental Organisation "Transparency International" (TI). Following TI's national and<br />
international experience, the Principal will appoint an Independent External Monitor who will<br />
monitor the tender process and the execution of the contract for compliance with the<br />
principles mentioned above.<br />
Section 1 - Commitments of the Principal<br />
(1) The Principal commits itself to take all measures necessary to prevent corruption and to<br />
observe the following principles:<br />
a) No employee of the Principal, personally or through family members, will in<br />
connection with the tender, or the execution of the contract, demand, take a<br />
promise for or accept, for himself/herself or third person, any material or<br />
immaterial benefit which he/she is not legally entitled to.<br />
b) The Principal will, during the tender process, treat all Bidders with equity and<br />
reason. The Principal will, in particular, before and during the tender process,<br />
provide to all Bidders the same information and will not provide to any Bidder<br />
confidential / additional information through which the Bidder could obtain an<br />
advantage in relation to the tender process or the contract execution.<br />
c) The Principal will exclude from the process all known prejudiced persons.<br />
(2) If the Principal obtains information on the conduct of any of its employees which is a<br />
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a<br />
substantive suspicion in this regard, the Principal will inform its Vigilance Office and in<br />
addition can initiate disciplinary actions.<br />
Section 2 - Commitments of the Bidder / Contractor/Supplier<br />
(1) The Bidder / Contractor/Supplier commits itself to take all measures necessary to<br />
prevent corruption. He commits himself to observe the following principles during his<br />
participation in the tender process and during the contract execution.<br />
a) The Bidder / Contractor/Supplier will not, directly or through any other person or<br />
firm, offer, promise or give to any of the Principal's employees involved in the<br />
tender process or the execution of the contract or to any third person, any<br />
material or immaterial benefit which he/she is not legally entitled to, in order to
obtain in exchange, any advantage of any kind whatsoever during the tender<br />
process or during the execution of the contract.<br />
b) The Bidder / Contractor/Supplier will not enter with other Bidders into any<br />
undisclosed agreement or understanding, whether formal or informal. This<br />
applies in particular to prices, specifications, certifications, subsidiary contracts,<br />
submission or non-submission of bids or any other actions to restrict<br />
competitiveness or to introduce cartelisation in the bidding process.<br />
c) The Bidder / Contractor/Supplier will not commit any offence under the relevant<br />
Anti-Corruption Laws of India; further the Bidder / Contractor/Supplier will not use<br />
improperly, for purposes of competition or personal gain, or pass on to others,<br />
any information or document provided by the Principal as part of the business<br />
relationship, regarding plans, technical proposals and business details, including<br />
information contained or transmitted electronically.<br />
d) The Bidder / Contractor/Supplier will, when presenting his bid, disclose any and<br />
all payments he has made, is committed to, or intends to make to agents, brokers<br />
or any other intermediaries in connection with the award of the contract.<br />
(2) The Bidder / Contractor/Supplier will not instigate third persons to commit offences<br />
outlined above or be an accessory to such offences.<br />
Section 3 - Disqualification from tender process and exclusion from future contracts<br />
If the Bidder, before contract award, has committed a transgression through a violation of<br />
Section 2 or in any other form such as to put his reliability or credibility as Bidder into<br />
question, the Principal is entitled to disqualify the Bidder from the tender process or to<br />
terminate the contract, if already signed, for such reason.<br />
(1) If the Bidder/Contractor/Supplier has committed a transgression through a violation of<br />
Section 2 such as to put his reliability or credibility into question, the Principal is also<br />
entitled to exclude the Bidder / Contractor/Supplier from future contract award processes.<br />
The imposition and duration of the exclusion will be determined by the severity of the<br />
transgression. The severity will be determined by the circumstances of the case, in<br />
particular the number of transgressions, the position of the transgressors within the<br />
company hierarchy of the Bidder and the amount of the damage. The exclusion will be<br />
imposed for a minimum of 6 months and maximum of 3 years.<br />
(2) A transgression is considered to have occurred if the Principal after due consideration of<br />
the available evidences, concludes that no reasonable doubt is possible.<br />
(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right<br />
to resort to and impose such exclusion and further accepts and undertakes not to<br />
challenge or question such exclusion on any ground, including the lack of any hearing<br />
before the decision to resort to such exclusion is taken. This undertaking is given freely<br />
and after obtaining independent legal advice.<br />
(4) If the Bidder / Contractor/Supplier can prove that he has restored / recouped the damage<br />
caused by him and has installed a suitable corruption prevention system, the Principal<br />
may revoke the exclusion prematurely.<br />
Section 4 - Compensation for Damages<br />
(1) If the Principal has disqualified the Bidder from the tender process prior to the award<br />
according to Section 3, the Principal is entitled to demand and recover from the Bidder<br />
liquidated damages equivalent to Earnest Money Deposit/Bid Security.
(2) If the Principal has terminated the contract according to Section 3, or if the Principal is<br />
entitled to terminate the contract according to Section 3, the Principal shall be entitled to<br />
demand and recover from the Contractor/Supplier liquidated damages equivalent to<br />
Security Deposit / Performance Bank Guarantee.<br />
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur<br />
subject only to condition that if the Bidder / Contractor/Supplier can prove and establish<br />
that the exclusion of the Bidder from the tender process or the termination of the contract<br />
after the contract award has caused no damage or less damage than the amount of the<br />
liquidated damages, the Bidder / Contractor/Supplier shall compensate the Principal only<br />
to the extent of the damage in the amount proved.<br />
Section 5 - Previous Transgression<br />
(1) The Bidder declares that no previous transgression occurred in the last 3 years with any<br />
other Company in any country conforming to the TI approach or with any other Public<br />
Sector Enterprise in India that could justify his exclusion from the tender process.<br />
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the<br />
tender process or the contract, if already awarded, can be terminated for such reason.<br />
Section 6 - Equal treatment of all Bidders / Contractors /Suppliers/ Subcontractors<br />
(1) The Bidder/Contractor/Supplier undertakes to demand from all subcontractors a<br />
commitment in conformity with this Integrity Pact, and to submit it to the Principal before<br />
contract signing.<br />
(2) The Principal will enter into agreements with identical conditions as this one with all<br />
Bidders, Contractors/Suppliers and Subcontractors.<br />
(3) The Principal will disqualify from the tender process all Bidders who do not sign this Pact<br />
or violate its provisions.<br />
Section 7 – Punitive Action against violating Bidders / Contractors /<br />
Suppliers/Subcontractors<br />
If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or<br />
Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor,<br />
Supplier or Subcontractor which constitutes corruption, or if the Principal has substantive<br />
suspicion in this regard, the Principal will inform the Vigilance Office.<br />
Section 8 - Independent External Monitors<br />
(1) The Principal has appointed competent and credible Independent External Monitors for<br />
this Pact. The task of the Monitor is to review independently and objectively, whether and<br />
to what extent the parties comply with the obligations under this agreement.<br />
(2) The Monitor is not subject to instructions by the representatives of the parties and<br />
performs his functions neutrally and independently. He reports to the Chairperson of the<br />
Board of the Principal.<br />
(3) The Bidder/Contractor/Supplier accepts that the Monitor has the right to access without<br />
restriction to all Project documentation of the Principal including that provided by the<br />
Bidder/Contractor/Supplier. The Bidder/Contractor/Supplier will also grant the Monitor,<br />
upon his request and demonstration of a valid interest, unrestricted and unconditional
access to this project documentation. The same is applicable to Subcontractors. The<br />
Monitor is under contractual obligation to treat the information and documents of the<br />
Bidder/Contractor/Supplier/ Subcontractor with confidentially.<br />
(4) The Principal will provide to the Monitor sufficient information about all meetings among<br />
the parties related to the Project provided such meetings could have an impact on the<br />
contractual relations between the Principal and the Bidder/Contractor/Supplier. The<br />
parties offer to the Monitor the option to participate in such meetings.<br />
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he<br />
will so inform the Management of the Principal and request the Management to<br />
discontinue or heal the violation, or to take other relevant action. The Monitor can in this<br />
regard submit non-binding recommendation. Beyond this, the Monitor has no right to<br />
demand from the parties that they act in a specific manner, refrain from action or tolerate<br />
action. However, the Independent External Monitor shall give an opportunity to the<br />
Bidder/Contractor/Supplier to present its case before making its recommendations to the<br />
Principal.<br />
(6) The Monitor will submit a written report to the Chairperson of the Board of the Principal<br />
within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and,<br />
should the occasion arise, submit proposals for correcting problematic situations.<br />
(7) If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of<br />
an offence under relevant Anti-Corruption Laws of India, and the Chairperson has not,<br />
within reasonable time, taken visible action to proceed against such offence or reported it<br />
to the Vigilance Office, the Monitor may also transmit this information directly to the<br />
Central Vigilance Commissioner, Government of India.<br />
(8) The word 'Monitor' would include both singular and plural.<br />
Section 9 - Pact Duration<br />
This Pact begins when both parties have legally signed it. It expires for the<br />
Contractor/Supplier 12 months after the last payment under the respective contract, and for<br />
all other Bidders 6 months after the contract has been awarded.<br />
If any claim is made / lodged during this time, the same shall be binding and continue to be<br />
valid despite the lapse of this pact as specified above, unless it is discharged / determined by<br />
Chairperson of the Principal.
Section 10 - Other provisions<br />
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the<br />
Registered Office of the Principal, i.e. Mumbai. The Arbitration clause provided in the<br />
main tender document / contract shall not be applicable for any issue / dispute arising<br />
under Integrity Pact.<br />
(2) Changes and supplements as well as termination notices need to be made in writing.<br />
Side agreements have not been made.<br />
(3) If the Bidder/Contractor/Supplier is a partnership or a consortium, this agreement must<br />
be signed by all partners or consortium members.<br />
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder<br />
of this agreement remains valid. In this case, the parties will strive to come to an<br />
agreement to their original intentions.<br />
………………………<br />
…………………………………..<br />
For the Principal For the<br />
Bidder/Contractor/<br />
Supplier<br />
Place ……………… Witness 1 : ………………….<br />
(Signature/Name/Address)<br />
Date ………………. Witness 2 : ………………….<br />
(Signature/Name/Address)
SPECIAL CONDITIONS<br />
OF<br />
CONTRACT
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Special Conditions of Contract<br />
TABLE OF CONTENTS<br />
Sheet 2 of 29<br />
1.0 DEFINITIONS<br />
2.0 GENERAL<br />
3.0 WATER , POWER<br />
4.0 OTHER FECILITIES<br />
5.0 SCOPE OF WORK<br />
6.0 PAYMENT TERMS<br />
7.0 EXTRA ITEMS<br />
8.0 TIME SCHEDULE<br />
9.0 SITE CLEANING<br />
10.0 TAXES AND DUTIES<br />
11.0 ROUNDING OFF<br />
12.0 STATUTORY APPROVALS<br />
13.0 UNDERGROUND AND OVERHEAD STRUCTURES<br />
14.0 EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOSERS AND / OR DEPENDENT OF<br />
LAND LOSERS<br />
15.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT / PUBLIC SECTOR UNDERTAKING<br />
16.0 PROVIDENT FUND<br />
17.0 WORKS CONTRACT<br />
18.0 RESPONSIBILITY OF CONTRACTOR<br />
19.0 QUALITY ASSURANCE SYSTEM<br />
20.0 SITE ORGANISATION<br />
21.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF CONSTRUCTION<br />
EQUIPMENT / SPECIAL REQUIREMNT FOR MONSOON WORK<br />
22.0 WORK IN MONSOON SEASON<br />
23.0 TESTS AND INSPECTION OF WORK<br />
24.0 FINAL INSPECTION<br />
25.0 LEADS<br />
26.0 COMPLETION DOCUMENTS<br />
27.0 ADDITIONAL WORKS / EXTRA WORKS<br />
28.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT /SAFETY NORMS<br />
29.0 SAFETY / SECURITY REGULATIONS<br />
30.0 ISSUE OF REFINERY ENTRY PASS<br />
31.0 WORK PERMIT<br />
32.0 OBLIGATION TO FOLLOW WORK PERMIT SYSTEM<br />
33.0 COORDINATION WITH OTHER AGENCIES<br />
34.0 QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL<br />
35.0 LABOUR LAWS<br />
36.0 LABOUR RELATIONS<br />
37.0 PAYMENT OF WAGES<br />
38.0 INCOME TAX<br />
39.0 TEMPORARY WORKS<br />
40.0 DRAWINGS & DOCUMENTS<br />
41.0 ELECTRICAL CONTRACTOR’S LICENCE<br />
42.0 CONTRACTOR’S COMPUTERISED BILLING SYSTEM<br />
43.0 ARBITRATION<br />
44.0 JURIDICTION<br />
45.0 LIQUIDATED DAMAGE<br />
46.0 DEFECT LIABILITY PERIOD<br />
47.0 PERFORMANCE BANK GUARANTEE<br />
48.0 INSPECTION AND TESTING<br />
49.0 BID EVALUATION<br />
50.0 FORMAT FOR SUBMITTING PRICE<br />
51.0 PACKAGE SPECIFIC CONDITIONS<br />
52.0 INTERPRETATION OF CONTRACT DOCUMENTS<br />
53.0 IRRECONCILABLE CONFLICTS<br />
Attachments : BPCL Formats for Final Completion documents<br />
: 6509-CM-BG-00002 REV. 1 HSE Plan
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
1.0 DEFINITIONS<br />
2.0 GENERAL<br />
Sheet 3 of 29<br />
“Consultant” shall mean Uhde India Private Ltd., (UIPL) having their office at Dugal plaza, Prem<br />
Nagar, Bibwewadi Road, Pune – 411037 , India.<br />
Engineer- in Charge shall mean Resident Construction Manager ( RCM) designated by<br />
UIPL.<br />
a) These Special Conditions of Contract (SCC) shall be read in conjunction with the General<br />
Conditions of Contract (GCC), Schedule of Rates, specifications of work, drawings and any other<br />
document forming part of this Contract wherever the context so requires.<br />
b) Notwithstanding the sub-division of the document into these separate sections and volumes, every<br />
part of each shall be deemed to be supplementary of every other part and shall be read with and<br />
into the Contract so far as it may be practicable to do so.<br />
c) If any provision in the General Conditions of Contract is repugnant to or at variance with any<br />
provision (s) of the Special Conditions of Contract and / or the Agreed Variations or if any provision<br />
of the Special Conditions of Contract is repugnant to or at variance with any provision (s) of the<br />
Agreed Variations, and the two cannot be reconciled or otherwise co-exist, then unless a different<br />
intention appears, the provision (s) of the Special Conditions of Contract shall be deemed to override<br />
the provision (s) of General Conditions of Contract and the provision (s) of the Agreed Variations<br />
shall be deemed to override the provision (s) of the Special Conditions of Contract, but only to the<br />
extent that such repugnancies in the General Conditions of Contract cannot be reconciled with the<br />
Special Conditions of Contract and / or Agreed Variations or to the extent that such repugnancies in<br />
the Special Conditions of Contract cannot be reconciled with the Agreed Variations, as the case may<br />
be.<br />
d) It will be the CONTRACTOR’s responsibility to bring to the notice of Engineer-in-Charge any<br />
irreconcilable conflict in the Contract documents before starting the work (s) or making the supply<br />
with reference to which the conflict exists.<br />
e) Wherever it is stated in this Bidding Document that such and such a supply is to be effected or such<br />
and such a work is to be carried out, it shall be understood that the same shall be effected/carried out<br />
by the CONTRACTOR at his own cost, unless a different intention is specifically and expressly stated<br />
herein or otherwise explicit from the context. Contract value (also referred to as Contract Price) shall<br />
be deemed to have included such cost.<br />
f) The materials, design and workmanship shall satisfy the applicable relevant Indian Standards,<br />
the job specifications contained herein & codes referred to. Where the job specifications<br />
stipulate requirements in addition to those contained in the standard codes and specifications,<br />
these additional requirements shall also be satisfied. In the absence of any Standard /<br />
Specifications/Codes of practice for detailed specifications covering any part of the work<br />
covered in this Bidding Document, the instructions/directions of Engineer-in-Charge will be<br />
binding on the CONTRACTOR.<br />
g) In the absence of any Specifications covering any material, design or work(s) the same shall be<br />
performed/ supplied/ executed in accordance with standard Engineering practice as per the<br />
instructions/directions of the Engineer-in-Charge, which will be binding on the CONTRACTOR.<br />
3.0 WATER AND POWER<br />
a) The clause No. 2.3 and 2.4 in Section – II (General Information about Site) of General Condition of<br />
Contract – BPCL – Refinery Division – Mahul, Mumbai regarding Water, Power and other facilities is<br />
modified to following extent:<br />
b) Water shall be provided to the CONTRACTOR at one point, subject to availability, on<br />
chargeable basis. The CONTRACTOR shall at his own cost arrange for tapping, storage tank &
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 4 of 29<br />
distribution required for his work including supply, installation & calibration of water meters.<br />
The charge for Water will be Rs. 40.88 / CUM. Non availability of water through BPCL<br />
should not be a case for extra claim or time extension. Therefore, the CONTRACTOR shall, within<br />
the quoted price, make alternate arrangement to cope with such eventuality. Additional water, if<br />
required, to meet the contractual requirements, shall be arranged by the CONTRACTOR at his own<br />
cost. Bidders to indicate the requirement of Construction water in terms of approximate<br />
quantity and schedule after placement of Letter of Intent.<br />
c) Construction power shall be provided to the CONTRACTOR at one point, subject to availability,<br />
on chargeable basis. The charge for Electricity will be Rs. 5.00 / kWh. All the works<br />
related to laying of cable / distribution panel etc. for construction power shall be arranged by<br />
CONTRACTOR at his own cost including supply , installation & calibration of energy meters.<br />
The cost of power supply shall be recovered by the OWNER every month (without prejudice to<br />
any other mode of recovery available to the OWNER) by deduction from the CONTRACTOR'S<br />
bills. The energy meter to be installed by the CONTRACTOR shall be tested and certified by<br />
State Electricity Board or any other agency approved by the OWNER. The construction power<br />
shall be made available to the CONTRACTOR subject to grid disturbance, and no extension of time or<br />
compensation shall be payable on this account. Therefore, the CONTRACTOR shall, within the quoted<br />
price, make alternate arrangement to cope with such eventuality. Additional power, if required, to meet<br />
the contractual requirements, shall be arranged by the CONTRACTOR at his own cost.<br />
Bidders to indicate the requirement of Electricity in terms of approximate quantity and<br />
schedule after placement of Letter of Intent.<br />
d) All other testing utilities like DM water , Compressed air will be given at one<br />
point on cheargeable basis subject to availability. Non availability of utilities through<br />
BPCL should not be a case for extra claim or time extension. Therefore, the CONTRACTOR<br />
shall, within the quoted price, make alternate arrangement to cope with such eventuality.<br />
4.0 OTHER FACILITIES<br />
The OWNER will, at his discretion and convenience and for the duration of the execution of the work,<br />
make available, land for construction of contractor’s field office.<br />
Only limited space for go down, workshop and fabrication yard will be given . Bidder to<br />
indicate the minimum area required for this along with the offer.<br />
The OWNER shall not permit any land at site to be used for residential purposes nor shall otherwise<br />
provide or arrange any land for temporary accommodation of the CONTRACTOR’s personnel or<br />
labour.<br />
Contractor to make his own arrangement for closed area for office/ storage and all<br />
office set up without any extra claim or time extension..<br />
The CONTRACTOR shall at its own cost and initiative arrange land for residential<br />
accommodation for its staff and workers and the price of services shall be deemed to include<br />
the same.<br />
The CONTRACTOR shall also comply with the provisions of the GCC – Clause- 2.5<br />
5.0 SCOPE OF WORK<br />
The scope of Work shall be as per Technical specification of the tender.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
6.0 Payment Terms: Refer Annexure 1 to SCC<br />
7.0 EXTRA ITEMS<br />
Sheet 5 of 29<br />
Extra items, if any, shall be paid on the basis of analysis of rate of cost of materials<br />
and labour produced by CONTRACTOR, and the item rates agreed upon with the owner.<br />
The rate of extra items, wherever possible will be derived from similar tender items. In<br />
case the CONTRACTOR fails to execute extra items required for the Project work, the same<br />
shall be got done through any other agency at his own cost and risk of the Contractor.<br />
The execution of extra item is compulsory in order to complete the project work. In case the<br />
Contractor fails to execute extra item Owner will have the right to execute these items through<br />
other agency/agencies at the cost and risk of the Contractor.<br />
8.0 TIME SCHEDULE: Refer Annexure 2 to SCC<br />
9.0 SITE CLEANING<br />
a) The CONTRACTOR shall clean and keep clean the work site from time to time to the satisfaction<br />
of the Engineer- in-Charge for easy access to work site and to ensure safe passage, movement<br />
and working.<br />
b) If the work involves dismantling of any existing structure in whole or part; care shall be taken to<br />
limit the dismantling up to the exact point and/ or lines as directed by the Engineer-in-Charge and<br />
any damage caused to the existing structure beyond the said line or point shall be repaired and<br />
restored to the original condition at the cost and risk of CONTRACTOR to the satisfaction of the<br />
Engineer-in-Charge, whose decision shall be final and binding upon the CONTRACTOR.<br />
c) The CONTRACTOR shall dispose off the unserviceable materials, debris etc. within the<br />
Refinery complex and into the area as directed by Engineer-in-Charge within 3 KM range.<br />
The quoted Rates shall be inclusive of the above activities also. The CONTRACTOR shall<br />
sort out, clear and stack the serviceable materials obtained from the dismantling/renewal at<br />
places as directed by the Engineer-in-charge.<br />
d) No extra payment-shall be paid on this account. The rates quoted in SOR are deemed to be<br />
inclusive of all the costs towards all the above activities as well.<br />
10.0 TAXES AND DUTIES<br />
a) Bidders are required to quote lump sum price for the entire scope of work as per the<br />
enquiry specifications and the quoted price shall be inclusive of all taxes and duties<br />
except VAT and Service tax. Method of taxation to be followed is Composite Scheme.<br />
Rate of VAT and service tax shall be indicated separately in the Price Bid. Bidders to<br />
indicate the applicable rate of tax in the un priced copy of the price bid also. Bids shall be<br />
evaluated on the basis of landed cost at site after taking into account Cenvat Benefit<br />
available to BPCL. Bidder shall provide details namely Service Tax Registration Number,<br />
Maharashtra VAT Reg No. (TIN No) along with the copy of registration certificate.<br />
b) BPCL may claim Cenvat on service tax and VAT. The bidders should quote service tax and<br />
VAT separately (In rates as well as in values). Service tax, Education cess and VAT thereon<br />
shall be payable extra as actual against copy of invoice in triplicate indicating Service Tax and<br />
VAT registration number and category of service. Bidders shall furnish the present rates of<br />
service tax and education cess and VAT as applicable.<br />
All the invoices raised shall be "Tax Invoice" and shall be in the manner set out under<br />
Section 86 of the Act, so as to ensure that Input Tax Credit could be availed by BPCL on<br />
payments to the Contractor.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 6 of 29<br />
c) Any Statutory variation in Service Tax / VAT, within the contractual completion period, shall be<br />
on owner’s account, against submission of documentary evidence. However, in case of delay<br />
in completion period beyond the contractual date, for reasons attributable to contractor, any<br />
increase in these rates shall be borne by the contractor, whereas any decrease shall be<br />
passed on to the owner. BPCL shall take CENVAT benefit as applicable.<br />
d) Further, in case of delay in competion of work, due to reasons attributable to contractor, any<br />
new or additional taxes, duties or levies imposed after the contractual completion date shall<br />
be on contractor’s account.<br />
e) Foreign contractors’ bid shall be compared considering foreign exchange rate as on the date<br />
of priced bid opening, as declared on web site of RBI.<br />
f) Notwithstanding the foregoing, OWNER shall not bear any liability in respect of :<br />
i. Personal taxes on the personnel deployed by the Contractor, his Sub Contractor and<br />
Agent etc.<br />
ii. The Corporate Taxes in respect of Contractor and his Sub-Contractor and other Agents,<br />
Indian or foreign based.<br />
iii. Any other taxes / duties/ levies<br />
The CONTRACTOR shall also comply with the provisions of the GCC (General Conditions of<br />
Contract) Section VII TAXES AND DUTIES.<br />
11.0 ROUNDING OFF<br />
All payments to and recoveries from the bill of CONTRACTOR shall be rounded off to the<br />
nearest Rupee. Wherever the amount to be paid/ recovered consists of a fraction of a Rupee<br />
(Paise), the amount shall be rounded off to the next higher rupee if the fraction consists of 50<br />
(fifty) paise or more and if the fraction of a Rupee is less then 50 (fifty) paise, the same shall be<br />
ignored.<br />
12.0 STATUTORY APPROVALS<br />
The approval from any authority (i.e. Inspector of Boiler, Electrical Inspector etc.) required as<br />
per the provisions of the Bidding Document and as per statutory rules and regulations of<br />
Central / State Government shall be the responsibility of CONTRACTOR unless otherwise<br />
specified in the Bidding Document. The application on behalf of the OWNER for submission<br />
to relevant authorities along with copies of required certificate complete in all respects shall be<br />
prepared and submitted by the CONTRACTOR well ahead of time so that the actual<br />
construction / commissioning of the work is not delayed for want of the approval / inspection by<br />
concerned authorities. The CONTRACTOR shall arrange the inspection of the works by the<br />
authorities and necessary coordination and liaison work in this respect shall be the<br />
responsibility of the CONTRACTOR. Reimbursement by the OWNER of the statutory fees<br />
payable by CONTRACTOR (as per advance approval of OWNER) may be provided for<br />
subject to submission of receipt.<br />
The CONTRACTOR shall carry out any change / addition required to meet the requirements of<br />
the statutory authorities, within the quoted rates. The inspection and acceptance of the work<br />
by statutory authorities shall, however, not absolve the CONTRACTOR from any of his<br />
responsibilities under this Contract.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
13.0 UNDERGROUND AND OVERHEAD STRUCTURES<br />
Sheet 7 of 29<br />
Engineers-in-charge / OWNER shall provide, to the best possible extent, details in respect of<br />
existing underground and above ground structures, overhead lines, cables, existing pipelines<br />
and utilities existing at job site to the CONTRACTOR. The CONTRACTOR shall execute the<br />
work in such a manner that the said structures, utilities, pipelines etc. are not disturbed or<br />
damaged, and shall indemnify and keep indemnified the OWNER from and against any<br />
destruction thereof or damages thereto. Moreover, CONTRACTOR shall prepare drawing<br />
showing all the above stated details accurately and submit to Engineer-in-Charge. No extra<br />
payment shall be made on this account. The rates quoted in SOR are deemed to be inclusive<br />
of the costs towards this activity.<br />
14.0 EMPLOYMENT OF LOCAL LABOUR AND PREFERENCE TO LAND LOSERS AND/OR<br />
DEPENDENT OF LAND LOSERS<br />
a) The CONTRACTOR shall ensure that local labour, skilled and/or unskilled, to the extent<br />
available shall be employed in this work. Special preference shall be given to persons and/or<br />
dependents of persons whose land has been acquired for the project work. In case of nonavailability<br />
of suitable labour in any category out of the above persons, labour from outside may<br />
be employed.<br />
b) The CONTRACTOR shall not recruit personnel of any category from among those who are<br />
already employed by the other agencies working at site but shall make maximum use of local<br />
labour available.<br />
15.0 SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR<br />
UNDERTAKINGS<br />
a) If the CONTRACTOR is a PSU or P.S. Enterprise or is a Govt. Deptt, any disputes or differences<br />
between the CONTRACTOR and the OWNER hereto arising out of any notified claim of the<br />
CONTRACTOR in terms hereof and/or arising out of any amount claimed by the OWNER (whether or<br />
not the amount claimed by the OWNER or any part thereof shall have been deducted from the final bill<br />
of the CONTRACTOR or any amount paid by the OWNER to the CONTRACTOR in respect of the<br />
work), then in suppression of the provisions of Section 9 of the General Conditions of Contract, the<br />
following provisions shall apply, namely; such disputes of differences shall be resolved amicably by<br />
mutual consultation or through the good offices or empowered agencies of the Government if such<br />
resolution is not possible, then the unresolved disputes or differences shall be referred to arbitration of<br />
an arbitrator to be nominated by the Secretary, Department of legal affairs (Law Secretary) in terms of<br />
the Office Memorandum No. 55/3/1/75-CF dated 19 th December, 1975 issued by the Cabinet<br />
Secretariat (Department of Cabinet Affairs) as modified from time to time. The Arbitration Act shall not<br />
be applicable to the arbitrator under this clause. The award of the arbitrator shall be binding upon<br />
parties to the dispute, provided, however any party aggrieved by such award may make a further<br />
reference for setting aside or revision of the award to Law Secretary whose decision shall bind the<br />
parties finally and conclusively. The parties to the dispute will share equally the cost of Arbitration as<br />
intimated by the Arbitrator.<br />
b) Notwithstanding the existence of any dispute or arbitration in terms hereof or otherwise, the<br />
CONTRACTOR shall continue and be bound to continue and perform the works to completion in all<br />
respects according to the Contract (unless the Contract or Works be determined by the OWNER) and<br />
the CONTRACTOR shall remain liable and bound in all respects under the Contract”.<br />
16.0 PROVIDENT FUND<br />
The CONTRACTOR shall strictly comply with the provisions of Employees Provident Fund Act and<br />
register the establishment with the concerned Regional Provident Fund commissioner before<br />
commencing the work. The CONTRACTOR shall deposit “Employees” and “Employers”<br />
