22.01.2013 Views

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

SHOW MORE
SHOW LESS

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

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!