You are on page 1of 148

CRFQ 1000292029 E-Tender System ID – 31011

CPO REFINERIES

TENDER FOR

IMPLEMENTATION OF

ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS)

AT BPCL GROUP REFINERIES

REQUEST FOR QUOTATION

CRFQ Number – 1000292029


E-Tender System IDs : 31011

Tender Calendar Details


Stage Name Start Date End date and
Time
Tender release 08.11.2017 08.12.2017,
11:00 Hrs IST
Pre-bid meeting 21.11.2017, 10:00 Hrs IST.

PQ bid opening 08.12.2017, 11:30 Hrs IST -

Technical bid opening Will be intimated later -


Priced Bid Opening Will be intimated later -
CRFQ 1000292029 E-Tender System ID – 31011

NOTICE INVITING E-TENDER

IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM


(AIMS) AT BPCL GROUP REFINERIES

1.0 INTRODUCTION:

Bharat Petroleum Corporation Limited (BPCL), a MAHARATNA Company, has


been one of the leading petroleum refining and marketing company in India since its
inception in 1956.

Bharat Petroleum Corporation Limited (BPCL) has been using Asset Integrity
Management System (AIMS) through Meridium APM since 2009 at Kochi
Refinery (KR) and Mumbai Refinery (MR). This installation at Kochi and Mumbai
refineries includes processes for Mechanical integrity comprising of modules Risk
Based Inspection (RBI), Inspection Management (IM), Thickness Monitoring (TM)
and Asset Strategy comprising of Reliability Centered Maintenance (RCM), Failure
Modes and Effect Analysis (FMEA), Asset Strategy management (ASM) and Asset
Strategy Implementation (ASI). Additionally Reliability Analytics (RA) is
implemented in Kochi Refinery.

Meridium APM is also interfaced with SAP PM Module to exchange master data
and transactional data in the form of work history. The current, 3.4.2 HF2, of
Meridium APM is supplied by M/s Meridium, Inc, USA and over the last five years
the solution is customized and extended to many process units. During these
periods, Meridium has enhanced their product with additional functionalities,
features and incorporated work process approach in attaining the objectives of Asset
Performance Management (APM). This has tremendous potential in achieving a
robust reliability driven approach and with lot of emphasis in the analysis,
monitoring and score cards.

Asset Integrity Management system is not yet implemented at BORL and NRL.

BPCL Group Refineries now intends to upgrade and implement new solutions of
Meridium APM software version V4.2.0.8 or latest version at BPCL (MR & KR),
BORL and NRL.

2.0 E-TENDER:

E-Bids in 3 parts are invited for the tender for ‘IMPLEMENTATION OF ASSET
INTEGRITY MANAGEMENT SYSTEM (AIMS) AT BPCL GROUP
REFINERIES’ in complete accordance with tender documents and its attachments.

All prospective bidders are requested to enroll themselves in to our e-tendering


platform https://bpcleproc.in/ maintained by M/s. E-procurement Technologies Ltd,
our authorized Service Provider for E-tendering.
CRFQ 1000292029 E-Tender System ID – 31011

Upon logging in to the e-procurement website, bidders can download the bid
documents and shall thoroughly go through the same. All documents required for
the bid, shall be uploaded on the appropriate place in the E-Procurement web site,
digitally signed. No physical scanned documents need to be uploaded except those
specifically indicated.

As a pre-requisite for participation in the tender, bidders are required to


obtain a valid Digital Signature Certificate of Class 2B or Class 3 (Signing and
Encryption/Decryption) and above as per Indian IT Act from the licensed
Certifying Authorities operating under the Root Certifying Authority of India
(RCIA), Controller of Certifying Authorities (CCA). The cost of obtaining the
digital certificate shall be borne by the bidder.

Bidders are advised to read the Instructions for participating in the electronic tenders
directly through internet (Bid Submission Manuals are available on the above
mentioned e-procurement site) and get conversant with the process of online
submission of the tenders well in time so as to submit tenders by the due date.

E-Bidding instructions are also attached along with the tender document for
reference and guidance.

3.0 PRE-BID MEETING:

3.1 Pre-bid meeting is scheduled on 21st November 2017, 10:00 AM at BPCL Mumbai
Refinery. All interested bidders are requested to reach the site before 10:00 AM.
The purpose of the pre- bid meeting is to clarify any doubts of the Bidders on the
interpretation of the provisions of tender. Bidder(s) are requested to submit their
queries, mentioning firm name, clause no. & clause by a letter/ e-mail to the
Engineer-in-charge in order to have fruitful discussions during the meeting. All
Bidders are requested to acquaint themselves about the site and tender conditions for
better clarity, before submitting their bids. Necessary clarifications (if any), may be
obtained prior to submission of the bid.

3.2 Contact Persons:

Shri. N H Gosale, DGM Inspection, Mumbai Refinery, BPCL,


Tel No. 022 – 2553 3249. E mail: gosalenh@bharatpetroleum.in

Shri. K Rajashekar, GM Inspection, Mumbai Refinery, BPCL


Tel No. 022 – 25533245. E mail: rajashekark@bharatpetroleum.in

Bidders shall visit the location, at their own expense to see the site conditions before
quoting for the job. Bidders should contact Engineer-in-charge for getting
information required for visiting the site locations well in advance. Bidders to obtain
all the information required for executing the contract from site. No request will be
entertained on this count even if bidders choose not to visit. No claim what so ever
may be shall be entertained on this ground.
CRFQ 1000292029 E-Tender System ID – 31011

Bidders may submit the queries in following format (in excel):

Sr Tender Clause Clause Clause details Query


No Page No No

4.0 PRE-QUALIFICATION CRITERIA:

4.1 Bidders, fulfilling all the technical & commercial qualifying criteria as per the pre-
qualification document attached, shall only be considered for further evaluation of
bids.

5.0 EARNEST MONEY DEPOSIT (EMD) :

5.1. The interest-free Earnest Money Deposit (EMD) of Rs 1.00,000/- (Rupees One
Lakh Only) to be submitted by way of crossed account payee Demand Draft drawn
on any nationalized / scheduled bank in favour of "BHARAT PETROLEUM
CORPORATION LTD" payable at Mumbai. The EMD shall be arranged prior to
the due date & time of opening of the "Pre-qualification Bid".

The following categories of bidders are however exempted from depositing


EMD:

a) Units registered with National Small Industries Corporation (NSIC);


b) Units falling under Micro & Small Enterprises (MSEs) category and
registered with authorities specified under Public Procurement Policy for
MSEs and as defined under the MSMED Act 2006. Vendor shall submit the
EMI and EMII certificate from DIC along with their offer.

The above are subject to the fulfilling of under mentioned conditions:

a) Units should be registered with National Small Scale Industrial Corporation


Limited (NSIC) or with any of the Authorities specified under the Public
Procurement Policy for MSE’s. (DIC/KVIC/KVIB/Coir
Board/NSIC/Directorate of Handicrafts and Handloom or any other body
specified by Ministry of MSME.)
b) The Unit should be registered for the item tendered.
c) The monetary limit, if any, indicated in the registration certificate should cover
value of items ordered.
d) Registration Certificate is valid for a period at least up to validity of the offer.
e) Self-attested copy of valid relevant registration certificate should be submitted
in support.
f) Registration with DGS&D will not entitle a Tenderer to claim above
exemption.
g) Units registered with National Small Industries Corporation (NSIC) or MSE
subject to:
CRFQ 1000292029 E-Tender System ID – 31011

Such bidders must upload appropriate proof along with their "Technical Bid",
to show that they are eligible for the exemption from EMD (application for
registration as NSIC / MSE or for renewal will not be acceptable), failing
which such bid will be treated as bid received without EMD and liable to be
rejected.

h) All MSEs who are having Udyog Aadhaar Memorandum (UAM) shall be
given all benefits available under Public Procurement Policy for MSEs order
2012. Therefore, UAM shall also be accepted as a valid document for vendors
seeking benefits under PPP for MSEs order 2012

i) Registration with DGS&D will not entitle the Bidder to claim exemption from
payment of EMD.

5.2 “Earnest Money Deposit” (EMD), wherever applicable, shall be paid separately by
Demand Draft (DD) / Banker’s Cheque drawn in favour of Bharat Petroleum
Corporation Limited and payable at Mumbai, or by electronic funds transfer or bank
guarantee.

5.3 The Bank Guarantee in lieu of EMD shall be furnished on non-judicial stamp paper
of Rs. 500/- value and in the prescribed Performa given in the Tender Document.

5.4 Bank Guarantee (BG) shall be executed by any Scheduled Bank approved by
Reserve Bank of India as per the proforma. The BG shall remain valid for a period
of six months from the due date of opening the tender.

5.5 Original DD/ Banker's Cheque or BG as the case may be, towards EMD shall be
sent separately to CPO (Head), CPO-Refineries, BPCL. Copy the DD/ Banker's
cheque/ BG as the case may be, along with proof of dispatch to be uploaded along
with "Pre-qualification Bid". Bids without EMD are liable to be rejected.

5.6 EMD can be also submitted through electronic fund transfer to the Account as
detailed below;

Details of Bank for Electronic Fund Transfer:


Beneficiary-Bharat Petroleum Corporation Limited

Name of the Bank- Standard Chartered Bank, M G Road, Address-90, M G Road,


Fort, Mumbai-400 001,IFSC Code-SCBL0036001,MICR Code-400036002,Type of
Account-11(Current), Account No:22205020115.

5.7 EMD of other unsuccessful bidders shall be released after issuance of


FOA/LOA/contract Order against this tender. However, in case of successful bidder
the EMD shall be released on receipt of performance bank guarantee.

5.8 Forfeiture of EMD - A tenderer who has submitted their bid shall not be permitted
to alter/ amend or withdraw the bid, not withstanding that the bid(s) has/ have not
yet been opened/ finalized. A tenderer who purports to alter/ modify withdraw their
CRFQ 1000292029 E-Tender System ID – 31011

offer after submission, within the validity of the offer shall be liable to have their
offer rejected and their EMD forfeited/encashed.

5.9 The Earnest Money deposited by successful tenderer shall be forfeited if the
successful tenderer fails to honour the offer terms prior to ordering and Contractual
terms after issuance of FOA/LOA/contract Order.

5.10 Offers received without scan copy of EMD (DD/BG/Valid NSIC Certificate/Bank
transfer details) in the e-tender and physically not received within 7 days after “Pre-
qualification Bid” opening date (as indicated in the NIT or corrigendum thereof) are
liable to be rejected.

5.11 EMD shall be valid for a period of 6 (Six) Months from the due date and in
compliance with the terms provided in General Conditions of Contract (GCC) for
the same. EMD format provided in GCC shall be complied.

5.12 Additional instructions for Foreign Bidders

Foreign bidders can submit EMD in Euro or USD only. Details are as follows;

1. EMD amount (net) in USD / EURO shall be USD 1600 OR EURO 1500.
2. EMD shall be paid by BG or wire transfer.
3. In case of BG, the validity of BG shall be 90 days beyond the validity of the
offer for claim.
4. Bank Guarantee from foreign bank is acceptable only if the same is
countersigned by their Indian branches (provided the Indian branch of the
foreign bank is recognized Scheduled Bank by Reserve Bank of India) or
any Indian Scheduled Bank.

5. SWIFT Details are mentioned below;

a. For USD Account

Beneficiary
Name Bharat Petroleum Corporation Limited
Bank
Name Standard Chartered Bank
Branch
Address 90, M G Road, Fort, Mumbai-1
USD
Account no 22205032520
Swift Code SCBLINBBXXX
BSR Code 6470036
CRFQ 1000292029 E-Tender System ID – 31011

b. For Euro Account

Beneficiary
Name Bharat Petroleum Corporation Limited
Bank STATE BANK OF INDIA
Name
CORPORATE ACCOUNTS GROUP BRANCH,
VOLTAS HOUSE, 23, J N HEREDIA MARG,
Branch BALLARD ESTATE
Address MUMBAI - 400001, INDIA
EURO
Account no 00000011083986979
Swift Code SBININBB162

CURRENCY OF QUOTE

1. Foreign Bidders can quote in INR or USD or EURO only.


2. Currency once quoted shall not be allowed to change.
3. Foreign bidder to indicate the currency in UNPRICED BID as well as PRICE BID
and ensure that they quote the same currency in UNPRICE BID as well as PRICED
BID.
4. No discrepancy or ambiguity in quoted currency shall be allowed.
In case of any discrepancy or ambiguity in quoted currency, BPCL reserves the right
to discard the offer and not consider the offer for further evaluation.

6.0 OFFER VALIDITY:

The Offers shall be valid for a period of 180 days from Tender Due Date / Extended
Tender Due Date for placement of order.

7.0 TIME OF COMPLETION:

As detailed in the Scope of Work.

8.0 GENERAL PURCHASE CONDITIONS (GPC) / SPECIAL PURCHASE


CONDITIONS (SPC):

Attached GPC / SPC shall be applicable for this contract.


CRFQ 1000292029 E-Tender System ID – 31011

9.0 SUBMISSION OF TENDER:

9.1 Bids should be submitted in "THREE BID SYSTEM", i.e., "Pre-


Qualification Bid", "Unpriced-Technical Bid” & "Priced Bid" through e-
tendering portal.

9.2 "Pre-Qualification Bid" shall be complete with all the required documents
uploaded as given below.
(i) All required documents as per PQ criteria
(ii) Scan Copy of EMD (Demand draft/ Bank Guarantee/ Valid EMD
Exemption Certificate (if any).
(iii) Declaration of Holiday Listing to be submitted properly filled.
(iv) Bidder Information duly filled, signed and stamped.
(v) Scanned copy of Bidder’s PAN, GST Tax Registration Certificate
(vi) Integrity Pact Document duly filled, signed and stamped on each page
(vii) Any other supporting documents/ information in support of the bid.
(viii) For foreign bidders, Tax residency certificate.

9.3 "Un-Priced- Technical Bid", i.e. Techno-Commercial Bid, shall be


complete with all technical and commercial details (other than price) duly
filled, signed and stamped essentially containing the following documents
shall be submitted/ uploaded:-

i) Un-Priced Bid Format. Please do not indicate prices in Un-Price Bid.


ii) Details of taxes and duties as per the format attached.
iii) Acceptance, Compliance, Deviations and Exceptions: Bidders are requested
to have all their queries clarified before bidding. Bidders are required to
confirm and accept all the terms and conditions of the tender. However, if
they still have deviations to our tender, they can indicate deviations in the
‘Technical Deviation Form’ / ‘Commercial Deviation Form’, as the case
maybe, giving reference to clause no.
iv) Duly signed and stamped tender document as a token of acceptance.
v) Any other supporting documents/ information in support of the Un-priced
Bid.

9.4 "Priced Bid" shall be submitted online. Bidders shall input their prices online
in the template created in the E Tendering portal.

Indian Bidders shall submit Price Forms for Local Supply, Installation and
Commissioning Charges and AMC Charges.

Non-Indian Bidders (Foreign Bidders) shall submit Price Forms for Import
Supply, Installation and Commissioning Charges and AMC Charges.

9.5 Bids complete in all respects should be uploaded in BPCL e-tendering portal
on or before the due date & time. Each page of all documents, submitted by
the bidder, shall be duly signed & stamped, and then scanned and uploaded in
CRFQ 1000292029 E-Tender System ID – 31011

the portal. The offer shall be submitted in the Portal under the digital
signature of the bidder.

9.6 Offer submitted by Telex/ Telegraphic/ Fax/ E-Mail or Hard copy in sealed
covers, shall not be accepted.

9.7 BPCL shall not be responsible for any delay in uploading of offer.

10.0 TENDER OPENING:-

The deadline for bid submission is 11:00 Hrs on the due date mentioned. The
bids can be submitted in the e-procurement website upto the tender due date
and time. The Pre-qualification bids will be opened online through e-
procurement website https://bpcleproc.in, on the same day at 11.30 Hrs.

10.1 Pre-qualification Bids: The Pre-qualification bids shall be opened on the due
date mentioned at 11.30 Hrs. Bidders, who have submitted their bids, can
view/ witness the "Pre-qualification Bid" opening through the e-portal. The
offers of those bidder(s) whose offer meet the Prequalification requirements,
will only be considered for further evaluation, while those not meeting the
Pre-qualification criterion, will be not be considered for further evaluation.

10.2 Un-priced-Technical bids:- The Un-priced Technical Bids (Techno-


Commercial Bid) of those bidder(s), whose offers for "Pre-qualification Bid"
are found to be acceptable, will only be opened under advance intimation to
them. Such Qualified Bidders can view/ witness the "Un-priced Technical
Bid" opening through the e-portal.

10.3 Price bids:- The date and time of opening Price Bids shall be intimated
separately to the techno-commercially acceptable bidders and the price bids
shall be opened through e-portal. Such Techno-Commercially accepted
bidders can view/ witness the "Price Bids" opening through the e-portal.

11.0 METHODOLOGY FOR EVALUATION :

Price evaluation will be done overall landed cost basis as per the special conditions
of the contract provided.

Quoted prices in foreign currency shall be considered for evaluation. Exchange rate
as per SBI TT Selling rate on the previous working day to the day of opening of the
price bid shall be considered for conversion of the offer to INR for comparison and
evaluation of the quotes.
CRFQ 1000292029 E-Tender System ID – 31011

12.0 CONTACT PERSONS:

Please note that tender against tender enquiry is invited through e-tendering mode.
In case of any clarification regarding the tender, following are the contact persons:-

12.1 FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling


or while participating in this e-Tender, please E-Mail to the following E-Mail ID
along with the snapshots of the errors being faced to:

M/s E-procurement Technologies Ltd,

E Mail - support@bpcleproc.in / ajay.nandangi@eptl.in & with a copy to:


bhatepp@bharatpetroleum.in

(OR)

Contact the following helpdesk numbers:

Mr. Ajay Nandangi : Mobile 91 8433615195


All India +91 79 4027 0573

12.2 FOR TECHNICAL CLARIFICATIONS:

For any technical clarifications regarding this RFQ, please contact:

Shri. N H Gosale, DGM Inspection, Mumbai Refinery, BPCL,


Tel No. 022 – 2553 3249. E mail: gosalenh@bharatpetroleum.in

Shri. K Rajashekar, GM Inspection, Mumbai Refinery, BPCL


Tel No. 022 – 25533245. E mail: rajashekark@bharatpetroleum.in

12.3 FOR COMMERCIAL CLARIFICATIONS:

For any commercial clarifications regarding this RFQ, please contact:

Procurement Manager - Shri. P P Bhate, BPCL- Mumbai Refinery, Mahul, Mumbai,


Tel no. 022 - 25533010. Email: bhatepp@bharatpetroleum.in
(OR)
Procurement Leader - Shri. A.R.Menon, BPCL - Mumbai Refinery, Mahul,
Mumbai,
Tel no. 022 - 25533142. Email: menonar@bharatpetroleum.in

13.0 INTEGRITY PACT (IP):

13.1 Proforma of Integrity Pact (IP) shall be returned by the Bidder/s along with the bid
documents, duly signed by the same signatory who is authorized to sign the bid
CRFQ 1000292029 E-Tender System ID – 31011

documents. All the pages of the Integrity Pact shall be duly signed, scanned and
uploaded along with other documents. Bidder's failure to upload the IP duly signed
along with bid documents shall result in the bid not being considered for further
evaluation.

13.2 If the Bidder has been disqualified from the tender process prior to the award of the
contract in accordance with the provisions of the IP, BPCL shall be entitled to
demand and recover from Bidder Liquidated Damages amount by forfeiting the
EMD/ Bid Security as per provisions of IP.

13.3 If the contract has been terminated according to the provisions of the IP, or if BPCL
is entitled to terminate the contract according to the provisions of the IP, BPCL shall
be entitled to demand and recover from Contractor Liquidated Damages amount by
forfeiting the Security Deposit/Performance Bank Guarantee as per provisions of the
IP.

13.4 Bidders may raise disputes/complaints, if any, with the nominated Independent
External Monitors (IEM), appointed by Central Vigilance Commission (CVC). The
IEM's name, address & contact number is given below:

Shri. S.S.N. Moorthy Shri. Shantanu Consul

ADDRESS ADDRESS
GFQ, Ist Floor, B. Block, Summit No.9MCHS (IAS Officers Colony),
Apts. Mettupalayam Road, 16th Main, 5th C Cross, BTM 2nd
Coimbatore - 641 043 stage, Bangalore – 560 076
ssnm1950@yahoo.com shantanuconsul@gmail.com
Mob. 09500998610 Mob. 09740069318

14.0 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT:

"MOP&NG has notified the purchase preference (linked with local content) for the
procurement of goods and services under Oil & Gas Projects in India. Under this
Policy, the bidders are allowed to avail the purchase preference linked with attaining
the stipulated Local content.

Details of Purchase Preference Policy Linked with Local Content is attached.

15.0 GENERAL POINTS:

15.1. BPCL reserves the right to extend due dates of tender, accept or reject any tender in
part or full, without assigning any reason whatsoever. BPCL also reserves its right
not to accept the lowest rates quoted by the bidders and also to give purchase/price
preference to eligible Enterprises, as admissible under the existing policies of
Government of India and to JVs/ Subsidiaries as per BPCL guidelines.
CRFQ 1000292029 E-Tender System ID – 31011

15.2 COST OF BIDDING: The Bidder shall bear all costs associated with the preparation
and submission of Bid, all activities in connection with bidding. BPCL will in no
case be responsible or liable for these costs regardless of the conduct or outcome of
the bidding process. Each Bidder accept and agrees, as a condition of submitting its
Bid that it waives any and all claims against BPCL, its Co-ventures and their
affiliates, for remuneration or restitution relating to its costs and expenses in.

15.3 CONTENTS OF BIDDING DOCUMENT: The Bidder is expected to examine


carefully all instructions, conditions, forms and terms given in the Bidding
Documents. Failure to furnish all information required by the Bidding Document or
not responsive to the requirements of the Bidding Document will be at the Bidder’s
risk, and may result in rejection of the bid.

Amendment of Bidding document

BPCL may, for any reason either at their own initiative or in response to the
clarification requested by prospective bidders, issue amendment in the form of
addendum during the bidding period or subsequent to receiving the bids. Any
addendum thus issued shall become part of bidding document and Bidder shall
submit `Original' addendum duly signed and stamped in token of his acceptance. If
addendum is issued during the bidding period, Bidder shall consider the impact in
his bid. If addendum is issued subsequent to receiving the bids, Bidder shall follow
the instructions issued along with addendum with regard to submission of impact on
quoted price/ revised price, if any.

15.4 OWNER’S RIGHTS TO ACCEPT / REJECT ANY OR ALL BIDS: BPCL reserves
the right to reject any or all the tenders without assigning any reasons whatsoever.
Also BPCL reserves the absolute right to reject any or all the bids/tenders solely
based upon the past unsatisfactory performance by the bidder/bidders in BPCL, the
opinion/ decision of BPCL regarding the same being final and conclusive.

15.5 LANGUAGE OF BIDS: The bid prepared by the Bidder and all correspondence and
documents relating to the bid, exchanged by the Bidder and BPCL, shall be written
in the English language. All information in the “Bid” shall be in English language.
Information in any other language shall be accompanied with its translation in
English. Failure to comply with this condition shall disqualify a “BID”. In the event
of any contradictions between meanings as derived from various languages of the
“BID”, the meaning as derived from English language copy of the “BID” shall
govern.

15.6 CONFIDENTIALITY OF BID DOCUMENT: The bidder shall not disclose any
information contained in the bid document or otherwise supplied in connection with
this bid to any third party, except for the purpose of preparing its bid and shall
require any such third party to treat such information as confidential.

15.7 PROCESS TO BE CONFIDENTIAL: After the opening of bids, information


relating to the examination, clarification, evaluation and comparison of bids and
recommendations concerning to award of contract shall not be disclosed to Bidders.
Canvassing in any form by the Bidder or by any other Agency on behalf of the
CRFQ 1000292029 E-Tender System ID – 31011

Bidder after submission of the Bid may disqualify the said Bid. Any effort by a
Bidder to influence the owner in the process of examination, clarification,
evaluation and comparison of Bids, and in decisions concerning award of contract,
may also result in the rejection of the said Bid.

15.8 WRONG INFORMATION: If the Bidder deliberately gives wrong information in


his Bid to create circumstances for the acceptance of his Bid, Owner reserves the
right to reject such Bids without any reference to the Bidder.

15.9 VENDOR HOLIDAY LISTING : Vendors serving holiday listing order issued by
BPCL, MOP&NG or any other Oil PSEs would not get qualified in the tenders
floated in BPCL till the holiday listing order is revoked by the concerned authority
and the proof of such revocation is submitted to the tendering department.

A declaration to be submitted by bidder indicating that they are not on holiday list
by BPCL / MOP&NG or any other Oil PSEs as on due date of bid submission
anywhere in the country. Offers not accompanied with such declaration shall make
the bidders liable for rejection. Any wrong declaration in this context shall make the
bidders liable for action under the Holiday Listing procedure.

15.10 CLARIFICATIONS OF BIDS: As part of examination, evaluation and comparison


of Bids, the Owner may at his discretion, ask Bidders individually for clarification
or call them for discussion of their Bid.

For Techno-Commercial clarifications, bidders shall normally be given a cutoff date


for furnishing clarifications. Clarifications received after the specified cutoff dates
are liable not to be considered for evaluation. Technical Query (TQ)/Commercial
Query (CQ) shall be issued to bidders through E-Mail/E Tendering platform. Reply
of TQ/CQ shall also be received through E-Mail/E-Tendering platform.

15.11 SIGNING OF BID: The Bid must contain the name, designation, residence and
place of business of the person or persons submitting the Bid, and must be signed
and sealed by the Bidder with his usual signature. The names of all persons signing
should also be typed or printed below their signature.

Satisfactory evidence of authority of the person signing on behalf of the Bidder shall
be furnished with the Bid. The Bidder’s name stated in the Bid shall be the EXACT
LEGAL NAME OF FIRM / COMPANY / CORPORATION, etc. as registered or
incorporated.

15.12 FIRM PRICES : The Contract Price shall remain firm and fixed till the completion
of Work in all respects and no escalation in prices on any account shall be
admissible to the BIDDER / CONTRACTOR.

*********************
CRFQ 1000292029 E-Tender System ID – 31011

SECTION 2

ATTACHMENTS TO THE TENDER FOR


IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM
(AIMS) AT BPCL GROUP REFINERIES

Section Description
No
1 NOTICE INVITING E-TENDER

2 ATTACHMENTS TO THE TENDER

3 PRE-QUALIFICATION CRITERIA ALONG WITH ANNEXURE-I &


ANNEXURE II

4 INTEGRITY PACT AGREEMENT FORMAT

5 PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

6 SCOPE OF WORK, GENERAL TERMS AND CONDITIONS OF


CONTRACT AND SPECIAL CONDITIONS OF CONTRACT.

7 UNPRICED BID FORMAT

8 FORM A - FORMAT FOR TAXES AND DUTIES

9 FORM B – ACCEPTANCE -DEVIATION FORM

10 E-BIDDING INSTRUCTIONS

11 FORMAT FOR BIDDER’S INFORMATION

12 PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT

13 VENDOR ADVISORY – ENVIRONMENTAL

14 QEHS POLICY

15 POLICY OF HOLIDAY LISTING OF VENDORS IN BPCL


CRFQ 1000292029 E-Tender System ID – 31011

SECTION-3

PRE-QUALIFICATION CRITERIA
CRFQ 1000292029 E-Tender System ID – 31011

PRE-QUALIFICATION CRITERIA

The bidders who intend to participate in the tendering process shall meet all the following
minimum pre-qualification criteria – technical and commercial and only such bidders shall
be pre-qualified for further evaluation.

1.1 TECHNICAL CRITERIA

1.1.1 Bidder shall be authorized implementation partner of software supplier M/s. GE


Oil & Gas India Pvt. Ltd. for Meridium APM solution. Bidder who submits the
Manufacturers Authorization Form (MAF) or letter stating bidder is authorized
implementation partner from M/s. GE Oil & Gas for Meridium APM software
shall be considered as authorized implementation partner.

1.1.2 Bidder, during past 7 (seven) years, to be counted prior to bid due date, should
have upgraded Meridium APM software version 3.4 to 3.6 or higher version OR
implemented Meridium version 3.6 or higher, at least at one site in Petroleum
Refining or Petrochemical industry. For this, bidder should submit the
documentary evidence in the form of the following.

Completion certificate in original from the implementation site on letter head of


client specifying the details of software, work carried out including version of
upgrade or implementation.