contributions in the designated account with the designated Authority every month. The<br />
CONTRACTOR shall furnish along with each invoice, the challan/receipt for the payment of provident
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
fund made to the RPFC for the preceding month(s).<br />
17.0 WORKS CONTRACT<br />
Sheet 8 of 29<br />
The entire Work covered under this Contract shall be treated as "INDIVISIBLE WORKS<br />
CONTRACT'.<br />
18.0 RESPONSIBILITY OF CONTRACTOR<br />
a) It shall be the responsibility of the CONTRACTOR to obtain the approval for any revision and/or<br />
modifications decided by the CONTRACTOR from the OWNER/ Engineer-in-Charge before<br />
implementation. Also such revisions and/ or modifications if accepted/ approved by the OWNER/<br />
Engineer-in-Charge shall be carried out at no extra cost to the OWNER. Any change required during<br />
functional requirements or for efficient running of system, keeping the basic parameters unchanged<br />
and which has not been indicated by the CONTRACTOR in the data / drawings furnished along with<br />
the offer will be carried out by the CONTRACTOR at no extra cost to the OWNER.<br />
CONTRACTOR shall not be entitled to claim any extension in the Time Schedule on this account.<br />
b) All expenses towards mobilisation at site and demobilisation including bringing in equipment, work<br />
force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the<br />
prices quoted in SOR items and no separate payments on account of such expenses shall be<br />
entertained unless otherwise specifically mentioned in SOR / Contract document.<br />
c) It shall be responsibility of the CONTRACTOR to provide, operate and maintain all necessary<br />
construction equipment, steel scaffoldings and safety gadgets, cranes/ derrick and other lifting tackles,<br />
tools and appliances to perform the work in a workman like and efficient manner and complete all the<br />
jobs as per time schedules without any extra cost to the OWNER.<br />
d) Preparing approaches and working area for the movement and operation of the cranes/ derrick,<br />
leveling the areas for assembly and erection shall also be responsibility of the CONTRACTOR. The<br />
CONTRACTOR shall acquaint himself with access availability facilities, such as railway siding, local<br />
labour etc., to provide suitable allowances in his quotation. The CONTRACTOR may have to, bUIPLd<br />
temporary access roads to aid his own work, which shall also be taken care' of while quoting for the<br />
work.<br />
e) The CONTRACTOR shall be responsible for procurement and supply in sequence and at the<br />
appropriate time of all equipments/ materials and consumables and his rates for execution of work will<br />
include supply of all these items.<br />
f) The CONTRACTOR shall also be responsible to fabricate and erect <strong>Fire</strong> Barricading / <strong>Fire</strong> Screens<br />
with required water screens on North and South side of the Pant location as per the Drawings,<br />
specifications, and quantities given in the <strong>Tender</strong> Document. The payment for these shall be made as<br />
per the quoted rates.<br />
g) The CONTRACTOR shall be responsible for pre fabrication and painting of the Steel<br />
Structures done out side the Plant premises and brought to site as Ready for Erection and<br />
erect the same as required.<br />
19.0 QUALITY ASSURANCE SYSTEM<br />
a) The CONTRACTOR shall submit their detailed Quality Assurance System after the award of the<br />
contract, to be followed for the execution of contract d by CONTRACTOR.<br />
b) The CONTRACTOR shall establish, document and maintain an effective quality assurance<br />
system as outlined in recognized codes.<br />
c) Quality Assurance System plans/ procedures of the CONTRACTOR shall be furnished in the form of a<br />
QA manual. This document should cover details of the personnel responsible for the quality<br />
assurance, plans or procedures to be followed for quality control in respect of Design, Engineering,<br />
Procurement, Supply, Installation, Testing and Commissioning. The quality assurance system<br />
should indicate organisational approach for quality control and quality assurance of the construction<br />
activities, at all stages of work at site as well as at manufacturer's works and despatch of materials.<br />
d) The Quality Assurance plan for various equipment and materials shall be furnished to the UIPL /<br />
OWNER prior to commencement of manufacturing.<br />
e) The OWNER / UIPL or their representative reserve the right to inspect / witness, review any or all<br />
stages of work at shop/site as deemed necessary for quality assurance.<br />
f) The CONTRACTOR has to ensure the deployment of quality Assurance and Quality Control
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 9 of 29<br />
Engineer(s) depending upon the quantum of work. This QA / QC group shall be fully responsible to<br />
carryout the work as per standards and all code requirements. In case Engineer-in-charge feels that<br />
QA / QC Engineer(s) of CONTRACTOR are incompetent or insufficient, CONTRACTOR has to<br />
deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of<br />
Engineer-In-Charge.<br />
g) In case CONTRACTOR fails to follow the instructions of Engineer-in-charge with respect to above<br />
clauses, next payment due to him shall not be released unless and until he complies with the<br />
instructions to, the full satisfaction of Engineer-in-charge.<br />
20.0 SITE ORGANISATION<br />
The CONTRACTOR shall without prejudice to his overall responsibility to execute and complete the<br />
Work as per specifications and time schedule, progressively deploy adequate qualified and<br />
experienced personnel together with skilled/ unskilled manpower and augment the same as decided<br />
by Engineer-in-Charge depending on the exigencies of work to suit the construction schedule<br />
without any additional cost to OWNER. The CONTRACTOR shall submit the details of minimum<br />
site organisation proposed by him, as per Proposal Form given in the Bidding document. In addition<br />
to this, CONTRACTOR shall deploy Safety Supervisors to ensure safer working conditions at site.<br />
In case where the works are Sub-Contracted by the main CONTRACTORs, Safety Supervisors are<br />
to be provided by the main CONTRACTOR only.<br />
21.0 MECHANISATION OF CONSTRUCTION ACTIVITIES AND MOBILISATION OF<br />
CONSTRUCTION EQUIPMENT<br />
a) Mechanisation of Construction Activities :The CONTRACTOR shall mechanise the<br />
construction activities to the maximum extent by deploying all necessary construction<br />
equipment/machinery in adequate numbers and capacities.<br />
b) Wherever Structural/ Piping works are included in the scope, the responsibilities of<br />
CONTRACTOR shall include pre fabrication and painting as per the specification in a<br />
workshop out side the Plant premise and to bring the prefabricated and painted<br />
structures as “Ready of Erection” to Pant with transportation facilities to site to carryout<br />
erection. CONTACTOR shall also responsible for preparing approaches to working areas for the<br />
movement/operation of cranes and leveling the areas for assembly / erection to ensure effective<br />
mechanisation on the works. OWNER shall provide only the Land for the storage. It shall be<br />
the responsibility of the CONTRACTOR to carry out leveling / dressing / grading with a<br />
proper approach for the movement of equipment and machinery, at his own cost. No extra<br />
payment shall be made by the OWNER for leveling / dressing / grading. The CONTRACTOR<br />
shall acquaint himself with availability of access, facilities such as railway siding, local labour etc.<br />
and the CONTRACTOR may have to bUIPLd temporary access roads to aid his work and the<br />
quoted and agreed rates shall be deemed to include the same.<br />
c) For speedy execution of work, CONTRACTOR shall also ensure use of computer software for at<br />
least the following:<br />
a) Billing<br />
b) Planning & Scheduling<br />
c) Progress Reporting<br />
d) Material Control & Warehousing<br />
e) Safety Records<br />
f) Resource Deployment<br />
g) Communication<br />
d) CONTRACTOR further agrees that Contract price is inclusive of all the associated costs, which<br />
he may incur for actual mobilization, required in respect of use of mechanized construction
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 10 of 29<br />
techniques and that the OWNER/ UIPL in this regard shall entertain no claim whatsoever.<br />
e) Mobilisation of Construction Equipments: The CONTRACTOR shall without prejudice to his<br />
responsibilities to execute and complete the work as per the specifications and time schedule,<br />
progressively deploy construction equipment, tools and tackles and further augment the same<br />
depending on the exigencies of work and as decided by the Engineer-in-Charge so as to suit the<br />
construction schedule within scheduled completion date without any additional cost to OWNER.<br />
The bidder shall submit a list of construction equipments he proposes to deploy for the subject<br />
work along with deployment schedule. No construction equipment shall be supplied by the<br />
OWNER.<br />
22.0 Work in Monsoon Season<br />
In addition to the clause No. 7 of Section – V (Performance of Work) of General Conditions of<br />
Contract CONTRACTOR shall submit with in 15 days of award of work, to the Engineer-in<br />
Charge / OWNER his contingency plan for work during monsoon clearly stating their<br />
methodology/ strategy to progress uninterruptedly during monsoon mentioning the deployment<br />
of resources viz, numbers, capacity, category of equipment and manpower on a weekly basis<br />
for approval.<br />
Minimum requirement by Contractor during Monsoon period is listed as below :<br />
a) Contractor must take due cognizance of the presence of rainy season / days in his scheduled<br />
completion period and accordingly, shall take all necessary actions to protect, reorganize and<br />
progress the work , uninterruptedly during the monsoon period .<br />
b) Contractor to collect all meteorological data from the local authority and collect necessary<br />
information about the intensity, frequency and period of rainy season.<br />
c) No extension of time due to interruption /suspension of work , water logging , reduced /slowing<br />
down of progress , non-availability of manpower etc. , whatsoever may be the reason, shall be<br />
tenable on account of monsoon and further no claim for stand-by of manpower and<br />
equipment, other resources etc shall be paid for.<br />
d) The successful bidder shall be required to submit within 15 days of Letter of Acceptance of<br />
offer / award of work, to the Engineer-in-Charge / BPCL his contingency plan for work during<br />
monsoon clearly stating their methodology / strategy to progress uninterruptedly during<br />
monsoon mentioning the deployment of resources viz, numbers, capacity, category of<br />
equipment and manpower on a weekly basis for approval. The contingency plan shall include<br />
all provisions for constructing and maintaining temporary infrastructure like approach road<br />
,temporary drains in and around work area , dewatering whether natural or forced to keep the<br />
work area free from water logging so as to maintain the same always in a state worthy of<br />
vehicular, human and equipment movement. The work area shall be so isolated as to restrict<br />
run-of from the adjacent areas in the work area / site.<br />
e) Contractor shall put up temporary sheds for fabrication of formwork and reinforcement. For<br />
fabrication of steelwork / piping proper rainproof shed with concretized floor of adequate area<br />
shall be made.<br />
f) Additionally, localized (structure wise) monsoon protection shall be provided in order to<br />
facilitate work.<br />
g) The contractor must indicate the structures / areas that he would like to progress (as per the<br />
project schedule and priority) particularly during the monsoon clearly indicating the subphases<br />
of construction like fabrication / erection works of Equipments / Piping etc.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 11 of 29<br />
h) Contractor shall procure and stock sufficient quantities of materials adequate for the planned<br />
volume of the work during the monsoon, well in advance of the onset of same so that progress<br />
of work is not affected on this account. The Engineer-in-charge shall be free to inspect such<br />
storing arrangement (particularly at places outside of the pant areas), at any appropriate time<br />
as deemed fit by him.<br />
i) All electrical installations, equipment shall be placed on plinths above ground under proper<br />
rain shed to avoid any inundation, short circuit and hazards of electrocution.<br />
j) To maintain the standard welding quality and progress, localized welding booth in sufficient<br />
numbers as per instruction of Engineer- in charge shall be installed for protection against wind<br />
and rain.<br />
k) Contractors item rates shall be include all costs and expenses including supply of materials<br />
required for monsoon protection like tarpaulins, shed, structural, GI sheet etc. for the above<br />
provisions and no separate payment shall be made on this account.<br />
23.0 TESTS AND INSPECTION OF WORKS<br />
a) The CONTRACTOR shall carry out the various tests as enumerated in the bidding document and<br />
as per direction of Engineer-in-charge either on field or outside laboratories concerning the<br />
execution of work and supply of the material by CONTRACTOR. All the expenses shall be borne by<br />
the CONTRACTOR and shall be considered as included in the quoted price. The inspection shall be<br />
done by following:<br />
i) Third Party Inspection agency if nominated by the OWNER for all supply items (Name of<br />
the OWNER’S approved TPI agency shall be separately intimated).<br />
ii) Representative deputed by Engineer-in-charge.<br />
iii) Representative deputed by Statutory Authority.<br />
CONTRACTOR shall give prior notice sufficiently ahead of time to the Engineer-in-charge and<br />
also to the authorities/TPI to conduct inspection/ to witness such tests.<br />
b) All the tests either on the field or at outside laboratory or at any other place, concerning the<br />
execution of the work and supply of materials by the CONTRACTOR shall be carried out by the<br />
CONTRACTOR at his own cost.<br />
c) The work is subject to inspection at all times by the Engineer-in-charge. The CONTRACTOR shall<br />
carry out all instructions given during inspection and shall ensure that the work is being carried out<br />
according to the technical specifications of this bidding document, the technical documents that will<br />
be furnished to him during performance of work and the relevant codes of practice furnished to him<br />
during the performance of the work.<br />
d) The CONTRACTOR shall provide, for purposes of inspection, access ladders, lighting and<br />
necessary instruments at his own cost including Low Voltage (24V) lighting equipment for inspection<br />
of work. Compressed air for carrying out works shall be arranged by the CONTRACTOR at his own<br />
cost.<br />
e) Any work not conforming to the execution drawings, specifications or codes shall be rejected<br />
forthwith and the CONTRACTOR shall carry out the rectifications at his own cost.<br />
f) All results of inspection and test will be recorded in the inspection reports, proforma of which will be<br />
approved by the Engineer-in-charge. These reports shall form part of the Completion Documents.<br />
g) For materials supplied by OWNER, CONTRACTOR shall carryout the tests, if required by the<br />
Engineer-in-charge, and the cost of such tests shall be reimbursed by the OWNER at actual to the<br />
CONTRACTOR on production of documentary evidence.<br />
h) Inspection and acceptance of the work shall not relieve the CONTRACTOR from any of his
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
responsibilities under this contract.<br />
Sheet 12 of 29<br />
i) Cost towards repeat tests and inspection due to failures, repairs etc. for reasons attributable to the<br />
CONTRACTOR shall be borne by the CONTRACTOR.<br />
j) Various tests as specified in specifications shall be carried out to the entire satisfaction of<br />
OWNER/UIPL.<br />
24.0 FINAL INSPECTION<br />
25.0 LEADS<br />
After completion of all tests as per specification the whole work will be subject to a final<br />
inspection to ensure that job has been completed as per requirement. If any defects are noticed<br />
in the work attributable to CONTRACTOR, these shall be attended by the CONTRACTOR at his<br />
own cost. As and when they are brought to his notice by UIPL / OWNER. UIPL / OWNER shall<br />
have the right to have these defects rectified at the risk and cost of the CONTRACTOR if he fails<br />
to attend to these defects immediately.<br />
For the various works, in case of contradiction, leads mentioned in the Schedule of Rates shall<br />
prevail over those indicated in the Technical specifications.<br />
26.0 COMPLETION DOCUMENTS<br />
Refer technical specification of the Enquiry.<br />
Also, Completion document shall contain following :<br />
• Completion Certificate by Engg. In-charge<br />
• No Demand Certificate from Contractor<br />
• No Due Certificate from Contractor<br />
• Site clearance Certificate<br />
• Labour Liability Certificate<br />
• Indemnity Bond on Rs. 100 stamp paper<br />
(Formats of above documents are enclosed as Attachment 1 ).<br />
27.0 ADDITIONAL WORKS/ EXTRA WORKS<br />
OWNER reserves their right to execute any additional works/ extra works, during the execution of<br />
Work, either by themselves or by appointing any other agency, even though such works are<br />
incidental to and necessary for the completion of Work awarded to the CONTRACTOR. In the<br />
event of such decisions taken by OWNER, CONTRACTOR is required to extend necessary<br />
cooperation, and act as per the instructions of Engineer-in-Charge. This is without prejudice to the<br />
rights of the OWNER to get the additional works/ extra works executed by the CONTRACTOR.<br />
28.0 HEALTH, SAFETY AND ENVIRONMENT (HSE) MANAGEMENT/SAFETY NORMS<br />
a) The CONTRACTOR shall adhere to the Health, Safety and Environment (HSE) Management<br />
system as per the stipulations made in the following documents :<br />
i. HSE Plan attached with SCC<br />
ii. The General Conditions of Contract
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
iii. The Bidding Document<br />
iv. Any statutory provisions related to HSE/Safety Norms<br />
Sheet 13 of 29<br />
b) The CONTRACTOR shall establish, document, and maintain an effective Health, Safety and<br />
Environment (HSE) management system.<br />
c) FINANCIAL DETERRENT FOR VIOLATIONS OF HSE NORMS BY CONTRACTORS<br />
(APPLICABLE TO ALL WORKS CARRIED OUT IN THE REFIENRY BY CONTRACATORS)<br />
All Contractors working inside Refinery have to strictly follow HSE norms as per BPCL rules and<br />
regulations. Contractors who are violating HSE norms while executing the job will be<br />
penalized financially. Penalty amount for violations / non adherence of various HSE<br />
norms are listed in the document “Special Safety Conditions “ which is included in<br />
HSE Plan attached .<br />
29.0 SAFETY / SECURITY REGULATIONS<br />
The works under this contract are to be carried out in areas within the plant limits adjacent or<br />
adjoining to an existing operating Refinery. As such, the CONTRACTOR and its SUB-<br />
CONTRACTOR and their employees and agents are required to abide by safety and security<br />
regulations of the OWNER in force from time to time.<br />
The CONTRACTOR shall strictly comply with the provisions of the GCC (General Conditions of<br />
Contract) Section - IX SAFETY / SECURITY RGULATIONS and Special Safety<br />
Conditions attached with the bid as part of HSE Plan.<br />
30.0 ISSUE OF REFINERY ENTRY PASS<br />
On award of a contract and prior to commencement of work the contractor must<br />
(a) Fill in the Form as per annexure-I attaching all necessary documents (viz- Bio-data as per<br />
Annexure – II, Medical certificate, etc.) of each employee as mentioned in the form.<br />
Annexure-I and Annexure –II is attached with the Special Safety Conditions of BPCL<br />
attached as part of HSE plan Annexure VII to SCC.<br />
(b) Submit the form to the engineer-in-charge and obtain his recommendation.<br />
(c) Thereafter, submit the form to IR department for Form V for obtaining labour license.<br />
(d) Obtain labour license and complete ESIC and PF related formalities.<br />
(e) Submit ESIC, PF and Labour Licence details to IR and obtain clearance from IR officer.<br />
(f) Submit the form duly cleared by the Engineer-in-charge and IR officer, to the safety Officer.<br />
(g) Ensure completing of safety training by all supervisors and workmen, as per requirements<br />
as spelt out in Clause nos.5.3 & 5.4 of Special Safety Conditions attached with HSE plan .<br />
(h) Obtain clearance of the Safety Officer regarding completing of safety training.<br />
31.0 WORK PERMIT<br />
a) In order to keep the OWNER informed of the various jobs being undertaken within the Refinery and<br />
to enable the OWNER to regulate the same to ensure the observance of safety regulations relative<br />
thereto. When work is to be carried out in hazardous areas, a Hot Work Permit is to be obtained<br />
by the CONTRACTOR from the OWNER before start of work on jobs which are capable of<br />
generating a flame, spark or heat e.g. gas cutting, grinding, welding, use of any electrical, diesel,<br />
petrol or battery operated prime mover, machine, tool or equipment or generator set, mixer<br />
machine, drilling machine; pump, crane, fork lift or hand truck or trailer or chipping or breaking of<br />
rocks or concrete or hacksaw cutting and drilling. Similarly the CONTRACTOR is to obtain a Cold
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 14 of 29<br />
Work Permit from the OWNER for jobs which do not come under the category of hot work and in<br />
respect of which there is no risk of fire e.g. transportation, backfilling of ordinary soil by manual<br />
process, pile testing, hydro-testing, shuttering, fixing of reinforcement, hand mixed concreting,<br />
plastering and brick work.<br />
b) Depending on the nature of the work and the equipments and tools involved,-the CONTRACTOR<br />
shall apply for Cold/Hot Permit in a prescribed format issued by BPCL daily before the work is<br />
planned to start. The procedure of issuing the Work Permits shall be very fast to avoid any<br />
delay in work commencement daily.<br />
32.0 OBLIGATION TO FOLLOW WORK PERMIT SYSTEM<br />
(a) Do not carry out any work without a valid work permit issued by authorized persons in the<br />
refinery, as per Work Permit System.<br />
(b) After obtaining a valid work permit and before the actual commencement of the work, also<br />
obtain a clearance certificate from the officer of the unit/plant where the work is to be<br />
carried out.<br />
(c) Register permit and clearance at refinery fire station as required under the Work Permit<br />
System.<br />
(d) Comply with all the <strong>Fire</strong>/Safety /Excavation/Radiography permit conditions specified in the<br />
permit and the clearance.<br />
(e) Prepare a safety action plan specific to the work before starting the work. Also ensure that<br />
all supervisors and workers involved in the work, properly understand and follow the safety<br />
action plan.<br />
(f) Display permit / clearance at site for checking, by refinery officials whenever required.<br />
33.0 COORDINATION WITH OTHER AGENCIES<br />
Work shall be carried out in such a manner that the work of other agencies operating at the site<br />
is not hampered due to any action of the CONTRACTOR. Proper coordination with other<br />
agencies will be responsibility of the CONTRACTOR. In case of any dispute, the decision of<br />
Engineer-in-Charge shall be final and binding on the CONTRACTOR.<br />
34.0 QUALIFICATION AND EXPERIENCE OF KEY SUPERVISORY PERSONNEL,<br />
CONTRACTOR shall submit bio-data of Key Supervisory Personnel for review/ approval by<br />
Engineer-in-Charge.<br />
35.0 LABOUR LAWS<br />
a) The CONTRACTOR shall obtain necessary license from the Licensing Authority under the Contract<br />
Labour (Regulation & Abolition) Act, 1970 and the Central Rules framed there under and produce<br />
the same to the Engineer-in-charge before start of work.<br />
b) The CONTRACTOR shall not undertake or execute or permit any other agency or sub-<br />
CONTRACTOR to undertake or execute any work on the CONTRACTOR’s behalf through contract<br />
labour except under and in accordance with the license issued in that behalf by the Licensing Officer<br />
or other authority prescribed under the Factories Act or the contract labour (Regulation & Abolition)<br />
Act – 1970 or their applicable law, rule or regulation, if applicable.<br />
c) The provision of EPF & MP Act, 1952 and the Rules / Scheme there under shall be applicable to the<br />
CONTRACTOR and the employees engaged by him for the work. The CONTRACTOR shall furnish<br />
the code number allotted by the RPFC Authority, to the Engineer-in-charge before commencing the<br />
work.<br />
d) The CONTRACTOR shall be exclusively responsible for any delay in commencing the work on
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 15 of 29<br />
account of delay in obtaining a license under clause 34.1 above or in obtaining the code number<br />
under Clause 34.3 above and the same shall not constitute a ground for extension of time for any<br />
purpose.<br />
e) The CONTRACTOR shall enforce the provisions of ESI Act and Scheme framed there under with<br />
regard to all his employees involved in the performance of the Contract, and shall deduct<br />
employee’s contribution from the wages of each of the employees and shall deposit the same<br />
together with employer’s contribution of such total wages payable to the employees in the<br />
appropriate account.<br />
f) The CONTRACTOR shall also comply with the provisions of the GCC- SECTION – VIII –<br />
LABOUR LAWS & OTHER REGULATIONS.<br />
36.0 LABOUR RELATIONS<br />
a) In case of labour unrest / labour dispute arising out of non-implementation of any law the<br />
responsibility shall solely lie with the CONTRACTOR and he shall remove / resolve the same<br />
satisfactorily at his cost and risk.<br />
b) The CONTRACTOR shall deploy only duly qualified and competent personnel for carrying out the<br />
various jobs as assigned by the Engineer-in-charge from time to time. The workmen deployed by<br />
the CONTRACTOR should also possess the necessary license etc. If required under any law, rules<br />
and regulations.<br />
37.0 PAYMENT OF WAGES<br />
a) The CONTRACTOR shall ensure payment of wages to all workmen employed by him or sub-<br />
CONTRACTOR or by any other agency on his behalf in connection with the work before the expiry<br />
of the 7 th day after the last day of wage period in respect of which the wages are paid, and shall<br />
ensure wages standards, period and provisions (including the provisions of wages, privilege and<br />
facilities) for all workmen in this behalf, prescribed under the payment of Wages Act, the Contract<br />
Labour (Regulation & Abolition) Act 1970 and rules framed there under, the Minimum Wages Act<br />
and any other applicable law, rule or regulation in this behalf including but not limited to the following<br />
:-<br />
b) Weekly Off with Wages<br />
The labour must be given weekly off with wages as admissible.<br />
c) National Holidays<br />
Three National Holidays viz. Republic Day (26 th January), Independence Day (15 th August) and<br />
Gandhi Jayanti (2 nd October) must be granted to all the workers with wages.<br />
38.0 INCOME TAX<br />
Income tax at the prevailing rate shall be deducted from the CONTRACTOR’s bills as per<br />
Income Tax Act. OWNER shall issue necessary TDS Certificate to the CONTRACTOR. Bidders<br />
Shall provide their PAN No. , Service Tax Registration No. & VAT Registration No. in their<br />
un priced bid.<br />
39.0 TEMPORARY WORKS<br />
All Temporary and ancillary works including enabling works connected with the Work shall be<br />
responsibility of the CONTRACTOR and the price quoted by them for erection shall be deemed<br />
to have included the cost of such works, which shall be removed by the CONTRACTOR at his<br />
cost, immediately after completion of his work.<br />
40.0 DRAWINGS AND DOCUMENTS<br />
a) The drawings (if any) accompanying the bidding document are of indicative nature and issued for
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 16 of 29<br />
bidding purpose only. Purpose of these drawings is to enable the bidder to make an offer in line with<br />
the requirements of the OWNER. However, no extra claim whatsoever, shall be entertained for<br />
variation in the “Approved for Construction” and “Bid Drawings” regarding any changes of work.<br />
Construction shall be as per drawings / specifications issued / approved during the course of<br />
execution of work.<br />
b) The drawings and documents to be submitted by the CONTRACTOR to OWNER / UIPL after award<br />
of the work as per the requirements enlisted in the bidding document elsewhere shall be for<br />
OWNER / UIPL’s review, information and record. The CONTRACTOR shall ensure that drawings<br />
and documents submitted to OWNER / UIPL are accompanied by relevant calculations, data as<br />
required and essential for review of the document / drawings by OWNER / UIPL.<br />
c) All documents and drawings including those of CONTRACTORs sub-vendor’s manufacturer’s etc.<br />
shall be submitted to OWNER / UIPL after having been fully vetted in detail, approved and corrected<br />
by the CONTRACTOR & shall bear CONTRACTORs seal / certifications to this effect. All<br />
documents / drawings & submissions made to OWNER / UIPL without compliance to this<br />
requirement will not be acceptable and the delay & liability owing to this shall be to the<br />
CONTRACTOR’s account.<br />
d) The review of documents and drawings by OWNER / UIPL shall not be construed by<br />
CONTRACTOR as limiting any of his responsibility to meet the requirements of specifications,<br />
drawings etc. and liabilities for mistakes and deviations. Upon receiving the comments on the<br />
drawing / documents reviewed by OWNER / UIPL, CONTRACTOR shall incorporate the comments<br />
as required and ensure their compliance. The subsequent submission by the CONTRACTOR of the<br />
updated drawings / documents shall be accompanied by a compliance report etc. The submissions<br />
calling for repeated reviews by the OWNER / UIPL shall be avoided by the CONTRACTOR.<br />
e) Any inaccuracies, errors and non-compliance to contractual requirements will be rectified by the<br />
CONTRACTOR. Delay occurring on this shall be to the account of the CONTRACTOR.<br />
41.0 ELECTRICAL CONTRACTOR’S LICENCE<br />
a) The CONTRACTOR or its nominated Sub-CONTRACTOR (s), as the case may be, shall have a<br />
valid electrical CONTRACTOR’s license for working in the State in which the job site is located. The<br />
CONTRACTOR shall furnish a copy of the same to Engineer-in-charge before commencement of<br />
any electrical work or work pertaining to Electrical System.<br />
b) No Electrical work or work pertaining to electrical system (s) shall be permitted to be executed<br />
without a valid Electrical CONTRACTORs License being produced by the CONTRACTOR or Sub-<br />
CONTRACTOR, as the case may be, intending to execute the work.<br />
42.0 CONTRACTOR’S COMPUTERISED BILLING SYSTEM<br />
Without prejudice to the stipulation in General Conditions of Contract, CONTRACTOR should<br />
follow the following billing system:<br />
The bills will be prepared by the CONTRACTOR on their own PCs as per the standard formats<br />
and codification scheme proposed by BPCL. CONTRACTOR will submit these data to BPCL /<br />
UIPL in an electronic media along with the hard copy of the bill, necessary enclosures and<br />
documents. The CONTRACTOR will ensure the correctness and consistency of data so<br />
entered with the hard copy of the bill submitted for payment.<br />
CONTRACTOR if required by OWNER / UIPL shall depute their skilled personnel for entering<br />
data in SAP system of OWNER for processing the CONTRACTOR’S bill without any extra cost.<br />
OWNER / UIPL will utilize these data for processing and verification of the CONTRACTOR’s bill.<br />
43.0 ARBITRATION
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 17 of 29<br />
a) Any dispute or difference of any nature whatsoever, any claim, cross-claim, counter-claim<br />
or set off of the Corporation against the Contractor or regarding any right, liability, act,<br />
omission or account of any of the parties hereto arising out of or in relation to this agreement<br />
shall be referred to the Sole Arbitration of the Director (Refineries) of the Corporation or of<br />
some officer of the Corporation who may be nominated by the Director (Refineries). The<br />
Contractor will not be entitled to raise any objection to any such arbitrator on the ground that<br />
the arbitrator is an Officer of the Corporation he had expressed views on all or any other<br />
matters in dispute or difference. In the event of the arbitrator to whom the matter is originally<br />