1.1.3 Bidder should have an established support center in India to carry out
implementation work and support post implementation and stabilization period.
Bidder has to submit the list of support centers available in India. If bidder does
not have the support center in India, bidder has to ensure that the support center is
established in India within three months after purchase order is placed. In the
event of failure to comply with this requirement by the bidder, then, BPCL shall
have the right to cancel the purchase order. The bidder shall reply confirming this
clause giving the required details.

1.1.4 The Bidder shall not be on the Holiday List of BPCL/ MOP&NG/any other Oil
PSEs and shall submit the declaration for the same (Annexure I).

1.2 FINANCIAL CRITERIA

1.2.1 Annual Turnover


Bidder must have average annual financial turnover of at least Rs. 690 lakhs
during the immediate preceding three financial years ending 31st March 2017.
CRFQ 1000292029 E-Tender System ID – 31011

1.2.2 Networth
Financial net worth of the bidder for financial year ending on 31st March 2017
shall be positive.

Note to the Bidders:

a) Bidder should provide Copies of agreement, Purchase Orders and agreements for
post sales service, client references to prove the technical Pre-qualification criteria
specified above. Bidder shall submit all relevant documents of their proven track
records and satisfactory performance by giving detailed reference (e-mail address/
contact details) of end user(s). Owner shall have the right to obtain feedback directly
from any or all end user(s) about bidder’s performance at their location.
b) Bidder should ensure submission of complete information/ documentation in the
first instance itself. Qualification may be completed based on the details so
furnished without seeking any subsequent additional information.
c) Exchange rate for foreign currency conversion to Indian rupees shall be considered
as per the TT selling rate published by The State Bank of India on the previous day
of opening of the Pre-Qualification bid for PQ criteria evaluation.

Documents to be submitted:
a) Company profile indicating organization structure of bidding entity.
b) Audited Profit and Loss statement and Balance sheet for the immediately preceding
three financial years. Further, for bidders who have not finalized their books of
account for the financial year ending on 31st March 2017, evaluation of these
criteria would be done based on immediately preceding three financial year(s)
ending 31st March 2016.
c) Vendor / Bidder to submit Purchase Order copies along with job completion
certificates and executed order value for the qualifying works.
d) Health, Safety and Environment Management (HSE) Policy.
e) Declaration of holiday listing.
f) Submission of details of specific experience as called for in the Pre-Qualification
Criteria (Annexure-II).
CRFQ 1000292029 E-Tender System ID – 31011

ANNEXURE - I

PROFORMA OF DECLARATION OF HOLIDAY LISTING

In the case of a Proprietary Concern:

I hereby declare that neither I in the name of my Proprietary concern M/s. _____________
which is submitting the accompanying Bid / Tender nor any other concern in which I am a
proprietor nor in any partnership firm in which I am involved as a Managing Partner have
been placed on holiday list declared by Bharat Petroleum Corporation
Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(Here given particulars of holiday listing and in absence thereof state “NIL”).

In the case of a Partnership Firm

We hereby declare that neither we, M/s. __________________ submitting the


accompanying Bid / Tender nor any partner involved in the management of the said firm
either in his individual capacity or as proprietor of any firm or concern have or has been
placed on holiday list declared by Bharat Petroleum Corporation Limited/MOP&NG/any
other Oil PSEs, except as indicated below:

(Here given particulars of holiday listing and in absence thereof state “NIL”).

In the case of Company

We hereby declared that we have not been placed on any holiday list declared by Bharat
Petroleum Corporation Limited/MOP&NG/any other Oil PSEs, except as indicated below:

(Here given particulars of holiday listing and in absence thereof state “NIL”).

It is understood that if this declaration is found to be false in any particular, Bharat


Petroleum Corporation Limited shall have the right to reject my / our bid, and, if the bid has
resulted in a contract, the contract is liable to be terminated.

Place: ____________ Signature of the Bidder______________

Date: ____________ Name of the Signatory_______________


CRFQ 1000292029 E-Tender System ID – 31011

Annexure II

Submission of documents for specific experience as called for in the PQ criteria

Submission of authentic documents is the prime responsibility of the bidder. Wherever


BPCL has concern or apprehensions regarding the authenticity/correctness of any
document, BPCL reserve the right to get the documents cross-verified from the document
issuing authority.

All documents furnished by the Bidder in support of meeting the BQC including the
documents against MSE, if any, shall be signed and stamped by the bid signatory and shall
be:

EITHER

“duly certified by Statutory Auditor of the bidder or a practicing Chartered Accountant (not
being an employee / Director and not having any interest in the bidder’s company) where
audited accounts are not mandatory as per law (in line with the present system)”

OR

“Bidder shall submit documents duly notarized by any notary public in the bidder’s country
or certified true copies duly signed, dated and stamped by an official authorized for this
purpose in Indian Embassy/ High Commission in Bidder’s country.”

OR

“Bidder shall submit self-certified documents in original from any one out of CEO or CFO
or Company Secretary of the bidder (Limited company only) along with Self-Certification
as per Form-A attached in Bidding Document. This option shall not be applicable to
Proprietorship/ Partnership firms.”

Requirement of above certification shall not be applicable to published audited annual


financial statements in English, if original booklets are submitted.

In the event of submission of any document/ certificate by the bidder in a language other
than English, the bidder shall get the same translated into English and submit the same after
getting the translation duly authenticated by local Chamber of Commerce of bidder’s
country.”

All the certified documentation against BQC (including the documents against MSE) shall
be uploaded by the bidder on BPCL e-tendering website along with the e-bid.

Bidder should ensure submission of complete information/documentation in the first


instance itself, in support of their fulfilling the qualification/eligibility criteria. BPCL
reserve the right to complete the evaluation based on the details furnished without seeking
any additional information. Subsequent to the submission of bid, bidders are not allowed to
change the price or substance of the bid.
CRFQ 1000292029 E-Tender System ID – 31011

------------------------------------------------------------------------------------------------------------

Form-A

SELF-CERTIFICATION

I, _____________________ S/o/D/o of _________________________________, working


as CEO/CFO/Company Secretary (indicate, as applicable) of the Company
_______________________________ having its registered office at
_________________________________________________________ certify that all the
details including documents pertaining to Bidder Qualification Criteria signed by
undersigned vide our offer reference ___________________ against your Enquiry
document ______________________________________, are true, authentic, genuine and
exact copy of its original.

It is certified that none of the documents are false/forged or fabricated. All the documents
submitted has been made having full knowledge of (i) the provisions of the Indian laws in
respect of offences including, but not limited to those pertaining to criminal breach of trust,
cheating and fraud and (ii) provisions of bidding conditions which entitle the BPCL to
initiate action in the event of such declaration turning out to be a misrepresentation or false
representation.

I further certify that further documents, if any, required to be submitted by our company,
shall be submitted under my knowledge and those documents shall also be true, authentic,
genuine, exact copy of its original and shall not be false/forged or fabricated.

Signature of authorized representative


CRFQ 1000292029 E-Tender System ID – 31011

SECTION-4

INTEGRITY PACT
CRFQ 1000292029 E-Tender System ID – 31011

INTEGRITY PACT

Between

Bharat Petroleum Corporation Limited (BPCL) hereinafter referred to as "The


Principal", And

……………………………………………………………………………………………..her
einafter referred to as "The Bidder/ Contractor/ Supplier".

Preamble

The Principal intends to award, under laid down organization procedures, contract/s for
‘IMPLEMENTATION OF ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS)
AT BPCL GROUP REFINERIES’. The Principal values full compliance with all relevant
laws and regulations, and the principles of economic use of resources, and of fairness and
transparency in its relations with its Bidder/s, Contractor/s and Supplier/s.

In order to achieve these goals, the Principal cooperates with the renowned
international Non-Governmental Organisation "Transparency International" (TI).
Following TI's national and international experience, the Principal will appoint an
Independent External Monitor who will monitor the tender process and the execution
of the contract for compliance with the principles mentioned above.

Section 1 - Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following principles:

a) No employee of the Principal, personally or through family members, will in


connection with the tender, or the execution of the contract, demand, take a
promise for or accept, for himself/ herself or third person, any material or
immaterial benefit which he/she is not legally entitled to.

b) The Principal will, during the tender process, treat all Bidders with equity
and reason. The Principal will, in particular, before and during the tender
process, provide to all Bidders the same information and will not provide to
any Bidder confidential/ additional information through which the Bidder
could obtain an advantage in relation to the tender process or the contract
execution.

c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is
a criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
CRFQ 1000292029 E-Tender System ID – 31011

substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder/ Contractor/ Supplier

(1) The Bidder/ Contractor/ Supplier commits itself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.

a) The Bidder/ Contractor/ Supplier will not, directly or through any other
person or firm, offer, promise or give to any of the Principal's employees
involved in the tender process or the execution of the contract or to any third
person, any 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 process or during the execution of the contract.

b) The Bidder/ Contractor/ Supplier will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelisation in the bidding process.

c) The Bidder/ Contractor/ Supplier will not commit any offence under the
relevant Anti-Corruption Laws of India; further the Bidder/ Contractor/
Supplier will not use improperly, for purposes of competition or personal
gain, or pass on to others, any information or document provided by the
Principal as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or
transmitted electronically.

d) The Bidder/ Contractor/ Supplier will, when presenting his bid, disclose any
and all payments he has made, is committed to, or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
contract.

(2) The Bidder/ Contractor/ Supplier will not instigate third persons to commit offences
outlined above or be an accessory to such offences.

Section 3 - Disqualification from Tender Process and Exclusion from Future Contracts

If the Bidder, before contract award, has committed a transgression through a


violation of Section 2 or in any other form such as to put his reliability or credibility as
Bidder into question, the Principal is entitled to disqualify the Bidder from the tender
process or to terminate the contract, if already signed, for such reason.
CRFQ 1000292029 E-Tender System ID – 31011

(1) If the Bidder/ Contractor/ Supplier has committed a transgression through a


violation of Section 2 such as to put his reliability or credibility into question, the
Principal is also entitled to exclude the Bidder/ Contractor/ Supplier from future
contract award processes. The imposition and duration of the exclusion will be
determined by the severity of the transgression. The severity will be determined by
the circumstances of the case, in particular the number of transgressions, the
position of the transgressors within the company hierarchy of the Bidder and the
amount of the damage. The exclusion will be imposed for a minimum of 6 months
and maximum of 3 years.

(2) A transgression is considered to have occurred if the Principal after due


consideration of the available evidences, concludes that no reasonable doubt is
possible.

(3) The Bidder accepts and undertakes to respect and uphold the Principal's absolute
right to resort to and impose such exclusion and further accepts and undertakes not
to challenge or question such exclusion on any ground, including the lack of any
hearing before the decision to resort to such exclusion is taken. This undertaking is
given freely and after obtaining independent legal advice.

(4) If the Bidder/ Contractor/ Supplier can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system, the
Principal may revoke the exclusion prematurely.

Section 4 - Compensation for Damages

(1) If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover from
the Bidder 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 entitled to terminate the contract according to Section 3, the Principal shall be
entitled to demand and recover from the Contractor/ Supplier liquidated damages
equivalent to Security Deposit/ Performance Bank Guarantee.
(3) The Bidder agrees and undertakes to pay the said amounts without protest or demur
subject only to condition that if the Bidder/ Contractor/ Supplier can prove and
establish that the exclusion of the Bidder from the tender process or the termination
of the contract after the contract award has caused no damage or less damage than
the amount of the liquidated damages, the Bidder/ Contractor/ Supplier shall
compensate the Principal only to the extent of the damage in the amount proved.

Section 5 - Previous Transgression

(1) The Bidder declares that no previous transgression occurred in the last 3 years with
any other Company in any country conforming to the TI approach or with any other
Public Sector Enterprise in India that could justify his exclusion from the tender
process.
CRFQ 1000292029 E-Tender System ID – 31011

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such
reason.

Section 6 - Equal treatment of all Bidders/ Contractors/ Suppliers/Subcontractors

(1) The Bidder/ Contractor/ Supplier undertakes to demand from all subcontractors a
commitment in conformity with this Integrity Pact, and to submit it to the Principal
before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders, Contractors/ Suppliers and Subcontractors.

(3) The Principal will disqualify from the tender process all Bidders who do not sign
this Pact or violate its provisions.

Section 7 - Punitive Action Against Violating Bidders/ Contractors/Suppliers/


Subcontractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor, Supplier or


Subcontractor, or of an employee or a representative or an associate of a Bidder,
Contractor, Supplier or Subcontractor which constitutes corruption, or if the
Principal has substantive suspicion in this regard, the Principal will inform the
Vigilance Office.

Section 8 - Independent External Monitors

(1) The Principal has appointed competent and credible Independent External Monitors
for this Pact. The task of the Monitor is to review independently and objectively,
whether and to what extent the parties comply with the obligations under this
agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of
the Board of the Principal.

(3) The Bidder/ Contractor/ Supplier accepts that the Monitor has the right to access
without restriction to all Project documentation of the Principal including that
provided by the Bidder/ Contractor/ Supplier. The Bidder/ Contractor/ Supplier will
also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to this project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat
the information and documents of the Bidder/ Contractor/ Supplier/ Subcontractor
with confidentially.
CRFQ 1000292029 E-Tender System ID – 31011

(4) The Principal will provide to the Monitor sufficient information about all meetings
among the parties related to the Project provided such meetings could have an
impact on the contractual relations between the Principal and the Bidder/
Contractor/ Supplier. The parties offer to the Monitor the option to participate in
such meetings.

(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement,
he will so inform the Management of the Principal and request the Management to
discontinue or heal the violation, or to take other relevant action. The Monitor can in
this regard submit non-binding recommendation. Beyond this, the Monitor has no
right to demand from the parties that they act in a specific manner, refrain from
action or tolerate action. However, the Independent External Monitor shall give an
opportunity to the Bidder/ Contractor/ Supplier to present its case before making its
recommendations to the Principal.

(6) The Monitor will submit a written report to the Chairperson of the Board of the
Principal within 8 to 10 weeks from the date of reference or intimation to him by the
'Principal' and, should the occasion arise, submit proposals for correcting
problematic situations.

(7) If the Monitor has reported to the Chairperson of the Board a substantiated
suspicion of an offence under relevant Anti-Corruption Laws of India, and the
Chairperson has not, within reasonable time, taken visible action to proceed against
such offence or reported it to the Vigilance Office, the Monitor may also transmit
this information directly to the Central Vigilance Commissioner, Government of
India.

(8) The word 'Monitor' would include both singular and plural.

Section 9 - Pact Duration

This Pact begins when both parties have legally signed it. It expires for the Contractor/
Supplier 12 months after the last payment under the respective contract, and for all other
Bidders 6 months after the contract has been awarded.

If any claim is made/ lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this pact as specified above, unless it is discharged/
determined by Chairperson of the Principal.

Section 10 - Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction
is the Registered Office of the Principal, i.e. Mumbai. The Arbitration clause
provided in the main tender document/ contract shall not be applicable for any
issue/ dispute arising under Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in writing.
Side agreements have not been made.
CRFQ 1000292029 E-Tender System ID – 31011

(3) If the Bidder/ Contractor/ Supplier is a partnership or a consortium, this agreement


must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

PP Bhate
Manager – CPO (R)
……………………… ……………………………
For the Principal For the Bidder/ Contractor/
Supplier

Place: Mumbai Witness 1 : ………………


(Signature/Name/Address)

Date : 07.11.2017 Witness 2 : ………………


(Signature/Name/Address)
CRFQ 1000292029 E-Tender System ID – 31011

SECTION-5

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT


CRFQ 1000292029 E-Tender System ID – 31011

PROFORMA OF BANK GUARANTEE for EARNEST MONEY /INITIAL/ FULL


SECURITY DEPOSIT
(On non-judicial paper of appropriate value)

To
Bharat Petroleum Corporation Ltd.
(CPO) Refineries
Mumbai Refinery, Mahul
MUMBAI 400074

Dear Sirs,

M/s._____________________________________________________ (hereinafter referred


as "BIDDER"/"CONTRACTOR") (Bidder's / Contractor's name and address) have taken
tender for the WORK of _____________________________________(Name of Work) for
Bharat Petroleum Corporation Limited, with registered office in Bharat Bhavan, 4 & 6
Currimbhoy Road, Ballard Estate, Mumbai, India and having Refinery at ... (Mumbai /
Kochi as the case maybe) (hereinafter referred as "OWNER").

The tender conditions provide that the BIDDER / CONTRACTOR shall pay a sum of Rs.
____ (Rupees ) _________________________ as earnest money /initial/ full security
deposit in the form therein mentioned .

The form of payment of earnest money / initial / full security deposit includes guarantee
executed by schedule "A" Bank, undertaking full responsibility to indemnify OWNER in
case of default. The said BIDDER/CONTRACTOR have approached us and at their
request and in consideration of the premises, we ___________________(Bank's name)
having our office at____________________________ ( hereinafter referred as
"GUARANTOR') have agreed to give such guarantee as hereinafter mentioned.

1. GUARANTOR hereby undertake and agree that if default shall be made by


BIDDER / CONTRACTOR in performing any of the terms and conditions of the
tender, GUARANTOR do hereby irrevocably bind themselves and undertake to
pay the OWNER on first demand in writing by OWNER without protest or demur
or proof or condition and without reference to the BIDDER / CONTRACTOR, the
said amount of Rs. _______________ (Rupees ________________________).

2. OWNER will have the full liberty without reference to GUARANTOR and
without effecting this guarantee to postpone for any time or from time to time the
exercise of any of the powers and rights conferred on OWNER under the tender
with the said BIDDER/CONTRACTOR and to enforce or to forbear from
endorsing any powers or rights or by reason of time being given to the said
BIDDER / CONTRACTOR which under law relating to the sureties would but for
provision have the effect of releasing the GUARANTOR.
CRFQ 1000292029 E-Tender System ID – 31011

3. OWNER will have the right to recover the said sum of Rs.
________________(Rupees ________________________________________)
from
GUARANTOR in manner aforesaid and such rights will not be affected or
suspended by reason of the fact that any dispute or disputes have been raised by
the said BIDDER / CONTRACTOR and or that any dispute or disputes are
pending before any officer, tribunal or court.

4. The guarantee herein contained shall not be determined or affected by the


liquidation or winding up, dissolution or change of constitution or insolvency of
the said ___________________ (Bidder's / Contractor's Name).

5. __________________________________________ GUARANTOR'S
liability under this guarantee is restricted to Rs. ______________(Rupees
__________________________). This guarantee shall remain in force until
______________ unless a demand (3 months beyond bid validity) under guarantee
is made against GUARANTOR within the aforesaid date, in which event the
validity of this bank guarantee shall automatically be extended for another 3
(three) months, all rights under the said guarantee shall be forfeited and
GUARANTOR shall be relieved and discharged from all liabilities thereunder.

6. GUARANTOR have power to issue this guarantee in your favour under


Memorandum and Articles of Association and the undersigned has full power to do
under the Power of Attorney dated _________________ granted to him by the Bank.

Yours faithfully,

_______________________________________ Bank
by its Constituted Attorney.

Signature of a person duly authorized to


Sign on behalf of the bank.

NOTE: In case of earnest money, BIDDER shall be applicable and in case of initial/
full security deposit, CONTRACTOR shall be applicable.
CRFQ 1000292029 E-Tender System ID – 31011

SECTION- 6

SCOPE OF WORK, GENERAL TERMS AND CONDITIONS AND SPECIAL


CONDITIONS OF CONTRACT
CRFQ 1000292029 E-tender System ID : 31011

BPCL GROUP REFINERIES

ASSET INTEGRITY MANAGEMENT


SYSTEM

THIS DOCUMENT COMPRISES OF TECHNICAL AND FUNCTIONAL SCOPE OF WORK FOR


IMPLIMENTATION OF AIMS UPGRADATION AT BPCL (MR & KR), BORL AND NRL
CRFQ 1000292029 E-tender System ID : 31011

INDEX
TENDER DOCUMENT INDEX

Sr. Page
Description
No. No.
1 Introduction 3

2 Annexure 1 – Scope of work for BPCL MR & KR 4

3 Annexure 2 – Scope of work for BORL 24

4 Annexure 3 – Scope of work for NRL 46

5 Annexure A – Implementation landscape for MR & KR 67

6 Annexure A1 – Implementation landscape for BORL 68

7 Annexure A2– Implementation landscape for NRL 69

8 Annexure B – Modules to be implemented for MR & KR 70

9 Annexure B1 – Modules to be implemented for BORL 71

10 Annexure B2 – Modules to be implemented for NRL 72

11 Annexure C – Configure the fields and email alerts 73


Annexure D – List of equipment in HGU and HCU-DHDT
12 74
complex at BORL
13 Annexure E – Schedule of Quantities / Rates 79
CRFQ 1000292029 E-tender System ID : 31011

INTRODUCTION:

Bharat Petroleum Corporation Limited (BPCL) has been using Asset Integrity
Management System (AIMS) through Meridium APM since 2009 at Kochi Refinery
(KR) and Mumbai Refinery (MR). This installation at Kochi and Mumbai refineries
includes processes for Mechanical integrity comprising of modules Risk Based
Inspection (RBI), Inspection Management (IM), Thickness Monitoring (TM) and Asset
Strategy comprising of Reliability Centered Maintenance (RCM), Failure Modes and
Effect Analysis (FMEA), Asset Strategy management (ASM) and Asset Strategy
Implementation (ASI). Additionally Reliability Analytics (RA) is implemented in Kochi
Refinery.

Meridium APM is also interfaced with SAP PM Module to exchange master data and
transactional data in the form of work history. The current, 3.4.2 HF2, of Meridium
APM is supplied by M/s Meridium, Inc, USA and over the last five years the solution
is customized and extended to many process units. During these periods, Meridium
has enhanced their product with additional functionalities, features and incorporated
work process approach in attaining the objectives of Asset Performance
Management (APM). This has tremendous potential in achieving a robust reliability
driven approach and with lot of emphasis in the analysis, monitoring and score cards.

Asset Integrity Management system is not yet implemented at BORL and NRL.

BPCL Group Refineries now intends to upgrade and implement new solutions of
Meridium APM software version V4.2.0.8 or latest version at BPCL (MR & KR),
BORL and NRL.

Implementation agency shall carry out all the work simultaneously at BPCL MR,
BPCL KR, BORL and NRL.

The scope of work in this document is as follows:

a) Upgrade to the latest version, implement new modules of Meridium APM and
unify the work processes at MR and KR into single database instance as detailed
in ‘Scope of Work for BPCL - Annexure-1’.

b) Installation of the latest version of Meridium APM and implementation of APM


software at BORL as per ‘Scope of Work for BORL - Annexure-2’.

c) Installation of the latest version of Meridium APM and implementation of APM


software at NRL as per ‘Scope of Work for NRL - Annexure-3’.
CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-1
SCOPE OF WORK FOR BPCL MR & KR

The scope of work shall be, in general but not limited to design, FDS, installation,
Upgrade the existing Meridium APM software to the latest version, configuration,
testing, implementation of new modules of Meridium APM and unify the work
processes at MR and KR into single database instance, hand holding, documentation
and roll out the Meridium Enterprise APM V4.2.0.8 software or latest version. Also,
all work processes currently in use at MR & KR should be configured, tested
and implemented in the newly installed system landscape using
new functionality options available in the latest version. The implementation
landscape shall be as given in ANNEXURE-A. Modules already existing with BPCL
and new modules to be implemented are given in Annexure-B.

A) FUNCTIONAL DESIGN SPECIFICATION:

Implementation Agency shall conduct a common workshop for FDS for all
modules / work processes listed in Annexure-A for BPCL MR & KR. Work shop
shall be held at BPCL MR and KR. Implementation Agency shall submit the FDS
to BPCL Team for approval.

a) Implementation Agency shall cover the following in FDS in consultation with


BPCL:
i) Identify the requirements related to all the modules.
ii) Design the Taxonomy Mapping common for Mumbai, Kochi Refineries
and Pipelines. For cross-country pipelines, changes to fit to the current
system of hierarchy in SAP to be discussed and finalized.
iii) Identify all requirements including interfaces and reporting.

b) Share best practices, tips and experiences on how an enterprise wide


deployment can be made successful and how BPCL can be most benefitted
by implementing APM.

c) Identify the “AS IS” conditions by conducting a detailed study by way of


meeting, discussions, interviews, questionnaire etc.

d) Develop “To Be” process based on the inputs from BPCL and the features
available in the software.

e) Detailed study shall be carried out to identify the Gap using the “AS IS” and
“To Be” processes.

f) Identify the best option available in solution offered based on the inputs given
by BPCL core team and identify those processes, which have a “straight fit”
in solution offered. In case, there is no straight fit in solution, offer ‘work
around’ solution for such processes.
CRFQ 1000292029 E-tender System ID : 31011

g) The FDS shall contain the action plan required along with the timeline for
affecting the changes.

h) During FDS, in case of any configuration changes from the baseline


software, all such changes to be submitted for approval and document all the
changes that will lead to configuration in the software.

i) FAT to be carried out and approved by BPCL before migrating all the
configurations/data to Quality environment.

j) Pilot room testing shall be carried out based on FDS and implementation
agency shall obtain approval from BPCL core team. Any changes if required
shall be incorporated in the system.

k) The FDS implementation plan should have scalability to enable BPCL to


extend solution to maximum capacity.

l) FDS report should contain the test criteria for site acceptance, testing
procedure and integration testing procedure.

m) Submit the test plans and FDS for review approval of BPCL including the
changes in work processes, configuration etc. identified during the FDS.

n) After the approval of functional design specifications report and software


installation, implementation agency shall train BPCL core team.

B. UPGRADE OF EXISTIING AIMS APM SOFTWARE INCLUDING


INSTALLATION OF NEW MODULES OF APM SOFTWARE ALONG WITH
DATABASE MERGING FOR MR AND KR

1. Implementation Agency shall carry out Software Installation on Server


Operating System Windows Server 2012 or later version (64 Bit) and SQL
Server 2014 or later version (64 Bit) on Physical Server Hardware and/or
Virtual Server (on VMware/Citrix platform) and/or public cloud. Operating
System, Database and APM Software and required hardware will be
provided by BPCL.

2. Implementation Agency shall setup the AIMS Solution landscape having


Production with high availability feature, Development/Quality and DR
(Disaster Recovery) site.

3. As a part of implementation, Implementation Agency will configure High


Availability feature wherein Primary Server will have redundancy and
automated failover between these two servers for application and
transactional data will be configured and tested. Implementation Agency
should clearly specify the configuration of such an environment.
CRFQ 1000292029 E-tender System ID : 31011

4. Disaster Recovery setup to be configured on-site and it shall be extendable


to Cloud as per BPCL requirement. BPCL will provide the required resources
as specified by Implementation Agency. Its Implementation Agency’s
responsibility to configure the setup, build redundancy, set Disaster Recovery
processes and test DR for the first time.

5. Merge the existing databases of APM software for Mumbai Refinery and
Kochi Refinery into a single database, and also integrate the database of
respective pipeline groups into the merged database. This is to ensure
process standardization across BPCL. Implementation Agency shall prepare
the plan in line with FDS, for database merging and upgrade of existing APM
modules from version V3.4.2 HF2 to V4.2.0.8 or latest version and submit to
BPCL team for approval. Implementation Agency shall carry out database
merging and upgrade as per the approved plan.

6. Migrate the following Work processes including entire existing database from
existing (3.4.2HF2) to higher versions (V4.2.0.8 or latest).

APM Mechanical Integrity


a) Inspection Management
b) Risk Based Inspection
c) Thickness Monitoring
APM Strategy
a) RCM / FMEA
b) Asset Strategy Management
c) Asset Strategy Implementation
APM Failure Elimination
a) Reliability Analytics

7. The Implementation Agency shall ensure that there is no data loss during
merger of Mumbai and Kochi databases by way of producing validations of
record counts before and after database merging.

8. The Implementation Agency shall ensure that all the legacy data and
templates are available independently for use in respective refinery in the
merged database for action through new processes.

9. Implementation Agency shall carry out end-to-end testing for upgrade of


existing APM modules and for database merging to ensure successful
transition. Implementation Agency shall prepare User Acceptance Testing
(UAT) plan for upgrade and database merging. UAT will be carried out by the
BPCL Core Team along with team from Implementation Agency as defined in
FDS after completion of end-to-end testing by Implementation Agency.
Implementation Agency shall document the UAT results and obtain the
approval from BPCL before rolling out upgraded modules and merged
database into production.

10. Implementation agency shall provide the test plans to BPCL so that the test
plan after applying hot fixes, patches and even upgrades. The test plan
CRFQ 1000292029 E-tender System ID : 31011

should also include all scenarios of processes including work flow and
interface parts and shall be prepared with the BPCL configuration.