referred being transferred or vacating his office or being unable to act for any reason, the<br />
Director (Refineries) as aforesaid at the time of such transfer, vacation of office or inability to<br />
act may in the discretion of the Director (Refineries) designate another person to act as<br />
arbitrator in accordance with the terms of the agreement to the end and intent that the<br />
original Arbitrator shall be entitled to continue the arbitration proceedings not withstanding<br />
his transfer or vacation or office as an Officer of the Corporation if the Director (Refineries)<br />
does not designate another person to act as arbitrator on such transfer, vacation of office or<br />
inability of original arbitrator. Such persons shall be entitled to proceed with the reference<br />
from the point at which it was left by his predecessor. It is also a term of this contract that no<br />
person other that the Director (Refineries) or a person nominated by such Director<br />
(Refineries) of the Corporation as aforesaid shall act as arbitrator hereunder. The award of<br />
the arbitrator so appointed shall be final, conclusive and binding on all parties to the<br />
agreement subject to the provisions of the Arbitration Act 1996 or any statutory modification<br />
or re-enactment thereof and the rules made there under for the time being in force shall<br />
apply to the arbitration proceedings under this clause.<br />
b) The arbitrator shall have power to order and direct either of the parties to abide by,<br />
observe and perform all such directions as the arbitrator may think fit, having regard to the<br />
matters in difference i.e. dispute before him. The arbitrator shall have all summary powers<br />
and may take such evidence oral and/or documentary, as the arbitrator in his absolute<br />
discretion thinks fit and shall be entitled to exercise all powers under the Arbitration Act,<br />
1996 including admission of any affidavit as evidence concerning the matter in difference i.e.<br />
dispute before him.<br />
c) The parties against whom the arbitration proceedings have been initiated that is to<br />
say, the Respondents in the proceedings, shall be entitled to prefer a cross-claim, counterclaim<br />
or set off before the Arbitrator in respect of any matter, an issue arising out of or in<br />
relation to the Agreement without seeking a formal reference of arbitration to the Director<br />
(Refineries) for such counter-claim, cross-claim or set off and the Arbitrator shall be entitled<br />
to consider and deal with the same as if the matters arising there from has been referred to<br />
him originally and deal with the same as if the matters arising there from has been referred<br />
to him originally and deemed to form part of the reference made by the Director (Refineries).<br />
d) The arbitrator shall be at liberty to appoint, if necessary any accountant or<br />
engineering or other technical person to assist him and to act by the opinion so taken.<br />
e) The arbitrator shall have power to make one or more awards whether interim or<br />
otherwise, in respect of the dispute and difference and in particular will be entitled to make<br />
separate awards in respect of claims or cross-claim of the parties.<br />
f) The arbitrator shall be entitled to direct any one of the parties to pay the costs of the<br />
other party in such manner and to such extent as the arbitrator may in his discretion<br />
determine and shall also be entitled to, require one or both the parties to deposit funds in<br />
such proportion to meet the arbitrator’s expenses whenever called upon to do so.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 18 of 29<br />
g) The parties hereby agree that the courts in the city of Mumbai alone shall have<br />
jurisdiction to entertain any application or other proceedings in respect of anything arising<br />
under this agreement and any award or awards made by the Sole Arbitrator hereunder shall<br />
be filed in the concerned courts in the city of Mumbai only.<br />
44.0 JURISDICTION<br />
The CONTRACTOR shall comply with the provisions of the GCC- SECTION – VIII – LABOUR<br />
LAWS & OTHER REGULATIONS Clause – 92 – JURISDICTION<br />
45.0 LIQUIDATED DAMAGES :<br />
In case of delays in completing works in the stipulated time, Owner reserves the right to<br />
recover liquidated damages at 0.5 % of the contract value for every week of delay or part<br />
there of subject to a maximum of 5 % of the total contract value until the work is<br />
satisfactorily completed and handed over. Such damages may be deducted by the Owner<br />
from any money due to the Contractor and any further amount due from the Contractor.<br />
46.0 “DEFECT LIABILITY PERIOD” in respect of:<br />
(i) Bulk Consumables shall be the date of delivery plus 6 (six) months<br />
(ii) In the case of other Material(s) shall be 18 (eighteen) months from the date of delivery<br />
or 12 (twelve) months after the same have been put in service or commissioned,<br />
whichever is earlier;<br />
(iii) In the case of altered or replaced Material(s):<br />
(a) With respect to Bulk Consumables, shall be 6 (six) months from the date of<br />
alteration, repair or replacement as the case may be; and<br />
(b) With respect to other Material(s), shall be 12 (twelve) months from the date of<br />
alteration, repair or replacement as the case may be.<br />
47.0 PERFORMANCE BANK GUARANTEE (PBG):<br />
For order value upto Rs. 10 lakh, PBG shall not be applicable.<br />
48.0 INSPECTION AND TESTING<br />
a. All imported materials shall be inspected by Third Party Inspection Agency. All major<br />
Indigenous materials shall be inspected by UIPL<br />
b. Third Party Inspection Agency where ever applicable shall be nominated by BPCL. In general<br />
the following TPIA’s are in the approved list viz. Lloyds, DNV, BV. However the bidder has<br />
option to specify in his bid the choice of the TPIA.<br />
c. In addition to any tests to be conducted by the Vendor under the Contract or any applicable<br />
codes or standards, the Material(s) shall be subject to inspection and/or testing by<br />
Inspector(s) (including Third Party Inspector(s)) at any time prior to shipment and/or despatch<br />
and to final inspection within a reasonable time after arrival at the Project Site. The<br />
Inspector(s) shall have the right to carry out the inspection or testing, which will include<br />
inspection and testing of the raw materials at manufacturers shop, at fabricators shop and at<br />
the time of actual despatch before and/or after completion of packing.<br />
d. In addition to testing and inspection by Inspectors, BPCL may nominate an institutional agency<br />
like Boiler-Inspectorate for official testing of coded equipment. The Vendor shall ensure that<br />
all procedures for preparation and performance of tests prescribed by such institution shall be<br />
scrupulously complied and observed.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 19 of 29<br />
e. Unless otherwise specified in the Contract, the inspection shall be carried out as per the<br />
relevant standards/scope of inspection provided along with the <strong>Tender</strong> Enquiry/Purchase<br />
Order. All charges for Third Party Inspectors shall be borne by the Vendor and BPCL shall<br />
reimburse these charges at actual against documentary proof of payment (limited to the<br />
amount indicated in the Contract towards third party inspection,) unless such inspection has<br />
become infructuous for any cause.<br />
f. All manufacturers’ mill test certificates and analytical reports from material laboratories in<br />
respect of raw materials employed and components incorporated shall have to be presented<br />
by the Vendor.<br />
g. Before shipping or despatch, the Material(s) will have to be checked and stamped by the<br />
Inspector(s) who may forbid the use and dispatch of any equipment and/or Material(s) which<br />
during tests and inspection fail(s) to comply with the specifications, codes and testing or other<br />
contractual requirements applicable thereto, and the Vendor shall not tender such rejected<br />
Material(s) for supply to BPCL nor shall incorporate the same in any Material(s) to be<br />
tendered for supply to BPCL.<br />
h. The Vendor will inform BPCL at least eight (8) days in advance of the exact place, date and<br />
time of tendering the Material(s) for required inspection and provide free access to the<br />
Inspector(s) during normal working hours at Vendor’s or his/its sub-Suppliers’ works, and<br />
place at the disposal of the Inspector(s) all useful means for undertaking the Inspection,<br />
checking the results of tests performed, marking the Material(s), getting additional tests<br />
conducted and final stamping of the Material(s).<br />
i. All tests will be performed at the Vendors’ expense and if required by the Inspector(s), shall be<br />
conducted in accordance with the Inspector’s instructions. The Vendor shall also bear the<br />
expense for the preparation and rendering of tests required by the Boiler Inspectorate or other<br />
statutory testing or certifying agencies/institutions.<br />
j. Unless otherwise specified, all charges for the Inspection shall be borne by the Vendor.<br />
k. BPCL may, at its own expense, have its representative(s) witness any test or inspection. In<br />
order to enable BPCL’s / UIPL’s representative(s) to witness the tests/inspections, the Vendor<br />
shall notify BPCL/UIPL at least 15 (fifteen) days in advance, of the schedule of all inspection<br />
hold points prior to the initiation of equipment fabrication. BPCL shall be notified eight (8)<br />
calendar days in advance of any changes in the schedule of inspection. BPCL will advise the<br />
Vendor in advance whether it intends to have its representative(s) be present at any of the<br />
inspections.<br />
l. Even if the inspection and tests are fully carried out, the Vendor shall not be absolved from its<br />
responsibilities to ensure that the Material(s), raw materials, components and other inputs are<br />
supplied strictly to conform and comply with all the requirements of the Contract at all stages,<br />
whether during manufacture and fabrication, or at the time of Delivery as on arrival at site and<br />
after its erection or start up or consumption, and during the defect liability period. The<br />
inspections and tests are merely intended to prima facie satisfy BPCL that the Material(s) and<br />
the parts and components comply with the requirements of the Contract.<br />
m. The Vendor’s responsibility shall also not be anywise reduced or discharged because BPCL or<br />
BPCL’s representative(s) or Inspector(s) shall have examined or commented on the Vendor’s<br />
drawings or specifications or shall have witnessed the tests or required any chemical or<br />
physical or other tests or shall have stamped or approved or certified any Material(s).<br />
n. Unless otherwise specifically permitted by the Contract, no Material(s) shall be dispatched for<br />
delivery or delivered under the Contract without being stamped or otherwise approved for<br />
delivery by the Inspector(s).<br />
o. Notwithstanding approval by the Inspector(s), if on testing and/or inspection after receipt of the<br />
Material(s) at Project Site, any Material(s) is/are found not to be in strict conformity with the<br />
contractual requirements or specifications, BPCL shall have the right to reject the same and<br />
hold the Vendor liable for non-performance of the Contract.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
49.0 Bid Evaluation: Refer Annexure 3 to SCC<br />
50.0 FORMAT FOR SUBMITTING PRICE: Refer Annexure 4 to SCC<br />
51.0 PACKAGE SPECIFIC CONDITIONS:<br />
Sheet 20 of 29<br />
Bidder shall comply with following conditions as a package supplier as the subject<br />
tender is a package tender:<br />
A. Following documents shall be submitted along with the BID:<br />
� Execution Plan<br />
� Bar Chart schedule<br />
� Project Organization Chart and proposed manpower schedule at site.<br />
� Details of the maximum load required to be handled for maintenance purpose and<br />
EOT Capacity with relevant inching facility required.<br />
� Proposed Plant & machineries deployment schedule.<br />
� Resume of key personnel to be deployed at site like for RCM, QA, Planning etc.<br />
� Minimum area required for storage/ fabn. Yard. ( Bidder to note that only<br />
limited area will be given for this & Contractor to plan the work such that<br />
maximum portion is fabricated out side the refinery complex. )<br />
B. Following procedures shall be implemented during the work execution:<br />
� Prepare & submit for approval of progress monitoring system, reporting system, project coordination<br />
procedures and project information system.<br />
� Quality control / quality assurance Plan / Inspection procedures in all areas (i.e. Design,<br />
Engineering, and Procurement, manufacturing, inspection, installation and<br />
Commissioning),<br />
� Maintain execution & progress through regular review / updating / amendment.<br />
� Prepare & submit for approval detail project schedule, identifying critical path, milestones,<br />
priority activities and target dates for completion.<br />
� Updating the Schedule on Monthly basis<br />
� Preparation and submission of document control index and monthly updating.<br />
� Hold monthly project review meeting with BPCL, UIPL, Licensors (if required) and subvendors,<br />
if applicable. Places of meeting will be discussed & decided time to time.<br />
� Submission of Erection Manual indicating the Erection logistics/Plan with sketches<br />
� Submission of C.V of key persons to engaged at work.<br />
� Submit as-built documentation in requisite format and copies before commencement of startup<br />
activities.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
� Submit detailed and customised operating & maintenance manuals<br />
Sheet 21 of 29<br />
� All material handling equipment should be subjected to required load test, initially and then<br />
periodically, to ensure safe/stable operation<br />
� Document Numbering: Vendor shall number all documents, drawings and procedures in<br />
accordance with the agreed document numbering system. The file name of electronic copies<br />
shall be similar to the relevant document number for easy cross-referencing.<br />
� Contractor's shall allocate numbers and type of manpower, construction equipment, cranes,<br />
tools, scaffolding, lighting, etc. as required for the execution of the work and in safe working<br />
condition.<br />
� Safety procedures to be submitted.<br />
� Contractors to perform house-keeping activities which include maintaining, sweeping, cleanup,<br />
removal of excess materials/ temporary/ facilities, scaffolding,<br />
� Ensure that the Contractor/ other contractors take all necessary precautions to protect<br />
construction work and material from damage by climate elements and construction activities.<br />
� Preparing punch/check lists for verifying mechanical completion.<br />
� The monthly report shall include the following information as a minimum:<br />
� Brief description of the significant accomplishments of the period, concerns,<br />
corrective actions and forthcoming activities for the next two months<br />
� Brief discussion of current or anticipated unfavourable variances related to progress<br />
and resources<br />
� Status of Milestone Schedule<br />
� Procurement status<br />
� Overall Physical Progress 'S' Curve;<br />
� ‘S’ curve for engineering, manufacturing & delivery, construction progress<br />
� Outsourcing at site shall be informed to BPCL sufficiently in advance from time to time. Corrective<br />
action by way of replacement shall be affected in case of impairment in performance. No key<br />
positions in each area of activity as per scope shall be outsourced.<br />
� Report and analyze any accident with follow up recommendations to prevent recurrence, with<br />
accountability for all lost time accidents.<br />
� BPCL shall identify and allocate space inside the refinery premises for warehousing, storage of<br />
construction materials, contractor’s fabrication yard etc., for the unit/ facilities to be executed under<br />
this project. For additional space, the contractors shall be advised to look for space outside the<br />
refinery. Site availability will be given progressively without affecting the site progress<br />
52.0 INTERPRETATION OF CONTRACT DOCUMENTS<br />
1. The several Contract Documents forming the Contract are to be read together as a whole and<br />
are to be taken as mutually explanatory.<br />
2. Should there be any doubt or ambiguity in the interpretation of the Contract Documents or in<br />
any of them, the Vendor shall prior to commencing the relative supply or work for supply<br />
under the Contract apply in writing to BPCL for resolution of the doubt or ambiguity. Should<br />
the Vendor fail to apply to BPCL within 7 days from the date of receipt of the Order for its<br />
clarification as aforesaid, the Vendor shall perform the relative work and/or make the relative<br />
supply at his own risk.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 22 of 29<br />
3. Any item of supply or service relative thereto shown, indicated or included by expression or<br />
implication in any document forming part of the Contract shall be deemed to form part of the<br />
Scope of Supply with the intent that the indication or inclusion of the supply or service within<br />
any of the said documents shall be a sufficient indication of the Scope of Supply or service<br />
covered by the Contract.<br />
4. No verbal agreement or assurance, representation or understanding given by any employee<br />
or officer of BPCL/UIPL or so understood by the Vendor shall anywise bind BPCL or alter the<br />
Contract Documents unless specifically given in writing and signed by or on behalf of BPCL<br />
as an Agreed Variation to the relative term(s) in the Contract Document(s).<br />
5. Clause headings given in this or any other Contract Documents are intended only as a<br />
general guide for convenience in reading and segregating the general subject of the various<br />
clauses, but shall not govern the meaning or import of the clauses there under appearing or<br />
confine or otherwise affect the interpretation thereof.<br />
53.0 IRRECONCILABLE CONFLICTS<br />
In the event of an irreconcilable conflict between the provision of General Purchase Conditions and/or<br />
the Special Purchase Conditions and/or Addendum (s) and/or the Agreed Variations to the <strong>Tender</strong><br />
Documents and/or the Purchase Order and/or between any of the other said documents so that the<br />
conflicting provision(s) cannot co-exist, to the extent of such irreconcilable conflict, the following order<br />
of precedence shall apply so that the conflicting provision(s) in the document lower in the order of<br />
precedence set out below shall give way to the conflicting provision(s) in the document higher in the<br />
order of precedence, namely:<br />
(i) Purchase Order;<br />
(ii) Addendum(s) / Addenda (s) to the <strong>Tender</strong> Document;<br />
(iii) General Conditions of Contract<br />
(iv) Special Conditions of Contract<br />
(v) General Purchase Conditions;<br />
(vi) Other Contract Documents.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Attachment – 1 Completion Documents as per clause no . 26 of SCC<br />
BHARAT PETROLEUM CORPORATION LTD.<br />
REFINERY DIVISION, MAHUL<br />
MUMBAI – 400 074.<br />
COMPLETION CERTIFICATE<br />
Name of Work :<br />
Name of the Contractor :<br />
Contract No. & Date (W.O. No.) :<br />
Date of Commencement of Work :<br />
Date of Completion of work as per agreement :<br />
Actual date of completion of work :<br />
Extension of time granted : Yes / No / Recommended<br />
If yes, the letter ref. No. : dtd.<br />
Value of Completed work : Rs.<br />
Date of Taking over of the completed work :<br />
Sheet 23 of 29<br />
DATE:<br />
Certified that the above work has been completed in all respects as per drawings, specifications and directions<br />
of Engineer-in-Charge on ……………………… and has been taken over from the contractor.<br />
It is also certified that the contractor has cleared / cleaned the site (witnessed by the concerned Engineer from<br />
BPCL on dtd. …………………………….As directed by Engineer-in-Charge.<br />
NAME:<br />
Countersigned<br />
NAME:<br />
_______________________<br />
ENGINEER-IN-CHARGE<br />
______________________<br />
DEPARTMENTAL HEAD
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
NO DEMAND CERTIFICATE ( on contractor letter head )<br />
1. NAME OF WORK : _______________________________________<br />
_______________________________________<br />
2. NAME OF CONTRACTOR : ________________________________________<br />
3. DATE OF AWARD : _______________________________________<br />
4. TIME ALLOWED FOR COMPLETION :_______________________________________<br />
5. SCHEDULE DATE OF COMPLETION :________________________________________<br />
AS PER AGREEMENT<br />
6. ACTUAL DATE OF COMPLETION : ________________________________________<br />
CERTIFICATE THAT<br />
Sheet 24 of 29<br />
1. The recoveries in respect of material issued to the contractor have been made from RA bills. Balance<br />
if any is to be recovered from final bill as per the statement enclosed.<br />
2. Recovery on account of Water or Electricity are to be made by BPCL.<br />
3. The contractor has made payment to the labour engaged by him and no complaint has since been received<br />
from any of the labour employed by the contractor in the performance of the above work. A certificate<br />
from sub-contractor to this effect is enclosed.<br />
4. Work has been completed satisfactorily and is according to the specifications laid down in the contract.<br />
5. None of the heavy equipment were given to the contractor on hire basis and nothing is recoverable on this<br />
account or recoveries in respect of hire charges of heavy equipment have been made from RA bill. Balance<br />
if any is to be recovered from Final bill as per statement enclosed.<br />
6. Labour hutment have been/have not removed by the sub-contractor and ground rent is to be recovered as<br />
per statement enclosed.<br />
7. The work has been completed within the schedule period.<br />
OR<br />
The completion of the work has been delayed by ___________________months/days and as such the<br />
recovery of liquidated damages to the extent of Rs.______________________ (Rupees<br />
__________________________________may be made .<br />
Extension for _______________months/days has been granted by the competent authority vide letter No.<br />
_____________________________ dtd. ________________.<br />
8. The requisite obligations as per contract have been fulfilled by the contractor.<br />
ENGINEER-IN-CHARGE ____________________<br />
RCM / CHIEF PROJECT MANAGER ____________________<br />
ACCOUNTS __________________ DATE ____________
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
BHARAT PETROLEUM CORPORATION LIMITED<br />
REFINERY DIVISION, MAHUL<br />
MUMBAI – 400 074.<br />
NO DUE CERTIFICATE<br />
NAME OF CONTRACTOR : M/S……………………………………………<br />
Sheet 25 of 29<br />
…………………………………………………<br />
DESCRIPTION OF WORK : ……………………………………………………………<br />
……………………………………………………………<br />
WORK ORDER NO. & DATE ……………………………………………………………<br />
ACTUAL DATE OF COMPLETION OF JOB …………….…………………………………………<br />
We certify that we have fully paid and satisfied all claims for the work relating to labours, materials supplied,<br />
equipment and any other entitlement whatever touching or affecting the contract. We undertake to indemnify<br />
and keep indemnified the owner from and against all claims, demands, debts, lines obligations and liabilities<br />
whatever arising there from or relating thereto.<br />
DATE:<br />
____________________________________<br />
SIGNATURE OF CONTRACTOR<br />
NAME : …………………………………………….<br />
ADDRESS : …………………………………………………..<br />
…………………………………………………..<br />
…………………………………………………..
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
BHARAT PETROLEUM CORPORATION LIMITED<br />
REFINERY DIVISION, MAHUL<br />
MUMBAI – 400 074.<br />
SITE CLEARANCE CERTIFICATE<br />
Sheet 26 of 29<br />
NAME OF CLIENT : M/s. <strong>Bharat</strong> <strong>Petroleum</strong> Corporation limited (Refinery)<br />
NAME OF CONSULTANT :<br />
NAME OF CONTRACTOR :<br />
P.O. NO. AND DATE :<br />
NAME OF WORK :<br />
COMPLETION TIME OF JOB<br />
WE HERE BY CERTIFY THAT ALL YOUR METERIAL, EQUIPMENTS, SITE OFFICE ETC.<br />
HAS BEEN REMOVED FROM THE _____________________ SITE. WE HAVE CLEARED<br />
THE SITE IN ALL RESPECT AND HANDED IT OVER TO BPCL.<br />
DATE:<br />
_____________________________<br />
SIGNATURE OF CONTRACTOR<br />
NAME:<br />
ADRESS :
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
BHARAT PETROLEUM CORPORATION LIMITED<br />
REFINERY DIVISION, MAHUL<br />
MUMBAI – 400 074.<br />
LABOUR LIABILITY CERTIFICATE<br />
Sheet 27 of 29<br />
NAME OF CLIENT : M/s. <strong>Bharat</strong> <strong>Petroleum</strong> Corporation limited (Refinery)<br />
NAME OF CONSULTANT :<br />
NAME OF CONTRACTOR :<br />
P.O. NO. AND DATE :<br />
NAME OF WORK :<br />
COMPLETION DATE OF JOB :<br />
WE HERE BY CERTIFY THAT ALL OUR LIABILITIES TOWARDS OUR DEPLOYED<br />
LABOUR HAVE BEEN CLEARED BY US AND WE KEEP M/s BHARAT PETROLEUM<br />
CORPORATION LTD. & CONSULTANT ______________________________.INDEMNIFIED<br />
AGAINST ABOVE LIABILITIES.<br />
DATE:<br />
_____________________________<br />
SIGNATURE OF CONTRACTOR<br />
NAME:<br />
ADRESS :
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
DATE:<br />
( on Rs.100/- stamp paper )<br />
INDEMNITY BOND<br />
Sheet 28 of 29<br />
This Indemnity Bond made this _______ day of ________200___ between BHARAT<br />
PETROLEUM CORPORATION LIMITED, a company incorporated under companies Act, 1913<br />
and having its registered office at <strong>Bharat</strong> Bhavan, 4&6 Currimbhoy Road, Ballard Estate, Bombay-<br />
400 038, hereafter referred to as the Company (which expression shall unless excluded by or<br />
repugnant to the context mean included its successors and assigns)of the One Part and<br />
_________________________________________________<br />
______________, hereinafter referred to a CONTRACTOR (which expression shall in case of<br />
proprietorship shall mean his heirs, executors, representatives/in case of partnership firm mean and<br />
include the heirs, executions and representatives of deceased partner and the surviving partners/in<br />
case of limited company shall mean and include its successors and permitted assigns) of the other<br />
part.<br />
WHEREAS by an agreement reference __________dated.______ ______day of _____________<br />
made between the parties herein the contractor was awarded a job to be performed on the terms and<br />
conditions contained therein.<br />
AND WHEREAS in terms of the said agreement the contractor had to comply with all the<br />
provisions of the ESI Act and rules as also all the provisions of contract labour (Regulations and<br />
Abolition's) Act 1970 and rules thereof, Factories Act 1948 and rules thereof, Minimum Wages Act<br />
and rules thereof, Payment of Wages Act 1936 and rules thereof, Inter-state Migrant workers Act<br />
1979 and rules thereof, Equal Remuneration's Act 1976 and rules thereof, Workmen's Compensation<br />
Act 1923 and rules thereof, Payment of Bonus Act 1965 and rules thereof and Payment of Gratuity<br />
Act 1972 and rules thereof, Employees Provident Fund Act and Miscellaneous Provisions Act 1952<br />
and rules thereof and only other Acts which are applicable in respect of workmen engaged by the<br />
contractor for the aforesaid job of the company.<br />
AND WHEREAS the contractor has to regularly pay the subscriptions from the employees wages<br />
alongwith company's contribution as per the provision of ESI Act, P.F. Act and / or any other<br />
applicable Act and provisions for Gratuity Act also.<br />
AND WHEREAS it has been agreed between the parties that in the event the company is liable or<br />
made liable to make any payments or suffer any loss in respect of the obligation of the contractor
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI<br />
Sheet 29 of 29<br />
towards its labour under the aforesaid Acts or any other law as may be applicable at any point of<br />
time then in such case contractor will make good all such payment to the company in this regard.<br />
AND WHEREAS it has been further agreed that the company at its sole discretion will be entitled to<br />
deduct such money as may be required for complying the aforesaid obligation of the contractor out<br />
of the bills presented by the contractor.<br />
NOW IT IS AGREED THAT<br />
1. The contractor hereby agreed to indemnity or keep the company indemnified against any<br />
loss, damage or claim which the company may suffer due to non-compliance or wrong<br />
compliance of any of the provisions of law as stated above or such other laws which are<br />
applicable in respect of this contract.<br />
2. The company shall be at liberty to deduct such sum, as it may think fit, to keep them<br />
indemnified against the aforesaid possible loss or damage to be suffered by the company.<br />
IN WITNESS WHEREOF the aforesaid contractor has signed and delivered on the day, month and<br />
year first above written.<br />
SIGNED SEALED AND DELIVERED<br />
By _______________________<br />
In Bombay<br />
In the presence of:
BHARAT PETROLEUM CORPORATION LTD Annexure 1 to Special Conditions of Contract CCR PROJECT ,<br />
MAHUAL REFINERY- MUMBAI For <strong>Fire</strong> <strong>Fighting</strong> <strong>Package</strong><br />
Annexure 1 to Special Conditions of Contract<br />
PAYMENT TERMS<br />
Sheet 1 of 2<br />
a) After receipt of order successful bidder shall furnish billing schedule for UIPL/BPCL approval with a<br />
split of lump sum order price in to Engineering, Procurement & Manufacturing / Supply, Construction<br />
and Performance Test Run. The split of total lump sum price shall not exceed 10% for Engineering,<br />
20% for Procurement & Manufacturing / Supply, 60% for Construction and 10% for Performance<br />
Test Run.<br />
b) Payments shall be released to Contractor based on the milestones as detailed below,<br />
For Engineering:<br />
� 10% against submission of major drawings (to be intimated during Kick off meeting) to UIPL for<br />
comments & approval and against submission of BG of equivalent amount valid till completion of<br />
engineering plus 3 months. These documents shall be submitted to UIPL for approval / comment<br />
within one month of LOI.<br />
� 80% against approval of major documents/drawings in Code 2 and against submission of BG of<br />
equivalent amount valid till completion of engineering plus 3 months.<br />
� 10% against final approval of major documents/ drawings and against submission of BG of<br />
equivalent amount valid till contract duration plus 3 months.<br />
For Supply:<br />
� 10% against submission of enquiry specifications / data sheets of major equipments (to be<br />
intimated during Kick off meeting) and comment by UIPL and against submission of BG of<br />
equivalent amount valid till completion of supplies plus 3 months. These documents shall be<br />
submitted to UIPL for approval / comment within three months of FOA<br />
� 10% against placement of major orders on pro-rata basis and against submission of BG of<br />
equivalent amount valid till completion of supplies plus 3 months.<br />
� 60% against dispatch documents on pro-rata basis and against submission of BG of equivalent<br />
amount valid till completion of supplies plus 3 months.<br />
� 10% against delivery of equipments at site on pro-rata basis.<br />
� 5% against mechanical completion<br />
� 5% against completion of contract and submission of all test certificate, performance bank<br />
guarantee, plant completion certificate.<br />
For Construction at site:<br />
� 10% against mobilization (Manpower and machines as per mutual agreement) at site and against<br />
submission of BG of equivalent amount valid till completion of contract plus 3 months.<br />
� 70% on pro-rata basis against progress of work<br />
� 5% against mechanical completion<br />
� 5% against commissioning of <strong>Fire</strong> fighting system.<br />
� 10% after successful Performance Run Test, and submission of all test certificate, performance<br />
bank guarantee, plant completion certificate.<br />
c) 10 % of the value of each bill will be deducted towards Security Deposit amount. Alternatively, no<br />
deduction will be made from the bills against the security deposit provided the contractor may, at his<br />
option within 10 days of receipt of LOI/FOI, deposit the full amount of 10 % of value of the order<br />
towards the security deposit in the form of demand draft of schedule Bank duly endorsed in favour of<br />
BPCL or through Bank Guarantee from schedule Bank in the form prescribed, valid till defect liability<br />
period.<br />
d) Service tax, Education cess and VAT shall be payable extra as actual against copy of invoice in<br />
triplicate indicating Service Tax and VAT registration number and category of service. All the<br />
invoices raised shall be "Tax Invoice" and shall be in the manner set out under Section 86 of the Act,<br />
so as to ensure that Input Tax Credit could be availed by BPCL on payments to the Contractor.
BHARAT PETROLEUM CORPORATION LTD Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI For <strong>Fire</strong> <strong>Fighting</strong> <strong>Package</strong><br />
For Performance Test Run:<br />
Sheet 2 of 2<br />
100% after successful Performance Test Run, and submission of all test certificate, performance bank<br />
guarantee, completion certificate.<br />
Payments shall be released within 30 days of receipt of invoice along with all supporting documents duly<br />
certified by Engineer-in-charge.
BHARAT PETROLEUM CORPORATION LTD Annexure 2 to Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI For <strong>Fire</strong> <strong>Fighting</strong> <strong>Package</strong><br />
Annexure 2 to Special Conditions of Contract<br />
TIME SCHEDULE<br />
Sheet 1 of 1<br />
Time schedule shall be 12 Months for MECHANICAL COMPLETION + 4 Months for<br />
precommissioning/commissioning/Guarantee Run Test.<br />
The time of completion stipulated above shall be reckoned from the date of award of contract which<br />
shall be the date of issue of FAX/ Letter of Intent ( whichever is issued earlier).<br />
The period of completion given includes the time required for mobilisation as well as testing, rectifications,<br />
if any, retesting, demobilisation and completion in all respects to the satisfaction of the Engineer-in-Charge.<br />
Tentative time schedule for various activities is as per the bar chart below.<br />
a) A joint programme of execution of work will be prepared by the Engineer-in-Charge and<br />
CONTRACTOR. This programme will take into account the time of completion mentioned in above<br />
clause.<br />
b) Monthly/weekly execution programme will be drawn up by the Engineer-in-Charge jointly with the<br />
CONTRACTOR based on availability of materials, work fronts and the joint programme of<br />
execution as referred to above. The CONTRACTOR shall scrupulously adhere to the Targets/<br />
Programmes by deploying adequate personnel, Construction Equipment, Tools and Tackles and<br />
also by timely supply of required materials coming within his scope of supply as per Contract. In all<br />
matters concerning the extent of target set out in the weekly/monthly programme and the degree<br />
of achievement, the decision of the Engineer-in-Charge will be final and binding on the<br />
CONTRACTOR.<br />
c) CONTRACTOR shall give every day category-wise labour and equipment deployment report<br />
along with the progress of work done on previous day in the format prescribed by the Engineer-in-<br />
Charge.
S.NO ACTIVITY<br />
1 Detail Engineering<br />
All drawings / specification/ Data<br />
Sheet / Hydr.Cal. submission &<br />
apporoval<br />
Other key doment including for<br />
statutory requirement submission<br />
Tie-in detail engineering &<br />
approval of the same<br />
2 Procurement & Delivery at site<br />
Piping<br />
Other items<br />
Electrical<br />
Instrumentation<br />
3 Construction<br />
a. Site Mobilization<br />
b. Excavation & laying of pipes<br />
Electrical & Instrumentation works<br />
4<br />
including loop checking<br />
5 Wrapping & Coating<br />
FIRE FIGHTING PACKAGE TENTATIVE EXECUTION SCHEDULE<br />
CCR - PROJECTS<br />
6 Mechanical Completion<br />
NOTE 1. Bidder to plan construction activities considering space constraint at site.<br />
2. Mechanical completion includes flushing and hydrotest.<br />
Project : CCR Projects<br />
Client : BPCL, Mahul, Mumbai<br />
Issued by : Project Control Construction 1 of 1<br />
1 2 3 4 5 6 7 8 9 10 11 12<br />
Sheet1, <strong>Fire</strong> <strong>Fighting</strong> schedule (Cons)<br />
11:40 AM, 15/09/2010
BHARAT PETROLEUM CORPORATION LTD Annexure 3 to Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI For <strong>Fire</strong> <strong>Fighting</strong> <strong>Package</strong><br />
Annexure 3 to Special Conditions of Contract<br />
BID EVALUATION<br />
Offers shall be evaluated on overall lowest bid basis.<br />
Sheet 1 of 1
BHARAT PETROLEUM CORPORATION LTD Annexure 4 to Special Conditions of Contract<br />
CCR PROJECT , MAHUAL REFINERY- MUMBAI For <strong>Fire</strong> <strong>Fighting</strong> <strong>Package</strong><br />
Annexure 4 to Special Conditions of Contract<br />
FORMAT FOR SUBMITTING PRICE<br />
Sheet 1 of 1<br />
Bidders are required to quote lump sum price for the entire scope of work as per the enquiry<br />
specifications and the quoted price shall be inclusive of all taxes and duties except VAT and<br />
Service tax. Method of taxation to be followed is Composite Scheme. Rate of VAT and<br />
service tax shall be indicated separately in the Price Bid. Bids shall be evaluated on the<br />
basis of landed cost at site after taking into account Cenvat Benefit available to BPCL.<br />
Bidder shall provide details namely Service Tax Registration Number, Maharashtra VAT Reg<br />
No. (TIN No) along with the copy of registration certificate.<br />
The bidder shall include in his price, the cost of all documentation as per the enquiry<br />
specifications.<br />
All necessary statutory Licensed, approvals, etc. for the manufacture and supply, shall be<br />
vendor’s responsibility at no extra cost to the purchaser.<br />
Sl.<br />
No.<br />
1<br />
Item Value<br />
Basic lump sum price for entire package as per scope of work (In<br />
Words: _________________________________)<br />
2 VAT @ ____ %<br />
3 Service Tax @ ____ %<br />
Mandatory CENVAT benefit offered on account of ED<br />
4<br />
(In words: ___________________________________)
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 1 of 56<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
Continuous Catalytic Regeneration Reformer<br />
Unit (CCR) PROJECT<br />
BPCL MUMBAI REFINERY
1 PIPES ERW CS<br />
1 JINDAL PIPES LTD., MUMBAI<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
2 MAHARASHTRA SEAMLESS LTD., MUMBAI<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 2 of 56<br />
PIPING<br />
3 RATNAMANI METALS & TUBES LTD., AHMEDABAD<br />
4 WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI<br />
5 ISMT LIMITED, PUNE<br />
6 SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI<br />
7 LALIT PIPES<br />
8 EUROTUBE LTD., ITALY<br />
9 ESCO LTD., JAPAN<br />
10 VALLOUREC & MANNESHMAN<br />
11 TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)<br />
12 JFE STEEL CORPORATION GERMANY<br />
13 SUMITOMO PIPE CO & TUBE CO. LIMITED.<br />
14 BENTLER AG<br />
2 PIPES EFW CS<br />
1 JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI<br />
2 LALIT PROFILES & STEEL INDUSTRIES LTD., NAVI MUMBAI<br />
3 PSL LIMITED, MUMBAI<br />
4 RATNAMANI METALS & TUBES LTD., AHMEDABAD<br />
5 SURINDRA ENGINEERING CO. PVT. LTD., MUMBAI<br />
6 WELSPUN GUJARAT STAHL ROHREN LTD., MUMBAI<br />
7 MAN INDUSTRIES<br />
9 MUKAT PIPES<br />
10 LALIT PIPES<br />
11 EUROTUBE LTD., ITALY<br />
12 ESCO LTD., JAPAN<br />
13 JFE STEEL CORPORATION GERMANY<br />
14 TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)<br />
15 VALLOUREC & MANNESHMAN<br />
16 SUMITOMO PIPE CO & TUBE CO. LIMITED.<br />
3 PIPES SEAMLESS CS<br />
1 DALMINE S.P.A., ITALY (ONLY FOR 16” AND ABOVE SIZE)<br />
2 HORST KURVERS GMBH, GERMANY (ONLY FOR 16” AND ABOVE SIZE)<br />
3 INOXTECH S.P.A, ITALY (ONLY FOR 16” AND ABOVE SIZE)<br />
4 ISMT LIMITED, PUNE<br />
5 JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI<br />
6 MAHARASHTRA SEAMLESS LTD., MUMBAI<br />
7 TUBOS REUNIDOS, S.A., SPAIN (ONLY FOR 16” AND ABOVE SIZE)<br />
8 VAN LEEUWEN BUIZEN, BELGIUM (ONLY FOR 16” AND ABOVE SIZE)<br />
9 EUROTUBE LTD., ITALY
10 ESCO LTD., JAPAN<br />
11 BHARAT HEAVY ELECTRCAL LTD.<br />
12 JFE STEEL CORPORATION GERMANY<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 3 of 56<br />
PIPING<br />
13 TENARIS ( DALMINE, TAMSA, SIDERCA, SILCOTUB)<br />
14 SUMITOMO PIPE CO & TUBE CO. LIMITED.<br />
15 RATNADEEP METAL & TUBES PVT. LTD<br />
4 PIPES SS SEAMLESS & WELDED<br />
1 HORST KURVERS GMBH, GERMANY<br />
2 INOXTECH S.P.A, ITALY<br />
3 JINDAL SAW LTD. (FORMERLY SAW PIPES LTD), MUMBAI<br />
4 RATNAMANI METALS & TUBES LTD., AHMEDABAD<br />
5 SANDVIK ASIA LTD., PUNE<br />
6 VAN LEEUWEN BUIZEN, BELGIUM<br />
7 PEERAJ GENERAL TRADING CO.LLC<br />
8 IGAWARA TRADING, SINGAPORE<br />
9 METAL INDIA<br />
10 P. B. METAL CORPORATION<br />
11 KWALITY TUBES<br />
12 ARISTO METAL INDUSTRIES<br />
13 EUROTUBE LTD., ITALY<br />
14 ESCO LTD., JAPAN<br />
15 RAJENDRA MECHANICAL INDUSTRIES LTD (FOR SS/ AL SEAMLESS & WELDED)<br />
16 PRAKASH STEELAGE LTD, SILVASA (FOR SS WELDED)<br />
17 SUMITOMO PIPE CO & TUBE CO. LIMITED.<br />
18 RATNADEEP METAL & TUBES PVT.LTD.<br />
5 PIPES ALLOY STEEL(SEAMLESS)<br />
1 HORST KURVERS GMBH, GERMANY<br />
2 INOXTECH S.P.A, ITALY<br />
3 ISMT LIMITED, PUNE<br />
4 MAHARASHTRA SEAMLESS LTD., MUMBAI<br />
5 VAN LEEUWEN BUIZEN, BELGIUM<br />
6 JINDAL PIPES LTD.<br />
7 PEERAJ GENERAL TRADING CO.LLC<br />
8 IGAWARA TRADING, SINGAPORE<br />
9 ARISTO METAL INDUSTRIES<br />
10 ARDH METAL AGENCIES<br />
11 KWALITY TUBES<br />
12 EUROTUBE LTD., ITALY<br />
13 ESCO LTD., JAPAN<br />
14 BENTLER AG<br />
15 SANDVIK ASIA LTD., PUNE
6 BARE TUBES<br />
1 HEAVY METALS AND TUBES MUMBAI<br />
2 SAINEST TUBES AHMEDABAD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 4 of 56<br />
PIPING<br />
3 RATNADEEP METALS AND TUBES, KHETWADI LANE, MUMBAI<br />
4 SHIN HAN METAL<br />
5 SALZGITTER MANNESMANN<br />
6 RATHGIBSON, INC<br />
7 RONCONI<br />
8 VALLOUREC PRECISION<br />
9 RATHGIBSON, INC<br />
10 RAJENDRA MECHANICAL INDUSTRIES, GOREGAON E<br />
11 HART B V<br />
12 DMV FRANCE<br />
13<br />
14<br />
15<br />
16<br />
17<br />
18<br />
19<br />
20<br />
21<br />
BENTELER AKTIENGESELLSCHAFT, GERMANY<br />
DALMINE SPA, ITALY<br />
INTERNATIONAL EXTRUDED PRODUCTS, USA<br />
KAWASAKI STEEL CORPORATION, JAPAN<br />
MANNESMANN ROHRENWERKE AG<br />
NIPPON STEEL CORPORATION, JAPAN<br />
NKK CORPORATION, JAPAN<br />
SUMITOMO METAL INDUSTRIES LTD., JAPAN<br />
VALLOUREC INDUSTRIES, FRANCE<br />
22 TUBOS DEACERODE. MEXICO, SA, UK<br />
7 TUBE STUDDED<br />
1 BHEL (TRICHY) INDIA<br />
2 BIRAGHI S.A. France<br />
3 FINTUBE LTD. PARTNERSHIP, CANADA<br />
4 JORD ENGINEERS INDIA LTD., INDIA<br />
5 LPA SPA, ITALY<br />
6 SUMITOMO METAL INDUSTRIES LTD., JAPAN<br />
8 FITTINGS WROUGHT / FORGED FITTINGS(CS/AS/SS)<br />
1 EBY FASTENERS, TALOJA<br />
2 GUJARAT INFRAPIPES PVT. LTD., VADODARA<br />
3 TECNOFORGE S.P.A, ITALY<br />
4 TEEKAY TUBES PVT.LTD., NAVI MUMBAI<br />
5 TUBE PRODUCTS INCORPORATE, VADODARA<br />
6 VAN LEEUWEN BUIZEN, BELGIUM<br />
7 PIPEFIT ENGINEERS<br />
8 SAWAN ENGINEERS
9 AMFORGE INDUSTRIES<br />
10 FIT TECH INDUSTRIES PVT. LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
11 ECHJAY INDUSTRIES PVT. LTD. MUMBAI.(M)<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 5 of 56<br />
PIPING<br />
12 PARAMOUNT FORGE, PANVEL.(M) (UPTO 1.5 INCH)<br />
13 PARMAR TECHNOFORGE,PUNE(M) (UPTO 6 INCH)<br />
14 ASIAN BOILER ENGINEERS,MUMBAI.9M)(PIPE FITTINGS - IBR)<br />
15 RACCORTUBI<br />
16 ERNE GMBH<br />
17 FITTINOX, ITALY<br />
18 PHOCEENNE - GENOYER S.A. FRANCE<br />
19 MUNRO & MILLER FITTINGS, UK<br />
9 INCONEL 600 / 625 PIPES, FITTINGS AND FLANGES<br />
1 CORROTHERM INTERNATIONAL LTD., UK<br />
2 FITTINOX, ITALY, ITALY<br />
3 HORST KURVERS GMBH, GERMANY<br />
4 INOXTECH S.P.A, ITALY<br />
5 MANNESMANN DMV STAINLESS GMBH, GERMANY<br />
6 PEERAJ GENERAL TRADING CO. LLC, U.A.E<br />
7 RACCORTUBI, ITALY, ITALY<br />
8 TEEKAY TUBES PVT.LTD., NAVI MUMBAI<br />
9 VAN LEEUWEN BUIZEN, BELGIUM<br />
10 IGAWARA TRADING, SINGAPORE<br />
10 FLANGE- FORGED/ PLATE (CS/AS/SS)<br />
1 C.D. INDUSTRIES LTD., MUMBAI<br />
2 ECHJAY INDUSTRIES LTD., RAJKOT<br />
3 J.K. FORGINGS, NEW DELHI<br />
4 SHREE GANESH FORGINGS LTD., MUMBAI<br />
5 SANGHVI FORGING<br />
6 PARAMOUNT FORGE<br />
7 BRITEX ENGINEERING<br />
8 FIVEBROS FORGINGS PVT. LTD.<br />
9 FERROSTAAL AG<br />
10 METALFAR PRODOTTI INDUSTRIALI S.P.A.<br />
11 AMFORGE INDUSTRIES<br />
12 SAWAN ENGINEERS<br />
13 PIPEFIT ENGINEERS PVT. LTD<br />
14 PARMAR TECHNOFORGE<br />
11 BLIND, SPACERS & SPECTACLE BLINDS<br />
1 C.D. INDUSTRIES LTD., MUMBAI<br />
2 ECHJAY INDUSTRIES LTD., RAJKOT
3 J.K. FORGINGS, NEW DELHI<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
4 SHREE GANESH FORGINGS LTD., MUMBAI<br />
5 SANGHVI FORGING<br />
6 PARAMOUNT FORGE<br />
7 BRITEX ENGINEERING<br />
8 FIVEBROS FORGINGS PVT. LTD.<br />
9 FERROSTAAL AG<br />
10 METALFAR PRODOTTI INDUSTRIALI S.P.A.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 6 of 56<br />
PIPING<br />
12 VALVES-GATE,GLOBE,CHECK(CAST/FORGED)-CS/AS/SS<br />
1 BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE<br />
2 KSB PUMPS LTD., PUNE<br />
3 LARSEN & TOUBRO LTD., MUMBAI<br />
4 NITON VALVE INDUSTRIES LTD., MUMBAI<br />
5 OSWAL INDUSTRIES LTD, GANDHINAGAR<br />
6 BHEL<br />
7 TYCO VALVES & CONTROLS ITALIA SRL<br />
8 VELAN, GMBH<br />
9 AUTOCAP INDUSTRIES CHENNAI (0.5 INCH TO 1.5 INCH NB CLASS 800)<br />
10 SHALIMAR VALVES<br />
11 STEEL STRONG VALVES, MUMBAI<br />
12 NSSL Limited<br />
13 ASSOCIATED TOOLINGS INDIA PVT. LTD., KOLKATA<br />
13 VALVE GATE(GUNMETAL/BRASS/BRONZE)<br />
1 BOMBAY METAL & ALLOYS MFG. CO. PVT. LTD., MUMBAI<br />
2 LEADER VALVES LTD., JALANDHAR<br />
3 SANT VALVES PVT.LTD., JALANDHAR<br />
4 GG VALVES PVT. LTD.<br />
5 A. V. VLAVES LTD.<br />
6 FLUID CONTROLS PVT. LTD.<br />
7 PEMTO-VALVES INDUSTRIE ARMATUREN GMBH<br />
8 TAKAMISAWA VALVE CO. LTD.<br />
14 Y-TYPE-ANGLE STOP CHECK VALVES<br />
1 B.F.E. S.P.A., ITALY<br />
2 BABCOCK POWER ESPANA, SPAIN<br />
3 EDWARD VOGT VALVE CO, UNITED STATES OF AMERICA<br />
4 PETROL VALVES SRL, ITALY<br />
5 TAKAMISAWA VALVE CO.,LTD, JAPAN<br />
6 VELAN INC, CANADA<br />
7 Z&J TECHNOLOGIES GMBH, GERMANY
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
15 VALVE CHECK(DUAL PLATE WAFER TYPE)CS<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 7 of 56<br />
PIPING<br />
1 BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE<br />
2 CRANE PROCESS FLOW TECHNOLOGIES, INDIA<br />
3 MICROFINISH VALVES PVT. LTD.<br />
4 ADVANCE VALVES PVT. LTD.<br />
5 VALVES INDUSTRIES<br />
6 GOODWIN INTERNATIONAL LTD., U.K.<br />
7 NITON VALVES<br />
8 LARSEN & TOUBRO<br />
9 OSWAL INDUSTRIES LTD, GANDHINAGAR<br />
BPCL CATEGORY :GLOBE/GATE/CHECK VALVES - CS(A-105)<br />
10 AUTOCAP INDUSTRIES.CHENNAI.(M).(1/2" TO 1.1/2" NB CLASS 800)<br />
16 VALVE BALL FIRE SAFE(CAST CARBON STEEL)<br />
1 BELGAUM AQUA VALVES PVT LTD, BELGAUM<br />
2 FLOW CHEM INDUSTRIES, AHMEDABAD<br />
3 LARSEN & TOUBRO LTD., MUMBAI<br />
4 MICROFINISH VALVES PVT. LTD., MUMBAI<br />
5 REYNOLD VALVES LTD, MUMBAI<br />
6 VIRGO ENGINEERS LTD., NAVI MUMBAI<br />
7 WEIR VALVES & CONTROL UK LTD.<br />
8 XOMOX INTERNATIONAL GMBH & CO.<br />
9<br />
10<br />
11<br />
12<br />
B.D.K.ENGINEERING INDUSTRIES LTD. MUMBAI.(M)<br />
BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)<br />
KSB PUMPS LTD. MUMBAI.(M)<br />
TYCO VALVES & CONTROLS INDIA PVT. LTD. MAGHASAR.(M)<br />
13 AKAY INDUSTRIES. MUMBAI.(M)<br />
14 EL-O-MATIC (I) PVT.LTD.PUNE<br />
17 VALVE BUTTERFLY(CARBON STEEL)<br />
1 BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE<br />
2 CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE<br />
3 INSTRUMENTATION LTD., MUMBAI<br />
4 LARSEN & TOUBRO LTD., MUMBAI<br />
5 TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI<br />
6 ARMATUREN VERTRIEB ALMS GMBH<br />
7 XOMOX INTERNATIONAL GMBH & CO.<br />
8 WEIR VALVES & CONTROL UK LTD.<br />
9 ADVANCE VALVES PVT. LTD.NOIDA.(M)<br />
10 BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)<br />
11 FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)<br />
12 DEMBLA VALVES LTD
18 VALVE BUTTERFLY(STAINLESS STEEL)<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 8 of 56<br />
PIPING<br />
1 CRANE PROCESS FLOW TECHNOLOGIES (I) LTD., PUNE<br />
2 INSTRUMENTATION LTD., MUMBAI<br />
3 LARSEN & TOUBRO LTD., MUMBAI<br />
4 TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI<br />
5 ARMATUREN VERTRIEB ALMS GMBH<br />
6 XOMOX INTERNATIONAL GMBH & CO.<br />
7 ADVANCE VALVES PVT. LTD.NOIDA.(M)<br />
8 BHARAT HEAVY ELECTRICALS LTD. TIRUCHIRAPPALLI.(M)<br />
9 FOURES ENGG. (I) PVT. LTD. MUMBAI.(M)<br />
10 DEMBLA VALVES LTD<br />
19 VALVE NEEDLE<br />
1 EXCELSIOR ENGINEERING WORKS, MUMBAI<br />
2 LEADER VALVES LTD., JALANDHAR<br />
3 SWASTIK ENGINEERING WORKS, MUMBAI<br />
4 TECHNOMATICS (I) PVT. LTD., MUMBAI<br />
5 BABCOCK BORSIG ESPANA S.A.<br />
6 HP VALVES OLDENZAAL BV<br />
20 PLUG VALVES<br />
1 AZ PLUG VALVES, GERMAY<br />
2 BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE<br />
3 BREDA ENERGIA SESTO INDUSTRIA S.P.A, ITALY<br />
4 DEZURIK (INDIA) LIMITED, CHENNAI<br />
5 FISHER SANMAR LTD., MUMBAI<br />
6 LARSEN & TOUBRO LTD., MUMBAI<br />
21 VALVE SPECIAL CATEGORY (DIAPHRAGM VALVES)<br />
1 ADAMS ARMATUREN GMBH, GERMANY<br />