11. Carry out testing of all data and Work process migration from existing
(3.4.2HF2) to higher versions (V4.2.0.8 or latest). Final acceptance testing
shall be carried out with the core team and shall obtain the approval from
BPCL before rolling out into production.

12. Set up the following Interfaces:

a) SAP Interfaces:
All the below given interfaces should route through Process
Orchestration (PO) version 7.3. The list of interfaces is follows:

Interface Name Remarks


Equipment Interfacing from SAP to APM
Functional Location Interfacing from SAP to APM
Work History & work history detail Interfacing from SAP to APM
Equipment Technical Characteristics Interfacing from SAP to APM
Functional Location Technical Interfacing from SAP to APM
Characteristics
Work Management Interfacing from SAP to APM
Notification Management Interfacing from APM to SAP
Work Order Management Interfacing from APM to SAP
ACA Adaptor Direct Interfacing from APM to SAP
ASI Adaptor Direct Interfacing from APM to SAP

Current SAP version at MR / KR is ECC 6 EHP 6.


MR KR
System Current Future System Current Future Remarks
Name Version Roadmap Name Version Roadmap
Two separate
instances at
Aspen IP21 7.3 7.3 Aspen IP21 7.3 8.7
respective
Refinery sites.
Currently there
are 2 separate
Instances. But
Star LIMS
LIMS is planned
LIMS 9.2.1 11.1 (using
to be
Oracle 10g)
standardized
across
refineries.
BPMAI – BPMAI –
XHQ by 4.5 4.6 XHQ by 4.5 4.6
Siemens Siemens
EDMS – Same instance
10.1 -- -- --
COMOS by for MR and KR
CRFQ 1000292029 E-tender System ID : 31011

Siemens
Two separate
Emerson Emerson instances at
5.41 5.6 5.42 5.6
AMS Suite AMS Suite respective
Refinery sites.
Two instances of
SystemONE SystemONE are
for RMP 6.12 -- -- -- at MR. Version
and CCR 6.85 match upgrade
is planned.

b) APM Interface with other sources:

c) Any other interface that will be required for transactions with Meridium
shall be finalized during FDS and the same shall be suggested by
implementation agency.
13. Bulk uploading facility.

The following bulk uploading using excel sheets shall be made


available

a. TML bulk creation and upload.


b. Bulk up load of asset data.
c. TML measurement data.
d. Asset Criticality Analysis upload.
e. RBI component creation, analysis and re-analysis.
f. Task creation in bulk.
g. PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h. Template for inspection profiles and inspection methods.
i. Functional Aspects - building, modification and provide access control for
the following.
I. Query, Report, Graphs etc
II. Dash board, score card
III. Alerts
IV. Scheduling of task, data extraction scheduler
j. Mapping fields for interfacing the Meridium with third party software
k. Bulk upload of check list
l. Bulk upload of Vibration reading from vibration data collector
m. Asset Criticality Analysis data.
n. Measurement location and their IOW limits.

C) APM FOUNDATION:

1) The APM Foundation shall include the following functional components:

a) Functional Location and Equipment Master Data including technical data


(characteristic data) shall be imported from SAP to Meridium through
interface.
CRFQ 1000292029 E-tender System ID : 31011

b) Notification and Order Header details shall be from SAP including Date
or Events and Total Cost booked against the Order

c) Details of Item, Cause, Damage and actions that are captured against
recommendation / notification and shall be synchronized with SAP codes
while creating or updating notification. It should include observations,
Work carried out and the above shall be accomplished through interface.

d) Asset Criticality Analysis: Asset Criticality Analysis shall provide a


structured methodology for assessing the risk of an equipment or
functional location or system. The risk rank shall then be utilized to map
to ABC criticality in SAP.

e) The Metrics and Scorecards module shall be configured for creation of


the following Scorecards. Society of Maintenance and Reliability
Practitioners (SMRP) Metrics: These will be based on the standard
SMRP KPIs for Event History as shown below. The SMRP Metrics shall
be configured and the Calculations shall be approved by BPCL.

f) The following KPI are assumed to be part of the standard module. Apart
from the standard KPIs, 30 nos. KPIs as defined by BPCL (Min. nos. for
5 each of the work processes) to be generated by the implementation
agency.
1. Average Corrective Work Cost
2. Corrective Work Cost %
3. Proactive Work Cost %
4. Reactive Work Cost %
5. Corrective Work Count %
6. Proactive Work Count %
7. Reactive Work Count %
8. Mean Time Between Failures (MTBF)
9. Mean Time Between Repairs (MTBR)
10. Failure Rate
11. Mean Time to Repair (MTTR)
12. PM Effectiveness %
13. Critical Asset Mechanical Availability
14. Critical Asset Mechanical Unavailability
15. Critical Asset Mechanical Downtime
16. Top risk contributing items
17. Percentage compliance to inspection schedule etc.
18. Status on leading and lagging indicators.
19. Bad Actor by cost equipment
20. Bad Actor by cost -Taxonomy Category
21. Bad Actor by cost -Taxonomy Class
22. Bad Actor by cost -Taxonomy Type
23. Bad Actor by cost -Taxonomy Category for specified time (say in last
two years)
24. Bad Actor by cost -Taxonomy class for specified time (say in last two
years for
25. Bad Actor by cost -Taxonomy type in last two years or specified time
26. Bad Actor by repair count -Taxonomy Category
CRFQ 1000292029 E-tender System ID : 31011

a. Bad Actor by repair count -Taxonomy Class


b. Bad Actor by repair count -Taxonomy Type
c. Bad Actor by repair count -Taxonomy Category in last two years
or specified time
d. Bad Actor by repair count -Taxonomy class for specified time
(say in last two years)
e. Bad Actor by Repair count -Taxonomy type for specified time
(say in last two years)
f. Bad Actor by cost equipment for specified time (say in last two
years
g. Bad Actor by repair count equipment for specified time (say in
last two years)
h. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment


master data structure from SAP PM shall be replicated in Meridium and
the existing customizations shall be reviewed to adapt to the same. The
Taxonomy Mapping shall be configured common for Mumbai, Kochi and
Pipelines. This shall be in consultation with BPCL during the design
Workshop.
For cross-country pipelines changes to fit to the current system of
hierarchy in SAP to be discussed during the FDS stage. Implementation
agency shall detail the changes required. All modifications to the existing
system in SAP will be carried out by BPCL with the guidance of the
Implementation agency.

h) Metrics and Scorecards: Standard Metrics and score cards available in


Meridium shall be used to the extent possible and the same shall be
configured as per the configuration identified during FDS. Additional
parameters and KPI identified shall also be included in this.

2) Provision shall be made to grouping of assets, systems and unit level for risk
vs cost comparison in ASM module.

3) Configure the fields and email alerts given in ANNEXURE – C.

4) The Technical Characteristics maintained in the SAP system against


Functional location and Equipment shall be mapped to respective fields in the
Meridium through interface.

5) The User Login and Authentication shall be based on windows authentication


using Active directory and shall be role based.

6) The System shall be capable of sending email alerts if required to certain


users/group of users on certain conditions.

7) The New Configuration for Notifications shall include capturing the following
data elements.
a) Functional Loss
b) Detection Method
c) Symptom
CRFQ 1000292029 E-tender System ID : 31011

8) The Implementation agency shall in consultation with the BPCL core team
create a Corporate Risk Matrix (CRM) for Reliability and Integrity
Management at each site involving site team and the same shall be
configured in Meridium. Active Asset Criticality Analysis (ACA), RBI Risk
Matrix and RCM Risk Matrix shall be mapped to CRM. By default all old
analysis shall be archived.

9) The management process for recommendations shall be standardized across


BPCL sites and will include optional links to create/update Notifications in
SAP as and only where it is relevant.

10) Facility shall be provided for the administrative work for the following.
Role assigning and managing.
Modifying roles.
Modifying data.

11) Policies shall be created based on the requirements of the work processes.
FDS workshops shall design and capture triggers, logical calculation and
actions performed by each Policy.

12) Implementation agency shall help BPCL to select and create 30 Policies to
take intelligent actions based on the IOW limits of Health Indicators.

13) The Event Mapping shall be configured for MR & KR in consultation with
BPCL during the design Workshop based on the data in SAP.

14) Data for Mumbai, Pipeline and Kochi refinery shall be filtered, the Data visible
to a user shall only be restricted to that of his site. Administrator should be
able to provide read only access to each other’s data on internal approval.

15) The implementation agency shall provide Hand holding for the following:

a) The implementation agency shall create one dashboard each for all the
work processes and at each site. The dashboard content shall be
discussed with BPCL during the FDS workshops. Role based Dash
board or home page is to be created for different users of different
departments.

b) Perform Asset Criticality Analysis for assets within one unit for KR and
one unit for MR and one pipe line as follows:

ACA MR KR Pipelines
Unit NHT-CCR Plant NHT-CCR complex Mumbai-Uran pipeline

c) Implementation agency shall carry out the following for 75 nos. rotary
systems consisting driver and driven equipment at MR and 75 nos. rotary
systems consisting driver and driven equipment at KR. Based on the
study recommendations, carry out the following.
i) Full RCM on all high critical systems.
ii) FMEA on all Medium critical systems.
CRFQ 1000292029 E-tender System ID : 31011

iii) Perform Risk v/s cost analysis in ASM on all low critical systems.

d) Carryout RCM of rotary equipments of Mumbai-Uran pipeline.

D) APM HEALTH:

1) The Asset health manager shall be treated as one place of truth for
identifying and monitoring the asset health. The only relevant information
from tags shall be collated in Asset Health Manager.

2) The APM health work process shall comprise of the following components for
implementation:
a) Asset health manager
b) Rounds

3) The Asset Health Management Module shall be configured for both sites to
add health indicators based on strategic actions for the asset. The
configuration shall facilitate linking of Health indicators to Tags and events
from various sources such as
a) Aspen IP21
b) LIMS
c) GE System1
d) Emerson AMS
e) Handheld devices for rounds for identified parameters.

4) Handholding shall start only after software go-live at all sites. Software go-
live shall take place after successful completion of configuration and testing.
Handholding shall be carried out for the following:
a) Implementation agency shall configure the software for handheld device
and configure the interface with handle held device with Meridium and is
for 30 numbers of routes having 10 nos. equipment in each route with 15
tags per equipment.
b) The implementation agency shall handhold BPCL to create 15 health
indicators each for MR, KR & pipelines (total 45 nos.).

E) APM STRATEGY:

1) The APM strategy work process shall be primarily comprising of following


modules for implementation:
a) RCM – Reliability Centered Maintenance
b) FMEA – Failure Mode and Effect Analysis
c) ASM – Asset Strategy Management
d) ASI – Asset Strategy Implementation

2) The Meridium APM Strategy Work Process is focused on proactive asset


management plans that are designed for the purpose of mitigating risks and
shall consist of the steps that are outlined in the following table:
CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details


Evaluate asset risk Identify and qualify unmitigated risks.
and performance Define how current maintenance plans
1 mitigate risks.
Identify gaps in mitigation.
Define regulatory actions.
Mitigate risks with Assess and document what is currently
2 an action plan being done to mitigate risk as well as
identify additional actions to mitigate risk.
Optimize Review current mitigation plan to:
mitigations Identify actions that have no current value to
see if they can be removed or replaced.
Identify less intrusive actions that supersede
other, more intrusive actions.
3
Document areas that need improving.
Document decision process.
Review the impact of the new strategy on
risk and cost, compared to the original
strategy.
Communicate an Communicate the following information that
improved plan was documented in previous steps of the
work process:
The updated strategy profile.
4
What changed from the original strategy?
Why the updated strategy was selected.
The return on investment value.
The risk reduction numbers.
Implement the Implement the new strategy into SAP PM.
Strategy Specifically, during this step, implement:
Recommendations that were identified.
Processes to measure the effectiveness of
5 the strategy.
Document the decision-making process
behind the new strategy.
A process for obtaining and communicating
feedback from the workforce in the field.
Execute the Execute the work:
Strategy Ensure the work is being documented.
Ensure the workforce understands the
6
value in executing the plan.
Review work history to maintain and
ensure regulation compliance.

3) Mumbai and Kochi refineries have performed RCM analysis and also created
asset strategies in ASM. There are also templates that are created in both
the databases.

4) Strategies for pipeline facilities/systems to be included as a part of


implementation scope.
CRFQ 1000292029 E-tender System ID : 31011

5) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at both MR and KR. The same test plan shall be further
used as approval tool for confirming that all the records at MR and KR are
consistent and successful transition has occurred.

6) There are changes planned in the risk categories / risk definitions / risk
thresholds in the risk matrix, the same shall be changed for all the records
a) As a first step implementation agency can merge the existing records
with appropriate mapping of risk ranks between the existing and the
modified risk matrix. This shall be applicable to all the existing risk
categories.
b) In case any new risk category is introduced in the merged database, the
initial value for that shall be NA.
c) Both a & b above shall require approval of BPCL before Go Live of the
software. i.e., all the future records shall be using the updated risk matrix.
d) It shall be responsibility of the implementation agency to conduct
appropriate review workshops with the site teams to ensure that all the
active RCM/FMEA/ASM records are updated with proper unmitigated
and mitigated risk ranks.

7) All the existing analysis / recommendations shall be of the same state that
they are currently.

8) MR, KR and Pipelines intends to deploy Operator rounds, and is described in


the APM Health section.

9) The implementation agency shall be responsible for handholding the


respective teams through the entire process. It includes Criticality analysis,
RCM/FMEA, ASM, ASI and moving the approved recommendations to SAP
in the form of notification or work order.

10) 15 equipment from each site for MR, KR and Pipelines shall be linked to
existing ASM.

11) Subject matter experts from implementation agency shall help Pipeline team
to select ONE system for applying complete work process.

F) APM FAILURE ELIMINATION:

1) The Failure Elimination Work Process shall include following modules for
implementation
a) Root Cause Analysis
b) Reliability Analytics

2) The Failure Elimination Work Process is focused on identifying past failures


and eliminating future failures. And the work process steps shall be as
outlined in the table below:
CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details


Understand asset Use the APM Foundation work process to
1 performance classify assets and evaluate event history
and production losses.
Identify Identify chronic events and bad actors
opportunities based upon information such as number
2
of work orders, work order cost, and lost
production.
Perform an Identify how a given failure occurs and
investigation take the appropriate corrective measures
3
to eliminate the identified causes.

Determine solutions Recommend changes to improve overall


asset performance and communicate
4
findings and those recommendations to
decision makers.
Implement solutions Use the APM Foundation work process to
5 track recommendations.
Track performance Measure the effectiveness of strategy
implementation, which can transform
corporate visions into strategies and
6
measures, aligning key performance
indicators to company's objectives and
strategies.

3) The Root cause analysis module shall be configured to assist analysts to


import templates for common failure modes on assets.

4) Recommendations generated from root cause analysis shall be available for


tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following:

a) Facilitators from the implementation agency shall facilitate BPCL to


perform 10 (Ten) Root Cause Analysis (RCA) for Mumbai Refinery, 10
(Ten) RCA analysis at Kochi Refinery and 2 (two) RCA analysis for
Pipelines. These shall be suitably selected from various disciplines like
static, rotary, electrical, instrumentation & process etc.
b) BPCL shall form a team of cross functional members for carrying out root
cause analysis on the selected failures.
c) Facilitators from the implementation agency shall facilitate BPCL to
create 10 (Ten) Reliability Distribution Analysis at MR and 10 (Ten)
Reliability Distribution Analysis at KR.

G) APM MECHANICAL INTEGRITY:

1) The APM Mechanical Integrity work process shall be primarily comprising of


following modules for implementation:
a) RBI-Risk Based Inspection
b) IM-Inspection Management
CRFQ 1000292029 E-tender System ID : 31011

c) TM-Thickness Monitoring

2) For Inspection Management, Implementation Agency will discuss possible


work management interface to Create Inspection Task with either Meridium
or SAP being the master for the Inspection plan. All the pros and cons will be
discussed during the FDS work shop when BPCL MR & KR will take a
decision and the same shall be followed across all the sites. The agency
shall be responsible to configure the solution accordingly.

3) As and when required, alert / e-mail reminder to be created from Inspection


Task family whenever the Task is overdue or about to become due in
Meridium depending upon the decided policy.

4) BPCL MR & KR wants to update the Notification history in SAP from


Inspection event document in Meridium as existing in MR. The Inspection
event document should be able to close the Notification both in Meridium and
SAP, and update the Inspection Task. Observation and failure codes etc.
shall be populated to SAP to the respective table.

5) Provision shall be made for addition of the custom formulae and stress
values.

6) In addition to existing T-min calculators, implementation agency shall add T-


min calculator for ASME Section VIII Division 2 and add relevant PV stress
values for all code years.

7) Implementation agency shall add T-min calculator for storage tanks and add
relevant PV stress values for the same.

8) Provision shall be made to add fields in data sheets of assets for specific use
such as a field to be added to classify pressure relieving device as PSV, TSV
or Rupture disk etc.

9) Meridium to formulate a calculation of ranking of each process unit based on


each plant risk and place in Corporate Risk Matrix of respective site. The
process unit may contain few plants.

10) All notification & its closure status to be captured under the equipment.

11) Facility to have inspection plan / damage mechanism for each equipment
under the same equipment.

12) Inspection recommendation generation and closing shall be on role basis.

13) Provision shall be made for consolidation of recommendations.

14) Inclusion of general recommendation for managing the Inspection


recommendation other than repair/replacement (or importance). eg. generic
painting jobs, insulation repair jobs etc.
CRFQ 1000292029 E-tender System ID : 31011

15) Statutory reports or other specific reports e.g. Form 8, Form 13 etc. based on
asset type shall be generated by Meridium system. Data fields shall be
changed to take care of this aspect.

16) Existing queries and reports to be transported. Implementation Agency to


guide any better ways to configure.

17) Make at least 5 reports for each work process.

18) Carry out RBI analysis of 10 (ten) PSVs at each site.

19) Data loaders available as standard product shall be rolled out.

20) System should not permit entering of the abnormal data that has values
beyond permissible variation. For example, thickness entry of 99 mm in place
of 9.9 mm.

21) In combination with Metrics and scorecards BPCL intends to create Key
Performance Indicators to be displayed on the dashboards. Those KPIs shall
be for the entire work process. With the help of implementation agency,
BPCL KR & MR shall create 10 (ten) KPIs that are to be monitored on a
scheduled basis at each site. The implementation agency should suggest
best practice followed and suitable KPIs suitable for BPCL work processes.
The KPI formula shall be provided wherever applicable to Implementation
Agency during FDS workshop and Implementation agency shall be
responsible to create those KPI’s around:
a) Inspection Management
b) Thickness Monitoring
c) Risk Based Inspection

22) Hand holding for pipe line management shall include the following:

a) Handholding shall start only after software go-live at each site.


b) The implementation agency shall be responsible for handholding the
respective teams through the entire process. It includes creating RBI
analysis, RBI recommendation, promoting recommendations to ASM,
Creating Inspection task, Inspection Reports, Thickness Measurement
calculation etc.
c) Carry out RBI study of 2 nos. sections of a pipeline each for MR and KR.
Push RBI recommendation or inspection task analysis to ASM to
Inspection notification for the same with option of user intervention.
d) Implementation Agency shall help to bring 15 tags each from Process
Historian and set the IOW limits and also to add these as health
indicators for MR and KR refinery pipelines.
e) Pipeline group to upload the asset data in SAP for all assets. This data
will be populated in to Meridium system using interfaces for MR and KR
refinery pipelines.
f) Minimum 20 notifications shall be generated in Meridium and pushed to
SAP system following all steps for MR and KR refinery pipelines.
g) Create minimum 20 tasks in IM system for MR and KR refinery pipelines.
CRFQ 1000292029 E-tender System ID : 31011

h) Create TMLs for minimum 2 nos. sections of a pipeline and upload their
readings for MR and KR refinery pipelines.

23) Mumbai and Kochi refineries have performed RBI analysis. The
implementation agency shall ensure that there is no data loss during merger
of Mumbai and Kochi databases

24) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at both MR and KR. The same test plan shall be further
used as approval tool for confirming that all the records at MR and KR are
consistent and successful transition has occurred. Pilot room testing shall be
carried out and acceptance from the BPCL core team shall be obtained.

25) Once BPCL MR & KR database is upgraded to latest version, the existing
RBI Risk Matrix Value to be mapped to BPCL Corporate Risk Matrix.

26) All the existing default mapping policies for RBI Risk Matrix to Corporate Risk
Matrix, to be reviewed and made specific for BPCL.

27) All the existing analysis / recommendations shall be of the same state that
they are currently.

28) Hand holding for RBI in new version shall include the following:

a) Handholding shall start only after software go-live at each site.


b) Entire cycle of RBI Facilitation (RBI Analysis to ASM to Inspection Task)
to be done for 10 corrosion loops each for MR and KR. The loops will be
decided by respective sites while implementation. Corrosion study is not
part of this scope.
c) Meridium shall help BPCL to bring 15 tags from Process Historian and
set the IOW limits and also to add these as health indicators

H) TRAINING:

a) Administrative training for IS team to be provided.

b) User Trainings shall be conducted by the implementation agency at both the


sites independently for both functional team and technical team.

c) Unless otherwise specified the batch for functional training shall have up to
16 participant.

d) Training material in the form of hard and soft copy shall be given to each
participant.

e) Quiz may be considered at the end of training for gauging effectiveness of


the training sessions.
CRFQ 1000292029 E-tender System ID : 31011

I) DOCUMENTATION:

1) Four sets of manuals bound volumes covering the following shall be


submitted by the implementation agency to each site. Manual shall be in the
form of hard copy and soft copy with text description and screen shots.

2) Prepare and submit the following documents.


a. AS-IS and TO-BE Documents
b. FDS documents
c. As built Configuration documents
d. Interfaces manual
e. Testing plans as per FDS
f. Training manuals
g. User manual / Procedure Manual- For each work process

3) User manuals containing the following.


a) Functional, Super user and system Administrator tasks.
b) All the configuration documents shall be supplied by the implementation
agency in the form of as-built document.
c) For all modules and wok processes
d) Role assigning and managing
e) RBI process document including ever-greening.
f) RCM/FMEA/ASM/ASI Process document and packaging to SAP as
Maintenance Plans.
g) Create role /authority for deleting records or modify the data.
h) Procedures for creating the following in Meridium system
i) Creating parent-child relationship between assets.
j) Create, change, and update failure codes.
k) Create, change, and update shutdown codes.
l) IOW linking and making policies.

4) Device making and bulk loading procedures for the following.


a) TML bulk creation and upload.
b) Bulk up load of asset data.
c) TML measurement data.
d) Asset Criticality Analysis upload.
e) RBI component creation, analysis and re-analysis.
f) Task creation in bulk.
g) PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h) Template for inspection profiles and inspection methods.
i) Functional Aspects - building, modification and provide access control for
the following.
I. Query, Report, Graphs etc.
II. Dash board, score card
III. Alerts
IV. Scheduling of task, data extraction scheduler
V. Mapping fields for interfacing the Meridium with third party
software.
CRFQ 1000292029 E-tender System ID : 31011

J) SPECIAL CONDITIONS:

Following are the special conditions which the bidder need to specifically confirm
while submitting the technical bid. It may be noted that, failure to confirm any of
the below conditions shall result in rejection of the technical offer.

1) The implementation agency shall use a project management methodology, to


prepare detailed work breakdown structure for the entire project clearly
mentioning the common scope for both MR and KR refineries and specific
scope for each Refinery that are not common (for example training, final
testing etc.).

2) The implementation agency shall study the job and prepare a bar chart and
submit with the technical bid.

3) Experienced technical consultants having implementation experience in 3.6


OR V4 covering all the work processes (modules) should be deployed on the
project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be


mobilized for all hand holding and implementation of Meridium, having
implemented at least at three sites.

5) The implementation agency shall submit the details of team size, qualification
and experience of team members those will be deployed for this project with
technical bid.

6) Implementation agency shall prepare and submit the progress report monthly
before 5th of every month and have monthly project review meeting with
BPCL team at BPCL MR/KR.

7) RCM/FMEA Facilitators having minimum 7 year experience shall be


deployed to perform Asset Criticality Analysis for assets.

8) Implementation agency shall deploy corrosion Subject Matter Expert (SME)


for corrosion study and making corrosion loops having experience of making
corrosion control documents for RBI study of minimum 3 (three) plants in
Petroleum Refineries. SME shall have minimum 10 years of experience in
the field of corrosion study.

9) RBI methodology expert experienced in Meridium system shall be available


at sites during the data template creation & review/validation of Meridium
output.

10) Handholding shall start only after software go-live at each site.

11) The interfaces connecting to SAP system shall be approved by SAP and
BPCL MR & KR respective ERPCC team and IS teams.
CRFQ 1000292029 E-tender System ID : 31011

12) The work days shall be Monday to Friday for all sites unless otherwise
specified. In case of exigencies, working will be extended on closed days and
holidays without extra cost.

13) The implementation agency shall update the risk ranks of existing records in
existing database, and get it reviewed by the site teams if required. This shall
be considered as scope for handholding.

14) MR and KR handholding shall be considered as complete only when all the
existing analysis in RCM/FMEA/ASM/RBI are updated with new risk ranks in
accordance to the changes carried out in risk matrix.

15) The implementation agency must ensure that the designed work process
shall be consistent across both the sites.

16) Data and documents given to the implementation agency shall be used for
the purpose of the related work and shall be treated as confidential and shall
not be shared with any agency.

17) The Implementation agency shall abide by the safety and security regulations
as enforced by the owner from time to time. The Implementation agency shall
comply with all rules, regulations and orders of various statutory authorities,
insurance, Engineer-In-Charge of sites, etc. at no extra cost.

18) Implementation agency shall obtain on their own and at their cost the
necessary permits and approvals for foreign expatriates to work in India, if
deemed necessary.

19) No accommodation, travel assistance, food, lodging and boarding will be


provided to Implementation agency. Implementation agency will have to
arrange all travel, food, and accommodation, lodging/boarding at their cost to
their staff on the work of this tender or any other work related to this tender.
The quoted rates shall be inclusive of above.

20) The scope of the implementation as specified in this tender document shall
be completed in all aspects. The Implementation agency shall conduct a
detailed audit to assess the system implemented. If non-achievement is due
to the software solution, integration, faulty design or configurations or any
other cause attributable to the Implementation agency, then the cost incurred
towards any such rectification and audit shall be borne by the Implementation
agency.

21) Implementation agency is required to study the job and prepare their own
bar-chart and furnish with the techno-commercial bid.

22) Implementation agency shall carry out work simultaneously at BPCL MR,
BPCL KR, BORL and NRL.

23) Any modification to the software and processes to resolve any issues at a
site shall be replicated at other sites, if applicable, without any extra cost.
CRFQ 1000292029 E-tender System ID : 31011

24) There will be stabilization period of six months from the date of completion of
implementation work. Implementation agency shall give support and resolve
all the issues, bugs, errors and connectivity issues at no extra cost during the
stabilization period.

25) There may be incidences of work getting affected due to site team members
not available for some time due to exigencies, emergencies and plant
shutdowns for a maximum period of one month. Implementation agency shall
plan the activities accordingly such that there is no involvement of our site
member during such period.

26) In case the work gets affected due to some interface/software issues
resulting in idling of the resources of implementation agency and/or
rescheduling of the jobs, no extra compensation will be made.

27) Training shall be given separately at each site.

28) Training server or training database should be configured at each site so that
users can be trained.

29) Common Training shall be given to core teams for each process before
starting the implementation to understand the features in detail and is part of
this contract. This is included in the scope of lump sum and no extra payment
shall be made under the user training.

30) Following documents to be submitted along with the technical bid:


 Name, address and contact details of the petroleum refinery where
APM V3.6 or later version is successfully implemented.
 Experience of the SMEs and resources of implementation agency.

K) GENERAL INFORMATION:

1) There will be a separate engineer-in-charge for BPCL MR and BPCL KR site


who will be coordinating all the activities related to this tender with whom the
implementation agency shall interact.

2) During implementation, BPCL shall be deploying an overall coordinator and


core teams for each process from each refinery who would be responsible
authorities so as to ensure acceptance with both MR & KR.

3) The work processes for MR, KR and pipelines connected to MR and KR will
be same.

4) This implementation requirement does not comprise of reviewing and / or


rescheduling the existing inspection schedules or thickness monitoring plans.

5) As mentioned in the technical scope, the database for MR, KR and Pipelines
shall be same.

6) The bid prepared by the Implementation agency and all correspondence and
documents relating to the bid shall be written in the English language.
CRFQ 1000292029 E-tender System ID : 31011

L) PAYMENT TERMS FOR BPCL MR & KR:

Performance Security Deposit Clause, as per General Terms and Conditions, shall
be applicable for this Contract.

a) Implementation
1) 10% on Completion of FDS and final acceptance by site team.
2) 10% on completion configuration, interfacing & testing.
3) 10% data base merger and data migration.
4) 5% on completion of implementation of APM foundation.
5) 5% on completion of implementation of APM Health.
6) 10% on completion of implementation of Mechanical Integrity.
7) 5% on completion of implementation of APM Failure Elimination.
8) 15% on completion of implementation of APM Strategy.
9) 10% on completion of UAT.
10) 10% Go-Live.
11) 10% on completion of stabilization period.

b) Training
100% payment on completion of training as per actual days and related
documentation.

M) TIME OF COMPLETION:

The completion period for the entire scope of work for MR and KR shall be 15
months from the date of purchase order. The stabilization period of 6 months is in
addition to the completion period.

N) LIQUIDATED DAMAGES:

The scope of services shall be completed as per the time schedule and to the full
satisfaction of site teams and in case the Implementation agency fail to complete
the whole work within the stipulated period from the date of purchase order, they
shall be liable to pay Liquidated Damages (LD) of 0.5% of the lump sum fee per
week or part thereof of delay subject to a maximum of 5% of the lump sum fee or
part thereof.
CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-2
SCOPE OF WORK FOR BORL

INTRODUCTION:

Bharat Oman Refineries Limited (BORL) located at Bina, District Sagar Madhya Pradesh is a
joint venture company of Bharat Petroleum Corporation Limited (BPCL) and Oman Oil
Company (OCC). Current Capacity of BORL is 6.0 MMTPA (Million Metric Ton Per Annum)
with secondary processing facilities in the refinery consisting of full conversion Hydro Cracker
unit (HCU) with integrated (DHDT) Diesel Hydro Treating Unit. In addition, the refinery also
has a Hydrogen generation unit, Naphtha hydro treating units, LPG Treating Unit, FG
Treating Unit, Delayed Coker Unit, CCR, Isomerization unit, Amine Regeneration Unit,
Sulphur recovery unit and Sour Water Stripper Unit, Power and Utilities, Bina Dispatch
Terminal, Crude Oil Terminal (COT)at Vadinar Gujarat and Crude pipe line from Vadinar to
Bina (VBPL). BORL is in the process of debottlenecking the exiting refinery to enhance the
capacity to 7.8 MMTPA by 2018.

As a part of corporate program, BORL intends to implement Meridium Enterprise APM


version APM V4.2.0.8 or latest version for its Asset Integrity Management System (AIMS).

IMPLEMENTATION SCOPE OF WORK:

The scope of work shall be, in general but not limited to Design, FDS, Installation,
Configuration, Testing, Hand holding, Training, Documentation and Roll out the Meridium
Enterprise APM V4.2.0.8 software latest version. Scope of Implementation agency shall also
include all the steps required for implementation of all the modules including preparation of
Corrosion Control Document, Risk Metrics development, RBI and RCM, Data compilation as
per standards templates etc. for HGU and HCU-DHDT complex at BORL. Also, all work
processes shall be configured, tested and implemented in the newly installed system
landscape using new functionality options available in the latest version. The implementation
landscape shall be as given in Annexure-A1. All modules to be implemented are given in
Annexure-B1.

A) FUNCTIONAL DESIGN SPECIFICATION (FDS):

Implementation Agency shall conduct a workshop for FDS for all modules / work
processes listed in Annexure-B1 for BORL. Work shop shall be held at BORL
Bina Refinery. Implementation Agency shall submit the FDS to BORL Team for
approval.

a) Implementation Agency shall cover the following in FDS in consultation with


BORL:
i) Identify the requirements related to all the modules.
ii) Design the Taxonomy Mapping common for BORL refinery assets
including Crude Oil Terminal (COT) at Vadinar and Cross Country Crude
Pipeline from Vadinar to Bina (VBPL). For cross-country pipelines,
changes to fit to the current system of hierarchy in SAP to be discussed
and finalized.
iii) Identify all requirements including interfaces and reporting.
CRFQ 1000292029 E-tender System ID : 31011

b) Share best practices, tips and experiences on how an enterprise wide


deployment can be made successful and how BORL can be most benefitted
by implementing APM.

c) Identify the “AS IS” conditions by conducting a detailed study by way of


meeting, discussions, interviews, questionnaire etc.

d) Develop “To Be” process based on the inputs from BORL and the features
available in the software.

e) Detailed study shall be carried out to identify the Gap using the “AS IS” and
“To Be” processes.

f) Identify the best option available in solution offered based on the inputs given
by BORL core team and identify those processes, which have a “straight fit”
in solution offered. In case, there is no straight fit in solution, offer ‘work
around’ solution for such processes.

g) The FDS shall contain the action plan required along with the timeline for
affecting the changes.

h) During FDS, in case of any configuration changes from the baseline


software, all such changes to be submitted for approval and document all the
changes that will lead to configuration in the software.

i) FAT to be carried out and approved by BORL before migrating all the
configurations/data to Quality environment.

j) Pilot room testing shall be carried out based on FDS and implementation
agency shall obtain approval from BORL core team. Any changes if required
shall be incorporated in the system.

k) The FDS implementation plan should have scalability to enable BORL to


extend solution to maximum capacity.

l) FDS report should contain the test criteria for site acceptance, testing
procedure and integration testing procedure.

m) Submit the test plans and FDS for review approval of BORL including the
changes in work processes, configuration etc. identified during the FDS.

n) After the approval of functional design specifications report and software


installation, implementation agency shall train BORL core team.
CRFQ 1000292029 E-tender System ID : 31011

B) IMPLEMENTATION OF ALL MODULES OF APM SOFTWARE

1. Implementation Agency shall carry out Software Installation on Server


Operating System Windows Server 2012 or later version (64 Bit) and SQL
Server 2014 or later version (64 Bit) on Physical Server Hardware and/or
Virtual Server (on VMware/Citrix platform) and/or public cloud. Operating
System, Database and APM Software and required hardware will be
provided by BORL.

2. Implementation Agency shall setup the AIMS Solution landscape having


Production with high availability feature, Development/Quality and DR
(Disaster Recovery) site.

3. As a part of implementation, Implementation Agency will configure High


Availability feature wherein Primary Server will have redundancy and
automated failover between these two servers for application and
transactional data will be configured and tested. Implementation Agency
should clearly specify the configuration of such an environment.

4. Disaster Recovery setup to be configured on site and it shall be extendable


to Cloud. BORL will provide the required resources as specified by
Implementation Agency. Its Implementation Agency’s responsibility to
configure the setup, build redundancy, set Disaster Recovery processes

5. Implementation agency shall provide the test plans to BORL so that the test
plan after applying hot fixes, patches and even upgrades. The test plan
should also include all scenarios of processes including work flow and
interface parts and shall be prepared with the BORL configuration.

6. Carry out testing of all data and Work process in (V4.2.0.8 or latest). Final
acceptance testing shall be carried out with the core team and shall obtain
the approval from BORL before rolling out into production.

7. Set up the following Interfaces:


a) SAP Interfaces:
All the below given interfaces should route through either RFC (Remote
Function Call) Connector or IDOC - Middleware (Microsoft Biz Talk
Server). The list of interfaces is follows:
Interface Name Remarks
Equipment Interfacing from SAP to APM
Functional Location Interfacing from SAP to APM
Work History & work history detail Interfacing from SAP to APM
Equipment Technical Characteristics Interfacing from SAP to APM
Functional Location Technical
Characteristics Interfacing from SAP to APM
Work Management Interfacing from SAP to APM
Notification Management Interfacing from APM to SAP
Work Order Management Interfacing from APM to SAP
ACA Adaptor Direct Interfacing from APM to SAP
ASI Adaptor Direct Interfacing from APM to SAP
CRFQ 1000292029 E-tender System ID : 31011

Current SAP version at BORL is ECC 6.0 and latest support pack is 33.

b) APM Interface with other sources:

System Name Current Version Remarks


Exaquantum PIMS –
2.85 PIMS Historian
By Yokogawa
LIMS is planned to be
Customized LIMS by Standalone custom standardized across
Advika Software made LIMS without refineries – By
Solutions version Thermofisher Scientific
India Pvt. Ltd.
System ONE by GE In CPP
Emerson AMS Suite 5.61
To be implemented with
ATOMS / AORA App IP 21 as Historian – It will
by Aspen fetch data from
Exaquantum
EDMS - Project Wise
V8i (Select Series 3) 08.11.09.122
by Bentley

c) Any other interface that will be required for transactions with Meridium
shall be finalized during FDS and the same shall be suggested by
implementation agency.

8. Bulk uploading facility:


The following bulk uploading using excel sheets shall be made available
a. TML bulk creation and upload.
b. Bulk up load of asset data.
c. TML measurement data.
d. Asset Criticality Analysis upload.
e. RBI component creation, analysis and re-analysis.
f. Task creation in bulk.
g. PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h. Template for inspection profiles and inspection methods.
i. Functional Aspects - building, modification and provide access control for
the following.
i. Query, Report, Graphs etc.
ii. Dash board, score card
iii. Alerts
iv. Scheduling of task, data extraction scheduler
j. Mapping fields for interfacing the Meridium with third party software
k. Bulk upload of check list
l. Bulk upload of Vibration reading from vibration data collector
m. Asset Criticality Analysis data.
n. Measurement location and their IOW limits.
CRFQ 1000292029 E-tender System ID : 31011

C) APM FOUNDATION:

1) The APM Foundation shall include the following functional components:

a) Functional Location and Equipment Master Data including technical data


(characteristic data) for all the equipment at BORL shall be imported from
SAP to Meridium through interface.

b) Notification and Order Header details shall be from SAP including Date
or Events and Total Cost booked against the Order.

c) Details of Item, Cause, Damage and actions that are captured against
recommendation / notification and shall be synchronized with SAP codes
while creating or updating notification. It should include observations,
Work carried out and the above shall be accomplished through interface.

d) Asset Criticality Analysis: Asset Criticality Analysis shall provide a


structured methodology for assessing the risk of an equipment or
functional location or system. The risk rank shall then be utilized to map
to ABC criticality in SAP.

e) The Metrics and Scorecards module shall be configured for creation of


the following Scorecards. Society of Maintenance and Reliability
Practitioners (SMRP) Metrics: These will be based on the standard
SMRP KPIs for Event History as shown below. The SMRP Metrics shall
be configured and the Calculations shall be approved by BORL.

f) The following KPI are assumed to be part of the standard module. Apart
from the standard KPIs, 30 nos. KPIs as defined by BORL (Min. 5 nos.
for each of the work processes) to be generated by the implementation
agency.
1. Average Corrective Work Cost
2. Corrective Work Cost %
3. Proactive Work Cost %
4. Reactive Work Cost %
5. Corrective Work Count %
6. Proactive Work Count %
7. Reactive Work Count %
8. Mean Time Between Failures (MTBF)
9. Mean Time Between Repairs (MTBR)
10. Failure Rate
11. Mean Time to Repair (MTTR)
12. PM Effectiveness %
13. Critical Asset Mechanical Availability
14. Critical Asset Mechanical Unavailability
15. Critical Asset Mechanical Downtime
16. Top risk contributing items
17. Percentage compliance to inspection schedule etc.
18. Status on leading and lagging indicators.
19. Bad Actor by cost equipment
20. Bad Actor by cost -Taxonomy Category
CRFQ 1000292029 E-tender System ID : 31011

21. Bad Actor by cost -Taxonomy Class


22. Bad Actor by cost -Taxonomy Type
23. Bad Actor by cost -Taxonomy Category for specified time (say in last
two years)
24. Bad Actor by cost -Taxonomy class for specified time (say in last two
years for
25. Bad Actor by cost -Taxonomy type in last two years or specified time
26. Bad Actor by repair count -Taxonomy Category
I. Bad Actor by repair count -Taxonomy Class
II. Bad Actor by repair count -Taxonomy Type
III. Bad Actor by repair count -Taxonomy Category in last two years
or specified time
IV. Bad Actor by repair count -Taxonomy class for specified time
(say in last two years)
V. Bad Actor by Repair count -Taxonomy type for specified time
(say in last two years)
VI. Bad Actor by cost equipment for specified time (say in last two
years
VII. Bad Actor by repair count equipment for specified time (say in
last two years)
VIII. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment


master data structure from SAP PM shall be replicated in Meridium and
the existing customizations shall be reviewed to adapt to the same. The
Taxonomy Mapping shall be configured common for BORL and
Pipelines. This shall be in consultation with BORL during the design
Workshop.
For cross-country pipelines changes to fit to the current system of
hierarchy in SAP to be discussed during the FDS stage. Implementation
agency shall detail the changes required. All modifications to the existing
system in SAP will be carried out by BORL with the guidance of the
Implementation agency.

h) Metrics and Scorecards: Standard Metrics and score cards available in


Meridium shall be used to the extent possible and the same shall be
configured as per the configuration identified during FDS. Additional
parameters and KPI identified shall also be included in this.

2) Provision shall be made to grouping of assets, systems and unit level for risk
vs cost comparison in ASM module.

3) Configure the fields and email alerts given in ANNEXURE – C.

4) The Technical Characteristics maintained in the SAP system against


Functional location and Equipment shall be mapped to respective fields in the
Meridium through interface.

5) The User Login and Authentication shall be based on windows authentication


using Active directory and shall be role based.
CRFQ 1000292029 E-tender System ID : 31011

6) The System shall be capable of sending email alerts if required to certain


users/group of users on certain conditions.

7) The New Configuration for Notifications shall include capturing the following
data elements
a) Functional Loss
b) Detection Method
c) Symptom

8) The Implementation agency shall in consultation with the BORL core team
create a Corporate Risk Matrix (CRM) for Reliability and Integrity
Management at each site involving site team and the same shall be
configured in Meridium. Active Asset Criticality Analysis (ACA), RBI Risk
Matrix and RCM Risk Matrix shall be mapped to CRM.

9) The management process for recommendations shall be standardized across


BORL sites and will include optional links to create/update Notifications in
SAP as and only where it is relevant.

10) Facility shall be provided for the administrative work for the following.
Role assigning and managing.
Modifying roles.
Modifying data.

11) Policies shall be created based on the requirements of the work processes.
FDS workshops shall design & capture triggers, logical calculation and
actions performed by each Policy.

12) Implementation agency shall help BORL to select and create 30 Policies to
take intelligent actions based on the IOW limits of Health Indicators.

13) The Event Mapping shall be configured in consultation with BORL during the
design Workshop based on the data in SAP.

14) Data for BORL Refinery, COT & VBPL shall be filtered, the Data visible to a
user shall only be restricted to that of his site. Administrator should be able to
provide read only access to each other’s data on internal approval.

15) The implementation agency shall provide Hand holding for the following:

a) The implementation agency shall create one dashboard each for all the
work processes and at each site. The dashboard content shall be
discussed with BORL during the FDS workshops. Role based Dash
board or home page is to be created for different users of different
departments.
b) Perform Asset Criticality Analysis for assets in HGU and HCU-DHDT
complex at BORL
c) Implementation agency shall carry out full RCM, FMEA on all the assets
as per Annexure-D
CRFQ 1000292029 E-tender System ID : 31011

D) APM HEALTH:

1) The Asset health manager shall be treated as one place of truth for
identifying and monitoring the asset health. The only relevant information
from tags shall be collated in Asset Health Manager.

2) The APM health work process shall comprise of the following components for
implementation:
a) Asset health manager
b) Rounds

3) The Asset Health Management Module shall be configured to add health


indicators based on strategic actions for the asset. The configuration shall
facilitate linking of Health indicators to Tags and events from various sources
such as
a) Exaquantum
b) LIMS
c) System ONE
d) Emerson AMS Suite
e) Bentley Project Wise
f) Handheld devices for rounds for identified parameters. (Presently BORL
plans to develop the functionality for this requirement. Actual
implementation shall be done at later stage.)

4) Handholding shall start only after software go-live. Software go-live shall take
place after successful completion of configuration and testing. Handholding
shall be carried out for the following:

5) Implementation agency shall configure the processes for 30 numbers of


routes having 10 equipment in each route with 15 tags per equipment for
handheld device.

6) The implementation agency shall handhold BORL to create 15 health


indicators for each of the work processes.

E) APM STRATEGY:

1) The APM strategy work process shall be primarily comprising of following


modules for implementation:
a) RCM – Reliability Centered Maintenance
b) FMEA – Failure Mode and Effect Analysis
c) ASM – Asset Strategy Management
d) ASI – Asset Strategy Implementation

2) The Meridium APM Strategy Work Process is focused on proactive asset


management plans that are designed for the purpose of mitigating risks and
shall consist of the steps that are outlined in the following table:
CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details


Evaluate asset risk Identify and qualify unmitigated risks.
and performance Define how current maintenance plans
1 mitigate risks.
Identify gaps in mitigation.
Define regulatory actions.
Mitigate risks with Assess and document what is currently being
2 an action plan done to mitigate risk as well as identify
additional actions to mitigate risk.
Optimize mitigations Review current mitigation plan to:
Identify actions that have no current value to
see if they can be removed or replaced.
Identify less intrusive actions that supersede
3 other, more intrusive actions.
Document areas that need improving.
Document decision process.
Review the impact of the new strategy on risk
and cost, compared to the original strategy.
Communicate an Communicate the following information that
improved plan was documented in previous steps of the work
process:
The updated strategy profile.
4
What changed from the original strategy?
Why the updated strategy was selected?
The return on investment value.
The risk reduction numbers.
Implement the Implement the new strategy into SAP PM.
Strategy Specifically, during this step, implement:
Recommendations that were identified.
Processes to measure the effectiveness of the
5 strategy.
Document the decision-making process
behind the new strategy.
A process for obtaining and communicating
feedback from the workforce in the field.
Execute the Execute the work:
Strategy Ensure the work is being documented.
Ensure the workforce understands the value
6
in executing the plan.
Review work history to maintain and ensure
regulation compliance.

3) Strategies for pipeline facilities / systems to be included as a part of


implementation scope.

4) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at BORL.
CRFQ 1000292029 E-tender System ID : 31011

5) BORL plans to create the functionality for Operator rounds and is described
in the APM Health section. Actual Implementation shall be done at later
stage.

6) The implementation agency shall be responsible for handholding the


respective teams through the entire process. It includes Criticality analysis,
RCM/FMEA, ASM, ASI and pushing the approved recommendations to SAP
in the form of notification or work order.

7) 15 equipment from each site i.e. BORL, COT and VBPL shall be linked to
ASM.

8) Subject matter experts from implementation agency shall help Pipeline team
to select one system for applying complete work process.

F) APM FAILURE ELIMINATION:

1) The Failure Elimination Work Process shall include following modules for
implementation
a) Root Cause Analysis
b) Reliability Analytics

2) The Failure Elimination Work Process is focused on identifying past failures


and eliminating future failures. And the work process steps shall be as
outlined in the table below:

Steps Description Details


Understand asset Use the APM Foundation work process to
1 performance classify assets and evaluate event history and
production losses.
Identify Identify chronic events and bad actors based
2 opportunities upon information such as number of work
orders, work order cost, and lost production.
Perform an Identify how a given failure occurs and take
3 investigation the appropriate corrective measures to
eliminate the identified causes.
Determine solutions Recommend changes to improve overall
asset performance and communicate findings
4
and those recommendations to decision
makers.
Implement Use the APM Foundation work process to
5 solutions track recommendations.
Track performance Measure the effectiveness of strategy
implementation, which can transform
corporate visions into strategies and
6
measures, aligning key performance
indicators to company's objectives and
strategies.
CRFQ 1000292029 E-tender System ID : 31011

3) The Root cause analysis module shall be configured to assist analysts to


import templates for common failure modes on assets.

4) Recommendations generated from root cause analysis shall be available for


tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following:


a) Facilitators from the implementation agency shall facilitate BORL to
perform Root Cause Analysis - RCA / Reliability Analytics-RA for
equipment as per Annexure-D.
b) BORL shall form a team of cross functional members for carrying out root
cause analysis on the selected failures.
c) Facilitators from the implementation agency shall facilitate BORL to
create 2 (Two) Reliability Distribution Analysis each for HGU and HCU-
DHDT Complex.

G) APM MECHANICAL INTEGRITY:

1) The APM Mechanical Integrity work process shall be primarily comprising of


following modules for implementation:
a) IM-Inspection Management
b) TM-Thickness Monitoring
c) RBI-Risk Based Inspection

2) A detailed work shop shall be conducted by Implementation Agency to


finalize the existing work process vs. Meridium work processes, and
document all the changes that will lead to configuration in the software.

3) BORL shall follow internal steps to get approval for any changes in the work
processes to be adapted.

4) Functional Design workshop shall be conducted by the implementation


agency to identify any configuration changes from the baseline software. All
the changes to be documented and submitted to BORL for approval.

5) There shall be review sessions with BORL core team before approval of
documents.

6) The implementation agency must ensure that the designed work process
shall be consistent across all the sites viz refinery / COT / VBPL.

7) For Inspection Management, Implementation Agency will discuss possible


work management interface to Create Inspection Task with either Meridium
or SAP being the master for the Inspection plan. All the pros and cons will be
discussed during the FDS work shop when BORL will take a decision and the
same shall be followed. The agency shall be responsible to configure the
solution accordingly.
CRFQ 1000292029 E-tender System ID : 31011

8) As and when required, alert/email reminder to be created from Inspection


Task family whenever the Task is overdue or about to become due in
Meridium depending upon the decided policy

9) BORL wants to update the Notification history in SAP from Inspection Report
in Meridium. The Inspection Report should be able to close the Notification
both in Meridium and SAP, and update the Inspection Task. Observation and
failure codes etc. shall be populated to SAP to the respective table.

10) BORL wants that the notification be created from Inspection Task family
whenever the Task is overdue or about to become due in Meridium
depending upon the decided policy.

11) Provision shall be made for addition of the custom formulae and stress
values.

12) In addition to the existing T-min calculators, implementation agency shall add
T-min calculator for ASME Section VIII Division 2 (Latest edition) and add
relevant PV stress values for all the code years.

13) Implementation agency shall add T-min calculator for storage tanks and add
relevant PV stress values for all the code years.

14) Provision shall be made to add fields in data sheets of assets for specific use
such as a field to be added to classify pressure relieving device as PSV, TSV
or Rupture disk etc.

15) Meridium to formulate a calculation of ranking of each process unit based on


each plant risk and place in Corporate Risk Matrix of respective site. The
process unit may contain few plants.

16) All notification & its closure status to be captured under the equipment.

17) Facility to have inspection plan /damage mechanism for each equipment
under the same equipment.

18) Inspection recommendation generation and closing shall be on role basis.

19) Provision shall be made for consolidation of recommendations.

20) Inclusion of general recommendation for managing the Inspection


recommendation other than repair/replacement (or importance). eg. generic
painting jobs, insulation repair jobs etc.

21) Statutory reports or other specific reports based on asset type shall be
generated by Meridium system. Data fields shall be changed to take care of
this aspect.

22) Existing queries and reports to be transported. Implementation Agency to


guide any better ways to configure.
CRFQ 1000292029 E-tender System ID : 31011

23) Make at least 5(Five) reports for each work process.

24) RBI analysis of 10 nos. PSVs each in HGU and HCU-DHDT complex.

25) Data loaders available as standard product shall be rolled out.

26) System should not permit entering of the abnormal data that has values
beyond permissible variation. For example, thickness entry of 99 mm in place
of 9.9 mm.

27) In combination with Metrics and scorecards, BORL intends to create Key
Performance Indicators to be displayed on the dashboards. Those KPIs shall
be for the entire work process. With the help of implementation agency,
BORL shall create 10 (Ten) KPIs that are to be monitored on a scheduled
basis at each site. The implementation agency should suggest best practice
followed and suitable KPIs suitable for BORL work processes. The KPI
formula shall be provided to Implementation Agency during FDS workshop
and Implementation agency shall be responsible to create those KPI’s
around:
a) Inspection Management
b) Thickness Monitoring
c) Risk Based Inspection

28) Implementation agency shall carry out Risked Based Analysis (RBI) for HGU
and HCU- DHDT complex.

Approximate quantity of static equipment, P & ID, PFD / MFD is given as


below.

Sr. No Particular Qty. in HGU Qty. in HCU-DHDT


1 PFD / MFD 5 9
2 P & ID 53 126
3 Heaters 1 4
4 Columns Nil 16
5 Heat Exchangers + AFC 37 + 10 59 + 20
6 Vessels 52 71
7 Reactors 4 6
8 Dosing Tanks 5 -
9 Process Piping Loops 15 45

The Mechanical Integrity Work Process, which includes RBI, is focused on


mitigating the risk of loss of containment by implementing condition
assessment activities. The Mechanical Integrity Work Process shall consist of
the steps broadly outlined in the following table.

Steps Description Details


1 Collect or update Gather the data that is required to perform a
equipment and degradation mechanism review, calculate risk,
location data and plan and execute the appropriate
CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details


activities.
2 Identify potential Identify and quantify the types and locations
degradation of degradation that are occurring in equipment
mechanisms and their components. After doing so, the
probability of failure can be calculated so that
one can plan effective activities.
3 Perform a risk Calculate risk for equipment and their
analysis components so that one can optimize and
prioritize the condition monitoring activities
that will help mitigate the risks
4 Define a Use risk results and strategy rules to generate
mitigation recommendations to mitigate risk.
strategy
5 Execute the Perform recommended inspection or test
strategy activities so that one can mitigate the risk
associated with each potential degradation
mechanisms.
6 Evaluate and Evaluate existing data to obtain better
communicate information about a piece of equipment's or
results location's condition so one can reduce
uncertainty and risk.

29) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at BORL. Pilot room testing shall be carried out and
acceptance from the BORL core team shall be obtained.

30) Baseline Meridium Inspection Strategies to be reviewed and changed to suit


BORL specific requirements. These strategies will be used for generating
RBI recommendations.

31) Hand holding shall include the following. Handholding shall start only after
software go-live.
a) Minimum 20(Twenty) notifications shall be generated in Meridium and
pushed to SAP system following all steps.
b) Create minimum 20(Twenty) tasks in Inspection Management System
(IMS).
c) Meridium shall help BORL to bring 15(Fifteen) tags from Process
Historian and set the IOW limits and to add these as health indicators.
d) Create Thickness Measuring Locations (TMLs) for 10 nos. static
equipment each for Pressure vessels, Heat exchangers, columns and
piping, total 40 nos.