2 COOPER CAMERON SINGAPORE PTE LTD, SINGAPORE<br />
3 GUICHON VALVES, FRANCE<br />
4 L.V.F.SPA, ITALY<br />
5 LAZARO ITUARTE INTERNACIONAL S.A., SPAIN<br />
6 SCHUF ARMATUREN UND APPARATEBAU GMBH, GERMANY<br />
7 STRAHMAN VALVES INCORPORATED, U.S.A<br />
8 YARWAY CORPORATION, NEW DELHI<br />
9 ZIMMERMANN & JANSEN GMBH, GERMANY<br />
10 PROCON ENGINEERS, MUMBAI.(M)<br />
11 COMMERCIAL RUBBER PRODUCTS.MUMBAI.(M)<br />
12 SOLAR ELECTRONICS (INDIA).MUMBAI.(M)<br />
22 GLANDLESS PISTON VALVE
1 CESARE BONETTI S.P.A., ITALY<br />
2 SPIRAX MARSHALL LTD., PUNE<br />
3 UNIKLINGER LTD., PUNE<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 9 of 56<br />
PIPING<br />
23 MOTORISED OPERATED VALVES (FLANGED /B.W END GATE/GLOBE/CHECK VALVE C.S./S.S./A.S.)<br />
1 BDK ENGINEERING INDUSTRIES PVT.LTD., PUNE<br />
2 ECONO VALVES PVT. LTD., CHENNAI<br />
3 KSB PUMPS LTD., PUNE<br />
4 LARSEN & TOUBRO LTD., MUMBAI<br />
5 NITON VALVE INDUSTRIES LTD., MUMBAI<br />
6 OSWAL INDUSTRIES LTD, GANDHINAGAR<br />
7 VALVA ITALIA<br />
8 TYCO VALVES & CONTROLS ITALIA SRL<br />
9 ROTORK CONTROLS (INDIA) LTD. MUMBAI.(M)<br />
24 TILT DISC CHECK VALVES<br />
1 CRISPIN VALVES, INDIA<br />
2 LARSEN & TOUBRO LTD., MUMBAI<br />
3 FRUILCO, ITALY<br />
4 PACIFIC VALVES, U.S.A<br />
5 POYAM VALVES ( AMPO, S.COOP), SPAIN<br />
6 VELAN INC, CANADA<br />
7 XANIK SPECIALITY VALVES S.A.DE.C.V, MEXICO<br />
25 SIGHT GLASS<br />
1 BLISS ANAND PVT. LTD., NAVI MUMBAI<br />
2 C-TRU PROCESS EQUIPMENTS, MUMBAI<br />
3 CHEMTROL INDUSTRIES, VADODARA<br />
4 LEVCON INSTRUMENTS PVT. LTD., MUMBAI<br />
5 PRATOLINA INSTRUMENTS PVT. LTD., MUMBAI<br />
6 SIGMA INSTRUMENTS, NEW DELHI<br />
7 TELEFLO INSTRUMENT CO.PVT.LTD., MUMBAI<br />
8 FIRSA S.P.A.<br />
9 GARLOCK GMBH<br />
26 FUNNEL(FABRICATED ITEMS)<br />
1 APEX ENGINEERS & FABRICATORS, NAVI MUMBAI<br />
2 DEVENDRA MACHINERY & FABRICATORS PVT.LTD., MUMBAI<br />
3 DOLPHIN ENGINEERING ENTERPRISES, ANKLESHWAR<br />
4 FABWELL ENGINEERING CORPORATION, VADODARA<br />
5 FILTERATION ENGINEERS (I) PVT.LTD., MUMBAI<br />
6 G.L. ENGINEERING INDUSTRIES PVT.LTD., MUMBAI<br />
7 GOVIK ELECTRICALS PVT. LTD., MUMBAI
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
8 KINAM ENGINEERING INDUSTRIES, MUMBAI<br />
9 SMITH INDIA, NAVI MUMBAI<br />
10 SUPREME ENGINEERING WORKS, MUMBAI<br />
27 FIRE FIGHTING SYSTEM<br />
1 AGNICE FIRE PROTECTION LTD., CHENNAI<br />
2 CME INDUSTRIES, MUMBAI<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 10 of 56<br />
PIPING<br />
3 GUNNEBO INDIA LTD ( (FORMERLY STEELAGE INDUSTRIES), THANE<br />
4 HD FIRE PROTECTION CO PVT LTD., THANE<br />
5 HITEK ENGINEERING SERVICES, MUMBAI<br />
6 MANSH ENGINEERS PVT. LTD., AHMEDABAD<br />
7 MASTER FIRE FIGHTERS PVT. LTD., MUMBAI<br />
8 NEW FIRE ENGINEERS PVT LTD, MUMBAI<br />
9 RADIANT FIRE PROTECTION ENGINEERS PVT. LTD., AHMEDABAD<br />
10 SUKAN EQUIPMENTS PVT. LTD., AHMEDABAD<br />
11 TECHNO FIRE PROTECTION SERVICES PVT.LTD., MUMBAI<br />
12 TYCO FIRE & SECURITY INDIA PVT. LTD., MUMBAI<br />
13 VIJAY FIRE PROTECTION SYSTEMS LTD., MUMBAI<br />
14<br />
15<br />
16<br />
17<br />
18<br />
19<br />
20<br />
BPCL CATEGORY - FIRE ACCESSORIES/EQUIPMENT/EXTINGUISHERS<br />
NEWAGE INDUSTRIES. MUMBAI.(M)<br />
FIRE STONE INDUSTRIES. MUMBAI.(M)<br />
KOOVERJI DEVSHI & CO. PVT. LTD. MUMBAI.(M)<br />
KIDDE INDIA LIMITED. MUMBAI.(M)<br />
FIRETECH EQUIPMENT & SYSTEMS PVT. LTD. MUMBAI.(M)<br />
ZENITH FIRE SERVICES (INDIA) PVT. MUMBAI.(M)<br />
KANADIA FYR FYTER PVT. LTD. MUMBAI.(M)<br />
28 FASTENERS(INDIGENOUS) (FOR CS/LTCS ONLY)<br />
1 ASHCROFT INDIA PVT LTD (FORMERLY PRECISION IND.), MUMBAI<br />
2 FASTENERS & ALLIED PRODUCTS PVT.LTD., HUBLI<br />
3 HARDWIN FASTENERS PVT. LTD., MUMBAI<br />
4 J.J. INDUSTRIES, MUMBAI<br />
5 MULTI FASTENERS PVT.LTD., VADODARA<br />
6 PACIFIC FORGING & FASTENERS PVT. LTD, MUMBAI<br />
7 PRECISION AUTO ENGINEERS, LUDHIANA<br />
8 SANDEEP ENGINEERING WORKS, MUMBAI<br />
9 SUNDARAM FASTENERS, CHENNAI<br />
10 SYNDICATE ENGINEERING INDUSTRIES, MUMBAI<br />
11 UDEHRA FASTENERS LIMITED. LUDHIANA.(M)<br />
12 BOLTMASTER (INDIA) PVT. LTD. THANE.(M)<br />
13 FIX FIT FASTENERS MFG PVT. LTD. CALCUTTA.(M)<br />
14 MEGA ENGINEERING PVT. LTD. NAVI MUMBAI.(M)<br />
15 F.E.DARUKHANAWALA<br />
BPCL CATEGORY - SS BOLTS / STUDS / NUTS<br />
16 GUPTA WORKSHOP. MUMBAI.(M)<br />
17 KUNDAN ENGINEERING WORKS. MUMBAI.(M)
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
PIPING<br />
18 UDEHRA FASTENERS LIMITED. LUDHIANA.(M)<br />
29 FASTENERS(IMPORTED) (FOR AS ONLY)<br />
1 BECK CRESPEL, FRANCE<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 11 of 56<br />
2 KADDAS OILFIELD SERVICES & TRADING COMPANY LLC, U.A.E<br />
3 MEZON TECHNICAL TRADING L.L.C., U.A.E<br />
4 OME METALLURGICA ERBESE S.R.L, ITALY<br />
5 PEERAJ GENERAL TRADING CO. LLC, U.A.E<br />
6 PROSPER ENGINEERING LTD, UNITED KINGDOM<br />
7 ROLLSTUD LTD, UNITED KINGDOM<br />
8 SANWA BYORA SEISAKUSYO CO LTD, JAPAN<br />
9 STAINLESS STEEL FASTENERS LTD, ENGLAND<br />
30<br />
GASKETS (ASBESTOS/ ASBESTOS FREE / RUBBER / PTFE /ELASTOMER / SPIRAL WOUND /<br />
JACKETED / METALLIC)<br />
1 CHAMPION JOINTINGS PVT.LTD., MUMBAI<br />
2 IGP ENGINEERS LTD., CHENNAI<br />
3 MADRAS INDUSTRIAL PRODUCTS, CHENNAI<br />
4 STARFLEX SEALING INDIA PVT. LTD. (FLEXITALLIC), MUMBAI<br />
5 UNIQUE INDUSTRIAL PACKINGS, MUMBAI<br />
6 UNIKLINGER LTD., PUNE<br />
7 VIRCAP SEALINGTECH PVT. LTD., CHENNAI<br />
8 EUROGUARCO S.P.A.<br />
9 KEMPCHEN & CO.<br />
BPCL CATEGORY – CAF GASKET<br />
10 SEIMAR ENGINEERING PVT. LTD.MUMBAI..(M)<br />
11 SUPER GASKET INDUSTRIES.MUMBAI.(M)<br />
12 UNITED ENTERPRISES.MUMBAI.(M)<br />
13 HINDUSTAN COMPOSITES LTD.MUMBAI.(M)<br />
BPCL CATEGORY – (CORRU GASKET, SOFT STEEL,SS,CU)<br />
14 PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)<br />
15 SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)<br />
16<br />
BPCL CATEGORY – (JACKETTED GASKETS NON FERROUS)<br />
GOODRICH GASKET PRIVATE LIMITED.CHENNAI.(M)<br />
17 PACKINGS & JOINTINGS GASKETS P.LTD. CHENNAI.(M)<br />
18 SPIRASEAL GASKETS PRIVATE LIMITED.MADRAS.(M)<br />
19 SUPER GASKET INDUSTRIES.MUMBAI.(M)<br />
20<br />
21<br />
22<br />
BPCL CATEGORY – (SPIRAL WOUND METALLIC GASKETS)<br />
PACKINGS & JOINTINGS GASKETS P.LTD .CHENNAI.(M)<br />
SPIRASEAL GASKETS PRIVATE LIMITED. MADRAS.(M)<br />
TEEKAY METAFLEX PVT. LTD. MUMBAI.(M)<br />
31 HOSE RUBBER / METTALIC<br />
1 ASHIT SALES CORPORATION
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
2 GAYTRI INDUSTRIAL CORPORATION, MUMBAI<br />
3 INDIA FLEX INDUSTRIES PVT. LTD.<br />
4 ROYAL INDIA CORPORATION, MUMBAI<br />
5 SONI RUBBER PRODUCTS LTD, KOLKATA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 12 of 56<br />
PIPING<br />
6 SRIDHAR ENGINEERING AND RUBBER PROCDUCTS PVT LTD, VIJAYAWADA<br />
7 UNIQUE RUBBER UDYOG, FARIDABAD<br />
8 ABC SYNTHETICS PVT. LTD.<br />
9 HYDROFLEX (INDIA)<br />
10 PARKER MARKWEL INDUSTRIES PVT. LTD<br />
11 BENGAL INDUSTRIES<br />
12 SENIOR INDIA PRIVATE LIMITED.<br />
13 MADRAS HYDRAULIC HOSES (P) LTD.<br />
14<br />
15<br />
16<br />
17<br />
18<br />
BPCL CATEGORY (HOSES - FIRE SERVICES)<br />
INDIAN RAYON AND INDUSTRIES LTD..(M)<br />
NEW AGE HOSE MANUFACTURING CO..(M)<br />
CHHATARIYA FIRETECH INDUSTRIES.(M)<br />
ZENITH FIRE SERVICES (INDIA) PVT.(M)<br />
RM APPLIED ENG.<br />
32 SPRING SUPPORTS<br />
1 PIPE HANGERS AND SUPPORTS PVT. LTD., CHENNAI<br />
2 PIPING & ENERGY PRODUCTS PVT. LTD., NEW DELHI<br />
3 SARATHI ENGINEERING ENTERPRISE, HYDERABAD<br />
4 SPRING SUPPORTS MFG. COMPANY, KOLKATA<br />
5 TECHNO INDUSTRY<br />
6 SHREE UMA PIPE MANUFACTURING CO. CALCUTTA.(M)<br />
33 STRAINERS(FAB/CAST/FORGED)<br />
1 BOMBAY CHEMICAL EQUIPMENTS, MUMBAI<br />
2 GRAND PRIX FAB (P) LTD, NEW DELHI<br />
3 GUJARAT OTOFILT, AHMEDABAD<br />
4 MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI<br />
5 SPIRAX MARSHALL LTD, PUNE<br />
6 OTOKLIN<br />
7<br />
8<br />
9<br />
GUPTA WORKSHOP. MUMBAI<br />
UNI KLINGER LIMITED. MUMBAI.(M)<br />
BHARATI ENGINEERING COMPANY. THANE.(M)<br />
34 STEAM TRAPS-BUCKET/TH.DYN/TH.STAT/FLOAT<br />
1 ESCO LTD., INDIA<br />
2 PENNANT ENGINEERING PVT. LTD., PUNE<br />
3 SPIRAX MARSHALL LTD, PUNE<br />
4 GREAVES LTD.
5 UNIKLINGER LTD<br />
35 STEAM CONDENSATE MANIFOLDS<br />
1 ARMSTRONG INDIA<br />
2 CESARE BONETTI S.P.A., ITALY<br />
3 SPIRAX MARSHALL, PUNE<br />
4 FLOWTEMP APPLIANCES PVT. LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
5 NIRMAL INDUSTRIAL CONTROLS PVT. LTD.<br />
6 UNITED WORKS PVT. LTD.<br />
36 SAMPLE COOLERS<br />
1 AERO ENGINEERS, AHMEDABAD<br />
2 ENPRO INDUSTRIES PVT LTD, PUNE<br />
3 G.R. ENGINEERING WORK LTD., MUMBAI<br />
4 GRASIM INDUSTRIES LTD., NAGDA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 13 of 56<br />
PIPING<br />
5 TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI<br />
6 TUBE WELD ENGINEERING WORKS LTD, MUMBAI<br />
7 UNIVERSAL HEAT EXCHANGERS LIMITED<br />
37 EOT CRANE<br />
1 ACME MANUFACTURING CO. LTD., MUMBAI<br />
2 ANUPAM INDUSTRIES LTD., VALLABH VIDYANAGAR<br />
3 ARMSEL MHE PVT.LTD., BANGALORE<br />
4 BRAITHEWAITE & CO. LTD., KOLKATA<br />
5 EDDY CRANES ENGINEERS PVT. LTD, MUMBAI<br />
6 FURNACE & FOUNDRY EQUIPMENT CO., MUMBAI<br />
7 HEAVY ENGG. CORPORATION LTD., RANCHI<br />
8 MEEKA MACHINERY PVT. LTD., AHMEDABAD<br />
9 MUKUND LTD., THANE<br />
10 REVA ENGINEERING INDUSTRIES PVT.LTD., NEW DELHI<br />
11 TAK MACHINERY & LEASING LTD., MUMBAI<br />
12 WMI CRANES LTD., MUMBAI<br />
38 H.O.T CRANE<br />
1 EDDY CRANE ENGRS P LTD.<br />
2 KALINGA ENGRS. LTD.<br />
3 REVA ENGG. IND. P LTD.<br />
4 SAYAJI IRON & ENGG P LTD<br />
5 ARMSEL MHE P LTD.<br />
6 TAK MACHINERY<br />
BPCL CATEGORY –(MOBILE CRANES)<br />
7 ESCORT LTD. FARIDABAD.(M)<br />
8 TATA MOTORS LIMITED.THANE.(M)
9 TIL LTD.MUMBAI.(M)<br />
39 CHAIN PULLEY BLOCK<br />
1 ANUPAM INDUSTRIES LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
2 BRADY & MORRIS ENGINEERING CO. LTD.<br />
3 HERCULES HOISTS LTD.<br />
4 HI-TECH INDUSTRIES<br />
5 MEEKA MACHINERY PVT. LTD.<br />
40 GRATINGS<br />
1 ALLIED ENGINEERING CORPORATION<br />
2 GREATWELD STEEL GRATINGS PVT.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 14 of 56<br />
PIPING<br />
3 INDIANA ENGINEERING WORKS (BOMBAY) PVT. LTD.<br />
4 KEMROCK INDUSTRIES AND EXPORTS LTD.<br />
5 SWATHI ENGINEERS<br />
6 WEST COAST ENGINEERING WORKS PVT. LTD.<br />
BPCL CATEGORY -(GRATINGS GALVANISED)<br />
7 GUPTA WORKSHOP.MUMBAI.(M)<br />
8 ERCON COMPOSITES.JODHPUR.(M)<br />
9 INDUSTRIAL PLASTICS.MUMBAI(M)<br />
41 BELLOW SEALED VALVES<br />
1 BDK MARKETING SERVICES PVT. LTD.<br />
2 BELL-O-SEAL VALVES PVT. LTD.<br />
3 KSB PUMPS LTD.<br />
4 LARSEN & TOUBRO LTD.<br />
5 MICROFINISH VALVES PVT. LTD.<br />
42 PRIMARY SUPPORTS<br />
1 BARODA EQUIPMENT AND VESSELS PVT LTD<br />
2 KINAM ENGINEERING INDUSTRIES<br />
3 SPRING SUPPORTS MFG. COMPANY<br />
4 SUPREME ENGINEERING WORKS<br />
5 SWATHI ENGINEERS<br />
6 TINITA ENGINEERING PVT. LTD.<br />
7 TECHNO INDUSTRY<br />
8 DOLPHIN ENGINEERING<br />
43 SPECIAL SUPPORTS<br />
1 KINAM ENGINEERING INDUSTRIES<br />
2 PIPE HANGERS & SUPPORTS PRIVATE LTD.<br />
3 PIPING & ENERGY PRODUCTS PVT. LTD<br />
4 RAJ ENGINEERING CO.
5 SARATHI ENGINEERING ENTERPRISE<br />
6 SPRING SUPPORTS MFG. COMPANY<br />
7 TINITA ENGINEERING PVT. LTD.<br />
8 TECHNO INDUSTRY<br />
44 EXPANSION BELLOWS<br />
1 CORI ENGINEERS PVT. LTD.<br />
2 D. WREN INDUSTRIES PVT.LTD.<br />
3 DIP-FLON ENGINEERING & CO.<br />
4 FLEXICAN BELLOWS & HOSES PVT.LTD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 15 of 56<br />
PIPING<br />
5 FLUOROPOLYMER PACKINGS & SEALS PVT.LTD.<br />
6 LONESTAR INDUSTRIES<br />
7 MIL INDUSTRIES LTD.<br />
8 METALLIC BELLOWS (I) PVT. LTD.<br />
9 RM APPLIED ENGINEERS<br />
10 KELD ELLENTOFT INDIA PVT. LTD.MUMBAI.(M)<br />
11 SUR INDUSTRIES PVT LTD.CALCUTTA.(M)<br />
45 NON-SLAM CHECK VALVES<br />
1 CRANE ENERGY FLOW SOLUTIONS, USA<br />
2 CAMERON VALVES AND MEASUREMENT, USA<br />
FIRE PROTECTION EQUIPMENT APPROVED VENDORS<br />
1 HYDRANT VALVE NEWAGE / SUKAN / SBJ<br />
2 BRANCH PIPES AND NOZZLE NEWAGE / SUKAN / SBJ<br />
3 HOSE PIPE<br />
NEWAGE / INDIAN RAYON / JAYSHREE / CHATTRIYA /<br />
NIRMAL<br />
4 RUBBER HOSE DUNLOP / ROYAL INDIA / SHANTI INDUSTRIES<br />
5 BUTTERFLY VALVE<br />
AUDCO / INTERVALVE / CRANE PROCESS FLOW<br />
TECHNOLOGY / TYCO / FISHER XOMOX<br />
6 GATE VALVES / NRV (CS) L&T / KSB<br />
7 FIRE EXTINGUISHERS ZENITH / SUPRIMAX / SAFEX / NITIN FIRE<br />
8 PIPES TATA / ZENITH / JINDAL<br />
9 PRESSURE GAUGES<br />
GENERAL INSTRUMENTS / FORBES MARSHALL /<br />
PRECISION / H. GURU<br />
10 HOSE BOX SBJ / NITIN FIRE / KIDDE INDIA<br />
11 HOSE REEL UNITS MFG STD<br />
12 WATER MONITOR HD / VIJAY / NEWAGE / VIMAL / VISHAL<br />
13 DELUGE VALVES HD FIRE<br />
14 LONG RANGE MONITORS KIDDE / TYCO / CHEMGUARD / VIMAL / VISHAL
1 COLUMNS/TOWERS/SCRUBBERS<br />
1 ANUP ENGINEERING LTD., AHMEDABAD<br />
2 G.R. ENGINEERING WORK LTD., MUMBAI<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 16 of 56<br />
PROCESS / MECHANICAL<br />
3 GEECY ENGINEERING PVT.LTD., NAVI MUMBAI<br />
4 GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI<br />
5 INDUS ENGG. COMPANY, MUMBAI<br />
6 INDUSTRIAL MANUFACTURERS, MUMBAI<br />
7 ISGEC, YAMUNANAGAR<br />
8 LARSEN & TOUBRO LTD., MUMBAI<br />
9 LLOYDS STEEL INDUSTRIES LTD., MUMBAI<br />
10 PHILS HEAVY ENGINEERING PVT LTD, MUMBAI<br />
11 TEMA INDIA LTD., MUMBAI<br />
12 WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR<br />
13<br />
14<br />
15<br />
BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)<br />
BPCL CATEGORY – HEAVY FABRICATORS<br />
PRECISION EQUIPMENTS (P) LTD. CHENNAI<br />
THERMAX LTD. PUNE.(M)<br />
2 REACTORS<br />
1 ALSTOM PROJECTS INDIA LTD., KOLKATA<br />
2 G.R. ENGINEERING WORK LTD., MUMBAI<br />
3 GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI<br />
4 INDUS PROJECTS LIMITED, MUMBAI<br />
5 INDUSTRIAL MANUFACTURERS, MUMBAI<br />
6 ISGEC, YAMUNANAGAR<br />
7 KCP LTD., CHENNAI<br />
8 LARSEN & TOUBRO LTD.(HAZIRA), SURAT<br />
9 LLOYDS STEEL INDUSTRIES LTD., MUMBAI<br />
10 PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI<br />
11 TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI<br />
12 UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE<br />
13 VIJAY TANKS & VESSELS LTD., VADODARA<br />
14 WALCHANDNAGAR INDUSTRIES LTD., WALCHANDNAGAR<br />
15 BHARAT HEAVY PLATES AND VESSELS<br />
BPCL CATEGORY – HEAVY FABRICATORS<br />
16 PHILS HEAVY ENGINEERING PVT LTD, MUMBAI<br />
17 THERMAX LTD. PUNE.(M)<br />
3 DRUMS/TANKS/VESSELS<br />
1 G.R. ENGINEERING WORK LTD., MUMBAI<br />
2 GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI<br />
3 ISGEC, YAMUNANAGAR<br />
4 LARSEN & TOUBRO LTD., MUMBAI<br />
5 TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
6 INDUSTRIAL MANUFACTURERS, MUMBAI<br />
7 TEMA INDIA LTD., MUMBAI<br />
8 INDUS ENGG. COMPANY, MUMBAI<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 17 of 56<br />
PROCESS / MECHANICAL<br />
9 INDIA TUBE MILLS & METAL INDUSTRIES LTD., MUMBAI<br />
10 CONSOLIDATED CHEMEQUIP (MFR) CORPN.<br />
11 PHILS ENGINEERING CORPORATION<br />
12 TRIOFAB (INDIA) PVT. LTD.<br />
13 KINAM ENGINEERING INDUSTRIES<br />
14<br />
15<br />
16<br />
BPCL CATEGORY – ( PRESSURE VESSELS )<br />
GRASIM INDUSTRIES LIMITED. NAGDA.(M)<br />
BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)<br />
THERMAX LIMITED PUNE.(M)<br />
17 HINDUSTAN DORR-OLIVER LIMITED<br />
4 AIR COOLED HEAT EXCHANGERS(HIGH PRESSURE) / AIR COOLERS / HEATERS (FINNED TUBES)<br />
1 BHARAT HEAVY PLATES & VESSELS LTD.<br />
2 GEI INDUSTRIAL SYSTEMS LTD., BHOPAL<br />
3 BGR ENERGY SYSTEMS LTD., CHENNAI<br />
4 JORD ENGINEERS, MUMBAI<br />
5 LARSEN & TOUBRO LTD., MUMBAI<br />
6 PAHARPUR COOLING TOWERS LTD., MUMBAI<br />
7 PATELS AIRTEMP (INDIA) LTD., RAKANPUR<br />
5 HEAT EXCHANGERS (SHELL & TUBE TYPE)<br />
1 ALFA LAVAL (INDIA) LTD., PUNE<br />
2 ANUP ENGINEERING LTD., AHMEDABAD<br />
3 G.R. ENGINEERING WORK LTD., MUMBAI<br />
4 GEECY ENGINEERING PVT.LTD., NAVI MUMBAI<br />
5 GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI<br />
6 PHILS HEAVY ENGINEERING PVT. LTD.<br />
7 INDUS ENGG. COMPANY, MUMBAI<br />
8 INDUSTRIAL MANUFACTURERS, MUMBAI<br />
9 ISGEC, YAMUNANAGAR<br />
10 LARSEN & TOUBRO LTD., MUMBAI<br />
11 KINAM ENGINEERING INDUSTRIES<br />
12 PATELS AIRTEMP (INDIA) LTD., RAKANPUR<br />
13 PRECISION EQUIPMENTS (CHENNAI) PVT. LTD., CHENNAI<br />
14 REYNOLDS CHEMEQUIP PVT. LTD., MUMBAI<br />
15 TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI<br />
16 TEMA INDIA LTD., MUMBAI<br />
17 UNIVERSAL HEAT EXCHANGERS LTD., COIMBATORE<br />
18 AEROTHERM PRODUCTS<br />
19<br />
20<br />
21<br />
BPCL CATEGORY – ( HEAT EXCHANGER - FERROUS )<br />
AIR COILS MANUFACTURING CO. MUMBAI.(M)<br />
BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)<br />
GRASIM INDUSTRIES LIMITED. NAGDA.(M)
22<br />
23<br />
24<br />
25<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 18 of 56<br />
PROCESS / MECHANICAL<br />
INDIA TUBE MILLS & METAL INDUSTRIES LTD. MUMBAI.(M)<br />
MAZAGON DOCK LIMITED. MUMBAI.(M)<br />
THERMAX LIMITED. PUNE.(M)<br />
TRIOFAB (INDIA) PVT. LTD. NAVI MUMBAI.(M)<br />
26 HINDUSTAN DORR-OLIVER LIMITED<br />
27<br />
28<br />
BPCL CATEGORY – ( HEAT EXCHANGER – NON FERROUS )<br />
AIR COILS MANUFACTURING CO. MUMBAI.(M)<br />
BHARAT HEAVY PLATES & VESSELS LTD. VISHAKAPATNAN.(M)<br />
29 THERMAX LIMITED PUNE.(M)<br />
6 PLATE HEAT EXCHANGERS<br />
1 ALFA LAVEL (INDIA) LTD.<br />
2 GEA ECOFLEX INDIA<br />
3 TRANTER INDIA PVT. LTD.<br />
4 IDMC LIMITED<br />
5 LARSEN & TOUBRO LTD.<br />
6 SPX INDIA PVT. LTD.<br />
7 SPIRAL HEAT EXCHANGERS<br />
1 ALFA LAVEL (INDIA) LTD.<br />
2 LARSEN & TOUBRO LTD.<br />
8 PROCESS COMPRESSORS (API - RECIPROCATING)<br />
1 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD<br />
2 BURCKHARDT (INDIA) PVT. LTD.<br />
3 DRESSER-RAND INDIA PVT. LTD., MUMBAI<br />
4 NEUMAN & ESSER INDIA<br />
9 PROCESS COMPRESSORS (NON API - RECIPROCATING)<br />
1 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD<br />
2 BURCKHARDT (INDIA) PVT. LTD.<br />
3 INGERSOLL-RAND (INDIA) LTD.<br />
4 KIRLOSKAR PNEUMATIC CO. LTD.<br />
10 GAS COMPRESSORS (CENTRIFUGAL)<br />
1 BHARAT HEAVY ELECTRICALS LTD.<br />
2 DRESSER-RAND INDIA PVT. LTD., MUMBAI<br />
3 EBARA CORPORATION, JAPAN<br />
4 HOWDEN PROCESS COMPRESSOR, U.K.<br />
5 KAWASAKI HEAVY INDUSTRIES LTD., JAPAN<br />
6 KOBE STEEL LTD., JAPAN<br />
7 MANNESMANN DEMAG AG, GERMANY
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
8 MITSUBISHI HEAVY INDUSTRIES LTD., JAPAN<br />
9 SIEMENS INDIA<br />
10 SULZER INDIA<br />
11 AIR COMPRESSORS (CENTRIFUGAL)<br />
1 ATLAS COPCO ENERGAS<br />
2 BHARAT HEAVY ELECTRICALS LIMITED<br />
3 INGERSOLL-RAND (INDIA) LTD.<br />
4 SIEMENS LIMITED<br />
12 AIR COMPRESSORS (RECIPROCATING)<br />
1 CHICAGO PNEUMATICS LTD.<br />
2 DRESSER RAND INDIA PVT. LTD.<br />
3 INGERSOLL-RAND INDIA PVT. LTD., MUMBAI<br />
4 KIRLOSKAR PNEUMATIC CO. LTD., PUNE<br />
13 AIR COMPRESSORS (SCREW)<br />
1 ATLAS COPCO ENERGAS<br />
2 HOWDEN AIR AND GAS INDIA PVT. LTD.<br />
3 KIRLOSKAR PNEUMATIC CO. LTD., PUNE<br />
4 INGERSOLL-RAND INDIA PVT. LTD., MUMBAI<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 19 of 56<br />
PROCESS / MECHANICAL<br />
14 AIR COMPRESSORS (PISTON TYPE PORTABLE UNITS)<br />
1 ACMEVAC SALES PVT. LTD.<br />
2 CHICAGO PNEUMATIC INDIA LTD.<br />
3 INGERSOLL-RAND INDIA PVT. LTD., MUMBAI<br />
15 AIR OPERATED DIAPHRAGM PUMPS<br />
1 KIRAN PUMPS<br />
2 NETZSCH INDIA PVT. LTD.<br />
3 SHANBHAG & ASSOCIATES<br />
4 SYP ENGINEERING CO. PVT. LTD.<br />
16 CENTRIFUGAL PUMPS (VER. TURBINE PUMP)<br />
1 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
2 ITT GOULDS PUMPS INC<br />
3 JYOTI LTD.<br />
4 KIRLOSKAR BROTHERS LTD.<br />
5 MATHER & PLATT INDIA, PUNE<br />
6 WPIL LTD.<br />
17 DRUM PUMPS<br />
1 KIRAN PUMPS
2 MONIBA ANAND ELECTRICALS PVT. LTD.<br />
3 ROTO PUMPS LTD.<br />
4 SHANBHAG & ASSOCIATES<br />
5 SLEEK PUMPS & VALVES<br />
6 UNION ENTERPRISE PVT. LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 20 of 56<br />
PROCESS / MECHANICAL<br />
18 CENTRIFUGAL PUMPS(HORIZONTAL PUMPS NON-API)<br />
1 AKAY INDUSTRIES PVT. LTD.<br />
2 MATHER & PLATT INDIA, PUNE<br />
3 KISHOR PUMPS LTD., PUNE<br />
4 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
5 ITT CORPORATION INDIA PVT. LTD.<br />
6 KSB PUMPS LTD., MUMBAI<br />
7 SULZER PUMPS INDIA LTD., NAVI MUMBAI<br />
8 JOHNSON PUMP (INDIA) LIMITED<br />
9 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD<br />
10 KIRLOSKAR BROTHERS LTD., PUNE<br />
11 KIRLOSKAR EBARA PUMPS LTD.<br />
19 CENTRIFUGAL PUMPS(HORIZONTAL PUMPS - API)<br />
1 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
2 ITT CORPORATION INDIA PVT. LTD.<br />
3 KSB PUMPS LTD., MUMBAI<br />
4 KIRLOSKAR EBARA PUMPS LTD.<br />
5 SULZER PUMPS INDIA LTD., NAVI MUMBAI<br />
BPCL CATEGORY – HORIZONTAL CETRIGUAL PUMPS – SPL PROCESS PURPOSE<br />
6 BP&CL<br />
BPCL CATEGORY – PUMP CETNTRIGUAL HOR (SPECIAL PURPOSE PROCESS – CRITICAL SERVICE)<br />
7 EBARA CORPORATION JAPAN<br />
8 GOULDS PUMPS INC<br />
9 KSB PUMPIN ARMETUREN GERMANY<br />
10 NOUVO PIGNONE SPA ITALY<br />
11 POMPE GABBIONETA SPAITALY<br />
12 POMPES GUINARD (KSB) FRANCE<br />
13 SULZER PUMPEN DEUTSCHLAND GMBH GERMANY<br />
14 LAWRENCE PUMPS INC<br />
15 DAVID BROWN PUMPS LTD.<br />
16 DMW CORPORATION<br />
17 SULZER BINGHAM PUMPS INC.<br />
20 CENTRIFUGAL CANNED MOTOR TYPE PUMP<br />
1 HERMETIC PUMPEN GMBH, GERMANY
2 KLAUS UNION, GERMANY<br />
3 NIKKISO CO LTD, JAPAN<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 21 of 56<br />
PROCESS / MECHANICAL<br />
4 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
5 KSB PUMPS LTD., PUNE<br />
6 KIRLOSKAR EBARA PUMPS LTD., PUNE<br />
21 SUNDYNE PUMPS<br />
1 NIKKISO SUNDSTRAND CO. LTD., JAPAN<br />
2 SUNDSTRAND FLUID HANDLING(SUNDYNE), U.S.A<br />
22 CENTRIFUGAL PUMPS(MULTISTAGE PUMPS)<br />
1 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD<br />
2 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
3 KIRLOSKAR EBARA PUMPS LTD., PUNE<br />
4 KSB PUMPS LTD., PUNE<br />
5 SULZER PUMPS INDIA LTD., NAVI MUMBAI<br />
23 RECIPROCATING PUMPS(METERING/DOSING PUMPS)<br />
1 LEWA HERBERT OTT GMBH & CO, GERMANY<br />
2 MILTON ROY INDIA (P) LTD., CHENNAI<br />
3 PULSAFEEDER, U.S.A.<br />
4 SWELORE ENGINEERING PVT. LTD., AHMEDABAD<br />
5 V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI<br />
BPCL VENDORS(PUMPS-RECIPRO(CONTROLLED VOLUME/DIAPHRAGM/PLUNGER/PISTON)<br />
6 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABAD<br />
7 BRAN &LUEBBE GMBH UK<br />
8 DOSAPRO MILTON ROY FRANCE<br />
9 GEHO PUMPS NETHERLAND<br />
10 NIKKISO CO.LTD.(NIKKISO KK)JAPAN<br />
11 PERONI POME SPA (FORMARLY PERSONI) ITALY<br />
12 CRANE CO. USA<br />
13 OCSER GES MBH &CO KG AUSTRIA<br />
14 ORLITA GMBH & CO.KG.GERMANY<br />
15 DOWSON DOWNIE LAMONT LTD. U.K.<br />
16 NATIONAL OIL WELL PTE LTD. USA<br />
17 DMW CORPORATION., JAPAN<br />
18 FLOWSERV<br />
24 CENTRIFUGAL PUMPS(VER. PUMPS NDMW CORPORATION JAPANON-API)<br />
1 BHARAT PUMPS & COMPRESSORS LTD., ALLAHABADFLOWSERVE<br />
2 DMW CORPORATION., JAPAN
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 22 of 56<br />
PROCESS / MECHANICAL<br />
3 FLOWSERVE INDIA CONTROLS (P) LTD, MUMBAI<br />
4 KIRLOSKAR BROTHERS LTD., PUNE<br />
5 KSB PUMPS LTD., MUMBAI<br />
6 MATHER & PLATT PUMPS LTD, MUMBAI<br />
7 RUHR PUMPEN GMBH, GERMANY<br />
8 SHIN NIPPON MACHINERY CO LTD, JAPAN<br />
9 SULZER PUMPS LTD., INDIA<br />
10 KIRLOSKAR EBARA PUMPS LTD.<br />
11 JOHNSON PUMP (INDIA) LTD.<br />
25 BOILER FEED WATER PUMPS / CENTRIFUGAL PUMPS FOR BFW(MULTISTAGE)<br />
1 KIRLOSKAR EBARA PUMPS LTD., PUNE<br />
2 KSB PUMPS LTD., PUNE<br />
3 SULZER PUMPS INDIA LTD., NAVI MUMBAI<br />
4 FLOWSERVE INDIA<br />
26 FIRE WATER PUMPS (HORIZONTAL / VERTICAL)<br />
1 FLOWSERVE INDIA CONTROLS (P) LTD.<br />
2 ITT GOULDS PUMPS INC<br />
3 KIRLOSKAR BROTHERS LTD.<br />
4 MATHER & PLATT (INDIA) LTD.<br />
BPCL CATEGORY – PUMP CENTRIFUAL H/V (FIRE WATER OR SEA WATER)<br />
5 DMW CORPORATION<br />
6 KBS PUMPEN, GERMANY<br />
7 SULZER USA<br />
8 EBARA CORPORATION, JAPAN<br />
9 NOUVO-PIGNONE SPA, ITALY<br />
27 DIESEL ENGINE FOR FIRE WATER PUMPS<br />
1 CUMMINS INDIA LTD.<br />
2 KIRLOSKAR OIL ENGINES LTD.<br />
3 GREAVES COTTON LTD.<br />
28 GEAR PUMPS<br />
1 JOHNSON PUMP (INDIA) LTD.<br />
2 MAAG PUMPS, SWITZERLAND<br />
3 TUSHACO PUMPS PVT. LTD.<br />
29 SUBMERSIBLE PUMPS<br />
1 GRUNDFOS PUMPS INDIA PVT. LTD.<br />
2 KSB PUMPS LTD.
3 KIRLOSKAR BROTHERS LTD.<br />
4 KISHOR PUMPS PVT. LTD.<br />
5 S. U. PUMPS<br />
30 SCREW PUMPS<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 23 of 56<br />
PROCESS / MECHANICAL<br />
1 ALKETRON ENGINEERING INDUSTRIES PVT. LTD.<br />
2 BORNEMANN (I) LTD.<br />
3 TUSHACO PUMPS PVT. LTD.<br />
4 ROTO PUMPS LTD.<br />
5 UT PUMPS & SYSTEMS PVT. LTD.<br />
6 HOUTTUIN<br />
7 LEISPRITZ<br />
8 IMO/WARREN<br />
9 FLUID PUMPS<br />
10 PLENTY MITLESS LTD, UK<br />
11 WEIR PUMPS<br />
12 DAVID BROWN, UK<br />
31 VACUUM PUMPS<br />
1 JOYAM ENGINEERS & CONSULTANTS<br />
2 PPI PUMPS PVT. LTD.<br />
3 STERLING SIHI<br />
4 TMVT INDUSTRIES PVT. LTD.<br />
5 VIJAY PUMPS PVT. LTD.<br />
6 VINDI VAK PUMPS PVT. LTD.<br />
32 VERTICAL SUMP PUMPS<br />
1 AKAY INDUSTRIES PVT. LTD.<br />
2 ITT GOULDS PUMPS INC<br />
3 JOHNSON PUMPS (INDIA) LTD.<br />
4 KIRLOSKAR BROTHERS LTD.<br />
5 KISHOR PUMPS PVT. LTD.<br />
6 SULZER PUMPS INDIA LTD.<br />
7 SU MOTORS<br />
33 FIRED HEATERS<br />
1 BRIDGE & ROOF CO. (INDIA) LTD., KOLKATA<br />
2 HEURTEY PETROCHEM, MUMBAI<br />
3 LARSEN & TOUBRO LTD., MUMBAI<br />
4 MUKUND LTD., THANE<br />
5 PETRON ENGINEERING CONSTRUCTION LTD., MUMBAI
6 TECHNIP KT INDIA LTD, NOIDA<br />
7 THERMAX LTD., PUNE<br />
34 BURNERS<br />
1 CALLIDUS TECHNOLOGIES LTD.<br />
2 HAMWORTHY COMBUSTION ENGG. LTD.<br />
3 JOHN ZINK COMPANY LTD.<br />
4 LD DUKIER B. V.<br />
5 ZEECO INC<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 24 of 56<br />
PROCESS / MECHANICAL<br />
6 AADI ENERGY SYSTEMS PVT. LTD.CALCUTTA.(M)<br />
7 ADVANI-OERLIKON LTD.PUNE.(M)<br />
8 AIROIL-FLAREGAS (I) PVT. LTD.AHMEDABAD.(M)<br />
35 COLUMN TRAYS & INTERNALS<br />
1 GODREJ & BOYCE MANUFACTURING CO.LTD., MUMBAI<br />
2 HIPACK, GHAZIABAD<br />
3 KAMAL ENGINEERING CORPORATION, NEW DELHI<br />
4 KEVIN ENTERPRISE PVT.LTD., MUMBAI<br />
5 KOCH-GLITSCH INDIA LTD., MUMBAI<br />
6 LARSEN & TOUBRO LTD.(HAZIRA), SURAT<br />
7 MARS PROJECTS PVT.LTD., KOLKATA<br />
8 NATIONAL TOWERPACK INDUSTRIES, MUMBAI<br />
9 NORTON CHEMICAL PROCESS PRODUCTS CORPORATION, U.S.A<br />
10 SULZER INDIA LTD., PUNE<br />
11 VIKAS ENGG. WORKS, VISAKHAPATNAM<br />
12<br />
SWAN ENTERPRISES. CHENNAI.(M)<br />
36 COALESCERS<br />
1 AXSIA HOWMAR LTD, UNITED KINGDOM<br />
2 CLARKE RELIANCE CORPORATION, USA<br />
3 FACET USA, USA<br />
4 GRAND PRIX FAB (P) LTD, NEW DELHI<br />
5 KING TOOL COMPANY, U.S.A<br />
6 SULZER INDIA LTD., PUNE<br />
7 MULTITEX FILTRATION ENGINEERS PVT. LTD., NEW DELHI<br />
8 PALL CORPORATION, PUNE<br />
9 PERRY EQUIPMENT CORPORATION(PECO), U.S.A<br />
10 RAVI TECHNO SYSTEMS PVT. LTD.(CHANGED TO PETROMAR), MUMBAI<br />
11 SIIRTEC NIGI S.P.A., ITALY<br />
12 WAKO INDUSTRIAL CO. LTD., TOKYO<br />
37 EJECTOR<br />
1 KOERTING ENGINEERING PVT. LIMITED, CHENNAI<br />
2 LARSEN & TUBRO LTD., MUMBAI
3 MAZDA LTD., AHMEDABAD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 25 of 56<br />
PROCESS / MECHANICAL<br />
4 NEW FIELD INDUSTRIAL EQUIPMENT PVT.LTD., VADODARA<br />
5 WIEGAND INDIA PVT.LTD., NEW DELHI<br />
38 SILENCER<br />
1 ACOUSTICS INDIA PVT. LTD., TIRUCHIRAPALLI<br />
2 BURGESS MANNING (I) PVT. LTD., NEW DELHI<br />
3 C R MICROTOUCH ENGINEERS, RANIPET<br />
4 GRAND PRIX FAB (P) LTD, NEW DELHI<br />
5 INDIRA INDUSTRIES, INDIANA<br />
6 MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD<br />
7 PR ACCOUSTICAL AND ENGG. WORKS PVT. LTD., TIRUCHIRAPALLI<br />
39 DESUPERHEATER<br />
1 FOURESS ENGINEERING (I) LTD., MUMBAI<br />
2 H.K. INDUSTRIES, MUMBAI<br />
3 INDUSTRIAL MANUFACTURERS, MUMBAI<br />
4 KROHNE MARSHALL PVT. LTD., PUNE<br />
5 LEPRETFLO ENGG. PVT. LTD., AHMEDABAD<br />
6 MAZDA LTD., AHMEDABAD<br />
7 PRALKA ASSOCIATES, MUMBAI<br />
8 SPX VALVES & CONTROLS, UNITED STATES<br />
9 THEETA ELECTRICALS PVT. LTD., DELHI<br />
10 TYCO VALVES & CONTROLS, INDIA<br />
11 VALFLO PVT LTD, AHMEDABAD<br />
40 MIST ELIMINATORS / DEMISTER<br />
1 CONTINENTAL PROFILES LIMITED, FARIDABAD<br />
2 EVERGREEN WIRE TECHNOLOGIES (P) LTD., MUMBAI<br />
3 HAVER STANDARD INDIA PVT. LTD., MUMBAI<br />
4 JEETMULL JAICHAND LAL PVT. LTD., KOLKATA<br />
5 MISTER-MESH WIRE PRODUCTS, MUMBAI<br />
6 PACE ENGINEERING INDUSTRIES PVT. LTD., MUMBAI<br />
41 CONSERVATION VENT / DE-AERATOR<br />
1 AERO ENGINEERS, AHMEDABAD<br />
2 TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI<br />
3 G.R. ENGINEERING WORK LTD., MUMBAI<br />
4 PORTEGO EQUIPMENTS PVT. LTD., MUMBAI<br />
5 S.B.ENTERPRISES, BHARUCH<br />
6 SPIRAX MARSHALL LTD, PUNE<br />
7 TECHNO PROCESS EQUIPMENTS (INDIA) LTD., MUMBAI<br />
8 VARALL ENGINEERS, MUMBAI
9 VAREC VAPOUR CONTROL INC., INDIA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 26 of 56<br />
PROCESS / MECHANICAL<br />
42 CHEMICAL INJECTION PACKAGE / DOSING SETS<br />
1 CHEMBOND CHEMICALS LTD., NAVI MUMBAI<br />
2 ENPRO INDUSTRIES PVT. LTD., PUNE<br />
3 ION EXCHANGE INDIA LTD.<br />
4 MILTON ROY INDIA (P) LTD., CHENNAI<br />
5 SHAPOTOOLS, MUMBAI<br />
6 SWELORE ENGINEERING PVT. LTD., AHMEDABAD<br />
7 V.K. PUMP INDUSTRIES PVT. LTD., MUMBAI<br />
43 SAFETY VALVES / PRESSURE SAFETY VALVES<br />
1 FAINGER LESER VALVES PVT. LTD.<br />
2 ANDERSON GREENWOOD CROSBY, UNITED KINGDOM<br />
3 LARSEN & TOUBRO LTD.<br />
4 DRESSER VALVE INDIA PVT. LTD., MUMBAI<br />
5 XOMOX SANMAR LTD.<br />
6 INSTRUMENTATION LTD., MUMBAI<br />
7 MEKASTER<br />
8 TYCO SANMAR LTD.<br />
9 TYCO VALVES & CONTROLS INDIA PVT LTD, NAVI MUMBAI<br />
10 WEIR VALVES & CONTROL UK LTD, UNITED KINGDOM<br />
11 BHEL<br />
44 HVAC SYSTEM<br />
1 BLUE STAR LTD., MUMBAI<br />
2 ASIA BROWN BOVERI LTD.<br />
3 CARRIER AIRCON LTD., MUMBAI<br />
4 BATLIBOI & COMPANY LTD.<br />
5 EMERSON PROCESS MANAGEMENT (INDIA) PVT. LTD.<br />
6 KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI<br />
7 SYSTEMS & COMPONENTS (I) PVT. LTD.<br />
8 VOLTAS LIMITED, MUMBAI<br />
45 RC MACHINES<br />
1 GEA TECHNOFRIGO<br />
2 VOLTAS<br />
3 BLUESTAR<br />
4 CARRIER<br />
5 JOHNSON CONTROLS (YORK)<br />
46 AIR PRESSURIZATION UNIT<br />
1 ADVANCE VENTILATION PVT LTD, NEW DELHI
2 BLUE STAR LTD., MUMBAI<br />
3 C.DOCTOR INDIA PVT LTD, AHMEDABAD<br />
4 DUSTVEN PVT LTD, BANGALORE<br />
5 DUVENT FANS PVT. LTD., NEW DELHI<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 27 of 56<br />
PROCESS / MECHANICAL<br />
6 EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI<br />
7 FLAKT (INDIA) LTD., MUMBAI<br />
8 KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI<br />
9 LAXMI AIR CONTROL PVT. LTD, MUMBAI<br />
10 PATELS AIRTEMP (INDIA) LTD., RAKANPUR<br />
11 S.K. SYSTEMS PRIVATE LTD, DELHI<br />
12 VOLTAS LIMITED, MUMBAI<br />
47 AGITATOR<br />
1 GMM PFAUDLER LIMITED, MUMBAI<br />
2 MIXRITE ENGINEERING PVT.LTD., MUMBAI<br />
3 RATHI LIGHTNIN MIXERS PVT. LTD., PUNE<br />
4 REMI PROCESS PLANT & MACHINERY LTD., MUMBAI<br />
5 STANDARD ENGINEERS, MUMBAI<br />
6 THERMOTECH ENGINEERING<br />
48 RUPTURE DISC<br />
1 BS & B SAFETY SYSTEMS (I) LTD., MUMBAI<br />
2 ELFAB LIMITED, UNITED KINGDOM<br />
3 FAINGER LESER VALVES PVT. LTD.<br />
4 IMI MORSTON LTD., UK<br />
5 OKLAHOMA SAFETY EQUIPMENTS CO, INC, U.S.A<br />
6 REMBE GMBH SAFETY + CONTROL, GERMANY<br />
49 SAFETY SHOWER & EYE WASH<br />
1 FRANCIS LESLIE & CO.PVT.LTD., MUMBAI<br />
2 CREATIVE ENGINEERS<br />
3 UNICARE EMERGENCY EQUIPMENTS PVT.LTD., MUMBAI<br />
50 AIR CONDITIONING UNIT<br />
1 ABB LTD., MUMBAI<br />
2 BATLIBOI & COMPANY LTD., MUMBAI<br />
3 BLUE STAR LTD., MUMBAI<br />
4 CARRIER AIRCON LTD., MUMBAI<br />
5 EMERSON NETWORK POWER (I) LTD., (EMERSON LIEBERT), MUMBAI<br />
6 KIRLOSKAR PNEUMATIC CO. LTD., MUMBAI<br />
7 VOLTAS LIMITED, MUMBAI<br />
51 RESTRICTION ORIFICE
1 EMFA INDUSTRIES, MUMBAI<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 28 of 56<br />
PROCESS / MECHANICAL<br />
2 GENERAL INSTRUMENTS CONSORTIUM, MUMBAI<br />
3 HYDROPNEUMATICS, MUMBAI<br />
4 JRU CONTTROL PVT LTD, CHENNAI<br />
5 MICRO PRECISION PRODUCTS (P) LTD., FARIDABAD<br />
6 MINCO INDIA PVT. LTD, MUMBAI<br />
7 STAR-MECH CONTROLS (I) PVT.LTD., PUNE<br />
52 BASKET FILTER<br />
1 GRAND PRIX FAB P LTD.<br />
2 GUJARAT OTOFILT<br />
3 MULTITEX FILTERATION ENG. LTD.<br />
4 OTOKLIN<br />
5 MARBO INDLA FILTERS.MUMBAI.(M)<br />
6 BARTON FIRTOP ENGINEERING CO. LTD. UK<br />
7 FLUID ENGINEERING, USA<br />
53 AIR DRIER / GAS DRIER<br />
1 GASO ENERGY SYSTEM<br />
2 INDCON PROJECTS & EQUIPMENTS LTD.<br />
3 KILBURN ENGG. LTD.<br />
4 PURIFLAIR INDIA PVT. LTD.<br />
5 ADVANCE COMPARE SYSTEMS PVT. LTD.<br />
6 DEL-AIR INDIA PVT. LTD.<br />
7 MVS ENGINEERING LTD.<br />
54 CENTRIFUGAL BLOWERS<br />
1 BHARAT HEAVY ELECTRICALS LTD.<br />
2 C. DOCTOR & CO. PVT. LTD.<br />
3 FLAKT INDIA LTD.<br />
4 LAXMI AIR CONTROL PVT. LTD.<br />
5 REITZ INDIA LTD.<br />
6 TLT ENGINEERING PVT. LTD.<br />
55 WASTE HEAT BOILERS<br />
1 ALSTOM PROJECTS INDIA LTD.<br />
2 BHARAT HEAVY ELECTRICALS LTD.<br />
3 ISGEC JOHN THOMPSON<br />
4 LARSEN & TOUBRO LTD.<br />
5 THERMAX LIMITED<br />
6 THERMAL SYSTEMS (HYDERABAD) PVT. LTD.<br />
7 WALCHANDNAGAR INDUSTRIES LTD.<br />
56 BREATHER VALVES
1 CHEMTROLS INDUSTRIES LTD.<br />
2 FAINGER LESER VALVES PVT. LTD.<br />
3 HYDROPNEUMATICS<br />
4 PROTEGO EQUIPMENT PVT. LTD.<br />
5 TELTECH INSTRUMENTATION PVT. LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 29 of 56<br />
PROCESS / MECHANICAL<br />
6 WHESSOE VAREC LIMITED.DURHAM(M) ( BPCL CATEGORY – P&V VALVES)<br />
57 COOLING TOWER<br />
1 BDT LIMITED<br />
2 PAHARPUR COOLING TOWERS<br />
3 SHRIRAM EPC LTD.<br />
4 SOUTHERN COOLING TOWERS PVT. LTD.<br />
5 HAMON SHRIRAM COTTRELL PVT. LTD.<br />
6 ADVANCE COOLING TOWERS PVT LTD.MUMBAI.(M)<br />
7 COOLFLO ENGINEERS PVT. LTD.MUMBAI.(M)<br />
8 MIHIR ENGINEERS (P) LIMITED.MUMBAI.(M)<br />
9 PALTECH COOLING TOWERS & EQUIPMENTS LTD.NEW DELHI.(M)<br />
58 ELECTRODES / WELDING CONSUMABLES<br />
1 ADVANI – ORLIKON LTD.<br />
2 ANAND ARC ELECTRODES PVT. LTD.<br />
3 D&H SECHERON ELECTRODES PVT. LTD.<br />
4 ESAB INDIA LTD.<br />
5 HONAVAR ELECTRODES LTD.<br />
6 MAILAM INDIA LTD.<br />
7 MODI ARC ELECTRODES CO.<br />
8 WELDCRAFT PVT. LTD.<br />
9 GEE LIMITED.THANE.(M)<br />
10 BOHLER THYSSEN<br />
11 OERLIKON<br />
12 TASETO<br />
13 AVESTA<br />
14 SANDVIK<br />
59 EXCESS FLOW VALVE<br />
1 CHANDRA ENGINEERING & MECHANICAL PVT. LTD.<br />
2 GENERAL INSTRUMENTS CONSORTIUM<br />
3 MALEMA SENSORS INDIA PVT. LTD.<br />
60 FLAME ARRESTORS<br />
1 CHEMTROLS INDUSTRIES LTD.<br />
2 FAINGER LESER VALVES PVT. LTD.<br />
3 HYDROPNEUMATICS
4 PROTEGO EQUIPMENT PVT. LTD.<br />
61 FLARE<br />
1 ADVANI – ORLIKON LTD.<br />
2 AIROIL FLAREGAS (I) LTD.<br />
62 INSULATION (HOT & COLD)<br />
1 ASSOCIATED INSULATION CO.<br />
2 G.J. INSULATIONS PVT.LTD.<br />
3 LEAR INSULATION PVT. LTD.<br />
4 LLOYD INSULATIONS (INDIA) LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
5 NAVBHARAT INSULATION & ENGINEERING CO<br />
6 NEWKEM INDUSTRIES<br />
7 KAFER PUNJ LLOYD<br />
8 ROCKWOOL INSULATION (I) PVT.LTD.<br />
9 SHREEJI INSULATIONS PVT LTD<br />
10 THERMAL INSULATIONS<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 30 of 56<br />
PROCESS / MECHANICAL<br />
BPCL CATEGORY -(BONDED MINERAL WOOL/CROWN WOOL)<br />
11 MINWOOL ROCK FIBRES LTD.HYDERABAD.<br />
12 ROCKWOOL (INDIA) LIMITED.MUMBAI.(M)<br />
13 LLOYD'S ROCKFIBRES LTD. MUMBAI<br />
63 KNIFE GATE VALVES<br />
1 HI-TECH BUTTERFLY VALVES (I) PVT. LTD.<br />
2 MICROFINISH VALVES PVT. LTD.<br />
64 MECHANICAL SEALS<br />
1 EAGEL<br />
2 FLOWSERVE SANMAR LTD<br />
3 JOHN CRANE ENGG. SEALING SYSTEM LTD.<br />
65 INDUSTRIAL PAINTS<br />
1 GOODLASS NEROLAC PAINTS PVT. LTD.MUMBAI.(M)<br />
2<br />
3<br />
4<br />
5<br />
6<br />
7<br />
8<br />
ALKALI & CHEMICALS CORPN. OF INDIA LTD.MUMBAI.(T)<br />
ASIAN PAINTS (I) LIMITED.MUMBAI.(T)<br />
BERGER PAINTS INDIA LTD.MUMBAI.(T)<br />
ESDEE PAINTS PVT. LTD.MUMBAI.(T)<br />
JENSON & NICHOLSON (I) LTD.MUMBAI.(T)<br />
MERCURY PAINTS & VARNISHES LTD.MUMBAI.(T)<br />
SHALIMAR PAINTS LTD.MUMBAI.(T)<br />
66 RUBBER LINING<br />
1 CORI ENGINEERS PVT. LTD.<br />
2 ELASTOMER LINING WORKS
3 INDUSTRIAL MOULDERS<br />
4 LEBRACS RUBBER LININGS PVT. LTD.<br />
5 MIL INDUSTRIES LTD.<br />
6 POLY RUBBER PRODUCTS<br />
7 SHRI RAM RUBTECH PVT.LTD.<br />
67 SPRAY NOZZLE<br />
1 KINGSLEY INDUSTRIES LTD<br />
2 LECHLER (INDIA) PVT. LTD.<br />
3<br />
SIDDHARTH ENTERPRISES<br />
4 SPRAYTECH<br />
68 WATER TREATMENT PLANT<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
1 DOSHI ION EXCHANGE & CHEMICAL IND. LTD.<br />
2 ION EXCHANGE (INDIA) LTD.<br />
3 THERMAX LTD.<br />
69 STEAM TURBINE<br />
1 DRESSER RAND<br />
2 KIRLOSKAR EBARA<br />
3 GE NUOVO PIGNONE<br />
4 SIEMENS LTD<br />
5 ALSTOM INDIA<br />
6 BHEL<br />
70 WHEEL KEYS<br />
1<br />
2<br />
3<br />
4<br />
71<br />
1<br />
72<br />
1<br />
BPCL VENDORS<br />
GAMZEN PLAST P LTD. MUMBAI<br />
GUPTA WORKSHOP. MUMBAI<br />
RATTAN ENGINEERS. MUMBAI<br />
RAVAT ENGG. WORKS. MUMBAI<br />
ELEVATORS/LIFTS<br />
BPCL VENDORS<br />
OTIS ELEVATOR CO. INDIA LTD. MUMBAI<br />
FORKLIFT<br />
BPCL VENDORS<br />
GODREJ & BOYCE MFG. CO. LTD. MUMBAI<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 31 of 56<br />