32) Scope of work for RBI implementation at BORL

a) RBI Implementation in BORL HGU and HCU-DHDT complex shall be in


conformance to the requirements of API 580 (latest edition) & API 581
(latest edition).
CRFQ 1000292029 E-tender System ID : 31011

b) Corrosion Subject Matter Expert (SME) shall be deployed for corrosion


study and making corrosion loops. SME shall have adequate experience
of making corrosion control documents for RBI study of minimum 3
(three) plants in Petroleum Refineries. SME shall have minimum 10
years of experience in the field of corrosion study.
c) SME shall conduct the corrosion loop finalization work shop at BORL for
5 days minimum and finalize the corrosion loops with BORL team. SME
shall be available at BORL Refinery site at the time of corrosion looping
study. Implementation agency shall identify, mark & verify corrosion
loops and damage mechanisms for both equipment & piping on P&ID
based on existing operating conditions, stream flows, corrosive fluids,
fluid characteristics, material specifications & damage mechanisms.
Corrosion study is inclusive of the scope.
d) RBI methodology expert experienced in Meridium system shall be
available at BORL Refinery site during the data template creation &
review/validation of Meridium output.
e) Corrosion loops shall be marked on both PFDs and P&IDs. Final review
and acceptance of corrosion loops will be by BORL core team.
f) After corrosion loop identification, Implementation agency shall develop
data template comprising of the following steps.
1) Preparation of relevant data base.
2) Identification of all damage mechanisms, study of probability of
failure & consequence of failure.
3) Calculation of probability of failure for each component as a function
of damage mechanisms it is expose to.
4) Calculation of consequence of failure associated with each
component.
5) Combination of probability and consequence numbers to calculate
the risk associated with each component and rank the component
according to the risk results.
g) Implementation agency shall conduct RBI workshop involving RBI
specialist who shall familiarize BORL team for RBI methodology and
Meridium RBI methodology.
h) RBI facilitation work shop shall be conducted by RBI specialist in which
the RBI output/risk ranking will be verified and finalized. Any correction in
data if required shall be done in consultation with BORL. Risk of RBI
components will be finalized during the facilitation work shop
i) All the process equipment (viz. columns, exchangers, pressure vessels,
furnace coils, piping, pressure relieving devices etc.) of HGU and HCU-
DHDT shall be covered in scope for RBI Implementation.
j) Inspection guidelines provided by M/s CLG, Process Licensor for BORL
Hydro-cracker Unit shall be taken into consideration for implementation
of RBI.
k) Implementation agency shall finalize the data collection templates in
consultation with BORL core team. Implementation agency shall hand
over the agreed data collection templates to BORL core team in one go.
No subsequent data collection templates will be accepted by BORL core
teams. All further changes in formats, analysis etc. shall be done by the
Implementation agency.
CRFQ 1000292029 E-tender System ID : 31011

l) BORL will collect the required RBI data in the data collection template
and validate the data and provide to implementation agency for upload.
m) Site teams will provide the data initially in Microsoft word/excel format. All
required conversions of provided data in to other required
formats/templates shall be carried out by Implementation agency. BORL
core team will not carry out any conversion of data in to other required
formats.
n) Implementation agency shall validate data type and load it into the
Meridium software. Implementation agency shall deploy persons trained
in Meridium software at this stage. Implementation agency will run the
Meridium program to obtain output.
o) Implementation agency shall be responsible for uploading the data to RBI
software.
p) Within equipment, the inspection strategy/plans shall be developed for
each component and sub-component level based on vulnerability of
component/sub-component.
q) The Implementation agency shall quantify risk involved for each
equipment using Risk, consequence and criticality analysis. The
Implementation agency shall rank the equipment to arrive Risk matrix.
r) The Implementation agency shall develop/generate a cost-effective
inspection and maintenance plan in consultation with BORL core team
for increased mechanical integrity and reliability based on inspection final
outputs. Inspection plan / strategy shall be built using Risk, Probability
and criticality analysis. Inspection plan and maintenance plan shall be
developed with the following considerations
1) To increase the effectiveness and efficiency of inspection – What to
inspect and which methods to use for inspection. Reduction in
probability of failure.
2) Timely identification of repair/replacement of degrading/deteriorating
equipment
3) To reduce the level of risk of failure in terms of health, safety,
Environmental and business.
4) To increase the run length of the facilities.
5) Prioritization of inspection activities of each equipment or facility or
plant
6) Statutory and regulatory requirements prevalent in India.
s) All the damage mechanisms, included in API 571 (latest edition) and
relevant to HGU and HCU- DHDT are to be included
t) The damage mechanisms and damage rates should be identified
thorough review of inspection records, history records, previous
experience, relevant codes/ standards/handbooks and the operating
data. If required, Subject Matter Expert (SME) of Implementation agency
shall provide standard corrosion rates for various corrosion loops &
components of the plants under consideration. The corrosion rates shall
be based on corrosion rate data base of API or other reputed companies.
These rates shall be approved by BORL core team.
u) The Implementation agency shall conduct initial / preliminary study to
identify the scope of RBI study and RBI software configuration and the
report shall be submitted to site team for comments and approval.
v) Implementation agency shall create the components in Meridium.
CRFQ 1000292029 E-tender System ID : 31011

w) On approval of the initial/preliminary study report, the Implementation


agency shall conduct the detailed analysis which includes consequence
analysis, calculation of Probability of failure (PoF), Risk calculations,
Inspection method identification and developing of inspection
strategy/plan. The detailed report shall be presented to the BORL core
team for acceptance.
x) The following shall be the deliverables from the Implementation agency
for the RBI implementation.
1) Corrosion control documents containing corrosion loops marked on
both PFDs and P&IDs and corrosion reports giving all damage
mechanisms, IOWs, corrosion rates etc.
2) Detailed RBI report having component wise probability of failure,
consequence of failure, risk assessment and ranking. Report shall
document all assumptions used in RBI study and highlight specific
conclusions and recommendations.
3) Asset wise rolled up POF and COF.
4) Inspection strategy and inspection plans for all the equipment
included in the scope. This shall include plan with respect to
components/sub component of the equipment, degradation
mechanisms & recommended inspection methods for each
degradation mechanisms and when to inspect.
5) Mitigation plan for items appearing to have unacceptable risk.
6) Inspection work list.
7) The final documents containing all above-said documents in soft
copy and a hard copy bound volume.

H) TRAINING:

a) Administrative training for IS team to be provided.


b) User Trainings shall be conducted by the implementation agency at BORL
sites independently for both functional team and technical team.
c) Unless otherwise specified the batch for functional training shall have up to
16 participants.
d) Training material in the form of hard and soft copy shall be given to each
participant.
e) Quiz may be considered at the end of training for gauging effectiveness of
the training sessions.

I) DOCUMENTATION:

1) Four sets of manuals bound volumes covering the following shall be


submitted by the implementation agency to BORL. Manual shall be in the
form of hard copy and soft copy with text description and screen shots.
2) Prepare and submit the following documents.
a. AS-IS and TO-BE Documents
b. FDS documents
c. As built Configuration documents
d. Interfaces manual
e. Testing plans as per FDS
CRFQ 1000292029 E-tender System ID : 31011

f. Training manuals
g. User manual / Procedure Manual- For each work process
3) User manuals containing the following.
a. Functional, Super user and system Administrator tasks.
b. All the configuration documents shall be supplied by the implementation
agency in the form of as-built document.
c. For all modules and wok processes
d. Role assigning and managing
e. RBI process document including ever-greening.
f. RCM/FMEA/ASM/ASI Process document and packaging to SAP as
Maintenance Plans.
g. Create role /authority for deleting records or modify the data.
h. Procedures for creating the following in Meridium system
i. Creating parent-child relationship between assets.
j. Create, change, and update failure codes.
k. Create, change, and update shutdown codes.
l. IOW linking and making policies.
4) Device making and bulk loading procedures for the following.
a. TML bulk creation and upload.
b. Bulk up load of asset data.
c. TML measurement data.
d. Asset Criticality Analysis upload.
e. RBI component creation, analysis and re-analysis.
f. Task creation in bulk.
g. PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h. Template for inspection profiles and inspection methods.
i. Functional Aspects - building, modification and provide access control for
the following.
i. Query, Report, Graphs etc.
ii. Dash board, score card
iii. Alerts
iv. Scheduling of task, data extraction scheduler
v. Mapping fields for interfacing the Meridium with third party
software.

J) SPECIAL CONDITIONS:

Following are the special conditions which the bidder need to specifically confirm
while submitting the technical bid. It may be noted that, failure to confirm any of
the below conditions shall result in rejection of the technical offer.

1) The implementation agency shall use a project management methodology, to


prepare detailed work breakdown structure for the entire project clearly
mentioning the total scope of work for BORL.

2) The implementation agency shall study the job and prepare a bar chart and
submit with the technical bid.
CRFQ 1000292029 E-tender System ID : 31011

3) Experienced technical consultants having implementation experience in 3.6


or V4 covering all the work processes (modules) should be deployed on the
project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be


mobilized for all hand holding and implementation of Meridium, having
implemented at least at three sites.

5) The implementation agency shall submit the details of team size,


qualification and experience of team members those will be deployed for
this project with technical bid.

6) Implementation agency shall prepare and submit the progress report


monthly before 5th of every month and have monthly project review meeting
with BORL team at BORL refinery.

7) RCM/FMEA Facilitators having minimum 7-year experience shall be


deployed to perform Asset Criticality Analysis for assets.

8) Implementation agency shall deploy corrosion Subject Matter Expert (SME)


for corrosion study and making corrosion loops having experience of
making corrosion control documents for RBI study of minimum 3 (three)
plants in Petroleum Refineries. SME shall have minimum 10 years of
experience in the field of corrosion study.

9) RBI methodology expert experienced in Meridium system shall be available


at sites during the data template creation & review/validation of Meridium
output.

10) Handholding shall start only after software go-live at each site.

11) The interfaces connecting to SAP system shall be approved by SAP and
BORL ERPCC team and IS teams.

12) The work days shall be Monday to Friday for all sites unless otherwise
specified. In case of exigencies, working will be extended on closed days
and holidays without extra cost.

13) The implementation agency shall update the risk ranks of existing records in
existing database, and get it reviewed by the site teams if required. This
shall be considered as scope for handholding.

14) The implementation agency must ensure that the designed work process
shall be consistent across both the sites.

15) Data and documents given to the implementation agency shall be used for
the related work and shall be treated as confidential and shall not be shared
with any agency.

16) The Implementation agency shall abide by the safety and security
regulations as enforced by the owner from time to time. The Implementation
CRFQ 1000292029 E-tender System ID : 31011

agency shall comply with all rules, regulations and orders of various
statutory authorities, insurance, Engineer-In-Charge of sites, etc at no extra
cost.

17) Implementation agency shall obtain on their own and at their cost the
necessary permits and approvals for foreign expatriates to work in India, if
deemed necessary.

18) No accommodation, travel assistance, food, lodging and boarding will be


provided to Implementation agency. Implementation agency will have to
arrange all travel, food, and accommodation, lodging/boarding at their cost
to their staff on the work of this tender or any other work related to this
tender. The quoted rates shall be inclusive of above.

19) The scope of the implementation as specified in this tender document shall
be completed in all aspects. The Implementation agency shall conduct a
detailed audit to assess the system implemented. If non-achievement is due
to the software solution, integration, faulty design or configurations or any
other cause attributable to the Implementation agency, then the cost
incurred towards any such rectification and audit shall be borne by the
Implementation agency.

20) Implementation agency is required to study the job and prepare their own
bar-chart and furnish with the techno-commercial bid.

21) Any modification to the software and processes to resolve any issues at a
site shall be replicated at other sites, if applicable, without any extra cost.

22) There will be stabilization period of six months from the date of completion
of implementation work. Implementation agency shall give support and
resolve all the issues, bugs, errors and connectivity issues at no extra cost
during the stabilization period.

23) There may be incidences of work getting affected due to site team members
not available for some time due to exigencies, emergencies and plant
shutdowns for a maximum period of one month. Implementation agency
shall plan the activities accordingly such that there is no involvement of our
site member during such period.

24) In case the work gets affected due to some interface/software issues
resulting in idling of the resources of implementation agency and/or
rescheduling of the jobs, no extra compensation will be made.

25) Training shall be given separately at BORL refinery.

26) Training server or training database should be configured at BORL site so


that users can be trained.

27) Common Training shall be given to core teams for each process before
starting the implementation to understand the features in detail and is part
CRFQ 1000292029 E-tender System ID : 31011

of this contract. This is included in the scope of lump sum and no extra
payment shall be made under the user training.

28) Following documents to be submitted along with the technical bid:


 Name, address and contact details of the petroleum refinery where APM
V3.6 or V4.2 version is successfully implemented.
 Experience of the SMEs and resources of implementation agency.

K) GENERAL INFORMATION:

1) There will be a separate engineer-in-charge for each site who will be


coordinating all the activities related to this tender with whom the
implementation agency shall interact.

2) During implementation, BORL shall be deploying an overall coordinator and


core teams for each process from BORL refinery who would be responsible
authorities so as to ensure acceptance.

3) Work process for BORL shall be as finalized in respective FDS.

4) This implementation requirement does not comprise of reviewing and / or


rescheduling the existing inspection schedules or thickness monitoring plans.

5) The bid prepared by the Implementation agency and all correspondence and
documents relating to the bid shall be written in the English language.

L) PAYMENT TERMS FOR BORL:

Performance Security Deposit Clause, as per General Terms and Conditions, shall
be applicable for this Contract.

A) Implementation
1) 10% on Completion of FDS and final acceptance by site team.
2) 10% on completion configuration, interfacing & testing.
3) 5% on completion of implementation of APM foundation.
4) 5% on completion of implementation of APM Health.
5) 15% on completion of implementation of Mechanical Integrity.
6) 5% on completion of implementation of APM Failure Elimination.
7) 15% on completion of implementation of APM Strategy.
8) 10% on completion of UAT.
9) 15% Go-Live.
10) 10% on completion of stabilization period.

B) Training
100% payment on completion of training as per actual days and related
documentation.
CRFQ 1000292029 E-tender System ID : 31011

M) TIME OF COMPLETION:

The completion period for the entire scope of work for BORL shall be 15 months
from the date of purchase order. The stabilization period of 6 months is in
addition to the completion period.

N) LIQUIDATED DAMAGES:

The scope of services shall be completed as per the time schedule and to the full
satisfaction of site teams and in case the Implementation agency fail to complete
the whole work within the stipulated period from the date of purchase order, they
shall be liable to pay Liquidated Damages (LD) of 0.5% of the lump sum fee per
week or part thereof of delay subject to a maximum of 5% of the lump sum fee or
part thereof.
CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE-3
SCOPE OF WORK FOR NRL

INTRODUCTION:

Nestling in the sylvan environs of the Brahmaputra valley where the beautiful
rendezvous of water and land throws up myriad colours, Numaligarh Refinery Limited
(NRL), which was set up at Numaligarh in the district of Golaghat (Assam) in
accordance with the provisions made in the historic Assam Accord signed on 15th
August 1985, has been conceived as a vehicle for speedy industrial and economic
development of the region. The current refining capacity of NRL is 3 MMTPA.

As a part of corporate program, NRL intends to implement Meridium Enterprise


APM version APM V4.2.0.8 (or the latest) for its Asset Integrity Management System
(AIMS).

IMPLEMENTATION SCOPE OF WORK:

The scope of work shall be, in general but not limited to Functional Design
Specification (FDS), installation, configuration, testing, hand holding, training,
documentation and roll out the Meridium Enterprise APM V4.2 software or latest
version. Scope of Implementation shall also include all the steps required for
implementation of all the modules including preparation of Corrosion Control
Document, Risk Metrics development, RBI and RCM, Data compilation as per
standards templates etc. for HCU at NRL. Also, all work processes shall be
configured, tested and implemented in the newly installed system landscape using
new functionality options available in the latest version. The implementation
landscape shall be as given in Annexure – A2. All modules to be implemented are
given in Annexure-B2.

A) FUNCTIONAL DESIGN SPECIFICATION (FDS):

Implementation Agency shall conduct a workshop for FDS for all modules / work
processes listed in Annexure-B2 for NRL. Work shop shall be held at
Numaligarh. Implementation Agency shall submit the FDS to NRL Team for
approval.

1) Implementation Agency shall cover the following in FDS in consultation with


NRL:
a) Identify the requirements related to all the modules.
b) Design the Taxonomy Mapping for Numaligarh Refinery.
c) Identify all requirements including interfaces and reporting.
CRFQ 1000292029 E-tender System ID : 31011

2) Share best practices, tips and experiences on how an enterprise wide


deployment can be made successful and how NRL can be most benefitted by
implementing APM.

3) Identify the “AS IS” conditions by conducting a detailed study by way of


meeting, discussions, interviews, questionnaire etc.

4) Develop “To Be” process based on the inputs from NRL and the features
available in the software.

5) Detailed study shall be carried out to identify the Gap using the “AS IS” and
“To Be” processes.

6) Identify the best option available in solution offered based on the inputs given
by NRL core team and identify those processes, which have a “straight fit” in
solution offered. In case, there is no straight fit in solution, offer ‘work around’
solution for such processes.

7) The FDS shall contain the action plan required along with the timeline for
affecting the changes.

8) During FDS, in case of any configuration changes from the baseline


software, all such changes to be submitted for approval and document all the
changes that will lead to configuration in the software.

9) FAT to be carried out and approved by NRL before migrating all the
configurations/data to Quality environment.

10) Pilot room testing shall be carried out based on FDS and implementation
agency shall obtain approval from NRL core team. Any changes if required
shall be incorporated in the system.

11) The FDS implementation plan should have scalability to enable NRL to
extend solution to maximum capacity.

12) FDS report should contain the test criteria for site acceptance, testing
procedure and integration testing procedure.

13) Submit the test plans and FDS for review approval of NRL including the
changes in work processes, configuration etc. identified during the FDS.

14) After the approval of functional design specifications report and software
installation, implementation agency shall train NRL core team.

B) INSTALLATION OF ALL MODULES OF APM SOFTWARE:


CRFQ 1000292029 E-tender System ID : 31011

1. Implementation Agency shall carry out Software Installation on Server


Operating System Windows Server 2012 or later version (64 Bit) and SQL
Server 2014 or later version (64 Bit) on Physical Server Hardware and/or
Virtual Server (on VMware/Citrix platform) and/or public cloud. Operating
System, Database and APM Software and required hardware will be
provided by NRL.

2. Implementation Agency shall setup the AIMS Solution landscape having


Production with high availability feature, Development/Quality and DR
(Disaster Recovery) site.

3. As a part of implementation, Implementation Agency will configure High


Availability feature wherein Primary Server will have redundancy and
automated failover between these two servers for application and
transactional data will be configured and tested. Implementation Agency
should clearly specify the configuration of such an environment.

4. Disaster Recovery setup on Cloud or on-site to be configured. NRL will


provide the required resources as specified by Implementation Agency. Its
Implementation Agency’s responsibility to configure the setup, build
redundancy, set Disaster Recovery processes and test DR for the first time.

5. Implementation agency shall provide the test plans to NRL so that the test
plan after applying hot fixes, patches and even upgrades. The test plan
should also include all scenarios of processes including work flow and
interface parts and shall be prepared with the NRL configuration.

6. Carry out testing of all data and Work process to the version (V4.2.0.8 or
latest). Final acceptance testing shall be carried out with the core team and
shall obtain the approval from NRL before rolling out into production.

7. Set up the following Interfaces:

a) SAP Interfaces:
All the below given interfaces should route through RFC (Remote
Function Call) Connector. The list of interfaces is follows:

Interface Name Remarks


Equipment Interfacing from SAP to APM
Functional Location Interfacing from SAP to APM
Work History & work history
detail Interfacing from SAP to APM
Equipment Technical
Characteristics Interfacing from SAP to APM
Functional Location Technical Interfacing from SAP to APM
Characteristics
Work Management Interfacing from SAP to APM
Notification Management Interfacing from APM to SAP
Work Order Management Interfacing from APM to SAP
CRFQ 1000292029 E-tender System ID : 31011

ACA Adaptor Direct Interfacing from APM to SAP


ASI Adaptor Direct Interfacing from APM to SAP
Note: Current SAP version at NRL is ECC 6 EHP 8.

b) APM Interface with other sources:

System Name Existing Version


Aspen IP21 V8.0 and A1PE 8.5
LIMS Sample Manager V11.1
GE System 1 V 6.90 update 1
DMS SAP Content Server 6.5 DMS running on SAP
MaxDB 7.6
OLEMS Siemens SENTRON Power manager V3.1
PROGNOST V12

c) These or any other interface that will be required for transactions with
Meridium shall be finalized during FDS and the same shall be suggested
by implementation agency.

d) The additional data that is required to be integrated in Meridium is


available in different applications, as defined in this section.

8. Bulk uploading facility. The following bulk uploading using excel sheets shall
be made available:

a. TML bulk creation and upload.


b. Bulk up load of asset data.
c. TML measurement data.
d. Asset Criticality Analysis upload.
e. RBI component creation, analysis and re-analysis.
f. Task creation in bulk.
g. PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h. Template for inspection profiles and inspection methods.
i. Functional Aspects - building, modification and provide access control for
the following.
j. Query, Report, Graphs etc
k. Dash board, score card
l. Alerts
m. Scheduling of task, data extraction scheduler
n. Mapping fields for interfacing the Meridium with third party software
o. Bulk upload of check list
p. Bulk upload of Vibration reading from vibration data collector
q. Asset Criticality Analysis data.
r. Measurement location and their IOW limits.
CRFQ 1000292029 E-tender System ID : 31011

C) APM FOUNDATION:

1) The APM Foundation shall include the following functional components:

a) Functional Location and Equipment Master Data including technical data


(characteristic data) shall be imported from SAP to Meridium through
interface.
b) Notification and Order Header details shall be from SAP including Date
or Events and Total Cost booked against the Order
c) Details of Item, Cause, Damage and actions that are captured against
recommendation / notification and shall be synchronized with SAP codes
while creating or updating notification. It should include observations,
Work carried out and the above shall be accomplished through interface.
d) Asset Criticality Analysis: Asset Criticality Analysis shall provide a
structured methodology for assessing the risk of an equipment or
functional location or system. The risk rank shall then be utilized to map
to ABC criticality in SAP.
e) The Metrics and Scorecards module shall be configured for creation of
the following Scorecards. Society of Maintenance and Reliability
Practitioners (SMRP) Metrics: These will be based on the standard
SMRP KPIs for Event History as shown below. The SMRP Metrics shall
be configured and the Calculations shall be approved by NRL.
f) The following KPI are assumed to be part of the standard module. Apart from
the standard KPIs, 30 nos. KPIs as defined by NRL (Min. nos. for 5 each of the
work processes) to be generated by the implementation agency.
1. Average Corrective Work Cost
2. Corrective Work Cost %
3. Proactive Work Cost %
4. Reactive Work Cost %
5. Corrective Work Count %
6. Proactive Work Count %
7. Reactive Work Count %
8. Mean Time Between Failures (MTBF)
9. Mean Time Between Repairs (MTBR)
10. Failure Rate
11. Mean Time to Repair (MTTR)
12. PM Effectiveness %
13. Critical Asset Mechanical Availability
14. Critical Asset Mechanical Unavailability
15. Critical Asset Mechanical Downtime
16. Top risk contributing items
17. Percentage compliance to inspection schedule etc.
18. Status on leading and lagging indicators.
19. Bad Actor by cost equipment
20. Bad Actor by cost -Taxonomy Category
21. Bad Actor by cost -Taxonomy Class
22. Bad Actor by cost -Taxonomy Type
23. Bad Actor by cost -Taxonomy Category for specified time (say in last two
years)
24. Bad Actor by cost -Taxonomy class for specified time (say in last two years
for
25. Bad Actor by cost -Taxonomy type in last two years or specified time
26. Bad Actor by repair count -Taxonomy Category
i. Bad Actor by repair count -Taxonomy Class
CRFQ 1000292029 E-tender System ID : 31011

ii. Bad Actor by repair count -Taxonomy Type


iii. Bad Actor by repair count -Taxonomy Category in last two years
or specified time
iv. Bad Actor by repair count -Taxonomy class for specified time
(say in last two years)
v. Bad Actor by Repair count -Taxonomy type for specified time
(say in last two years)
vi. Bad Actor by cost equipment for specified time (say in last two
years
vii. Bad Actor by repair count equipment for specified time (say in
last two years)
viii. Bad Actor by repair equipment.

g) Taxonomy Mapping of Assets: The Functional location and Equipment


master data structure from SAP PM shall be replicated in Meridium and
the existing customizations shall be reviewed to adapt to the same. The
Taxonomy Mapping shall be configured in consultation with NRL during
the design Workshop.
h) Metrics and Scorecards: Standard Metrics and score cards available in
Meridium shall be used to the extent possible and the same shall be
configured as per the configuration identified during FDS. Additional parameters
and KPI identified shall also be included in this.

2) Provision shall be made to grouping of assets, systems and unit level for risk
vs cost comparison in ASM module.

3) Configure the fields and email alerts given in ANNEXURE – C.

4) The Technical Characteristics maintained in the SAP system against


Functional location and Equipment shall be mapped to respective fields in the
Meridium through interface.

5) The User Login and Authentication shall be based on windows authentication


using Active directory and shall be role based.

6) The System shall be capable of sending email alerts if required to certain


users/group of users on certain conditions.

7) The New Configuration for Notifications shall include capturing the following
data elements
a) Functional Loss
b) Detection Method
c) Symptom

8) The Implementation agency shall in consultation with the NRL core team
create a Corporate Risk Matrix (CRM) for Reliability and Integrity
Management at each site involving site team and the same shall be
configured in Meridium. Active Asset Criticality Analysis (ACA), RBI Risk
Matrix and RCM Risk Matrix shall be mapped to CRM.
CRFQ 1000292029 E-tender System ID : 31011

9) The management process for recommendations shall be standardized across


NRL sites and will include optional links to create/update Notifications in SAP
as and only where it is relevant.

10) Facility shall be provided for the administrative work for the following.
Role assigning and managing.
Modifying roles.
Modifying data.

11) Policies shall be created based on the requirements of the work processes.
The workshop for FDS shall design and capture triggers, logical calculation
and actions performed by each Policy.

12) Implementation agency shall help NRL to select and create 30 Policies to
take intelligent actions based on the IOW limits of Health Indicators.

13) The Event Mapping shall be configured for NRL in consultation with NRL
during the design Workshop based on the data in SAP.

14) The implementation agency shall provide Hand holding for the following:

a) The implementation agency shall create one dashboard each for all the
work processes. The dashboard content shall be discussed with NRL
during the FDS workshops. Role based Dash board or home page is to
be created for different users of different departments.

b) Perform Asset Criticality Analysis for assets Hydrocracker Unit (HCU) of


NRL.

c) Implementation agency shall carry out the following for all the rotary
equipment at HCU of NRL (approx. 100 systems). Based on the study
recommendations, carry out the following.
i) Full RCM on all high critical systems.
ii) FMEA on all Medium critical systems.
iii) Perform Risk v/s cost analysis in ASM on all low critical
systems.

D) APM HEALTH:

1) The Asset health manager shall be treated as one place of truth for
identifying and monitoring the asset health. The only relevant information
from tags shall be collated in Asset Health Manager.

2) The APM health work process shall comprise of the following components for
implementation:
a) Asset health manager
b) Rounds

3) The Asset Health Management Module shall be configured for both sites to
add health indicators based on strategic actions for the asset. The
CRFQ 1000292029 E-tender System ID : 31011

configuration shall facilitate linking of Health indicators to Tags and events


from various sources such as:
a) Aspen IP21
b) LIMS
c) GE System1
d) Handheld devices for rounds for identified parameters. (Presently NRL
plans to develop the functionality for this requirement. Actual
implementation shall be done at later stage.)
e) Prognost V12

4) Handholding shall start only after software go-live. Software go-live shall take
place after successful completion of configuration and testing. Handholding
shall be carried out for the following:
a) Implementation agency shall configure the software for handheld device
and configure the interface with handle held device with Meridium and is
for approx. 30 numbers of routes having 10 equipment in each route with
15 tags per equipment.
b) The implementation agency shall handhold NRL to create 15 health
indicators.

E) APM STRATEGY:

1) The APM strategy work process shall be primarily comprising of following


modules for implementation:
a) RCM – Reliability Centered Maintenance
b) FMEA – Failure Mode and Effect Analysis
c) ASM – Asset Strategy Management
d) ASI – Asset Strategy Implementation

2) The Meridium APM Strategy Work Process is focused on proactive asset


management plans that are designed for the purpose of mitigating risks and
shall consist of the steps that are outlined in the following table:

Steps Description Details


Evaluate asset risk Identify and qualify unmitigated risks.
and performance Define how current maintenance plans
1 mitigate risks.
Identify gaps in mitigation.
Define regulatory actions.
Mitigate risks with Assess and document what is currently
2 an action plan being done to mitigate risk as well as
identify additional actions to mitigate risk.
Optimize Review current mitigation plan to:
mitigations Identify actions that have no current value
to see if they can be removed or replaced.
Identify less intrusive actions that
3
supersede other, more intrusive actions.
Document areas that need improving.
Document decision process.
Review the impact of the new strategy on
CRFQ 1000292029 E-tender System ID : 31011

Steps Description Details


risk and cost, compared to the original
strategy.
Communicate an Communicate the following information
improved plan that was documented in previous steps of
the work process:
The updated strategy profile.
4
What changed from the original strategy?
Why the updated strategy was selected.
The return on investment value.
The risk reduction numbers.
Implement the Implement the new strategy into SAP PM.
Strategy Specifically, during this step, implement:
Recommendations that were identified.
Processes to measure the effectiveness
of the strategy.
5
Document the decision-making process
behind the new strategy.
A process for obtaining and
communicating feedback from the
workforce in the field.
Execute the Execute the work:
Strategy Ensure the work is being documented.
Ensure the workforce understands the
6
value in executing the plan.
Review work history to maintain and
ensure regulation compliance.

3) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at NRL. The same test plan shall be further used as
approval tool for confirming that all the records at NRL are consistent and
successful transition has occurred.

4) NRL plans to create the functionality for Operator rounds and is described in
the APM Health section. Actual Implementation shall be done at later stage.

5) The implementation agency shall be responsible for handholding the


respective teams through the entire process. It includes Criticality analysis,
RCM/FMEA, ASM, ASI and pushing the approved recommendations to SAP
in the form of notification or work order.

6) Subject matter experts from implementation agency shall help NRL team for
applying complete work process for HCU unit.

F) APM FAILURE ELIMINATION:

1) The Failure Elimination Work Process shall include following modules for
implementation
a) Root Cause Analysis
b) Reliability Analytics
CRFQ 1000292029 E-tender System ID : 31011

2) The Failure Elimination Work Process is focused on identifying past failures


and eliminating future failures. And the work process steps shall be as
outlined in the table below:

Steps Description Details


Understand asset Use the APM Foundation work process to
1 performance classify assets and evaluate event history and
production losses.
Identify Identify chronic events and bad actors based
opportunities upon information such as number of work
2
orders, work order cost, and lost production.

Perform an Identify how a given failure occurs and take


Investigation the appropriate corrective measures to
3 eliminate the identified causes.

Determine Recommend changes to improve overall


solutions asset performance and communicate findings
4
and those recommendations to decision
makers.
Implement Use the APM Foundation work process to
5 solutions track recommendations.
Track Measure the effectiveness of strategy
performance implementation, which can transform
corporate visions into strategies and
6
measures, aligning key performance
indicators to company's objectives and
strategies.

3) The Root cause analysis module shall be configured to assist analysts to


import templates for common failure modes on assets.

4) Recommendations generated from root cause analysis shall be available for


tracking for implementation and effectiveness.

5) Handholding shall be carried out for the following:

a) Facilitators from the implementation agency shall facilitate NRL to


perform 5 (five) Root Cause Analysis (RCA) for NRL. These shall be
suitably selected from various disciplines like static, rotary, electrical,
instrumentation & process etc.
b) NRL shall form a team of cross functional members for carrying out root
cause analysis on the selected failures.
c) Facilitators from the implementation agency shall facilitate NRL to create
5 (five) Reliability Distribution Analysis.
CRFQ 1000292029 E-tender System ID : 31011

G) APM MECHANICAL INTEGRITY:

1) The APM Mechanical Integrity work process shall be primarily comprising of


following modules for implementation:
a) IM-Inspection Management
b) TM-Thickness Monitoring
c) RBI-Risk Based Inspection

2) A detailed work shop shall be conducted by Implementation Agency to


finalize the existing work process vs. Meridium work processes, and
document all the changes that will lead to configuration in the software.

3) NRL shall follow internal steps to get approval for any changes in the work
processes to be adapted.

4) Functional Design workshop shall be conducted by the implementation


agency to identify any configuration changes from the baseline software. All
the changes to be documented and submitted to NRL for approval.

5) There shall be review sessions with NRL core team before approval of
documents.

6) The implementation agency must ensure that the designed work process
shall be consistent all along.

7) For Inspection Management, Implementation Agency will discuss possible


work management interface to Create Inspection Task with either Meridium
or SAP being the master for the Inspection plan. All the pros and cons will be
discussed during the FDS work shop when NRL will take a decision and the
same shall be followed. The agency shall be responsible to configure the
solution accordingly.

8) As and when required, alert/email reminder to be created from Inspection


Task family whenever the Task is overdue or about to become due in
Meridium depending upon the decided policy.

9) NRL wants to update the Notification history in SAP from Inspection Event
Document in Meridium. The Inspection Event Document should be able to
close the Notification both in Meridium and SAP, and update the Inspection
Task. Observation and failure codes etc. shall be populated to SAP to the
respective table.

10) Provision shall be made for addition of the custom formulae and stress
values.

11) In addition to existing T-min calculators, implementation agency shall add T-


min calculator for ASME Section VIII Division 2 and add relevant PV stress
values for all code years.
CRFQ 1000292029 E-tender System ID : 31011

12) Implementation agency shall add T-min calculator for storage tanks and add
relevant PV stress values for the same.

13) Provision shall be made to add fields in data sheets of assets for specific use
such as a field to be added to classify pressure relieving device as PSV, TSV
or Rupture disk etc.

14) Meridium to formulate a calculation of ranking of each process unit based on


each plant risk and place in Corporate Risk Matrix of respective site. The
process unit may contain few plants.

15) All notification & its closure status to be captured under the equipment.

16) Facility to have inspection plan /damage mechanism for each equipment
under the same equipment.

17) Inspection recommendation generation and closing shall be on role basis.

18) Provision shall be made for consolidation of recommendations.

19) Inclusion of general recommendation for managing the Inspection


recommendation other than repair/replacement (or importance). e.g. generic
painting jobs, insulation repair jobs etc.

20) Statutory reports or other specific reports (e.g. Form 8, Form 13 or others
etc.) based on asset type shall be generated by Meridium system. Data fields
shall be changed to take care of this aspect.

21) Existing queries and reports to be transported. Implementation Agency to


guide any better ways to configure.

22) Make at least 5(Five) reports for each work process.

23) RBI analysis of PSVs of Hydro-cracker Unit.

24) Data loaders available as standard product shall be rolled out.

25) System should not permit entering of the abnormal data that has values
beyond permissible variation. For example, thickness entry of 99 mm in place
of 9.9 mm.

26) In combination with Metrics and scorecards NRL intends to create Key
Performance Indicators to be displayed on the dashboards. Those KPIs shall
be for the entire work process. With the help of implementation agency, NRL
shall create 10 (Ten) KPIs that are to be monitored on a scheduled basis at
each site. The implementation agency should suggest best practice followed
and suitable KPIs suitable for NRL work processes. The KPI formula shall be
provided wherever applicable to Implementation Agency during FDS
workshop and Implementation agency shall be responsible to create those
KPI’s around:
CRFQ 1000292029 E-tender System ID : 31011

a) Inspection Management
b) Thickness Monitoring
c) Risk Based Inspection

27) Implementation agency shall carry out Risked Based Analysis (RBI) for
Hydro-cracker Unit consisting 10 PFDs and 58 P&IDs.

Approximate quantity of static equipments in HCU is given below.

Sl. Equipments Numbers


No.
1 Furnaces-Process Heaters 03
2 Reactors 03
3 Columns 09
4 Heat Exchangers 52
5 Vessels 42

The Mechanical Integrity Work Process, which includes RBI, is focused on


mitigating the risk of loss of containment by implementing condition
assessment activities. The Mechanical Integrity Work Process shall consist of
the steps broadly outlined in the following table.

Steps Description Details


1 Collect or update Gather the data that is required to
equipment and perform a degradation mechanism
location data review, calculate risk, and plan and
execute the appropriate activities.
2 Identify potential Identify and quantify the types and
degradation locations of degradation that are
mechanisms occurring in equipment and their
components. After doing so, the
probability of failure can be calculated so
that one can plan effective activities.
3 Perform a risk Calculate risk for equipment and their
analysis components so that one can optimize
and prioritize the condition monitoring
activities that will help mitigate the risks
4 Define a mitigation Use risk results and strategy rules to
strategy generate recommendations to mitigate
risk.
5 Execute the strategy Perform recommended inspection or test
activities so that one can mitigate the risk
associated with each potential
degradation mechanisms.
6 Evaluate and Evaluate existing data to obtain better
communicate information about a piece of equipment's
results or location's condition so one can reduce
uncertainty and risk.
CRFQ 1000292029 E-tender System ID : 31011

28) The implementation agency shall generate a Test Plan at the start of the
project which comprises of all the relevant information of record counts and
various statistics at NRL. Pilot room testing shall be carried out and
acceptance from the NRL core team shall be obtained.

29) Baseline Meridium Inspection Strategies to be reviewed and changed to suit


NRL specific requirements. These strategies will be used for generating RBI
recommendations.

30) Hand holding shall include the following. Handholding shall start only after
software go-live.
a) Minimum 20(Twenty) notifications shall be generated in Meridium and
pushed to SAP system following all steps.
b) Create minimum 20(Twenty) tasks in Inspection Management System
(IMS).
c) Meridium shall help NRL to bring 15(Fifteen) tags from Process Historian
and set the IOW limits and also to add these as health indicators.
d) Create Thickness Measuring Locations (TMLs) for 10 nos. static
equipment each for Pressure vessels, Heat exchangers, columns and
piping, total 40 nos.

31) SCOPE OF WORK FOR RBI IMPLEMENTATION at NRL

a) RBI Implementation in NRL Hydro-cracker Unit shall be in conformance


to the requirements of API 580 (latest edition) & API 581 (latest edition).
b) Corrosion Subject Matter Expert (SME) shall be deployed for corrosion
study and making corrosion loops. SME shall have adequate experience
of making corrosion control documents for RBI study of minimum 3
(three) plants in Petroleum Refineries. SME shall have minimum 10
years of experience in the field of corrosion study.
c) SME shall conduct the corrosion loop finalization work shop at NRL for 5
days minimum and finalize the corrosion loops with NRL team. SME shall be
available at NRL Refinery site at the time of corrosion looping study.
Implementation agency shall identify, mark & verify corrosion loops and damage
mechanisms for both equipment & piping on P&ID based on existing operating
conditions, stream flows, corrosive fluids, fluid characteristics, material
specifications & damage mechanisms. Corrosion study is inclusive of the scope.
d) RBI methodology expert experienced in Meridium system shall be
available at NRL Refinery site during the data template creation &
review/validation of Meridium output.
e) Corrosion loops shall be marked on both PFDs and P&IDs. Final review
and acceptance of corrosion loops will be by NRL core team.
f) After corrosion loop identification, Implementation agency shall develop
data template comprising of the following steps.
1) Preparation of relevant data base.
2) Identification of all damage mechanisms, study of probability of
failure & consequence of failure.
3) Calculation of probability of failure for each component as a function
of damage mechanisms it is expose to.
CRFQ 1000292029 E-tender System ID : 31011

4) Calculation of consequence of failure associated with each


component.
5) Combination of probability and consequence numbers to calculate
the risk associated with each component and rank the component
according to the risk results.
g) Implementation agency shall conduct RBI workshop involving RBI
specialist who shall familiarize NRL team for RBI methodology and
Meridium RBI methodology.
h) RBI facilitation work shop shall be conducted by RBI specialist in which
the RBI output/risk ranking will be verified and finalized. Any correction in
data if required shall be done in consultation with NRL. Risk of RBI
components will be finalized during the facilitation work shop
i) All the process equipments (viz. columns, exchangers, pressure vessels,
furnace coils, piping, pressure relieving devices etc.) of Hydro-cracker
Unit of NRL shall be covered in scope for RBI Implementation.
j) Inspection guidelines provided by M/s CLG, Process Licensor for NRL
Hydro-cracker Unit shall be taken into consideration for implementation
of RBI.
k) Implementation agency shall finalize the data collection templates in
consultation with NRL core team. Implementation agency shall hand over
the agreed data collection templates to NRL core team in one go. No
subsequent data collection templates will be accepted by NRL core
teams. All further changes in formats, analysis etc. shall be done by the
Implementation agency.
l) NRL will collect the required RBI data in the data collection template and
validate the data and provide to implementation agency for upload.
m) Site teams will provide the data initially in Microsoft word/excel format. All
required conversions of provided data in to other required
formats/templates shall be carried out by Implementation agency. NRL
core team will not carry out any conversion of data in to other required
formats.
n) Implementation agency shall validate data type and load it into the
Meridium software. Implementation agency shall deploy persons trained
in Meridium software at this stage. Implementation agency will run the
Meridium program to obtain output.
o) Implementation agency shall be responsible for uploading the data to RBI
software.
p) Within equipment, the inspection strategy/plans shall be developed for
each component and sub-component level based on vulnerability of
component/sub-component.
q) The Implementation agency shall quantify risk involved for each
equipment using Risk, consequence and criticality analysis. The
Implementation agency shall rank the equipment to arrive Risk matrix.
r) The Implementation agency shall develop/generate a cost-effective
inspection and maintenance plan in consultation with NRL core team for
increased mechanical integrity and reliability based on inspection final
outputs. Inspection plan / strategy shall be built using Risk, Probability
and criticality analysis. Inspection plan and maintenance plan shall be
developed with the following considerations
CRFQ 1000292029 E-tender System ID : 31011

1) To increase the effectiveness and efficiency of inspection – What to


inspect and which methods to use for inspection. Reduction in
probability of failure.
2) Timely identification of repair/replacement of degrading/deteriorating
equipment
3) To reduce the level of risk of failure in terms of health, safety,
Environmental and business.
4) To increase the run length of the facilities.
5) Prioritization of inspection activities of each equipment or facility or
plant
6) Statutory and regulatory requirements prevalent in India.
s) All the damage mechanisms, included in API 571 (latest edition) and
relevant to Hydro-cracker Unit, are to be included
t) The damage mechanisms and damage rates should be identified
thorough review of inspection records, history records, previous
experience, relevant codes/ standards/handbooks and the operating
data. If required, Subject Matter Expert (SME) of Implementation agency
shall provide standard corrosion rates for various corrosion loops &
components of the plants under consideration. The corrosion rates shall
be based on corrosion rate data base of API or other reputed companies.
These rates have to be approved by NRL core team.
u) The Implementation agency shall conduct initial/preliminary study to
identify the scope of RBI study and RBI software configuration and the
report shall be submitted to site team for comments and approval.
v) Implementation agency shall create the components in Meridium.
w) On approval of the initial/preliminary study report, the Implementation
agency shall conduct the detailed analysis which includes consequence
analysis, calculation of Probability of failure (PoF), Risk calculations,
Inspection method identification and developing of inspection
strategy/plan. The detailed report shall be presented to the NRL core
team for acceptance.
x) The following shall be the deliverables from the Implementation agency
for the RBI implementation.
1) Corrosion control documents containing corrosion loops marked on
both PFDs and P&IDs and corrosion reports giving all damage
mechanisms, IOWs, corrosion rates etc.
2) Detailed RBI report having component wise probability of failure,
consequence of failure, risk assessment and ranking. Report shall
document all assumptions used in RBI study and highlight specific
conclusions and recommendations.
3) Asset wise rolled up POF and COF.
4) Inspection strategy and inspection plans for all the equipment
included in the scope. This shall include plan with respect to
components/sub component of the equipment, degradation
mechanisms & recommended inspection methods for each
degradation mechanisms and when to inspect.
5) Mitigation plan for items appearing to have unacceptable risk.
6) Inspection work list.
7) The final documents containing all above-said documents in soft
copy in CD and a hard copy bound volume.
CRFQ 1000292029 E-tender System ID : 31011

H) TRAINING:

a) Administrative training for IS team to be provided.

b) User Trainings shall be conducted by the implementation agency at both the


sites independently for both functional team and technical team.

c) Unless otherwise specified the batch for functional training shall have up to
16 participant.

d) Training material in the form of hard and soft copy shall be given to each
participant.

e) Quiz may be considered at the end of training for gauging effectiveness of


the training sessions.

I) DOCUMENTATION:

1) Four sets of manuals bound volumes covering the following shall be


submitted by the implementation agency to NRL. Manual shall be in the form
of hard copy and soft copy with text description and screen shots.

2) Prepare and submit the following documents.


i. AS-IS and TO-BE Documents
ii. FDS documents
iii. As built Configuration documents
iv. Interfaces manual
v. Testing plans as per FDS
vi. Training manuals
vii. User manual / Procedure Manual- For each work process

3) User manuals containing the following.


a) Functional, Super user and system Administrator tasks.
b) All the configuration documents shall be supplied by the implementation
agency in the form of as-built document.
c) For all modules and wok processes
d) Role assigning and managing
e) RBI process document including ever-greening.
f) RCM/FMEA/ASM/ASI Process document and packaging to SAP as
Maintenance Plans.
g) Create role /authority for deleting records or modify the data.
h) Procedures for creating the following in Meridium system
i) Creating parent-child relationship between assets.
j) Create, change, and update failure codes.
k) Create, change, and update shutdown codes.
l) IOW linking and making policies.

4) Device making and bulk loading procedures for the following.


CRFQ 1000292029 E-tender System ID : 31011

a) TML bulk creation and upload.


b) Bulk up load of asset data.
c) TML measurement data.
d) Asset Criticality Analysis upload.
e) RBI component creation, analysis and re-analysis.
f) Task creation in bulk.
g) PV stress including addition, deletion or modification to look up table for
stress values for TM evaluation.
h) Template for inspection profiles and inspection methods.
i) Functional Aspects - building, modification and provide access control for
the following.
I. Query, Report, Graphs etc.
II. Dash board, score card
III. Alerts
IV. Scheduling of task, data extraction scheduler
V. Mapping fields for interfacing the Meridium with third party
software.

J) SPECIAL CONDITIONS:

Following are the special conditions which the bidder need to specifically confirm
while submitting the technical bid. It may be noted that, failure to confirm any of
the below conditions shall result in rejection of the technical offer.

1) The implementation agency shall use a project management methodology, to


prepare detailed work breakdown structure for the entire project clearly
mentioning the total scope of work for NRL.

2) The implementation agency shall study the job and prepare a bar chart and
submit with the technical bid.

3) Experienced technical consultants having implementation experience in 3.6


or V4 covering all the work processes (modules) should be deployed on the
project to ensure smooth transition to newly accepted work processes.

4) Subject Matter Experts (SME), project manager and coordinator shall be


mobilized for all hand holding and implementation of Meridium, having
implemented at least at three sites.

5) The implementation agency shall submit the details of team size, qualification
and experience of team members those will be deployed for this project with
technical bid.

6) Implementation agency shall prepare and submit the progress report monthly
before 5th of every month and have monthly project review meeting with NRL
team at NRL refinery.

7) RCM/FMEA Facilitators having minimum 7-year experience shall be


deployed to perform Asset Criticality Analysis for assets.
CRFQ 1000292029 E-tender System ID : 31011

8) Implementation agency shall deploy corrosion Subject Matter Expert (SME)


for corrosion study and making corrosion loops having experience of making
corrosion control documents for RBI study of minimum 3 (three) plants in
Petroleum Refineries. SME shall have minimum 10 years of experience in
the field of corrosion study.

9) RBI methodology expert experienced in Meridium system shall be available


at sites during the data template creation & review/validation of Meridium
output.

10) Handholding shall start only after software go-live at each site.

11) The interfaces connecting to SAP system shall be approved by SAP and
NRL ERPCC team and IS teams.

12) The work days shall be Monday to Friday for all sites unless otherwise
specified. In case of exigencies, working will be extended on closed days and
holidays without extra cost.

13) The implementation agency shall update the risk ranks of existing records in
existing database, and get it reviewed by the site teams if required. This shall
be considered as scope for handholding.

14) The implementation agency must ensure that the designed work process
shall be consistent across both the sites.

15) Data and documents given to the implementation agency shall be used for
the related work and shall be treated as confidential and shall not be shared
with any agency.

16) The Implementation agency shall abide by the safety and security regulations
as enforced by the owner from time to time. The Implementation agency shall
comply with all rules, regulations and orders of various statutory authorities,
insurance, Engineer-In-Charge of sites, etc. at no extra cost.

17) Implementation agency shall obtain on their own and at their cost the
necessary permits and approvals for foreign expatriates to work in India, if
deemed necessary.

18) No accommodation, travel assistance, food, lodging and boarding will be


provided to Implementation agency. Implementation agency will have to
arrange all travel, food, and accommodation, lodging/boarding at their cost to
their staff on the work of this tender or any other work related to this tender.
The quoted rates shall be inclusive of above.

19) The scope of the implementation as specified in this tender document shall
be completed in all aspects. The Implementation agency shall conduct a
detailed audit to assess the system implemented. If non-achievement is due
to the software solution, integration, faulty design or configurations or any
other cause attributable to the Implementation agency, then the cost incurred
CRFQ 1000292029 E-tender System ID : 31011

towards any such rectification and audit shall be borne by the Implementation
agency.

20) Implementation agency is required to study the job and prepare their own
bar-chart and furnish with the techno-commercial bid.

21) Any modification to the software and processes to resolve any issues at a
site shall be replicated at other sites, if applicable, without any extra cost.

22) There will be stabilization period of six months from the date of completion of
implementation work. Implementation agency shall give support and resolve
all the issues, bugs, errors and connectivity issues at no extra cost during the
stabilization period.

23) There may be incidences of work getting affected due to site team members
not available for some time due to exigencies, emergencies and plant
shutdowns for a maximum period of one month. Implementation agency shall
plan the activities accordingly such that there is no involvement of our site
member during such period.

24) In case the work gets affected due to some interface/software issues
resulting in idling of the resources of implementation agency and/or
rescheduling of the jobs, no extra compensation will be made.

25) Training shall be given separately at NRL refinery.

26) Training server or training database should be configured at NRL site so that
users can be trained.

27) Common Training shall be given to core teams for each process before
starting the implementation to understand the features in detail and is part of
this contract. This is included in the scope of lump sum and no extra payment
shall be made under the user training.

28) Following documents to be submitted along with the technical bid:


 Name, address and contact details of the petroleum refinery where APM
V3.6 or V4.2 version is successfully implemented.
 Experience of the SMEs and resources of implementation agency.

K) GENERAL INFORMATION:

1) There will be a separate engineer-in-charge for each site who will be


coordinating all the activities related to this tender with whom the
implementation agency shall interact.

2) During implementation, NRL shall be deploying an overall coordinator and


core teams for each process from NRL refinery who would be responsible
authorities so as to ensure acceptance.

3) Work process for NRL shall be as finalized in respective FDS.


CRFQ 1000292029 E-tender System ID : 31011

4) This implementation requirement does not comprise of reviewing and / or


rescheduling the existing inspection schedules or thickness monitoring plans.

5) The bid prepared by the Implementation agency and all correspondence and
documents relating to the bid shall be written in the English language.

L) PAYMENT TERMS FOR NRL

Performance Security Deposit Clause, as per General Terms and Conditions,


shall be applicable for this Contract.

A) Implementation
1) 10% on Completion of FDS and final acceptance by site team.
2) 10% on completion configuration, interfacing & testing.
3) 5% on completion of implementation of APM foundation.
4) 5% on completion of implementation of APM Health.
5) 15% on completion of implementation of Mechanical Integrity.
6) 5% on completion of implementation of APM Failure Elimination.
7) 15% on completion of implementation of APM Strategy.
8) 10% on completion of UAT.
9) 15% Go-Live.
10) 10% on completion of stabilization period.

B) Training
100% payment on completion of training as per actual days and related
documentation.

M) TIME OF COMPLETION

The completion period for the entire scope of work for NRL shall be 15 months
from the date of purchase order. The stabilization period of 6 months is in
addition to the completion period.

N) LIQUIDATED DAMAGES

The scope of services shall be completed as per the time schedule and to the full
satisfaction of site teams and in case the Implementation agency fail to complete
the whole work within the stipulated period from the date of purchase order, they
shall be liable to pay Liquidated Damages (LD) of 0.5% of the lump sum fee per
week or part thereof of delay subject to a maximum of 5% of the lump sum fee or
part thereof.
CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE – A

The Corporate wide installation shall be as per the below draft landscape. The final
landscape shall be proposed by the implementation agency.
Any other systems

SAP IP21
Equipment Master
Maintenance And Functional LIMS
Location
Exaquantum
Notifications System1

DMS
SAP PI (XI)

APM Connect

Recommendations

AIMS (Meridium APM)


CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE – A1

For BORL installation shall be as per the below draft landscape. The final landscape shall
be proposed by the implementation agency.
Any other systems

SAP IP21*
Equipment Master
Maintenance And Functional LIMS
Location

Exaquantum

Notifications
System1

DMS
SAP - (Remote Function Call)

APM Connect

Recommendations

AIMS (Meridium APM)

IP 21 is not available currently and is planned for implementation in this FY.


CRFQ 1000292029 E-tender System ID : 31011

ANNEXURE – A2

The installation in Numaligarh Refinery Ltd. (NRL) shall be as per the below
draft landscape. The final landscape shall be proposed by the implementation
agency.

OLEMS

SAP IP21
Equipment Master
Maintenance And Functional LIMS
Location

Prognost
Notifications GE System1

DMS

APM Connect

Recommendations

AIMS (Meridium APM)

Page 69 of 79
ANNEXURE – B
ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS) AT BPCL MR & KR

AVAILABLE
IN
EXISTING
VERSION REMARKS
APM Foundation
Enterprise APM Framework Yes Upgrade and migration to latest version.
APM Metrics and Scorecard No Implementation of new Module in latest version.
APM Connect Plus with
No Implementation of new Module in latest version.
SAP Adapter
APM Designer No Implementation of new Module in latest version.
APM Mechanical Integrity
Risk Based Inspection Yes Upgrade and migration to latest version.
Inspection Management Yes Upgrade and migration to latest version.
Thickness Monitoring Yes Upgrade and migration to latest version.
Pipe line management No Implementation of new Module in latest version.
API 581 Calculator No Implementation of new Module in latest version.
APM Strategy
RCM / FMEA Yes Upgrade and migration to latest version.
Asset Strategy
Management Yes Upgrade and migration to latest version.
Asset Strategy
Implementation Yes Upgrade and migration to latest version.
Lifecycle Cost Analysis No Implementation of new Module in latest version.
Asset Strategy Library No Implementation of new Module in latest version.
APM Failure Elimination
Root Cause Analysis No Implementation of new Module in latest version.
Implementation of new Module in latest
No for MR version for MR.
Reliability Analytics
Yes for KR Upgrade and migration to latest version for KR.

APM Health
Asset Health Manager No Implementation of new Module in latest version.
Mobile Inspection (Rounds,
Lubrication) No Implementation of new Module in latest version.
INTERFACE SOFTWARES
APM Connect Studio No Implementation of new software.
SAP EAM Adaptor
a. SAP Work Management
No Implementation of new software.
Interface Adaptor
b. SAP Asset Criticality
No Implementation of new software.
Analysis Adaptor
c. SAP Technical
No Implementation of new software.
Characteristics Adaptor
d. SAP Process Integration
Yes Implementation of upgraded software.
(PI/XI) Adaptor
e. ASI for SAP Adaptor Yes Implementation of upgraded software.
OPC and OSI PI Adaptor No Implementation of new software.
System One Adaptor No Implementation of new software.
Emerson AMS Adaptor No Implementation of new software.
ANNEXURE – B1
All the following modules and software interfaces shall be implemented for BORL

APM Foundation
Enterprise APM Framework
APM Metrics and Scorecard
APM Connect Plus with SAP Adapter
APM Designer
APM Mechanical Integrity
Risk Based Inspection
Inspection Management
Thickness Monitoring
Pipe line management
API 581 Calculator
APM Strategy
RCM / FMEA
Asset Strategy Management
Asset Strategy Implementation
Lifecycle Cost Analysis
Asset Strategy Library
APM Failure Elimination
Root Cause Analysis
Reliability Analytics
APM Health
Asset Health Manager
Mobile Inspection (Rounds, Lubrication)
INTERFACE SOFTWARES
APM Connect Studio
SAP EAM Adaptor
1. SAP Work Management Interface Adaptor
2. SAP Asset Criticality Analysis Adaptor
3. SAP Technical Characteristics Adaptor
4. SAP Process Integration (Remote function call) Adaptor
5. OPC and OSI PI Adopter
6. System One adopter
7. Emerson AMS Adopter
8. Exaquantum Adopter
9. LIMS adopter
10. Aspen Adopter
11. EDMS Adopter
ANNEXURE – B2
ASSET INTEGRITY MANAGEMENT SYSTEM (AIMS) AT NUMALIGARH REFINERY LTD.
Implementation of New Modules in Enterprise APM V4.2 or latest version.
APM Foundation
Enterprise APM Framework
APM Metrics and Scorecard
APM Connect Plus with SAP Adapter
APM Designer
APM Mechanical Integrity
Risk Based Inspection
Inspection Management
Thickness Monitoring
API 581 Calculator
APM Strategy
RCM / FMEA
Asset Strategy Management
Asset Strategy Implementation
Lifecycle Cost Analysis
Asset Strategy Library
APM Failure Elimination
Root Cause Analysis
Reliability Analytics
APM Health
Asset Health Manager
Mobile Inspection (Rounds, lubrication)
INTERFACE SOFTWARES
APM Connect Studio
SAP EAM Adaptor
a. SAP Work Management - Interface
Adaptor
b. SAP Asset Criticality
Analysis Adaptor
c. SAP Technical
Characteristics Adaptor
d. SAP Process Integration
(Remote Function Call) Adaptor
e. ASI for SAP Adaptor
f. LIMS adopter
g. Aspen Adopter
h. DMS Adopter
i. OLEM Adopter
j. Prognost Adopter
k. OPC and OSI PI Adaptor
l. System One Adaptor

Interface requirement may vary at the time of implementation; these may be taken
only indicative only.
ANNEXURE – C

1. The following IMS fields to be configured.

a. Malfunction start date / time.


b. Malfunction end date / time.
c. Breakdown indicator.