PROCESS / MECHANICAL<br />
73 GEARBOX – SPECIAL PURPOSE (API 613 TYPE)<br />
1 PEKRUN<br />
2 HITACHI, JAPAN<br />
3 HITACHI NACO TRANSMISSION, JAPAN
4 ALLEN, USA<br />
5 BHS, USA<br />
6 FLENDER, USA<br />
7 GRAFFENSTADEN, GERMANY<br />
8 LUFKIN, GERMANY<br />
9 MAAG, SWIZERLAND<br />
10 NIPPON, JAPAN,<br />
11 PHILADELPHIA, USA<br />
12 RENK, USA<br />
13 EAGLE, KK<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
74 FLEXIBLE METTALIC COUPLING (API 671)<br />
1 EAGLE (BENDIX), JAPAN<br />
2 EUROFLEX, INDIA<br />
3 FLEXIBOX, UK<br />
4 LUCAS, UK<br />
5 THOMAS, USA<br />
6 JOHN CRANE, INDIA<br />
75 FLEXIBLE METTALIC COUPLING (NON API)<br />
1 UNIQUE TRANSMISSION, INDIA<br />
2 LOVEJOY, INDIA<br />
3 TRIVENI FLEXIBOX, INDIA<br />
4 JOHN CRANE, INDIA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 32 of 56<br />
PROCESS / MECHANICAL<br />
76 DRY GAS SEAL AND CONTROL / FILTER SKIDS<br />
1 JOHN CRANE, USA/INDIA/JAPAN<br />
2 EAGLE, JAPAN/INDIA<br />
3 FLOWSERVE, USA/INDIA<br />
77 LUBE OIL SYSTEM (API 614)<br />
1 ENPRO INDUSTRIES PVT. LTD., INDIA<br />
2 SOUTHERN LUBRICATION PVT. LTD., INDIA<br />
3 TRIVENI PLENTY ENGG. LTD., INDIA<br />
78 STATIC MIXERS<br />
1 SULZER INDIA<br />
2 CHEMINEER INC, USA<br />
3 LIGHTNIN MIXERS, UK<br />
4 STATIFLOW INTERNATIONAL LTD., UK<br />
5 MIXRITE CORPORATION, INDIA<br />
6 SULZER LTD., INDIA<br />
7 BRAN & LUEBBE GMBH, GERMANY<br />
8 PREMATECHNIK GMBH, GERMANY
79 SAMPLING SYSTEM<br />
1 CHEMTROLS<br />
2 UOP<br />
80 DESUPERHEATER<br />
1 MAZDA<br />
2 FORBES MARSHALL<br />
81 DEAREATOR<br />
1 THERMAX<br />
82 SAMPLING VALVE<br />
1 DOPACH, NETHERLAND<br />
2 STRAHMAN VALVES, USA<br />
3 LA TECHNOVALVO, ITALY<br />
83 PLATES (CS / SS / LAS / CLAD)<br />
1 ACRONI<br />
2<br />
3<br />
4<br />
5<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
DILLINGER HUTTE GTS (MILL), GERMANY<br />
DMV FRANCE<br />
DUFERCO S A<br />
EXPLO HUNGARY KFT.<br />
6 INDUSTEEL,BELGIUM<br />
7 JACQUET NEDERLAND<br />
8 VOESTALPINE GROBBLECH GMBH, AUSTRIA<br />
9 ESSAR STEEL, INDIA<br />
10 STEEL AUTHORITY OF INDIA, INDIA<br />
11 LLOYDS STEEL INDUSTRIES LTD, INDIA<br />
12 SALZGITTER INTERNATIONAL, GERMANY<br />
13 POSCO, KOREA<br />
14 NIPPON STEEL, JAPAN<br />
15 RUKKI METALS, FINLAND<br />
16 THYSSENKRUPP<br />
17 KOBE STEEL, JAPAN<br />
84 FORGINGS<br />
1 BAYFORGE<br />
2 BRIGHTEX<br />
3 BUKWANG<br />
4 CD ENGINEERING COMPANY GAZIABAD<br />
5 CD INDUSTRIES, GAZIABAD<br />
6 CHAUDHARY HAMMER WORKS<br />
7 DAE HWA METAL CO. LTD, KOREA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 33 of 56<br />
PROCESS / MECHANICAL
8 ECHJAY FORGINGS PVT. LTD.<br />
9 GALPERTI, ITALY<br />
10 GOLDEN IRON AND STEEL WORKS<br />
11 GOVA GMBH<br />
12 HANWHCORPORATION, KOREA<br />
13 HYUNDAI FORGINGS CO, KOREA<br />
14 JAC FORGINGS<br />
15 JK FORGINGS<br />
16 KOFCO KOREA<br />
17 KUNJ FORGINGS,<br />
18 MELESI, ITALY<br />
19 METSTEEL, BUSAN KOREA<br />
20 MS FITTINGS<br />
21 MYSCO CO LTD.<br />
22 O SUNG KOREA<br />
23 OFFICINE NICOLA<br />
24 PARAMOUNT FORGE<br />
25 PRADEEP METALS<br />
26 PUNJAB STEEL WORKS PVT. LTD.<br />
27 RP ENGINEERING PVT. LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 34 of 56<br />
PROCESS / MECHANICAL<br />
28 SANGHVI FORGINGS & ENGINEERING PVT. LTD<br />
29 SAWAN ENGINEERS<br />
30 TAEWOONG CO LTD<br />
31 ULMA SPAIN<br />
85 DISHED ENDS<br />
1 AFFLERBACH BODENPRESSEREI GMBH<br />
2 CEREC SAS<br />
3 DILLINGER<br />
4 VOESTALPINE GMBH<br />
86 CLAD TUBE SHEETS<br />
1 NOBELCLAD EUROPE.<br />
87 BOLT TIGHTNER<br />
1 HYTORC MUMBAI<br />
88 ANODES<br />
1 GOLCONDA<br />
2 ELECTROPROTECTION SERVICES, SEMBAKKAM, CHENNAI<br />
89 DAMPERS & ISOLATORS<br />
1 BACHMANN INDUSTRIES (I) LTD., INDIA<br />
2 FOURESS ENGG. (I) LTD. INDIA
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
3 KAMAL ENGINEERING CORPORATION INDIA<br />
90 REFRACTORIES<br />
1<br />
2<br />
3<br />
4<br />
ASSOCIATED CEMENT COMPANY LTD.<br />
CARBORUNUM UNIVERSAL LTD.<br />
MAHAVIR REFRACTORIES CORPORATION<br />
TATA REFRACTORIES LTD.<br />
5 PACFIC REFRACTORIES LTD.,<br />
6 CASTWELL INDUSTRIES<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 35 of 56<br />
PROCESS / MECHANICAL<br />
7 BABCOCK & WILLCOX INTERNATIONAL INC, USA<br />
8 BASCO LTD., UK<br />
9 COMBUTION ENGINEERING INC., USA<br />
10 DIDIER WERKS AG GERMANY<br />
11 GENERAL REFRACTORIES CO. USA<br />
12 MANVILLE DE FRANCE S.A. FRANCE<br />
13 PLIBRICO B. V. , NETHERLAND<br />
14 PREMIER REFRACTORIES, USA<br />
91 CERAMIC FIBRE<br />
1 MUGURAPPA MORGAN THERMAL CERAMIC LTD., INDIA<br />
2 ORIENT CERLANE LTD. INDIA / ORIENT CERWOOL<br />
3 LLOYDS INSULATION<br />
92 CAST PLUG HEADER<br />
1 WAUKESHA FOUNDRY INC., USA<br />
93 CASTINGS TUBE SHEET / TUBE SUPPORTS<br />
1 ARMALLOY LTD., UK<br />
2 CRONITE EXPORT SERVICES, UK<br />
3 DRAWINGS ALLOY CASTINGS, UK<br />
4 DURALLOY TECHNOLOGIES, USA<br />
5 FIAS S.R.L. ITALY<br />
6 PARALLOY LTD., USA<br />
7 POSE-MARRE EDELSTAHLWERK GMBH, GERMANY<br />
8 WAUKESHA FOUNDRY INC., USA<br />
9 KARTIK STEELS LTD., INDIA<br />
10 HASTALLOY INDIA LTD., INDIA<br />
1 BATTERY -LEAD ACID<br />
1 EXIDE, INDIA<br />
2 AMCO, INDIA<br />
3 HBL POWER SYSTEMS LTD., INDIA<br />
ELECTRICAL
4 AMAR RAJA, INDIA<br />
2 BATTERY CHARGER<br />
1 CHABBI ELECTRICAL PVT. LTD., INDIA<br />
2 AUTOMATIC ELECTRIC LTD., INDIA<br />
3 HBL POWER SYSTEMS LTD., INDIA<br />
4 MASS-TECH , INDIA<br />
5 UNI-INSTA,BANGALORE<br />
3 BUSDUCTS - M.V.<br />
1 INTRELEC- (M.V. ONLY), INDIA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
2 INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA<br />
3 GLOBE ELECT. INDUSTRIES (MV ONLY), INDIA<br />
4 UNITED ELECTRICALS, INDIA<br />
5 STAR DRIVE, INDIA<br />
6 L&T, INDIA<br />
7 SIEMENS, INDIA<br />
8 ELECHMECH, INDIA<br />
9 ENPRO, INDIA<br />
10 POWER CONTROL ENTERPRISES, INDIA<br />
11 MANSHU COMTEL PVT. LTD.<br />
4 CABLES H.V. - 3.3 KV- 33 KV XLPE INSULATED<br />
1 UNIVERSAL CABLES LTD., INDIA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 36 of 56<br />
ELECTRICAL<br />
2 NATIONAL INSULATED CABLE CO. OF INDIA LTD. (NICCO), INDIA<br />
3 TORRENT CABLES LTD., INDIA<br />
4 RPG CABLES LTD., INDIA<br />
5 CABLE CORPORATION OF INDIA LTD, INDIA<br />
6 KEI (KEI INDUSTRIES LIMITED) , INDIA<br />
5 CABLES L.V.- POWER, CONTROL & EARTHING – PVC & XLPE INSULATED<br />
1 UNIVERSAL CABLES LTD, INDIA<br />
2 NATIONAL INSULATED CABLE CO.OF INDIA LTD.(NICCO), INDIA<br />
3 KEI (KEI INDUSTRIES LIMITED), INDIA<br />
4 RPG CABLES , INDIA<br />
5 TORRENT CABLES LTD. , INDIA<br />
6 CCI, INDIA<br />
7 RADIANT CABLES, INDIA<br />
BPCL CATEGORY(Cables LT)<br />
8 POLYCAB PVT. LTD.<br />
DISTRIBUTION BOARDS & MISC. FLAMEPROOF EQPT.(PLUG/ SOCKET, HANDLAMP ETC.) –<br />
6<br />
FLAMEPROOF & INCREASED SAFETY<br />
1 BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA
2 FLEXPRO ELECTRICALS PVT. LTD., INDIA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
3 FLAMEPROOF EQUIPMENT PVT. LTD., INDIA<br />
4 FCG POWER INDUSTRIES P. LTD. , INDIA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 37 of 56<br />
ELECTRICAL<br />
5 FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA<br />
7 FLAMEPROOF JUNCTION BOXES<br />
1 BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA<br />
2 FLEXPRO ELECTRICALS PVT. LTD., INDIA<br />
3 FLAMEPROOF EQUIPMENT PVT. LTD., INDIA<br />
4 FCG POWER INDUSTRIES P. LTD. , INDIA<br />
5 SUDHIR SWITCHGEAR PVT. LTD. (APPROVED ONLY FOR JUNCTION BOX), INDIA<br />
6 FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA<br />
7 GEC Alstom (Areva) *<br />
8 DISTRIBUTION BOARDS, LIGHTING PANEL & SMALL PANELS<br />
1 ZENITH, INDIA<br />
2 INTRELEC, INDIA<br />
3 INDUSTRIAL SWITCHGEAR & CONTROLS, INDIA<br />
4 M.K.ENGINEERS, INDIA<br />
5 POWER CONTROL ENTERPRISES, INDIA<br />
6 ELECHMECH, INDIA<br />
7 SCHNEIDER, INDIA<br />
8 MANSHU COMTEL PVT. LTD.<br />
9 FIRE ALARM SYSTEM<br />
1 TYCO, INDIA<br />
2 HONEYWELL AUTOMATION LTD., INDIA<br />
3 GODREJ & BOYCE, INDIA<br />
4 SIEMENS, INDIA<br />
5 HONEYWELL FIRE SYSTEM, INDIA<br />
6 NEW FIRE, INDIA<br />
BPCL CATEGORY(<strong>Fire</strong> alarms)<br />
7 MATHER PLATT<br />
STEEL AGE-MMPC<br />
8<br />
10 GENERATORS, EMERGENCY DIESEL -UPTO 1600 KVA<br />
1 POWERICA LTD., INDIA<br />
2 SUPERNOVA, INDIA<br />
3 STERLING WILSON , INDIA<br />
4 TRACTORS INDIA LTD, INDIA<br />
11 HEAT TRACING<br />
1 RAYCHEM RPG LTD., INDIA<br />
2 XYCON INDIA., INDIA
3 THERMOPADS PVT. LTD., INDIA<br />
12 LIFTS – FLAMEPROOF<br />
1 KONE , INDIA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 38 of 56<br />
ELECTRICAL<br />
2 THYSSENKRUPP ELEVATOR INDIA PVT. LTD. , INDIA<br />
3 OTIS, INDIA<br />
4 MASPERO, INDIA<br />
13 LIGHTING FIXTURES, – FLAMEPROOF & INCREASED SAFETY<br />
1 BALIGA LIGHTING EQUIPMENT PVT.LTD., INDIA<br />
2 FLEXPRO ELECTRICALS PVT. LTD., INDIA<br />
3 FLAMEPROOF EQUIPMENT PVT. LTD., INDIA<br />
4 FCG POWER INDIA LTD., INDIA<br />
5 FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA<br />
BPCL CATEGORY(Lighting Fixtures)<br />
GEC Alstom (Areva) *<br />
14 LIGHTING FIXTURES – INDUSTRIAL<br />
1 WIPRO ELECTRICALS, INDIA<br />
2 BAJAJ ELECTRICALS, INDIA<br />
3 CROMPTON GREAVES LTD., INDIA<br />
4 PHILIPS , INDIA<br />
15 LOCAL CONTROL STATIONS – FLAMEPROOF & INDUSTRIAL<br />
1 BALIGA LIGHTING EQUIPMENT PVT. LTD., INDIA<br />
2 FLEXPRO ELECTRICALS PVT. LTD., INDIA<br />
3 FLAMEPROOF EQPTS. PVT. LTD., INDIA<br />
4 FCG POWER INDUSTRIES P. LTD. , INDIA<br />
5 FCG FLAMEPROOF CONTROL GEAR PVT. LTD., INDIA<br />
16 SYNCHRONOUS MOTORS<br />
1 ALSTOM MOTEURS SA, FRANCE<br />
2 ANSALDO, ITALY<br />
3 ABB LTD, FINLAND<br />
4 FUJI ELECTRIC COMPANY LTD., JAPAN<br />
5 HITACHI LTD (JAPAN), INDIA<br />
6 JEUMONT ELECTRIC, FRANCE<br />
7 PARSONS PEEBLES GENERATION LTD,<br />
8 SIEMENS AG, GERMANY<br />
9 TOSHIBA CORPORATION, JAPAN/ INDIA<br />
10 MITSUBISHI, JAPAN<br />
11 LOHER, GERMANY
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 39 of 56<br />
ELECTRICAL<br />
17 MOTORS H.V. – 3.3KV TO 11KV – FLAMEPROOF & INCREASED SAFETY<br />
1<br />
2<br />
3<br />
4<br />
5<br />
6<br />
7<br />
8<br />
BHEL, INDIA<br />
CGL, INDIA<br />
ANSALDO, ITALY<br />
ABB, UK<br />
ALSTOM, SWITZERLAND / FRANCE<br />
SIEMENS, GERMANY<br />
MITSUBISHI, JAPAN<br />
LOHER, GERMANY<br />
9 FUJI, JAPAN<br />
BPCL Category (Motors HT EX - e / EX –n / Ex - d)<br />
10 Alstom – UK<br />
11 CEMP - Italy<br />
18 MOTORS L.V.- INDUSTRIAL<br />
1 SIEMENS LTD., INDIA<br />
2 BHARAT BIJLEE LTD., INDIA<br />
3 ASEA BROWN BOVERI LTD., INDIA<br />
4 CROMPTON GREAVES LTD, INDIA<br />
5 MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA<br />
6 BHEL<br />
BPCL VENDORS(Motors LT Non FLP Type)<br />
7 Ramiey (only upto 25 HP)<br />
19 MOTORS L.V.- FLAMEPROOF & INCREASED SAFETY<br />
1 SIEMENS LTD.- (ONLY INCREASED SAFETY), INDIA<br />
2 BHARAT BIJLEE LTD., INDIA<br />
3 CROMPTON GREAVES LTD., INDIA<br />
4 ANSALDO, ITALY<br />
5 RAMIEY (ONLY UPTO 25 HP),<br />
6 MARATHON ELECTRIC MOTORS (INDIA) LTD. (FORMERLY ALSTOM LTD) , INDIA<br />
7 SIEMENS LTD., GERMANY<br />
8 CEMP, ITALY<br />
9 ABB, SWITZERLAND/ UK<br />
10 MITSUBISHI, JAPAN<br />
11 FUJI, JAPAN<br />
12 LOHER, GERMANY<br />
13 BHEL<br />
BPCL category (Motors LT FLP, Increased Safety and Non FLP Type)<br />
14 ABB - India<br />
20 MOTORS L.V.- FLAMEPROOF & GAS GROUP IIC<br />
1 CROMPTON GREAVES LTD., INDIA
2 SIEMENS , GERMANY<br />
3 VEM MOTORS, GERMANY<br />
4 LOHER, GERMANY<br />
5 CEMP, ITALY<br />
6 ABB, SWITZERLAND/ UK<br />
7 MITSUBISHI, JAPAN<br />
8 FUJI, JAPAN<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 40 of 56<br />
ELECTRICAL<br />
BPCL VENDORS(Motors LT FLP, Increased Safety and Non FLP Type)<br />
9 BHARAT BIJLEE<br />
10 BHEL<br />
11 SIEMENS INDIA<br />
12 ALSTOM INDIA (AREVA)<br />
13 ABB INDIA<br />
14 RAMIEY (ONLY UPTO 25 HP)<br />
21 SOFT STARTERS<br />
1 ROCKWELL AUTOMATION PVT LTD, INDIA<br />
2 ANSALDO ENERGIA SPA , ITALY<br />
3 SIEMENS AG, GERMANY<br />
4 ABB, INDIA<br />
5 ALSTOM, USA<br />
6 HITACHI, JAPAN<br />
7 TOSHIBA CORPORATION, INDIA/ JAPAN<br />
22 NEUTRAL GROUNDING RESISTORS<br />
1 S.R. NARKHEDE ENGG. PVT. LTD., INDIA<br />
2 AMP CONTROL EQUIPMENTS PVT. LTD., INDIA<br />
3 RSI INDIA LTD, INDIA<br />
4 RESITECH ELECTRICALS PVT. LTD. , INDIA<br />
5 NATIONAL SWITCHGEAR, INDIA<br />
6 BHARTIA INDUSTRIES, INDIA<br />
7 INDUSTRIES SYNDICATE, INDIA<br />
8 RSI Switchgear<br />
23 PUBLIC ADDRESS SYSTEM –FLAMEPROOF<br />
1 NEUMANN ELECTRONIC, THROUGH LARAON ENGG.PVT. LTD, GERMANY<br />
2 INDUSTRONIC (INDUSTRIE-ELECTRONIC GMBH & CO. KG) , GERMANY<br />
24 SWITCHGEAR L.V.- DRAWOUT TYPE (PCC/MCC/PMCC)<br />
1 SIEMENS LTD., INDIA<br />
2 LARSEN & TOUBRO LTD., INDIA<br />
3 GE POWER CONTROLS, INDIA<br />
4 SCHNEIDER , INDIA
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 41 of 56<br />
ELECTRICAL<br />
25 SWITCHGEAR H.V - 3.3KV TO 33KV – INDOOR TYPE<br />
1 SIEMENS LTD., INDIA<br />
2 ASEA BROWN BOVERI LTD. (ABB), INDIA<br />
3 AREVA T & D, INDIA<br />
4 BHEL, INDIA<br />
5 JYOTI, INDIA<br />
26 TRANSFORMERS POWER & DISTRIBUTION - BELOW 33 KV<br />
1 VOLTAMP TRANSFORMERS LTD, INDIA<br />
2 EMCO LTD., INDIA<br />
3 AREVA , INDIA<br />
4 BHARAT BIJLEE, INDIA<br />
5 CROMPTON, INDIA<br />
6 BHEL, INDIA<br />
27 TRANSFORMER LIGHTING – DRY TYPE<br />
1 VOLTAMP TRANSFORMERS LTD.- (RESIN IMPREGNATED), INDIA<br />
2 INDCOIL- (VARNISH IMPREGNATED), INDIA<br />
3 AUTOMATIC ELECTRIC LTD. , INDIA<br />
4 POWER CONTROL ENTERPRISES, INDIA<br />
BPCL category (Transformer Lighting (Upto 1 MVA))<br />
5 <strong>Bharat</strong> Bijlee<br />
6 Crompton Greaves<br />
7 EMCO<br />
8 Alstom India (Areva)<br />
28 UNINTERRUPTED POWER SUPPLY<br />
1 EMERSON NETWORK POWER (INDIA) PVT. LTD., INDIA<br />
2 GENERAL ELECTRIC, INDIA<br />
3 GUTOR, SWEDEN<br />
4 FUJI ELECTRIC , JAPAN<br />
29 VARIABLE FREQUENCY A.C. DRIVES<br />
1 SIEMENS, INDIA<br />
2 ALLEN BRADLEY (ROCKWELL AUTOMATION INDIA PVT. LTD.), INDIA<br />
3 YASKAWA, JAPAN MAKE THROUGH LARSEN & TOUBRO LTD, JAPAN<br />
4 ABB, INDIA<br />
30 CCTV<br />
1 SIEMENS , INDIA<br />
2 NELCO, INDIA<br />
3 TECHNOCRAT SECURITY SYSTEM, MUMBAI, INDIA<br />
4 ECIL, INDIA<br />
5 PHILIPS, INDIA
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
ELECTRICAL HEATERS<br />
31<br />
(VENDOR NAMES RECOMMENDED BY AXENS)<br />
1 VULCANIC, FRANCE<br />
2 CHROMALOX ETIREX, FRANCE<br />
3 EXHEAT LTD, UK<br />
32 CAPACITOR BANK<br />
1 UNIVERSAL CABLES, INDIA<br />
2 BHEL, INDIA<br />
ABB, INDIA<br />
3<br />
4 MADHAV CAPACITORS, INDIA<br />
SHREEM<br />
5<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 42 of 56<br />
ELECTRICAL<br />
33 ENERGY SAVER SYSTEM (LIGHTING TRANSFORMERS)<br />
1 PRITHVI TECHNOLOGIES PVT. LTD.<br />
2 BEBLEC (INDIA) PRIVATE LIMITED<br />
3 SCHNEIDER ELECTRIC INDIA PVT. LTD. (CONZERVE)<br />
34 CABLE TRAYS<br />
1 INDIANA CABLE TRAYS CORPORATION<br />
2 PROFAB ENGINEERS<br />
3 ANAND UDYOG<br />
4 METAL ALEMMS BOMBAY PVT. LTD.<br />
5 SUPERFAB ENGINEERS<br />
6 RAMAKANT METAL INDUSTRIES<br />
7 M.M. ENGINEERING WORKS<br />
8 GLOBE ELECTRICAL INDUSTRIES (FOR GI ONLY)<br />
35 CABLES – COMMUNICATION SYSTEM<br />
1 CMI LTD<br />
2 DELTON CABLES LTD<br />
3 KEI INDIA LTD<br />
4 RELIANCE ENGINEERS LTD<br />
5 VINDHYA TELELINKS LTD<br />
6 ELKAY TELELINKS LTD<br />
7 FINOLEX CABLES LTD<br />
8 RPG CABLES LTD<br />
9 USHA BELTRON LTD<br />
36 TELEPHONE SYSTEM<br />
1 SIEMENS LTD<br />
2 TATA TELECOM LTD<br />
3 BPL TELECOM LTD
37 HIGH LIGHT MAST<br />
1 BAJAJ<br />
2 LYSAUGHT<br />
3 AL-BABTAIN<br />
4 CU LIGHTING<br />
5 CROMPTON<br />
6 PHILIPS<br />
7 CHASMITHA ENGG, BARODA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 43 of 56<br />
ELECTRICAL<br />
38 INSTALLATION CONTRACTORS FOR CATHODIC PROTECTION SYSTEM<br />
1 CORROSION TECHNOLOGY SERVICES INDIA (P) LIMITED<br />
2 RAYCHEM RPG LIMITED, NEW DELHI<br />
3 CORRECTECH INTERNATIONAL PVT. LTD. - INDIA<br />
4 CORROSION CONTROL SERVICES PVT. LTD. - INDIA<br />
5 RAYCHEM - USA<br />
39 ISOLATORS / LOAD BREAK SWITCHES (HV INDOOR)<br />
1 DRIESCHER PANICKKERS SWITCHGEAR LTD - INDIA<br />
2 SIEMENS LTD - INDIA<br />
1 AIR FILTER REGULATORS<br />
INSTRUMENTATION<br />
1 PLACKA INSTUMENTS & CONTROLS (P) LTD., CHENNAI<br />
2 VELHAN HYDRAIR PVT. LTD., CHENNAI<br />
3 FISHER XOMOX<br />
4 HYDROPNEUMATICS., MUMBAI<br />
5 ODIN INDIA PVT. LTD., CHENNAI<br />
2 THERMO COUPLE EXTN. CABLES<br />
1 UNIVERSAL CABLES LTD.,MUMBAI<br />
2 ASSOCIATED FLEXIBLES AND WIRES (P) LTD. MUMBAI<br />
3 K E I INDUSTRIES LIMITED , ALWAR<br />
4 THERMOCABLES LTD. , MUMBAI<br />
5 UDAY PYROCABLES PVT. LTD., MUMBAI<br />
6 CORDS CABLE INDUSTRIES PVT. LTD., ALWAR<br />
3 INSTRUMENTATION CABLES<br />
1 ASSOCIATED FLEXIBLES AND WIRES (P) LTD<br />
2 K E I INDUSTRIES LIMITED<br />
3 UDAY PYROCABLES PVT. LTD., MUMBAI<br />
4 UNIVERSAL CABLES LTD., MUMBAI<br />
5 NICCO COPPORATION LTD., MUMBAI<br />
6 POLYCAB WIRES PVT. LTD., MUMBAI
7 RADIANT CABLES LTD., HYDERABAD.<br />
8 BROOKS CABLES WORKS., MUMBAI<br />
9 THERMOCABLES LTD. , MUMBAI<br />
4 FOUNDATION FIELDBUS CABLES<br />
1 BELDEN CABLES.<br />
2 HALUKABEL<br />
3 KERPEN CABLES<br />
4 LAPP CABLES<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
5 FOUNDATION FIELDBUS JUNCTION BOXES.<br />
1 P& F<br />
2 MTL<br />
6 COPPER TUBE<br />
1 ALCOBEX METALS(P) LTD<br />
2 RAJCO METAL INDUSTRIES PVT. LTD<br />
3 INDUSTRIAL TUBES<br />
4 MULTIMETALS LTD.<br />
8 UDEY PYROCABLES PVT. LTD., MUMBAI<br />
7 SS TUBES.<br />
1 RAJENDRA MECHANICAL INDUSTRIES LTD.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 44 of 56<br />
INSTRUMENTATION<br />
2 SANDVIK ASIA LIMITED (IMPORTED FOR HIGH PR, TEMP., & VIBRATION)<br />
3 RATNAMANI METALS & TUBES<br />
4 HEAVY METALS & TUBES, MEHSANA<br />
5 JINDAL SAW LTD.<br />
6 SAW PIPES LTD., NASHIK<br />
7 CHOKSI TUBE CO.<br />
8 ORIFICE PLATES & FLANGES<br />