2. The following alerts to be configured.

a. Email Alerts shall be provided as per the requirements identified in FDS for
managing inspection task, recommendations for work flow and monitoring
of the recommendations, task and system administration aspects. Periodic
alert as defined by BPCL shall be configured. For example, Inspection
Tasks due for next month, three months and year etc. shall be triggered
from the system as an email alert to the identified person configured for
alert. The system shall attach the pdf version the result in the email.
b. Automatic e-mail generation based on the agreed date, if document is
pending for review, approval or for creation of notification.
c. Email alert should contain description, observation and recommendation as
an attachment.
d. It should be capable of sending the email alerts in recommendation entity
depending upon the state configuration values like created,
reviewed/approved, notification created. Workflow should be able to pick
the users based on the group created as pick list or similar identical method
so that email will be generated to members of the group selected.

3 As an escalation process, email alerts to the higher authorities if the inspection


approver and owner does not approve the recommendation during the
reasonable time. The time will be defined at the time of FDS. There shall be
provision to alter time limit to initiate escalation.
a. Call out period setting for inspection task and custom tasks other than
inspection.
b. Email IDs for alerts will be decided at the time of implementation.
ANNEXURE – D (Only for BORL)

List of equipment for RCM & FMEA, Root Cause Analysis - RCA / Reliability Analytics-RA
in HGU and HCU-DHDT complex.

EQUIP TAG
SN SERVICE RCM / FMEA RCA RA
NO.
RECYCLE GAS ● ● ●
1 16-KA-CF-401 COMPRESSOR
16-PA-CF- RGC Surface condensate ● ●
2 105B pump
16-PA-CF- RGC Surface condensate ● ●
3 105B pump
16-PA-GR- RGC Lube oil pumps ● ●
4 121A
16-PA-GR- RGC Lube oil pumps ● ●
5 121B
RGC Emergency Lube oil ● ●
6 16-PA-CF-122 pumps
16-PA-CF- FRACTIONATOR ● ●
7 509A BOTTOMS PUMPS

16-PA-CF- FRACTIONATOR ● ●
8 509B BOTTOMS PUMPS

16-KA-RP- MAKE-UP GAS (MUG) ● ● ●


9 801A COMPRESSOR

16-KA-RP- MAKE-UP GAS (MUG) ● ● ●


10 801B COMPRESSOR

16-KA-RP- MAKE-UP GAS (MUG) ● ● ●


11 801C COMPRESSOR
1ST STAGE REACTOR ● ● ●
12 16-PA-CF-101 FEED PUMP

16-PA-CF- 2ND STAGE REACTOR ● ● ●


13 201A FEED PUMPS

16-PA-CF- 3rd STAGE REACTOR ● ● ●


14 201B FEED PUMPS
16-PA-CF- DHT REACTOR FEED ● ● ●
15 301A PUMPS
16-PA-CF- DHT REACTOR FEED ● ● ●
16 301B PUMPS
16-PA-CW- MUG CW pump ● ●
17 801A
16-PA-CW- MUG CW pump ● ●
18 801B
16-PA-CF- ATM. CONDENSATE ● ●
19 810A PUMPS
16-PA-CF- ATM. CONDENSATE ● ●
20 810B PUMPS
16-PA-SM- CONDENSATE PUMPS ● ●
21 811A
EQUIP TAG
SN SERVICE RCM / FMEA RCA RA
NO.
16-PA-SM- CONDENSATE PUMPS ● ●
22 811B
16-PA-CF- SOUR WATER PUMPS ● ●
23 813A
16-PA-CF- SOUR WATER PUMPS ● ●
24 813B
16-PA-CF- HP LEAN AMINE ● ●
25 403A PUMPS
16-PA-CF- HP LEAN AMINE ● ●
26 403B PUMPS
16-PA-RP- INJECTION WATER ● ●
27 401A PUMPS
16-PA-RP- INJECTION WATER ● ●
28 401B PUMPS
16-PA-CF- NAPHTHA REFLUX ● ●
29 502A PUMPS
16-PA-CF- NAPHTHA REFLUX ● ●
30 502B PUMPS
16-PA-CF- HEAVY DIESEL PUMP ● ●
31 507A AROUND PUMPS
16-PA-CF- HEAVY DIESEL PUMP ● ●
32 507B AROUND PUMPS
16-PA-CF- NAPHTHA SPLITTER ● ●
33 606A BOTTOM PUMPS
16-PA-CF- NAPHTHA SPLITTER ● ●
34 606B BOTTOM PUMPS
● ● ●
35 18-KA-CF-11 Combustion air fan
● ● ●
36 18-KA-CF-12 Flue gas fan
Recycle hydrogen ● ●
37 18-KA-RP-13 A compressor
Recycle hydrogen ● ●
38 18-KA-RP-13 B compressor
● ●
39 18-PA-CF-11 A Feed naphtha pump
● ●
40 18-PA-CF-11 B Feed naphtha pump
● ●
41 18-PA-CF-12 A Boiler feed water pump
● ●
42 18-PA-CF-12 B Boiler feed water pump
43 18-PA-CF-12 C Emergency Bolier feed ● ●
water pump

44 18-KA-SC-41 A Fuel gas compressor ● ● ●


45 18-KA-SC-41 B Fuel gas compressor ● ● ●
List of components for RCM, FMEA at BORL

Equip tag Cent Gear Cent Recip PD Cent Screw


SN Service Motor Turbine
no. Pump box comp comp pump Fan Comp
HCU-DHDT Complex
1 RECYCLE ● ●
GAS
16-KA-CF- COMPRES
401 SOR
2 RGC ● ●
Surface
16-PA-CF- condensate
105B pump
3 RGC ● ●
Surface
16-PA-CF- condensate
105B pump
4 16-PA- RGC Lube ● ●
GR-121A oil pumps
5 16-PA- RGC Lube ● ●
GR-121B oil pumps
6 RGC ● ●
Emergency
16-PA-CF- Lube oil
122 pumps
7 FRACTION ● ●
ATOR
16-PA-CF- BOTTOMS
509A PUMPS
8 FRACTION ● ●
ATOR
16-PA-CF- BOTTOMS
509B PUMPS
9 MAKE-UP ● ●
GAS (MUG)
16-KA- COMPRES
RP-801A SOR
10 MAKE-UP ● ●
GAS (MUG)
16-KA- COMPRES
RP-801B SOR
11 MAKE-UP ● ●
GAS (MUG)
16-KA- COMPRES
RP-801C SOR
12 1ST STAGE ● ● ●
REACTOR
16-PA-CF- FEED
101 PUMP
13 2ND STAGE ● ● ●
REACTOR
16-PA-CF- FEED
201A PUMPS
14 3rd STAGE ● ● ●
REACTOR
16-PA-CF- FEED
201B PUMPS
15 DHT ● ● ●
REACTOR
16-PA-CF- FEED
301A PUMPS
16 DHT ● ● ●
16-PA-CF- REACTOR
301B FEED
Equip tag Cent Gear Cent Recip PD Cent Screw
SN Service Motor Turbine
no. Pump box comp comp pump Fan Comp
PUMPS
17 16-PA- MUG CW ● ●
CW-801A pump
18 16-PA- MUG CW ● ●
CW-801B pump
19 ATM. ● ●
16-PA-CF- CONDENSA
810A TE PUMPS
20 ATM. ● ●
16-PA-CF- CONDENSA
810B TE PUMPS
21 16-PA- CONDENSA ● ●
SM-811A TE PUMPS
22 16-PA- CONDENSA ● ●
SM-811B TE PUMPS
23 16-PA-CF- SOUR ● ●
813A WATER
PUMPS
24 16-PA-CF- SOUR ● ●
813B WATER
PUMPS
25 16-PA-CF- HP LEAN ● ●
403A AMINE
PUMPS
26 16-PA-CF- HP LEAN ● ●
403B AMINE
PUMPS
27 16-PA- INJECTION ● ● ●
RP-401A WATER
PUMPS
28 16-PA- INJECTION ● ● ●
RP-401B WATER
PUMPS
29 16-PA-CF- NAPHTHA ● ●
502A REFLUX
PUMPS
30 16-PA-CF- NAPHTHA ● ●
502B REFLUX
PUMPS
31 16-PA-CF- HEAVY ● ●
507A DIESEL
PUMP
AROUND
PUMPS
32 16-PA-CF- HEAVY ● ●
507B DIESEL
PUMP
AROUND
PUMPS
33 16-PA-CF- NAPHTHA ● ●
606A SPLITTER
BOTTOM
PUMPS
34 16-PA-CF- NAPHTHA ● ●
606B SPLITTER
BOTTOM
PUMPS
HGU Complex
35 18-KA-CF- Combustion ● ●
11 air fan
36 18-KA-CF- ● ●
12 Flue gas fan
Equip tag Cent Gear Cent Recip PD Cent Screw
SN Service Motor Turbine
no. Pump box comp comp pump Fan Comp
37 Recycle ● ●
18-KA- hydrogen
RP-13 A compressor
38 Recycle ● ●
18-KA- hydrogen
RP-13 B compressor
39 Feed ● ●
18-PA-CF- naphtha
11 A pump
40 Feed ● ●
18-PA-CF- naphtha
11 B pump
41 18-PA-CF- Boiler feed ● ●
12 A water pump
42 18-PA-CF- Boiler feed ● ●
12 B water pump
43 Emergency ● ●
18-PA-CF- Bolier feed
12 C water pump
44 18-KA- Fuel gas ● ●
SC-41 A compressor
45 18-KA- Fuel gas ● ●
SC-41 B compressor
Total 30 41 4 7 1 5 5 2 2
ANNEXURE – E

SCHEDULE OF QUANTITIES/RATES

Sr. Description Qty Unit Rate, Amount


no. Rs. , Rs
Software and hardware
Installation, configuration,
upgrade, database merger,
1 interface setup, implementation of 1 Lump sum ---
all modules and testing as per
Scope of work at BPCL MR &
KR.
Software and hardware
Installation, configuration, data
loading, interface setup,
2 implementation of all modules and
1 Lump sum ---
testing as per Scope of work at
BORL.
Software and hardware
Installation, configuration, data
loading, interface setup,
3 implementation of all modules and
1 Lump sum ---
testing as per Scope of work at
NRL.
No. of
4 User Training at Mumbai Refinery 40
days

No. of
5 User Training at Kochi Refinery 40
days

No. of
6 User Training at BORL Refinery 40
days

No. of
7 User Training at NRL Refinery 40
days

TOTAL
GENERAL TERMS AND CONDITIONS OF CONTRACT

1. DEFINITIONS:

In the contract documents as herein defined where the context so admits, the following
words and expressions will have following meanings:

(a) “BPCL/Company” means Bharat Petroleum Corporation Limited, incorporated in


India having its registered office at 4 & 6, Currimbhoy Road, Ballard Estate, Mumbai
- 400 001 or their successors or assigns.

(b) “Consultant” means the person or the persons, firm or Company whose tender has
been accepted by BPCL and includes the Consultant’s legal representative, his
successor and permitted assigns.

(c) “Managing Director” shall mean the Chairman and Managing Director of Bharat
Petroleum Corporation Limited or his successor in office designated by BPCL.

(d) “Officer-In-Charge” shall mean the person designated as such by BPCL and shall
include those who are expressly authorized by BPCL to act for and on his behalf for
operation of this contract.

(e) “Work” shall mean the works and/or services to be executed in accordance with the
contract or part thereof as the case may be and shall include extra, additional,
altered or substituted works and/or services as required for purpose of the
contract.

(f) “Contract Document” means collectively the Tender Document, Terms of


Reference, agreed variations, if any, and such other document constituting the
tender and acceptance thereof.

(g) “Contract” shall mean the Agreement between BPCL and the Consultant for the
execution of the works including therein all contract documents.

(h) “Terms of Reference” shall mean the various works to be carried out, reports to be
generated and commercial documents to be created in line with the law, as detailed
in the tender document
(i) “Tender” means the tender submitted by the Consultant for acceptance by BPCL.

(j) “Alteration Order” means an order given in writing by the Officer-in-Charge to


effect additions to or deletion from and alterations in the works.
(k) “Completion Certificate” shall mean the certificate to be issued by the Officer-in-
Charge to the Consultant when the works have been completed to his satisfaction.

(l) “Final Certificate” in relation to a work means the certificate issued by the
Officer-in-Charge after the period of liability is over for releasing the Security
Deposit.

(m) “Period of Liability” in relation to a work means the specified period during which
the Consultant stands responsible for rectifying all defects that may appear in the
services.

2. PROPRIETARY INFORMATION AND DATA:

All designs, drawings, specifications, data, computer printouts, files, documents, reports,
manuals, analyses and all other items produced by Bidder in the performance of work and
identified as deliverables, shall become and remain the property of BPCL, and Bidder shall
deliver the same to BPCL in accordance with the provisions of this Contract and in any
event upon termination of this Contract and shall be used only for this project.

“Proprietary Information”, shall mean all the information which the bidder, directly or
indirectly, acquires from BPCL or its Affiliates or for the performance of the work or any
other information concerning the technical and business activities and know-how of BPCL
or its Affiliates.

Bidder represents that it has policy and procedure designed to protect trade secret rights
and its own proprietary information including notices to its employees to prevent
unauthorised copying, publication and disclosure of such information. Bidder agrees that
Proprietary Information shall be subject to such policy and procedure. In addition, Bidder
agrees that it shall not disclose any Proprietary Information nor use Proprietary
Information other than on BPCL’s behalf, except as BPCL may otherwise authorise in
writing. If disclosure to a third party is so authorised, Bidder shall first enter into a written
confidentiality agreement with the said party containing the same terms and conditions
with respect to use or disclosure of Proprietary Information.

The bidder also agrees to safeguard any documents and information which BPCL may
provide to the bidder there under. Bidder may make copies of such documents only to
the extent necessary for the performance of the work. On completion of the work, Bidder
agrees to return to BPCL all documents supplied by BPCL and to destroy all copies thereof.
Should the Bidder, however, desire to retain certain documents and receives BPCL’s
written approval therefore, Bidder shall treat said documents as it does Proprietary
Information.
The bidder also agrees to enter into written confidentiality agreements with third parties
upon BPCL’s request and to keep in force confidentiality agreements concerning third
parties’ proprietary information, which agreements shall permit the bidder to use such
parties’ proprietary information in the work.

It is not BPCL’s desire to be afforded access to Bidder’s confidential information. It is


therefore agreed that any information which Bidder provides to BPCL shall not be subject
to any obligation of confidence, (notices on drawings, proposals, graphs, tables,
specifications and the like to the contrary notwithstanding), and BPCL shall not be liable
for any use or disclosure of any of such information unless such information is the subject
of an express written confidentiality agreement between BPCL and Bidder. Bidder also
agrees that it will not disclose to BPCL any information which is subject to an obligation of
confidence by Bidder to any third persons.

On or before the date of the Certificate of Acceptance of the work, Bidder shall deliver or
cause to be delivered to BPCL such licenses of all patents and other proprietary rights held
by Bidder, any Subcontractor, or any of their respective Affiliates as may be required for
BPCL in the optimal use of the Work in the manner intended.

3. PATENT INDEMNIFICATION:

Bidder shall indemnify BPCL against all loss, cost, damage and expense arising from any
claim asserted against BPCL, that the work or part thereof, or any methods, designs or
things furnished or specified by Bidder under this Contract, or any use thereof in the
reasonable contemplation of the Parties at the time furnished, or any methods, processes
or acts employed by Bidder in connection with the performance of its obligations
hereunder, constitutes an infringement of any intellectual property right, patent, trade
secret, proprietary information, know-how, copyright (statutory or non-statutory),
unpatented invention or any unauthorised use of the work of others.

Bidder shall at his own expense defend any suit or proceeding based on any claim
asserted against BPCL. BPCL shall give Bidder such assistance as Bidder may reasonably
require in the defence of such suit, and shall have the right to be represented therein by
counsel of its own choosing at its own expense. Neither BPCL nor Bidder shall settle or
compromise any such suit or action without the written consent of the other if the
settlement or compromise obligates the other to make any payments or part with any
property or assume any other obligations or other rights or be subject to any injunction
by reason of such settlement or compromise.
Persons included within Indemnity shall include BPCL, its Affiliates and their respective
officers, directors, employees, servants, Bidders and agents, or any of them as the context
may require.
4. CONFLICT OF INTEREST:

The Consultant appointed by BPCL, shall in no case represent or give opinion or advice to
others in any matter which is adverse to the interest of BPCL.

5. PERFORMANCE OF DUTIES AND SERVICES BY CONSULTANT:

a. The Consultant shall perform its Services in full accordance with the terms and
conditions of the Contract and any applicable local laws and regulations and shall
exercise all reasonable professional skill, care and diligence in the discharge of said
project work.
i. Consultant shall in all professional matters act as faithful advisor to BPCL, and
will provide expert commercial/technical advice and skills which are normally
required for the class of services for which they are engaged.
ii. Consultant, its staff, employees shall carry out all its responsibilities in
accordance with the best professional standards.
iii. Consultant shall prepare and submit documents /reports etc. in due time and in
accordance with the Tender Conditions.
b. Consultant will maintain for the performance of the Contract, personnel as
determined to be responsible for carrying out the job and such persons shall not be
replaced or substituted without written approval of BPCL.

6. PRIORITY OF WORKS:

BPCL reserves the right to fix up the priorities which will be conveyed by Officer-in-
Charge and the Consultant shall plan and execute the work accordingly.

7. INTELECTUAL PROPERTY RIGHTS:

Accessibility to the documents of BPCL shall be provided to the Consultant for performing
necessary activities as per the requirement. The Consultant should maintain secrecy and
should not divulge any information to any person/Organization in India or abroad.

8. REPORT / PRESENTATION:

The Consultant will submit copies of report, analysis from time to time as required during
execution of the work for comments of BPCL. The scope of work involves giving
presentation to Senior Management of BPCL if required for understanding of various
activities and strategies to be finalized at different stages of the work.
9. SIGNING OF THE CONTRACT:

The successful tenderer shall be required to execute an agreement within a period of 30


days from the receipt of notification of acceptance of tender. The payment will not be
processed until the agreement is executed.

10. MODIFICATION:

Any modifications or additions to the contract shall not be binding unless made in writing
and agreed by both the parties.

11. RECTIFICATION PERIOD:

All services shall be rendered strictly in accordance with the terms and conditions stated
in the contract.

No deviation from such conditions shall be made without BPCL’S agreement in writing
which must be obtained before any work against the order is commenced. All services
rendered by Consultant pursuant to the Contract (irrespective of whether any information
has been furnished, reviewed or approved by BPCL) are guaranteed to be of the best
quality of their respective kinds.

The Consultant shall rectify at his own cost any mistake in assumption of any data in the
study or use of wrong data or faulty study observed within twelve months of the
acceptance of the report and will submit the rectified report incorporating the changes
wherever applicable within 30 days of observance of mistake.

12. INTERPRETATION OF CONTRACT DOCUMENT:

Except if and to the extent otherwise provided by the Contract, the provisions of the
Contract Terms and Conditions shall prevail over those of any other documents forming
part of the contract. Several documents forming the contract are to be taken as mutually
explanatory. Should there be any discrepancy, inconsistency, error or omission in the
contract or any of the matter may be referred to Officer-in-Charge, who shall give his
decisions and issue to the Consultant instructions directing in what manner the work is to
be carried out. The decision of the Officer-in-Charge shall be final and conclusive and the
Consultant shall carry out work in accordance with this decision.

Singular and Plural: In the contract documents unless otherwise stated specifically, the
singular shall include the plural and vice-versa wherever the context so requires. Words
indicating persons shall include relevant incorporated companies/ registered as
associations/ body of individual/ firm or partnership.

Notwithstanding the sub-division of documents into these separate sections and volumes,
every part of each shall be deemed to be supplementary to and complementary of every
other part and shall be read with and into the contract so far as it may be practicable to
do so.

Wherever it is mentioned in the Terms of Reference that the Consultant shall perform
certain work or provide certain facilities, it is understood that the Consultant shall do so
at his own cost.

13. SECURITY DEPOSIT TOWARDS PERFORMANCE :

To ensure performance of the contract and due discharge of the contractual obligations,
the successful contractor will have to provide security deposit of 10% of the contract
value within 30 days of receipt by him of the notifications of acceptance of tender.

This Security deposit may be furnished in the form of an Account payee Demand Draft
payable to BPCL or Bank Guarantee in the prescribed format. The contractor shall have
the option to adjust any Earnest Money Deposit (EMD), if paid in forms other than Bank
Guarantee, towards security deposit if he so desires.

In the case of security deposit submitted in the form of Bank guarantee, the Bank
Guarantee shall be valid and remain in force till the completion of contractual completion
period, defect liability period of 12 months plus a claim period of 3 months. The Bank
Guarantee shall be in the form prescribed.

The security deposit will be retained till the successful completion of the work and
thereafter till the expiry of the defect liability period, if applicable. This retention
money/Bank guarantee held shall be released after the expiry of the defect liability period
provided that any defects appearing during that period are corrected by the contractor
and subject to Clause 1.2 below.

If the Contract Value is in more than one currency, the Security deposit shall also be in
multiple currencies amounting to 10% for each currency of awarded contract. In the case
of value/rate/quantity contracts, the security deposit shall be based on individual release
orders issued.

If the contractor/ sub-contractor or their employees shall break, deface or destroy any
property belonging to the Owner or other agency during the execution of the contract,
the same shall be made good by the Contractor at his own expenses and in default
thereof, the Engineer-in-Charge may cause the same to be made good by other agencies
and recover expenses from the contractor (for which the certificate of the Engineer-in-
Charge shall be final). These expenses can be recovered from the security deposit if
recovery from other sources is not possible.
All compensation or other sums of money payable by the contractor to the Owner under
terms of this contract may be deducted from his security deposit/retention money or
from any sums which may be or may become due to the contractor by the Owner on any
account whatsoever and in the event of his security deposit/retention money being
reduced by reasons of any such deductions. The contractor shall within ten days
thereafter make good any sum or sums, which may have been deducted from his security
Deposit/retention money. No interest shall be payable by the Owner from sum deposited
as security deposit/retention money.

The security deposit shall be held by the Owner, as security for the due performance of
the Contractor’s obligations under the contract, provided that nothing herein stated shall
make it incumbent upon the Owner to utilize the security deposit/retention money in
preference to any other remedy which the Owner may have, nor shall be construed as
confining the claims of the Owner against the contractor to the quantum of the Security
Deposit/retention money.

The Bank guarantee if submitted shall be from any Indian scheduled bank or an
international bank of repute having a branch in India or a corresponding banking
relationship with an Indian scheduled bank. The security deposit/retention money shall be
in Indian Rupee in the case of domestic bidders and in the quoted currency in the case of
foreign bidders (INR/USD/EURO as the case may be.)

14. FORFEITURE OF SECURITY DEPOSIT:

Whenever any claim against the Consultant for the payment of a sum of money arises out
of or under the contract, the BPCL shall be entitled to recover such sum by appropriating
in part or whole, security deposit of the Consultant, forming whole or part of such
security being insufficient or if no security has been taken from the Consultant then the
balance or the total sum recoverable, as the case may be, shall be deducted from any sum
then due or which at any time thereafter may become due to the Consultant. The
Consultant shall pay to the BPCL on demand any balance remaining due.

15. ACTION WHEN WHOLE OF SECURITY DEPOSIT IS FORFEITED:


In any case in which, under any clause or clauses of this contract, the Consultant shall
have forfeited the whole of his security deposit (whether paid in one sum or deducted by
installment) or have committed a breach of any of the terms contained in this contract
the BPCL shall have power to adopt any of the following courses as he may deem best
suited to his interest.
To rescind the contract (of which rescission notice in writing to the Consultant under the
hand of the BPCL shall be conclusive evidence) in which case the security deposit of the
Consultant shall stand forfeited and be absolutely at the disposal of the BPCL.
To measure up the work of the Consultant and to take such part thereof as shall be
unexecuted out of his hand to give it to another Consultant to complete in which case any
expenses which may be incurred in excess of the sum which would have been paid to the
original Consultant, if the whole work had been executed by him (of the amount of which
excess, the certificate in writing of the Officer-in-Charge shall be final and conclusive) shall
be borne and paid by the original Consultant and may be deducted from any money due
to him by the BPCL under the contract or otherwise or from his security deposit or from
the proceeds of sale thereof, of a sufficient part thereof.
In the event of any of the above course being adopted by the BPCL, the Consultant shall
have no claim to compensation for any loss sustained by him by reason of his entered into
any agreements or made any advances on account of or with a view to the execution of
the work of the performance of the contract. In case the Consultant shall not be entitled
to recover or be paid any sum for any work actually performed under this contract unless
the Officer-in-Charge will certify in writing the performance of such work and the value
payable in respect thereof and he shall only be entitled to be paid the value so certified.

16. TIME OF PERFORMANCE:

The work covered by this contract shall be commenced as detailed in the purchase order
or as per the instructions of the Engineer in charge and be completed in stages on or
before the dates as mentioned in the time schedule of completion of work. The contractor
should bear in mind that time is the essence of this agreement. Request for revision of
Completion time after tenders are opened will not receive consideration.

Time Schedule of Completion: The general time schedule of completion is given in the
tender document. Contractor should prepare a detailed monthly and weekly execution
programme, jointly with the Engineer-in-Charge within two weeks of receipt of Letter of
Intent or acceptance of tender. The work shall be executed strictly as per the time
schedule given in this document. The period of completion given includes the time
required for testing, rectifications, if any, retesting and completion in all respects to the
entire satisfaction of the Engineer-in-Charge.

17. FORCE MAJEURE:

Any delays in or failure of the performance of either party hereto shall not constitute
default here under or give rise to any claims for damages, if any, to the extent such delays
or failure of performance is caused by occurrences such as Acts of God or the public
enemy expropriation or confiscation of facilities by Govt./authorities, compliances with
any order or request of any Government authorities, acts of war, rebellion or sabotage or
fires, floods, explosions, riots or strikes. The contractor shall keep records of the
circumstances referred to above and bring these to the notice of Engineer-in-Charge in
writing immediately on such occurrences.
18. EXTENSION OF TIME:

If the contractor shall desire an extension of the time for completion of the work on the
grounds of his having been unavoidably hindered in its execution or on any other grounds,
he shall apply in writing to the Engineer-in-Charge within two weeks of the date of
hindrance on account of which he desires such extension as aforesaid, and the Engineer-
in-Charge shall if in his opinion (which shall be final), reasonable grounds have been
shown thereof, authorize such extension of time as may in his opinion be necessary or
proper.

In the event of extension of Time of the contract, if granted, the contractor shall be
required to suitably extend the period of Bank Guarantee if submitted, towards security
Deposit/retention money suitably.

19. LIQUIDATED DAMAGES FOR DELAY:

Time is the essence of the contract. In case the contractor fails to complete the whole
work within the stipulated period, he shall be liable to pay liquidated damages of 0.5% of
the value of contract per week and or part thereof of the delay subject to a maximum of
5% of the value of the contract. The parties agree that this is a genuine preestimate of the
loss/damage which will be suffered by the owner on account of delay on the part of the
contractor and the said amount will be payable on demand without there being any proof
of the actual loss or damages having been caused by such delay/breach. The owner shall
be at liberty to adjust or deduct the said amount of liquidated damages from any amount
due to the contractor including Security Deposit.

The owner shall be at liberty to deduct or retain from any amount payable to the
contractor periodically, the proportionate or full amount of liquidated damages as the
case may be for the delay periodically caused by the contractor.

20. PROJECT MANAGEMENT:


The project management will be the responsibility of the Officer-in-Charge, who will be
nominated by BPCL. The Officer-in-Charge may also authorize his representatives to
perform his duties and functions.

21. CONSULTANT’S TEAM:


Consultant shall nominate a qualified and experienced person as its Team Leader who
will be the contact person between BPCL and Consultant for the performance of the
Contract. The nomination shall be done at the time of filling the bid. Consultant shall
notify BPCL in writing prior to the appointment of a new Team Leader.
BPCL shall be at liberty to object to any nomination and to require Consultant to
remove Consultant's representative for good causes. Consultant shall replace
immediately such person by competent substitute at no extra cost to BPCL.
Consultant’s Representative shall be entitled to act on behalf of Consultant with
respect to any decisions to be made under the Contract.

22. RETIRED/RESIGNED COMPANY OFFICER:


No officer of BPCL is allowed to work as a Consultant for a period of two years after his
retirement/resignation from the employment of BPCL without the previous permission
of BPCL. The contract, if awarded, is liable to be cancelled if either the Consultant or
any of his employees is found at any time to be such a person, who had not obtained
the permission of BPCL as aforesaid before submission of tender, or engagement in the
Consultant’s service as the case may be.

23. FIRM PRICE:


The fees quoted by the Consultant should be firm and not subject to any price escalation.

24. OWNER MAY DO PART OF WORK:

Upon failure of the consultant to comply with any instructions given in accordance with
the provisions of the contract, the owner has the alternative right, instead of assuming
charge for entire work to place additional manpower, technological solutions on such
parts of the work, as the owner may designate or also engage another consultant to carry
out the work. In such cases, the owner shall deduct from the amount which otherwise
might become due to the consultant, the cost of such work and materials with ten
percent added to cover all departmental charges and should the total amount thereof
exceed the amount due to the consultant, the consultant shall pay the difference to the
owner.

25. TERMINATION/OFFLOADING:

The Consultant fully understands that timely completion of work as per the schedule is of
paramount necessity as otherwise it would lead to adversely affecting the schedules of
other works/project with resultant financial and other losses to BPCL. In view of this, the
Consultant unconditionally agrees and binds himself to be liable for all the consequences
for non-completion of work within the stipulated time period.

In case a situation is brought about by the Consultant warranting termination/off-loading


of the whole or any part of the work for any reason whatsoever, BPCL shall have the
liberty and right to entrust/engage/award the work so terminated/off loaded at the risk
and cost of the Consultant to any other Agency/Consultant by adopting any mode of
inviting tenders, i.e. open/limited/ single party/negotiation basis etc. in order to ensure
the completion of work as per the schedule or at the quickest possible time.

26. LIABILITIES:

The aggregate total liability of the Contractor to Owner under the Contract shall not
exceed the total Contract Price, except that this Clause shall not limit the liability of the
Contractor for following:

(a) In the event of breach of any Applicable Law;


(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross
negligence of the Contractor or any person acting on behalf of the Contractor; or
(c) In the event of acts or omissions of the Contractor which are contrary to the
most elementary rules of diligence which a conscientious Contractor would have
followed in similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of
Intellectual Property; or
(e) For any damage to any third party, including death or injury of any third party
caused by the Contractor or any person or firm acting on behalf of the
Contractor in executing the Works.

Neither Party shall be liable to the other Party for any kind of indirect nor consequential
loss or damage like, loss of use, loss of profit, loss of production or business interruption
which is connected with any claim arising under the Contract.

27. PROFESSIONAL LIABILITY:

The Consultant is expected to carry out its assignment with due diligence and in
accordance with prevailing standards of the profession.

28. INDUSTRIAL AND INTELLECTUAL PROPERTY:

In order to perform the services, Consultant must obtain at its sole account, the necessary
assignments, permits and authorizations from the title holder of the corresponding
patents, models, trademarks, names or other protected rights and shall keep BPCL
harmless and indemnify BPCL from and against claims, proceedings, damages, costs and
expenses (including but not limited to legal costs) for and/or on account of infringements
of said patents, models, trademarks names or other protected rights.

All documents, reports, information, data collected and prepared by Consultant in


connection with the scope of work submitted to BPCL will be the property of BPCL.
Consultant shall not be entitled either directly or indirectly to make use of documents,
reports given by BPCL for carrying out of any services with the third parties.

Consultant shall not without the prior written consent of BPCL be entitled to publish
studies or descriptive article with or without illustrations or data in respect of or in
connection with the performance of services.

29. LIENS:

If, at any time, there should be evidence or any lien or claim for which BPCL might have
become liable and which is chargeable to the Consultant, BPCL shall have the right to
retain out of any payment then due or thereafter to become due an amount sufficient to
completely indemnify BPCL against such lien or claim and if such lien or claim be valid,
BPCL may pay and discharge the same and deduct the amount so paid from any money
which may be or may become due and payable to the Consultant. If any lien or claim
remain unsettled after all payments are made, the Consultant shall refund or pay to BPCL
all money that the latter may be compelled to pay in discharging such lien or claim
including all costs and reasonable expenses.

Consultant will not disclose details of work to any person or persons except those
engaged in its performance, and only to the extent required for a particular portion of
work being done. Consultant will not give any items concerning details of work to the
press or news disseminating agency without prior written approval of BPCL.

30. SUB-LETTING AGREEMENT:

The Consultant shall not sub-let or assign the work or any part thereof to another party
without the written consent of BPCL and no such sub-letting or assignment shall relieve
the Consultant from full and entire responsibility of his obligation under the Agreement.

31. SUSPENSION OF WORKS:

The Consultant shall, if ordered in writing by the Officer-in-Charge or his representative,


temporarily suspend the works or any part thereof for such period and such time as so
ordered and shall not, after receiving such written order, proceed with the work therein
ordered to be suspended, until he shall have received a written order to proceed
therewith. The Consultant shall not be entitled to claim/compensation for any loss or
damage sustained by him by reason of temporary suspension of the works aforesaid. An
extension of time for completion, corresponding with the delay caused by any such
suspension of works as aforesaid will be granted to the Consultant, should he apply for
the same, provided that suspension was not consequent to any default or failure on the
part of the Consultant.

32. CANCELLATION:

The Company shall at any and all times during the period stipulated for the work, has the
right forthwith to cancel the agreement by giving written notice thereof to the Consultant
and in such case the Consultant shall be paid for such part of the work as has been
executed by him up to the date of cancellation, on the basis of schedule of rates as per
Purchase Order/Contract and shall be reimbursed by the Company for the cost and
expenses incurred by him but which would now be wasted as a direct consequence of the
cancellation of Agreement.

33. ARBITRATION:

Option “1”.

“Law, Arbitration and Jurisdiction:

A. Negotiation and Conciliation:


The Parties shall endeavor to settle any dispute, difference, claim, counter-claim,
question or controversy between the Parties arising out of, in connection with or in
relation to this Agreement (“Dispute”) amicably between themselves, through
negotiation.

B. Reference to Arbitrator:
I. Any Dispute which the Parties are unable to resolve pursuant to Clause (A)
within thirty (30) days of the written notification by one Party to the other of the
existence of a Dispute shall be finally determined by arbitration in accordance
with the provisions of the Indian Arbitration and Conciliation Act, 1996 or any
statutory modification or re-enactment thereof.
II. All arbitration proceedings shall be conducted in English language. For the
purpose of such arbitration, both parties shall in good faith explore the
possibility of agreement on a Sole Arbitrator and in case of failure of such mutual
agreement on Sole Arbitrator, each party shall appoint one arbitrator and both
appointed arbitrator shall appoint third arbitrator. The Arbitral tribunal shall
decide any such dispute or claim strictly in accordance with the governing law
specified below. The arbitration shall be conducted in accordance with the
provisions of Indian Arbitration and Conciliation Act, 1996.
III. The venue of arbitration shall be Mumbai, India. The Award may include an
award of costs. Each Party shall bear their respective expenses in relation to the
arbitration and the eventual liability for the costs shall be in terms of the arbitral
award.
IV. Notwithstanding of arbitration in respect of such dispute, the parties shall
continue to perform their respective obligations under this Agreement without
prejudice to the final determination/ Award in respect of such dispute.

C. Decision/ Award:
Any decision or Award of the Arbitrator appointed pursuant to this clause shall be
final and binding upon the parties.

D. Governing Laws/ Jurisdiction:


This Agreement shall be governed by and construed in accordance with Laws of India.
Each of the Parties hereto irrevocably submits to the sole and exclusive jurisdiction of
the Courts at Mumbai, India.”

In case 1st Option is not acceptable then:

Option “2”.

Any dispute arising out of or in connection with this contract, including any question
regarding its existence, validity or termination, shall be referred to and finally resolved
by arbitration under LCIA India Arbitration Rules, which Rules are deed to be
incorporated by reference into this clause.

The number of arbitrator shall be three.


The seat or arbitration shall be Mumbai, India.
The language to be used in the arbitration shall be English.
The governing law of the contract shall be the substantive law of India.

In case Option “1 & 2” are not acceptable then:

Option “3”.

Any dispute arising out of or in connection with this contract, including any question
regarding is existence, validity or termination, shall be referred to and finally resolved by
arbitration in Singapore in accordance with the Arbitration Rules of Singapore
International Arbitration Centre (“SIAC Rules”) for the time being in force, which rules
are deemed to be incorporated by reference in this clause.

The Tribunal shall consist of one arbitrator. The language of the arbitration shall be
English.

This contract is governed by the Laws of India.


SETTLEMENT OF DISPUTE BETWEEN GOVT. DEPT. / PUBLIC SECTOR UNDERTAKINGS IN A
PURCHASE OR SERVICE CONTRACT :

In the event of any dispute or differences between the VENDOR / CONTRACTOR /


SUPPLIER and the OWNER, if the VENDOR /CONTRACTOR / SUPPLIER is a Government
Department, a Government Company or a undertaking in the public sector, then in
suppression of the provisions of above Arbitration clause, stands modified to the
following extent:-

All disputes and differences of whatsoever nature arising out of or in relation to this
Contract / Agreement or in relation to any subsequent contract / agreement between the
parties shall be attempted to be resolved amicably by mutual discussions between the
parties. If they are not settled at the implementation level of officers, then these
unresolved disputes/ differences will be referred for resolution by discussions with the
concerned Director of BPCL and the concerned Director of Vendor / Contractor / Supplier.

In case same does not resolve the difference within 30 days, arbitration clause as
hereunder would apply.

In the event of any dispute or difference relating to the interpretation and application of
the provisions of the contracts, such dispute or difference shall be referred by either party
for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be
nominated by the Secretary to the Government of India in-charge of the Department of
Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to
arbitration under this clause. The award of the Arbitrator shall be binding upon the parties
to the dispute, provided, however, any party aggrieved by such award may make a further
reference for setting aside or revision of the award to the Law Secretary, Department of
Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference the
dispute shall be decided by the Law Secretary or the Special Secretary/Additional
Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties
finally and conclusively. The Parties to the dispute will share equally the cost of arbitration
as intimated by the Arbitrator.

34. JURISDICTION :

The contractor shall be governed by the Laws in force in INDIA. The contractor hereby
submits to the jurisdiction of the Courts situated at Mumbai (Ernakulam-in the case of
Kochi Refinery), for the purpose of actions and proceedings arising out of the contract and
the courts at Mumbai (Ernakulam-in the case of Kochi Refinery), only will have jurisdiction
to hear and decide such actions and proceedings.
35. RISK PURCHASE CLAUSE :

BPCL reserves the right to curtail or cancel the order either in full or part thereof if the
vendor fails to comply with the delivery schedule and other terms & conditions of the
order. BPCL also reserves the right to procure the same or similar materials/equipment
through other sources at vendor's entire risk, cost and consequences. Further, the vendor
agrees that in case of procurement by the owner from other sources the differential
amount paid by the owner shall be on account of the vendor together with any interest
and other costs accrued thereon for such procurement.

36. OPERATION OF CONTRACT:

36.1 Law Governing:

Regardless of the place of contracting, place of performance or otherwise, this


Agreement, and all amendments, modifications, alterations, or supplements, thereto shall
be governed by the laws of India and respective state laws for the nature, validity and
interpretation thereof.

36.2 Non-Waiver of Default:

Any failure by the Owner or Contractor at any time, or from time to time, to enforce or
require the strict keeping and performance of any of the terms or conditions of this
agreement, or to exercise a right hereunder, shall not constitute a waiver of such terms,
conditions or rights, and shall not affect or impair same, or the right of the Owner or the
Contractor, as the case may be at any time to avail itself of same.

37. PURCHASE PREFERENCE:

Owner reserves its right to allow Public Sector Enterprises (Central/State), purchase
preference as admissible/applicable from time to time under the existing Govt. policy.
Purchase preference to a PSE shall be decided based on the price quoted by PSE as
compared to L1 Vendor at the time of evaluation of the price bid.

Owner reserves its right to allow Micro and Small Enterprises (MSEs) and MSEs owned by
Scheduled Caste (SC) or the Scheduled tribe (ST) entrepreneurs, purchase preference as
admissible/applicable from time to time under the existing Govt. policy. Purchase
preference to a MSE and a MSE owned by SC/ST entrepreneurs shall be decided based on
the price quoted by the said MSEs as compared to L1 Vendor at the time of evaluation of
the price bid.
38. RIGHT OF OWNER TO ACCEPT OR REJECT TENDER:

The right to accept the tender will rest with the Owner. The Owner, however, does not
bind itself to accept the lowest tender, and reserves to itself the authority to reject any or
all the tenders received without assigning any reason whatsoever.

The whole work may be split up between two or more contractors or accepted in part and
not entirely if considered expedient.

Tenders in which any of the particulars and prescribed information are missing or are
incomplete in any respect and/or the prescribed conditions are not fulfilled are liable to b
rejected.

Canvassing in connection with tenders is strictly prohibited and tenders submitted by the
tenderer who resort to canvassing will be liable to rejection.

Tender containing uncalled remarks or any additional conditions are liable to be rejected.
ADDITIONAL GENERAL TERMS AND CONDITIONS FOR FOREIGN BIDDERS

It is mandatory for the foreign bidder to furnish the documents for the compliance to
requirement of PAN No. , Tax Residency Certificate and Form No.10F (applicable for foreign
bidder in case of services in India is required as per scope of bidding document) as per Income
Tax Act in case his receipts are subject to tax deduction at source in India:

(a) PAN No.


PAN as per the Indian Income Tax requirements shall be submitted, failing which the Consultant
shall be responsible for any additional tax deduction at source as per the provisions of the
Indian Income Tax Act/Rules and the same shall be deducted from the payment made to
Consultant.

(b) Tax Residency Certificate (TRC)


TRC containing prescribed particulars as per the Annexure 1 from the Government of foreign
country in order to claim the benefits of DTAA as per the Indian Income Tax requirements shall
be submitted, failing which the relief under DTAA will not be available and consequently the
actual rate of withholding tax will be applicable and deducted from the payment made to
Consultant (i.e., non-resident taxpayer). The TRC shall be duly verified by the Government of
the country of which the assessee claims to be a resident for the purposes of tax.

(c) Form 10F


In additional to TRC, in order to claim the benefits of DTAA, bidder shall also submit additional
information in form no. 10F as per Annexure 2. Form 10F has to be signed & verified by the
assessee himself.

The above shall be furnished before release of any payment or within one month of the release
of Order, whichever is earlier. In case of failure to submit the above information, any additional
tax liability on Owner, will be deducted from the payment due to the Consultant.
ANNEXURE 1

TAX RESIDENCY CERTIFICATE

TRC obtained by the Non-resident from Government of foreign country shall contain the
following particulars:

i. Name of the assessee


ii. Status (individual, company, firm, etc.) of the assessee
iii. Nationality (in case of individual)
iv. Country or specified territory of incorporation or registration (in case of others)
v. Assessee’s tax identification number in the country or specified territory of residence or in
case of no such number, then, a unique number on the basis of which the person is identified
by the Government of the country or the specified territory
vi. Residential status for the purpose of Tax
vii. Period for which the certificate is applicable
viii. Address of the applicant for the period for which the certificate is applicable.
ANNEXURE 2

FORM NO. 10 F
[See sub-rule (1) of rule 21AB of the Income-tax Act, 1961]

Information to be provided under sub-section (5) of section 90 or sub-section (5) of section 90A
of the Income-tax Act,1961

1. I_________________*son/daughter of Shri _____________ in the capacity of


___________________(designation)do provide the following information, relevant to the
previous year _________,*in my case/in the case of __________for the purposes of sub-section
(5) of *section 90/section 90A:-

Sr. Nature of Information Details #


No
i Status (individual, company, firm etc.) of :
the assessee
ii Permanent Account Number (PAN) of the :
assessee if allotted
iii Nationality (in the case of an individual) :
Or Country or specified territory of
incorporation or registration (in the case
of others)
iv Assessee’s tax identification number in :
the country or specified territory of
residence and if there is no such number,
then, a unique number on the basis of
which the person is identified by the
Government of the country or the
specified territory of which the assessee
claims to be a resident
v Period for which the residential status as :
mentioned in the certificate referred to in
sub-section (4) of section 90 or sub
section (4 )of section 90A is applicable
vi Address of the assessee in the country or :
territory outside India during the period
for which the certificate, mentioned in (v)
above, is applicable
2. I have obtained a certificate referred to in sub-section (4) of section 90 or sub-section (4) of
section 90A from the Government of _________________________(name of country or
specified territory outside India).

Signature:_________________________
Name:____________________________
Address:__________________________
Permanent Account Number :___________________

Verification

I_________________do hereby declare that to the best of my knowledge and belief what is
stated above is correct, complete and is truly stated.

Verified today the ___________day of ________________

________________________________________
Signature of the person providing the information
Place:_________________

Notes:
1. * Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-section
(4) of section 90 or sub-section (4) of section 90A.”
SPECIAL CONDITIONS OF CONTRACT
GENERAL:

This Special Conditions of Contract (SCC) shall be read in conjunction with the General Terms
and Conditions of Contract (GTC), including its amendments, specifications of work, drawings
and any other document forming part of this contract wherever the context so requires.

BIDDER / CONTRACTOR shall adhere to all the instructions covered under GCC & SCC
including all design standards, as stipulated in the respective sections and should be in a position
to submit the required records as evidence for review of OWNER as and when required and
shall carry out changes based on PMC / OWNER review.

Not withstanding the sub-division of the document into separate sections and volumes wherever
done, every part of each shall be deemed to be supplementary of every other part and shall be
read with and as part of the contract so far as it may be practicable to do so.

Where any portions of the GCC are repugnant to or at variance with any provisions of the special
conditions of contract, then, unless different intentions appear, the provisions of the special
conditions of contract shall be deemed to override the provisions of the GCC shall to the extent
of such repugnancy, or variations prevail.

The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the
job specifications contained herein and codes referred. Where the job specifications stipulate
requirements in addition to those contained in the standard codes and specifications, these
additional requirements shall also be satisfied. In the absence of any Standard / Specifications /
Codes of practice for detailed specifications covering any part of the work covered in this
bidding document, the instructions / directions of BPCL will be binding upon the Contractor.

A) TAXES AND DUTIES

Your quoted rates shall be inclusive of all applicable taxes and duties except Goods and
Services Tax (GST) which shall be quoted separately in the enclosed form (Form-A).
Please note that submission of this form along with Technical / Un-priced Bid is
mandatory.

Your rates shall remain firm till completion of work. The applicability of GST as a
percentage rate of total quoted price shall be clearly mentioned in this form. If the
information is not provided, it will be assumed that GST is included in your quoted price.
No claim for GST will be entertained subsequently. Please note that registration for GST
is mandatory for receipt of GST payments from BPCL. In absence of valid registration,
your offer will remain invalid and will not be considered for evaluation. In case GST is
not applicable, please indicate the same as "Nil" while submitting this form.
GST, if applicable, shall be paid after verifying GST Registration no. Break up of Basic
cost, GST as applicable shall be provided in all your invoices along with GST registration
no. & SAC code for the services provided.

Any statutory variation in GST or introduction of any new taxes and duties within the
contractual completion period shall be to BPCL account, against submission of
documentary evidence for substantiating the variation by way of relevant notification.
However in case of delay in completion period beyond the contractual date, for reasons
attributable to contractor, any increase in these rates or any new taxes and duties
introduced during the period beyond the contractual completion date shall be borne by
the contractor, whereas any decrease shall be passed on to BPCL.

Input tax credit towards GST, if available to BPCL, shall be considered for evaluation.

B) INCOME TAX & CORPORATE TAX


Income Tax deduction at source (TDS) at the applicable rates will be deducted from the
running bills. Necessary certificates in this regard will be issued from BPCL.

Corporate Tax Liability if any shall be to Contractor’s account.

C) POST ORDER EXECUTION & CORRESPONDENCE:

Correspondence regarding execution, payments and subsequent correspondence etc. shall


be with P & CS Dept of individual Refinery after issue of purchase order.
CRFQ 1000292029 E-Tender System ID – 31011

SECTION- 7

UNPRICED BID FORMAT

(VENDOR SHALL INDICATE QUOTED/ NOT QUOTED IN THIS FORMAT)


(TO BE FILLED ONLINE ON E-PORTAL)
CRFQ 1000292029 E-Tender System ID – 31011

SECTION-8

FORM A – FORMAT FOR TAXES AND DUTIES


CRFQ 1000292029 E-Tender System ID – 31011

FORM-A

Implementation of Asset Integrity Management System


A NAME OF WORK : (AIMS) At BPCL Group Refineries

B E-tender CRFQ 1000292029, E-tender System ID : 31011

C NAME OF BIDDER :

D SAC Code

CGST Rate (Percentage


E
of total quoted price)

SGST Rate (Percentage


F
of total quoted price)
IGST Rate (Percentage
G
of total quoted price)
UTGST Rate
H (Percentage of total
quoted price)
INVOICING
I
LOCATION

_____________
SIGNATURE
NAME & ADDRESS

Note:
1. Filling up and submission of this form is mandatory for Indian Bidders.
2. A copy of GST registration certificate to be provided along with this form, for
Indian Bidders.

Additional Notes:

1. Indian bidders are required to indicate GST (in percentage).


2. Non-Indian bidders : GST is payable by BPCL directly to the tax authorities.
3. TDS (Tax Deducted at Source) :
a. Indian Bidders : TDS shall be deducted from the invoice value by BPCL and
necessary certificate shall be issued by BPCL.
b. Non-Indian Bidders : Witholding tax shall be deducted from the invoice
value by BPCL and necessary certificate shall be issued by BPCL.
CRFQ 1000292029 E-Tender System ID – 31011

SECTION 9

FORM-B – ACCEPTANCE - DEVIATION FORM


CRFQ 1000292029 E-Tender System ID – 31011

FORM B

FORMAT FOR ACCEPTANCE AND DEVIATION

Implementation of Asset Integrity Management System (AIMS)


NAME OF
A At BPCL Group Refineries
WORK :
E-tender
B CRFQ 1000292029, E-tender System ID : 31011
NAME OF
C
BIDDER :

TABLE – 1

ACCEPTED
Sl.
DOCUMENT WITHOUT ANY WITH
No.
DEVIATIONS DEVIATIONS
1 SCOPE OF WORK
2 GENERAL TERMS AND CONDIITIONS
3 SPECIAL CONDITIONS OF CONTRACT

Note:- Bidders are required to confirm acceptance of all terms and conditions mentioned in
the tender document. Duly filled in, Signed, stamped and scanned copies of Tender, special
Conditions of Contract (SCC)/ Special Purchase conditions, special instructions to bidders,
scope of work, specification, Scalable requirements, Agreed Terms & Conditions , unpriced
part of price schedule are to be uploaded in the web. The format given above in Table 1 is
to be filled for all other documents. Any deviations, taken may be stipulated in the format
given in Table 2 (below).

TABLE – 2

DEVIATIONS
Bid Document
Sl.
Reference Subject Deviation
No.
Page Clause
1
2
3
CRFQ 1000292029 E-Tender System ID – 31011

I/We confirm that I/ we have studied all the Terms and Conditions of the RFQ/ tender
document and confirm our acceptance of the same except for the clauses mentioned above
in this deviation form.

In case our offer is successful, we will submit hard copies of all documents duly signed and
stamped on all pages.

___________________________
SIGNATURE WITH NAME & ADDRESS, SEAL AND DATE.

Note:
1. Filling up and submission of this form is mandatory.
2. If a document is accepted without any deviation, the vendor is required to put a tick
mark in the respective column against the document. If there are deviations, the
vendor is required to put a tick mark in the respective column against the document
and indicate the deviation(s) in the format given for indicating the same.
3. Successful bidder is required to submit hard copies of all documents duly signed
and stamped on all pages.
CRFQ 1000292029 E-Tender System ID – 31011

SECTION-10

E-BIDDING INSTRUCTIONS
CRFQ 1000292029 E-Tender System ID – 31011

INSTRUCTIONS TO BIDDERS ON E-TENDERING

1.0 GUIDELINE FOR E-PROCUREMENT SYSTEM:

Bharat Petroleum Corporation Ltd. has gone for online submission of bid through e-
procurement system on https://bpcleproc.in. Bidders are advised to read the Instructions for
participating in the electronic tenders directly through internet (Bid Submission Manuals
are available on the above mentioned e-procurement site).

To participate on tenders hosted by BPCL on e-procurement site, bidders are required to


have a digital certificate and do “Enrollment” (Register on site) by creating one User Id on
the above site.

Bidders shall make their own arrangement for e-bidding. The Un-priced Technical Bids
along with all the copies of documents should be submitted in e-form only through BPCL
e-Procurement system. Before the bid is uploaded, the bid comprising of all attached
documents should be digitally signed using digital signatures issued by an acceptable
Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications
are required to be made to a document after attaching digital signatures, the digital
signature shall again be attached to the modified documents before uploading the same.

Late and delayed Bids / Offers after due date / time shall not be permitted in E-procurement
system. However if bidder intends to change the bid already entered may change / revise
the same on or before the last date and time of submission deadline. No bid can be
submitted after the last date and time of submission has reached. The system time (IST) that
will be displayed on e-Procurement web page shall be the time and no other time shall be
taken into cognizance. Bidders are advised in their own interest to ensure that bids are
uploaded in e-Procurement system well before the closing date and time of bid. No bid can
be modified after the dead line for submission of bids.

BPCL shall not be responsible in any way for failure on the part of the bidder to follow the
instructions. Further BPCL in any case will not be responsible for inability of the bidder in
participating in the event due to ignorance, failure in Internet connectivity or any other
reason. It is advised that the bidder uploads small sized documents preferably (up to 5 MB)
at a time to facilitate in easy uploading into e-Procurement site. BPCL does not take any
responsibility in case of failure of the bidder to upload the documents within specified time
of tender submission.

Bidders are required to Login with their User ID & Password (along with Digital
Certificate) on e-tendering site (https://bpcleproc.in), then click on “Dashboard”, click on
“Action” button against required Tender, If the required tender number/ details are not
available in the first displayed page, then they can click on “more” button, for proceeding
to next page(s). They will get “Download files” as well as “Tender Common Forms” on the
same page. For participating in tender and for download Tender Documents, click on
“Participate”. In the same menu, one can upload the scanned, signed stamped documents in
“Edit Bid Common Forms”.
CRFQ 1000292029 E-Tender System ID – 31011

For downloading Java, please click on “Download JRE 6” on login page or more details
about Bidding steps. Also, “New User Instruction Manual” from log in page can be
referred.

Bidders are required to save / store their bid documents for each item into their computers
before submitting their bid into e-tender.

2.0 CONTACT PERSONS:-

FOR E-TENDERING RELATED ISSUES:

If tenderers need some clarifications or are experiencing difficulties while enrolling or


while participating in this e-Tender, please E-Mail to the following E-Mail ID along with
the snapshots of the errors being faced to:

Email - support@bpcleproc.in

(OR) Contact the following helpdesk numbers: All India +91 79 4027 0573.

*****************************
CRFQ 1000292029 E-Tender System ID – 31011

SECTION-11

FORMAT FOR BIDDER’S INFORMATION


CRFQ 1000292029 E-Tender System ID – 31011

FORMAT FOR BIDDER’S INFORMATION

Name of the Bidder

Address

Type of Organisation:
Government Dept. / Public Sector Undertaking
/ Public Limited Company / Private Limited
Company / Partnership / Propreitorship / Others
(Pl. specify)
Location of Registered Office , in the case of
Company
Place and Year of the Incorporation
Person Authorized to sign the bid document

Phone, e-mail

Does bidder has permanent establishment in


India. If yes, please provide the address.

Indian PAN No. (if available)

In case of Foreign ,Tax Residency


CERTIFICATE
GST Registration number

Whether the bidder falls under the category of


Micro & Small Enterprises (MSE) as per the
MSME Policy of Govt. of India. If YES,
whether proof for the same enclosed with the
bid?
Indicate relationship with any of our Directors.

SIGNATURE OF BIDDER :

STAMP OF THE BIDDER :


CRFQ 1000292029 E-Tender System ID – 31011

SECTION 12

PURCHASE PREFERENCE POLICY LINKED WITH LOCAL CONTENT

(ATTACHED)
CRFQ 1000292029 E-Tender System ID – 31011

SCETION – 13

VENDOR ADVISORY – ENVIRONMENTAL

(ATTACHED)
CRFQ 1000292029 E-Tender System ID – 31011

SECTION 14

QEHS POLICY

(ATTACHED)
CRFQ 1000292029 E-Tender System ID – 31011

SECTION 15

POLICY OF HOLIDAY LISTING FOR VENDORS IN BPCL

(ATTACHED)

You might also like