1 BALIGA LIGHTING EQUIPMENTS LTD.<br />
2 MICRO PRECISION PRODUCTS PVT. LTD. HARYANA<br />
3 HYDROPNEUMATICS, MUMBAI<br />
4 GENERAL INSTRUMENT CONSORTIUM<br />
5 GURUNANAK ENGG. WORKS, KOTA RAJASTHAN<br />
6 INSTRUMENTATION LTD., MUMBAI<br />
7 MINCO INDIA PVT. LTD., GOA<br />
8 STAR-MECH CONTROLS (i) PVT. LTD., PUNE<br />
9 TEMP-TECH., MUMBAI<br />
9 TEMP. ELEMENTS, THERMOWELL<br />
1 GENRAL INSTRUMENTS CONSORTIUM<br />
2 TEMP-TECH<br />
3 PYROELECTRIC INSTRUMENTS GOA PVT. LTD.<br />
4 DETRIV INSTRUMENTS & ELECTRONICS LTD.
5 ALTOP CONTROLS<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
6 ELETRICAL & ELETRONICS CORPORATION<br />
7 AN INSTRUMENTS PVT. LTD.<br />
8 WAAREE INSTRUMENTS, MUMBAI<br />
9 WIKA INSTRUMENTS INDIA PVT. LTD.<br />
10 WALCHANDNAGAR INDUSTRIES<br />
11 ASHCROFT INDIA PVT. LTD.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 45 of 56<br />
INSTRUMENTATION<br />
10 FLEXIBLE THERMOCOUPLES (FOR REACTOR & REGENERATION BED TEMPERATURE)<br />
1 VULCANIC S. A. – FRANCE<br />
2 DAILY THERMETRICS – USA ( only for Unit #140-NHT)<br />
11 PLC FOR PACKAGE UNITS (ONLY IF SPECIFIED IN PACKAGE UNIT)<br />
1 ALLEN BRADLEY<br />
2 SIEMENS LTD.<br />
3 MODICON<br />
4 GE FANUC<br />
5 L & T (HIMA)<br />
12 PRESSURE GAUGES<br />
1 GENRAL INSTRUMENTS CONSORTIUM<br />
2 WIKA INSTRUMENTS INDIA PVT. LTD.<br />
3 PYRO ELECTRIC INSTRUMENTS INDIA PVT. LTD.<br />
4 A.N. INSTRUMENTS PVT. LTD.<br />
5 FORBES MARSHALL<br />
6 ASHCROFT INDIA PVT. LTD.<br />
7 WAREE INSTRUMENTS<br />
8 MANOMETER INDIA PVT. LTD.<br />
9 WALCHANDNAGAR INDUSTRIES LTD. (TIWAC DIV)<br />
13 SPECIAL THERMOCOUPLES ( FOR REACTOR & REGENERATOR SKIN THERMOCOUPLES)<br />
1 THERMOCOUPLE PRODUCTS CO.- USA<br />
2 TECHNOMATIC SPA - ITALY<br />
3 THERMO ELECTRIC - USA<br />
4 VULVANIC S.A.<br />
5 DAILY THERMETRICS<br />
6 GAYESCO<br />
BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)<br />
7 GENERAL INST. CORPN.<br />
PYRO ELECTRIC INSTRUMENTS GOA<br />
8<br />
TEMP-TECH<br />
9<br />
ALTOP CONTROLS<br />
10<br />
DETRIV INSTRUMENTATION & ELECTRO<br />
11<br />
ELECTRICAL & ELECTRONICS CORPN.<br />
12<br />
14 SPECIAL THERMOCOUPLES ( FOR HEATER SKIN THERMOCOUPLES)
1 THERMOCOUPLE PRODUCTS CO.- USA<br />
2 TECHNOMATIC SPA - ITALY<br />
3 THERMO ELECTRIC - USA<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 46 of 56<br />
INSTRUMENTATION<br />
4 PYROELECTRIC INSTRUMENTS GOA PVT. LTD. – INDIA (ONLY FOR HEATER SKIN)<br />
5 GENERAL INSTRUMENTS INDIA<br />
6 DETRIV INSTRUMENTS & ELECTRONICS INDIA<br />
7 VULVANIC S.A.<br />
8 DAILY THERMETRICS<br />
9 GAYESCO<br />
10<br />
11<br />
12<br />
BPCL CATEGORY (THERMOCOUPLE/THERMOWELL/RTD)<br />
TEMP-TECH<br />
ALTOP CONTROLS<br />
ELECTRICAL & ELECTRONICS CORPN.<br />
15 TEMP. GAUGES (BI METALLIC/ DIAL TYPE)<br />
1 GENRAL INSTRUMENTS CONSORTIUM<br />
2 WIKA INSTRUMENTS INDIA PVT. LTD.<br />
3 PYRO ELECTRIC INSTRUMENTS GOA PVT. LTD<br />
4 FORBES MARSHAL .<br />
5 TEMP-TECH<br />
6 ASHCROFT INDIA PVT. LTD.<br />
7 WAREE INSTRUMENT<br />
8 AN INSTRUMENTS PVT. LTD.<br />
16 ROTAMETER (GLASS TUBE & PURGE TYPE)<br />
1 EUREKA INDL. EQUIP (P) LTD<br />
2 INSTRUMENTATION ENGINEERS (P) LTD<br />
3 TRANSDUCERS & CONTROL PVT. LTD<br />
4 FORBES MARSHALL<br />
5 BROOKS INSTRUMENTS<br />
6 YOKOGAWA INDIA LTD.<br />
7 BLUE START LTD<br />
17 ROTAMETER (TRANSMITTERS)<br />
1 KROHNEMESSTECHNIC GHBM & CO. KG. GERMANY<br />
2 TRANSSDUCERS & CONTROL PVT LTD<br />
3 YOKOGAWA INDIA LTD., MUMBAI<br />
18 ROTAMETER (METAL TUBE)<br />
1 YOKOGAWA INDIA LTD.<br />
2 INSTRUMENTATION ENGINEERS (P) LTD<br />
3 KHRONE MARHALL.<br />
4 TRAC (TRANSDUCERS & CONTROL PVT. LTD), HYDERABAD<br />
5 BROOKS INSTRUMENTS., MUMBAI<br />
19 ROTAMETERS (LIQUID, GAS, HIGH TEMP. CORROSIVE HANDLING)
1 FLUIDYNE INSTRUMENTS PVT. LTD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
20 MANOMETERS (U TUBE WATER MANOMETER)<br />
1 FUIDYNE INSTRUMENTS PVT. LTD.<br />
21 GAUGE GLASSES (LEVEL GAUGES)<br />
1 BLISS ANAND PVT. LTD<br />
2 CHEMTROL ENGG (P) LTD<br />
3 LEVCON INSTRUMENTS PVT. LTD<br />
4 PROTOLINA INSTRUMENTS PVT. LTD.<br />
5 TECHNOMATIC INDIA PVT. LTD.<br />
6 HYDROPNEUMATICS., MUMBAI<br />
22 GAUGE GLASSES<br />
1 AMAR TRADING CO<br />
2 GUJARAT MILL STORES CO<br />
3 UNIKLILNGER LTD<br />
4 VINAYAK HARDWARE MART<br />
23 MAGNETIC LEVEL GAUGES<br />
1 CHEMTROLS INDUSTRIES LTD.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 47 of 56<br />
INSTRUMENTATION<br />
2 WIKA INSTRUMENTS INDIA PVT. LTD. (KSR KUEBLER)<br />
3 KROHNE MESS TECHNIC GMBH.<br />
4 MAGNETROL INTERNATIONAL NV.<br />
5 NHON KLINGAGE CO. LTD.<br />
24<br />
TANK LEVEL IND. – Vendors below are for SERVO type gauges. The same shall not be used in this<br />
project<br />
1 ENDRESS & HAUSER INDIA PVT. LTD.<br />
2 ENRAF B.V.-AV DELFT<br />
3 SAAB TANK CONTROL<br />
25 LEVEL SWITCHES (DISPLACER / FLOAT)<br />
1 TOKYO KEISO CO. LTD.<br />
2 SOR INC. USA<br />
3 MAGNETROLINTERNATIONAL N.V. BELGIUM<br />
4 CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)<br />
26 DISPLACER LEVEL TRANSMITTERS<br />
1 DRESSER MASONEILAN.<br />
2 FISHERROSEMOUNT PTE, SINGAPORE.<br />
3 MAGNETROL INTERNATIONAL INC.<br />
4 CHEMTROLS ENGG. PVT. LTD. (ECKHARD MAKE)<br />
27 PRESSURE SWITCHES<br />
1 CUSTOM CONTROL SENSOR INC.<br />
2 CHEMTROLS (UNITED CONTROL, USA MAKE)
3 SWITZER INSTRUMENTS LTD<br />
4 DRESSER INC.<br />
5 SHERMAN INTERNATIONAL PVT. LTD.<br />
6 DWYER (WAREE), MUMBAI<br />
7 ASHCROFT INDIA PVT. LTD.<br />
8 INDFOS IND. LTD.<br />
28 DRAFT GAUGES<br />
1 SWITZER INSTRUMENT LTD<br />
2 GENERAL INSTRUMENTS CONSORTIUM<br />
3 WAREE INSTRUMENTS<br />
4 AN INDUSTRIES PVT. LTD.<br />
29 HC DETECTOR PORTABLE<br />
1 JOSEPH LESLIE DRAGER.<br />
2 HONEYWELL LIFE SAFETY<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 48 of 56<br />
INSTRUMENTATION<br />
3 GENERAL MONITORS IRELAND LTD / CHEMTROLS<br />
4 TRITECH (RIKEN KEIKE)<br />
5 BW TECHNOLOGY<br />
30 HC / H2S / H2 DETECTOR<br />
1 DETECTOR ELECTRONICS CORPORATION<br />
2 JOSEPH LESLIE DRAGER.<br />
3 GENERAL MONITORS IRELAND LTD / CHEMTROLS<br />
4 HONEYWELL LIFE SAFETY<br />
5 DIETERICH STANDARDS<br />
31 JUNCTION BOXES AND CABLE GLANDS (FLAME PROOF)<br />
1 BALIGA LIGHTING EQUIPMENTS LTIMITED<br />
2 FLAMEPROOF EQUIPMENTS PVT. LTD<br />
3 SUDHIR SWITCHGEARS PVT. LTD<br />
4 CEAG FLAMEPROOF CONTROL GEARS (P) LTD<br />
5 FLEXPRO ELECTRICALS PVT. LTD.<br />
6 EX-PROTECTA<br />
7 FCG<br />
32 COMPRESSION FITTINGS ( BRASS FITTINGS FOR COPPER TUBE)<br />
1 ASTEC INSTRUMENTS PVT. LTD.<br />
2 FLUID CONTROL PVT LTD<br />
3 EXCELL HYDRO<br />
33 INSTRUMENT VALVES<br />
1 ASTEC INSTRUMENTS PVT. LTD<br />
2 EXCELL HYDRO PNEUMATICS PVT. LTD<br />
3 FLUID CONTROL<br />
4 BOMBAY FLUID SYSTEM COMPONENTS
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 49 of 56<br />
INSTRUMENTATION<br />
5 MAHESHWARI ENGG WORKS (PARKER, SWAGE LOCK ONLY)<br />
6 SUPER TECHNICAL INDIA PVT LTD<br />
7 PARKER HANNIFIN INDIA PVT LTD<br />
34 FITTINGS: SS TUBE FITTINGS (PROCESS IMPULDE LINES)<br />
1 SWAGELOK MAKE-(BOMBAY FLUID SYSTEM COMPONENTS (P) LTD)<br />
2 PARKER MAKE- (SUPER TECHNICAL (I) PVT. LTD.)<br />
35 CONTROL VALVES – (SPECIAL PURPOSE ONLY)<br />
1 FLOWSERVE<br />
2 ARCA REGLER GMBH, GERMANY<br />
3 DRESSER VALVES INDIA<br />
4 SAMSON AG, GERMANY<br />
5 SICAL YAMATAKA LTD<br />
6 HOPKINSONS LTD. UK<br />
7 MOTOYAMA ENGINEERING WORKS. TOKYO<br />
8 METSO AUTOMATION (NELES) , GURGAON<br />
9 NUOVO PIGNONE. ITELY<br />
10 TYCO<br />
11 INSTRUMENTATION LTD., PALAKKAD<br />
12 EMERSON PROCESS CONTROL, SINGAPORE<br />
36 CONTROL VALVES- GLOBE VALVES<br />
1 INSTRUMENTATION LTD. PALGHAT<br />
2 DRESSER VALVES INDIA LTD.<br />
3 FISHER SANMAR LTD.<br />
4 SAMSON CONTROL PVT. LTD.<br />
5 FLOWSERVE INDIA CONTROLS<br />
37 CONTROL VALVES- BUTTERFLY BODY<br />
1 FLOWSERVE PTE LTD. INDIA<br />
2 TYCO<br />
3 SAMSON AG, GERMANY.<br />
4 METSO<br />
38 CONTROL VALVES (ANGLE)( SPECIAL APPLICATION ONLY)<br />
1 SAMSON AG - GERMANY<br />
2 MOTOYAMA - JAPAN<br />
3 FLOWSERVE (SEREG-VANES) - FRANCE<br />
4 DRESSER PRODUCTS - FRANCE<br />
5 ARCA - GERMANY<br />
6 METSO AUTOMATION PTE LTD – SINGAPORE / INDIA<br />
39 ON –OFF VALVES (PLUG )( SPECIAL APPLICATION ONLY)<br />
1 DRESSER ITALIA - ITALY<br />
2 FLOWSERVE PTE. LTD - SINGAPORE
3 TUFLIN - USA<br />
4 SPX VALVES & CONTROLS<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 50 of 56<br />
INSTRUMENTATION<br />
40 CONTROL VALVE - BALL VALVES (INDIAN) – ON/OFF APPLICATION<br />
1 EL-O-MATIC (INDIA) PVT. LTD.<br />
2 VIRGO ENGINEERS LIMITED<br />
3 MICROFINISH VALVES LTD.<br />
4 BDK VALVES<br />
5 TYCO VALVES<br />
6 KOSO FLUID CONTROLS<br />
41 CONTROL VALVE - BALL VALVES (IMPORTED) - ON/OFF APPLICATION<br />
1 TYCO VALVES<br />
2 KOSO FLUID CONTROLS<br />
3 NUOVO VALVES<br />
4 WIER VALVES<br />
5 KITAMURA VALVES MANUFACTURING LTD<br />
6 METSO<br />
7 PIBIVIESSE SPA MILANO ITALY<br />
42 ON –OFF VALVES (GATE)(SPECIAL APPLICATION ONLY)<br />
1 HOPKINSONS LTD -<br />
2 COOPER CAMERON - SINGAPORE<br />
3 SPX VALVES & CONTROLS<br />
43 ROTARY PLUG CONTROL VALVE<br />
1 DRESSER VALVES INDIA<br />
2 FISHER SANMAR LTD<br />
3 INSTRUMENTATION LTD<br />
4 SAMSON CONTROLS PVT. LTD. (VETEC)<br />
44 CONTROL VALVE: SMART POITIONERS<br />
1 DRESSER VALVE INDIA PVT. LTD.<br />
2 FISHER SANMAR<br />
3 METSO (NELES AUTOMATION PTE LTD.)<br />
4 SIEMENS LTD.<br />
45 PRESSURE CONTROL VALVES (SELF ACTUATED)<br />
1 FISHER SANMAR LTD.<br />
2 FORBES MARSHALL<br />
3 SAMSON AG MESS-UND REGEL TECHNIK, GERMANY<br />
4 RICHARD INDUSTRIES (JORDAN VALVES)<br />
46 FIELD INSTRUMENTS ( PT/DP, TEMPERATURE TRANSMITTERS)<br />
1 FUJI ELECTRIC CORPN.<br />
2 EMERSION PROCESS MANAGEMENT
3 HONEYWELL AUTOMATION INDIA LTD<br />
4 YOKOGAWA INDIA LTD.<br />
5 ABB LTD. FARIDABAD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
47 FLOW ELEMENTS (VENTURI, FLOW NOZZLES)<br />
1 MICRO PRECISION PRODUCTS PVT LTD<br />
2 STAR MECH CONTOLS PVT. LTD<br />
3 DANIEL - USA<br />
48 AVERAGING PITOT TUBES<br />
1 TORBAR FLOWMETERS LTD.<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 51 of 56<br />
INSTRUMENTATION<br />
2 EMERSON PROCESS MANAGEMENT INDIA PVT LTD (DIETERICH STANDARD INC )<br />
3 STARMECH CONTROL INDIA PVT LTD<br />
4 TECHNOMATICS<br />
5 TOKYOKEISO CO. LTD<br />
6 BRANDT INSTRUMENTS INC<br />
7 AUXITROL S.A.<br />
8 VERIS INC<br />
49 MASS FLOW METERS<br />
1 EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.<br />
2 ENDRESS + HAUSER INDIA PVT. LTD.<br />
3 YOKOGAWA<br />
4 BOPP & REUTHER MESSTECHNIK GMBH<br />
5 RHEONKE MEGERATE GMBH<br />
6 BROOKS INSTRUMENTS<br />
50 VORTEX FLOW METER<br />
1 KROHNE MARSHAL LTD.<br />
2 YOKOGAWA ELECTRIC CORP (Other than High Temp. H2 Services)<br />
3 EMERSON<br />
4 ENDRESS AND HAUSER INDIA PVT. LTD.<br />
5 INVENSYS<br />
51 ULTRASONIC FLOW METER (FOR FLARE)<br />
1 PANAMETRIS LTD, IRELAND .<br />
2 GE SENSING (PANAMETRICS INC.)<br />
52 MAGNETIC FLOWMETERS<br />
1 ENDRESS & HAUSER (INDIA) PVT. LTD.<br />
2 FORBES MARSHALL LTD.<br />
3 YOKOGAWA INDIA LTD.<br />
4 EMERSON<br />
5 INVENSYS<br />
53 STACK ANALYSER SYSTEM (SOX, NOX, CO ANALYSER)
1 AMETEK- PTSBURGH, PA.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 52 of 56<br />
INSTRUMENTATION<br />
2 HORIBA INSTRUMENTS (S)PTE LTD. SINGAPORE.<br />
3 THERMO ENVIRONMENTAL INSTRUMENT- MUMBAI .<br />
4 MAIHAK AG -HAMBURG<br />
5 YOKOGAWA INDIA LTD.<br />
6 TELEDYNE INSTRUMENTS-USA<br />
54 NIR ANALYSER<br />
1 GUIDEDWAVE INC. - USA<br />
2 YOKOGAWA ELECTRICAL CORPORATION - JAPAN<br />
3 INVENSYS<br />
4 ABB AUTOMATION - UK<br />
5 HAMILTON SUNDSTRAND UG. - USA<br />
55 ASTM ANALYSER<br />
1 BENKE - GERMANY<br />
2 PRECISION SCIENTIFIC - USA<br />
3 ABB - UK<br />
4 BARTEC - GERMANY<br />
5 PAC - USA<br />
56 PH / CONDUCTIVITY ANALYSERS<br />
1 YOKOGAWA INDIA LIMITED.<br />
2 EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.<br />
3 ABB LTD.<br />
4 HORIBA INSTRUMENTS PVT. LTD.<br />
57 SULPHUR / H2S ANALYSER<br />
1 HOUSTON ATLAS INC. – KINGWOOD<br />
2 AMETEK - USA / EQUIVALENT IMPORTED<br />
3 METOREX INTERNATIONAL OY- FINLAND<br />
4 AZOMA (CHEMTROL, MUMBAI)<br />
5 THERMOFISHER<br />
6 ANTEK SOUTH YORKSHIRE<br />
7 THERMOELECTRIC CORPORATION<br />
8 BOVER (CHEMTROL)<br />
58 SPECIFIC GRAVITY ANALYSER<br />
1 SOLATRON - UK<br />
2 YOKOGAWA INDIA LTD. - INDIA / JAPAN<br />
3 EMERSON PROCESS MGT, SINGAPORE PTE. - SINGAPORE<br />
4 THERMOFISHER<br />
5 BOPP & REUTHER<br />
59 ANALYSERS OXYGEN (ZIRCONIA)<br />
1 ANALYZER INSTRUMENTS CO PVT. LTD. (FUJI – JAPAN)<br />
2 EMERSON PROCESSMANAGEMENT INDIA PVT. LTD
3 YOKOGAWA INDIA LTD.<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 53 of 56<br />
INSTRUMENTATION<br />
4 CHEMTROLS INDUSTRIES LIMITED (AMETEK - USA)<br />
60 ANALYSERS OXYGEN<br />
1 GE SENSING<br />
2 SIEMENS - GERMANY<br />
3 HARTMANN-BRAUN / ELSAG BAILEY - UK<br />
4 SERVOMAX INTERNATIONAL - UK<br />
61 H2 ANALYZERS<br />
1 HONEYWELL - USA<br />
2 SIEMENS - GERMANY<br />
3 EMERSON<br />
62 MOISTURE ANALYSER<br />
1 AMETEK - USA<br />
2 ARELCO - FRANCE<br />
3 ENDRESS & HAUSER - SWITZERLAND<br />
4 GE INDUSTRIAL SENSING – USA<br />
5 PANAMETRICS<br />
63 GAS CHROMATOGRAPH<br />
1 ABB AUTOMATION - UK/USA<br />
2 SIEMENS APPLIED AUTOMATION INC. - USA<br />
3 YOKAGAWA ELECTRIC CORPORATION - JAPAN<br />
4 FOXBRO, MUMBAI<br />
64 NUCLEONIC LEVEL INSTRUMENTS<br />
1 BERTHOLD - FRANCE<br />
65 RADAR TYPE LEVEL INSTRUMENS (STORAGE TANKS)<br />
1 ENRAF BV<br />
2 SAAB TANK CONTROL (SAAB MARINE ELECTRONICS AB) -<br />
66 RADAR LEVEL TRANSMITTER PROCESS VESSELS (INCL OF GUIDED WAVE RADAR )<br />
1 ENRAF B.V.<br />
2 ENDRESS + HAUSER<br />
3 MAGNETROL INTERNATIONAL INC.<br />
4 EMERSON PROCESS CONTROLS, MUMBAI<br />
5 WIKA (VEGA)<br />
67 I/P AND P/I CONVERTERS<br />
1 EMERSON PROCESS MANAGEMENT INDIA PVT. LTD.<br />
2 YOKOGAWA INDIA LTD.<br />
3 HONEYWELL AUTOMATION INDIA LTD.<br />
4 MTL INDIA PVT. LTD.
5 ABB LTD.<br />
6 YAMATAKE<br />
7 DRESSER PRODUCTS<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
68 ANTI SURGE / PERFORMANCE CONTROLLER<br />
1 CCC - USA<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 54 of 56<br />
INSTRUMENTATION<br />
69 SAFETY BARRIERS & MULTI CHANNEL FF TEMPERATURE TRANSNITTERS<br />
1 P & F<br />
2 MTL (5000 SERIES)<br />
3 STAHL, CHENNAI<br />
4 TURCK (FIELD BUS)<br />
70 SOLENOID VALVES<br />
1 ASCO<br />
2 HERION / NORGEN, INDIA<br />
71 VIBRATION MONITORING SYSTEM<br />
1 BENTLY NEVADA CORPORATION –(3500 Series) - MINDEN USA<br />
2 SHINKAWA (ONLY FOR PUMPS)<br />
72 FLAME SCANNER<br />
1 DIETERICH STANDARD INC- COLORADO<br />
2 E2 TECHNOLOGY CORPORATION- USA<br />
3 HONEYWELL AUTOMATION INDIA LTD<br />
4 DETRONICS, MINNEAPOLIS<br />
5 UVISOR, ITALY<br />
73 LOCAL CONTROL PANEL<br />
1 INDUSTRIAL CONTROLS & APPLIENCES<br />
2 PYROTECH ELECTRONICS PVT LTD<br />
3 ECIL HYDERABAD<br />
4 RITTAL.<br />
5 SUNLEET CONTROLS (ONLY FOR MODIFICATION)<br />
6 HONEYWELL AUTOMATION INDIA LTD.'<br />
7 YOKOGAWA INDIA LTD.<br />
74 ALARM ANNUNICATOR ( LOCAL PANEL ACCESSORIES)<br />
1 DIGICONT<br />
2 INDUSTRIAL INSTRUMENTS & CONTROLS<br />
3 PROCON INST. (P) LTD<br />
4 MTL INDIA PVT. LTD.<br />
5 ROCHESTER INSTRUMENTS SYSTEM LTD.<br />
6 IDECIZUMI<br />
75 TERMINAL BLOCKS
1 PHOENIX GERMANY<br />
2 WAGO<br />
76 MULTIPLE CABLE TRANSIT (MCT)<br />
1 BRATTBERG<br />
2 ROXTEC<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 55 of 56<br />
INSTRUMENTATION<br />
77 PRESSURE REDUCING & DE-SUPERHEATING SYSTEM.<br />
1 FORBES MARSHALL LTD.<br />
2 MAZADA LIMITED<br />
3 FISHER SANMAR LIMITED.<br />
4 SPX PROCESS EQUIPMENTS (COPES VULCAN)<br />
5 CCI<br />
78 ANALYZER SHELTERS.<br />
1 ABB INSTRUMENTATION UK.<br />
2 CHEMTROLS INDUSTRIES LTD.<br />
3 EMERSON PROCESS MANAGEMENT (I) PVT. LTD<br />
4 YOKOGAWA INDIA LTD<br />
79 SPECIAL GAS TIGHT VALVES<br />
1 PEROLO – FRANCE<br />
2 SEGAULT – FRANCE<br />
80 SPECIAL CATALYST TIGHT VALVES<br />
1 GUICHON VALVES – FRANCE<br />
81 CONTROLLER: INDICATING ( ELECTRONIC / RECORDER)<br />
1 CHINO-LAXSONS (INDIA) LIMITED<br />
2 HONEYWELL AUTOMATION INDIA LTD.<br />
3 YOKOGAWA INDIA LTD.<br />
82 LIMIT SWITCHES (PROXIMITY TYPE- IMPORTED)<br />
1 MTL<br />
2 P&F<br />
83 RELAYS (WITH LED)<br />
1 JYOTI<br />
2 OMRON JAPAN<br />
84 TURBINE FLOWMETER<br />
1 BROOKS INSTRUMENTS, USA<br />
2 EMERSON PROCESS CONTROL<br />
3 FMS SANMAR LTD<br />
4 KROHNE MARSHALL<br />
5 ROCKWIN
85 REGULATORS (GAS)<br />
1 INDIAN OXYGEN LTD<br />
2 SPAN GAS & EQUIPMENT PVT LTD<br />
3 SPECIALITY GAS CO PVT LTD<br />
86 SCANNER (TEMP. MONITORS)<br />
1 BENTLEY NAVADA CORPORATION<br />
2 HONEYWELL PVT LTD<br />
3 YOKOGAWA INDIA LTD<br />
VENDOR LIST<br />
FOR BOUGHT OUT ITEMS FOR<br />
FIRE FIGHTING SYSTEM<br />
CCR PROJECT<br />
BPCL<br />
UAN Page<br />
BPCL MUMBAI REFINERY 66-6509 56 of 56<br />
INSTRUMENTATION<br />
87 ANALYSERS CYLINDER PRESSURE REGULATORS<br />
1 HORNBILL EQUIPMENTS PVT LTD<br />
2 INDIAN OXYGEN LTD<br />
3 INOX AIR PRODUCTS LTD<br />
4 ESAB MUMBAI<br />
5 HYDROGAS MUMBAI<br />
88 ANALYSERS - GLC ANALYSER<br />
1 SIEMENS LTD (APPLIED AUTOMATION PVT LTD)<br />
2 FOXBORO MUMBAI<br />
3 YOKOGAWA ELECTRIC CORPORATION JAPAN<br />
89 OIL TRACE ANALYSER<br />
1 TELEDYNE ANALYTICAL INSTRUMENTS USA<br />
2 SERES ZI FRANCE<br />
3 BRISTOL BABCOCK LTD UK<br />
90 METHANE ANALYSER<br />
1 ABB<br />
2 SICK MAIHAK (CHEMTROLS)<br />
3 EMERSON<br />
4 SIEMENS<br />
91 ONLINE CORROSION MONITORING<br />
1 HONEYWELL AUTOMATION (INTERCORR, USA)<br />
2 MEKSUR ANALYTICAL SYSTEMS (ROHRBACK COSASCO, USA)
A company of<br />
ThyssenKrupp<br />
Technologies<br />
Uhde India<br />
APPENDIX-2 to <strong>Tender</strong> No. : <strong>U6509</strong> – <strong>3104</strong> / <strong>ABM</strong><br />
Technical Specifications for <strong>Fire</strong> <strong>Fighting</strong> System<br />
Doc. No. 6509-PI-EC-00007 Rev 01